Download as pdf or txt
Download as pdf or txt
You are on page 1of 294

Page 1 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

E-LIMITED TENDER No.: D200050006 Date:20.06.2022

E-LIMITED TENDER FOR


SUPPLY OF FLANGES FOR MRPL REFINERY PROJECT AT MANGALORE, KARNATAKA
AS PER TECHNICAL SPECIFICATION

Tender Start Date 20.06.2022

Tender End Date & Time 12.07.2022; 15.00 Hrs

Pre-bid Meeting Not Applicable

Bid Closing date & Time 12.07.2022; 15.00 Hrs

Un Priced Bid Opening date & Time 12.07.2022; 15.30 Hrs

MRPL has discontinued publication of Tender Advertisements through newspapers or any other print media.
The complete Tender/Bidding document is available for view/download on MRPL website
https://www.tenderwizard.com/MRPL,
Further replies to pre-bid queries, all updates, Corrigendum, Addendum, Amendments, Extension in last date of submission
of bid, Clarifications etc.,(if any) to the Tender/Bidding document will be hosted on above indicated websites only. Bidders
should regularly visit above indicated website to keep themselves updated.

Tender No. D200050004 Bidder’s Seal & Signature


Page 2 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

MASTER INDEX

VOLUME- I: COMMERCIAL SECTION

S. NO. DESCRIPTION Page No.


1 Cover Page 1
2 Master Index 2
3 Section - 1 :Notice Inviting Tender (NIT) 3-9
4 Section - 2 : Agreed Terms & Conditions (For Indigenous Bidders) 10-20
5 Section - 3 : Instructions To Bidders (ITB) 21-56
6 Section- 4 : Special Purchase Conditions 57-111
7 Section - 5 : General Purchase Conditions (Indigenous) 112-137
8 Section - 6 : Price Schedule 138-150
9 Documentation procedure 151-158

VOLUME-II: TECHNICAL SECTION

Sl. No. Document Number Document Description Page No.


750-20005-GEN-L-SPE-
1 SUPPLY OF FLANGES 159-203
3706
750-20005-GEN-L-SPE-
2 PIPING MATERIAL SPECIFICATION 204-230
3103
ENGINEERING DESIGN BASIS SURFACE
750-20005-GEN-G-EDB-
3 PREPARATION AND PROTECTIVE 231-294
9122
COATING

Tender No: D200050006 Bidder’s Seal & Signature


Page 3 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

TENDER No: D200050006

FLANGES FOR MRPL REFINERY PROJECT AT MANGALORE,


KARNATAKA

SECTION-1

NOTICE INVITING TENDER (NIT)

Tender No: D200050006 NIT Bidder’s Seal & Signature


Page 4 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

NOTICE INVITING TENDER (NIT)


Nauvata Engineering Pvt. Ltd. (Nauvata) for and on behalf of Mangalore Refinery &
Petrochemicals Ltd. (MRPL), invites Tender for FLANGES e-bids from eligible Bidders in
complete accordance with the following details and Tender document.
The brief details of the Tender are as below:

Sl.
Description Details
No.
1 Tender Number D200050006

Brief Description of the FLANGES FOR MRPL REFINERY AT MANGALORE,


2 KARNATAKA
Tender

3 Type of Tender E-LIMITED

4 Type of Bid Two Bid

5 Mode Electronic Procurement System (EPS)

6 Tender start date 20.06.2022

7 Bid Closing date/Time 12.07.2022 ; 1500 HRS (IST)

Date / Time of Technical


8 12.07.2022 ; 1530 HRS (IST)
Bid Opening

Date and time shall be intimated later after techno


9 Price Bid Opening commercial evaluation.

10 Pre-bid Conference Not Applicable

11 EMD Not Applicable


4 (Four) months on FOT project Site Basis from the date
12 Delivery Period of Purchase Order (PO). The date of receipt of material at
project site shall be considered as date of delivery.
Purchase Preference for
13 Micro & Small Applicable
Enterprises(MSE)
Purchase Preference linked Applicable
14 with Local content (PP-LC)

Tender No: D200050006 NIT Bidder’s Seal & Signature


Page 5 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

Item(s) Splitable No
15
Relaxation in PQC (Financial
16 Turnover & Past Experience) Not Applicable
for Start-up Companies
Offer Validity The offer should be valid for 120 days from final
17 bid due date

Price Reduction Clause Applicable


18
Security deposit/CPBG Applicable @ 3% of Order value
19
Defect Liability Applicable
20
Integrity Pact Not Applicable
21
Contact details– Mr. ANIRUDH S NADIGER
Project Manager
22 Technical Queries Email Id: pm.mrpl@nauvata.com
Ph. No. +91-080-67209100 (extn:131)
Mobile : +91 9113904331
Mr. ANIRUDH S NADIGER
Commercial Queries Project Manager
Email Id: pm.mrpl@nauvata.com
Ph. No. +91-080-67209100 (extn:131)
Mobile : +91 9113904331

Mr. Dilip Ranganath, Mr Jayaprakash K


Contact person for Queries
Email: eps@mrpl.co.in,
related to E-tendering
jayaprakash.k@etenderwizard.com
23
Phone No. 0824-288-2248/ 2298
(Dealing officer/ Section In charge details as mentioned
above may also be contacted)

Alternate Contact details Mr. Prabhuswamy,


24 for E-Tendering prabhuswamy@antaressystems.com
Phone No. 080-40482100
Address to submit the
Nauvata Engineering Pvt. Ltd.
tender document (in case
#42, "A" Block, 6th Floor, Brigade Software Park, 27th
of other relevant
25 Cross Rd, Banashankari Stage II,
documents)
Bengaluru, Karnataka - 560070
(Please mention the Tender number on the envelope)
Contact details for Site visit: Not Applicable

Bidders are requested to visit website https://www.tenderwizard.com/MRPL as well as


on http://mrpl.co.in regularly to keep themselves updated on the Tender.

Tender No: D200050006 NIT Bidder’s Seal & Signature


Page 6 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

All replies to pre-bid queries, updates, corrigendum, addendum, amendments, extension


in last date of submission of bid (if any), clarifications, etc to the Tender/Bidding
documents will be hosted on above websites only.

Bidders should regularly visit above websites to keep themselves updated with respect
to this Tender.

Request for extension or any queries received from any bidder with less than four
working days prior to bid due date shall generally be ignored, since there will not be
adequate time for proper communication with Client and other Bidders.

Bidders shall submit the bid directly and in their own name without involving any
intermediaries.
The Technical & Price Bid Formats should be downloaded, filled & uploaded in the EPS
portal https://www.tenderwizard.com/MRPL.

Note:
*If any of the dates indicated above happens to be a declared holiday/closed day in
MRPL/Nauvata, the next working day shall be considered.

Tender No: D200050006 NIT Bidder’s Seal & Signature


Page 7 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

BIDDERS ARE ADVISED NOT TO TAKE ANY DEVIATION

BID SUBMITTED WITH ANY DEVIATION TO TENDER DOCUMENT


WILL BE LIABLE FOR REJECTION

ALL FORMS INDICATED IN BELOW CHECKLIST HAVE TO BE FILLED


UP

Tender No: D200050006 NIT Bidder’s Seal & Signature


Page 8 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

CHECKLIST – FLANGES
( Bidders are advised to fill up each row categorically confirming that he has submitted all the
documents as listed below)

S.NO. Forms to be submitted Submission Status


(YES/NO)
1 Offer Covering Letter for Bidders
(On letterhead)
2 Tender Doc sealed and signed along with
Technical Volume
3 Amendments Sealed & Signed
(Addendums & Corrigendum’s)
4 Power of Attorney
(Soft copy and Original Hard copy to be
submitted)
5 Balance Sheets (Last 3 years)
6
Un-priced bid (To be submitted as per Tender
Document mentioning Quoted/ Not Quoted
against each item)
7 GSTN Details with Certificate
8 Pan Card Copy
9 GST%
10 GST (Freight) %
11 HSN Code
12 MSE Status
13 MSE: Certificate
14 PP-LC Declaration Undertaking.
15 Policy opted for (MSE/PP-LC)
16 Complete Postal Address with e-mail, mobile
contact and contact person name:
17 Dispatch Point:
18 Agreed Terms & Conditions (to be signed and
stamped on each page)
19 Annexure – 1.0 to ATC
(duly pre-filled) (to be signed and stamped on
each page)
20 ANNEXURE - A to ITB
(Exceptions and Deviations statement Format)
21 ANNEXURE - B to ITB
(Vendor Form)(Bank verification required)
22 Vendor Code (given by MRPL)
23 ANNEXURE - C to ITB Integrity Pact along with Not Applicable
Affidavit

24 ANNEXURE - D to ITB
(Annual Turn- Over Details)
25 ANNEXURE - E to ITB
(Proforma for Acknowledgement letter of Tender
Document)
(on letterhead)
26 ANNEXURE - F to ITB Not Applicable
(Form No. 10F, TRC and Permanent
Establishment)
Tender No: D200050006 NIT Bidder’s Seal & Signature
Page 9 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

(on letterhead)
27 ANNEXURE - G to ITB
(Compliance to Requirement to Tender
Document)
(on letterhead)
28 ANNEXURE - H to ITB
(Declaration of Blacklisting any Govt.
Department/ PSU)(on letterhead)
29 ANNEXURE - I to ITB
(Declaration for Liquidation/ Court Receivership)
(on letterhead)
30 ANNEXURE - J to ITB
( EMD Bid Security Template )
(on letterhead)
31 ANNEXURE - K to ITB
(Corporate Guarantee)
32 ANNEXURE – L to ITB
( Bidder undertaking )
On Letterhead
33 Terms and Conditions for Bidders from a Country
Sharing Land Borders with India 1. Form A -
Bidder's Undertaking 2. Form B - Bidder's
Undertaking in case of Works Contract3. Form C -
Bidder's Undertaking (for Transitional Cases)(on
letterhead)
34 Contact detail of the bidder
35 ESI Certificate Not Applicable
36 PF Certificate Not Applicable
37 Article of Association
38 Memorandum of Article
39 Security Deposit (3% of order value) / Contract
Performance Bank Guarantee (CPBG).

a) All the documents submitted by bidder must be signed and stamped.


b) Bidder not allowed making any changes in the forms/ any other documents.

Tender No: D200050006 NIT Bidder’s Seal & Signature


Page 10 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

TENDER No: D200050006

SUPPLY OF FLANGES FOR MRPL REFINERY PROJECT AT MANGALORE,


KARNATAKA

SECTION- 2

AGREED TERMS & CONDITIONS (ATC) (INDIGENOUS)

Tender No: D200050006 ATC Bidder’s Seal & Signature


Page 11 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

Offer Covering Letter for Bidders


(To be submitted on Letterhead without any modification)

Date:………………..

To
------------------
------------------
Attn:
Our Ref : ……………………………… dated ………………
Tender No. : dated

Item: FOR SUPPLY OF FLANGES FOR MRPL REFINERY PROJECT AT MANGALORE, KARNATAKA

Sir,
Please find herewith our offer in line with your Tender requirement. We confirm as under:
1. The Delivery/completion period is strictly as per the requirement of Tender document.
2. Offer is in complete compliance with technical specifications / technical documents enclosed
with Tender specifications as well as commercial requirements of Tender.
3. The enclosed pre-filled AGREED TERMS & CONDITIONS QUESTIONNAIRE (ATC) shall
apply to the offer.
4. The Validity of the offer shall be as per the requirement of Tender document.
5. We have enclosed following with the offer:

a. UNPRICED OFFER:
(i)Price Schedule Format (WITH PRICES BLANKED)
(ii) Pre-filled Agreed Terms & Conditions (ATC) along with Annexure -1.0 duly filled in, duly
signed and stamped.
(iii) All documents in support of meeting the requirement of Tender shall be submitted in a
separate section/booklet (as applicable).
(iv) Proforma of Declaration of Black Listing/Holiday Listing - Duly Signed & Stamped.
(v) Vendor Form for Electronic Fund Transfer Payment & Tax details (Ver.9) – duly filled in,
signed & stamped by bidder & their bankers.
(vi) Compliance to Requirement to Tender Document (Annexure - G) of ITB.

b. PRICED OFFER:

(i) Price Schedule Format, duly filled in, signed and stamped.

Bidder’s Name: ________________________


Signature: ________________________
Seal: ________________________

Tender No: D200050006 ATC Bidder’s Seal & Signature


Page 12 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

MANGALORE REFINERY AND PETROCHEMICALS LIMITED (MRPL)


MANGALORE REFINERY, KARNATAKA, INDIA
AGREED TERMS & CONDITIONS (FOR INDIGENOUS BIDDERS)
BIDDER’s NAME: M/s.__________________________________________________________
TENDER No.:___________________________________________________Dated_____________
Bidder’s Offer Ref. No.__________________________________________________________
Tel No. :________________________________________Fax No.:______________________
Contact Person :_______________E-Mail :________________ Mobile No:_________________

1. DULY SIGNED & STAMPED COPIES OF THIS PRE-FILLED “QUESTIONNAIRE” SHALL BE


ENCLOSED WITH UNPRICED BID.
2. FAILURE ON THE PART OF BIDDER IN NOT RETURNING THIS DULY FILLED-UP & SIGNED "QUESTIONNAIRE WITH THEIR
UNPRICED BID AND/OR SUBMITTING INCOMPLETE REPLIES MAY LEAD TO REJECTION OF BIDDER’S BID”.
3. ALL THE COMMERCIAL TERMS AND CONDITIONS SHALL BE INDICATED BY VENDOR IN THIS FORMAT ONLY AND NOWHERE
ELSE IN HIS BID. HOWEVER, IN CASE THE SPACE FOR VENDOR’S REPLY IS NOT SUFFICIENT AGAINST A PARTICULAR
QUESTION, THE VENDOR SHALL FURNISH SAME BY WAY OF SEPARATE ANNEXURE ATTACHED TO THIS QUESTIONNAIRE,
INDICATING CROSS-REFERENCE OF RESPECTIVE CLAUSES.

S. DESCRIPTION BIDDER’S
No. CONFIRMATION
1. a Quoted prices are as per Price Schedule Format enclosed inclusive of CONFIRMED
Packing & Forwarding charges.
1. b Specify Dispatch Location.

1. c Quote firm freight charges payable extra (as specified in price QUOTED IN PRICE
schedule). The freight charges shall be exclusive of GST. SCHEDULE
In case a bidder does not mention anything about the freight
component, the same shall be considered as “Nil” and no further
confirmation from vendor shall be sought. Evaluation and ordering CONFIRMED
shall be done considering freight charges as Nil.

In case a bidder during techno-commercial evaluation confirms that


they have quoted the freight charges or any other charges (forming
the part of evaluation) in the priced bid, however after priced bid
CONFIRMED
opening, it is found that these charges are not quoted in priced bid,
then such charges shall be deemed to be included in the quoted prices.
Evaluation & Ordering shall be carried out including these charges in
quoted prices.

Indigenous SUPPLIERs are required to dispatch the goods on door CONFIRMED


delivery basis through any of the IBA approved Transporters.

1. d Transit risk insurance shall be covered by the Owner against their CONFIRMED
MCE (Marine cum Erection) Policy and the same shall not be included
in the quoted prices.
2.a GST applicable extra:
1) HSN No. 1)…….
2) Present rate of GST payable extra on products (including spares).
2) QUOTED IN
ANNEXURE 1.0

Tender No: D200050006 ATC Bidder’s Seal & Signature


Page 13 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

S. DESCRIPTION BIDDER’S
No. CONFIRMATION
2.d The GST shall be released against receipt of tax invoice.
In case of non-receipt of tax invoice or nonpayment of GST by the CONFIRMED
contractor/vendor, MRPL shall withhold the payment of GST.
Confirm acceptance.

2.e
Only statutory variations, if any, in the present rate of GST,
1) shall be reimbursed as under:

i. Any increase in the rates of GST within the CDD [contractual


delivery date or approved extended date] shall be borne by MRPL. CONFIRMED

ii. Any increase in the rates of GST beyond the CDD [contractual
delivery date or approved extended date] will be borne by MRPL to
CONFIRMED
the extent Input Tax Credit documents are passed on to MRPL and
MRPL is in a position to get the Input Tax Credit from the GST
authorities.

iii. The benefit of any reduction beyond CDD must be passed on to CONFIRMED
MRPL.

iv. Any variation in GST at the time of supplies for any reasons, other
CONFIRMED
than statutory, including variations due to turnover, shall be borne
by bidder.

v. Material supplied will be eligible for Input Tax Credit and Bidder
shall furnish all documents as required to avail the same. CONFIRMED

vi. In case GST is not applicable at present but becomes applicable at


the time of contractual delivery period due to any reasons other CONFIRMED
than statutory, the same shall be borne by bidder. Confirm
acceptance.
3.a Any increase in the existing taxes / duties or any new or additional
taxes or duties imposed after contractual delivery shall be to BIDDER’S
account whereas any corresponding decrease shall be passed on to the
NOTED
Owner.

Tender No: D200050006 ATC Bidder’s Seal & Signature


Page 14 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

S. DESCRIPTION BIDDER’S
No. CONFIRMATION

4.a SUPERVISION / TRAINING CHARGES


For Supervision / Training Charges, if in the scope of the
Bidder as per Tender, please confirm the following:

1) Confirm that per diem rate for site supervision services


/ Training is inclusive of all taxes and duties except GST (if in the
CONFIRMED
scope of Bidder as per Tender.)
CONFIRMED
2) Percentage of GST as applicable extra on Supervision
/ Training Charges.

3) Per-diem rate for supervision has been quoted in accordance with CONFIRMED
the Terms and Conditions for Supervision enclosed with the
Tender Documents

SITE WORK

For Site Work, if in the scope of the Bidder as per Tender, please
confirm the following:
CONFIRMED
4.b 1) Confirm that quoted site work prices are exclusive of GST

2) Confirm that apart from S.No. 4.b 1) above, quoted site work CONFIRMED
prices are inclusive of all other applicable taxes & duties and
nothing extra shall be payable by OWNER.

3) Percentage of GST as applicable extra on Site Work. CONFIRMED

5. Price Reduction Schedule / Delayed Delivery


1) Confirm Acceptance to Clause 18.1 (a) of SPC for “Bulk items”. Not Applicable

2) Confirm Acceptance to Clause 18.1 (b) of SPC “for items other


than bulk items (with or without site work )” CONFIRMED

3) The Bidder shall submit credit note / adjustment in


GST Invoice for PRS, if applicable, on account of delay
in delivery. This is with respect to cases wherein CONFIRMED
Bidder has not considered the applicable PRS in GST
Invoice
6. Delivery Period:
Confirm acceptance to delivery period as stipulated in
6.a the CONFIRMED
Tender.
6.b CONFIRMED
Delivery period will be reckoned from the date of
MRPL’s
Purchase Order (PO).

Tender No: D200050006 ATC Bidder’s Seal & Signature


Page 15 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

S. DESCRIPTION BIDDER’S
No. CONFIRMATION

7. Payment Terms:
Confirm acceptance to following:
Acceptance of applicable Payment terms as mentioned
7.a in CONFIRMED
the Tender
CONFIRMED
7.b Advance payment is not acceptable. However,
progressive payment as specified in the Commercial
Terms enclosed on achievement of specific milestones
(under applicable payment terms) shall be against
equivalent Advance Bank Guarantee as per MRPL format CONFIRMED
for all payments before dispatch.

7.c In case of delay in delivery, bills shall be submitted


after deducting price reduction for delay.

8.a. Part Order:


a) Acceptance of Part Order as per GPC Clause No. 32
and clause 23.0 of SPC. Applicable
b) Any charges quoted extra as lumpsum (like IBR,
Testing, freight, etc.) shall be applicable prorata on
value basis in the event of part order / part quantities Applicable
/ split order.
8.b MSE (MICRO & SMALL ENTERPRISE) BIDDERS:

a) Confirm whether the bidder is a MSE bidder or not.


Yes / No
(tick √ whichever is
b) Confirm owner of bidder’s organisation belongs to
applicable)
Gen/SC/ST Category.
c) In case owner of bidder’s organisation belongs to Gen / SC / ST
SC/ST, then bidder to submit SC/ST Certificate issued
by District Authority duly certified by Statutory Applicable and enclosed /
Auditor Or Notorised Not applicable
d) In case owner of bidder’s organization is a woman Applicable and enclosed
entrepreneur, then bidder to submit Bank Account /Not applicable.
Details/Partnership deed/Certificate of Incorporation
along-with MoA/AoA duly certified by Statutory
Auditor or Notorised.

9. Repeat Order:
Confirm acceptance of repeat order within Six months
from the date of MRPL’s PO, on the same unit price and Applicable
terms & conditions in line with clause 22.0 of SPC.
10 Contract Cum Performance Bank Guarantee (CPBG):

Confirm acceptance for submission of CPBG as per


clause 17.0 of SPC. CONFIRMED

Tender No: D200050006 ATC Bidder’s Seal & Signature


Page 16 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

S. DESCRIPTION BIDDER’S
No. CONFIRMATION

11. Firmness of prices:


Quoted prices shall remain Firm and Fixed till complete
execution of the order. CONFIRMED
12. Testing and Inspection charges:
12.a Goods and services shall be subject to stage wise and final
inspection by any of the Third Party Inspection (TPI)
agencies (listed in the Special Purchase Conditions), and CONFIRMED
TPI charges are included in quoted prices, and TPI shall
be arranged by Bidder.

Similarly, all built in import content (if applicable) shall


also CONFIRMED
12.b be subject to inspection by TPI agencies listed in the
Special Purchase Conditions, in the country of origin of
the import content, and charges for the same are
included in quoted prices, and no additional charges shall
12.c be paid by Owner.
CONFIRMED
Quoted prices are:
i. Inclusive of charges for all facilities required for
testing and all inspection requirements specified
in the technical specifications and documents CONFIRMED
enclosed with the Tender.
ii. Inclusive of all IBR/IGC/NACE/Radiography
charges as per Consultant’s technical
specifications and the documents enclosed with
the Tender.

Tender No: D200050006 ATC Bidder’s Seal & Signature


Page 17 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

S. DESCRIPTION BIDDER’S
No. CONFIRMATION

13. Import Content: a. Applicable / Not


a) Supplies by Indian suppliers containing built-in Applicable
import content. (tick √ whichever is
applicable)
i. Quoted prices are inclusive of Basic Customs Duty
and custom cess after considering the benefit of (i) CONFIRMED
Input Tax Credit on IGST portion.
ii. Supplier shall be responsible for the timely (ii) CONFIRMED
payment of the customs duties to the relevant
Government Authorities. (iii) CONFIRMED
iii. All harbor dues, pilotage fees, port fees, wharf
fees, unloading costs incurred in India in respect
(iv) CONFIRMED
of any imported goods shall be to supplier’s
account.
iv. Prices shall be firm on account of variation in
foreign exchange rate.
(v) CONFIRMED
v. Prices for such import content shall also include
any additional levies/duties on Imports (viz. Anti-
Dumping Duty, Safeguard Duty, etc.) as notified
by (vi) CONFIRMED
Govt of India from time to time, as applicable.
vi. Owner shall not provide any import license. (vii) CONFIRMED
vii. Any upward variation due to change in Customs
Duty classifications shall be absorbed by the
Bidder. However, any reduction in customs duty (viii) Noted
due to change in classification shall be passed on
to Owner.
viii. Prices shall be firm on account of any variation in b. Applicable / Not
Custom Duties. Applicable
(tick √ whichever is
b) Supplies of Imported finished goods directly
applicable)
supplied to site by Indian Supplier

(i) CONFIRMED
i. GST on imported capital goods sold & supplied to
MRPL and consigned to MRPL against which Input
Tax Credit shall be available to MRPL shall not be
included in the quoted prices and shall not be
considered for evaluation. Quoted prices shall be
inclusive of Basic Customs Duty & Custom cess (ii) CONFIRMED
only.
ii. The Seller shall provide MRPL with all documents
necessary for MRPL to claim Input Tax Credit on
the GST paid on the imported materials covered
by the Supplies, including but not limited to
CENVAT Bill of Entry

Tender No: D200050006 ATC Bidder’s Seal & Signature


Page 18 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

S. DESCRIPTION BIDDER’S
No. CONFIRMATION

14. Validity:
Validity of the offer shall be as per NIT of Tender. CONFIRMED
15. Confirm Acceptance of all other terms & conditions as
per
attached:
a) Notice Inviting Tender (NIT) CONFIRMED
b) General Purchase Conditions (GPC).
c) Instructions to Bidder (ITB)
d) Special Purchase Conditions (SPC).
e) Terms & Conditions for supervision of Erection,
Testing & Commissioning for Indigenous Bidders,
f) Terms & Conditions for Site Work /HSE requirement
as per Tender.
g) Terms & Conditions for Annual Maintenance
Contract (AMC)
16. Whether
h) Terms any& of
Conditions
the Directors
for Training
of BIDDER is a relative of
any Director of Owner or the BIDDER is a firm in which Yes / No
any Director of Owner or his relative is a Partner or the (tick √ whichever is
BIDDER is a private company in which any director of applicable)
Owner is a member or Director.
17.a Please confirm you have not been banned or delisted by
any Government or Quasi Government agencies or PSUs.
If you have been banned, then this fact must be clearly CONFIRMED
stated. This does not necessarily become a cause for
disqualification. However if this declaration is not
furnished
the bid shall be rejected as non-responsive.
17.b
CONFIRMED
Please confirm that you have filled in, signed and
attached the enclosed “Proforma of Declaration of Black
Listing / Holiday Listing” along with your unpriced offer.

18 Spares Parts:
a) Confirm that your quoted prices are inclusive of all CONFIRMED
mandatory spares and all commissioning spares as
stipulated in Consultant’s technical specifications.

b) Confirm that item wise unit price of Recommended spare


parts for two years as stipulated in technical CONFIRMED
specifications have been quoted separately indicating
Dispatch quantity.
c)
CONFIRMED
Special Tools and Tackles as specified in the Tender are
included in the quoted prices.

Tender No: D200050006 ATC Bidder’s Seal & Signature


Page 19 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

S. DESCRIPTION BIDDER’S
No. CONFIRMATION

19. Bidder to confirm that all authenticated documents


submitted for meeting the PQC are certified as per the
authentication requirement defined in the Tender Not Applicable
document. (Applicable for NIT/IFB cases only).
20. Deviations to Terms & Conditions shall lead to loading of
prices as per Commercial Terms enclosed with this CONFIRMED
Tender or rejection of offer. Please confirm acceptance.
21. Bidder to indicate the complete name and address on
which order to be placed by MRPL (in the event of an
order) _______________

_______________

______________

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


quotation, shall not be applicable in the event of order.
In case of contradiction between the confirmations given CONFIRMED
above and terms & conditions mentioned elsewhere in the
offer, the confirmation given above in this ATC shall
prevail.
23. Bidder to confirm that he has submitted all the requisite
forms from A to L as per Annexure 1.0 attached This
document has to be submitted along with Unpriced bid CONFIRMED

BIDDER’S SIGNATURE & DATE: _______________________________

SEAL/ STAMP

Tender No: D200050006 ATC Bidder’s Seal & Signature


Page 20 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

ANNEXURE-1.0 to ATC (FOR INDIGENOUS BIDDERS)


MANGALORE REFINERY AND PETROCHEMICALS LIMITED (MRPL)
MANGALORE REFINERY, KARNATAKA, INDIA
Taxes and Duties format for Indian Bidders
NAME OF BIDDER: _________________________________
OFFER REF. ___________________________________ Dated _____________
TENDER NO.: ......................................................................................................................................
The salient features of the offer are as below:

1. SPECIFY DISPATCH POINT -----------------------------

2. GSTIN NO. OF DISPATCH POINT -----------------------------

3. SPECIFY INVOICING PLACE


-----------------------------
4. GSTIN NO. OF INVOICING PLACE
-----------------------------

5. PACKING & FORWARDING CHARGES INCLUDED IN THE QUOTED


PRI

6. HSN CODE OF GOODS 1.

7. GST APPLICABLE ON QUOTED FOT DISPATCH POINT


PRICES 1)_______________%
CGST plus SGST ( ) / IGST( )
(√) whichever is applicable EXTRA

8. INLAND FRIEGHT CHARGES EXTRA UPTO PROJECT QUOTED IN THE PRICE


SITE EXCLUSIVE OF GST SCHEDULE.

9. GST RATE APPLICABLE ON FREIGHT _________%EXTRA

10. SAC CODE FOR SITE SUPERVISION / SITE WORK /


TRAINING CHARGES ________/_______/_______

11. GST APPLICABLE EXTRA ON QUOTED SITE


SUPERVISION / SITE WORK / TRAINING CHARGES ________/_______/_______%
EXTRA

12. CONFIRM WHETHER BIDDER HAS QUOTED UNDER


COMPOSITION SCHEME. IF YES, THAN GST RATE Yes
QUOTED ABOVE SHALL BE CONSIDERED FOR
EVALUATION WITHOUT INPUT TAX CREDIT (ITC)
No

BIDDER’S SIGNATURE & DATE: __________________________


SEAL/STAMP:

Tender No: D200050006 ATC Bidder’s Seal & Signature


Page 21 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

TENDER No: D200050006


SUPPLY OF FLANGES FOR MRPL REFINERY PROJECT AT
MANGALORE, KARNATAKA

SECTION-3

INSTRUCTIONS TO BIDDER (ITB)

Tender No: D200050006 ITB Bidder’s Seal & Signature


Page 22 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

Contents
1.0 TENDER DOCUMENT, CLARIFICATION AND ADDENDUM/ AMENDMENT

1.1 TENDER DOCUMENT

1.2 CLARIFICATION REQUESTS BY BIDDER


1.3 AMENDMENT OF TENDER
1.4 CONFIDENTIALITY OF TENDER DOCUMENT
1.5 ACKNOWLEDGEMENT AND CONFIRMATION TO BID
1.6 MULTIPLE/ ALTERNATIVE BID
2.0 PREPARATION OF BIDS
2.1 BID VALIDITY
2.2 COST OF BIDDING
2.3 LANGUAGE OF BID
2.4 ARRANGEMENT OF BID
2.5 SCHEDULE OF PRICES
2.6 DOCUMENTS COMPRISING THE BID AND TENDERS INVITED THROUGH E-PROCUREMENT
SYSTEM
2.7 EARNEST MONEY DEPOSIT (EMD)

3.0 SUBMISSION OF BID


4.0 BID OPENING AND EVALUATION
4.1 OPENING OF TECHNO-COMMERCIAL BIDS
4.2 CLARIFICATION & ADDITIONAL INFORMATION
4.3 TECHNO-COMMERCIAL DISCUSSIONS
4.4 DEVIATIONS
4.5 PROCESS TO BE CONFIDENTIAL
4.6 OWNER’S RIGHT TO ACCEPT OR REJECT A BID
4.7 REJECTION CRITERIA
5.0 AWARD OF WORK
5.1 AWARD
6.0 NOTIFICATION OF AWARD

7.0 INTEGRITY PACT ALONG WITH AFFIDAVIT

8.0 CARTEL FORMATION

Tender No: D200050006 ITB Bidder’s Seal & Signature


Page 23 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

9.0 FRAUDULENT PRACTICES

10.0 REQUIREMENT OF EMPLOYEMENT VISA FOR FOREIGN NATIONALS

11.0 PRICE BID OPENING

12.0 INFORMATION REQUIRED FROM FOREIGN SUPPLIERS / CONTRACTORS FOR ALL CASES
OTHER THAN SUPPLY ORDERS

13.0 COMPLIANCE TO REQUIREMENT TO TENDER DOCUMENT

14.0 BANK GUARANTEE (BG) VERIFICATION UNDER THE “STRUCTUED FINANCIAL MESSAGING
SYSTEM” (SFMS)

ANNEXURE - A - EXCEPTIONS AND DEVIATIONS STATEMENT FORMAT



ANNEXURE - B - VENDOR FORM FOR ELECTRONIC FUNDS TRANSFER

PAYMENT & TAX DETAILS
ANNEXURE - C -
 INTEGRITY PACT ALONG WITH AFFIDAVIT -

ANNEXURE - D - ANNUAL TURNOVER DETAILS


ANNEXURE - E - PROFORMA FOR ACKNOWLEDGEMENT LETTER OF TENDER


ANNEXURE - F - FORM NO. 10F, TRC AND PERMANENT ESTABLISHMENT



DOCUMENT
ANNEXURE - G - COMPLIANCE TO REQUIREMENT TO TENDER DOCUMENT

ANNEXURE - H - DECLARATION OF BLACKLISTING BY ANY GOVT DEPARTMENT / PSU


ANNEXURE - I - DECLARATION FOR LIQUIDATION/ COURT RECEIVERSHIP


ANNEXURE - J - FORMAT OF BID SECURITY DECLARATION FROM BIDDERS IN LIEU



OF EMD

ANNEXURE - K - CORPORATE GUARANTEE


ANNEXURE -L - BIDDER UNDERTAKING


Tender No: D200050006 ITB Bidder’s Seal & Signature


Page 24 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

1.0 TENDER DOCUMENT, CLARIFICATION AND ADDENDUM/AMENDMENT


1.1 TENDER DOCUMENT
1.1.1 TENDER document comprising following sections are uploaded on E- portal through
EPS for the purpose of submitting Bid.
I. Notice Inviting Tender (NIT)
II. Agreed Terms & Conditions (ATC)
III. Instructions To Bidder(ITB)
IV. Special Purchase Conditions (SPC)
V. General Purchase Conditions(GPC)
VI. Price Schedule
VII. Technical Specifications
1.1.2 The complete Tender document through EPS.
1.1.3 Any Amendment/ Addendum issued in accordance with clause no. 1.3 hereinafter
shall also form part of the Tender Document.
1.1.4 All Amendments, time extension, clarifications, etc. will be uploaded through
EPS only.
1.1.5 Request for extension or any queries received from any bidder with less than ten
working days prior to bid due date shall generally be ignored, since there will not
be adequate time for proper communication with Client and other Bidders.
Bidders shall submit the bid directly and in their own name without involving any
intermediaries.
1.1.6 “Bidder” shall mean the Agency who has submitted the bid for the supply/ services
described in this Tender Document.
1.2 Clarification Requests by Bidder
Bidder shall examine the TENDER thoroughly in all respects and if any conflict,
discrepancy, error or omission is observed, Bidder may request clarification during
pre-bid meeting (if applicable) and queries shall reach to MRPL on or before the
date of receipt of queries indicated in TENDER. Such clarification shall be mailed
to the concerned person as mentioned in NIT. Any failure by Bidder to comply
with the aforesaid requirement shall not absolve the Bidder of his responsibility,
after subsequent award of Contract, of performing in accordance with the
agreement. The replies to pre-bid queries are for clarification purpose only and
shall not form part of the TENDER Document, unless issued in the form of
Addendum /Amendment.
1.3 Amendment of TENDER
1.3.1 Owner may, for any reason either at their own initiative or in response to the
clarification requested by prospective Bidders, issue Addendum/ Amendment
during the Bidding period or subsequent to receiving the Bids. Any Addendum/
Amendment thus issued shall become part of TENDER document and Bidder shall
submit the copy of Addendum/ Amendment duly signed and stamped in token of
their acceptance.
1.3.2 Prior to submission of Bid: If Addendum/ Amendment is issued during the Bidding
Tender No: D200050006 ITB Bidder’s Seal & Signature
Page 25 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

period, it will be deemed presumed that Bidder has submitted their Bid
considering such Addendum/ Amendment.
1.3.3 After submission of Bid: If Addendum/ Amendment is issued subsequent to
receiving the Bids, Bidder shall follow the instructions issued along with
Addendum/ Amendment with regard to submission of impact on quoted price/
revised price, if any.
1.3.4 Bidders to note that price changes against Technical / commercial clarifications,
in line with terms & conditions of enquiry documents are not allowed. In case any
bidder gives positive revised prices / price implications against such clarifications,
their bid shall be rejected.
1.4 Confidentiality of TENDER Document
1.4.1 The TENDER are non-transferable and shall be returned to the OWNER by any
recipient who does not intend to submit a Bid.
1.4.2 The TENDER are and shall remain the exclusive property of the OWNER with the
right of the Bidder to use it only for the intended purpose of bidding and for use
by the successful Bidder with reference to the resultant Contract for the Owner’s
subject Unit.
1.4.3 The Bidder shall take due measures to keep it secret and confidential and shall
disclose the TENDER and/or furnish copies in whole or part thereof to employees
involved in the preparation of the Bid who have understood the proprietary and
confidential nature of the documents and have undertaken to be bound by and
maintain confidentiality.
1.5 Acknowledgement and Confirmation to Bid
Within 7 days of receipt of the TENDER, Bidder shall complete and submit the
acknowledgement letter as per Proforma given in Annexure–E confirming whether
or not the Bidder intends to submit their Bid. The Bidder must indicate the address
of their bidding office in the acknowledgement letter along with Contact Mobile
no. with ISD codes, Telephone/ Fax with ISD codes, Email and names of contact
persons. In case Bidder is not bidding, they should clearly state the reasons for
non-submission of their Bid.
1.6 Multiple/ Alternative Bid
1.6.1 A bidder (i.e. the bidding entity) shall, on no account submit more than one bid
either directly or indirectly failing which following actions shall be initiated:
1.6.2 All bids submitted by such bidder (say ‘A’) directly & indirectly, shall stand rejected.
1.6.3 If another bidder (say ‘B’) has proposed bidder ‘A’ as a sub-contractor then bidder
‘B’’s bid shall also be rejected. However, in case the bidder ‘B’ has also proposed
an alternative sub-contractor who is other than the bidder ‘A’, then bidder ‘B”s
bid shall be evaluated with the proposed alternative sub-contractor only. Hence,
every bidder shall ensure in his own interest that his proposed sub-contractor is
not submitting alternative/ multiple bids.”
However, an agency can be a subcontractor or back up with more than one
bidder provided the agency is not participating directly in the bidding process
as a bidder.
1.6.4 Alternative bids are not acceptable

Tender No: D200050006 ITB Bidder’s Seal & Signature


Page 26 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

2.0 PREPARATION OFBIDS


2.1 Bid Validity
Bid shall remain valid for acceptance for a period of 04 (Four) months from the
due date/ extended due date of submission of the Bid. During the said period, the
Bidder shall not revoke or cancel his Bid or vary the Bid except and to the extent
required by Owner in writing. Bid shall be revalidated for extended period if
required by Owner in writing. In such cases, unless otherwise specified, it shall be
understood that validity is sought and provided without varying either the quoted
price or any other terms and conditions of the Bid finalized till that time.

2.2 Cost of Bidding


All direct and indirect costs associated with the preparation and submission of
Bid, any other expenses in connection with Bid (including clarification meetings
and visits by Bidder to Owner offices, if any) shall be to Bidder’s account. Owner
will in no case be responsible or liable for those costs, regardless of the conduct
or outcome of the Bidding process.

2.3 Language of Bid


The Bid and all correspondence incidental to and concerning the Bid shall be in
the English Language only. In case of foreign Bidder, if the above supporting
documents including bound published annual report are not in English Language,
then the English translation copy of the same, shall also be furnished duly
certified, stamped and signed by local Chamber of Commerce and authentication
of the English Translation shall be done as per provisions of TENDER. Translation
from agencies approved by relevant embassy / high commission or other
accredited agencies shall also be acceptable For the purpose of interpretation /
evaluation of Bid, the English Translation shall govern.
2.4 Arrangement of Bid
The Bid shall be neatly arranged, and printed on white paper with consecutively
numbered pages. The Bid and all details submitted by the Bidder subsequently
shall be signed and stamped on each page by a person, legally authorised to enter
into Agreement on behalf of the Bidder. The same person shall also sign
corrections and alterations, if any. Bidder shall submit Power of Attorney (POA)
in favour of the person who signs the Bid and subsequent submissions on behalf of
the Bidder.
Bidder shall clearly indicate their legal constitution and the person signing the Bid
shall state his capacity as also the source of his ability to bind the Bidder. The
Power of Attorney or Authorization or other document constituting adequate proof
of the ability of the signatory to bind the Bidder, shall be annexed to the Bid.
Owner may reject outright any Bid unsupported by adequate proof of the
signatory’s authority.

2.5 Schedule of Prices


2.5.1 The Schedule of Prices shall be read in conjunction with all other sections of the
TENDER Document. Rates/ amount must be filled in the format of Schedule of
Prices enclosed as part of this TENDER Document.
2.5.2 The Prices quoted by the Bidder shall be FIRM and fixed for the completion period
Tender No: D200050006 ITB Bidder’s Seal & Signature
Page 27 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

of the offered services and supplies and in accordance with the price schedule
format included in the TENDER and strictly based on the terms specified related
to the bid prices in the instructions/conditions.
2.5.3 FIRM prices are required for all the items including services.
2.5.4 Bidder shall quote all the items of Schedule of Prices after careful analysis of cost
involved for the performance of the completed item considering all parts of the
TENDER Document. In case any activity is specifically not covered in description
of item under Schedule of Prices but is required to complete the work as specified
elsewhere in the TENDER Document, then the quoted prices for the item(s) shall
be deemed to be inclusive of cost incurred for such activity and no claims
whatsoever on this account shall be entertained by Owner.
2.5.5 The foreign component of the Bidder’s prices shall be quoted either in US Dollars/
Euro and the Indian component in Indian Rupees only. For services and materials
to be procured from India, Bidder shall quote prices in Indian Rupees only.
Currency once quoted shall not be permitted to be changed. Bidder shall quote
prices both in figures as well as in words.
2.6 Documents Comprising the Bid and TENDERs Invited through E-Procurement
System:
2.6.1 The offer must be complete in all respects, leaving no scope for ambiguity, Bidder
is fully responsible for the bid submitted and no relief or consideration can be
given for errors and omissions. Bids shall be submitted through online (EPS) mode
only. Bid must be submitted by the due date and time mentioned in the Notice
Inviting Tender (NIT) or any extension thereon e-tender website. Bidder shall
submit the offer in two parts:
Part-I Technical & Commercial (un-priced) bid and
Part –II Priced bid.
2.6.2 Price bid & technical bids if submitted together shall be summarily rejected.
2.6.2.1 Part-I : Techno-Commercial Bid (UNPRICED BID ):
Bidder shall submit the following documents duly filled in, signed and stamped by
authorised person.
1. Submission of Bid letter/ covering letter along with Validity of Bid as per
clause no. 2.1above.
2. Documents, duly authenticated, as per the requirement of TENDER in a
separate Section/Booklet titled as “TENDER Document”
3. Master Index along with Amendments (if any), duly signed and stamped on
each page, in token of acceptance of TENDER document and Amendments.
4. Power of Attorney in favor of authorized signatory of the Bid.
5. Compliance to Bid requirements as per Annexure-G to ITB and Exception
and Deviation Statement as per Annexure-A to ITB.
6. ATC along with Annexure – I, duly pre-filled in as per Section 2 of Volume - I to
Commercial Section.
7. Vendor Form for Electronic Funds Transfer Payment & Tax Details as per
Tender No: D200050006 ITB Bidder’s Seal & Signature
Page 28 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

Annexure-B to ITB.
8. Integrity Pact (included as Annexure-C) duly signed by the Bidder along with
affidavit.
9. Annual Turnover details duly filled in as per Annexure-D to ITB.
10. FORM NO. 10F, TRC and Permanent Establishment as per Annexure-F to ITB.
11. Blacklisting/ Holiday as per Annexure-H to ITB.
12. Declaration for Liquidation/ Court Receivership as per Annexure-I to ITB.
13. Proforma for Acknowledgement Letter of TENDER Document as per Annexure-E
to ITB.
14. Duly Signed & Stamped copy of Terms & Conditions Supervision of Erection,
Testing & Commissioning (If Applicable) (Annexure A to SPC)
15. Duly Signed & Stamped copy of Terms & Conditions For Post Warranty
Comprehensive Annual Maintenance Contract (If Applicable) (Annexure B to SPC)
16. Terms & Conditions for Training of Employer’s Personnel At Manufacturer’s
Works/ Facilities (If Applicable As Per Technical Specification) (Annexure C to
SPC)
17. Terms & Conditions for Site Work (If Applicable) (Annexure D to SPC)

Note: Bidder is required to submit hard copy (in Original of the following
documents for e-TENDERs:
a. Earnest Money Deposit, if applicable
b. Power of Attorney
The hardcopy of these documents shall reach to the Consultants office before the
end of due date:
Address:
To,
Mr. ANIRUDH S NADIGER
Project Manager
Nauvata Engineering Pvt. Ltd.
#42, "A" Block, 6th Floor, Brigade Software Park, 27th Cross Rd,
Banashankari Stage II,
Bengaluru, Karnataka - 560070
2.6.2.2 Part-II – Price Part
Price part shall contain Price Schedule, duly filled in and shall ensure the following
:

No stipulation, deviation, terms or conditions, presumptions, basis etc. shall be


indicated in Price part of the Bid. In case, any stipulation, deviation, terms or
conditions, presumptions, basis etc. are indicated in the Priced Bid, these shall
be considered null and void and may render the Bid liable for rejection if these
Tender No: D200050006 ITB Bidder’s Seal & Signature
Page 29 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

are not withdrawn by the Bidder.


2.6.2.3 CORRECTIONS AND ERASURES
Bidders are required to fill in the TENDER Documents with all due care, avoiding
cuttings/corrections/alteration/overwriting etc. in the entries, as far as possible. In case
corrections/alterations become unavoidable or inevitable, the entry to be corrected,
altered should be neatly cancelled or scored through by striking the entry by drawing a
line through it and making the revised/corrected entry as close to the cancelled entry
as possible, each such cancellation and correction/alteration being clearly and
unambiguously authenticated by the Bidder by his full signatures. Overwriting and/or
erasing with or by the application of correcting/erasing fluid(s) will not be permitted
and shall render the TENDER for rejection.

2.7 EARNEST MONEY DEPOSIT (EMD): - Not Applicable


In case of Open Tenders, Bid Security/Earnest Money Deposit (EMD) is applicable for this
tender. Bid Security is to be provided by the Bidder as per ANNEXURE-J.
Bids received without Bid Security (in original with the Technical Bid), before the bid
closing date and time shall be liable for rejection.
However, Govt. Dept. / PSUs / firms registered with NSIC / MSE (Micro and Small
Enterprise), vendors registered with District Industries Centre (DIC) / any other body
specified by Ministry of MSME (MoMSME) / Udyog Aadhaar Memorandum issued by
MoMSME, Startups are exempted from submission of Bid Security declaration. Such
bidders shall submit relevant documentary proof towards exemption, along with
technical bid of the tender.

3.0 SUBMISSION OF BID


3.1 For tenders invited through E-Procurement System, bids shall be submitted through online
(EPS) mode only on the Owner’s e-tendering portal for tenders invited through e-
procurement mode.
3.2 Bidders to upload the Un-priced and Price part of their bids strictly in the Unpriced &
Priced folders respectively at the designated place in the e-tender portal. Non
Compliance to the same may lead to rejection of their offer.
3.3 Bids submitted in any other form through Telex/ Fax/ Telegram/ E-mail/ Courier/
Registered Post/ manually shall not be accepted.
3.4 However, documents which necessarily have to be submitted in originals like EMD (if
applicable) and any other documents mentioned in the Tender Documents have to be
submitted offline. The Owner shall not be responsible in any way for failure on the part
of the Bidder to follow the instructions.
3.5 Bidders should avoid the last minute rush to the website for registration of user id and
password, enabling of user id and mapping of Digital Signature, SI no, etc., since this
exercise require activities from Consultant and EPS provider and needs time. In the event
of failure in bidder’s connectivity with MRPL/Service provider during the last few hours,
bidder is likely to miss the deadline for bid submission. Due date extension request due
to above reasons may not be entertained.
3.6 Bidders to note that the very act of using Digital Signature Certificate (DSC) for
downloading the bids and uploading their offers shall be deemed to be a confirmation
that they have read all pages of the bid document without any exception.
Tender No: D200050006 ITB Bidder’s Seal & Signature
Page 30 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

3.7 E-Procurement System Instructions :


3.7.1 Tender is invited on-line on the website www.tenderwizard.com/MRPL from the firms
having Class IIB or above Digital Signature Certificate (DSC) (with Signing & Encryption
Certificate) issued by any agency authorized by Controller of Certifying Authority (CCA),
Govt. of India.
3.7.2 Offers received online on the e-procurement portal only will be considered for evaluation.

3.7.3 The server date and time as appearing on website www.tenderwizard.com/MRPL shall
only be considered as cut-off time for receipt of tenders. Offers received by any other
mode will not be considered.
3.7.4 Bidders are responsible for obtaining the digital certificates for participation / submission
of bids at their cost.
3.7.5 The digital certificate shall be registered on the portal www.tenderwizard.com/MRPL and
bidders shall upload the bid well in time.
3.7.6 Bidder shall download the bidding manual, system requirement and vendor registration
manual and JRE setup for portal www.tenderwizard.com/MRPL to get acquainted with
the procedures for submitting the online bids and load their Bids well within the time
provided for bid submission to avoid last minute hassles
3.7.7 MRPL shall not be responsible for any delays occurred due to reasons whatsoever in
receiving as well as on line submission of offers, including internet connectivity,
document uploading/downloading issues etc.
3.7.8 Any corrigendum / amendment to the tender will be uploaded on e-Procurement site
www.tenderwizard.com/MRPL and will not be published through other mode. Prospective
bidders should visit the above MRPL e-Procurement site from time to time to make note
of corrigendum / amendment if any.
3.7.9 In case of any queries regarding registration, bid submission procedure and system
related, the bidder shall contact help desk of our e-procurement service provider
M/s. ANTRES SYSTEM Ltd., contact person Mr. Dilip Ranganath, contact no. 0824-
2882248.Email;eps@mrpl.co.in.
3.7.10 Support details as mentioned below;

Support
Name Contact No. Email ID
Location

Mangalore Mr.DilipRanganath 0824-2882248 eps@mrpl.co.in

Mangalore Mr. Jayaprakash K 0824-2882298 jayaprakash.k@etenderwizard.com

Bangalore Mr.PrabhuSwamy 080-49352000 prabhuswamy@antaressystems.com

4.0 BID OPENING AND EVALUATION


4.1 Opening of Techno-Commercial Bids:
4.1.1 Techno-Commercial (Un-priced) Part (Part-I) will be opened on the scheduled date and
time as mentioned in Sl. No. 8 of NIT.

Tender No: D200050006 ITB Bidder’s Seal & Signature


Page 31 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

4.1.2 For E-Tenders, Bidders can also witness bid opening by logging on to the E-Tendering
website through their system using their valid digital signature/certificate.
4.2 Clarification & Additional Information
4.2.1 The Bidder should submit all authenticated documents, information along with their Bid
as per the requirement of the TENDER at the first instance.
4.2.2 During the Bid evaluation, Owner may, at its discretion, ask from Bidder certain
clarification on the Bid, to submit additional or outstanding documents or may request
to withdraw certain deviations as required, for compliance to the TENDER
requirement/comparison of the Bids etc. Bidder shall submit their reply/ all such
clarifications/ additional documents in Original within the cut-off date as specified in
the Letter/Email.
4.2.3 Owner may, at its discretion, either extend such cut-off date on Bidder’s request based
on its merit, or evaluate the Bid based on the information available as on the last date
of submission of providing such clarifications/ documents by the Bidder.

4.3 Techno-Commercial Discussions


Techno-commercial discussions with Bidder shall be arranged, if needed.

4.4 Deviations
4.4.1 Bidder is expected to submit Bid strictly on the terms and conditions and technical
specifications contained in the TENDER document and will not stipulate any deviations/
exceptions/ alterations. In absence of any specific mention of any departure from the
TENDER Document, the provisions of the TENDER Document will be binding on the
Bidder.
4.4.2 In unavoidable circumstances, all exceptions and deviations taken by the Bidder to the
stipulations of the TENDER document shall be indicated at one location in the Technical
and Unpriced Commercial Part of the Bid in the format Annexure-A only contained in
the TENDER document and not elsewhere in the unpriced (Techno- Commercial) Bid or
in Priced Bid. Any exceptions or deviations indicated elsewhere in the bid shall not be
construed as valid and shall not be given cognizance during Bid evaluation and signing
the Purchase Order with the selected Bidder.
4.4.3 None of the exceptions/ deviations/ alterations in terms and conditions, technical
specifications retained by Bidder shall be part of terms and conditions of the Purchase
Order unless agreed by OWNER either during the techno- commercial bid evaluation or
during the final negotiation (if required) with the Owner/Consultant.

4.5 Process to be confidential

Information related to the examination, clarification, evaluation and comparison of Bids


and recommendations for bidder Selection shall not be disclosed to Bidder(s) or other
person not officially concerned with such process. Any effort by Bidder to influence the
Owner’s processing of Bidding or bidders selection process may result in rejection of such
Bidder’s Bid.
4.6 Owner’s Right to accept or Reject a Bid
Owner/Consultant reserves the right to accept or reject any Bid in whole or in part, or
to annul the entire Bidding process or to reject all Bids at their sole discretion without
assigning any reason whatsoever. Such decisions by Consultant/Owner shall bear no
Tender No: D200050006 ITB Bidder’s Seal & Signature
Page 32 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

liability whatsoever consequent upon such decisions.

4.7 Rejection Criteria


The following shall lead to rejection of Bid:
a) A Bid with incomplete scope of work and/ or which does not meet the technical
specifications and requirements as specified in the enquiry documents shall be
considered as non-responsive and rejected.
b) Non-submission of Integrity Pact along with Affidavit (Refer Clause 7.0 below)
c) Non-submission of bid in English language.
d) Non acceptance of Contract Performance Bank Guarantee (CPBG)
e) Non-submission of Earnest Money Deposit ( EMD) Security in format of
Annexure-J
f) Non acceptance of Price Reduction Schedule (PRS) & Delayed Delivery

5.0 AWARD OF WORK


5.1 Award
The Bidder, whose Bid is technically and commercially accepted by Owner as per terms
and conditions of the TENDER document and its Amendment (if any), and evaluation
methodology as specified elsewhere above shall be issued a Letter/ Fax of Intent prior
to expiry of Bid validity period. Bidder shall confirm acknowledgement by returning a
signed copy of the same.
Owner/MRPL shall not be obliged to furnish any information/ clarification/ explanation
to the unsuccessful Bidders regarding non-acceptance of their Bids. Owner shall
correspond only with the successful Bidder.

6.0 NOTIFICATION OF AWARD


6.1 Prior to the expiration of period of offer validity Owner 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 Acceptance (LOA)/ PO will constitute the formation of
the Order.
6.2 The Delivery Schedule shall commence from the date of notification of award / Letter
of Acceptance (LOA)/ PO.
6.3 LOA/ PO will contain price, delivery and other salient terms of bid and TENDER
Document. Bidder will be required to confirm receipt of the same by returning “Copy
of the LOA/ PO” duly signed and stamped by the bidder as a token of
acknowledgement/Acceptance to Owner. Without any condition / deviation will be
returned duly signed.
7.0 INTEGRITY PACT ALONG WITH AFFIDAVIT – NOT APPLICABLE
7.1 Bidders are required to sign and stamp the Integrity Pact (IP) along with Affidavit, as per
the proforma enclosed herewith as Annexure-C. Proforma of Integrity Pact along with
Affidavit shall be submitted in original by the Bidder along with their Bid (Part-I: Techno-
Commercial Bid), duly signed by the same signatory who is authorized to sign the Bid.
Bidder’s failure to submit the Integrity Pact duly signed shall result in the Bid not being
considered for further evaluation.
Tender No: D200050006 ITB Bidder’s Seal & Signature
Page 33 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

Bidders shall also be required to furnish an Affidavit confirming that he is not involved
in any case of transgression in terms of Integrity Pact as per the document provided as
Annexure-C Non Submission of Integrity Pact and Affidavit shall lead to not considering
their bid for further evaluation.

7.2 RAISING DISPUTES/COMPLAINTS. (Applicable for all TENDERs where


Integrity Pact is applicable.)
1 MRPL has appointed independent external monitors (IEMs). Bidders may raise
disputes/ complaints, if any, with the nominated Independent External Monitors
(IEM). After award of work, the IEMs shall look into any issue relating to execution
of contract, if specifically raised before them.
The name, emails & Phone no. of the present IEMs are as given below:
Sl No IEMs E-mail ID
1 Ms AlkaSirohi, IAS (Retd.) alka.sirohi@gmail.com

2 Shri. Sunil Kumar Chourasia, sunilchourasia@hotmail.com


IOFS (Retd.)

2 In the event of any dispute between the management and the contractor relating
to those contracts where Integrity Pact is applicable, in case, both the parties are
agreeable, they may try to settle dispute through mediation before the panel of
IEMs in a time bound manner. The fees/ expenses on dispute resolution shall be
equally shared by both the parties.
3 Curriculum Vitae of Independent External Monitors (IEMs) are placed permanently
on the home page of MRPL’s website www.mrpl.co.in –TENDERs.\

Note:

“Any routine request for tender enquiry, bid extension etc. should not be
generally forwarded to IEMs unless the Bidder/vender is
aggrieved/unsatisfied with any action(s) of MRPL For details of Role and
functions of IEM MRPL CVC website may be referred or use the link below”.
https://cvc.gov.in/sites/default/files/circular%20no.06-05-21.pdf

8.0 CARTEL FORMATION:


8.1 In case any Bidder is found to be involved in cartel formation, their Bid will not be
considered for evaluation/ placement of order. Such bidder will also be debarred from
bidding in future.

9.0 FRAUDULENT PRACTICES


9.1 The Owner requires that Bidders observe the highest standard of ethics during the
Bidding Process/execution of Contract Agreement. “Fraudulent Practice” means a
misrepresentation of facts in order to influence the award of a Contract to the detriment
Tender No: D200050006 ITB Bidder’s Seal & Signature
Page 34 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

of the Owner, and includes collusive practice among Bidders (prior to or after Bid
submission) designed to establish bid prices at artificial non-competitive levels and to
deprive the Owner of the benefits of free and open competition.
9.2 The OWNER will reject a Bid for award if it determines that the bidder recommended
for award has engaged in fraudulent practices in competing for the Contract in question.
Bidder is required to furnish the complete and correct information/ documents required
for evaluation of their Bids, if the information/ documents forming basis of evaluation is
found to be false/ forged, the same shall be considered adequate ground for rejection
of Bids
9.3 In case, the information/ document furnished by the Bidder 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 Agreement and get the remaining job executed at
the risk & cost of such Bidder without any prejudice to other rights available to Owner
under the contract such as forfeiture of CPBG/Security Deposit, withholding of payment
etc.
9.4 In case, 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 Bidder along with
forfeiture of CPBG/Security Deposit furnished by the bidder.
9.5 Further, such Bidder shall be put on Blacklist/ Holiday/Negative List of Owner debarring
them from future business with Owner for a time period, as per the prevailing policy of
Owner.

A. The Guidelines and procedures for Holiday Listing are available in MRPL website as
Holiday Listing Policy and shall be applicable in the context of all TENDERs and
consequently all Orders / Contracts / Purchase Orders. This can be accessed at URL
www.mrpl.co.in .refer to TENDERs - Holiday Listing Policy.
B. Agencies participating in TENDERs are deemed to have read, accepted and agreed
for the Holiday Listing Policy of MRPL and shall not seek any damages/compensation
from MRPL on account of the Holiday Listing of business with the Agency.
10.0 REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN NATIONALS

10.1 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:
i) 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.

ii) Request for Employment Visa for jobs for which large number of qualified Indians
are available, is not considered.
iii) Under no circumstances an Employment Visa is granted for routine, ordinary
secretarial / clerical jobs.
Bidders 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.
Tender No: D200050006 ITB Bidder’s Seal & Signature
Page 35 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

11.0 PRICE BID OPENING


11.1 Price part of only those bidders, whose bids are considered techno-commercially
acceptable, shall be opened. Bidders selected for opening of their price bids shall be
informed about the date of price bid opening.
11.2 The Price Bid opening shall be done of e-tender portal and Bidders can also witness bid
opening by logging on to the E-Tendering website through their system using their valid
digital signature/certificate.

12.0 INFORMATION REQUIRED FROM FOREIGN SUPPLIERS / CONTRACTORS FOR ALL CASES
OTHER THAN SUPPLY ORDERS
All prices must be gross of Indian Income Taxes.
12.1 It is mandatory for the foreign supplier/contractor to furnish the following information
in case his receipts are subject to tax deduction at source in India:
a) PAN No. as per the Indian Income Tax requirements failing which the
Supplier/Contractor 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.
In case the foreign bidder does not have Permanent Account Number (PAN), he
shall furnish the following information/documents:
 Name, e-mail ID, contact number.
 Address in the country of which the deductee is a resident.
 Tax Residency Certificate (TRC) from the Government of that country.
 Tax Identification Number (TIN) / Unique Number of the deductee in the
country of his residence.

b) Tax Residency Certificate (TRC) containing prescribed particulars as per the


enclosed format (Annexure F) 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 (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.
c) In additional to TRC, bidder in order to claim the benefits of DTAA shall also
submit additional information in form no. 10F. Form 10F has to be signed &
verified by the assessee himself. (Refer Annexure F)
12.2 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.
12.3 Any other document required before release of any payment as per the Statute
applicable for the Payment. The above shall be furnished before release of any payment.

Tender No: D200050006 ITB Bidder’s Seal & Signature


Page 36 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

13.0 COMPLIANCE TO REQUIREMENT TO TENDER DOCUMENT


Bidder shall submit the compliance to the TENDER document as per the performa
attached as Annexure – G. Non-compliant bids may be rejected and clarifications may
not be sought if sufficient compliant bids are received.

14.0 BANK GUARANTEE (BG) VERIFICATION UNDER THE “STRUCTURED FINANCIAL


MESSAGING SYSTEM” (SFMS).
The irrevocable Bank Guarantee (BG) in the prescribed TENDER format if submitted
against Earnest Money Deposit / CPBG/ SD/ Mobilisation advance shall be subject to
verification from the issuing Bank, the email ID of bank for the same must be
incorporated in the BG.
The BG issued by the issuing Bank on behalf of Bidder/Contractor/Supplier in favour of
“Mangalore Refinery and Petrochemicals Limited” shall be in paper form and also be
made available under the “Structured Financial Messaging System” (SFMS).
A separate advice of the BG will invariably be sent by the issuing bank to the
beneficiary’s ‘Bank through SFMS and SFMS transmission message reference number
(currently 32 digits code) is to be sent along with BG directly to MRPL through speed
post/regd. Post.
The details of beneficiary for issue of BG under SFMS platform is furnished below:
Name of Beneficiary: Mangalore Refinery and Petrochemicals Limited
Beneficiary Bank, Branch and address: Union Bank of India (Erstwhile Corporation
Bank), MRPL Project Site, Kuthethoor Post Mangaluru 575030, Karnataka
IFSC code: UBIN0905925
SWIFT Code: UBININBBMAP
MICR Code: 575026018
Any bank guarantee submitted in physical mode which cannot be verifiable through SFMS
will not be accepted under any circumstance.

Tender No: D200050006 ITB Bidder’s Seal & Signature


Page 37 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

ANNEXURE – A TO ITB
EXCEPTIONS AND DEVIATIONS STATEMENT FORMAT

TENDER DOCUMENT
Sl. REFERENCE SUBJECT DEVIATIONS
NO.
PAGE NO. CLAUSE NO.

NOTE:

1. Bidder is required to comply with the requirements of the TENDER Document, and
not to stipulate any exceptions or deviations. In case it is unavoidable, Bidder may
stipulate exceptions to requirements of TENDER document in the above format
only.

2. All exceptions and deviations taken by Bidder to the stipulations of the TENDER
document shall be indicated at one location in a separate section titled “Exceptions
and Deviations” in the techno-commercial unpriced part of the Bid as per the above
format only and not in the TENDER document or in the Price Bid.

3. Any exceptions or deviations indicated elsewhere in the Bid and / or in other format
shall not be taken cognizance of and Bid of the Bidder shall be deemed considered
without having any such deviations taken by the Bidder.

SIGNATURE OFBIDDER:

NAME OFBIDDER:

Tender No: D200050006 ITB Bidder’s Seal & Signature


Page 38 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

ANNEXURE – B TO ITB
VENDOR FORM FOR ELECTRONIC FUNDS TRANSFER PAYMENT & TAX DETAILS
Please use additional copies of this form if your Company has additional Branches/ Divisions dealing with MRPL/ if Material/
Service/ Invoice will be provided from different GST Nos.
Vendor data - ver-9
To: GGM – Materials
Mangalore Refinery & Petrochemicals Ltd.,Kuthethoor P.O., via Katipalla,
Mangalore. (Karnataka), Pin Code-575030, INDIA
The following is a confirmation/ updation of our bank account details and I/we hereby affirm our
choice to opt for payment of amounts due to us under various contracts through electronic mode.
1. Vendor/ Contractor particulars:
(i) Name of the Company:
(ii) Corporate Identity No. (CIN)
(iii) Existing Vendor Code (given by MRPL)
(iv) Complete Postal Address:

(v) Pin code/ ZIP code:


(vi) Telephone nos. (with country/area
codes):
(vii) Fax No.: (with country/area codes):
(viii Cell phone Nos.:
)
(ix) Contact persons /Designation:
(x) Email IDs:
2.Bank Account Particulars:
(i) Name of the Account holder:
(ii) Complete Bank Account No. (for
Electronic Funds Transfer):
(iii) Account type :
(iv) Bank Name :
(v) Bank Branch:
(vi) Bank Branch Contact Nos.:
(vii) 11 Digit IFS Code (for Bank Branches
in India)
(viii Swift Code (for Bank Branches not in
) India)
3. Tax Registration numbers: *(Please fill in the applicable fields and attach relevant proofs)
(i) Income Tax PAN no.:
(ii) Vendor type as per GST Act (tick any Registered Not Registered Compounding SEZ
one)
(iii) GST No.:
(iv) TAN No.:
(v) Registered address as per GST No.

(vi) Contact Names, Nos.& email IDs for GST matters (Please mention primary and secondary
contacts):

Tender No: D200050006 ITB Bidder’s Seal & Signature


Page 39 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

Accounts Deptt. 1.
2.
Material Dispatch Deptt./ Services 1.
Deptt.
2.
(vii) Are you registered under TReDS No/Yes with RXIL/ A-TREDS/I9xchange 10 digit Reg No-

4. Organization information (MSMEs refer to Micro, Small and Medium Enterprises Development
Act, 2006):
(i) Company /Partnership Firm /Proprietary Concern / Society/Trust /NGO/Others (Please
Specify):
(ii) Whether Proprietor/ Partner belongs to SC/ ST category. (Please
specify names and percentage of shares held by SC/ST Partners):

(iii) Micro/Small / Medium Enterprise/ SSI/ Govt. Deptt./


PSU/ Others:
(iv) Name of MSME Registering Body (NSIC/ DIC/ KVIC/KVIB
etc.):
(v) MSME Registration no. (with copy of registration)
(vi) Udyog Aadhaar Memorandum no.
(vii) MSME-Women Entrepreneur No/Yes
(viii Start-Up recognized by DIPP, Ministry of Commerce, No/Yes, copy of certificate from DIPP
) Govt of India attached
I/we hereby confirm that the particulars given above are correct and complete and also
undertake to advise any future changes to the above details.

______________________________________
Name, Seal & Signature of Authorized Signatory for the Vendor with date
TO BE FILLED BY AUTHORISED BANKER OF THE VENDOR:
Certified that the Particulars as in Sr. No. 2 above are correct as per our records

__________________________
Bank Seal & Signature with date

Tender No: D200050006 ITB Bidder’s Seal & Signature


Page 40 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

ANNEXURE – C TO ITB
INTEGRITY PACT ( Not Applicable)
between
Mangalore Refinery and Petrochemicals Ltd (MRPL) hereinafter referred to as "The Principal",
and
M/s..............................................................................hereinafter referred to as "The
Bidder/Contractor"
Preamble
The Principal intends to award, under laid down organizational procedures, contract/s for procurement of products /
services vide tender No. ……………………….dtd………………. The Principal values full compliance with all relevant laws of
the land, rules, regulations, 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 will appoint an Independent External Monitor (IEM) 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 self or third person, any material or
immaterial benefit which the person 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
IPC/PC Act, or if there be a substantive suspicion in this regard, the Principal will inform the Chief Vigilance officer
and in addition can initiate disciplinary actions.

Section 2 – Commitments of the Bidder(s)/Contractor(s)

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

1. The Bidder(s)/Contractor(s) 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(s)/Contractor(s) 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 cartelization
in the bidding process.
3. The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act; further
the Bidder(s)/Contractor(s) 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(s)/ Contractor(s)of foreign origin shall disclose the name and address of the Agents/ representatives
in India, if any. Similarly the Bidder(s)/Contractor(s) of Indian Nationality shall furnish the name and address of
the foreign principals, if any. Further details as mentioned in the “Guidelines on Indian Agents of Foreign Suppliers”
shall be disclosed by the Bidder(s)/ Contractor(s), Further, as mentioned in the Guidelines all the payments made
to the Indian agent/ representative have to be in Indian Rupees only.
Tender No: D200050006 ITB Bidder’s Seal & Signature
Page 41 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

5. The Bidder(s)/ Contractor(s) will, when presenting his bid, disclose any and all payments made, is committed to
or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract.
6. Bidder(s)/Contractor(s) who have signed the Integrity Pact shall not approach the courts while representing the
matter to IEMs and shall wait for the decision in the matter.

(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(s)/ Contractor(s), before award or during execution has committed a transgression through a violation of
Section 2 or in any other form such as to put his reliability or credibility in question, the Principal is entitled to disqualify
the Bidder(s)/Contractor(s) from the tender process or take action as per the procedure mentioned in the “Policy for
Holiday Listing”. Copy of the “Policy for Holiday Listing” is placed at MRPL Website.

Section 4 - Compensation for Damages

(1) If the Principal has disqualified the Bidder(s) 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 Earnest Money
Deposit / Bid Security.

(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 of the contract value or the amount equivalent to Security Deposit/ Performance Bank
Guarantee.

Section 5 - Previous transgression

(1) The Bidder declares that no previous transgressions occurred in the last 3 years with any other Company in any
country conforming to the anti-corruption 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 Action
can be taken as per the procedure mentioned in “Policy for Holiday Listing”.

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

(1) In case of Joint Venture, all the partners of the Joint Venture should also sign the integrity pact. In case of sub-
contracting, the Principal Contractor shall take the responsibility of the adoption of Integrity Pact by the Sub-
Contractor. It is to be ensured that all sub-contractors also sign the Integrity Pact.

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

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

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 this regard, the Principal will inform the same to the Chief Vigilance Officer.

Section 8 - Independent Monitor External Monitor

Tender No: D200050006 ITB Bidder’s Seal & Signature


Page 42 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

(1) The Principals appoints competent and credible independent external Monitor for this Pact after approval
by Central Vigilance Commission. The task of the Monitor is to review independently and objectively, whether
and to what extend 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/her functions
neutrally and independently. The Monitor would have access to all contract documents, whenever required. It
will be obligatory for him/ her to treat the information and documents of the Bidders/ Contractors as
confidential. He/She reports to the Managing Director, MRPL.

(3) The Bidder(s)/ Contractor(s) 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/her request and demonstration of a valid interest, unrestricted and unconditional access to
his project documentation. The same is applicable to Subcontractors.

(4) The Monitor is under contractual obligation to treat the information and documents of the Bidder(s)/
Contractor(s)/ Sub-Contractor(s) with confidentially. The monitor has also signed declarations on ‘Non-
Disclosure of Confidential Information’ and of ‘Absence of Conflict of Interest.’ In case of any conflict of
interest arising at a later date, the IEM shall inform Managing Director, MRPL and rescue himself/ herself from
that case.

(5) 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.

(6) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he/she will so inform the
Management of the Principal and request the Management to discontinue or take corrective action, 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.

(7) The Monitor will submit a written report to the Managing Director, MRPL 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.

(8) If the Monitor has reported to the Managing Director MRPL, a substantiated suspicion of an offence under IPC/PC
Act, and the Managing Director MRPL has not, within reasonable time taken visible action to proceed against
such offence or reported it to the Chief Vigilance Officer, the Monitor may also transmit this information
directly to the Central Vigilance Commissioner.

(9) The word “Monitor” would include both singular and plural.

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. Any violation
of the same would entail disqualification of the bidders and exclusion from future business dealings.
If any claim is made/lodged during this time, the same shall be binding and continue to be valid dispite the lapse of
this pact as specified above, unless it is discharged / determined by Managing Director of MRPL.

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. Mangalore.

(2) Changes and supplements as well as termination notices need to be made in writing. Side Agreements have not
been made.

Tender No: D200050006 ITB Bidder’s Seal & Signature


Page 43 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

(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 intentions.

(5) Issues like Warranty/ Guarantee etc. shall be outside the purview of IEMs.

(6) In the event of any contradiction between the Integrity Pact and its Annexure, the clause in the Integrity Pact
will prevail.

FORMAT FOR FURNISHING AFFIDAVIT W.R.T. INTEGRITY PACT

FORMAT OF AFFIDAVIT

AFFIDAVIT OF...................................................... S/o D/o ................................................ ,


resident of

.......................................................................................................
EMPLOYEDAS..........................................
WITH

....................................................................................HAVING OFFICE
AT……………………………………………

...................................................................PIN ………………………………

I, the above named deponent do hereby solemnly affirm and state as under:-

1. That I am the authorized representative and signatory of M/s ………………………..

2. Bidding entity M/s _________________ is not involved in any case of transgression in terms of
Integrity Pact. Submitted for TENDER No ______________________

3. I depose accordingly,

DEPONENT
VERIFICATION

I, the deponent above named, do hereby verify that the factual contents of this Affidavit are true and correct.
No part of it is false and nothing material has been concealed there from.
Verified at on this ............................... day of .................. 20 ........................ .........

DEPONENT
(on non-judicial stamp paper of appropriate value & duly notarized)

Tender No: D200050006 ITB Bidder’s Seal & Signature


Page 44 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

ANNEXURE–D TO ITB

ANNUAL TURNOVER DETAILS

A. ANNUALTURNOVER

Annual Turnover data for the last 3 financial years ending 31stMarch / 31stDecember

ANNUALTURNOVER
ANNUALTURNOVER Bidder’s
(In US$, for Foreign
FINANCIALYEAR (indicate currency) Currency to
Bidder)[As on Date of
(F.Y.) [As per Audited Financial US$ conversion
Audited Financial
Statement] factor
Statement]

F.Y._________________

F.Y._________________

F.Y._________________

AVERAGE TURNOVER

Tender No: D200050006 ITB Bidder’s Seal & Signature


Page 45 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

ANNEXURE–E TO ITB

PROFORMA FOR ACKNOWLEDGEMENT LETTER OF TENDER DOCUMENT


(TO BE SUBMITTED IN BIDDER’S OWN LETTERHEAD)

Ref No.: DATE:

To

Attn. :
TENDER FOR SUPPLY OF FLANGES FOR MRPL REFINERY PROJECT AT
MANGALORE, KARNATAKA
SUBJECT :
Tender No. D200050009

Dear Sir,

We hereby acknowledge receipt of a complete set of TENDER Document along with all enclosures
for the subject work as per the Master Index for preparation and submission of the Bid.

We undertake that the contents of the above TENDER Document shall be kept confidential and
further that specifications and documents shall not be transferred and that the said documents
are to be used only for the purpose for which they are intended.

A) We intend to bid as requested for the subject works and furnish following details with
respect to our quoting office:

(i) POSTAL ADDRESS :

(ii) TELE PHONE NUMBER : _______________________


(with ISD code)
(iii) MOBILE NO. :

(iv) TELEFAX NUMBER :

(v) CONTACT PERSON :

(vi) DESIGNATION :

(vii) EMAIL ADDRESS :


(viii) REGISTERED OFFICE :

Tender No: D200050006 ITB Bidder’s Seal & Signature


Page 46 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

B) Contact person at Delhi, if any:


(i) POSTAL ADDRESS :

(ii) TELE PHONE NUMBER


(with ISD code) :

(iii) MOBILE NO. :


(iv) TELE FAX NUMBER :
(v) CONTACT PERSON :
(vi) DESIGNATION :
(vi) EMAIL ADDRESS :

C) We are unable to bid for the reasons given below and we are returning the entire set of
TENDER Documents.
Reasons for non-submission of Bid:

BIDDER'SNAME :

SIGNATURE :

NAME :

DESIGNATION :

DATE :

NOTE: Bidder is requested to furnish the details mentioned at (A) and (B) or (C) within 7 days
after receipt of TENDER Document.

(STAMP AND SIGNATURE OF BIDDER)

Tender No: D200050006 ITB Bidder’s Seal & Signature


Page 47 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

ANNEXURE-F TO ITB

( NOT APPLICABLE )

Tender No: D200050006 ITB Bidder’s Seal & Signature


Page 48 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

ANNEXURE –G TO ITB

COMPLIANCE TO REQUIREMENT TO TENDER DOCUMENT

TENDER No: D200050006


ITEM: SUPPLY OF FLANGES FOR MRPL REFINERY PROJECT AT MANGALORE, KARNATAKA

We * hereby agree to fully comply with, abide by and accept without variation, deviation
or reservation all technical, commercial and other condition whatsoever of the TENDER Documents
including all Addenda / Corrigenda / Clarifications issued.

Any and all deviations, variations, objections or reservations whatsoever hereto set out, given or
indicated in our offer, clarifications, correspondence, communications, or otherwise stands null and
void.

**
For & on behalf of

Authorised signatory

* Here fill in the name of bidder.


** The Compliance Letter must be signed by the person (s) authorised to sign the bid.

Tender No: D200050006 ITB Bidder’s Seal & Signature


Page 49 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

ANNEXURE – H TO ITB

DECLARATION OF BLACKLISTING BY ANY GOVT DEPARTMENT / PSU


(ON LETTERHEAD OF BIDDER)

TENDER No: D200050006


ITEM: SUPPLY OF FLANGES FOR MRPL REFINERY PROJECT AT MANGALORE, KARNATAKA

I hereby declare that ___________________________(Name of the bidder) is not banned or delisted or


blacklisted by any government department / Public Sector Undertaking on due date of submission of
bid.

For & on behalf of


Authorised signatory of Bidder

Tender No: D200050006 ITB Bidder’s Seal & Signature


Page 50 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

ANNEXURE – I TO ITB

DECLARATION FOR LIQUIDATION/ COURT RECEIVERSHIP

TENDER No: D200050006


ITEM: SUPPLY OF FLANGES FOR MRPL REFINERY PROJECT AT MANGALORE, KARNATAKA

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

BIDDER’S SIGNATURE
NAME:
DESIGNATION
DATE:
SEAL/STAMP

Note:

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

Tender No: D200050006 ITB Bidder’s Seal & Signature


Page 51 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

ANNEXURE – J TO ITB

PROFORMA OF BANK GUARANTEE

(FOR EARNEST MONEY DEPOSIT AS APPLICABLE)


(On non-judicial paper of appropriate value)

To
Mangalore Refinery and Petrochemicals
Limited Phase Ill Refinery Project
Mangalore

Dear Sirs,
In consideration of Mangalore Refinery and Petrochemicals Limited , having its Registered Office at
Kuthethoor P.O Via Katipalla , Mangalore - (hereinafter called "the Owner" which expression shall
include its successors and assigns), having agreed interalia to consider the tender of
............................................... (Name of the Tenderer) having its Head Office/Registered
Office at ........................................... (Address of the Tenderer) (hereinafter called the
"Tenderer" which expression shall include its successors and assigns), 'for the work of (Name of the
Project/ Work) at................................ to be awarded under Tender No. ………………. upon
the Tenderer furnishing an undertaking from the Bank as hereinafter appearing in lieu of cash deposit
of the Earnest Money.
We ............................................................ (Name of the Bank), a Bank
Constituted/Registered under the ................ Act, having our Head Office/Registered Office at
....................................... (hereinafter called the "Bank" which expression shall include its
successors and assigns), at the request of the Tenderer and with the intent to bind the Bank and its
successors and assigns do hereby unconditionally and irrevocably undertake to pay the Owner at
Mangalore forthwith on first demand without protest or demur or proof or satisfaction or condition and
without reference to the Tenderer, all sums payable by the Tenderer as and by way of Earnest Money
to the Owner, upto an aggregate limit of (Amount in figures and words).
AND THE BANK DOTH HEREBY FURTHER AGREES AS FOLLOWS:
1. This Guarantee/Undertaking shall be a continuing guarantee and shall remain in full force and effect
for all claims r demands made by the Owner on the Bank until the Owner discharges this
Guarantee/Undertaking subject, however, that the Owner shall have no claims under this
Guarantee/Undertaking after the midnight of ......................200................. or any written
extension(s) thereof.
PROVIDED that if the aforesaid work tendered for or any part thereof shall be awarded to the
Tenderer on or before the said date, whether on the basis of accompanying tender or any other basis,
then the validity of this guarantee/undertaking shall stand automatically extended for all claims and
demands made by the Owner for further three months.

2. The Owner shall have the fullest liberty without reference to the Bank and without affecting in any
way the liability of the Bank under this Guarantee/Undertaking at any time and/or from time to time
any wise to postpone and/or vary any of the powers, rights, and obligations exercisable by the Owner
against the Tenderer and either to enforce or to forbear from enforcing all or any of the terms and
conditions of or governing the said Tender and/or any contract consequent upon any award of work or
the said Earnest Money Deposit or the securities available to the Owner or any of them and the Bank
shall not be released from its liability under these Presents and the Liability of the Bank hereunder
Tender No: D200050006 ITB Bidder’s Seal & Signature
Page 52 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

shall remain in full force and effect notwithstanding any exercise by the Owner of the liberty with
reference to any or all the matters aforesaid or by reason of any other act, matter or thing whatsoever
which under law relating to the sureties or otherwise which could, but for this provision have the effect
of releasing the Bank from all or any of its obligations hereunder or any part thereof, and the Bank
specifically waives any and all contrary rights whatsoever.
3. It shall not be necessary for the Owner to proceed against the Tenderer before proceeding against the
Bank and the Guarantee/Undertaking herein contained shall be enforceable against the Bank as
principal debtor notwithstanding the existence of any other undertaking or security for any
indebtedness of the Tenderer to the Owner and notwithstanding that any such security shall at the
time when claim is made against the Bank or proceedings taken against the Bank hereunder, be
outstanding or unrealised.
4. The amount stated by the Owner in any demand, claim or notice made with reference to this guarantee
shall as between the Bank and the Owner for the purpose of these Presents be conclusive of the amount
payable by the Bank to the Owner hereunder.
5. The liability of the Bank to the Owner under this Guarantee/Undertaking shall remain in full force and
effect notwithstanding the existence of any difference or dispute between the Tenderer and the
Owner, the Tenderer and the Bank and/or the Bank and the Owner or otherwise howsoever touching
these Presents or the liability of the Tenderer to the Owner, and notwithstanding the existence of any
instructions or purported instructions by the Tenderer or any other person to the Bank not to pay or
for any cause withhold or defer payment to the Owner under these Presents, with the intent that
notwithstanding the existing of such difference, dispute or instructions, the Bank shall be and remain
liable to make payment to the Owner in terms thereof.
6. This Guarantee/Undertaking shall not be determined or affected by the liquidation or winding up or
dissolution or change of constitution or insolvency of the Tenderer or any change in the legal
constitution of the Bank or the Owner.
7. Without prejudice to any other mode of service, a demand or claim or other communication may be
transmitted by the Owner to the Bank either by post or by fax. If transmitted by fax, the transmission
shall be complete as soon as acknowledged by the Bank.
8. Notwithstanding anything contained herein:
(i) The Bank's liability under this guarantee/undertaking shall not exceed (Amount in figures
& words);
(ii) The guarantee/undertaking shall remain in force upto ……………. and any extension(s) thereof; and
(iii) The Bank shall be released and discharged from all liability under this guarantee/undertaking
unless a written claim or demand is issued to the Bank on or before or the date of expiry
of any extension(s) thereof if this guarantee/undertaking has been extended.

The Bank doth hereby declare that Shri (designation) who is authorized to sign this
Guarantee/Undertaking on behalf of the Bank and to bind the Bank thereby.

This day of …………, 20 _

Yours faithfully

Signature:_
Name & Designation:
Name of the Branch:

Tender No: D200050006 ITB Bidder’s Seal & Signature


Page 53 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

ANNEXURE – K TO ITB
CORPORATE GUARANTEE

This Corporate Guarantee made on this ___ day of _________ month ______ year by M/s
__________________________________(Parent Company/Group Company/affiliate), a Company organized and
existing under the laws of _______________ and having its registered office at
_____________________(hereinafter referred to as the "Guarantor" which expression shall unless repugnant to the
subject or context deemed to include their successors and assignees) at the request and/or behest of
__________________, a Company organized and existing under the laws of __________________ having its
registered office at _____________________(hereinafter referred to as “Bidder”), in favour of Mangalore Refinery
and Petrochemical Limited, a Public Company organized under the laws of India having its Registered office at
_______________________________________________(hereinafter referred to as “Beneficiary”).

Whereas:

The Beneficiary floated a public TENDER dated _____________no. ____________________ for


__________________________________ (Purpose).The Bidder has submitted its quotation dated _____ and has
represented to the Beneficiary that the Bidder is the wholly owned subsidiary/Group Company/affiliate of the
Guarantor and that the Bidder has access to and the Guarantor shall make available necessary financial and
technical support as required by the Bidder for successful execution of the contract, if awarded to the Bidder, for
the Purpose. Accordingly, the Guarantor is ready and willing to give this Corporate Guarantee on the terms and
conditions hereinafter contained
.
We, the Guarantor are hereby recording the terms and conditions governing our obligations under this Guarantee
with the intent of being legally bound by the same and hereby agree, covenant and bind ourselves as follows:-

1. The Guarantor hereby irrevocably and unconditionally guarantees to the Beneficiary, the performance by the
Bidder of its obligations under the terms and conditions of the TENDER and the contract, upon the contract being
awarded to them. The Guarantor shall execute such other deeds and documents as may be desired by the
Beneficiary in this regard.

2. The Guarantor unconditionally and irrevocably guarantees to the Beneficiary that it will make available or cause
to be made available to the Bidder all financial, technical support and expertise, expert manpower and
procurement assistance and project management and other resources required to ensure that the Bidder can carry
out its obligations as per the TENDER terms and conditions and that the Bidder at all times fully and effectively
discharge its obligations under the terms and conditions of TENDER, including by discharging the obligations within
the time and cost so stipulated.

3. The Guarantor hereby agrees that if the Bidder shall in any respect commit any breach or fails to fulfill any of
the terms of the contract/TENDER or complete it in all respects or if there is a failure to make any supplies or if
any material, equipment or machinery under the contract so supplied is not of the required specifications or does
not perform as envisaged under the contract, then the Guarantor undertakes to forthwith perform the same and
fulfill all the obligations required under TENDER/contract terms & conditions (including payment of any liquidated
damages) on behalf of the Bidder without any extra cost and time implications. The decision of the Beneficiary
with respect to breach/failure by the Bidder shall be final and binding on the Guarantor.

4. The Guarantor further undertakes to indemnify and keep harmless the Beneficiary against all losses, damages,
expenses, claims, costs (including legal costs and attorney fees) which may be suffered or incurred or threatened
to be suffered or incurred by the Beneficiary due to the failure or breach on the part of the Bidder under the
contract and/or the Guarantor under this Guarantee.

5. The Guarantor assures and undertakes that during the term of the contract or of any guarantee for performance
as per the contract, the Bidder shall continue to be the wholly owned subsidiary/affiliate/group company of the
Guarantor and the Guarantor’s liability shall not be affected due to any incapacity or lack of power or legal

Tender No: D200050006 ITB Bidder’s Seal & Signature


Page 54 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

personality or change in the status of the Bidder or the Guarantor.

6. The Guarantor’s liabilities under this Guarantee shall not exceed the maximum limit liability (if any) of the
Bidder under the TENDER/contract terms and conditions.

7. The obligation of the Guarantor shall take effect from the date of this Guarantee and shall be independent of
any other security given under the contract and remain in full force until all the obligations of the Bidder under
the TENDER/contract have been fully performed and discharged and/or all sums of money payable to Beneficiary
have been fully paid.

8. The liabilities of the Guarantor shall not be discharged, diminished or otherwise affected by:-

(a) Any change in the Articles of Association or Bye-Laws or constitution of the Bidder or the Guarantor.
(b) Any amendment to the contract (including any extension of time) or any waiver granted to the Bidder.
(c) The dissolution, amalgamation, reconstruction or reorganization of the Bidder or the Guarantor.

9. NOTICE:
Any notice, demand, declaration or other communication to be given by the Beneficiary or the Guarantor to the
other shall be in writing, in English language and delivered in person or by Air Mail or by Courier Services or by
Facsimile or by E-Mail to the address given below and shall be deemed to be validly served after two days from
the date thereof:-

For Guarantor
Attention of
Mailing Address
Email Address
Fax No.

For Beneficiary
Attention of
Mailing Address
Email Address
Fax No.

10. No modification, alteration or amendment of this Guarantee or any of its terms or provisions shall be valid or
legally binding unless the Beneficiary consents to the same in writing.

11. No failure to take any action with respect to a breach of this Guarantee or a default by any other party shall
constitute a waiver of the Beneficiary’s right to enforce any provision of this Guarantee or to take action with
respect to such breach or default or any subsequent breach or default.

12. The Guarantor confirms that it has all the necessary powers and corporate authority to issue this Guarantee
in favour of the Beneficiary and this Guarantee constitutes a valid legal and enforceable document under the law
to which it is subject. The undersigned has full power to issue this Guarantee under the power of Attorney
/Resolution of Board of Directors Dated-------------- granted to him by the Guarantor.

13. GOVERNING LAW AND JURISDICTION:

This Guarantee shall be exclusively governed by and construed in accordance with the laws of India without giving
effect to the principles of conflict of laws therein. No party shall take a plea that any forum is inconvenient.

14. DISPUTE RESOLUTION:

Any dispute arising out of or in relation to this Guarantee shall be resolved by arbitration as per the provision set

Tender No: D200050006 ITB Bidder’s Seal & Signature


Page 55 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

out in the TENDER document.

IN WITNESS WHEREOF the Guarantor has duly executed this Guarantee as at the date first above written.

For and on behalf of Guarantor, Witness


_______________________ Signature :

(Signature) Name :
Corporate Seal Designation :
Date:

Tender No: D200050006 ITB Bidder’s Seal & Signature


Page 56 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

ANNEXURE – L TO ITB

UNDERTAKING BY THE BIDDERS

(In letter head)

Tender No.: _______________________________________________________________________

Name of the Work: _________________________________________________________________

We ______________________________________________ (Name of the Tenderer) hereby certify that we


have fully read and thoroughly understood all the tender requirements and accept all terms and
conditions of the tender including all corrigendum / addendum / clarification issued, if any. Our offer is
in confirmation to all the terms and conditions of the tender including all corrigendum / addendum /
clarification, if any and minutes of the pre-bid meeting. In the event our offer is found acceptable and
contract is awarded to us, the complete tender document shall be considered for constitution of Contract
Agreement.

We confirm that we have quoted the prices/rates in the tender considering inter-alia the
1) Tender Document(s)
2) Scope of Work / Special Conditions of Contract
3) Safety Policy
4) Pre-bid meeting Minutes (if any)
5) SOR / Price bid format
6) Corrigendum / Addendum/ Clarification (if any)

Place : Signature of Bidder:

Date : Name of Signatory:

Note: This declaration should be signed by the Tenderer’s authorised representative on Company
Letterhead who is signing the Bid and Scanned copy to be upload

Tender No: D200050006 ITB Bidder’s Seal & Signature


Page 57 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

TENDER No: D200050006

SUPPLY OF FLANGES FOR MRPL REFINERY PROJECT AT MANGALORE,


KARNATAKA

SECTION-4

SPECIAL PURCHASE CONDITIONS (SPC)

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 58 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

INDEX
1.0 PAYMENT TERMS
2.0 EVALUATION CRITERIA FOR COMPARISON OF BIDS
3.0 COMMERCIAL LOADING OF OFFERS IN CASE OF DEVIATIONS
4.0 IMPORTS AND CUSTOMS DUTIES
5.0 INDIAN TAXES/DUTIES
6.0 FIRM PRICES
7.0 SUO-MOTO CHANGES IN PRICES
8.0 SPARES
9.0 CURRENCY OF BID
10.0 CONVERSION TO SINGLE CURRENCY
11.0 SINGLE POINT RESPONSIBILITY OF THE SUPPLIER
12.0 NEGOTIATION
13.0 ONE BID PER BIDDER
14.0 TRANSPORTATION
15.0 COMPREHENSIVE MARINE-CUM-ERECTION INSURANCE
16.0 GUARANTEE PERIOD
17.0 CONTRACT CUM PERFORMANCE BANK GUARANTEE (CPBG)
18.0 PRICE REDUCTION SCHEDULE (PRS)/ DELAYED DELIVERY
19.0 LIMITATION OF LIABILITY
20.0 TRANSFER OF PROPERTY FROM THE SELLER TO THE PURCHASER
21.0 INSPECTION
22.0 REPEAT ORDER

23.0 PART ORDER CONDITION

24.0 ORDER OF PRECEDENCE OF COMMERCIAL DOCUMENTS

25.0 CONDITIONS FOR MICRO & SMALL ENTERPRISES (MSE’S)


26.0 CONDITIONS FOR START UP COMPANIES
27.0 PURCHASE PREFERENCE LINKED WITH LOCAL CONTENT (PP-LC 2017) AND
ANNEXURE-1
28.0 TERMS AND CONDITIONS FOR BIDDERS FROM A COUNTRY SHARING LAND BORDERS
WITH INDIA

29.0 TERMS & CONDITIONS OF SUPERVISION OF ERECETION, TESTING & COMMISSIONING


(IF APPLICABLE AS PER TECHNICAL SPECIFICATION)
30.0 TERMS & CONDITIONS OF POST WARRANTY COMPREHENSIVE ANNUAL
MAINTENANCE CONTRACT (PWCAMC) (IF APPLICABLE AS PER TECHNICAL
SPECIFICATION)
31.0 TERMS & CONDITIONS OF TRAINING OF EMPLOYER’S PERSONNEL AT
MANUFACTURER’S WORKS/ FACILITIES (IF APPLICABLE AS PER TECHNICAL
SPECIFICATION)

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 59 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

32.0 TERMS & CONDITIONS FOR SITE WORK (IF APPLICABLE AS PER TECHNICAL
SPECIFICATION)
33.0 Procedure for Final Documentation (SPC-000009) (Rev.-01)

34.0 Vulnerability Atlas of India

ANNEXURE –A
ANNEXURE –B
ANNEXURE –C
ANNEXURE –D
ANNEXURE –E
ANNEXURE –F

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 60 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

1.0 PAYMENT TERMS


A. FOR INDIGENOUS SUPPLIERS:
A.

1. Supply:

(i) 15% against identification of raw materials at Supplier’s works and against submission of ABG of
equivalent amount.
(ii) 60% against despatch documents (along with copy of LR/GR and IRN) directly to MRPL together with
full taxes, duties and transportation charges.
(iii) 15% against receipt of material at site.
(iv) 10% on receipt of all material at site.

All milestone payment shall be processed only after receipt of invoices which are duly
certified by Consultant.

Notes:

(i) Any Milestone payment shall be released only after receipt of CPBG (wherever applicable as per
the format referred in Appendix-1 to GPC) and manufacturing schedule.

(ii) GST shall be paid against receipt of tax invoice. In case of non-receipt of tax invoice or non
payment of GST by the contractor/vendor, MRPL shall withhold the payment of GST.

(iii) Prorata payments shall be applicable on dispatch of equipment. In case of equipment, prorate
shall not be on part of equipment.

(iv) In case of indigenous SUPPLIERs, wherever taxes/duties are separately indicated, the order value
shall be exclusive of taxes/duties. 100% payment of taxes/duties shall be paid along with the
payment released against dispatch documents on receipt of Tax Invoices (wherever applicable)
as per GST Invoicing rules.

(v) Payment to indigenous SUPPLIERs shall be released through Banking channel and to foreign
SUPPLIERs, payments other than against shipping documents, i.e., for Site Work and
Supervision/Training etc. shall be through wire transfer.

(vi) 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.

(vii) All bank charges of respective bankers shall be to respective account.

(viii) Supplier shall submit Billing Schedule within three weeks after placement of LOA/PO (whichever
is issued earlier) for CONSULTANT/OWNER’s approval (wherever applicable). Suppliers requiring
multiple dispatches will restrict the number of dispatches to maximum three, unless agreed
otherwise by Project Manager.

(ix) In case of Annual Maintenance Contract (AMC), CPBG @ 3% of maximum annual AMC amount shall
be submitted within 2 weeks from the date of order and shall be valid for the entire AMC period
plus 2 months claim period.

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 61 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

(x) In case of Columns/Vessels/Reactors where Template to be supplied by Supplier, 15% payment


against raw material identification shall be split in 1%+14% and it shall be specified that 1%
payment out of 15% shall be paid after receipt of templates at site. Supplier has to ensure supply
of templates within two month from the approval of drawings at least in code.

(xi) In case C form is not issued up to 4.5 months and/or site is not available up to 6 (Six) months
(wherever site work is applicable), after receipt of all supplies at site, the payment against the
same shall be released on submission of additional Bank Guarantee of equivalent amount valid
for 1 (One) year or such extended period as may be required.
Certification for placement of sub-order and/or identification of major raw material, in the
above payment terms, shall be carried out by CONSULTANT/TPI agency, as applicable.
(xii) Quoted site work charges shall be minimum x% (as mentioned in the price schedule) of the quoted
supply prices. In case a Seller quotes site work charges lesser than x % of supply price, the
differential charges shall be retained from supply prices and shall be paid along with the last 10%
payment of supply charges which will be paid after completion of site work.
In case x% is not indicated in the price schedule, the same shall be taken as 10%.

(xiii) Advance Bank Guarantee (ABG) shall be as per Appendix-2 to GPC. ABG shall be initially valid till
contractual supply date. To be extended till adjustment of advances, upon supply of material.

(xiv) Supplier shall be responsible that Tax Invoices are as per applicable Statute. The needful data /
documents / details, if required to be uploaded as per statutory requirements shall also be
complied forthwith by the supplier.

(xv) Procedure for Final Documentation (SPC-000009) (Rev. -01) attached.

2.0 EVALUATION CRITERIA FOR COMPARISON OF BIDS:

2.1 Following costs, taxes, duties etc., as applicable, shall be used for evaluation of bids:
 Basic ex-works cost (including special tools and tackles),
 Cost of mandatory and commissioning spares,
 Packing & Forwarding charges,
 Third party inspection charges
 FOB charges and taxes, duties in bidder’s country (in case of foreign vendors),
 All taxes and duties applicable in India: Net of CenVAT amount shall be
 considered
 Port / Port handling charges (for foreign vendors)
 Freight / Transportation Charges (including inland freight / Transportation
 charges in case of foreign bidders upto site),
 Testing charges,
 Site work charges,
 Site supervision services charges (for number of days as informed in the Tender
document),
 3-D Modelling, Hazop Study, AMC charges, if applicable
 Training charges, if applicable
 Technical and commercial loadings, as defined in the Tender document.
 Any other charges indicated by the bidder

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 62 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

Suo moto price discounts and discounts for prompt payments shall not be used for evaluation.

Prices for Post Warranty Comprehensive Annual Maintenance Contract (PWCAMC), if any
mentioned in Tender, shall be considered for evaluation. However, Purchase order for PWCAMC
shall be placed separately by MRPL.
Evaluation shall take into consideration Government of India guideline with respect to Purchase
Preference applicable to Central PSUs, Micro and Small Enterprises (MSEs) as well as any
applicable Government of India Guidelines.
Ministry of Micro, Small and Medium Enterprises, Government of India have notified the public
procurement policy (PPP), 2012 for facilitating promotion and development of Micro and Small
Enterprises, which shall be complied with for evaluation and ordering.
Ministry of Petroleum and Natural Gas, Government of India has notified the policy to provide
Purchase preference (linked with local content) (PP-LC) to the manufacturers / service
providers having the capability of meeting / exceeding the local content targets in Oil and Gas
business activities, which shall be complied with for evaluation and ordering in applicable
cases.
Third party Inspection charges for applicable equipment / materials / goods shall be included
in supplier (s) quoted prices, Consultant shall arrange TPI from anyone of the following
approved Third Party Inspection Agencies for the Projects:

i) M/s ABS Industrial Verification (India) Pvt. Ltd.


ii) M/s Astron Certification India Private Limited
iii) M/s Bureau Veritas (India) Pvt. Ltd.
iv) M/s Certification Engineers International Ltd.
v) M/s International Certification Services Pvt. Ltd.
vi) M/s IR Class Systems and Solutions Private Limited
vii) M/s Projects and Development India Ltd. (PDIL).
viii) M/s SGS India Pvt Ltd.
ix) M/s Tata Projects Limited.
x) M/s TUV SUD South Asia Pvt ltd.
xi) M/s VCS Quality Services Private Limited.
xii) M/s. EXIDA India Ltd.
xiii) Lloyds Register of Industrial Services ( LRIS)

In case of Tie between two or more bidders at L-1 Position, all the L-1 bidders shall be asked
to submit discount over previous quoted rate on NIC e-tendering Portal.
The process shall be repeated till final L-1 position is established.

2.2 Where only Indian Bids are under comparison


2.2.1 Bids shall be evaluated on the basis of landed cost at Site, including site work, if any, all duties,
taxes, transportation charges.
2.2.2 Cost of mandatory spares, if identified in the Material Requisition, commissioning spares and
special tools & tackles will be included for price evaluation of bids, but cost of Spares for two
years operation shall be excluded.
2.2.3 Commercial Loading shall be done on FOT dispatch point price.

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 63 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

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


2.2.5 3-D Modelling, Hazop Study, AMC charges shall be considered for evaluation
wherever 3-D Modelling, Hazop Study and AMC is required.
2.2.6 Supervision (man days as indicated in Technical Specification as well as TBA) and Training charges
shall be considered for evaluation wherever supervision and training are required

3.0 COMMERCIAL LOADING OF OFFERS IN CASE OF DEVIATIONS

3.1 BASIS OF LOADING

Indian Bids shall be loaded on FOT Dispatch Point prices.

3.2 PAYMENT TERMS

At the sole discretion of MRPL, any differential payment terms offered by an Indian supplier as
against the terms specified in the Tender/ GPC shall be loaded at 12% (simple interest) for the
applicable period as under:

Drawing approval : 80% of the delivery period


Sub-ordering of raw materials : 75% of the delivery period
Receipt of raw material at vendor’s works : 50% of the delivery period
Final 10% also against dispatch documents: one month

Period of any other stage shall be suitably decided at the time of evaluation.

Advance along with LOA/ PO will not be allowed. If a supplier insists for advance
payment along with LOA/PO, his offer shall be liable for rejection.

3.3 CONTRACT CUM PERFORMANCE BANK GUARANTEE (CPBG)

Performance Bank Guarantee shall be required in all cases of supplies of value above Rs 10 Lakhs.
In case a supplier offers to give a PBG for less than 3% of order value than what is provided in
GPC/SPC, loading shall be done for the differential amount:

3.4 DELAYED DELIVERIES (CONSIDERING GPC CLAUSE OF 0.5% DELAYED ~ 5% TOTAL)


In case a Supplier does not accept the delayed delivery clause and/or takes any deviation
(including indicating penalty clause/Liquidated Damages in place of Price Reduction
ScheduleClause) or takes exception to the percentage rate mentioned in GPC, the offer of such
supplier(s) shall be loaded as under:
For Bulk Items
0.5% UDOV to 5%TOV : No loading
0.5% UDOV to 5% UDOV : 5%
0.5% UDOV to less than 5% TOV : Differential between the Offered % and 5%

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 64 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

Any other deviation/indicating Liquidated : 5%


damages/indicating penalty or non-acceptance
of price reduction schedule clause

For All Items Other than Bulk


0.5% TOV to 5%TOV : No loading
0.5% UDOV to 5% TOV : 5%
0.5% TOV to less than 5% TOV : Differential between the
Offered % and 5%
Any other deviation/indicating Liquidated
damages/indicating penalty or non-acceptance
of price reduction schedule clause : 5%

UDOV = Undelivered Order Value

TOV = Total Order Value

3.5 FREIGHT CHARGES:

3.5.1 During techno-commercial evaluation, if it is found that bidder have not quoted the freight
charges or any other charges required to be quoted extra in the bid as per price schedule and
forming the part of bid evaluation, bidder shall be asked to absorb these charges. If the bidder
do not agrees for inclusion, bid of such bidder shall be liable for rejection.

3.5.2 Further, in case a bidder during techno-commercial evaluation confirms that they have quoted
the freight charges or any other charges (forming the part of evaluation) in the priced bid,
however after priced bid opening, it is found that these charges are not quoted in priced bid,
then such charges shall be deemed to be included in the quoted prices. Evaluation & Ordering
shall be carried out including these charges in quoted prices. No confirmation from the bidder
shall be obtained on this aspect

3.6 INDIAN TAXES/DUTIES:


3.6.1 Taxes and duties will be loaded as quoted by the bidder. However, if a BIDDER states that
taxes/duties are not applicable at present and will be charged as applicable at the time of
delivery then his bid shall be loaded by the maximum rate of taxes/duties applicable at the time
of evaluation of Bids.

1.7 Cost loading in respect of utilities etc. will be considered as per respective Technical
specification stipulation.

4.0 IMPORTS AND CUSTOMS DUTIES

4.1 Import Duties, i.e., Basic Customs Duty, GST & Social Welfare Surcharge on imported
materials
4.1.1 MRPL shall import all Capital Goods considering Merit rate of custom duty.

4.2 Direct imported supplies by Foreign suppliers


4.2.1 For imported materials sold & supplied directly by foreign suppliers to MRPL and consigned to
MRPL, Import Duties, i.e., Basic Customs Duty, Social Welfare Surcharge, IGST applicable in India
shall be directly paid by MRPL to tax authority.

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 65 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

4.2.2 The vendor must ascertain and confirm along with supporting documents in the bid, if any
Customs Duty exemption / waiver is applicable to the products being supplied by him under any
multi-lateral / bi-lateral trade agreement between India and bidder’s country.
4.2.3 The bidder shall be liable to provide all documentation to ensure availment of the exemption /
waiver. In case the bidder defaults on this due to any reason, whatsoever, he shall be liable to
bear the incremental Customs Duty applicable, if any.
4.2.4 Any Customs Duty applicability on account of any change in the bi-lateral / multilateral
agreement shall be to bidder’s account.
4.2.5 Documentation to be furnished for availing the exemption / waiver of customs duty shall be
specifically listed in the Letter of Credit also as the pre-requisite for release of payment against
shipping documents and this documentation shall necessarily form part of shipping documents.
4.2.6 Any additional levies/duties on Imports (viz. Anti-Dumping Duty, Safeguard Duty, etc.) as notified
by Govt of India from time to time shall also be considered for evaluation.

4.3 Imported supplies by Indian suppliers as built-in import content


4.3.1 Quoted prices are inclusive of Basic Customs Duty, Social Welfare Surcharge, after considering
the benefit of Input Tax Credit on GST portion (if applicable).
4.3.2 Supplier shall be responsible for the timely payment of the customs duties to the relevant
Government Authorities
4.3.3 All harbour dues, pilotage fees, port fees, wharf fees, unloading costs incurred in India in
respect of any imported goods shall be to supplier’s account.
4.3.4 Prices shall be firm on account of variation in foreign exchange rate.
4.3.5 Prices for such import content shall also include any additional levies/duties on Imports
(viz. Anti-Dumping Duty, Safeguard Duty, etc.) as notified by Govt of India from time to
time, as applicable.
4.3.6 Owner shall not provide any import licence.
4.3.7 Prices shall be firm on account of any variation in Custom Duties.

4.4 Supplies of Imported finished goods directly supplied to site by Indian


Supplier:
4.4.1 GST on imported capital goods sold & supplied to MRPL and consigned to MRPL against which
Input Tax Credit shall be available to MRPL shall not be included in the quoted prices and
shall not be considered for evaluation. Quoted prices shall be inclusive of Basic Customs Duty
only.
4.4.2 The supplier shall provide MRPL with all documents necessary for MRPL to claim CENVAT
benefit ((if applicable) on the GST paid on the imported materials covered by the Supplies,
including but not limited to CENVAT Bill of Entry

5.0 INDIAN TAXES/ DUTIES


5.1 Goods and Services Tax (GST)
5.1.1 The price quoted in the TENDER shall be inclusive of all Taxes/duties/Cess/levies/fees etc
except “Goods and Services Tax” (hereinafter called GST) (i.e. IGST or CGST and
SGST/UTGST) as levied with respect to Contractors’ scope of work/ scope of Supply, till the
completion of the work and shall be born and paid by the contractor.
5.1.2 Applicable IGST/CGST/SGST as quoted shall be considered for evaluation as MRPL is not
eligible for any setoff on account of Input Tax Credit.
5.1.3 Contractor/vendor shall be required to issue tax invoice in accordance with GST Rules so
that input credit (if applicable) can be availed by CLIENT. In the event that the contractor
/ vendor fails to provide the invoice in the form and manner prescribed under the GST Act

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 66 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

read with GST Invoicing Rules thereunder, CONSULTANT/ CLIENT shall not be liable to make
any payment against such invoice.
5.1.4 Contractor/vendor shall forthwith upload the appropriate document at GSTN portal
complying with all GST regulations including but not limited to payment of GST by contractor
/ vendor. In case of non-receipt of tax invoice or nonpayment of GST by the
contractor/vendor, CONSULTANT/ CLIENT shall withhold the payment.
5.1.5 GST payable under reverse charge, if any, shall not be paid to the contractor/vendor. If the
same has already been reimbursed / paid to the Contractor for any reason whatsoever, the
said amount shall be deducted / recovered / adjusted from the payment due to the
Contractor.
5.1.6 Notwithstanding anything contained anywhere in the Agreement, in the event that the input
tax credit (if applicable) of the GST charged by the Contractor / Vendor is denied by the tax
authorities to CLIENT due to reasons attributable to Contractor/Vendor. CONSULTANT/
CLIENT shall be entitled to recover such amount from the Contractor / Vendor by way of
adjustment from the next invoice or from Bank Guarantee. In addition to the amount of GST,
CONSULTANT/ CLIENT shall also be entitled to recover interest and/or penalty, as the case
may be, imposed by the tax authorities on CONSULTANT/ CLIENT.
5.1.7 TDS under GST, if applicable, shall be made from contractor’s/vendor’s bill at applicable
rate and a certificate as per rules for tax so deducted shall be provided to the
contractor/vendor.
5.1.8 No variation on account of taxes and duties, statutory or otherwise, shall be payable by
CLIENT to contractor/vendor except for GST. However, any statutory variation for GST shall
be payable up to date of completion against documentary evidence. Any reduction in Taxes
/ duties / cess / levies / fees shall be passed on to CLIENT.
5.1.9 Any new taxes / duties / cess / levies / fees notified or imposed after the submission of last
/ final price bid but before the date of completion of work shall be to CLIENT's Account.

5.2 Income Tax


5.2.1 Foreign (Expatriate) Supervisors
The supervision/ site work charges of foreign vendor shall be gross of income tax, i.e.,
inclusive of Income Tax at the applicable prevailing rate as per Indian Income Tax rules.
Owner/Purchaser shall deduct at source the tax by Purchaser while making payments against
each invoice for the services in India. Certificate for Tax Deducted at Source (TDS) shall be
provided to the Supplier.
5.2.2 For Indian (Resident) supervisors
Supervision/ site work charges of Indian vendor shall be inclusive of income tax.
Tax shall be deducted at source by MRPL from all sums due to an Indian tax resident bidder
in accordance with the provisions of the Income Tax Act, 1961, as in force at the relevant
point of time.
MRPL shall issue a Tax deduction or withholding certificate to the bidder evidencing the Tax
deducted or withheld and deposited by MRPL on payments made to the supplier to enable
the bidder to claim the credit of the Tax deducted or withheld by MRPL.
5.3 General
5.3.1 In case GST is stated as not 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

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 67 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

the Supplier.
5.3.2 The benefit of any Tax exemption, concessions, rebate or any other incentives available
when the Supplier or its Sub supplier/ vendor are performing their obligations under the
Purchase Order, shall be passed on to MRPL.
5.3.3 Any error of interpretation of applicability of taxes/ duties by the supplier shall be to
supplier’s account.
5.3.4 The classification of goods as per GST act should be correctly done by the supplier to ensure
that Input Tax Credit benefit (if applicable) is not lost to MRPL on account of any error on
the part of the supplier.
5.3.5 Bidder to ensure that the benefit of a reduction in the tax rate or the input tax credit availed
by any registered taxable person has resulted in commensurate reduction in the price of
goods/service supplied by such person. Failure on the part of bidder to ensure the same shall
attract the provision of Anti Profiteering as notified by the Govt of India.
5.3.6 Bids shall be evaluated as per GST Rate quoted by bidders. Any changes to GST rate (due to
wrong assessment of HSN code or any other reason not-attributable to MRPL/CONSULTANT)
during the bidding stage shall be to the account of the Supplier. In case the GST rate invoiced
at the time of supply is lower than that indicated during the bidding stage, the supplier shall
be paid based on the invoices submitted at the lower rates. However, in case the GST rate
invoiced at the time of supply is higher than that indicated during the bidding stage, MRPL
shall pay only the rate indicated during the bidding stage and the remaining tax amount shall
be to the Supplier’s account
6.0 FIRM PRICES
6.1 The prices shall be firm and fixed and not subject to any variation, whatsoever.
6.2 For 2 years O&M spares, prices shall be kept valid for a period of 1 year from the date of
order of main equipment.

7.0 SUO-MOTO CHANGES IN PRICES


7.1 Any unsolicited reduction in price offered by a bidder within the bid validity by way of
discount or revised prices, subsequent to the bid due date, shall not be taken into account.
However, such reduction in price shall be taken into account for ordering if such bidder
happens to be recommended as per the originally quoted prices.

7.2 In the event of any unsolicited price increase sought by any bidder, subsequent to the bid
due date, the bid of such a bidder shall be liable to be rejected. However, in case the
unsolicited price increase is known only after price bid opening and the bidder’s comparative
ranking changes by withdrawal of the price increase, the bidder shall not be allowed to
withdraw the price increase and the bid shall be rejected outright. But, if such a bidder is
lowest with or without the price increase, the order shall not be placed with price increase
and if the bidder does not agree, the enquiry shall be refloated.
Wherever, decision is taken to reject a bid.

8.0 SPARES
8.1 TENDER document/Technical Specification shall include list of mandatory spares, wherever
required, clearly indicating quantity required. All such spares shall be included in the prices
quoted by the bidder. The commissioning spares and special tools and tackles, if applicable,
shall, also, be included by the bidder in his quoted prices. However, Bidder shall be fully
responsible and no additional cost shall be paid in case mandatory / commissioning spares /

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 68 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

special tools & tackles over & above those considered by bidder are required.
8.2 Bidders will be required to quote for their recommended two years operation and
maintenance spares (with a price validity of 01 year from the date of award of main
equipment). But the same will not be considered for Price Evaluation.

9.0 CURRENCY OF BID


9.1 Indigenous SUPPLIERs are required to submit price in Indian Rupees only.

10.0 CONVERSION TO SINGLE CURRENCY


10.1 To facilitate evaluation, the Owner will convert Foreign bidders’ bid considering RBI
reference rate of quoted currency on the day of price bid opening. In case the rate is not
available as on the day of price bid opening, the latest available rate prior to the day of
price bid opening, shall be considered.

11.0 SINGLE POINT RESPONSIBILITY OF THE SUPPLIER


In case of TENDER containing supplies as well as site work/ services, a single order, covering
the supply part as well site work/ services, shall be placed. Separate Orders for supply and
site work may be considered on case to case basis.

12.0 NEGOTIATION
12.1 Negotiations will not be conducted with the bidders as a matter of routine. However, MRPL
reserves the right to conduct negotiations.
13.0 ONE BID PER BIDDER
13.1 A Bidder shall submit only one bid in the same bidding process. A Bidder who submits or
participates in more than one bid will cause all the proposals in which the bidder has
participated to be disqualified.
13.2 Alternative price bids are not acceptable.

14.0 TRANSPORTATION
14.1 INDIGENOUS SUPPLIERS
14.1.1 Indigenous SUPPLIERs are required to dispatch the goods on door delivery basis through any
of IBA Approved Transporters.

15.0 COMPREHENSIVE MARINE-CUM-ERECTION INSURANCE


Owner shall arrange comprehensive Marine Cum Erection insurance policy,
Therefore insurance shall be excluded from the bidder’s scope. However, in cases involving
site works, bidder shall arrange for insurance of their tools & tackles, workmen compensation
insurance and third party insurance.
16.0 GUARANTEE PERIOD
The performance guarantee clause no 29 of GPC (Indigenous) & clause 27 of GPC (Imported)
stands modified as below:
16.1 The Seller shall guarantee that any and all materials used in execution of the Purchase Order
shall be in strict compliance with characteristics, requirements and specifications and that
the same shall be free from any defects. Checking of the Seller’s drawings by the
Purchaser/Purchaser’s representatives and their approval and permission to ship or dispatch

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 69 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

the equipment and materials granted by Inspectors shall not relieve the Seller from any part
of his/its responsibilities of proper fulfilment of the requirements.
16.2 The Seller will guarantee that all materials and equipment’s shall be repaired or replaced
as the case may be, at his own expense, in case the same have been found to be defective
in respect of material, workmanship or smooth and rated operation within a period 12
months after the equipment/ material have been put in service or 18 months from the date
of shipment, whichever is earlier. Repaired or replaced equipment/ materials shall be
similarly guaranteed by the SELLER for a period of twelve (12) months from the date of
replacement/ repair. All expenses for such replacement/ repair of equipment/ material shall
be to the account of the Seller including freight, if any.
16.3 Acceptance by the Purchaser or its Inspectors of any equipment and materials or its
replacement will not relieve the Seller of its responsibility of supplying the
equipment/materials strictly according to the specification and according to the guarantees
agreed by the Seller.
16.4 During Pre-Commissioning, Commissioning, Warranty period all technical resources,
technical supervision , special tools & tackles, spares, consumables, preservation
consumables and manpower must be provided at no extra charge to the Purchaser.

17.0 CONTRACT CUM PERFORMANCE BANK GUARANTEE (CPBG)


17.1 Within 30 days from the date of issue of Purchase Order, the Seller shall furnish Contracts cum
performance guarantee in the form of Bank Guarantee as per the purchaser’s proforma for an
amount equivalent to 3% of the order value.
17.2 The proceeds of the CPBG shall be appropriated by the Purchaser as compensation for any loss
resulting from the Seller’s failure to complete his obligations under the Contract without
prejudice to any of the rights or remedies the PURCHASER may be entitled to as per terms and
conditions of CONTRACT.
17.3 This CPBG shall also govern the successful performance of Goods and Services during the entire
period of Contractual Warrantee/Guarantee.
17.4 The CPBG shall be denominated in the currency of the CONTRACT.
17.5 The Contracts cum Performance Guarantee shall be valid for the duration of 3 months beyond
the expiry of Warranty/Guarantee period. The Bank Guarantee will be discharged by
PURCHASER not later than 2 months from the date of expiration of the Seller’s entire
obligations, including any warranty obligations, under the CONTRACT.
17.6 CPBG shall not be required for orders up to Rs.10 (Ten) Lakhs
17.7 Bank Guarantee(s) shall be issued through Indian Nationalized Bank/ Indian Scheduled bank
(other than Co-operative Banks) / Indian branches of foreign banks registered with Reserve
Bank of India as a scheduled foreign bank.
17.8 It will be the responsibility of the Seller to keep the Bank Guarantee fully subscribed. Any
shortfall in the value of the Bank Guarantee as a result of Order Amendment due to change in
order value / encashment by the Purchaser either in full or in part in terms of Seller’s
Performance shall be replenished by the Seller within two weeks thereof.

18.0 PRICE REDUCTION SCHEDULE (PRS) / DELAYED DELIVERY


The Delayed Delivery clause no 18 of GPC (Indigenous) & Clause 17 of GPC stands modified as
below:

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 70 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

18.1 The time and date of delivery of materials/ equipment / site work as stipulated in the
Purchase Order shall be deemed to be the essence of the agreement. For any delay in delivery
of equipment / materials / site work or part thereof beyond the delivery date stipulated, the
Purchaser may:

a) FOR BUILK ITEMS: Accept delayed delivery at prices reduced by a sum equivalent to one
half of one percent (1/2%) of the total value of delayed item/quantity for every week of
delay or part thereof, limited to a maximum of five percent (5%) of the total order value.

b) FOR ITEMS OTHER THAN BULK ITEMS (WITH OR WITHOUT SITE WORK):
Accept delayed delivery at prices reduced by a sum equivalent to one half of one percent
(1/2%) of the total order value for every week of delay or part thereof, limited to a
maximum of five percent (5%) of the total order value.

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

In respect of orders involving supervision of installation & commissioning, PRS shall not be
levied on supervision charges, irrespective of the delay in supplies.

Note: It shall be endeavour to split the period i.e. a separate period for supply and site
work.

18.3 Price reduction shall be effected in the Invoice value before presenting for payment.
The Purchaser reserves the right to cancel the Purchase Order for any delay exceeding the
period of maximum reduction and the Seller shall be liable to all consequences thereof.

18.4 For the purpose of PRS, part of the week shall be considered as one week. Further, total order
value means total order value (Supplies + Site Work, if applicable) on completion of supplies
(including any amendments/ change order) / site work, if applicable, excluding cases of Short
Closure/ cancellation.
19.0 LIMITATION OF LIABILITY
Notwithstanding anything contrary contained herein, the aggregate total liability of Supplier,
excluding his liability towards infringement of patent, trade mark or industrial design rights,
under the contract or otherwise shall be limited to 100% of Total Order value of Purchase order.
However, neither party shall be liable to the other party for any indirect and consequential
damages, loss of profits or loss of production.

20.0 TRANSFER OF PROPERTY FROM THE SELLER TO THE PURCHASER


The clause no 21 of GPC (Indigenous) “Transfer of Property from the Vendor to the Owner”,
stands modified as below:
20.1 The transfer of property shall be deemed to have taken place as follows subject to the
provisions herein contained:
FOB/FCA/CFR Contracts: In the case of FOB/FCA, CFR & CIF Contracts, when the Goods have
been put on board of ship, at the specified port of loading and a clean Bill of Lading / Airway
Bill is obtained.

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 71 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

F.O.T. dispatch point: On handing over the equipment to the carrier against receipt and such
receipt having been passed over to the Purchaser.
F.O.T. Project Site: on receipt of material at Project site.
Equipment sent freight/ carriage paid to the Refinery site: On receipt of goods at site.
Equipment erected by the Seller: on acceptance at job site.
Equipment commissioned by the Seller: On taking over by the Purchaser for regular operation
after test run at maximum capacity for specified period satisfactorily performed.

21.0 INSPECTION
Indigenous sourced material shall be inspected by TPIA as mentioned in the TENDER. TPIA
charges for the same are included in Bidders quoted prices and TPI shall be arranged by the
Bidder.
All Foreign sourced material by the bidder shall be inspected by TPIA and charges for the
same shall be included in bidders quoted price. TPIA shall be arranged by bidder.
Also following shall be specified:
i) QAP will be approved by Inspection agency / Consultant incorporating requirements
of Inspection and Test Plan, Technical specifications provided with Purchase Order /
Contract document.
ii) The Inspection release note issued by the Third Party Inspection agency / Consultant
shall clearly stipulate that materials/equipment have been inspected as per Code-1
approved drawings and approved QAP.
iii) Certification of final documents, wherever applicable, for release of final payment,
shall be carried out by Inspection Authority / Consultant issuing the final inspection
certificate

22.0 REPEAT ORDER: (APPLICABLE)


Repeat orders on same unit prices, terms & conditions will be applicable within a period of 6
months from the date of Purchase Order, provided the following conditions are met.
a) The original order was placed on competitive basis.
b) The prices have not shown any downward trend.
c) The Order value & Quantity limited to 100% of the original order.

23.0 PART ORDER CONDITION: (APPLICABLE)


23.1 Bidder hereby agrees to accept part order at Purchasers option without any limitation
whatsoever.

23.2 Any charges quoted extra as lumpsum shall be applicable prorata on value basis in the event of
part order.
24.0 ORDER OF PRECEDENCE OF COMMERCIAL DOCUMENTS

The provisions of the Special Terms and Conditions ( SPC) Section-4 takes precedence and
over-rides the provisions of GCC, Section-5.
In case of an irreconcilable conflict or ambiguity between NIT, Special Purchase Conditions
& General Purchase Conditions (GPC) and any other document forming the Tender or final
Contract, the more stringent condition will be applicable.

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 72 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

25.0 CONDITIONS FOR MICRO AND SMALL ENTERPRISES (MSEs)

1) As per Public Procurement policy (PPP) 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 (MoMSME)
h) UdyogAadhaar Acknowledgment / UdyogAadhaar Memorandum issued by MoMSME.
i) Udyam Registration Portal

MSEs participating in the tenders must submit valid & authorized copy of
certificate of registration with any one of the above agencies. In case of bidders
submitting DIC registration certificate, he shall attach original notarized copy of
the DIC certificate.
2) The MSEs registered with above mentioned agencies /bodies are exempted from
Bid Security Declaration in lieu of EMD.

3) The definition for Micro & Small Enterprise shall be as per the guidelines issued by
Ministry of MSME vide Gazette notification no. 1702(E) dated 01.06.2020 and
2119(E) dated 26.06.2020 which came into effect from 01.07.2020.

4) To be classified as Micro or Small Enterprises as per new definition, The companies


need to register themselves on “Udyam Registration Portal” on or after
01.07.2020. This provision is for new establishments as well as for existing MSE
companies registered with NSIC, UAM etc.

5) The existing MSE companies registered prior to 30.06.2020 shall continue to be


valid only for a period up to 31.03.2021.

6) Bidder shall be Manufacturer for supply items


As per the MoMSME, the benefits of the PP Policy extended only to manufacturers
registered under this and are not applicable to traders/ dealers/resellers/
distributors/authorized agents etc. Accordingly, the eligible MSE bidders shall be
registered for the item tendered.

Bidder shall submit proof that he is a manufacturer of the item for which he is
quoting and he shall highlight the details of his manufacturing status in the MSE
certificate against the item he is proposing to bid in the tender. However, in cases
where installation / commissioning and related activities along with Purchase of
item(s) is/are involved and the bidder has relevant MSE certification, then he shall
be eligible for claiming benefits of the PP Policy.

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 73 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

7) The registration certificate issued must be valid as on Bid closing date of the
tender. Bidder shall ensure validity of registration certificate in case bid closing
date is extended.
8) 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 to avail benefits under PP Policy. Where
validity of such certificates such as NSIC certificate has lapsed, it shall be the
responsibility of the bidder to seek renewal from the concerned Govt agency
before such expiry. Documentary evidence seeking extension before the lapse of
validity of such certificate and an authorization letter from the Govt agency having
received application for renewal shall be submitted before the bid closing date.
9) MRPL being a critical refinery installation, vital to public safety and maintaining
essential supplies to the society and other customers including Govt agencies,
reserves right to grant relaxation in tender conditions under the Public
Procurement Policy on procurement of goods and services from Micro and Small
Enterprises (MSEs) order 2012/other Government guidelines as applicable from
time to time.
10) PURCHASE PREFERENCE:

a) Items which are reserved for exclusive purchase from Micro and Small Enterprises
shall be procured from Micro and Small Enterprises as per Public Procurement
Policy.

b) Subject to meeting terms and conditions stated in the tender document, twenty
five percent of the total quantity of the tender is earmarked for MSEs registered
with above mentioned agencies/bodies for the tendered item/services.

c) In case MSE bidder is L1 entire value of the tender is to be ordered on the L1 MSE
bidder.

d) In tender, participating Micro and Small Enterprises quoting price within price
band of L1 + 15% shall also be allowed to supply a portion of requirement by
bringing down their price to L1 price in a situation where L1 price is from someone
other than a Micro and Small Enterprise and such Micro and Small Enterprise shall
be allowed to supply upto25 percent of the total tendered value (where the
tender quantity can be split).

e) In case of more than one such MSEs are in the price band of L1 + 15% and matches
the L1 price, the supply may be shared proportionately if the job can be split.
f) In case the tendered quantity cannot be split, MSE shall be allowed to supply total
tendered quantity provided their quoted price is within a price band of L1 + 15
percent and they match the L1 price.

g) If the quantity cannot be split and there are more than one eligible MSE bidders
(price band within L1+15%) then the opportunity to match the L1 rate of the tender
shall be given first to MSE (who have quoted lowest rate among the MSEs within
the price band of L1+15%) and the total quantity shall be awarded to him after
matching the L1 price of the tender.

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 74 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

h) If the MSE who have quoted lowest rate among the MSEs in the price band of L1 +
15% do not agree to match the rate of L1 of the tender, then the next ranked MSE
bidder who has quoted within the price band of L1 + 15% in order shall be given
chance to match the rate of L1 for award of the quantity/order.

i) For more clarity in this regard, following table is furnished;

Type of Tender Price quoted by MSE Finalization of tender

Can be Split L1 Full order on MSE

25% order on MSE subject to


Can be Split Not L1 but within L1+15% matching L1 price

Cannot be Split L1 Full Order on MSE

Full Order on MSE subject to


Cannot be Split Not L1 but within L1+15% matching L1 price

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

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

l) In case where quantity against a line item cannot be split (i.e., minimum 25% to
MSEs) or items with single quantity or in grouped item, the complete line
item/group shall be awarded on MSE bidder within the price range of L1 bidder’s
evaluated price + 15% subject to their matching L1 bidder’s price.

m) The purchase preference to MSE is not applicable for works contracts where supply
of goods not produced by MSEs is also involved.

11) 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 owner by Scheduled Caste & Scheduled Tribe entrepreneurs. In
the event of failure of such MSEs to participate in the tender process or meet the
tender requirements and L1 price five percent sub-target so earmarked shall be
met from other MSEs.

12) Special provision for Micro and Small Enterprise owned by women. Out of the total
annual procurement from Micro and Small Enterpises (MSEs), 3% from within the
25% target shall be earmarked for procurement from MSEs owned by women.

13) To qualify for entitlement as SC/ST owned MSE, the SC/ST certificate issued by
District Authority in addition to certificate of registration with any one of the
agencies mentioned in paragraph (1) above. Alternatively, the bidder shall be
responsible to furnish necessary documentary evidence for enabling MRPL to

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 75 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

ascertain that the MSE is owned by SC/ST/Women entrepreneurs. MSE owned by


SC/ST/Women is defined as:
a) In case of proprietary MSE, proprietor(s) shall be SC/ST/Women
b) In case of partnership MSE, The SC/ST/Women 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/Women promoters.

14) If the bidder does not provide appropriate document or any evidence to
substantiate the above, then it will be presumed that he does not qualify for any
preference admissible under the Public Procurement Policy, 2012.

15) TReDS: TReDS is an electronic institutional mechanism for facilitating the


financing of trade receivables of MSMEs through multiple financiers. MRPL is
already registered on the following TReDS platform:

 M/s Receivable Exchange of India (RXIL), Mumbai,


 M/s Mynd Solutions Private Limited (Mynd), New Delhi
 M/s A TREDS (Invoicemart), Mumbai

MSE vendors are required to register on the TReDS platform. The MSME vendors can avail the TReDS
facility, if they want to.

Declaration Form for availing purchase preference

Sr.no Paramter Declaration Remarks

If Yes –
Whether bidder is an MSE
1 Yes/ No Necessary documents to be attached with
bidder?
unpriced part of the bid

Whether bidder wants avail If Yes-


purchase preference under Bidder will not be entitled for Purchase
2 Yes/ No
Public Procurement Policy- Preference Linked with Local Content-2017. (PP-
2012 ?(PPP-2012) LC 2017)

If Yes-
1. Bidder will not be entitled for purchase
preference under Public procurement Policy
2012? (PPP-2012)
Whether bidder wants avail
2. Bidder shall furnish the percentage of Local
Purchase Preference
3 Yes/ No content with declaration that the percentage
Linked with Local Content-
of Local content is calculated as per the
2017? (PP-LC 2017)
calculation methodology given herewith.
3. The minimum requirement of Local content is
22% to avail Purchase Preference Linked with
Local Content Policy-2017.

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 76 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

Note:
While evaluating the bids, for price matching opportunities and distribution of quantities among bidders,
the order of precedence shall be as under:
1. MSE bidder (PPLC-2012)
2. PP-LC complied bidder (PP-LC)
The bidder claiming the PP-LC benefit shall be required to furnish an undertaking on bidder’s latter
head confirming his meeting the Local Content and this undertaking shall be certified as under:
 Where the total quoted value is less than INR 5 Crore.
The LC content shall be self-assessed and certified by the authorized signatory of the bidder, signing
the bid.
 Where the total quoted value is INR 5 Crore or above:
i. The Proprietor and an independent Chartered Accountant, not being an employee of the
firm, in case of a proprietorship firm.
ii. Any one of the partners and an independent Chartered Accountant, not being an
employee of the firm, in case of a partnership firm.
iii. Statutory auditors in case of a company. However, where statutory auditors are not
mandatory as per laws of the country where bidder is registered, an independent
chartered accountant, not being an Employee of the bidder’s organization.

26.0 CONDITIONS FOR START-UP COMPANIES


1. Subject to meeting of Quality and Technical specifications, MRPL may consider allowing the
participation of all “Start-up’’ companies (and not limited to manufacturing sector), who are
capable of executing the order as per technical specifications/ perform the job as per scope of work
specified in the tender and subject to meeting extant & relevant guidelines of Government of India.
This should be confirmed and substantiated in the technical bid. The startup bidder shall be required
to submit an undertaking along with the bid stating that they will comply with all quality
requirement and technical specifications of the tender during execution.

2. To establish the quality and technical specification of the tendered items Technical Capability,
following criteria to be ensured as applicable;

a) The bidder who intends to participate as “Start-up” company should enclose the `Certificate of
Recognition issued by Department of Industrial Policy and Promotion(DIPP), Ministry of
Commerce & Industry, Govt. of India during submission of Technical bid.
b) Nature of Business mentioned in application made to get Start-up accreditation. Nature of
Business should be related to tender item.
c) A detailed Business Plan covering complete implementation of work with following points needs
to be submitted as applicable;
 Methodology to execute tendered work
 Resource allocation & planning
 CV/Qualification of Key executives
 Working Capital & Finance Management
 Safety, Security & statutory aspect
 Any other important points which would be helpful to prove quality & technical
capability.
d) Certificate of Incorporation.
e) Audited Balance sheet (P&L statement) of all the financial year since incorporation.

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 77 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

f) The Start-up companies, recognized by DIPP are exempted from Bid Security Declaration in lieu of
EMD.

g) Prequalification Criteria with respect to Prior Turnover and Prior Experience may be relaxed for
Start-ups as per the GOI guidelines.

h) However, there may be circumstances like procurement of items/services related to public safety,
health, critical security operations and equipment, etc wherein MRPL reserves the right to not
consider relaxation of Prior Turnover and Prior Experience for Start-up Companies as per GOI
guidelines.

i) Start-up Companies who are also registered as MSEs and wish to avail the benefits as applicable to
MSE, shall submit relevant documents covered under Conditions for Micro and Small Enterprises
elsewhere in this tender.

j) Based upon above documents / details, if MRPL is not convinced on meeting quality and technical
capability of the bidder on the tendered items is able to execute the subject tender, the bid may
be rejected without any further notice / communication to the bidder.

Bid Evaluation in case of tie:


 In case of tie at the lowest bid (L1) position between two or more startup/non-startup bidders,
the order will be placed on the bidder who has higher/highest turnover in last audited financial
year.
 In case there is tie at the lowest bid (L1) position between only startup bidders and none of them
has past turnover, the order will be placed on the startup who is registered earlier with
Department of Industrial Promotion and Policy.

27.0 PURCHASE PREFERENCE LINKED WITH LOCAL CONTENT (PP-LC 2017) –

MOP&NG has notified the purchase preference(linked with local content)-PP-LC for the
Procurement of goods and services under Oil & Gas Projects in India. Under this Policy, the
bidders are allowed to avail the purchase preference linked with attaining the stipulated Local
content.
MRPL reserves the right to allow Manufacturers or Suppliers or Service providers, purchase
preference as admissible under the prevailing policy, subject to their complying with the
requirements/conditions defined herewith and submitting documents required to support the
same. In order to avail the Purchase preference under this policy, bidder shall achieve minimum
Local Content (LC) for enquiries floated year-wise (Date of Notice inviting tender) as per table
given below.
Table of Local Content-Enclosure-1

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 78 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

Notes
1.Above policy is not applicable for Domestically Manufactured Electronic Products (DMEP) and
MSME as there being specific policies for products/services
2.The prescribed local content in above table shall be applicable on the date of Notice Inviting
Tender.
A) Margin of Purchase Preference
The manufacturers/service providers having the capability of meeting/ exceeding the local content
targets given above shall be eligible for 10% purchase preference under the policy. i.e where the
quoted price of eligible LC manufacturers/LC service providers is within 10% of the lowest price,
purchase preference may be granted at the lowest valid price bid.

B) Procedure for availing benefits under Purchase Preference (Make in India Policy)
The option in case of MSE bidders qualifying under both Policies, namely, Purchase Preference under
the Public Procurement Policy – 2012 (PPP-2012) for MSE bidders and Purchase Preference Linked
with Local Content (PP-LC 2017) shall be exercised as under:
i. The MSE bidder can avail only one out of the two applicable purchase preference policies, i.e., PP-
LC 2017 for PPP-2012 and therefore, bidder will be required to furnish the option under which he
desires to avail purchase preference. This option must be declared within the offer and in case
bidder fails to do so although he is eligible for both the Policies, MRPL shall evaluate his offer
considering PPP- 2012 as the default chosen option.
ii. In case a MSE bidder opts for preference under PPP-2012, he shall not be eligible to claim benefit
under PP-LC 2017 (irrespective of the fact whether he furnishes the details of LC in his offer and
this LC meets the stipulated LC criteria).
iii. In case a MSE bidder opts for purchase preference based on PP-LC 2017, he shall not be entitled to
claim benefit of purchase preference benefit as applicable for MSE bidders under PPP-2012.
However the exemptions from furnishing Bid Security Declaration in lieu of EMD shall continue to
be available to such a bidder.
iv. In view of the above
a) The bidder’s quoted prices against various items of enquiry shall remain valid even in case of
splitting of quantities of the items, except in case of items where the quantity cannot be split
since these are to be awarded in a Lot or as a package or Group.
b) While evaluating the bids, for price matching opportunities and distribution of quantities among
bidders, the order of precedence shall be as under:
 MSE bidder (PPP-2012)
 PP-LC complied bidder (PP-LC)

In case the bidder has not declared his status as to whether he is an MSE Bidder or PP-LC Bidder during
bid submission, then he will be considered as non PP-LC compliant bidder and evaluated accordingly.
No further correspondence will be made in this regard.

Examples of Purchase Preference:


Non divisible item
L1 bidder is non MSE, non PP-LC bidder
L2 bidder is PP-LC (within 10%)
L3 bidder is MSE bidder (within 15%)
MSE bidder shall be given preference to match the L1 price. If L3 bidder matches the L1 price, Order
shall be placed on him, otherwise, option for matching the L1 price shall be given to L2 bidder (PP-LC).

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 79 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

Divisible item
L1 bidder is non MSE, non PL-LC bidder
L2 bidder is PP-LC (within 10%)
L3 bidder is MSE bidder (within 15%)
MSE bidder shall be given preference to match the L1 price. If bidder matches the L1 price, order shall
be placed on him for the quantity specified in the bidding document. For the balance quantity (i.e. 50%
of tendered quantity/value) option for matching the L1 price shall be given to L2 bidder (PP-LC). Balance
quantity shall be awarded to natural lowest bidder.
For further clarification, in case an item has quantity 4 nos. then 1 no. can be given to MSE bidder, 2 to
PP-LC bidder and left out 01 no. to natural L1 bidder.
Note:
The above two examples are not applicable to the Works Contracts since the Purchase Preference under
PPP-2012 is not applicable to works contracts.
 In case lowest bidder is a MSE bidder, the entire work shall be awarded to him without resorting to
purchase preference to bidders complying with Local Content.
 In case lowest bidder is a PP-LC bidder, purchase preference shall be resorted to MSE bidder as per
provisions specified in the enquiry document w.r.t. PPP-2012 only.

The PP-LC Policy shall be implemented in the following manner


Quantum of purchase preference for bidders qualifying under local content (for LC Bidder) meeting
minimum local content, subject to accepting L1 Price and tender applicability criteria, referred to as
eligible LC bidder as explained under previous sections are stated below.
A. For goods
1) If L-1 is LC bidder, entire quantity will be awarded to such LC bidder
2) If L-1 is non-LC bidder,
a) 50% of the quantity will be awarded to LC bidder and rest to non-LC bidder
b) If quantity cannot be split in the ratio of 50:50, the next higher quantity greater than 50%
that is practically splittable shall be awarded to LC bidder and rest to non-LC bidder
c) If quantity is indivisible, 100% shall be awarded to LC bidder
d) If there are more than one LC bidders, 50% quantity shall be awarded to lowest LC bidder
and rest to non LC bidder
B. For Services/ EPC contracts.
Normally the service / EPC contract are not splittable and therefore the eligible LC bidder shall
be awarded 100% of the contract. However, in cases where the contract are splittable the LC
bidder shall be awarded contract as explained under section A.2) above as in procurement of
goods.
C) CERTIFICATION OF LOCAL CONTENT
Manufacturers of goods and/or providers of service, seeking Purchase preference under the policy,
shall be obliged to certify the LC of goods, service or EPC contracts as under:
At bidding stage:
The bidder shall provide the percentage local content in the bid (Unpriced Bid)
The bidder must have LC in excess of the requirement specified in table given in Enclosure-1
 The bidder shall submit an undertaking from the authorized signatory of the bidder having the
power of attorney along with the bid stating the bidder meets the mandatory minimum local
content requirement, which shall become part of the contract.
 In cases of procurement for an estimated value in excess of Rs 10 Crores, the undertaking
submitted by the bidder shall be supported by a certificate from the statutory auditor or cost

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 80 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

auditor of the company (in case of companies) or from a practicing cost accountant or
practicing chartered accountant (in respect of other than companies) giving the percentage of
local content.
 However, in case of foreign bidder, certificate from the statutory auditor or cost auditor of their
own office or subsidiary in India giving the percentage of LC is also acceptable. In case office or
subsidiary in India does not exist or Indian office/subsidiary is no required to appoint statutory
auditor or cost auditor, certificate from practicing cost accountant or practicing chartered
accountant giving the percentage of LC is also acceptable.
After awarding of Contract/Purchase Order
The LC Certificate as per Table attached as per relevant Enclosures (II,III& IV) shall be submitted
along with each Invoice as per following criteria
a) Where the total quoted value is less than INR 5 Crore:
In the case of procurement of goods and or services with the value less than Rs
Five Crores, the local content shall be calculated (self-assessment) by the supplier
of goods and/or the provider of services and certified by the Director/ Authorised
representative of the company
b) Where the total quoted value is INR 5 Crore or above -The verification of the procurement of
goods, services or EPC contracts with the value Rupees Five Crore and above shall be carried out
as follows
i. The Proprietor and an independent Chartered Accountant, not being an employee of the firm,
in case of a proprietorship firm.
ii. Any one of the partners and an independent Chartered Accountant, not being an employee of
the firm, in case of a partnership firm.
iii. Statutory auditors in case of a company. However, where statutory auditors are not mandatory
as per laws of the country where bidder is registered, an independent charted accountant,
not being an Employee of the bidder’s organization.
However, procuring company shall also have the authority to audit as well as witness production
processes to certify the achievement of the requisite local content and/or to obtain the complete
back up calculation before award of work failing which the bid shall be rejected and appropriate
action may be initiated against the bidder.
D) CALCULATION AND DETERMINATION OF LOCAL CONTENT
Bidder claiming Local Content have to calculate the LC and indicate the same in the Unpriced
Bid and substantiate the calculation while submitting each invoice
1. LC shall be calculated on the basis of verifiable data. In the case of data used in the calculation
of LC being non verifiable, the value of LC of the said component shall be treated as nil.
2. Format for calculation of LC is enclosed as
a) Enclosures ll, for procurements of
a) Supply of goods
i) Supply of goods along with installation and commissioning
ii) Supply of goods along with installation , commissioning & AMC
b) Enclosure III for calculation of LC for Services
c) Enclosure IV for calculation of LC for EPC
3. Determination of Local Content
a) For Goods/installation & commissioning/AMC as evaluated under Enclosure II
i. LC of goods shall be computed on the basis of the cost of domestic components in goods,
compared to the whole cost of product. The whole cost of product shall be constituted of

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 81 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

the cost spent for the production of goods, covering: direct component (material) cost;
direct manpower cost, factory overhead cost and shall exclude profit, company overhead
cost and taxes for the delivery of goods.
ii. The criteria for determination of local content cost shall be as following
 In the case of direct component (material) based on country of Origin
 In the case of manpower, based on INR component
 In the case of working equipment/facility, based on the country of Origin
iii. The calculation of LC of the combination of several kinds of goods shall be based on the
ratio of the sum of the multiplication of LC of each goods with the acquisition price of
each goods to the acquisition price of the combination of goods
b) For services as evaluated under Enclosure III
I) LC of service shall be calculated on the basis of the ratio of service cost of domestic
component in service to the total cost of service
II) The total cost of service shall be constituted of the cost spent for rendering of service
covering
 Cost of component (material) which is used
 Manpower and consultant cost, cost of working equipment/facility and
 General service cost excluding profit, company overhead cost , taxes and duties
III) The criteria for determination of cost of local content in the service shall be as follows
 In the case of material being used to help the provision of service, based on country
of origin
 In the case of manpower and consultant based on INR component of the services
contract
 In the case of working equipment/facility, based on the country of Origin and
 In the case of general service cost, based on the criteria mentioned under 3.b)III
above
 Indian flag vessels in operation as on date
c) LC of EPC contracts given under Enclosure IV
I) LC of EPC contracts shall be ratio of the whole cost of domestic components in the
combination of goods and services to the whole combined cost of goods and services
II) The whole combined cost of goods and services shall be the cost spent to produce the
combination of goods and services, which is incurred on work site.LC of the combination
of goods and services shall be counted in every activity of the combination work of goods
and services
III) The spent cost as mentioned above(3.c.II) shall include production cost in the calculation
of LC of goods as mentioned in 3.a.I and service cost in the calculation of LC of services
as mentioned in clause 3.b.II
d) Determination of LC of the working equipment/facility shall be based on the following
provision. Working equipment produced in the country is valued as 100% local content and
working equipment produced abroad is valued as Nil Local Content (0%)
e) As regards cases where currency quoted by the bidder is other than INR, exchange rate
prevailing on the date of Tender (NIT) shall be considered for the calculation of LC

The onus of submission of appropriately certified documents lies with the bidder and

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 82 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

purchaser shall not have any liability to verify the contents & will not be responsible for
same.
However, in case the procuring company has any reason to doubt the authenticity of the
Local Content, it reserves the right to obtain the complete back up calculations before award
of work failing which the bid shall be rejected.
E) Failure of bidder in complying with the local content post award:
In case a bidder, who has specified in his bid that the bid meets the minimum Local Content
specified in the enquiry document fails to achieve the same the following actions shall be taken by
the procuring company:
a. Pre-determined penalty @ 10% of total contract value.
b. Banning business with the supplier/contractor for a period of one year

To ensure the recovery of above pre-determined penalty, payment against dispatch/shipping


document shall be modified to the extent that the 10% payment out of this milestone payment
shall be released after completion of this milestone as well as submission of certification towards
achievement of Local Content, as per provision of enquiry document. Alternatively, this payment
can be released against submission of additional bank guarantee valid till completion Schedule
Plus 3 months or as required by purchasing company.

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 83 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

Enclosure-II

CALCULATION OF LOCAL CONTENT – GOODS


Calculation by manufacturer
Name of Manufacturer
Cost per one unit of product
Cost (Domestic Cost (Imported Cost % Domestic
component) component) Total component
Cost component
a b Rs/US$ d=a/c
C=a+b
I. Direct material cost

II. Direct labour Cost

III. Factory overhead

IV. Total production cost

Note:
% LC Goods = Total cost (IV.c)–Total imported component cost (IV.b) X 100
Total Cost (IV.c)
% LC Goods = Total domestic component cost (IV.a) X 100
Total Cost (IV.c)

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 84 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

Enclosure-III
CALCULATION OF LOCAL CONTENT – SERVICE
NAME OF SUPPLIER OF GOODS/PROVIDER OF SERVICE

Cost Summary

Imported LC
Domestic Total
Rs/US$ % Rs/US$
b c d e=b/d f=d x e
A Cost component
I. Material Rs
used cost US$

II. Personnel & Rs


Consultant cost US$

III. Other Rs
services cost US$

IV. Total cost Rs


(I to lV) US$

Rs
B Taxes and Duties US$

Rs
C Total quoted price US$

Note:
% LC Service = Total cost (A. IV. d)–Total imported component cost (A. IV. c) X 100
Total Cost (A. IV. d)
% LC Service = Total domestic component cost (A. IV. b) X 100
Total Cost (A. IV. d)

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 85 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

Enclosure-IV
CALCULATION OF LOCAL CONTENT –EPC (GOODS AND SERVICE)
COST COMPONENT
A. Cost Summary
(Rs/US$)
Imported
Domestic Total LC
Rs/US$
% Rs/US$
b c d e=b/d f=d x e
I GOODS
1. Material used cost
2. Equipment cost
3. Sub Total I
II SERVICES

1. Personnel & Consultant


cost
2. Equipment &
WorkFacility Cost

3. Construction/Fabrication
Cost

4. Other Services Cost etc

5. Sub Total lI
TOTAL COST GOODS
III.
+ SERVICES
B. Non Cost Component
C. TOTAL QUOTED
PRICE
Note:
% LC Combination =
{Total domestic component cost of goods (AI3b) +Total domestic component cost of service (AII5b)} X 100
Total Cost (AIIId)
1. Total Bill of Materials
a) Sum of the costs of all the inputs which go into the product (including duties and taxes levied on
procurement of inputs except those for which credit/setoff can be taken)
b) Ex-factory price of product minus profit after tax, minus warranty costs
c) Market price minus post production freight, insurance and other handling cost minus profit after
tax minus warranty cost minus sales and marketing expenses.
The percentage domestic value addition shall be calculated as per the following formula,
% Domestic Value addition = Domestic Bill of Material/Total Bill of Material
Under “notification for electronics products under public procurement order 2017” Public
procurement (Preference to Make in India)-order 2017-Notfication on Cellular Mobile Phones.
In furtherance of above order, MeITy has added cellular Mobile Phones vide notification no
33(5)/2017-IPHW dated 1/08/2018 and can be downloaded from
http://dipp.nic.in/sites/default/files/Meity_dated_01082018.pdf
Public Procurement (Preference to Make in India) Order 2018 for Cyber Security Products
MeITy has issued notification viz File No 1 (10)/2017-CLSES dated 2/7/2018 to give purchase

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 86 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

preference to domestically manufactured /produced Cyber Security Products as per the above
Order.
The definition of cyber security product, local supplier of domestically manufactured Cyber Security
Products, exclusions, Verifications etc are available under http://meity.gov.in/cyber-security
The local supplier at the time of bidding shall provide self-certification that the item offered meets
the definition of local supplier of domestically manufactured/ produced Cyber Security Products.
Certification authority for estimated values beyond Rs 10 Crores shall be statutory auditor or cost
auditor of the company (in case of companies).
In case of false declarations, provisions under clause-24-Instructions to Bidders of Section-1 of
Tender Document will apply. Complaints received against claims of a bidder regarding supply of
domestically manufactured Cyber Security Product shall be referred to STQC under MeITy.
For certification of local content in electronic goods shall be as per the circular F.No.33(1)/2017-
IPHW issued by Government of India Ministry of Electronics and Information Technology dated 14th
September 2017, which may be downloaded from http://meity.gov.in/esdm/ppo

Purchase Preference in case where Negotiation is also required:


In case purchase preference is applicable, but negotiation is to be conducted with L1 bidder,
negotiation shall be carried out MSE and/or LC-complied bidder shall be offered to match the
negotiated prices (even if, post negotiation, they are higher by more than 10% as compared to L1
bidder provided they were within 10% of L1 bidder as per original quoted prices) and left out
quantity, if any, as per provisions of enquiry document shall be awarded to that bidder.
Note:
Relevant policy guidelines issued including modifications made from time by the concerned
Ministry in respect to Purchase Preference to Make in India, shall be applicable.

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 87 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 88 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 89 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 90 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

Annexure-1

Subject: Policy to provide Purchase preference (linked with local content) (PP -LC) in all Public
Sector Undertakings under Ministry of Petroleum and Natural Gas- Amended
1 Preamble
1.1 In tune with Make in India (Mil) campaign in oil and gas sector, the Government has decided to
incentivise the growth in local content in goods and services while implementing oil and gas
projects in Ind ia, and
1.2 Whereas the Public procurement policy rests upon the core principles of competitiveness,
adhering to sound procurement practices and execution of orders for supply of goods or services
in accordance with a system which is fair, equitable, transparent, competitive and cost
effective, and
1.3 Whereas, the local content can be increased through partnerships, cooperation with local
companies, establishing production units in India or Joint Ventures (JV) with Indian suppliers,
increasing the participation of local employees in services and training them etc.
1.4 Whereas incentivising enhanced local content in the procurement of goods and/or services in oil
and gas business activities would lead to increased local industry content;
1.5 Therefore, the Ministry of Petroleum and Natural Gas (MoPNG) has decided to stipulate the
following policy for providing Purchase Preference to the manufacturers/ service providers
having the capability of meeting/ exceeding the local content targets in oil and gas business
activities;
1.6 This policy considers the Local Content (LC) as the added value brought to India through the
activities of the oil and gas industry. This may be measured (by project, affiliate, and/or country
aggregate) and undertaken through Workforce development and investments in supplier
development through developing and procuring supplies and services locally.
2 Definitions
2.1 Oil and Gas Business Activity shall comprise of Upstream, Midstream and Downstream business
activities.
2.2 Domestic products shall be goods and/or service (including design and engineering), produced
by companies, investing and producing in India.
2.3 Local Content hereinafter abbreviated to LC means the amount of value added in India which
shall, unless otherwise prescribed by the Nodal Ministry, be the total value of the item procured
(excluding net domestic indirect taxes) minus the value of imported content in the item
(including all customs duties) as a proportion of the total value, in percent.
2.4 Domestic Manufacturer shall be business entity or individual having business activity established
under Indian law and producing products domestically.
2.5 Supplier of goods and/or provider of service shall be a business entity having capability of
providing goods and/or service in accordance with the business line and qualification thereof
and classified as under:
'Class-I local supplier' means a supplier or service provider, whose goods, services or works
offered for procurement, has local content equal to or more than 50% as defined under this
Policy.
'Class-II local supplier' means a supplier or service provider, whose goods, services or works
offered for procurement, has local content more than 20% but less than 50%, as defined under

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 91 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

this Policy.
'Non-local supplier' means a supplier or service provider, whose goods, services or works offered
for procurement, has local content less than or equal to 20%, as defined under this Policy.
2.6 Steering Committee means the committee to be constituted by MoPNG to provide effective
guidance and to oversee the implementation of the Policy on a regular and continuing basis.
2.7 Verification shall be an activity to verify the accomplishment of LC by domestic manufacturers
and/or suppliers of goods and/or providers of service with the data obtained or collected from
respective business activities.
2.8 Purchase preference: Where the quoted price is within the margin of purchase preference of the
lowest price, other things being equal, purchase preference may be granted to the bidder
concerned, at the lowest valid price bid.
2.9 Local Content (LC) in Goods shall be the use of raw materials, design and engineering towards
manufacturing, fabrication and finishing of work carried out within the country.
2.10 Local Content (LC) in Services shall be the use of services up to the final delivery by utilizing
manpower (including specialist), working appliance (including software) and supporting facilities
carried out within in the country.
2.11 Local Content (LC) in EPC contracts shall be the use of materials, design and engineering
comprising of manufacturing, fabrication , assembly and fin ishing as well as the use of services
by utilizing manpower (including specialist), working appliance (including software) and
supporting facility up to the final delivery, carried out within the country.
2.12 Factory overhead cost shall be indirect costs of manpower, machine/working appliance/facility
and the whole other fabrication costs needed to produce a unit of product with the cost not
chargeable directly to specified product.
2.13 Company overhead cost shall be costs related to the marketing, administration and general
affairs cost of the company.
2.14 Indian Company means a company formed and registered under the Companies Act, 2013.
2.15 Foreign company means any company or body corporate incorporated outside India which- (a)
has a place of business in India whether by itself or through an agent, physically or through
electronic mode; and (b) conducts any business activity in India in any other manner.
3. Scope
3.1 The regulation shall be intended to:
3.1.1 Support and boost the growth of domestic manufacturing sector so as to be able to support oil
and natural gas business activities and contribute added value to economy, absorb manpower as
well as have national, regional and international competitiveness;
3.1.2 Support and boost the growth of innovation/technology of domestic manufacturing sector.
3.2 This policy shall apply to all the Public Sector Undertakings and their wholly owned subsidiaries
under the Ministry of Petroleum and Natural Gas; Joint Ventures that have 51% or more equity
by one or more Public Sector Undertakings under the Ministry of Petroleum and Natural Gas;
attached and subordinate offices of MoPNG.
3.3 This policy shall not include goods/ services falling under Micro Small and Medium Enterprises
(MSME) or Domestically Manufactured Electronic Products (DMEP), as those products/ services
are already covered under specific policy. However, an option would be given in the tender for
the bidder to declare preference for seeking benefit under PP-LC/MSME or DMEP.

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 92 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

3.4 The policy is not applicable for HP-HT operations for the time being. The Charter Hiring of
offshore vessels shall continue to be governed by DG, Shipping Guidelines. Indian Flag Vessels
shall be considered as having 100% LC.
3.5 The prescribed local content in the Policy shall be applicable on the date of Notice inviting
Tender.
4. Procurement
4.1 The procuring companies shall follow their own procurement procedures. Aggregation of annual
requirements and such other procurement practices, which facilitate the implementation of this
policy, may be adopted by procuring companies.
4.2 In respect of Global Tender Enquiry (GTE) the guidelines as issued by Government of India from
time to time shall be applicable on the procuring entities.
4.3 Margin of Purchase preference: The margin of purchase preference shall be 20%.
4.4 (a) In respect of all goods, services or works in respect of which the Nodal Ministry/ Department
under DPIIT's Public Procurement (Preference to Make in India) Order, 2017 has communicated
that there is sufficient local capacity and local competition, only Class-I local supplier shall be
eligible to bid irrespective of purchase value.
4.5 (b) For all other local tenders, Class-I local supplier and Class-II local supplier shall be eligible to
bid irrespective of purchase value, but preference to be given as per PP-LC to the Class-l local
supplier.
4.6 (c) Only Class-I local supplier and Class-II local supplier, as defined under the Order, shall be
eligible to bid in procurements undertaken by procuring entities, except when Global tender
enquiry has been issued. In global tender enquiries, Non-local suppliers shall also be eligible to
bid along with Class-I local suppliers and Class-II local suppliers.
4.7 (d) Class-II local supplier will not get purchase preference in any procurement, undertaken by
procuring entities.
4.8 In National Competitive Bid procurements of all items not covered by para 4.4 (a) and where the
estimated value to be procured i.e. total value of enquiry/ tender, is less than Rs. 1 Crore shall
be exempt from this Policy. In case of International Competitive Bids, the policy shall be
applicable irrespective of the tender estimate. However, it shall be ensured by procuring entities
that procurement is not split for the purpose of avoiding the provisions of this Policy.
4.9 The producers of goods and/or providers of services shall be obliged to fulfil the requirements
of quality and delivery time in accordance with the provisions of the respective contracts of
goods and services.
4.10 If the Ministry is satisfied that Indian suppliers of an item are not allowed to participate and/or
compete in procurement by any foreign government, it may, if it deems appropriate, restrict or
exclude bidders from that country from eligibility for procurement of that item and/or other
items relating to the Ministry.
4.11 For the purpose of para 4. 7 above, a supplier or bidder shall be considered to be from a country
if (i) the entity is incorporated in that country, or (ii) a majority of its shareholding or effective
control of the entity is exercised from that country, or (iii) more that 50% of the value of the
item being supplied has been added in that country. Indian suppliers shall mean those entities
which meets any of these tests with respect to India.
5. Purchase Preference- Linked with Local Content (LC)
5.1 In procurement of all items not covered by para 4.4 (a), the following provisions may be

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 93 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

considered for LC linked Purchase Preference:


5.1.1 The manufacturers/ service providers having the capability of meeting/ exceeding the local
content targets shall be eligible for purchase preference under the policy, i.e. LC manufacturers/
LC service providers respectively as described below.
5.1.2 Wherever the goods/ services are procured under this policy, eligible (techno commercially
qualified) Class I Local supplier may be granted a purchase preference where the quoted price
is within the margin of purchase preference of the lowest price, other things being equal,
purchase preference may be granted to the eligible (techno-commercially qualified) Class I Local
supplier concerned, at the lowest valid price bid.
5.1.3 Goods: The tender for procuring goods would specify that the contract for 50% of the procured
quantity would be awarded to the lowest techno-commercially qualified Class I Local supplier,
subject to matching with L 1, if such bidders are available. The remaining will be awarded to L
1.
5.1.3.1 However, if L 1 bidder happens to be a Class-I Local supplier, the entire procurement value shall
be awarded to such bidder;
5.1.3.2 If in the opinion of the procuring company, the tenders (procured quantity) cannot be divided in
the prescribed ratio of 50:50, then they shall have the right to award contract to the eligible
Class I Local supplier for quantity not less than 50%, as may be divisible.
5.1.3.3 In continuation to 5.1.3.2 above, if the tendered item is non divisible, (to be included in the
tender document by procuring company) the contract can be awarded to the eligible Class I Local
supplier for the entire quantity.
5.1.4 Services/ EPC Contracts: The tender for oil and gas services/ EPC contracts shall not normally
be split. For such procurement the tender would specify that the entire contract would be
awarded to the lowest techno-commercially qualified Class I Local supplier, subject to matching
with L 1, if such bidders are available. However, tender for certain oil & gas services can normally
be split, in such cases, splitting shall be allowed and specified in tender document. Such services
shall follow the procedure outlined for goods as described in para 5.1.3. The procuring company
should clearly specify in the tender document whether the tender shall be split or not.
5.1.5 For para 5.1.3 and 5.1.4 above, only those LC manufacturers/ service providers whose bids are
within the margin of purchase preference would be allowed an opportunity to match L 1 bid.
5.1.6 The tender conditions would ensure that local content in oil & gas products is encouraged.
However, the procuring company may incorporate such stipulations as may be considered
necessary to satisfy themselves of the production capability and product quality of the
manufacturer.
5.1.7 The procedure for award under the policy is at Enclosure-I.
6. Determination of LC
6.1 LC of goods
6.1.1 LC of goods shall be computed on the basis of the cost of domestic components in goods,
compared to the whole cost of product.
6.1.2 The criteria for determination of the local content cost in the goods shall be as follows:
a) in the case of direct component (material), based on country of origin;
b) in the case of manpower, based on INR component.

6.1.3 The calculation of LC of the combination of several kinds of goods shall be based on the ratio of

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 94 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

the sum of the multiplication of LC of each of the goods with the acquisition price of each goods
to the acquisition price of the combination of goods.
6.2 LC of service
6.2.1 LC of Service shall be calculated on the basis of the ratio of service cost of domestic component
in service to the total cost of service.
6.2.2 The total cost of service shall be constituted of the cost spent for rendering of service, covering:
a) cost of component (material) which is used;
b) manpower and consultant cost; cost of working equipment’s facility; and
c) General Service cost.

6.2.3 The criteria for determination of cost of local content in the service shall be as follows:
a) in the case of material being used to help the provision of service, based on country of origin;
b) in the case of manpower and consultant based on INR component of the services contract;
c) in the case of working equipment/facility, based on country of origin; and
d) in the case of general service cost, based on the criteria as mentioned in clauses a, b, and c
above.
e) Indian flag vessels in operation as on date.

6.3 LC of the EPC Contracts:


6.3.1 LC of EPC contracts shall be the ratio of the whole cost of domestic components in the
combination of goods and services to the whole combined cost of goods and services.
6.3.2 The whole combined cost of goods and services shall be the cost spent to produce the
combination of goods and services, which is incurred on work site.
LC of the combination of goods and services shall be counted in every activity of the combination
work of goods and services.
6.3.3 The spent cost as mentioned in paragraph 6.3.2 shall include production cost in the calculation
of LC of goods as mentioned in clause 6.1.1 and service cost in the calculation of LC of services
as mentioned in clause 6.2.2.
6.4 Calculation of LC and Reporting
LC shall be calculated on the basis of verifiable data. In the case of data used in the calculation
of LC being not verifiable, the value of LC of the said component shall be treated as nil.

7 Certification and Verification


7.1 Class I / Class II Local suppliers are eligible to bid only if they meet the local content norms,
therefore whether or not they want to avail PP-LC benefit, it will still be mandatory for them to
give adequate documentation as follows to establish their status as Class-I or Class-II local
supplier:
7.1.2 At bidding stage:
a) Price Break-up:
 The bidder shall provide the percentage of local content in the bid.

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 95 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

 The bidder shall submit an undertaking from the authorised signatory of bidder having the
power of Attorney alongwith the bid stating the bidder meets the mandatory minimum LC
requirement and such undertaking shall become a part of the contract.
 In cases of procurement for a value in excess of Rs 10 crores, the undertaking submitted
by the bidder shall be supported by a certificate from the statutory auditor or cost auditor
of the company (in case of companies) or from a practicing cost accountant or practising
chartered accountant (in respect of other than companies) giving the percentage of local
content.
 However, in case of foreign bidder, certificate from the statutory auditor or cost auditor
of their own office or subsidiary in India giving the percentage of local content is also
acceptable. In case office or subsidiary in India does not exist or Indian office/ subsidiary
is not required to appoint statutory auditor or cost auditor, certificate from practising
cost accountant or practising chartered accountant giving the percentage of local content
is also acceptable.
7.1.3 After Contract Award:
 The bidder shall submit an undertaking from the authorised signatory of bidder having the
power of Attorney along with the bid stating the bidder meets the mandatory minimum LC
requirement and such undertaking shall become a part of the contract.
 In cases of procurement for a value in excess of Rs 10 crores, the undertaking submitted by
the bidder shall be supported by a certificate from the statutory auditor or cost auditor of the
company (in case of companies) or from a practicing cost accountant or practising chartered
accountant (in respect of other than companies) giving the percentage of local content.
 However, in case of foreign bidder, certificate from the statutory auditor or cost auditor of
their own office or subsidiary in India giving the percentage of local content is also acceptable.
In case office or subsidiary in India does not exist or Indian office/ subsidiary is not required
to appoint statutory auditor or cost auditor, certificate from practising cost accountant or
practising chartered accountant giving the percentage of local content is also acceptable.
7.2 Each supplier shall provide the necessary local-content documentation to the statutory auditor,
which shall review and determine that local content requirements have been met, and issue a
local content certificate to that effect on behalf of procuring company, stating the percentage
of local content in the good or service measured. The Auditor shall keep all necessary information
obtained from suppliers for measurement of Local Content confidential.
7.3 The Local Content certificate shall be submitted along with each invoice raised. However, the %
of local content may vary with each invoice while maintaining the overall % of local content for
the total work/purchase of the pro-rata local content requirement. In case, it is not satisfied
cumulatively in the invoices raised up to that stage, the supplier shall indicate how the local
content requirement would be met in the subsequent stages.
7.4 As regards cases where currency quoted by the bidder is other than Indian Rupee, exchange rate
prevailing on the date of notice inviting tender (NIT) shall be considered for the calculation of
Local Content.
7.5 The Procuring Company shall also have the authority to audit as well as witness production
processes to certify the achievement of the requisite local content.
8 Governance and Supervision
8.1 A Steering Committee will be constituted by MoPNG to provide effective guidance and to
oversee the effective implementation of the Policy including review and amendments required
therein. The Steering Committee may consider representations on target Local Content in
goods, services and EPC and modify the policy accordingly.

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 96 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

8.2 The Steering Committee shall annually conduct a review of the policy implementation which
shall specifically cover the issue of whether there has been adequate competition, and whether
the policy has resulted in any reduction in competition/ exclusion of non-local bidders or any
cost increase to the purchasing PSU, particularly in respect of services & works contracts.
9 Sanctions
9.1 The Procuring companies shall impose sanction on manufacturers/ service providers not fulfilling
LC of goods/ services in accordance with the value mentioned in certificate of LC.
9.2 The sanctions may be in the form of written warning, financial penalty and blacklisting.
9.3 In the event that a manufacturer or supplier of goods and/or provider of services does not fulfil
his obligation after the expiration of the period specified in such warning, the procuring company
can initiate action for blacklisting such manufacturer/supplier/service provider.
9.4 A manufacturer and/or supplier of goods and/or provider of services who has been awarded the
contract after availing Purchase Preference is found to have violated the LC provision, in the
execution of the procurement contract of goods and/or services shall be subject to financial
penalty specified in clause 9.4.1.
9.4.1 The financial penalty shall be over and above the PBG value prescribed in the contract and shall
not be more than an amount equal to 3% of the Contract Price.
10. Clarification on Goods/ Services: Any issue regarding the coverage of a particular good/
service under the proposed policy would be referred to the Steering Committee for
clarification.
11. Powers to grant exemption and to reduce minimum local content: Wherever proper
justification exists, Ministry of Petroleum and Natural Gas may by written order, for
reasons to be recorded in writing,
a) Reduce the minimum local content below the prescribed level; or

b) Reduce the margin of purchase preference below 20%; or

c) Exempt any particular item or supplying entities from the operation of this Order or any part
of the Order.

2. Time Period: The Policy shall be applicable for 5 years. Except for 2017-18, the Policy shall
not be continued unless, the Steering Committee by September 30th of each year, concludes a
review as per para 8.2 of the Policy and recommends continuation of the Purchase
Preference.

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 97 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

Enclosure-I
PROCEDURE FOR AWARD OF CONTRACTS
Procedure for award of contracts under this policy shall be as follows:

1.1. In procurement of all items which are divisible in nature, the 'Class I local supplier' shall get
purchase preference over 'Class II local supplier' as well as 'Non Local Supplier' as per following
procedure:

I. Among all qualified bids, the lowest bid will be termed as L 1. If L 1 is 'Class I local
supplier', the contract for full quantity will be awarded to L 1.
II. If L 1 bid is not a 'Class I local supplier', 50% of the order quantity shall be awarded to L
1. Thereafter, lowest bidder among the 'Class I Local supplier' will be invited to match
the L 1 price for the remaining 50% quantity subject to the Class I local supplier's quoted
price falling within the margin of purchase preference, and contract for that quantity
shall be awarded to such 'Class I local supplier' subject to matching the L 1 price. In case
such lowest eligible 'Class I local supplier' fails to match the L 1 price or accepts less than
the offered quantity, the next higher 'Class I local supplier' within the margin of purchase
preference shall be invited to match the L 1 price for remaining quantity and so on, and
contract shall be awarded accordingly. In case some quantity is still left uncovered on
Class I local suppliers, then such balance quantity may also be ordered on the L 1 bidder.

1.2. In the procurement of all items which are not divisible in nature, and in procurement of
services where the bid is evaluated on price alone, the 'Class-I local supplier' shall get purchase
preference over 'Class-II local supplier' as well as 'Non-local supplier', as per following
procedure:

I. Among all qualified bids, the lowest bid will be termed as L 1. If L 1 is 'Class-I local
supplier', the contract will be awarded to L 1.
II. If L 1 is not 'Class-I local supplier', the lowest bidder among the 'Class-I local supplier',
will be invited to match the L 1 price subject to Class-1 local supplier's quoted price
falling within the margin of purchase preference, and the contract shall be awarded to
such 'Class-I local supplier' subject to matching the L 1 price.
III. In case such lowest eligible 'Class-I local supplier' fails to match the L 1 price, the 'Class-
I local supplier' with the next higher bid within the margin of purchase preference shall
be invited to match the L 1 price and so on and contract shall be awarded accordingly. In
case none of the 'Class-I local supplier' within the margin of purchase preference matches
the L 1 price, the contract may be awarded to the L 1 bidder.

28.0 TERMS AND CONDITIONS FOR BIDDERS FROM A COUNTRY SHARING LAND BORDERS
WITH INDIA

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 98 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

I. The Department of Expenditure ( Ministry of Finance) of the Govt. Of India through OMs no.
6/18/2019- PPD dated 23rd July and 24th July’2020 has issued guidelines regarding procurement
from bidders from a country or countries which share land boundary with India. The detail
guidelines are available on the website of DoE (https://doe.govin/).

II. Any bidder from a country which shares a land border with India will be eligible to bid in this
tender only if the bidder is registered with the Competent Authority specified in Annexure I of
the DoE OM dated 23.07.2020 (attached for reference). The Competent authority for the purpose
of registration shall be the Registration Committee constituted by the Department of Promotion
of industry & internal Trade (DPIIT) of Govt. of India.

III. "Bidder" (including the term 'tenderer', 'consultant' or 'service provider' in certain contexts)
means any person or firm or company, including any member of a consortium or joint venture
(that is an association of several persons, or firms or companies), every artificial juridical person
not falling in any of the descriptions of bidders stated hereinbefore, including any agency branch
or office controlled by such person, participating in a procurement process.

IV. "Bidder from a country which shares a land border with India" for the purpose of this Order
means:-

a) An entity incorporated, established or registered in such a country; or


b) A subsidiary of an entity incorporated, established or registered in such a
country; or
c) An entity substantially controlled through entities incorporated, established or
registered in such a country; or
d) An entity whose beneficial owner is situated in such a country; or
e) An Indian (or other) agent of such an entity; or
f) A natural person who is a citizen of such a country; or
g) A consortium or joint venture where any member of the consortium or joint
venture falls under any of the above
V. The beneficial owner for the purpose of (iii) above will be as under:
1. In case of a company or Limited Liability Partnership, the beneficial owner is the natural
person(s), who, whether acting alone or together, or through one or more juridical person, has
a controlling ownership interest or who exercises control through other means.
Explanation-
a) "Controlling ownership interest" means ownership of or entitlement to more than twenty-
five per cent. of shares or capital or profits of the company,

b) "Control" shall include the right to appoint majority of the directors or to control the
management or policy decisions including by virtue of their shareholding or management
rights or shareholders agreements or votings agreements.
2. In case of a partnership firm, the beneficial owner is the natural person(s) who, whether
acting alone or together, or through one or more juridical person, has ownership of entitlement
to more than fifteen percent of capital or profits of the partnership.
3. In case of an unincorporated association or body of individuals, the beneficial owner is the
natural person(s), who, whether acting alone or together, or through one or more juridical
person, has ownership of or entitlement to more than fifteen percent of the property or capital
or profits of such association or body of individuals;
4. Where no natural person is identified under (1) or (2) or (3) above, the beneficial owner is the
relevant natural person who holds the position of senior managing official;

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 99 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

5. In case of a trust, the identification of beneficial owner(s) shall include identification of the
author of the trust, the trustee, the beneficiaries with fifteen percent or more interest in the
trust and any other natural person exercising ultimate effective control over the trust through a
chain of control or ownership.
V. An Agent is a person employed to do any act for another, or to represent another in dealings
with third person.

VI. In tenders for Works Contracts, including Turnkey contracts - The successful bidder shall not be
allowed to sub-contract works to any contractor from a country which shares a land border with
India unless such contractor is registered with the Competent Authority.

VII. Bidder mandatorily requires to submit “Certificate of Compliance” in the enclosed Form : A.
This certificate need to be submitted in the Company’s Letter Head and should be sealed and
signed by the authorized signatory on behalf of the bidder. None submission of Form A may lead
to disqualification for Techno- Commercial evaluation of the submitted bid. (Refer Form B in
case of Works Contract).
In case at any stage pre or post order placement it is found that that the certification furnished
is false their bid shall be summarily rejected or order terminated as applicable. MRPL may at its
discretion initiate penal action against such bidders which may include Black Listing Holiday
Listing the party /encashment of EMD or PBG submitted as per contractual provision etc.
VIII. Compulsory submission of Valid Registration Certificate from Competent Authority is required as
and when a party claims to have registered themselves with the Competent Authority or else bid
shall be rejected without evaluation.

IX. Wherever Tenders are floated Registration with Competent Authority should be valid at the time
of submission of Bid and at the time of acceptance and evaluation of bids / LOA or Order
Placement. In case where tender is not floated registration should be valid at the time of
placement of Order. A Bidder who is validly registered at the time of acceptance / placement
of order in such cases valid registration will not be a relevant consideration during contract
execution.
Note I: For better clarity and to obtain information in detail bidders are requested to go thru
the Govt Circular issued by the Department of Expenditure Govt of India to this effect.
Note II: For information on Exclusion from restriction under Rule 144 (xi) of the GFR, 2017 and
Special Cases for exemption under the purview of this policy, bidders are requested to refer to
the Govt Circular & Annexures therein accordingly.
Special Note: It is the responsibility of the Bidders to keep themselves updated over any revisions
or changes in conditions mentioned in this circular. For all practical purpose the latest applicable
circular will be considered for this tender as published by the Govt time to time.

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 100 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

FORM A

BIDDER’s UNDERTAKING
(On Company’s Letter Head)
To,
Mangalore Refinery & Petrochemicals Limited
Mangaluru, Karnataka.
Sub: Certificate of Compliance
Bidder’s Details :
Name of the Tender : ____________
Tender No : _____________

We/ I have read carefully the clause regarding restrictions on procurement from a bidder of a country
which shares land boundary with India attached with this Tender Document and hereby certify that M/s.
____________ (Name of the Company/ Bidder) is :-
A. Not from such a country and is eligible to be considered for evaluation : YES / NO (*)

B. (i) If from such a country but is registered with the Competent Authority: YES/NO (*)

C. (ii) If from such a country valid Registration Certificate from Competent


Authority is submitted with the bid : YES / NO (*)

I as the authorized signatory on behalf of the bidder certify that the company fulfils all the criteria
stipulated in the Govt OM and is eligible to be considered for this tender.

(*) : Tick Yes / No whichever is applicable.

Place : Signature :

Date : Name :

Designation :

Seal of the Company :

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 101 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

FORM B
BIDDER’s UNDERTAKING IN CASE OF WORKS CONTRACT
(On Company’s Letter Head)

To,
Mangalore Refinery & Petrochemicals Limited
Mangaluru, Karnataka.
Sub: Certificate of Compliance
Bidder’s Details:
Name of the Tender : ____________
Tender No : _____________
We / I have read carefully the clause regarding restrictions on procurement from a bidder of a country
which shares land boundary with India attached with this Tender Document and on sub-contracting to
contractors from such countries and hereby certify that M/s. ____________ (Name of the Company/
Bidder) is :-
A. Not from such a country and is eligible to be considered for evaluation : YES / NO (*)

B. (i) If from such a country but is registered with the Competent Authority : YES/NO (*)

C. (ii) If from such a country valid Registration Certificate from Competent


Authority is submitted with the bid : YES / NO (*)

M/s. _______ (Name of the Company) certify that we will not sub-contract any work to a party/
contractor from such countries unless they are registered with the Competent Authority.
I as the authorized signatory on behalf of the bidder certify that the company fulfils all the criteria
stipulated in the Govt OM and is eligible to be considered for this tender.
(*) : Tick Yes / No whichever is applicable.
Place: Signature :

Date: Name :

Designation :

Seal of the Company :

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 102 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

FORM C

BIDDER’s UNDERTAKING (For Transitional Cases)


(On Company’s Letter Head)
To,
Mangalore Refinery & Petrochemicals Limited
Mangaluru, Karnataka.

Sub: Certificate of Compliance


Bidder’s Details:
Name of the Tender : _______________
Tender No : ________________

We/I have read carefully the clause regarding restriction on procurement from a bidder of a country
which shares land boundary with India attached with this tender document and hereby certify that M/s.
___________________________________________ (Name of the Company) is not from such a country
and is eligible to be considered.
We/I do solemnly resolve to submit valid registration certificate from Competent Authority as applicable
in case any such requirement arises for evaluation and acceptance of bid purpose.

Place: Signature :

Date: Name :

Designation :

Seal of the Company :


29.0 TERMS & CONDITIONS OF SUPERVISION OF ERECTION, TESTING & COMMISSIONING) (IF APPLICABLE
AS PER TECHNICAL SPECIFICATION) Refer attached Annexure – A.

30.0 TERMS & CONDITIONS OF POST WARRANTY COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT
(PWCAMC) (IF APPLICABLE AS PER TECHNICAL SPECIFICATION)
Refer attached Annexure – B.

31.0 TERMS & CONDITIONS OF TRAINING OF EMPLOYER’S PERSONNEL AT MANUFACTURER’S WORKS/


FACILITIES (IF APPLICABLE AS PER TECHNICAL SPECIFICATION)
Refer attached Annexure – C.

32.0 TERMS & CONDITIONS FOR SITE WORK (IF APPLICABLE AS PER TECHNICAL SPECIFICATION)
Refer attached Annexure – D.

33.0 Procedure for Final Documentation (SPC-000009) (Rev.-01)


Refer attached Annexure - E

34.0 Vulnerability Atlas of India


Refer attached Annexure – F

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 103 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

ANNEXURE – A TO SPC

TERMS & CONDITIONS FOR SUPERVISION OF ERECTION, TESTING & COMMISSIONING


(If Applicable):
1. Bidder shall include per diem charges for Vendor Representative supervision of Erection, Testing
& Commissioning which shall include lodging, boarding, to & fro air fare / transportation upto
MRPL refinery Project Site, medical, local transportation, all insurances including Bidder’s
personnel and third party insurance, all other incidental charges and all taxes / duties / cess /
levies / fees, etc. except GST (for bidders registered in India) which shall be quoted extra and
shall be payable against submission of Invoice as per GST Invoicing rules.
2. Tax(s) as per Government policy shall be deducted at source by Purchaser while making payments
against each invoice.
3. Working hours prevailing at site, normally 8 hours/day - Monday through Saturday and holidays
as applicable to Purchaser’s site personnel shall apply.
4. Selection of Foreign/ Indian supervisory personnel shall be left to Owner’s/Purchaser’s choice.
5. Vendor’s supervisory personnel shall observe/abide by site working conditions prevailing at the
existing site, safety codes, Indian laws and local laws.
6. A notice period of 15 days will be given for mobilization of supervisory personnel for supervision
of erection.
7. Validity period of per diem rate shall be upto the end of warranty period. In case services for
supervision are required during a prolonged warranty period, no escalation shall be permissible.
8. Payment: 100% against submission of monthly bills and time sheets certified by the Engineer-in-
Charge.
9. Requirement of Employment Visa for Foreign Nationals
All foreign nationals coming to India for execution of Projects / Orders will have to apply for
Employment Visa only and that grant of Employment Visa would be subject to strict adherence
of following norms:
i) Employment Visa is granted only for the skilled and qualified professional or to a person
who is being engaged or appointed by a company, organization, Industry or undertaking
etc. in India on contract or employment basis at a senior level, skilled position such as
technical expert, senior executive or in managerial position etc.
ii) Request for employment Visa for jobs for which large number of qualified Indian are
available, is not considered.
iii) Under no circumstances an Employment Visa is granted for routine, ordinary secretarial /
clerical jobs.
Bidders 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
Indian during execution of the Order.

CHARGES FOR SUPERVISION OF ERECTION/TESTING/COMMISSIONING /Warrranty Period:

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 104 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

Vendor’s Reply/Information
S. No. Description
(____________) Currency

Per diem charges (per person) for 8 hours


1. work on normal working days (Monday to
Saturday)
Overtime rate/ hour beyond normal 8
2. To be Quoted separately
hours work on normal working days.
Overtime rate/hour for work on Sundays/
3.
holidays (as applicable at Project site).
4. Applicable Rate of GST

Note:
In case bidder recommends more than one category level of supervisory personnel the
information desired at Sr. Nos.1 to 4 above in the table shall be furnished separately for each
category of supervisory personnel.

Bidder’s Acceptance:
TENDER No. : Signature with Name & Date and
Item : Seal/Stamp of the Bidder
Offer No. :

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 105 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

ANNEXURE – B TO SPC

TERMS & CONDITIONS FOR POST WARRANTY COMPREHENSIVE ANNUAL MAINTENANCE


CONTRACT ( If Applicable):

a) Please quote on separate take-out basis for the Post Warranty Annual Maintenance Contract as
per scope defined in Technical Specification. Please furnish the year wise Break-up in the Price
Schedule.

b) The AMC Charges quoted in Price Schedule Format shall be inclusive of all the charges for
Transportation, Lodging, Boarding, all insurances including third party insurance, all Taxes /
Duties / Cess / Levies / Fees and all other incidental charges etc. but excluding GST which shall
be payable extra at actual on Submission of Invoice as per GST Invoicing rules. Owner will not
have any liability, whatsoever, over and above the quoted prices.

c) The payment terms for the AMC shall be on quarterly basis after completion of each quarter
against submission of Bills duly certified by the Engineer-in-charge.

d) The order for AMC will be placed before the expiry of contractual Warranty Period. The price of
AMC services will remain firm & fixed for the complete execution of AMC contract. In case there
is delay in start of AMC from the date of expiry of warranty period, the charges shall be paid on
pro-rata basis for the duration curtailed from original specified AMC period.

e) Within 2 weeks of placement of Order for AMC, Seller shall submit CPBG for 3% of the Maximum
annual AMC amount which shall be valid for the entire AMC period plus 2 months claim period.

f) Periodic and Preventive maintenance: Vendor shall depute their engineers to installation site as
& when required for regular check-ups, as part of periodic maintenance. Vendor shall also depute
their service engineers periodically for preventive maintenance, major repairs / replacement
and reporting. Price shall also include emergency visits as necessary.

g) Scope of AMC shall be as per Technical Specification. The quoted lump-sum rate shall include
providing all manpower, machineries and materials, including any special tools & tackles
required required to carry out the work as per scope of work of AMC defined in the Technical
Specification.

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 106 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

ANNEXURE – C TO SPC

TERMS & CONDITIONS FOR TRAINING OF EMPLOYER’S PERSONNEL


AT MANUFACTURER’S WORKS/ FACILITIES (IF APPLICABLE AS PER TECHNICAL SPECIFICATION)

1. Bidder shall quote Training charges of OWNER’s operation and Maintenance personnel at
Bidder’s works/ training facility on lump-sum basis for each trainee.
2. Economy class Air fare, accommodation & local conveyance shall be reimbursed at
actuals, by owner

3. Quoted prices shall be inclusive of all taxes / duties / cess / levies / fees / etc. except
GST which shall be payable extra at actuals against submission of documents as per GST
Invoicing rules.

4. A notice period of 15 days will be given by Owner for prior arrangement.

5. PAYMENT TERMS: 100% on completion of services against submission of invoice, any other
supporting documents, if required along with Certificate duly certified by Engineer-in-
charge

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 107 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

ANNEXURE – D TO SPC

TERMS & CONDITIONS FOR SITE WORK (IF APPLICABLE):

For the Equipment supplied, Site installation will be in the scope of a separate Subcontractor
appointed by MRPL. Vendor responsibility is for supply of the Equipment F.O.T at Project Site.
Unloading will be done by MRPL Subcontractor.

Preservation for the equipment with instructions/ manual must be provided by Vendor

The Vendor shall perform their jobs in eco-friendly manner and in consonance with the objectives of
project site environment management system.

1. Construction / erection work for several other project facilities at various locations within
project site will be progressing concurrently. It will be the responsibility of vendor to seek
approvals from the Owner/Purchaser for working within & outside the project site limits and also
of taking all suitable safety measures as per regulations in force for the safety of existing-
refinery.

2. The material shall be collected by the vendor from Purchaser’s stores/Project Site/vendor’s own
stores (as the case may be) and transported to the erection site at Vendor’s cost and risk.

3. All labour (both skilled and unskilled), tools, tackles and consumables etc. shall be arranged by
Vendor at his own cost.

4. Vendor shall arrange for the necessary transport, accommodation, medical, canteen and other
facilities for their employees / staff at their own cost and abide by all labor laws, safety codes
and statutory regulations and keep Owner/ Purchaser indemnified in respect thereof.

5. Purchaser shall arrange the Marine cover Insurance and Erection All Risk (EAR) Cover Insurance
for the project for permanent incorporation of material and services. Vendor shall arrange and
pay for all other insurances as may be required under the law for their employees / materials /
subcontractor(s). Vendor shall be working at Owner’s site along with agencies that will be
engaged in the other activities. For this purpose the third party risk shall also be covered by
Vendor.

6. The Vendor is responsible for keeping his work place neat and clean and shall always avoid
scattering of any materials around the work place. The Vendor shall clear the work site of all
debris, materials, tools, tackles etc. immediately upon completion of the job. Any temporary
pipeline / cables etc. laid for the purpose of execution of a particular job shall be immediately
removed to an agreed location and the site cleared off all such materials.

7. The Vendor shall not throw out gaskets, used electrode pieces, hand gloves, cotton wastes, gunny
bags, polythene bags etc. into open channel, any drains or pipe line system. These are to be
collected together and deposited in bins/waste collectors earmarked for the purpose of disposal
after consultation with Engineer-in-Charge.

8. Water & Power

9.1 WATER
Construction water shall not be provided by Owner/Purchaser. However Water for

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 108 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

Hydrotest & pre-commissioning/ commissioning shall be provided on free of charge basis,


based on availability.

9.2 POWER

Owner will provide power on chargeable basis, at one point from where Contractor shall
make his own arrangement for temporary distribution. All the works will be done as per
IEA regulation and checked & passed by Owner. The temporary line will be removed after
the completion of work or if there is any hindrance caused to the other works due to
alignment of these lines, Contractor shall re-route or remove the temporary lines at his
own cost. Contractor at his own cost shall also provide suitable electric meters,
distribution boards, fuses, switches, MCBs, etc. which should be in custody of Engineer-
in charge.

In case Owner/Purchaser is unable to provide the power, Contractor shall make his own
arrangement.

9.3 If Owner / Purchaser is unable to provide water as mentioned above for any reasons
whatsoever, the same has to be arranged by Contractor at their own cost. No time
extension shall be payable on the above account. This shall not relieve Contractor of his
responsibility for timely completion of the work as stipulated in the bidding document.

9. MRPL may permit the bidder, reasonably required land (subject to availability), free of
any liability to establish a temporary site office, fabrication yard and storage area at the
job site, at the discretion of Engineer-in-charge. MRPL shall not permit any land at site
to be used for residential purposes nor shall otherwise provide or arrange any land for
temporary accommodation of the bidder’s personnel or labour.
The bidder shall at its own cost and initiative arrange land for residential accommodation
for its staff and workers and the quoted price shall be deemed to include the same.

10. All Cranes, handling equipment, crane testing and certification, etc. as required, shall
be arranged by Vendor at his cost.

11. As per the applicable Factory Act the Labour License, if required, shall be taken by
Vendor before starting the works.

12. All necessary compliances to various statutory requirements including Factories Act,
Labour Welfare legislations etc. shall be vendor’s responsibility.

13. It shall be vendor’s responsibility to comply with all rules and regulations in force at
construction site.

14. Surplus material, if any, after completion of site work, shall not be allowed to be taken
out of Project Site, on case to case basis.

15. TAXES & DUTIES

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 109 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

15.1 Foreign vendor’s quoted prices shall be inclusive of Indian Income Tax/ withholding Tax
and Indian vendor’s quoted prices shall be inclusive of Indian Income Tax.

15.2 Quoted prices shall be Exclusive of GST on Site Work, the same shall be paid extra at
actuals against submission of Invoices as per GST Invoicing rules.

15.3 Necessary tax registration, if any, for site activity shall be done by vendor and cost shall
be included in the quoted price.

16. REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN NATIONALS


All foreign nationals coming to India for execution of Projects / Orders will have to apply
for Employment Visa only and that grant of Employment Visa would be subject to strict
adherence of following norms:

16.1 Employment Visa is granted only for the skilled and qualified professional or to a person
who is being engaged or appointed by a company, organization, Industry or undertaking
etc. in India on contract or employment basis at a senior level, skilled position such as
technical expert, senior executive or in managerial position etc.

16.2 Request for employment Visa for jobs for which large number of qualified Indian are
available, is not considered.

16.3 Under no circumstances an Employment Visa is granted for routine, ordinary secretarial
/ clerical jobs.

16.4 Bidders 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
Indian during execution of the Order.

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 110 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

ANNEXURE – E TO SPC

Procedure for Final Documentation (SPC-000009) (Rev.-01)

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 111 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

ANNEXURE – F TO SPC

Vulnerability Atlas of India


Vulnerability Atlas of India (VAI) is a comprehensive document which provides existing hazard
scenario for the entire country and presents the digitized State/UT-wise hazard, maps with
respect to earthquakes, winds and floods for district-wise identification of vulnerable areas. It
also includes additional digitized maps for thunderstorms, cyclones and landslides. The main
purpose of this Atlas is its use for disaster preparedness and mitigation at policy planning and
project formulation stage.
This Atlas is one of its kind single point source for the various stakeholders including policy
makers, administrators, municipal commissioners, urban managers, engineers, architects,
planners, public etc. to ascertain proneness of any city/location/site to multi-hazard which
includes earthquakes, winds, floods, thunderstorms, cyclones and landslides. While project
formulation, approvals and implementation of various urban housing, buildings and
infrastructures schemes, this Atlas provides necessary information for risk analysis and hazard
assessment.
The Vulnerability Atlas of India has been prepared by Building Materials and Technology
Promotion Council under Ministry of Housing and Urban Affairs, Government of India and
available at their website www.bmtpc.org.
It is mandatory for the bidders to refer Vulnerability Atlas of India for multi-hazard risk
assessment and include the relevant hazard proneness specific to project location while
planning and designing the project in terms of:
i) Seismic zone (II of V) for earthquakes
ii) Wind velocity (Basic Wind Velocity:55, 50, 47, 44, 39 & 33 m/s)
iii) Area liable to floods and Probable max. surge height
iv) Thunderstorms history
v) Number of cyclonic storms / severe cyclonic storms and max sustained wind specific to
coastal region
vi) Landslides incidences with Annual rainfall normal
vii) District wise Probable Max. Precipitation.

Tender No: D200050006 SPC Bidder’s Seal & Signature


Page 112 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

SECTION- 5

GENERAL PURCHASE CONDITIONS (INDIGENOUS)

INDEX

1 DEFINITIONS 21 TRANSFER OF PROPERTY FROM THE VENDOR TO


THE OWNER

2 REFERENCE FOR DOCUMENTATION 22 PRICE


3 CONFIRMATION OF ORDER 23 TERMS OF PAYMENT

4 SALES CONDITIONS 24 INVOICING AND NEGOTIATION OF DOCUMENTS

5 COMPLETE AGREEMENT 25 RECOVERY OF SUMS DUE

6 INSPECTION - CHECKING - TESTING 26 CHANGES

7 OFFICIAL INSTITUTIONAL TESTING 27 CANCELLATION

8 PROGRESS SCHEDULE & EXPEDITING 28 PATENTS AND ROYALTIES

9 WEIGHTS & MEASUREMENTS 29 PERFORMANCE GUARANTEE

10 DISPATCH INSTRUCTIONS 30 NON-WAIVER

11 OILS & LUBRICANTS 31 NON-ASSIGNMENT

12 SPARE PARTS 32 PART ORDER / REPEAT ORDER

13 PACKING AND MARKING 33 VENDOR’S DRAWINGS AND DATA REQUIREMENT

14 SHIPMENT AND SHIPMENT NOTICES 34 TECHNICAL INFORMATION

15 CONTROL REGULATIONS 35 SERVICES OF VENDOR’S PERSONNEL

16 TRANSIT RISK INSURANCE 36 VENDOR’S LIABILITIES

17 RESPECT FOR DELIVERY DATES 37 OWNER’S MATERIAL

18 DELAYED DELIVERY 38 HEADINGS

19 DELAYS DUE TO FORCE MAJEURE 39 ARBITRATION

20 REJECTION, REMOVAL OF REJECTED GOODS AND 40 JURISDICTION


REPLACEMENT

Tender No: D200050006 GPC Bidder’s Seal & Signature


Page 113 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

1. DEFINITIONS:

The following expressions used in these General Purchase Conditions and the Purchase Order
shall have the meaning indicated against each of them:
“OWNER/ CLIENT”: OWNER/ CLIENT means Mangalore Refinery and Petrochemicals Limited, a
company incorporated in India having its registered office at Kuthethoor, P.O. Katipalla,
Mangalore- 575 030, acting through CONSULTANT for the Project of Mangalore Refinery and
Petrochemicals Ltd., at Mangalore and shall include its successors and assigns.
“GOODS/MATERIALS”: Goods and/or materials shall mean any of the articles, materials,
Machinery, Equipment, Supplies, drawings, data and other property and all services including
but not limited to design, delivery, installation, inspection, testing and commissioning specified
to complete the order.
“VENDOR/ SELLER/ SUPPLIER”: Vendor/ SELLER/ Supplier shall mean the Person, firm or
OWNER to whom this Purchase Order is issued.
“Contractual Delivery Date”: Contractual Delivery date is the date on or before which goods
shall be delivered F.O.T dispatching point/destination in accordance with the terms of the
Purchase Order. The contractual delivery date/period is inclusive of all the lead time for
engineering, procurement of raw materials, manufacturing, inspection, testing packing and any
other activities whatsoever required to be accomplished for effecting the delivery at the agreed
delivery point.
“Procurement co-ordinators/ Managers and Consultants”: Owner’s authorized representative
appointed as procurement co-ordinators/ Manager and Consultants.
“INSPECTORS”: Inspectors deputed by Owner or procurement co-ordinator / managers and
consultants.
PROJECT: Projects of Mangalore Refinery and Petrochemicals Limited at Kuthethoor, P.O.
Katipalla, Mangalore- 575 030
“Purchase Order”: Purchase Order shall mean the Order placed on the Vendor for supply of
material/services and shall include the general conditions, bidding conditions, specific
conditions, material requisition/Purchase requisition, drawings, Price schedule and subsequent
amendments mutually agreed upon. It may also be referred as order or contract.”
2. REFERENCE FOR DOCUMENTATION:

Purchase Order number must appear on order confirmation correspondence, drawings,


invoices, shipping notes, packing and/ or any documents or paper connected with the Order.
3. CONFIRMATION OF ORDER:

The Vendor shall acknowledge the receipt of the Letter of Acceptance (LOA) / Fax of
Acceptance (FOA) / Purchase Order within seven days following the date of the LOA / FOA /
Purchase Order and shall thereby confirm his acceptance of the FOA / Purchase Order without
any exceptions. This acknowledgment will bear on both FOA / Purchase Order and General
Purchase Conditions
4. SALES CONDITIONS:

With Vendor’s acceptance of provisions of this Purchase Order, he waives and considers as
cancelled any of his general sales conditions.
5. COMPLETE AGREEMENT:

The terms and conditions of this Purchase Order shall constitute the entire Agreement between
the parties hereto. Changes will be binding only if the amendments are made in writing and
signed by an authorized representative of the Owner.
6. INSPECTION-CHECKING-TESTING:

The equipment, materials and workmanship covered by the Purchase Order are subject to
inspection and testing at any time prior to shipment and/or dispatch and to final inspection
Tender No: D200050006 GPC Bidder’s Seal & Signature
Page 114 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

within a reasonable time after arrival at the place of delivery. Inspectors shall have the right
to carry out the inspection and testing which will include the raw materials at manufacturer’s
shop, at fabricator’s shop and at the time of actual dispatch before or after completion of
packing.
All tests, mechanical and /or others and particularly those required by codes will be performed
at Vendor’s expenses and in accordance with Inspector’s instructions. The Vendor will also bear
the expenses concerning preparation and rendering of tests as may be required by Boiler
Inspectorate or such other statutory testing agencies or by any other reputed Inspection
agencies as may be nominated by the Owner for non-IBR items, inspecting authority shall be
Owner/ CONSULTANT.
The salaries and fees of Inspectors and their travelling, lodging and boarding expanses will not
be borne by the Vendor (unless inspection becomes infructuous due to any omission or
commission on the part of the Vendor). Before shipping or dispatch, the equipment and/or
materials will have to be checked and stamped by Inspectors who are authorised also to forbid
the use and dispatch of any equipment and/or materials which during tests and inspection fail
to comply with the specification, codes and testing requirements.
The Vendor shall:
- Inform Procurement Coordinator/Managers at least eight days in advance of the exact
place, date and time of rendering the equipment or materials for required inspection.

- Provide free access to Inspectors during normal working hours to Vendor’s or his/its sub-
Vendor’s works and place at their disposal all useful means of performing, checking,
marking, testing, inspection and final stamping.

Even if the Inspections and tests are fully carried out, Vendor would not be absolved to any
degree from his responsibilities to ensure that all equipments and materials supplied comply
strictly with requirements as per agreement both during constructions, at the time of delivery,
inspection, on arrival at site and after its erection or start-up and guarantee period as
stipulated in Clause 29 herein.
The Vendor’s responsibility will not be lessened to any degree due to any comments made by
Procurement Coordinators/Managers and Inspectors on the Vendor’s drawings or specifications
or by inspectors witnessing any chemical or physical tests. In any case, the equipment must be
in strict accordance with the Purchase Order and/or its attachments failing which the Owner
shall have the right to reject the goods and hold the Vendor liable for non-performance of
contract.

7. OFFICIAL INSTITUTIONAL TESTING:


In addition to testing and inspection by Inspectors mentioned above, Lloyds register Industrial
services or similar institutional agencies like Boiler-Inspectorate may be assigned for official
testing of all coded equipment. The Vendor shall ensure that all Procedures for preparation
and Performance of test prescribed by such institution shall be completed scrupulously.
The Vendor is required to send to such institutions as may be designed by the Owner at least
three sets of fabricated / manufactured drawings for each equipment and calculations. All
manufacturer’s mill test certificates and analytical reports from material laboratories in
respect of all raw material and components employed shall have to be presented to such
Institution’s Inspectors in the number of copies required. Vendor shall be responsible for any
delay in submission of necessary certificates. The Vendor shall maintain close liaison with
Procurement Co-ordinators and Institution’s Inspectors to maintain Schedule and delay, if any,
in this process will not be taken into consideration as a cause of Force Majeure.

8. PROGRESS SCHEDULE & EXPEDITING

Tender No: D200050006 GPC Bidder’s Seal & Signature


Page 115 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

8.1 VENDOR within 2 weeks of award shall submit to OWNER, his Delivery schedule regarding the
documentation, manufacture, testing, supply, erection and commissioning of the GOODS.

8.2 For items other than bulk, the Delivery schedule will be in the form of a network or a bar chart
clearly indicating all main or key events regarding documentation, supply of raw materials,
manufacturing, testing, delivery, erection and commissioning.

8.3 VENDOR shall update the template online on monthly basis to keep OWNER updated on the
progress of the execution of Order and achievement of targets set out in time bar chart.

8.4 The Procurement Co-coordinator/ Managers shall have the right to inspect VENDOR’s premises
with a view to evaluating the actual progress of work on the basis of VENDOR’s Delivery schedule.

8.5 The Procurement Co-coordinator/ Managers shall have free access to Seller’s shop and/or sub-
Supplier’s shop at any time and they shall be provided all the necessary assistance and
information to help them perform their job.

8.6 Irrespective of such inspection, in case of any delay, Owner cannot be held responsible. However,
if delay is expected, at the earliest possible date, VENDOR shall advise Owner, of anticipated
delay in the progress.

8.7 Notwithstanding the above, in case progress on the execution of order at various stages is not as
per phased Delivery schedule and is not satisfactory in the opinion of the OWNER which shall be
conclusive or VENDOR shall neglect to execute the order with due diligence and expedition or
shall contravene the provisions of the order, OWNER shall be entitled to take action in
accordance with the provisions of the Order.

9. WEIGHTS AND MEASUREMENTS:

All weights and measurements recorded by Procurement Coordinators/Managers on receipt of


goods at the site will be treated as final.
Vendor’s shipping documents and Invoices must contain the following data:
I. Unit net weight

II. Unit gross weight (packing included)

III. Dimensions of packing

10. DISPATCH INSTRUCTIONS:

10.1 Unless Otherwise specifically advised in writing goods shall not be dispatched without prior
Inspection, testing and Release Order/Materials Acceptance Certificates issued by Inspectors.
10.2 Vendor shall exercise due care and ensure that the consignment shall be booked under
appropriate railway classification, failing which any additional freight incurred by Owner due
to Vendor’s booking the material under a wrong classification shall be to Vendor’s account.
10.3 The goods shall be consigned in the name of consignee viz.

GM (Projects) ,
Mangalore Refinery and Petrochemicals Limited,
(Marketing Infrastructures Project),
Kuthethur P.O, Katipalla, Mangalore- 575 030, Karnataka.

By the most economical and expeditious mode of transport to the destination as applicable for
Tender No: D200050006 GPC Bidder’s Seal & Signature
Page 116 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

respective mode of dispatches as follows:


(a) By Rail in wagon load consignment to :
Projects Department, Mangalore Refinery and Petrochemicals Limited, Mangalore, Karnataka
(b) By road transport to :
Projects Department, Mangalore Refinery and Petrochemicals Limited, Mangalore, Karnataka
10.4 Owner/procurement coordinators/manager reserve the rights to advise any change in
dispatching point/destination and/or mode of transport as may be required. Any extra
expenditure on this account supported by documentary evidence, will be reimbursed by the
Owner.

11. OILS & LUBRICANTS:


The first filling of oils and lubricants, if any, required for every equipments shall be included
in the price. The Vendor shall also recommend the quality / quantity of oils and lubricants
required for one year continuous operation.
12. SPARE PARTS:
The Vendor must furnish item wise and priced list of spare parts required for two years
operation of the equipment and prime movers also.
The Vendor shall provide the necessary cross - sectional drawing to identify the spare parts
numbers and their location as well as an inter changeability chart.
13. PACKING AND MARKING:
All fragile and exposed parts will be packed with care and the packages shall bear the words
“WITH CARE” both in English and Hindi.
All nozzle, pipes and all sheets shall be marked with strips bearing progressive numbers.
All nozzle holes and openings as also all delicate surfaces shall be carefully protected against
bad weather. Flange faces of all nozzles shall be protected by blanks.
All threaded fittings shall be greased and provided with plastic caps.
All manufactured surfaces shall be painted with rust proof paint.
Equipment / materials shall be protected by suitable coat of paint and all bright parts protected
from rust by application of anti rust coating as may be necessary. All machined surfaces shall
be suitably protected.
All small pieces shall be packed in cases. All equipments / materials shall be suitably packed
for rail, road or other appropriate transport. The packing shall be strong enough to ensure safe
preservation up to the final point of destination.
The Vendor shall be held liable for all damages or breakage to the goods due to defective or
insufficient packing as well as for corrosion due to insufficient protection.
On three sides of the packages the following marks shall appear clearly visible and in indelible
paint at Vendor’s care and expenses.

From : (Vendor)
To:
GM (Projects) ,
Mangalore Refinery and Petrochemicals Limited,
(Marketing Infrastructures Project),
Kuthethur P.O, Katipalla, Mangalore- 575 030, Karnataka.

Order No.: Rev. No.:


Item : Net Weight: Kgs.
Gross Weight Kgs.
Case No. of Total cases:
Dimensions

Tender No: D200050006 GPC Bidder’s Seal & Signature


Page 117 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

For every order and every shipment, packages must be marked with serial progressive
numbering. All packages that require special handling and transport should have their center of
gravity and points at which they may be slung or gripped clearly indicated and marked
“ATTENTION SPECIAL LOAD HANDLE WITH CARE” both in English and Hindi Language.

14. SHIPMENT AND SHIPMENT NOTICES:

The Vendor shall make shipment only after prior approval by inspectors whenever specifically
mentioned. In the event of the Vendor having been advised to hold shipment(s) for any reason
whatsoever the Vendor shall hold the materials in his/its ware house for at least 30 days without
any compensation or without prejudice to any reduction in price already accrued on account
of delays.
Immediately after shipment, Vendor shall inform dispatch particulars to the
Owner/procurement coordinators hereunder:
2 copies to:
GM (Projects) ,
Mangalore Refinery and Petrochemicals Limited,
(Marketing Infrastructures Project),
Kuthethur P.O, Katipalla, Mangalore- 575 030, Karnataka.

3 copies to Consultant –

Resident Construction Manager –


Nauvata Engineering Private Limited
C/o Mangalore Refinery and Petrochemicals Limited,
(Marketing Infrastructures Project),
Kuthethur P.O, Katipalla, Mangalore- 575 030, Karnataka.

15. CONTROL REGULATIONS :

The supply, dispatch and delivery of goods shall be arranged by the Vendor in strict conformity
with the statutory regulations including provision of Industries (Development and Regulation)
Act, 1951 and any amendment thereof as applicable from time to time. The Owner disowns any
responsibility for any irregularity or contravention of any of the statutory regulations in
manufacture or supply of his stores covered by this order.
16. TRANSIT RISK INSURANCE:

Transit Risk Insurance shall be covered by the Owner against its Open General Policy. The
Vendor shall advise the dispatch particulars to the Insurance Company as indicated in the
Purchase order under advice to the Procurement Coordinators / Managers immediately after
shipment.

17. RESPECT FOR DELIVERY DATES:


Time of delivery as mentioned in the Purchase Order shall be the essence of the agreement
and no variation shall be permitted except with prior authorisation in writing from the Owner.
Goods should be delivered securely packed and in good order and condition at the place and
within the time specified in the Purchase Order for their delivery. Where no delivery period is
expressly stated, it shall be construed as seven days from the date of placing the order. The
Owner reserves the right to defer the period of delivery in writing.

Tender No: D200050006 GPC Bidder’s Seal & Signature


Page 118 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

18. DELAYED DELIVERY:

The time and date of delivery of stores/materials/ equipment as stipulated in the Order shall
be deemed to be the essence of the contract. In case of delay in execution of the order beyond
the date of delivery stipulated in the order or any extensions sanctioned, the Owner may at his
option either:
(i) Accept delayed delivery at prices reduced by a sum equivalent to half percent (1/2%)
of the value of any goods not delivered for every week of delay or part thereof, limited
to a maximum of 5% of the total order value.

(ii) Cancel the order in part or full and purchase such cancelled quantities from elsewhere
on account and at risk of the Vendor, without prejudice to its right under (i) above in
respect to goods delivered.

19. DELAYS DUE TO FORCE MAJEURE:

19.1 In the event of causes of Force Majeure occurring within the agreed delivery terms, the delivery
dates can be extended by the Purchaser on receipt of application from the VENDOR without
imposition of price reduction. Only the following shall be considered as force majeure:
a) Act of terrorism;
b) Riot, war, invasion, act of foreign enemies, hostilities (whether war be declared or not), civil
war, rebellion, revolution, insurrection of military or usurped power;
c) Ionizing, radiation or contamination, radio activity from any nuclear fuel or from any nuclear
waste from the combustion of nuclear fuel, radioactive toxic explosive or other hazardous
properties of any explosive assembly or nuclear component;
d) Epidemics, pandemics, earthquakes, flood, fire, hurricanes, typhoons or other physical natural
disaster, but excluding weather conditions regardless of severity; and
e) Freight embargoes, strikes at national or state-wide level or industrial disputes at a national
or state-wide level in any country where Works are performed, and which affect an essential
portion of the Works but excluding any industrial dispute which is specific to the performance
of the Purchase Order.
19.2 For the avoidance of doubt, inclement weather, third party breach, delay in supply of materials
(other than due to a nationwide transporters’ strike) or commercial hardship shall not constitute
a Force Majeure event.
19.3 The VENDOR must advise the Purchaser by a registered letter duly certified by a statutory
authorities, the beginning and the end of the delay immediately, but in no case later than 10
days of the beginning and end of each cause of Force Majeure condition as defined above.
19.4 The extension of time shall be the sole remedy of the VENDOR for any delay under this clause
and the VENDOR shall not be entitled in addition to or in lieu of such extension to claim any
damages or compensation on any account whatsoever whether under the law governing contracts
or any other law in force, and the VENDOR hereby waives and disclaims any and all contrary
rights.
19.5 In case force majeure conditions persists for period exceeding 02 (Two) Months, the Purchaser
reserves the right to cancel the Purchase order or part of it.

20. REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT:

Tender No: D200050006 GPC Bidder’s Seal & Signature


Page 119 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

In case the testing and inspection at any stage by Inspectors reveal that the equipment,
material and workmanship do not comply with the specification and requirements, the same
shall be removed by the Vendor at his/its own expense and risk within the time allowed by the
Owner. The Owner shall be at liberty to dispose of such rejected goods in such a manner as he
may think appropriate. In the event the Vendor fails to remove the rejected goods within the
period as aforesaid, all expenses incurred by the Owner for such disposal shall be to the account
of the Vendor. The freight paid by the Owner, if any, on the inward journey of the rejected
materials shall be reimbursed by the Vendor to the Owner before the rejected materials are
removed by the Vendor.
The Vendor shall have to proceed with the replacement of that equipment or part of the
equipment at MRPL stores / site, if so required by the Owner, without claiming any extra
payment. The time taken for replacement in such event will not be added to the contractual
delivery period. Any rejection, removal of rejected goods/material and replacement shall be
applicable only up to guarantee period or extended guarantee period as applicable.

21. TRANSFER OF PROPERTY FROM THE VENDOR TO THE OWNER.

The transfer of property shall be deemed to have taken place as follows subject to the provisions
herein contained:
21.1 F.O.T. dispatch point: On handing over the equipment to the carrier against receipt and such
receipt having been passed over to the Owner.
21.2 F.O.T. Project site: On receipt of material at Project site.
21.3 Equipment sent freight/ carriage paid to the Refinery site: On receipt of goods at site.
21.4 Equipment erected by the Vendor; on acceptance at job site.
21.5 Equipment commissioned by the Vendor: On taking over by the Owner for regular operation
after test run at maximum capacity for specified period satisfactorily performed.
22. PRICE:
Unless otherwise agreed to in the terms of the Purchase Order, the price shall be:
a) Firm and not subject to escalation for any reasons whatsoever till the execution of entire
order even though it might be necessary for the order execution to take longer than the
delivery period specified in the order.
b) Inclusive of adequate road/ rail worthy packing and forwarding charges upto effecting
delivery at F.O.T. dispatch point in all cases and railway freight whenever F.O.T/ F.O.R.
destination delivery terms are agreed to but exclusive of transit insurance.
c) Exclusive of Central/State Sales Tax, Excise Duty and or such imposts which are leviable
by law on sales of finished goods to Owner and/or Octroi duty, if any, leviable at
destination/ project site. The nature and extent of such levies shall be shown separately.

23 TERMS OF PAYMENT:

Payment against invoice shall normally be made within 15 days of receipt and acceptance of
equipment/materials at site. However, Owner may consider payment of 90 percent against
dispatch documents, balance 10 percent within 15 days of receipt and acceptance of equipment
/ materials at site, provided the value of Purchase Order exceeds Rs. 50,000/.
The Excise Duty, Service Tax, and Karnataka VAT shall not be included in the quoted prices and
shall be payable at actuals. The amount of Excise Duty, Service Tax, and VAT shall only be
payable against submission of Cenvatable/ Vatable invoices.
The Vendor shall as a precondition to any Payment exceeding 90% (Ninety percent) of the total
contract value, furnish to the Owner in cash or in bank guarantee from a Scheduled/
Nationalised Bank in a form approved by the Owner for an amount of 10% of the contract value
as security for the due performance of all the Vendor’s liability in terms of and/or in connection
with the contract. This security will be released after the expiry of the period of performance
guarantee.
Tender No: D200050006 GPC Bidder’s Seal & Signature
Page 120 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

The financial settlement of Vendor’s Invoice is liable to be withheld in the event the Vendor
has not complied with submission of drawing, data and such documentation as called for in
Purchase Order and/or as required otherwise.

24. INVOICING & NEGOTIATION OF DOCUMENTS

Invoices and other documents shall be sent as hereunder:

i) - Original + 2 copies to :
GM (Projects) ,
Mangalore Refinery and Petrochemicals Limited,
(Marketing Infrastructures Project),
Kuthethur P.O, Katipalla, Mangalore- 575 030, Karnataka.

ii) 2 copies to (concerned Consultant):


Resident Construction Manager –
Nauvata Engineering Private Limited
C/o Mangalore Refinery and Petrochemicals Limited,
(Marketing Infrastructures Project),
Kuthethur P.O, Katipalla, Mangalore- 575 030, Karnataka.

In case the payment is against dispatch documents through bank then:


Original invoice alongwith RR/GC note and Inspection certificate etc. should be sent to:
WILL BE INFORMED LATER
with a stipulation that the Bankers shall send prompt advice upon the receipt of
documents to the:

GM (Finance),
Mangalore Refinery and Petrochemicals Limited,
(Name of the Project),
Kuthethoor P.O., Via: Katipalla,
Mangalore- 575 030, Karnataka

i) 1 copy shall be directly sent to:


GM ( Finance) ,
Mangalore Refinery and Petrochemicals Limited,
(Name of the Project),
Kuthethur P.O, Katipalla, Mangalore- 575 030, Karnataka.

ii) 2 copy to:


GM (Projects) ,
Mangalore Refinery and Petrochemicals Limited,
(Marketing Infrastructures Project),
Kuthethur P.O, Katipalla, Mangalore- 575 030, Karnataka.
iii) 2 copies to (concerned Consultant):

Resident Construction Manager –


Nauvata Engineering Private Limited
C/o Mangalore Refinery and Petrochemicals Limited,
(Marketing Infrastructures Project),
Kuthethur P.O, Katipalla, Mangalore- 575 030, Karnataka.
Tender No: D200050006 GPC Bidder’s Seal & Signature
Page 121 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

25. RECOVERY OF SUMS DUE:

Whenever any claim against the Vendor for payment of sum of money arises out of or under
the contract, the Owner shall be entitled to recover such sums from any sum then due or which
at any time thereafter may become due from the Vendor under this or any other contract with
the Owner including right to en-cash the CPBG. In the event of encashment of CPBG the
VENDOR shall restore the same to its original amount and should this sum be not sufficient to
cover the recoverable amount, the Vendor shall pay to the Owner on demand the balance
remaining due.

26. CHANGES

The Owner has the option at any time to make changes in quantities ordered or in specifications
and drawings. If such changes cause an increase or decrease in the price or in the time required
for supply, an equitable, adjustment under this provision must be finalized within 10 days from
the date when the change is ordered.
27. CANCELLATION:

27.1 CANCELLATION FOR DEFAULT


27.1.1 The Owner reserves the right to cancel the Purchase Order or any part thereof and shall be
entitled to rescind the Purchase Order wholly or in part by a written notice of 10 days to the
Vendor if:
a) The Vendor fails to comply with the terms of the Purchase Order.
b) The Vendor fails to adhere to delivery schedule of manufacturing and fails to deliver the
goods on time and/or replace the rejected goods promptly.
c) The Vendor becomes bankrupt or goes into liquidation.
d) The Vendor makes a general assignment for the benefit of creditors.
e) A receiver is appointed for any of the property owned by the Seller.
27.1.2 Upon receipt of the said cancellation notice, the Vendor shall discontinue all work on the
Purchase Order and matters connected with it.
27.1.3 The Owner in that event will be entitled to procure the material in the open market and recover
excess payment over the Vendor’s agreed price, if any, from the Vendor reserving to itself the
right to forfeit the /Contract Performance Bank Guarantee (CPBG), if any.
28. PATENTS AND ROYALTIES:

On acceptance of this order, the Vendor will be deemed to have entirely indemnified the Owner
and Procurement Coordinators/Managers from any legal action or claims regarding
compensation for breach of patent rights which the Vendor deems necessary to apply for
manufacturing the ordered equipment and/or materials or which can in any way be connected
in the manufacture.
29. PERFORMANCE GUARANTEE:

The Vendor shall guarantee that any and all materials used in execution of the Purchase Order
shall be in strict compliance with characteristics, requirements and specifications agreed upon
and that the same shall be free from any defects. Checking of the Vendor’s drawings by
Procurement Co-ordinators/Managers and their approval and permission to ship or dispatch the
equipment and materials guaranteed by Inspectors shall not relieve the Vendor from any part
Tender No: D200050006 GPC Bidder’s Seal & Signature
Page 122 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

of his/its responsibilities of proper fulfillment of the requirement. The Vendor will guarantee
that all materials and equipment shall be repaired or replaced as the case may be, at his own
expense in case the same have been found to be defective in respect of materials, workmanship
or smooth and rated operation within a period of 12 months after the same have been put in
service or 18 months from the date of shipment, whichever is earlier.
The guarantee period for the replaced parts shall be 12 months starting from the date on which
the replacements are put in service. Acceptance by the Owner or Inspectors of any equipment
and materials or their replacement will not relieve the Vendor of his/its responsibility
concerning the above guarantee.
The Vendor shall furnish a Bank Guarantee (as per proforma attached as Appendix- 1 to GPC)
to support Vendor’s performance along with the payment documents for the first consignment.
This bank guarantee shall remain in force for the entire period covered in Performance
Guarantee plus three months. Any shortfall in the value of the BG as a result of encashment by
the Owner either in full or in terms of Vendor’s performance shall be made good by the Vendor
within one week there of.
30. NON-WAIVER:

Failure of the Owner / Procurement Coordinators/ Managers to insist upon any of the terms or
conditions incorporated in the Purchase Order or failure or delay to exercise any rights or
remedies herein or by law or failure to properly notify Vendor in the event of breach, or the
acceptance of or payment of any goods hereunder or approval of design shall not release the
Vendor and shall not be deemed a waiver of any right of the Owner / Procurement
Coordinators/Managers to insist upon the strict performance thereof or any of his or their rights
or remedies as to any such goods regardless of when goods are shipped received or accepted
nor shall any purported oral modification or revisions of the order by Owner/ Procurement
Coordinators/Managers act as waiver of the terms hereof.
31. NON ASSIGNMENT:

The Purchase Order shall not be assigned to any other agency by the Vendor without
obtaining prior written consent of the Owner.
32. PART ORDER/ REPEAT ORDER

Vendor hereby agrees to accept part order at Owner’s option without any limitation whatsoever
and also accept repeat order(s) within the period of Six months from the date of original
purchase order on same unit prices, terms and conditions.
33. VENDOR’S DRAWING AND DATA REQUIREMENT:

The Vendor shall submit drawings, data and documentation in accordance with but not limited
to what is specified in the requisition and/or in the Vendor drawings and data form attached
to the Purchase Order and as called for in Clause 8, under the heading Expediting, above.
Types, quantities and time limits of submitting this must be respected in its entirety failing
which the Purchase Order shall not be deemed to have been executed for all purposes including
settlement of payment since the said submission is an integral part of Purchase Order
execution.

34 TECHNICAL INFORMATION:

Drawings, specifications and details shall be the property of the Owner and shall be returned
by the Vendor on demand. The Vendor shall not make use of drawings and specifications for
any purpose at any time save and except for the purpose of the Owner.
The Vendor shall not disclose the technical information furnished to or gained by the Vendor
under or by virtue of or as a result of the implementation of the Purchase Order to any person,
Tender No: D200050006 GPC Bidder’s Seal & Signature
Page 123 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

firm or body or Corporate authority and shall make all endeavors to ensure that the technical
information is kept CONFIDENTIAL. The technical information imparted and supplied to the
Vendor by the Owner shall at all times remain the absolute property of the Owner.
35. SERVICES OF VENDOR PERSONNEL:

Upon two weeks advance notice, the Vendor shall depute the necessary personnel to site for
supervision of erection and start up of the equipment and train a few of the Owner’s personnel
for the operation and maintenance of the equipment, if required by the Owner. The terms and
conditions for the services of the Vendor shall be mutually settled.

36. VENDOR’S LIABILITY

The Vendor’s workmen or employees shall under no circumstances be deemed to be in Owner’s


employment and the Vendor shall hold himself responsible for any claims which they or their
heirs, dependents or personal representatives may have or make for damages or compensation
for anything done or committed to be done in the course of carrying out of the work covered
by this Purchase Order, whether arising on Owner’s premises or elsewhere and agrees to
Indemnify the Owner against any such claim or claims if made against the Owner and all cost
(as between attorney and client) of proceedings, suits or action which the Owner may incur or
sustain in respect of the same. The Vendor shall also procure and keep in force at his own cost
comprehensive automobile Liability insurance for adequate coverage in respect of all his
vehicles visiting or plying in project premises. The Vendor shall also be responsible for
compliance of existing laws in respect of their workmen and employees.

37. OWNER’S MATERIAL


a) Owner’s materials, if any, as per scope of work/ supply, shall be delivered to the Vendor
after the Vendor submits the Bank Guarantee for Indemnifying the full value thereof
strictly in the manner and as per proforma of Bank Guarantee approved by the Owner.

b) Wherever possible, the material shall be consigned to Vendor’s siding. In the event the
Vendor does not have any siding or for any reasons, materials cannot be consigned to
Vendor’s siding, the same shall be consigned to the public siding/goods depot to be
specifically confirmed by Vendor. Loading/Unloading and any handling from the
siding/destination shall be arranged by the Vendor at his responsibility and cost.
c) The Vendor shall give a firm and binding list of Owner’s issue of materials and the desired
schedule of its delivery to shop floor strictly in accordance with the sequence of
fabrication vis-a vis the contractual delivery period.
d) Unused materials or scrap from material supplied by the Owner to the Vendor shall be
returned by the Vendor to the Owner or if the Owner so directs the Vendor may dispose
of the same by sale or otherwise on such terms and conditions as the Owner may
stipulate and the Vendor shall pay to the Owner the sale proceeds of the material so
disposed off by sale deducting there from expenses incurred by the Vendor on such sale,
the quantum of such deduction to be mutually agreed upon in advance between the
Owner and the Vendor.

38. HEADINGS:

The headings of the conditions hereof shall not affect construction thereof.

39. ARBITRATION:
Tender No: D200050006 GPC Bidder’s Seal & Signature
Page 124 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

ARBITRATION & CONCILIATION


39.1 ARBITRATION & CONCILIATION: Applicable for all the Tenders valuing above Rs.5 Lakhs:

Parties hereby agree as under:


If any difference or dispute (hereinafter referred as “Dispute”) under the Contract arises, the
party shall give a 60 days written notice ("Dispute Notice") to the identified officer of the other
party mentioned in the Contract giving details of the Dispute. The Parties shall use all reasonable
endeavours to resolve the Dispute mutually and amicably. All efforts by either party within these
60 days Dispute Notice Period shall be kept confidential by both the parties under Section 75 of
the Arbitration and Conciliation Act, 1996. Parties shall not rely upon any views expressed or
suggestions made by the other party, admissions made by the other party or the fact that the
other party had indicated his willingness to enter into a settlement as evidence in any Forum /
arbitration / court proceeding.
If Parties are unable to resolve the Dispute amicably within 60 days of receipt of the Dispute
Notice, then after expiry of the 60 days’ Dispute notice period, the aggrieved Party can refer the
Dispute to conciliation and / or arbitration subject to terms and conditions contained herein
below:
1) Parties further agree that following matters shall not be referred to Conciliation or
Arbitration:
i) Any claim, difference or dispute relating to, connected with or arising out of MRPL
decision to initiate any proceedings for suspension or banning, or decision to suspend or
to ban business dealings with the Bidder / Contractor and/or with any other person
involved or connected or dealing with bid / contract / bidder / contractor.
ii) Any claim, difference or dispute relating to, connected with or arising out of MRPL
decision under the provisions of Integrity Pact executed between MRPL and the Bidder /
Contractor.
2) Part-I: Conciliation (Not applicable in contracts valuing less than Rs. 10 lakhs)
3) Part-II: Arbitration (Not applicable in contracts valuing less than Rs. 5 lakhs) If the parties
are not able to resolve the dispute through OEC or do not opt for conciliation through
OEC, the party may invoke arbitration clause as provided in the contract.

39.2 PART - I: CONCILIATION: Resolution of disputes through conciliation by OEC (Not applicable
in Contracts valuing less than Rs.10 lakhs):

If any dispute, difference, question or disagreement arises between the parties hereto or their
respective representatives or assignees, in connection with construction, meaning, operation,
effect, interpretation of the contract or breach thereof which parties are unable to settle
mutually, the same may first be referred to conciliation through Outside Expert Committee
(“OEC”) to be constituted by MD, MRPL as provided hereunder:
Submission of proposal for OEC
Conciliation through OEC will be resorted in all cases involving disputed amount up to Rs
250 crores only. The disputed amount will be calculated by considering the amount of claim and
counter-claim of the parties.
i. Claimant shall give a 30 days’ notice for conciliation. In cases where the contractor is
claimant then the notice shall be given to the concerned MRPL office as per the contract,
clearly bringing out the points of dispute and the amount claimed with documents in support
of the claim and the party concerned shall not raise any new issue thereafter.
Constitution of OEC

Tender No: D200050006 GPC Bidder’s Seal & Signature


Page 125 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

ii. MD, MRPL will have the sole discretion to constitute OEC. OEC will be formed from the panel
of experts maintained by MRPL and will normally comprise of three members, one member
from each category i.e., Technical, Finance, Commercial and Legal. However, there will be
a single member OEC for disputes involving a claim and counter claim (if any) up to Rs 1
crore.

iii. MD, MRPL will have authority to reconstitute an OEC to fill any vacancy or if any OEC member
is not available to attend the OEC Meetings.

iv. Upon constitution of the OEC, Head-Legal will issue the appointment letters to OEC members
and inform same to the parties concerned.
v. The OEC members shall give a declaration of independence and impartiality (in the format
at Annexure D) to both the parties before the commencement of the OEC proceedings.

Proceedings before OEC


vi. The claimant shall submit its statement of claims to OEC members, and to the party(s)
prescribed in the appointment letter within 30 days of the issue of the appointment letter.
The claims shall be raised as per the format at Annexure E.

vii. The respondent shall file its reply and counter claim (if any) within 30 days of the receipt of
the statement of claims. (As per aforesaid format at Annexure E).
viii. Parties may file their rejoinder/additional documents, if any in support of their
claim/counter claim within next 15 days. No documents shall be allowed thereafter.
ix. OEC will commence its meetings only after completion of the pleadings.
x. In case of 3 members OEC, 2 members will constitute a valid quorum and the meeting can
take place to proceed in the matter after seeking consent from the member who is not
available. If necessary video conferencing may be arranged. However, OEC
Recommendations will be signed by all Members. Further, efforts must be made for
unanimous recommendations.
xi. The parties shall be represented by their in-house employees/executives. No party shall be
allowed to bring any advocate or outside consultant/advisor/agent to contest on their
behalf. Ex-officers of MRPL who have handled the dispute matter in any capacity are not
allowed to attend and present the case before OEC on behalf of Contractor. However, ex-
employees of parties may represent their respective organizations.
xii. Solicitation or any attempt to bring influence of any kind on either OEC Members or MRPL is
completely prohibited in conciliation proceedings and MRPL reserves the absolute right to
close the conciliation proceedings at its sole discretion if it apprehends any kind of such
attempt made by the Contractor or its representatives.
xiii. Parties agree to rely only upon documentary evidence in support of their claims and not to
bring any oral evidence in the OEC proceedings.

xiv. OEC will give full opportunity of hearing to the parties before giving its recommendations.

xv. OEC will conclude its proceedings in maximum 10 meetings, and give its recommendations
within 90 days of its first meeting. OEC will give its recommendations to both the parties
Tender No: D200050006 GPC Bidder’s Seal & Signature
Page 126 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

recommending possible terms of settlement MD, MRPL may extend the time/ number of
meetings, in exceptional cases, if OEC requests for the same with sufficient reasons.
xvi. OEC members will be paid fees (plus applicable tax) and provided facilities as detailed in
clause xxix below, subject to revision by MRPL from time to time and subject to Government
guidelines on austerity measures, if any. All the expenditure incurred in the OEC proceedings
shall be shared by the parties in equal proportion. The parties shall maintain account of
expenditure and present to the other for the purpose of sharing on conclusion of the OEC
proceedings.
xvii. Depending upon the location of the OEC members and the parties, the venue of the OEC
meeting shall be either Delhi /Mangaluru / Bengaluru or any other location whichever is
most economical from the point of view of travel and stay etc.

xviii. Parties shall not claim any interest on claims/counterclaims from the date of notice invoking
conciliation till execution of settlement agreement, if so arrived at. In case, parties are
unable to reach a settlement, no interest shall be claimed by either party for the period
from the date of notice invoking conciliation till the date of OEC recommendations and 30
days thereafter in any further proceeding.

xix. Legally, parties are under no obligation to refer a dispute to conciliation or continue with
conciliation proceedings. Parties are free to terminate the conciliation proceedings at any
stage as provided under the Arbitration and Conciliation Act, 1996 and subsequent
amendments or re-enactment thereof.

Actions after OEC Recommendations


xx. The recommendations of OEC are non-binding and the parties may decide to accept or not
to accept the same. Parties are at liberty to accept the OEC recommendation with any
modification they may deem fit.

xxi. The contractor shall give its response to MRPL within 7 days of receiving OEC
Recommendation.
xxii. If the recommendations are acceptable to the contractor partly or fully, MRPL will consider
and take a decision on OEC recommendations. MRPL shall communicate its decision to the
contractor. If decision of MRPL is acceptable to the contractor, a settlement agreement
under Section 73 of the Arbitration and Conciliation Act, 1996 will be signed within 15 days
of contractor’s acceptance and same shall be authenticated by all the OEC Members.

xxiii. The timelines mentioned in the above guidelines are with an objective to achieve
expeditious conclusion of OEC proceedings. However, it does not mean that any action
beyond the timelines will be invalid. However, the party concerned will make all efforts to
complete the actions within the stipulated time.
xxiv. Parties shall keep confidential matters relating to the conciliation proceedings including
minutes of OEC meeting and Recommendations of OEC. Parties shall not rely upon them as
evidence in any Forum/arbitration/court proceeding, whether or not such proceedings relate
to the dispute that is the subject of the conciliation proceedings,

Tender No: D200050006 GPC Bidder’s Seal & Signature


Page 127 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

a. Views expressed or suggestions made by the other party in respect of a possible settlement
of the dispute.
a. Admissions made by the other party in the course of the OEC proceedings;
b. Proposals made by the OEC;
c. The fact that the other party had indicated his willingness to accept a proposal for
settlement made by the OEC.
xxv. Confidentiality extends also to the settlement agreement, except where its disclosure is
necessary for purposes of implementation and enforcement. This stipulation will not apply
to disclosure made by MRPL to Govt. of India, if required.

xxvi. Subject to terms and conditions contained in the above paras, the provisions of the Part III
of Arbitration and Conciliation Act, 1996 shall be acceptable to the conciliation proceedings
and the parties and the OEC members shall be bound by the same.
xxvii. If the parties are not able to resolve the dispute through OEC or do not opt for conciliation
through OEC, the party may invoke arbitration clause as provided in the contract.

xxviii. Fees and Facility to the OEC Members :


OEC members shall be entitled for the following fees plus applicable taxes per member and
facilities:

To be paid
Sl. No Fees/Facility Entitlement by

Rs 20,000/- per meeting subject to


maximum of Rs. 2,00,000/-* for the
whole case. In addition, one OEC member
1 Fees chosen by OEC shall be paid an additional Contractor
amount of Rs 10,000/- towards
secretarial expenses in writing minutes/
OEC Recommendations.
Fee for attending
meeting/s to
2. authenticate the Rs 10,000/- Contractor
settlement
agreement.
Transportation in the Car as per entitlement or Rs Contractor
3.
city of meeting 2,000/- per day
4. Venue of the meeting MRPL conference rooms/Hotels MRPL

Facilities to be provided to the out-stationed member

Tender No: D200050006 GPC Bidder’s Seal & Signature


Page 128 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

Business class air tickets/first class train


tickets/ car/ reimbursement of actual
Travel from the city of
fare. However, entitlement of air travel Contractor
5. residence to the city of
by Business class shall be subject to
meeting
austerity measures, if any, ordered by
Govt. of India.
Transport to and fro
6. airport / railway station Car as per entitlement or Rs 3,000/- Contractor
in the city of residence
Stay for out stationed MRPL
7. 5 Star Hotel
members
Transport in the city of Car as per entitlement or Rs 2,000/- per Contractor
8.
meeting day

* except in exceptional cases, where the no. of meetings may extend beyond 10.
39.3 PART – II: ARBITRATION (Applicable in case of supply orders/Contracts with firms,
other than Public Sector Enterprises) (Not applicable in contracts valuing less than ` 5 lakhs)

Except as otherwise provided elsewhere in the contract, if any dispute, difference, question
or disagreement arises between the parties hereto or their respective representatives or
assignees, in connection with construction, meaning, operation, effect, interpretation of the
contract or breach thereof which parties are unable to settle mutually or through conciliation,
the same shall be referred to Arbitration as provided hereunder:
i) There shall be no arbitration for disputes involving claims up to ` 25 lakhs and more than
` 100 crores. The disputed amount will be calculated by considering the amount of claim and
counter-claim of the parties. Unresolved disputes involving claims above ` 100 crores shall be
adjudicated under the Commercial Courts, Commercial Division and Commercial Appellate
Division of High Courts Act, 2015.

ii) A party wishing to commence arbitration proceeding shall invoke Arbitration Clause by
giving 60 days’ notice to the other party. The notice invoking arbitration shall specify all the
points of disputes with details of the amount claimed to be referred to arbitration at the time
of invocation of arbitration and not thereafter. If the claim is in foreign currency, the claimant
shall indicate its value in Indian Rupee for the purpose of constitution of the arbitral tribunal.

iii) Arbitration can be invoked by giving Invocation Notice only after expiry of the 60 days’
period as per Dispute Notice.

iv) For a dispute involving claims above ` 25 lacs and upto ` 5 crores, in case other party is
Claimant, MRPL will forward a list containing names of five jurists to the other party for
selecting one from the list who will be appointed as sole arbitrator by MRPL. In case MRPL
itself is the Claimant, it shall appoint the Sole Arbitrator by invoking the Arbitration clause
and inform the Contractor. Such dispute shall be resolved on fast track procedure specified in
Section 29B of the Arbitration and Conciliation Act, 1996.

Tender No: D200050006 GPC Bidder’s Seal & Signature


Page 129 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

v) For a dispute involving claims above ` 5 crores and upto ` 100 crores, the claimant shall
appoint an Arbitrator and communicate the same to the other Party in the Invocation Notice
itself along with the copy of disclosure made by nominated Arbitrator in the form specified in
Sixth Schedule of the Arbitration & Conciliation Act, 1996. For the purpose of Section 21, the
Arbitration Proceeding shall commence only upon date of receipt of Invocation Notice
complete in all respects mentioned above. The other Party shall then appoint the second
Arbitrator within 15 days from the date of receipt of written notice. The two Arbitrators
appointed by the Parties shall appoint the third Arbitrator, within 30 days, who shall be the
Presiding Arbitrator. The parties agree that they shall appoint only those persons as arbitrators
who accept the conditions of this arbitration clause. No person shall be appointed as arbitrator
or presiding arbitrator who does not accept the conditions of this arbitration clause.

vi) For the purpose of appointment of Arbitrator(s), claims amount shall be computed
excluding claim for interest, if any.
vii) The parties agree that they shall appoint only those persons as arbitrators who accept the
conditions of this arbitration clause. No person shall be appointed as arbitrator or presiding
arbitrator who does not accept the conditions of this arbitration clause.

viii) Parties agree that there will be no objection if the Arbitrator appointed holds equity
shares of MRPL and/or is a retired officer of MRPL / any PSU. However, neither party shall
appoint its serving employee as arbitrator and shall have been retired before 3 years on the
date of commencement of the Arbitration.

ix) If any of the Arbitrators so appointed dies, resigns, becomes incapacitated or withdraws
for any reason from the proceedings, it shall be lawful for the concerned party/arbitrators to
appoint another person in his place in the same manner as aforesaid. Such person shall
proceed with the reference from the stage where his predecessor had left if both parties
consent for the same; otherwise, he shall proceed de novo.

x) Parties agree that neither party shall be entitled for any pre-reference or pendente-lite
interest on its claims, i.e. date of cause of action till date of Award by Arbitral Tribunal.
Parties agree that claim for any such interest shall not be considered and shall be void. The
Arbitrator / Tribunal shall have no right to award pre-reference or pendente-lite interest in
the matter.

xi) The arbitral tribunal shall make and publish the award within time stipulated as under:
Amount of Claims and Period for making and publishing
Counter Claims of the award (counted from the date of
(excluding interest) first meeting of the arbitrators):

Upto Rs. 5 Crore Within 8 months

Above Rs. 5 Crore Within 12 months

The above time limit can be extended by the arbitrator, for reasons to be recorded in writing,
with the consent of the parties.

Tender No: D200050006 GPC Bidder’s Seal & Signature


Page 130 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

xii) The fees payable to each Arbitrator shall be as per rules framed by the High Court in whose
territorial jurisdiction as per contract and seat of arbitration is situated. In case no rules
have been framed, the fees prescribed may be as per Fourth Schedule of the Arbitration and
Conciliation Act, 1996. However, Arbitrator may fix their fees keeping the aforesaid schedule
as guiding factor.

xiii) The parties may, after invocation of dispute, agree for sharing the cost of Arbitration
equally on 50:50 basis.

xiv) If after commencement of the Arbitration proceedings, the parties agree to settle the
dispute mutually or refer the dispute to conciliation, the arbitrators shall put the proceedings
in abeyance until such period as requested by the parties. Where the proceedings are put in
abeyance or terminated on account of mutual settlement of dispute by the parties, the fees
payable to the arbitrators shall be determined as under:

(i) 20 % of the fees if the claimant has not submitted statement of claim.
(ii) 40 % of the fees if the pleadings are complete.
(iii) 60% of the fees if the hearing has commenced.
(iii) 80% of the fees if the hearing is concluded but the award is yet to be passed

xv) Each party shall pay its share of arbitrator's fees in stages as under:

(i) 20% of the fees on filing of reply to the statement of claims.


(ii) 40% of the fees on completion of pleadings.
(iii) 20% of the fees on conclusion of the final hearing.
(iv) 20% at the time when award is given to the parties.

xvi) Each party shall be responsible to make arrangements for the travel and stay etc of the
arbitrator appointed by it. Claimant shall also be responsible for making arrangements for
travel / stay arrangements for the Presiding Arbitrator and the expenses incurred shall be
shared equally by the parties. In case of sole arbitrator, MRPL shall make all necessary
arrangements for his travel stay and the expenses incurred shall be shared equally by the
parties.

xvii) The Arbitration shall be held at the place from where the contract has been awarded.
However, parties to the contract can agree for a different place for the convenience of all
concerned.

xviii) The Arbitrator(s) shall give reasoned and speaking award and it shall be final and
binding on the parties.

xix) Subject to aforesaid, provisions of the Arbitration and Conciliation Act, 1996 and any
statutory modification or re-enactment thereof shall apply to the arbitration proceedings
under this clause.

xx) In so far as practicable, the Parties shall continue to implement the terms of the Contract
notwithstanding the initiation of Arbitration proceedings.

Tender No: D200050006 GPC Bidder’s Seal & Signature


Page 131 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

39.4 Arbitration Clause applicable in case of Purchase Orders/ Contracts on Public Sector
Enterprises

Ref: No.4 (1) /2011-DPE (PMA)-GL, Government of India, Department of Public Enterprises.
Dated 12th June 2013
In the event of any dispute or difference relating to, arising from or connected with the
CONTRACT, such dispute or difference shall be referred by either party to the arbitration of
one of the Arbitrators in the Department of Public Enterprises, to be nominated by the
Secretary to the Government of India, In charge of the Bureau of Public Enterprises.
The Arbitration and Conciliation Act 1996 shall not be applicable to the Arbitration under this
clause.
The award of the Arbitrator shall be binding upon the parties to the dispute, provided
however; any party aggrieved by such award may make a further reference for setting aside
or revision of the award to the Law Secretary, Deptt. of Legal Affairs, Ministry of Law and
Justice, Government of India. Upon such reference, the dispute shall be decided by the Law
Secretary or the Special Secretary / Additional Secretary, whose decision shall bind the
parties finally and conclusively.
The parties in the dispute will share equally the cost of the arbitration as intimated by the
Arbitrator.

39.5 JURISDICTION:

Contract / Purchase Order, including all matters connected with this Contract / Purchase
Order shall be governed by the Indian law both substantive and procedural, for the time being
in force and shall be subject to the exclusive jurisdiction of Indian Courts at Mangalore.
Foreign companies, operating in India or entering into Joint ventures in India, shall have to
obey the law of the land and there shall be no compromise or excuse for the ignorance of
the Indian legal system in any way.

Tender No: D200050006 GPC Bidder’s Seal & Signature


Page 132 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

Annexure D to Clause 39.2 - Conciliation


Declaration of independence and impartiality by OEC Member
To,
1. MRPL …………………

2. Contractor…………………….

Subject: Declaration of independence and impartiality by OEC Member in the dispute


between MRPL ………..And………………….under Contract No…………………………..
I, the undersigned, hereby accept to act as Member of the Expert Committee and conciliate in
the disputes under reference between the parties above named.
I confirm that I am aware of the requirements of law particularly of the Arbitration and
Conciliation Act, 1996, to act as a conciliator. I am able to act as conciliator and I am available
to act as Member of the Expert Committee.
I hereby declare that I am independent of each of the parties and have no ownership interest
in any part of the contract under reference or any financial interest in the said contract. I have
no interest in the outcome of the dispute or its settlement.
I hereby affirm that I shall act with honesty, integrity, diligence, and will remain independent
and impartial while discharging my duties as conciliator/OEC Member. I will disclose any
interest or relationship with the parties or the subject matter which might compromise in any
manner my ability or capacity to remain impartial and independent in the matter.
The fees and other facilities offered to me and the terms and conditions contained in the
appoint letter and guidelines issued by MRPL are acceptable to me. I will not demand for
enhancement of the same.
(Signature)
Name:
Address:
Phone:
Email:
Date:

Tender No: D200050006 GPC Bidder’s Seal & Signature


Page 133 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

Annexure E to Clause 39.2 - Conciliation


STATEMENT OF CLAIM(S)/COUNTERCLAIM(S)
1. Chronology of the dispute

2. Brief of the contract

3. Brief history of the dispute:

4. Issues:

5. Details of claim(s)/Counter Claim(s):

Description of Relavant
Amount
SI NO claim(s)/Counter Contarct
(inINR/USD)
Claim Clause

1. Basis/Ground of claim(s)/counter claim(s) (along with relevant clause of contract)

Statement of claims may kindly be restricted to maximum limit of 20 pages. Relevant


documents may be compiled and submitted along with the statement of claims. The statement
of claims is to be submitted to all OEC members, to other party and to the office of Head Legal
Services-MRPL, by post as well as mail.
Authorized Signatory of the Claimant
Place: Contact No. :
Date: Email:

40. JURISDICTION

The Vendor hereby agrees that the Court situated at Mangalore alone shall have the
jurisdiction to hear and determine all action and proceedings arising out of this contract.

Tender No: D200050006 GPC Bidder’s Seal & Signature


Page 134 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

APPENDIX-1 TO GPC

PROFORMA OF BANK GUARANTEE FOR SECURITY DEPOSIT/PERFORMANCE BOND


(To be executed ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)
Ref To:

Bank Guarantee No..................


Date...............
M/s. Mangalore Refinery and Petrochemicals Ltd., Regd.
Office: Kuthethur P.O
Katipalla, Mangalore 57530

Dear Sir,

In consideration of Mangalore Refinery And Petrochemicals Ltd., having its Registered Office
at............................................... (hereinafter referred to as the "Company" which expression
shall unless repugnant to the context or meaning thereof, include all its successors, administrators,
executors) and having entered into a contract dated ................ (hereinafter called the
"Contract" which expression shall include all the amendments thereto) with M/s.
............................... ........................havingits Head/Registered Office
at.............................................(hereinafter referred to as the "Contractor" (which
expression unless repugnant to the context or meaning thereof, shall include all its successors,
administrators, executors and assigns) and the contract having been unequivocally accepted by
the Contractor resulting in a contract bearing No................... dated................... Valued
at for ................................. (scope of work) and the Company having agreed that
the Contractor shall furnish to the Company a performance guarantee for the faithful performance of
the entire contract to the extent of .. .... .. % of the contract price, i.e. Rs..................
(in word) we .. . .. .. ............. (bank).......................... having its Registered Office
at.................

Hereinafter referred to as the "Bank" which expression shall unless repugnant to the context or meaning
thereof, include all its successors, administrators, executors and assigns) do hereby guarantee and
undertake to pay on demand to the Company any money or all moneys to the extent of
Rs.................... (Rupees ...................................................) in aggregate at any time without
any demur, reservation, recourse, contest or protest and/or without any reference to the Contractor.
Any such demand made, by the Company on the Bank shall be conclusive and binding notwithstanding
any difference between the Company and the Contractor or any dispute pending before any Court,
Tribunal, Arbitrator or any other authority. We agree that Guarantee herein contained shall be
irrevocable and shall continue to be enforceable till it is discharged by the Company in writing.

1. The Company shall have the fullest liberty, without affecting in any way the liability of the Bank
under this Guarantee from time to time, to extend the time for performance of the contract by
the Contractor, or vary the terms of the Contract. The Company shall have the fullest liberty
without affecting this Guarantee to postpone, from time to time, the exercise of power vested
in them or of any right which they might have against the Contractor and to exercise the same
at any time in any manner and either to enforce, or to forbear from enforcing, any covenants
contained or implied in the contract between the Company and the Contractor or any other
course or remedy or security available to the Company. The Bank shall not be released of its
obligations under these presents by any exercise by the Company of its liberty with reference to
matters aforesaid or any of them or by reason of any other act or forbearance or other act or
forbearance of other acts of Company or any other indulgence shown by the Company or by any
other matter or thing whatsoever, which under law would, but for this provision, have the effect
of relieving the Bank.

2. The Bank also agrees that the Company at its option shall be entitled to enforce this Guarantee
Tender No: D200050006 GPC Bidder’s Seal & Signature
Page 135 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

against the Bank as a principal debtor, in the first instance, without proceeding against the
Contractor and notwithstanding any security or other guarantee that Company may have in
relation to the Contractor's liabilities.

3. The Bank further agrees that the guarantee herein contained shall remain in full force during the
period that is taken for the performance of the contract and it shall continue to be enforceable
till all the dues of the Company under or by virtue of this contract have been fully paid and claim
satisfied or discharged or till the Company discharges the Guarantee in writing.

4. We further agree that as between us and Company for the purpose of this Guarantee any notice
given to us by the Company and any amount claimed in such notice by the Company that the
money is payable by the Contractor and any amount claimed in such notice by the Company shall
be conclusive and binding on us notwithstanding any difference between the Company and the
Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any other authority.
We further agree that this Guarantee shall not be affected by any change in our Constitution or
that of the Contractor or in the Constitution of the Company. We also undertake not to revoke
this Guarantee during its currency.

5. Notwithstanding anything ·contained hereinabove, our liability under this Guarantee is limited
to Rs......................... (Rupees ) in aggregate and it shall remain in full force upto and
including sixty days after....................... unless extended further, from time to time, for
such period as may be instructed in writing by
M/S.......................................................... on whose behalf this Guarantee has been
given, in which case it shall remain in full force upto and including 60 days after extended date.
Any claim under this Guarantee must be received by us before the expiry of the 90 days from
............................ or before the expiry of the 90 days from the extended date. If no such
claim has been received by us within the sixty days after the said date/extended date, the
Company's right under this guarantee will cease. However, if such a claim has been received by
us within and upto ninety days after the said date/extended date, all the Company's rights under
this Guarantee shall be valid and shall not cease until we have satisfied that claim.

The bank doth hereby that Shri ........................ ( designation ) ............. Who is authorized
this Guarantee I Undertaking on behalf of the bank and to bind the bank thereby

Dated this ...................... Day of .....................200... .

WITNESS:

(SIGNATURE) (SIGNATURE)

(NAME) (NAME)

(OFFICIALADDRESS) (Designation with Bank Stamp)

Attorney as per power of Attorney No...........................


Dated:..............................

Tender No: D200050006 GPC Bidder’s Seal & Signature


Page 136 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

APPENDIX-2 TO GPC
GUARANTEE AGAINST ADVANCE PAYMENT
(To be executed on non-judicial stamp paper of
appropriate value)

This deed of Guarantee made this ........ .... ........ day of .................................................
between
............................................. a company registered under the Companies Act of 1956 and having
its Registered Office at ......................................................................................
and wherever the context so requires includes its successors and assigns, hereinafter called 'The Owner'.

Whereas M/s.............................................................................. a Company registered


under the Companies Act of 1956 having at its registered office at
............................................................... (wherever applicable) and wherever the context so requires
includes its successors and assignees, hereinafter called 'the Contractor' has undertaken to .. .. .. ..... .. ..... ..
................................................ on the terms and conditions mentioned in the

a) Letter of Acceptance I No ...............................................


Dated...............................................................

OR

b) Agreement No.......................................................
Dated...................................................................
Referred to as " the said Contract",

And whereas the Owner has agreed to make an advance of


Rs.......................(Rupees..........................................) being % value of the contract
on .................................... as provided in the contract as the said advance to the Contractor

AND WHEREAS the Contractor has agreed with the Owner authorizing him to deduct the said
advance thereon under the terms of the said contract from the amount that becomes due and
payable to the Contractor as per the terms and conditions described under the clause 'Terms and
conditions of Payment' of the Contract on proper execution of the Contract.

Now this deed witnesseth that in consideration of the said advance or any balance thereof made
by the Owner to the Contractor, the surety hereby GUARANTEES the payment of the said advance
thereon by the Contractor, and undertakes to pay the Owner on demand the sum of Rs……….
subject to the following conditions.

a) "Surety hereby gives an irrevocable guarantee and declares that its liability under this bond
shall extend to the payment of the whole of amount viz. Rs................................... paid
as advance as provided for in the contract "as the said advance".

b) This Guarantee shall remain in full force and effect so long as the said advance or any part thereof
remains outstanding and shall expire and become ineffectual only after the recovery of the entire sum
of Rs.................... covered by the guarantee and upon intimation thereof being given by the Owner
to the Surety, in which event, the Surety shall be discharged by the Owner.

c) The Surety shall not be discharged or released from the Guarantee by any arrangements
made between the Owner and the Contractor with or without the consent of the Surety or

Tender No: D200050006 GPC Bidder’s Seal & Signature


Page 137 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

by any alteration in the obligations of the parties or by any indulgence, forbearance, whether
as to payment, time, performance or otherwise. This Guarantee I Undertaking shall not be
determined of affected by the liquidation or winding up or dissolution or change of
constitution or solvency of the Tenderer or any change in legal constitution of the Bank or
Owner.

d) The Guarantee shall come into force from the date Contractor receives from the Owner the
said advance i.e, - (specify the date).

e) Notwithstanding anything stated above, the liability of the Surety under the guarantee is
restricted to Rs............................... (Rupees
.......................................................) and this guarantee will remain in force
upto ............................ at the first instance. However, if the contract for which this
guarantee is given is not completed or fully performed, the surety (bank) hereby agrees to
further extend the Guarantee till such time as is required by the owner to fulfill the contract.
The Bank shall be released and discharged from all liability under this guarantee /
undertaking unless a written claim or demand is issued to the Bank on or before or
the date of expiry of any extension(s) thereof if this guarantee/undertaking has been
extended.

Tender No: D200050006 GPC Bidder’s Seal & Signature


Page 138 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

TENDER No: D200050006

SUPPLY OF FLANGES AT MRPL REFINERY, MANGALORE

SECTION- 6

PRICE SCHEDULE

Tender No: D200050006 Price Schedule Bidder’s Seal & Signature


Page 139 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

PREAMBLE TO PRICE SCHEDULE (FOR INDIAN BIDDERS)

1 Scope of supply including testing, inspection, documentation etc., shall be strictly as per
Technical Specifications and other documents which are part of Tender.

2 Bidders quoted prices are for complete scope of supply as per RFQ and are inclusive of
drawing and documentation charges for all supplies and services as per RFQ.

3 Price Basis: On FOT Dispatch Point Basis inclusive of Packing and Forwarding (P&F) charges.

4 Bidder must quote Lumpsum Freight charges up to Project site for respective
item(s)/group(s), as applicable for which bidder is quoting the Supply Prices. If Freight
charges are NIL or included in Supply price, bidder must clearly indicate "0" in Freight
Column of Price schedule in the Price Bid. If a bidder does not quote freight charges, the
offer of such bidder shall be evaluated in line with the provisions in RFQ.

5 Bidders are required to furnish rates against the individual items only. Bidder must quote
for all items without any exception. If a Bidder regrets for any item, the offer shall be
straightway rejected. Similarly, if a bidder omits the rates for one/more item, the offer
shall be straightway rejected. The offer shall be evaluated on the basis of total amount
(after summation).

6 Bidder to note that evaluation and award shall be done on overall L1 ( lowest price) basis
to the techno-commercially acceptable bidder.

7 Following shall be considered for the purpose of Price Evaluation as per provisions of RFQ
document:
- Supply Price of Main Equipment
- Freight Charges

8 Bidder shall offer the equipment as per the approved manufacturer List attached in the
Technical documents. Bidder offering any equipment which is deviating from this approved
manufacturer list will be rejected.
9 Charges for inspection and testing as per RFQ including Third party inspection charges
shall be included by the Bidders in their quoted prices. TPI shall be from the list provided
in RFQ.

10 Quoted prices are firm and fixed till complete execution of the entire order and no
variation on any account is allowed, unless otherwise categorically specified in RFQ
documents.

11 In case of any discrepancy in the item description, quantity, etc. in the price schedule
format vis-a vis the details provided in RFQ, the RFQ details shall prevail.

12 Bidder confirms that he has noted the contents of the Preamble to the Price Schedule,
RFQ, etc. and quoted his prices accordingly without any deviation.

13 Bidder to clearly indicate 'Quoted' / 'Not Quoted' against each item in the price column in
the unpriced Price Schedule. Bidders to submit Price in the Price Schedule in their Priced
Bid .

Tender No: D200050006 Price Schedule Bidder’s Seal & Signature


Page 140 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

14 Bidders to upload the Un-priced and Priced part of their bids strictly in the Un-priced &
Priced folders respectively in the e-tender portal.
15 Prices shall be quoted strictly as per the price schedule format made available herein
without altering any of the contents of the "price schedule" format as well as without
deleting / altering / formatting the content of other sheet of this excel sheet.

Price Schedule to be completed as per instructions found elsewhere in the Tender document.

Tender No: D200050006 Price Schedule Bidder’s Seal & Signature


Page 141 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

SP-0

FORM SP -0
Tender No: D200050006

Tender Description : FLANGES

Name of Bidder :
SUPPLY PRICE IN INR WITHOUT GST BUT
INCLUDING TPI, P&F, LOADING, UN-LOADING, FREIGHT CHARGES UPTO MRPL PROJECT
ALL TAXES & DUTIES ON FOT DISPATCH POINT SITE (IN INR)
BASIS
Price Total Total
Unit rate in Price in Freight rate
in Freight in Freight
Piping Size 1 HSN GST INR INR GST in INR
Sl. No. Description Qty UOM INR INR in INR
Class (inch) Code % (Excluding (Excluding % (Excluding
with (Excluding with
GST) GST) GST)
GST GST) GST
SUPPLY OF FLANGES AS PER COMPLETE
SCOPE OF RFQ INCLUDING
1 -
TECHNICAL/COMMERCIAL
AMENDMENT(S), IF ANY
FLANGE Blind,
ASTM A105, To be To be To be To be
To be
ASME B16.47-B, Quote Quote Quote Quote
1.01 A1A 28 2 NOS. Quote 0.00 0.00 0.00 0.00
150#, d in d in d in d in
d in EPS
RF/125AARH, EPS EPS EPS EPS
9.8 mm Thk.

Tender No: D200050006 Price Schedule Bidder’s Seal & Signature


Page 142 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

FLANGE Blind,
ASTM A105, To be To be To be To be
To be
ASME B16.47-B, Quote Quote Quote Quote
1.02 A1A 36 7 Quote 0.00 0.00 0.00 0.00
150#, d in d in d in d in
d in EPS
RF/125AARH, EPS EPS EPS EPS
10.0 mm Thk.
FLANGE Blind,
ASTM A105, To be To be To be To be
To be
ASME B16.5, Quote Quote Quote Quote
1.03 A1A 0.75 686 Quote 0.00 0.00 0.00 0.00
150#, d in d in d in d in
d in EPS
RF/125AARH, EPS EPS EPS EPS
STD
FLANGE Blind,
ASTM A105, To be To be To be To be
To be
ASME B16.5, Quote Quote Quote Quote
1.04 A1A 1 2 Quote 0.00 0.00 0.00 0.00
150#, d in d in d in d in
d in EPS
RF/125AARH, EPS EPS EPS EPS
STD
FLANGE Blind,
To be To be To be To be
ASTM A105, To be
Quote Quote Quote Quote
1.05 A1A ASME B16.5, 2 7 Quote 0.00 0.00 0.00 0.00
d in d in d in d in
150#, d in EPS
EPS EPS EPS EPS
RF/125AARH, XS
FLANGE Blind,
ASTM A105, To be To be To be To be
To be
ASME B16.5, Quote Quote Quote Quote
1.06 A1A 3 2 Quote 0.00 0.00 0.00 0.00
150#, d in d in d in d in
d in EPS
RF/125AARH, EPS EPS EPS EPS
STD

Tender No: D200050006 Price Schedule Bidder’s Seal & Signature


Page 143 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

FLANGE Blind,
ASTM A105, To be To be To be To be
To be
ASME B16.5, Quote Quote Quote Quote
1.07 A1A 6 3 Quote 0.00 0.00 0.00 0.00
150#, d in d in d in d in
d in EPS
RF/125AARH, EPS EPS EPS EPS
STD
FLANGE Blind,
ASTM A105, To be To be To be To be
To be
ASME B16.5, Quote Quote Quote Quote
1.08 A1A 8 11 Quote 0.00 0.00 0.00 0.00
150#, d in d in d in d in
d in EPS
RF/125AARH, EPS EPS EPS EPS
STD
FLANGE Blind,
ASTM A105, To be To be To be To be
To be
ASME B16.5, Quote Quote Quote Quote
1.09 A1A 10 2 Quote 0.00 0.00 0.00 0.00
150#, d in d in d in d in
d in EPS
RF/125AARH, EPS EPS EPS EPS
STD
FLANGE Blind,
ASTM A105, To be To be To be To be
To be
ASME B16.5, Quote Quote Quote Quote
1.10 A1A 12 11 Quote 0.00 0.00 0.00 0.00
150#, d in d in d in d in
d in EPS
RF/125AARH, EPS EPS EPS EPS
STD
FLANGE Blind,
ASTM A105, To be To be To be To be
To be
ASME B16.5, Quote Quote Quote Quote
1.11 A1A 14 10 Quote 0.00 0.00 0.00 0.00
150#, d in d in d in d in
d in EPS
RF/125AARH, EPS EPS EPS EPS
STD

Tender No: D200050006 Price Schedule Bidder’s Seal & Signature


Page 144 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

FLANGE Blind,
ASTM A105, To be To be To be To be
To be
ASME B16.5, Quote Quote Quote Quote
1.12 A1A 16 11 Quote 0.00 0.00 0.00 0.00
150#, d in d in d in d in
d in EPS
RF/125AARH, EPS EPS EPS EPS
STD
FLANGE Blind,
ASTM A105, To be To be To be To be
To be
ASME B16.5, Quote Quote Quote Quote
1.13 A1A 20 2 Quote 0.00 0.00 0.00 0.00
150#, d in d in d in d in
d in EPS
RF/125AARH, EPS EPS EPS EPS
STD
FLANGE Blind,
ASTM A182 To be To be To be To be
To be
GR.F316, ASME Quote Quote Quote Quote
1.14 A1M 0.75 11 Quote 0.00 0.00 0.00 0.00
B16.5, 150#, d in d in d in d in
d in EPS
RF/125AARH, EPS EPS EPS EPS
80S
FLANGE Blind,
ASTM A105, To be To be To be To be
To be
ASME B16.5, Quote Quote Quote Quote
1.15 B1A 1 3 Quote 0.00 0.00 0.00 0.00
300#, d in d in d in d in
d in EPS
RF/125AARH, EPS EPS EPS EPS
STD
FLANGE Blind,
ASTM A105, To be To be To be To be
To be
ASME B16.5, Quote Quote Quote Quote
1.16 B1A 6 6 Quote 0.00 0.00 0.00 0.00
300#, d in d in d in d in
d in EPS
RF/125AARH, EPS EPS EPS EPS
STD

Tender No: D200050006 Price Schedule Bidder’s Seal & Signature


Page 145 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

FLANGE Blind,
ASTM A105, To be To be To be To be
To be
ASME B16.5, Quote Quote Quote Quote
1.17 B1A 8 3 Quote 0.00 0.00 0.00 0.00
300#, d in d in d in d in
d in EPS
RF/125AARH, EPS EPS EPS EPS
STD
FLANGE WN,
ASTM A105, To be To be To be To be
To be
ASME B16.47-B, Quote Quote Quote Quote
1.18 A1A 28 14 Quote 0.00 0.00 0.00 0.00
150#, d in d in d in d in
d in EPS
RF/125AARH, EPS EPS EPS EPS
9.8 mm Thk.
Flange SW,
ASTM A105, To be To be To be To be
To be
ASME B16.5, Quote Quote Quote Quote
1.19 A1A 0.75 725 Quote 0.00 0.00 0.00 0.00
150#, d in d in d in d in
d in EPS
RF/125AARH, EPS EPS EPS EPS
S160
Flange SW,
To be To be To be To be
ASTM A105, To be
Quote Quote Quote Quote
1.20 A1A ASME B16.5, 1 38 Quote 0.00 0.00 0.00 0.00
d in d in d in d in
150#, d in EPS
EPS EPS EPS EPS
RF/125AARH, XS
Flange SW,
To be To be To be To be
ASTM A105, To be
Quote Quote Quote Quote
1.21 A1A ASME B16.5, 1.5 6 Quote 0.00 0.00 0.00 0.00
d in d in d in d in
150#, d in EPS
EPS EPS EPS EPS
RF/125AARH, XS
FLANGE WN, To be To be To be To be To be
1.22 A1A ASTM A105, 28 24 0.00 0.00 0.00 0.00
Quote Quote Quote Quote Quote

Tender No: D200050006 Price Schedule Bidder’s Seal & Signature


Page 146 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

ASME B16.47-B, d in d in d in EPS d in d in


150#, EPS EPS EPS EPS
RF/125AARH,
10.0 mm Thk.
FLANGE WN,
ASTM A105, To be To be To be To be
To be
ASME B16.47-B, Quote Quote Quote Quote
1.23 A1A 30 6 Quote 0.00 0.00 0.00 0.00
150#, d in d in d in d in
d in EPS
RF/125AARH, EPS EPS EPS EPS
10.0 mm Thk.
FLANGE WN,
ASTM A105, To be To be To be To be
To be
ASME B16.47-B, Quote Quote Quote Quote
1.24 A1A 36 7 Quote 0.00 0.00 0.00 0.00
150#, d in d in d in d in
d in EPS
RF/125AARH, EPS EPS EPS EPS
10.0 mm Thk.
FLANGE WN,
To be To be To be To be
ASTM A105, To be
Quote Quote Quote Quote
1.25 A1A ASME B16.5, 2 36 Quote 0.00 0.00 0.00 0.00
d in d in d in d in
150#, d in EPS
EPS EPS EPS EPS
RF/125AARH, XS
FLANGE WN,
ASTM A105, To be To be To be To be
To be
ASME B16.5, Quote Quote Quote Quote
1.26 A1A 3 20 Quote 0.00 0.00 0.00 0.00
150#, d in d in d in d in
d in EPS
RF/125AARH, EPS EPS EPS EPS
STD
FLANGE WN, To be To be To be To be To be
1.27 A1A ASTM A105, 4 23 Quote Quote Quote 0.00 0.00 Quote Quote 0.00 0.00
ASME B16.5, d in d in d in EPS d in d in

Tender No: D200050006 Price Schedule Bidder’s Seal & Signature


Page 147 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

150#, EPS EPS EPS EPS


RF/125AARH,
STD
FLANGE WN,
ASTM A105, To be To be To be To be
To be
ASME B16.5, Quote Quote Quote Quote
1.28 A1A 6 40 Quote 0.00 0.00 0.00 0.00
150#, d in d in d in d in
d in EPS
RF/125AARH, EPS EPS EPS EPS
STD
FLANGE WN,
ASTM A105, To be To be To be To be
To be
ASME B16.5, Quote Quote Quote Quote
1.29 A1A 8 22 Quote 0.00 0.00 0.00 0.00
150#, d in d in d in d in
d in EPS
RF/125AARH, EPS EPS EPS EPS
STD
FLANGE WN,
ASTM A105, To be To be To be To be
To be
ASME B16.5, Quote Quote Quote Quote
1.30 A1A 10 14 Quote 0.00 0.00 0.00 0.00
150#, d in d in d in d in
d in EPS
RF/125AARH, EPS EPS EPS EPS
STD
FLANGE WN,
ASTM A105, To be To be To be To be
To be
ASME B16.5, Quote Quote Quote Quote
1.31 A1A 12 53 Quote 0.00 0.00 0.00 0.00
150#, d in d in d in d in
d in EPS
RF/125AARH, EPS EPS EPS EPS
STD
FLANGE WN, To be To be To be To be To be
1.32 A1A ASTM A105, 14 27 Quote Quote Quote 0.00 0.00 Quote Quote 0.00 0.00
ASME B16.5, d in d in d in EPS d in d in

Tender No: D200050006 Price Schedule Bidder’s Seal & Signature


Page 148 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

150#, EPS EPS EPS EPS


RF/125AARH,
STD
FLANGE WN,
ASTM A105, To be To be To be To be
To be
ASME B16.5, Quote Quote Quote Quote
1.33 A1A 16 50 Quote 0.00 0.00 0.00 0.00
150#, d in d in d in d in
d in EPS
RF/125AARH, EPS EPS EPS EPS
STD
FLANGE WN,
ASTM A105, To be To be To be To be
To be
ASME B16.5, Quote Quote Quote Quote
1.34 A1A 20 4 Quote 0.00 0.00 0.00 0.00
150#, d in d in d in d in
d in EPS
RF/125AARH, EPS EPS EPS EPS
STD
Flange SW,
ASTM A105, To be To be To be To be
To be
ASME B16.5, Quote Quote Quote Quote
1.35 A1A/A1M 0.75 6 Quote 0.00 0.00 0.00 0.00
150#, d in d in d in d in
d in EPS
RF/125AARH, EPS EPS EPS EPS
S160
Flange SW,
To be To be To be To be
ASTM A105, To be
Quote Quote Quote Quote
1.36 A1A/A1M ASME B16.5, 1 13 Quote 0.00 0.00 0.00 0.00
d in d in d in d in
150#, d in EPS
EPS EPS EPS EPS
RF/125AARH, XS
Flange SW, To be To be To be To be
To be
ASTM A182 Quote Quote Quote Quote
1.37 A1M 0.5 38 Quote 0.00 0.00 0.00 0.00
GR.F316, ASME d in d in d in d in
d in EPS
B16.5, 150#, EPS EPS EPS EPS

Tender No: D200050006 Price Schedule Bidder’s Seal & Signature


Page 149 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

RF/125AARH,
80S
Flange SW,
ASTM A182 To be To be To be To be
To be
GR.F316, ASME Quote Quote Quote Quote
1.38 A1M 0.75 23 Quote 0.00 0.00 0.00 0.00
B16.5, 150#, d in d in d in d in
d in EPS
RF/125AARH, EPS EPS EPS EPS
80S
Flange SW,
ASTM A182 To be To be To be To be
To be
GR.F316, ASME Quote Quote Quote Quote
1.39 A1M 1 46 Quote 0.00 0.00 0.00 0.00
B16.5, 150#, d in d in d in d in
d in EPS
RF/125AARH, EPS EPS EPS EPS
80S
FLANGE WN,
ASTM A182 To be To be To be To be
To be
GR.F316, ASME Quote Quote Quote Quote
1.40 A1M 2 6 Quote 0.00 0.00 0.00 0.00
B16.5, 150#, d in d in d in d in
d in EPS
RF/125AARH, EPS EPS EPS EPS
40S
FLANGE WN,
ASTM A105, To be To be To be To be
To be
ASME B16.5, Quote Quote Quote Quote
1.41 B1A 6 6 Quote 0.00 0.00 0.00 0.00
300#, d in d in d in d in
d in EPS
RF/125AARH, EPS EPS EPS EPS
STD
FLANGE WN, To be To be To be To be
To be
ASTM A105, Quote Quote Quote Quote
1.42 B1A 8 2 Quote 0.00 0.00 0.00 0.00
ASME B16.5, d in d in d in d in
d in EPS
300#, EPS EPS EPS EPS

Tender No: D200050006 Price Schedule Bidder’s Seal & Signature


Page 150 of 294

MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

SUPPLY OF FLANGES

RF/125AARH,
STD
FLANGE WN,
ASTM A105, To be To be To be To be
To be
ASME B16.5, Quote Quote Quote Quote
1.43 B1A/A1A 6 6 Quote 0.00 0.00 0.00 0.00
300#, d in d in d in d in
d in EPS
RF/125AARH, EPS EPS EPS EPS
STD
Orifice Flange,
ASTM A105, To be To be To be To be
To be
ASME B16.36, Quote Quote Quote Quote
1.44 A1A 12 3 Quote 0.00 0.00 0.00 0.00
150#, d in d in d in d in
d in EPS
RF/125AARH, EPS EPS EPS EPS
STD
Total Amount 0.00 0.00 0.00 0.00
LANDED COST IN INR AT MRPL SITE (FORM SP -
0.00
0)

Tender No: D200050006 Price Schedule Bidder’s Seal & Signature


Page 151 of 294
Page 152 of 294
Page 153 of 294
Page 154 of 294
Page 155 of 294
Page 156 of 294
Page 157 of 294
Page 158 of 294
Page 159 of 294
CONFIDENTIAL AGREEMENT: ALL RIGHTS RESERVED. NO PART OF THIS DOCUMENT MAY BE REPRODUCED / STORED IN
RETRIEVAL SYSTEM OR TRANSMITTED IN ANY FORM OR BY ANY MEANS ELECTRONIC, MECHANICAL, PHOTOCOPYING, XEROXING
OR OTHERWISE WITHOUT PRIOR PERMISSION FROM MRPL / NEL.

0 IFT 20-Jan-2022 ISSUED FOR Tender AH SDK ASN


RE-ISSUED FOR
A1 IFR 27-May-2022 AH SDK ASN
REVIEW/COMMENTS
ISSUED FOR
A IFR 21-Apr-2022 AH SDK ASN
REVIEW/COMMENTS

Revision Status Date Description Prepared Checked Approved MRPL

Client MANGALORE REFINERY AND PETROCHEMICAL LIMITED

Eng. Partner NAUVATA ENGINEERING PVT LTD

Project MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

Document Title SUPPLY OF FLANGES. Location: MANGALORE


Scale Project Code: Tender No.: - Document No.: Sheet No.:

A4 JBGD20005 D200050006 750-20005-GEN-L-SPE-3706 1 OF 13


Page 160 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE,


MANGALORE

Title : SUPPLY OF FLANGES.

Project No. : JBGD20005 Tender No.: D200050006 Doc. No.: 750-20005-GEN-L-SPE-3706 2 of 13 Rev : 0

REVISION RECORD SHEET


REV
DESCRIPTION REMARKS
No.
A ISSUED FOR REVIEW/COMMENTS

A1 RE-ISSUED FOR REVIEW/COMMENTS

0 ISSUED FOR Tender


Page 161 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE,


MANGALORE

Title : SUPPLY OF FLANGES.

Project No. : JBGD20005 Tender No.: D200050006 Doc. No.: 750-20005-GEN-L-SPE-3706 3 of 13 Rev : 0

TABLE OF CONTENTS

1.0 INTRODUCTION ..........................................................................................................................................4

2.0 DEFINITIONS ................................................................................................................................................4

3.0 Abbreviations ..............................................................................................................................................5

4.0 CODES AND STANDARDS .........................................................................................................................6

5.0 Purpose ..........................................................................................................................................................7

6.0 SCOPE .............................................................................................................................................................7

7.0 General Notes ..............................................................................................................................................7

8.0 Technical Notes...........................................................................................................................................8

9.0 data/ information to be furnished by supplier with the offer ...................................................9

10.0 testing.............................................................................................................................................................9

11.0 Technical Requirements .........................................................................................................................9

12.0 DESIGN CRITERIA .................................................................................................................................... 11

13.0 INSPECTION AND TESTING .................................................................................................................. 12

14.0 Marking & Dispatch ................................................................................................................................ 12

15.0 WARRANTY/GUARANTEE/SINGLE POINT RESPONSIBILITY................................................... 12

16.0 LIST OF ATTACHMENTS ........................................................................................................................ 13


Page 162 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE,


MANGALORE

Title : SUPPLY OF FLANGES.

Project No. : JBGD20005 Tender No.: D200050006 Doc. No.: 750-20005-GEN-L-SPE-3706 4 of 13 Rev : 0

1.0 INTRODUCTION
Mangalore Refinery and Petrochemicals Limited (MRPL) is Category 1 Miniratna Central
Public Sector Enterprise (CPSE) under the Ministry of Petroleum & Natural Gas. MRPL is
located in a beautiful hilly terrain, north of Mangaluru city, in Dakshina Kannada District of
Karnataka State (India). The 15.0MMTPA (Million Metric Ton per annum). Refinery has got a
versatile design with complex secondary processing units and a high flexibility to process
Crudes of various API, delivering a variety of quality products.

MRPL to enhance and grow its marketing business activities has proposes to setup a
Petroleum storage & Tank truck Loading Marketing Terminal at Devangonthi, Bangalore.
Which aid MRPL to transfer and store petroleum products like MS, HSD & ATF to cater the
growing demand in and around Bangalore.

To prepare for the growth in demand, MRPL has proposed to convert 2 Tanks from current
floating Roof type to Floating cum fixed room type (Dual roof) and associated infrastructure
modifications to make the tanks suitable for Pipeline Compatible ATF (PCA) & Domestic AFT
respectively. With Nauvata Engineering Pvt. LTD. as an EPCM Consultant.

Current Proposed
Tank
Type Product Type Product
Floating Floating cum Fixed Pipeline
FB-7037B Xylol
Roof Roof (Dual roof) Compatible ATF
Floating Export Floating cum Fixed
FB-7004F Domestic ATF
Roof Grade ATF Roof (Dual roof)

FB-7004C Additional Provisions for Domestic ATF/PCA/PCK services

2.0 DEFINITIONS
In this specification, the following terms and the respective definitions are used:

Company : Mangalore Refinery and Petrochemical Limited (MRPL),


Mangalore, Karnataka.

PMC : Nauvata Engineering Pvt. Ltd. Bangalore

Vendor or Bidder : Any manufacturer, seller or supplier who is appointed by


the Company and responsible for the supply of materials,
equipment or services.
Page 163 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE,


MANGALORE

Title : SUPPLY OF FLANGES.

Project No. : JBGD20005 Tender No.: D200050006 Doc. No.: 750-20005-GEN-L-SPE-3706 5 of 13 Rev : 0

Third Party : All other authorized parties contributing to the Project.

3.0 ABBREVIATIONS

The following abbreviations are used in this document.

API - American Petroleum Institute


ASME - American Society of Mechanical Engineers
ASTM - American Society for Testing and Materials
BS - British Standard
CC - Corrosion Coupon
CP - Cathodic Protection
DD - Detail Design
EN - Euro Norm
EPC - Engineering, Procurement, Construction
FBE - Fusion Bonded Epoxy
FEED - Front End Engineering Design
GAD - General Arrangement Drawing
GRE - Glass Reinforced Epoxy
HAZOP - Hazard and Operability
HAZID - Hazard Identification
HDPE - High-Density Polyethylene
HSE - Health, Safety and Environment
IRN - Inspection Release Note
ISO - International Organization for Standardization
MR - Material Requisition
MRB - Manufacturer Record Book
MSS - Manufacturers Standardization Society
MTO - Material Take-off
NACE - National Association of Corrosion Engineers
NDE - Non Destructive Examination
NPS - Nominal Pipe Size
P&ID - Piping & Instrumentation Diagram
PMS - Piping Material Specification
PS - Project Specifications
PWHT - Post Weld Heat Treatment
QA - Quality Assurance
QC - Quality Control
Page 164 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE,


MANGALORE

Title : SUPPLY OF FLANGES.

Project No. : JBGD20005 Tender No.: D200050006 Doc. No.: 750-20005-GEN-L-SPE-3706 6 of 13 Rev : 0

QM - Quality Management

4.0 CODES AND STANDARDS

Unless otherwise specified, reference to any standard or code shall mean the latest edition of
the standard or code including Amendments, supplements or revisions.

In case of conflict between this specification and the codes and standards referenced, the most
stringent requirement shall govern.

ASME B31.3 Process Piping

API SPEC 5L Specification for Line Pipe

ASME B36.10M Welded and Seamless Wrought Steel Pipe

ASME B36.19M Stainless Steel Pipes

ASME B16.5 Pipe Flanges and Flanged Fittings NPS1/2


through NPS 24 Metric/Inch Standard

ASME B16.47 Large Diameter Steel Flanges: NPS 26


through NPS 60.

ASME B46.1 Surface Texture (Surface roughness,


Waviness and Lay)

ASME B16.9 Factory-Made Wrought Butt welding


Fittings

ASME B16 .11 Forged Fittings, Socket Welding and


Threaded

ASME B16.20 Metallic Gaskets for Pipe Flange

ASME B16.21 Non-Metallic Gaskets for Pipe Flange

ASME B18.2.1 Hex Bolts and Heavy Hex Bolts

ASME B18.2.2 Hex Nuts and Heavy Hex Nuts


Page 165 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE,


MANGALORE

Title : SUPPLY OF FLANGES.

Project No. : JBGD20005 Tender No.: D200050006 Doc. No.: 750-20005-GEN-L-SPE-3706 7 of 13 Rev : 0

5.0 PURPOSE

The purpose of this requisition is to purchase Flanges required for the Project Engineering for
The Tank Conversion & associated Mechanical works at Mangalore Refinery Premises and to
maintain consistency throughout the execution of the project.

In case of conflict between any requirement specified herein and the requirements of any
other referenced document, it shall be notified to COMPANY/ CONTRACTOR immediately.
VENDOR shall not make any assumptions to interpret the contents in the documents.

6.0 SCOPE
Vendor’s scope shall include but not limited to manufacture, shop inspection and testing,
surface preparation & external painting (including primer, intermediate & final coat), export
packing suitable for sea, road transport or Air transport and delivery, documentation as per
scope of supply listed and conforming to the specifications & documents referenced in this
Requisition.

7.0 GENERAL NOTES


 Material shall strictly conform to the attached specifications, standards and description
furnished in Material Requisition Scope of Supply (Attachment – 1).

 Supplier to note that the quantities indicated are preliminary & shall be confirmed before
placement of PO.

 Supplier to indicate shipping weights & volume with offer.

 Inspection shall be carried out by Purchaser / Nominated Representative / Third party


inspector at the supplier’s premises. The inspection and certification requirements
shall be in accordance with Inspection Requirement (Table IRT No.: MRPL/IRT/P/03,
Attachment-3). However Supplier will do all the arrangements for Inspection and
Testing at Supplier’s Works.

 MRPL/Nauvata reserves the right to place a full time Residence Inspector to monitor the
quality & progress of the job. Full co-operation shall be extended by the supplier at no
obligation to MRPL/Nauvata.

 In the event of any conflict between specifications, documents and codes, Supplier is
responsible for informing Purchaser in writing and obtaining further instructions without
delay. Supplier shall not make any assumptions to interpret the content of documents.
Page 166 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE,


MANGALORE

Title : SUPPLY OF FLANGES.

Project No. : JBGD20005 Tender No.: D200050006 Doc. No.: 750-20005-GEN-L-SPE-3706 8 of 13 Rev : 0

Normally the hierarchy of documents is as below. However, in case of conflict the more
stringent requirements shall govern unless agreed by EPCM/ Client.

o National and / or Local Regulations.

o This Requisition.

o Specification.

o Project-Specific Specification.

o Company Documents.

o International Codes and Standards.

 Deviations and exceptions if any, to inquiry documents shall be clearly listed in the
“Exceptions and Deviations Statement Format”. Deviations mentioned anywhere else will
not be considered by Purchaser. In case of no deviation, Supplier to mention “NO
DEVIATION” in the deviation form and submit along with bid.

 All items shall be export packed suitable for Seaworthy, Road and Air transportation and
shall be packed and protected against the risk of corrosion during transportation and/ or
storage. Suitable protective coating shall be applied.

 The supplier shall be responsible for all handling and transportation of the materials
between the place of Manufacture and the Purchaser’s nominated delivery point as per
Request for quotation.

 All items shall be manufactured, tested and certified in accordance with the relevant
specifications & the applicable codes and standards identified in the technical
documentation herewith.

 Supplier will submit duly sign copy of warranty and Performance guarantee certificate.

8.0 TECHNICAL NOTES


 Supplier shall submit typical drawing (if applicable) covering all types/ design for quoted
items. The drawing shall show the constructional features, MOC for each item.

 Bidder shall strictly confirm to Specification.

 Flanges shall be pickled and passivated as per the relevant material specification.

 Bidder shall only quote for Flanges which will be manufactured at their own
manufacturing facility. Bidder to provide their QAP for approval prior to manufacturing.
Page 167 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE,


MANGALORE

Title : SUPPLY OF FLANGES.

Project No. : JBGD20005 Tender No.: D200050006 Doc. No.: 750-20005-GEN-L-SPE-3706 9 of 13 Rev : 0

 The tender evaluation will be only on the deviations (if any) submitted by the vendor. In
the absence of that, the vendor’s offer will be considered in full compliance to the technical
requirement of the Requisition.

9.0 DATA/ INFORMATION TO BE FURNISHED BY SUPPLIER WITH THE OFFER


 Confirmation of Material Requisition Scope of Supply sheets (Attachment-1) shall be in
totality.

 Deviation and Exceptions form duly filled, in case of no deviation supplier to write “No
Deviation” & attach with offer.

 Specification duly signed and stamped.

 Catalogue and technical literature

 List of sub suppliers and country of origin

 Shipping Weights and Volume

10.0 TESTING
 Test reports shall be supplied for all mandatory tests as per the applicable material
specifications. Test reports shall also be furnished for any supplementary tests as
specified in the MR. Material test certificates (physical property, chemical composition
and heat treatment report) shall also be furnished for the pipes supplied.

 Positive material identification (PMI) shall be performed as per the scope and procedure
as defined in the specification for positive material identification (PMI) at supplier’s work.

11.0 TECHNICAL REQUIREMENTS


11.1 Steel made by acid bessemer process shall not be acceptable.

11.2 Flanges with screwed ends shall have NPT threads conforming to ASME B1.20.1.

11.3 Flanges with bevel ends shall be in accordance with ASME B-16.25. Weld contours
shall be as follows:
Page 168 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE,


MANGALORE

Title : SUPPLY OF FLANGES.

Project No. : JBGD20005 Tender No.: D200050006 Doc. No.: 750-20005-GEN-L-SPE-3706 10 of 13 Rev : 0

Material Wall Thickness Weld Contour


Carbon Steel (Except low Up to 22 mm Figure 2 type A
temp. carbon steel)
> 22 mm Figure 3 type A

Alloy Steel, Up to 10 mm Figure 4


Stainless Steel and > 10 mm up to 25 mm Figure 5 type A

Low temp. Carbon steel > 25 mm Figure 6 type A

11.4 For Galvanization, Flanges shall be coated with zinc by hot dip process or electro zinc
plating conforming to IS 4736/ ASTM A153 or ASTM B633 respectively.

11.5 Flanges shall be in accordance with ASME B16.5 for sizes up to 24” and with ASME
B16.47 Series B for flanges 26” and larger.

11.6 Flanges face shall be raised face up to ASME class 600# rating and shall be RTJ above
600# rating.

11.7 The bolt-hole pitch circle diameter for orifice flanges DN50, DN80 and DN100 shall be 1.6
mm smaller than specified in ASME B16.5.

11.8 Flange bolt holes shall straddle the piping vertical and horizontal centre lines.

11.9 Contact surface finish between flange and gasket for raised or full face flanges, spades,
spacers and spectacle blinds shall be finished in accordance with ASME B16.5.

11.10 Flange face shall be specified in the specifications as serrated finish 125AARH etc. The
interpretation for range of face finish shall be as follows:
Smooth Finish 125 μ inch AARH
Serrated Finish (Spiral / Concentric) 125 to 250 μ inch AARH (as per ASME B16.5
para 6.4.5.3)

Ring Type Joint 63 μ inch AARH (as per ASME B16.5 para
6.4.5.2)
Page 169 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE,


MANGALORE

Title : SUPPLY OF FLANGES.

Project No. : JBGD20005 Tender No.: D200050006 Doc. No.: 750-20005-GEN-L-SPE-3706 11 of 13 Rev : 0

11.11 When two dissimilar material flanges are connected, (except Piping-Instrument
connections) insulating gasket shall be provided to prevent galvanic corrosion.

11.12 Two jack screws - comprising of ¾” bolt diameter up to 6” and 1” bolt diameter for 8” and
above - 180 degrees apart shall be provided in one of the flanges for all orifice flanges
assemblies.

11.13 Permanent hook eye shall be provided on blinds of weight greater than 25 kg to facilitate
the changing of gaskets.

11.14 Flange bolting of size M40 (11/2”) and above shall be subject to bolt tensioning.

11.15 All austenitic stainless steel flanges shall be supplied in solution annealed condition.

11.16 I.G.C Test Stainless Steels:


11.16.1 For all austenitic stainless steel flanges intergranular corrosion test shall be conducted as
per ASTM A262 practice “B” with acceptance criteria of corrosion rate of 60 mils / year
(max).
OR
ASTM A262 practice “E” with acceptance criteria of “No cracks as observed from 20x
magnification” and “microscopic structure to be observed from 250x magnification”.
11.16.2 When specifically asked for in MR for high temperature application of some grades of
austenitic stainless steel (e.g. SS 309, 310, 316, 316H etc.) ASTM A262 practice “C” with
acceptance criteria of 15 mils / year (max) shall have to be conducted.
11.16.3 For the I.G.C. test as described in 11.16.1 and 11.16.2, two sets of samples shall be drawn
from each solution annealing lot, one set corresponding to highest carbon content and
other set corresponding to highest pipe thickness. When testing is conducted as per
practice “E”, photograph of microscopic structure shall be submitted for record.

11.17 Specified heat treatment for carbon steel, alloy steel and solution annealing for stainless
steel flanges shall be carried out after weld repairs. Number of weld repairs at same spot
shall be restricted to maximum two by approved repair procedure.

11.18 For dual grades of SS where specified chemical composition and mechanical properties of
both grades specified shall be ensured.

12.0 DESIGN CRITERIA

12.1 PAINTING AND CORROSION PROTECTION


All exposed surfaces shall be painted in accordance MRPL project requirements specified in
Design Basis for Surface Preparation & Protective Coating (Doc no. 20005-GEN-G-EDB-9122,
rev 0). Painting shall be suitable for onshore environment.
Page 170 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE,


MANGALORE

Title : SUPPLY OF FLANGES.

Project No. : JBGD20005 Tender No.: D200050006 Doc. No.: 750-20005-GEN-L-SPE-3706 12 of 13 Rev : 0

13.0 INSPECTION AND TESTING

Vendor shall be responsible for carrying out all required inspection, tests and checks as per
the applicable Codes and Standards, Inspection and Test Plan for flanges and/or approved
Vendor inspection and test plan by Company/Contractor. Vendor shall coordinate/cooperate
with Owner’s Inspector/Inspection agencies to be present when required. Vendor shall
carryout various tests as per approved QA/QC plan.

14.0 MARKING & DISPATCH

14.1 All flanges shall be marked in accordance with MSS SP 25 and/or the applicable codes,
standards and specifications. In addition the purchase order no.

14.2 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.

14.3 Flanges shall be dry, clean and free from moisture, dirt and loose foreign materials of any
kind.

14.4 Flanges shall be protected from rust, corrosion and mechanical damage during
transportation, shipment and storage.

14.5 Rust preventive used on machined surfaces to be welded shall be easily removable with a
petroleum solvent or shall not be harmful to welding.

14.6 End of the flanges shall be protected with the following material :
End Type Protection Type

Plain End Plastic Cap.

Bevel End Wire, metal or plastic cover.

Threaded End Metal or plastic threaded cap.

14.7 End protectors to be used on bevel ends shall be securely and tightly attached with belt or
wire.

14.8 Steel end protectors to be used on galvanized flanges shall be galvanized.

15.0 WARRANTY/GUARANTEE/SINGLE POINT RESPONSIBILITY

Vendor shall have final and total responsibility for the design and performance of all
equipment/items supplied under this requisition including the items procured from sub-
vendors. Vendor shall warrant the equipment furnished by him and the performance of the
Page 171 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE,


MANGALORE

Title : SUPPLY OF FLANGES.

Project No. : JBGD20005 Tender No.: D200050006 Doc. No.: 750-20005-GEN-L-SPE-3706 13 of 13 Rev : 0

said equipment in accordance with this specification and as per the terms and conditions
specified in the bid package.

16.0 LIST OF ATTACHMENTS

REV.
ITEM NO. DESCRIPTION DOCUMENT NO.
NO.

1 Flanges MTO Summary - B1

2 Line-wise Flange MTO - B1

3 Inspection Requirement Table (IRT) IRT No.: MRPL/IRT/P/03 0

4 Supplier Document Requirement List (SDR) - A

5 Specification for Positive Material Identification - A

6 Deviation List Form - A

7 Piping Material Specification - -

8 EDB – Surface Preparation & Protective Coating. 750-20005-GEN-G-EDB-9122 0


Page 172 of 294
CONFIDENTIAL AGREEMENT: ALL RIGHTS RESERVED. NO PART OF THIS DOCUMENT MAY BE REPRODUCED / STORED IN
RETRIEVAL SYSTEM OR TRANSMITTED IN ANY FORM OR BY ANY MEANS ELECTRONIC, MECHANICAL, PHOTOCOPYING, XEROXING
OR OTHERWISE WITHOUT PRIOR PERMISSION FROM MRPL / NEL.

Attachment -1

Client MANGALORE REFINERY AND PETROCHEMICAL LIMITED

Eng. Partner NAUVATA ENGINEERING PVT LTD

Project MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

Document Title FLANGE MTO SUMMARY Location: MANGALORE


Scale Project Code: Tender No.: - Document No.: Sheet No.:

A4 JBGD20005 D200050006 - 1 OF 3
Page 173 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

Title : FLANGE MTO SUMMARY

Project No. : JBGD20005 Tender No.: - D200050006 2 of 3 Rev : B1

Flange MTO Summary


Srl. Piping Commodity Size 1 Size 2 Size 3
No. Item Class Code (inch) (inch) (inch) Item Description Total (No.s)
1 Blind Flange A1A - 28 - - FLANGE Blind, ASTM A105, ASME B16.47-B, 150#, RF/125AARH, 9.8 mm Thk. 2
2 Blind Flange A1A FBB0127Z0 36 - - FLANGE Blind, ASTM A105, ASME B16.47-B, 150#, RF/125AARH, 10.0 mm Thk. 7
3 Blind Flange A1A FBC0127Z0 0.75 - - FLANGE Blind, ASTM A105, ASME B16.5, 150#, RF/125AARH, STD 686
4 Blind Flange A1A FBC0127Z0 1 - - FLANGE Blind, ASTM A105, ASME B16.5, 150#, RF/125AARH, STD 2
5 Blind Flange A1A FBC0127Z0 2 - - FLANGE Blind, ASTM A105, ASME B16.5, 150#, RF/125AARH, XS 7
6 Blind Flange A1A FBC0127Z0 3 - - FLANGE Blind, ASTM A105, ASME B16.5, 150#, RF/125AARH, STD 2
7 Blind Flange A1A FBC0127Z0 6 - - FLANGE Blind, ASTM A105, ASME B16.5, 150#, RF/125AARH, STD 3
8 Blind Flange A1A FBC0127Z0 8 - - FLANGE Blind, ASTM A105, ASME B16.5, 150#, RF/125AARH, STD 11
9 Blind Flange A1A FBC0127Z0 10 - - FLANGE Blind, ASTM A105, ASME B16.5, 150#, RF/125AARH, STD 2
10 Blind Flange A1A FBC0127Z0 12 - - FLANGE Blind, ASTM A105, ASME B16.5, 150#, RF/125AARH, STD 11
11 Blind Flange A1A FBC0127Z0 14 - - FLANGE Blind, ASTM A105, ASME B16.5, 150#, RF/125AARH, STD 10
12 Blind Flange A1A FBC0127Z0 16 - - FLANGE Blind, ASTM A105, ASME B16.5, 150#, RF/125AARH, STD 11
13 Blind Flange A1A FBC0127Z0 20 - - FLANGE Blind, ASTM A105, ASME B16.5, 150#, RF/125AARH, STD 2
14 Blind Flange A1M FBC4427Z0 0.75 - - FLANGE Blind, ASTM A182 GR.F316, ASME B16.5, 150#, RF/125AARH, 80S 11
15 Blind Flange B1A FBC0147Z0 1 - - FLANGE Blind, ASTM A105, ASME B16.5, 300#, RF/125AARH, STD 3
16 Blind Flange B1A FBC0147Z0 6 - - FLANGE Blind, ASTM A105, ASME B16.5, 300#, RF/125AARH, STD 6
17 Blind Flange B1A FBC0147Z0 8 - - FLANGE Blind, ASTM A105, ASME B16.5, 300#, RF/125AARH, STD 3
18 Flange A1A - 28 - - FLANGE WN, ASTM A105, ASME B16.47-B, 150#, RF/125AARH, 9.8 mm Thk. 14
19 Flange A1A FSC0127Z0 0.75 - - Flange SW, ASTM A105, ASME B16.5, 150#, RF/125AARH, S160 725
20 Flange A1A FSC0127Z0 1 - - Flange SW, ASTM A105, ASME B16.5, 150#, RF/125AARH, XS 38
21 Flange A1A FSC0127Z0 1.5 - - Flange SW, ASTM A105, ASME B16.5, 150#, RF/125AARH, XS 6
22 Flange A1A FWB0127Z0 28 - - FLANGE WN, ASTM A105, ASME B16.47-B, 150#, RF/125AARH, 10.0 mm Thk. 24
23 Flange A1A FWB0127Z0 30 - - FLANGE WN, ASTM A105, ASME B16.47-B, 150#, RF/125AARH, 10.0 mm Thk. 6
24 Flange A1A FWB0127Z0 36 - - FLANGE WN, ASTM A105, ASME B16.47-B, 150#, RF/125AARH, 10.0 mm Thk. 7
25 Flange A1A FWC0127Z0 2 - - FLANGE WN, ASTM A105, ASME B16.5, 150#, RF/125AARH, XS 36
26 Flange A1A FWC0127Z0 3 - - FLANGE WN, ASTM A105, ASME B16.5, 150#, RF/125AARH, STD 20
27 Flange A1A FWC0127Z0 4 - - FLANGE WN, ASTM A105, ASME B16.5, 150#, RF/125AARH, STD 23
28 Flange A1A FWC0127Z0 6 - - FLANGE WN, ASTM A105, ASME B16.5, 150#, RF/125AARH, STD 40
Page 174 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

Title : FLANGE MTO SUMMARY

Project No. : JBGD20005 Tender No.: - D200050006 3 of 3 Rev : B1

29 Flange A1A FWC0127Z0 8 - - FLANGE WN, ASTM A105, ASME B16.5, 150#, RF/125AARH, STD 22
30 Flange A1A FWC0127Z0 10 - - FLANGE WN, ASTM A105, ASME B16.5, 150#, RF/125AARH, STD 14
31 Flange A1A FWC0127Z0 12 - - FLANGE WN, ASTM A105, ASME B16.5, 150#, RF/125AARH, STD 53
32 Flange A1A FWC0127Z0 14 - - FLANGE WN, ASTM A105, ASME B16.5, 150#, RF/125AARH, STD 27
33 Flange A1A FWC0127Z0 16 - - FLANGE WN, ASTM A105, ASME B16.5, 150#, RF/125AARH, STD 50
34 Flange A1A FWC0127Z0 20 - - FLANGE WN, ASTM A105, ASME B16.5, 150#, RF/125AARH, STD 4
35 Flange A1A/A1M FSC0127Z0 0.75 - - Flange SW, ASTM A105, ASME B16.5, 150#, RF/125AARH, S160 6
36 Flange A1A/A1M FSC0127Z0 1 - - Flange SW, ASTM A105, ASME B16.5, 150#, RF/125AARH, XS 13
37 Flange A1M FSC4427Z0 0.5 - - Flange SW, ASTM A182 GR.F316, ASME B16.5, 150#, RF/125AARH, 80S 38
38 Flange A1M FSC4427Z0 0.75 - - Flange SW, ASTM A182 GR.F316, ASME B16.5, 150#, RF/125AARH, 80S 23
39 Flange A1M FSC4427Z0 1 - - Flange SW, ASTM A182 GR.F316, ASME B16.5, 150#, RF/125AARH, 80S 46
40 Flange A1M FWC4427Z0 2 - - FLANGE WN, ASTM A182 GR.F316, ASME B16.5, 150#, RF/125AARH, 40S 6
41 Flange B1A FWC0147Z0 6 - - FLANGE WN, ASTM A105, ASME B16.5, 300#, RF/125AARH, STD 6
42 Flange B1A FWC0147Z0 8 - - FLANGE WN, ASTM A105, ASME B16.5, 300#, RF/125AARH, STD 2
43 Flange B1A/A1A FWC0147Z0 6 - - FLANGE WN, ASTM A105, ASME B16.5, 300#, RF/125AARH, STD 6
Orifice
44 flange A1A - 12 - - Orifice Flange, ASTM A105, ASME B16.36, 150#, RF/125AARH, STD 3
Page 175 of 294
CONFIDENTIAL AGREEMENT: ALL RIGHTS RESERVED. NO PART OF THIS DOCUMENT MAY BE REPRODUCED / STORED IN
RETRIEVAL SYSTEM OR TRANSMITTED IN ANY FORM OR BY ANY MEANS ELECTRONIC, MECHANICAL, PHOTOCOPYING, XEROXING
OR OTHERWISE WITHOUT PRIOR PERMISSION FROM MRPL / NEL.

Attachment -2

Client MANGALORE REFINERY AND PETROCHEMICAL LIMITED

Eng. Partner NAUVATA ENGINEERING PVT LTD

Project MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

Document Title LINE-WISE FLANGE MTO Location: MANGALORE


Scale Project Code: Tender No.: - Document No.: Sheet No.:

A4 JBGD20005 D200050006 - 1 OF 16
Page 176 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

Title : LINE-WISE FLANGE MTO

Project No. : JBGD20005 Tender No.: - D200050006 2 of 16 Rev : B1

Line-wise Flange MTO

Sl Piping Size 1 Size 2 Size 3 Quantity Commodity


no. P&ID No. Line No. Class Item (inch) (inch) (inch) Item Description (No’s) Code Remarks
20005-GEN-P-PID-1061/ FLANGE WN, ASTM A105, ASME CT-01, HT-
1 20005-GEN-P-PID-1062 14"-P-7500001-A1A A1A Flange 14 - - B16.5, 150#, RF/125AARH, STD 6 FWC0127Z0 06
20005-GEN-P-PID-1061/ Blind FLANGE Blind, ASTM A105, ASME For HT
2 20005-GEN-P-PID-1062 14"-P-7500001-A1A A1A Flange 14 - - B16.5, 150#, RF/125AARH, STD 2 FBC0127Z0 Root Valve
FLANGE WN, ASTM A105, ASME
3 20005-GEN-P-PID-1061 6"-P-7500003-A1A A1A Flange 6 - - B16.5, 150#, RF/125AARH, STD 5 FWC0127Z0
FLANGE WN, ASTM A105, ASME
4 20005-GEN-P-PID-1061 6"-P-7500002-A1A B1A Flange 6 - - B16.5, 300#, RF/125AARH, STD 2 FWC0147Z0
FLANGE WN, ASTM A105, ASME Spec Break
5 20005-GEN-P-PID-1061 6"-P-7500002-A1A B1A/A1A Flange 6 - - B16.5, 300#, RF/125AARH, STD 2 FWC0147Z0 flange
Blind FLANGE Blind, ASTM A105, ASME For HT
6 20005-GEN-P-PID-1061 6"-P-7500002-A1A B1A Flange 6 - - B16.5, 300#, RF/125AARH, STD 2 FBC0147Z0 Root Valve
20005-GEN-P-PID-1061/ FLANGE WN, ASTM A105, ASME Spec break
7 20005-GEN-P-PID-1062 6"-P-7500021-A1A B1A/A1A Flange 6 - - B16.5, 300#, RF/125AARH, STD 2 FWC0147Z0 flange
20005-GEN-P-PID-1061/ FLANGE WN, ASTM A105, ASME
8 20005-GEN-P-PID-1062 6"-P-7500021-A1A B1A Flange 6 - - B16.5, 300#, RF/125AARH, STD 2 FWC0147Z0
20005-GEN-P-PID-1061/ Blind FLANGE Blind, ASTM A105, ASME For HT
9 20005-GEN-P-PID-1062 6"-P-7500021-A1A B1A Flange 6 - - B16.5, 300#, RF/125AARH, STD 2 FBC0147Z0 Root Valve
FLANGE WN, ASTM A105, ASME
10 20005-GEN-P-PID-1061 16"-P-7500016-A1A A1A Flange 16 - - B16.5, 150#, RF/125AARH, STD 4 FWC0127Z0 CT-01
FLANGE WN, ASTM A105, ASME
11 20005-GEN-P-PID-1061 16"-P-7500016-A1A A1A Flange 8 - - B16.5, 150#, RF/125AARH, STD 2 FWC0127Z0
Blind FLANGE Blind, ASTM A105, ASME
12 20005-GEN-P-PID-1061 16"-P-7500016-A1A A1A Flange 16 - - B16.5, 150#, RF/125AARH, STD 2 FBC0127Z0 CT-01
Blind FLANGE Blind, ASTM A105, ASME
13 20005-GEN-P-PID-1061 16"-P-7500016-A1A A1A Flange 8 - - B16.5, 150#, RF/125AARH, STD 2 FBC0127Z0
FLANGE WN, ASTM A105, ASME
14 20005-GEN-P-PID-1061 16"-P-7500006-A1A A1A Flange 16 - - B16.5, 150#, RF/125AARH, STD 3 FWC0127Z0 CT-03
Page 177 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

Title : LINE-WISE FLANGE MTO

Project No. : JBGD20005 Tender No.: - D200050006 3 of 16 Rev : B1

Blind FLANGE Blind, ASTM A105, ASME


15 20005-GEN-P-PID-1061 16"-P-7500006-A1A A1A Flange 16 - - B16.5, 150#, RF/125AARH, STD 2 FBC0127Z0 CT-03
FLANGE WN, ASTM A105, ASME
16 20005-GEN-P-PID-1061 16"-P-7500007-A1A A1A Flange 16 - - B16.5, 150#, RF/125AARH, STD 5 FWC0127Z0
FLANGE WN, ASTM A105, ASME
17 20005-GEN-P-PID-1061 16"-P-7500007-A1A A1A Flange 12 - - B16.5, 150#, RF/125AARH, STD 2 FWC0127Z0
FLANGE WN, ASTM A105, ASME
18 20005-GEN-P-PID-1061 12"-P-7500008-A1A A1A Flange 12 - - B16.5, 150#, RF/125AARH, STD 5 FWC0127Z0
FLANGE WN, ASTM A105, ASME
19 20005-GEN-P-PID-1061 12"-P-7500008-A1A A1A Flange 8 - - B16.5, 150#, RF/125AARH, STD 2 FWC0127Z0
FLANGE WN, ASTM A105, ASME
20 20005-GEN-P-PID-1061 12"-P-7500010-A1A A1A Flange 12 - - B16.5, 150#, RF/125AARH, STD 8 FWC0127Z0
Blind FLANGE Blind, ASTM A105, ASME
21 20005-GEN-P-PID-1061 12"-P-7500010-A1A A1A Flange 12 - - B16.5, 150#, RF/125AARH, STD 2 FBC0127Z0
FLANGE WN, ASTM A105, ASME
22 20005-GEN-P-PID-1061 12"-P-7500009-A1A A1A Flange 12 - - B16.5, 150#, RF/125AARH, STD 4 FWC0127Z0
FLANGE WN, ASTM A105, ASME
23 20005-GEN-P-PID-1061 12"-P-7500011-A1A A1A Flange 12 - - B16.5, 150#, RF/125AARH, STD 4 FWC0127Z0
0.75"-P-7500019- Flange SW, ASTM A105, ASME For TSV-
24 20005-GEN-P-PID-1061 A1A A1A Flange 0.75 - - B16.5, 150#, RF/125AARH, S160 3 FSC0127Z0 750101
Flange SW, ASTM A105, ASME For TSV-
25 20005-GEN-P-PID-1061 1"-P-7500020-A1A A1A Flange 1 - - B16.5, 150#, RF/125AARH, XS 3 FSC0127Z0 750101
Flange SW, ASTM A182 GR.F316,
ASME B16.5, 150#, RF/125AARH,
26 20005-GEN-P-PID-1061 1"-P-7500005-A1M A1M Flange 1 - - 80S 5 FSC4427Z0
Flange SW, ASTM A105, ASME Spec break
27 20005-GEN-P-PID-1061 1"-P-7500005-A1M A1A/A1M Flange 1 - - B16.5, 150#, RF/125AARH, XS 2 FSC0127Z0 flange
Flange SW, ASTM A182 GR.F316,
ASME B16.5, 150#, RF/125AARH, For FA-
28 20005-GEN-P-PID-1061 1"-P-7500082-A1A A1M Flange 1 - - 80S 3 FSC4427Z0 75001
Flange SW, ASTM A105, ASME Spec break
29 20005-GEN-P-PID-1061 1"-P-7500082-A1A A1A/A1M Flange 1 - - B16.5, 150#, RF/125AARH, XS 2 FSC0127Z0 flange
Page 178 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

Title : LINE-WISE FLANGE MTO

Project No. : JBGD20005 Tender No.: - D200050006 4 of 16 Rev : B1

Flange SW, ASTM A182 GR.F316,


0.75"-P-7500081- ASME B16.5, 150#, RF/125AARH,
30 20005-GEN-P-PID-1061 A1A A1M Flange 0.75 - - 80S 2 FSC4427Z0
0.75"-P-7500081- Flange SW, ASTM A105, ASME Spec break
31 20005-GEN-P-PID-1061 A1A A1A/A1M Flange 0.75 - - B16.5, 150#, RF/125AARH, S160 2 FSC0127Z0 flange
Flange SW, ASTM A182 GR.F316,
ASME B16.5, 150#, RF/125AARH, For FA-
32 20005-GEN-P-PID-1061 A1M Flange 0.5 - - 80S 10 FSC4427Z0 75001
FLANGE WN, ASTM A182
GR.F316, ASME B16.5, 150#, For FA-
33 20005-GEN-P-PID-1061 A1M Flange 2 - - RF/125AARH, 40S 2 FWC4427Z0 75001
Flange SW, ASTM A182 GR.F316,
ASME B16.5, 150#, RF/125AARH,
34 20005-GEN-P-PID-1061 1"-P-7500013-A1M A1M Flange 1 - - 80S 8 FSC4427Z0
Flange SW, ASTM A182 GR.F316,
ASME B16.5, 150#, RF/125AARH,
35 20005-GEN-P-PID-1061 1"-P-7500013-A1M A1M Flange 0.5 - - 80S 2 FSC4427Z0
Flange SW, ASTM A182 GR.F316,
ASME B16.5, 150#, RF/125AARH, For FA-
36 20005-GEN-P-PID-1061 1"-P-7500084-A1A A1M Flange 1 - - 80S 3 FSC4427Z0 75002
Flange SW, ASTM A105, ASME Spec break
37 20005-GEN-P-PID-1061 1"-P-7500084-A1A A1A/A1M Flange 1 - - B16.5, 150#, RF/125AARH, XS 2 FSC0127Z0 flange
Flange SW, ASTM A182 GR.F316,
0.75"-P-7500083- ASME B16.5, 150#, RF/125AARH,
38 20005-GEN-P-PID-1061 A1A A1M Flange 0.75 - - 80S 2 FSC4427Z0
0.75"-P-7500083- Flange SW, ASTM A105, ASME Spec break
39 20005-GEN-P-PID-1061 A1A A1A/A1M Flange 0.75 - - B16.5, 150#, RF/125AARH, S160 2 FSC0127Z0 flange
Flange SW, ASTM A182 GR.F316,
ASME B16.5, 150#, RF/125AARH, For FA-
40 20005-GEN-P-PID-1061 A1M Flange 0.5 - - 80S 10 FSC4427Z0 75002
FLANGE WN, ASTM A182
GR.F316, ASME B16.5, 150#, For FA-
41 20005-GEN-P-PID-1061 A1M Flange 2 - - RF/125AARH, 40S 2 FWC4427Z0 75002
Page 179 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

Title : LINE-WISE FLANGE MTO

Project No. : JBGD20005 Tender No.: - D200050006 5 of 16 Rev : B1

Flange SW, ASTM A182 GR.F316,


ASME B16.5, 150#, RF/125AARH,
42 20005-GEN-P-PID-1061 1"-P-7500014-A1M A1M Flange 1 - - 80S 4 FSC4427Z0
Flange SW, ASTM A182 GR.F316,
ASME B16.5, 150#, RF/125AARH,
43 20005-GEN-P-PID-1061 1"-P-7500014-A1M A1M Flange 0.5 - - 80S 2 FSC4427Z0
Flange SW, ASTM A105, ASME Spec break
44 20005-GEN-P-PID-1061 1"-P-7500014-A1M A1A/A1M Flange 1 - - B16.5, 150#, RF/125AARH, XS 2 FSC0127Z0 flange
FLANGE WN, ASTM A105, ASME For PSV
45 20005-GEN-P-PID-1061 3"-P-7500087-A1A A1A Flange 3 - - B16.5, 150#, RF/125AARH, STD 4 FWC0127Z0 750112
FLANGE WN, ASTM A105, ASME For PSV
46 20005-GEN-P-PID-1061 4"-P-7500088-A1A A1A Flange 4 - - B16.5, 150#, RF/125AARH, STD 3 FWC0127Z0 750112
Flange SW, ASTM A182 GR.F316,
0.75"-P-7500086- ASME B16.5, 150#, RF/125AARH, For PSV
47 20005-GEN-P-PID-1061 A1M A1M Flange 0.75 - - 80S 3 FSC4427Z0 750102
Flange SW, ASTM A182 GR.F316,
ASME B16.5, 150#, RF/125AARH, For PSV
48 20005-GEN-P-PID-1061 1"-P-7500015-A1M A1M Flange 1 - - 80S 3 FSC4427Z0 750102
For GA-
0.75"-P-7500085- Flange SW, ASTM A105, ASME 75001
49 20005-GEN-P-PID-1061 A1A A1A Flange 0.75 - - B16.5, 150#, RF/125AARH, S160 2 FSC0127Z0 (Hold)
For PSV
FLANGE WN, ASTM A105, ASME 750102
50 20005-GEN-P-PID-1061 X"-P-7500017-A1A A1A Flange 2 - - B16.5, 150#, RF/125AARH, XS 5 FWC0127Z0 (Hold)
For PSV
FLANGE WN, ASTM A105, ASME 750102
51 20005-GEN-P-PID-1061 X"-P-7500018-A1A A1A Flange 3 - - B16.5, 150#, RF/125AARH, STD 4 FWC0127Z0 (Hold)
For FB-
7037B,
FLANGE WN, ASTM A105, ASME Foam
52 20005-GEN-P-PID-1061 A1A Flange 6 - - B16.5, 150#, RF/125AARH, STD 7 FWC0127Z0 Conn.
Page 180 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

Title : LINE-WISE FLANGE MTO

Project No. : JBGD20005 Tender No.: - D200050006 6 of 16 Rev : B1

FLANGE WN, ASTM A105, ASME For DBBV-


53 20005-GEN-P-PID-1061 A1A Flange 6 - - B16.5, 150#, RF/125AARH, STD 3 FWC0127Z0 750104
FLANGE WN, ASTM A105, ASME
B16.47-B, 150#, RF/125AARH, CT-
54 20005-GEN-P-PID-1061 EXISTING A1A Flange 36 - - 10.0 mm Thk. 2 FWB0127Z0 05A/B/C
FLANGE Blind, ASTM A105, ASME
Blind B16.47-B, 150#, RF/125AARH, CT-
55 20005-GEN-P-PID-1061 EXISTING A1A Flange 36 - - 10.0 mm Thk. 2 FBB0127Z0 05A/B/C
FLANGE Blind, ASTM A105, ASME
Blind B16.47-B, 150#, RF/125AARH, CT-
56 20005-GEN-P-PID-1061 EXISTING A1A Flange 36 - - 10.0 mm Thk. 3 FBB0127Z0 05A/B/C
Blind FLANGE Blind, ASTM A105, ASME Existing
57 20005-GEN-P-PID-1061 A1A Flange 6 - - B16.5, 150#, RF/125AARH, STD 3 FBC0127Z0 Line.
FLANGE WN, ASTM A105, ASME
58 20005-GEN-P-PID-1061 Existing A1A Flange 16 - - B16.5, 150#, RF/125AARH, STD 3 FWC0127Z0 CT-027A/B
Blind FLANGE Blind, ASTM A105, ASME Existing
59 20005-GEN-P-PID-1061 12"-P-A10028-A1A A1A Flange 12 - - B16.5, 150#, RF/125AARH, STD 3 FBC0127Z0 Line.
Blind FLANGE Blind, ASTM A105, ASME
60 20005-GEN-P-PID-1061 Existing A1A Flange 16 - - B16.5, 150#, RF/125AARH, STD 3 FBC0127Z0 CT-02A/B
20005-GEN-P-PID-1062/ FLANGE WN, ASTM A105, ASME
61 20005-GEN-P-PID-1063 14"-P-7500048-A1A A1A Flange 14 - - B16.5, 150#, RF/125AARH, STD 5 FWC0127Z0
20005-GEN-P-PID-1062/ Blind FLANGE Blind, ASTM A105, ASME For HT
62 20005-GEN-P-PID-1063 14"-P-7500048-A1A A1A Flange 14 - - B16.5, 150#, RF/125AARH, STD 3 FBC0127Z0 Root Valve
FLANGE WN, ASTM A105, ASME
20005-GEN-P-PID-1062/ B16.47-B, 150#, RF/125AARH,
63 20005-GEN-P-PID-1063 28"-P-7500056-A1A A1A Flange 28 - - 10.0 mm Thk. 7 FWB0127Z0
FLANGE WN, ASTM A105, ASME
B16.47-B, 150#, RF/125AARH, 9.8
64 20005-GEN-P-PID-1062 28"-P-7500043-A1A A1A Flange 28 - - mm Thk. 4 -
FLANGE WN, ASTM A105, ASME
B16.47-B, 150#, RF/125AARH,
65 20005-GEN-P-PID-1062 28"-P-7500042-A1A A1A Flange 28 - - 10.0 mm Thk. 7 FWB0127Z0
Page 181 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

Title : LINE-WISE FLANGE MTO

Project No. : JBGD20005 Tender No.: - D200050006 7 of 16 Rev : B1

FLANGE WN, ASTM A105, ASME


B16.47-B, 150#, RF/125AARH, Existing
66 20005-GEN-P-PID-1062 36"-P-705302-A1A A1A Flange 36 - - 10.0 mm Thk. 2 FWB0127Z0 Line.
FLANGE Blind, ASTM A105, ASME
Blind B16.47-B, 150#, RF/125AARH, Existing
67 20005-GEN-P-PID-1062 36"-P-705302-A1A A1A Flange 36 - - 10.0 mm Thk. 2 FBB0127Z0 Line.
FLANGE WN, ASTM A105, ASME
B16.47-B, 150#, RF/125AARH,
68 20005-GEN-P-PID-1062 28"-P-7500044-A1A A1A Flange 28 - - 10.0 mm Thk. 7 FWB0127Z0
FLANGE WN, ASTM A105, ASME
B16.47-B, 150#, RF/125AARH,
69 20005-GEN-P-PID-1062 28"-P-7500044-A1A A1A Flange 36 - - 10.0 mm Thk. 3 FWB0127Z0
FLANGE WN, ASTM A105, ASME
70 20005-GEN-P-PID-1062 2"-P-7500036-A1A A1A Flange 2 - - B16.5, 150#, RF/125AARH, XS 4 FWC0127Z0
FLANGE WN, ASTM A105, ASME
71 20005-GEN-P-PID-1062 10"-P-7500035-A1A A1A Flange 10 - - B16.5, 150#, RF/125AARH, STD 8 FWC0127Z0 kicker line
20005-GEN-P-PID-1061/ FLANGE WN, ASTM A105, ASME
72 20005-GEN-P-PID-1062 12"-P-7500012-A1A A1A Flange 12 - - B16.5, 150#, RF/125AARH, STD 8 FWC0127Z0 HT-03
20005-GEN-P-PID-1061/ Blind FLANGE Blind, ASTM A105, ASME For HT
73 20005-GEN-P-PID-1062 12"-P-7500012-A1A A1A Flange 12 - - B16.5, 150#, RF/125AARH, STD 2 FBC0127Z0 Root Valve
20005-GEN-P-PID-1061/ Orifice Orifice Flange, ASTM A105, ASME For RO-
74 20005-GEN-P-PID-1062 12"-P-7500012-A1A A1A flange 12 - - B16.36, 150#, RF/125AARH, STD 3 - 750101
FLANGE WN, ASTM A105, ASME
75 20005-GEN-P-PID-1062 12"-P-7500034-A1A A1A Flange 12 - - B16.5, 150#, RF/125AARH, STD 2 FWC0127Z0
FLANGE WN, ASTM A105, ASME
76 20005-GEN-P-PID-1062 12"-P-7500034-A1A A1A Flange 8 - - B16.5, 150#, RF/125AARH, STD 2 FWC0127Z0
Blind FLANGE Blind, ASTM A105, ASME
77 20005-GEN-P-PID-1062 12"-P-7500034-A1A A1A Flange 12 - - B16.5, 150#, RF/125AARH, STD 2 FBC0127Z0
Blind FLANGE Blind, ASTM A105, ASME For HT
78 20005-GEN-P-PID-1062 12"-P-7500034-A1A A1A Flange 8 - - B16.5, 150#, RF/125AARH, STD 2 FBC0127Z0 Root Valve
FLANGE WN, ASTM A105, ASME
79 20005-GEN-P-PID-1062 12"-P-7500029-A1A A1A Flange 12 - - B16.5, 150#, RF/125AARH, STD 4 FWC0127Z0
Page 182 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

Title : LINE-WISE FLANGE MTO

Project No. : JBGD20005 Tender No.: - D200050006 8 of 16 Rev : B1

Blind FLANGE Blind, ASTM A105, ASME


80 20005-GEN-P-PID-1062 12"-P-7500029-A1A A1A Flange 12 - - B16.5, 150#, RF/125AARH, STD 2 FBC0127Z0
20005-GEN-P-PID-1061/ FLANGE WN, ASTM A105, ASME
81 20005-GEN-P-PID-1062 16"-P-7500023-A1A A1A Flange 16 - - B16.5, 150#, RF/125AARH, STD 4 FWC0127Z0 HT-01
20005-GEN-P-PID-1061/ Blind FLANGE Blind, ASTM A105, ASME For HT
82 20005-GEN-P-PID-1062 16"-P-7500023-A1A A1A Flange 16 - - B16.5, 150#, RF/125AARH, STD 2 FBC0127Z0 Root Valve
20005-GEN-P-PID-1061/ FLANGE WN, ASTM A105, ASME
83 20005-GEN-P-PID-1062 16"-P-7500023-A1A A1A Flange 12 - - B16.5, 150#, RF/125AARH, STD 5 FWC0127Z0 HT-01
20005-GEN-P-PID-1061/ FLANGE WN, ASTM A105, ASME
84 20005-GEN-P-PID-1062 6"-P-7500004-A1A A1A Flange 6 - - B16.5, 150#, RF/125AARH, STD 5 FWC0127Z0
FLANGE WN, ASTM A105, ASME
85 20005-GEN-P-PID-1062 6"-P-7500022-A1A B1A Flange 6 - - B16.5, 300#, RF/125AARH, STD 2 FWC0147Z0
FLANGE WN, ASTM A105, ASME Spec break
86 20005-GEN-P-PID-1062 6"-P-7500022-A1A B1A/A1A Flange 6 - - B16.5, 300#, RF/125AARH, STD 2 FWC0147Z0 flange
FLANGE WN, ASTM A105, ASME
87 20005-GEN-P-PID-1062 6"-P-7500022-A1A A1A Flange 6 - - B16.5, 150#, RF/125AARH, STD 5 FWC0127Z0
Blind FLANGE Blind, ASTM A105, ASME For HT
88 20005-GEN-P-PID-1062 6"-P-7500022-A1A B1A Flange 6 - - B16.5, 300#, RF/125AARH, STD 2 FBC0147Z0 Root Valve
3/4"-P-7500045- Flange SW, ASTM A105, ASME For PSV
89 20005-GEN-P-PID-1062 A1A A1A Flange 0.75 - - B16.5, 150#, RF/125AARH, S160 3 FSC0127Z0 750106
Flange SW, ASTM A105, ASME For PSV
90 20005-GEN-P-PID-1062 1"-P-7500046-A1A A1A Flange 1 - - B16.5, 150#, RF/125AARH, XS 3 FSC0127Z0 750106
FLANGE WN, ASTM A105, ASME
91 20005-GEN-P-PID-1062 1"-P-7500047-A1A A1A Flange 3 - - B16.5, 150#, RF/125AARH, STD 3 FWC0127Z0
FLANGE WN, ASTM A105, ASME For PSV
92 20005-GEN-P-PID-1062 3"-P-7500025-A1A A1A Flange 3 - - B16.5, 150#, RF/125AARH, STD 3 FWC0127Z0 750109
FLANGE WN, ASTM A105, ASME For PSV
93 20005-GEN-P-PID-1062 4"-P-7500026-A1A A1A Flange 4 - - B16.5, 150#, RF/125AARH, STD 3 FWC0127Z0 750109
FLANGE WN, ASTM A105, ASME For PSV
94 20005-GEN-P-PID-1062 3"-P-7500027-B1A A1A Flange 3 - - B16.5, 150#, RF/125AARH, STD 3 FWC0127Z0 750110
Page 183 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

Title : LINE-WISE FLANGE MTO

Project No. : JBGD20005 Tender No.: - D200050006 9 of 16 Rev : B1

FLANGE WN, ASTM A105, ASME For PSV


95 20005-GEN-P-PID-1062 4"-P-7500028-A1A A1A Flange 4 - - B16.5, 150#, RF/125AARH, STD 3 FWC0127Z0 750110
3/4"-P-7500030- Flange SW, ASTM A105, ASME For PSV
96 20005-GEN-P-PID-1062 A1A A1A Flange 0.75 - - B16.5, 150#, RF/125AARH, S160 3 FSC0127Z0 750108
Flange SW, ASTM A105, ASME For PSV
97 20005-GEN-P-PID-1062 1"-P-7500031-A1A A1A Flange 1 - - B16.5, 150#, RF/125AARH, XS 3 FSC0127Z0 750108
3/4"-P-7500032- Flange SW, ASTM A105, ASME For PSV
98 20005-GEN-P-PID-1062 A1A A1A Flange 0.75 - - B16.5, 150#, RF/125AARH, S160 3 FSC0127Z0 750107
Flange SW, ASTM A105, ASME For PSV
99 20005-GEN-P-PID-1062 1"-P-7500033-A1A A1A Flange 1 - - B16.5, 150#, RF/125AARH, XS 3 FSC0127Z0 750107
0.75"-P-7500037- FLANGE WN, ASTM A105, ASME For PSV
100 20005-GEN-P-PID-1062 A1A A1A Flange 2 - - B16.5, 150#, RF/125AARH, XS 2 FWC0127Z0 750103
0.75"-P-7500037- Flange SW, ASTM A105, ASME For PSV
101 20005-GEN-P-PID-1062 A1A A1A Flange 0.75 - - B16.5, 150#, RF/125AARH, S160 4 FSC0127Z0 750103
0.75"-P-7500037- Blind FLANGE Blind, ASTM A105, ASME For PSV
102 20005-GEN-P-PID-1062 A1A A1A Flange 0.75 - - B16.5, 150#, RF/125AARH, STD 2 FBC0127Z0 750103
For PSV
Flange SW, ASTM A105, ASME 750103
103 20005-GEN-P-PID-1062 1"-P-7500038-A1A A1A Flange 1 - - B16.5, 150#, RF/125AARH, XS 3 FSC0127Z0 (Hold)
FLANGE WN, ASTM A105, ASME
104 20005-GEN-P-PID-1062 A1A Flange 2 - - B16.5, 150#, RF/125AARH, XS 3 FWC0127Z0 For UC
Blind FLANGE Blind, ASTM A105, ASME
105 20005-GEN-P-PID-1062 A1A Flange 2 - - B16.5, 150#, RF/125AARH, XS 2 FBC0127Z0 For UC
FLANGE WN, ASTM A105, ASME
106 20005-GEN-P-PID-1062 A1A Flange 2 - - B16.5, 150#, RF/125AARH, XS 4 FWC0127Z0
FLANGE WN, ASTM A105, ASME
107 20005-GEN-P-PID-1062 2"-P-7500039-A1A A1A Flange 2 - - B16.5, 150#, RF/125AARH, XS 6 FWC0127Z0
Blind FLANGE Blind, ASTM A105, ASME
108 20005-GEN-P-PID-1062 2"-P-7500039-A1A A1A Flange 2 - - B16.5, 150#, RF/125AARH, XS 3 FBC0127Z0
FLANGE WN, ASTM A105, ASME
109 20005-GEN-P-PID-1062 2"-P-7500040-A1A A1A Flange 2 - - B16.5, 150#, RF/125AARH, XS 4 FWC0127Z0
Page 184 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

Title : LINE-WISE FLANGE MTO

Project No. : JBGD20005 Tender No.: - D200050006 10 of 16 Rev : B1

Blind FLANGE Blind, ASTM A105, ASME


110 20005-GEN-P-PID-1062 2"-P-7500040-A1A A1A Flange 2 - - B16.5, 150#, RF/125AARH, XS 2 FBC0127Z0
Flange SW, ASTM A105, ASME For PT-
111 20005-GEN-P-PID-1062 A1A Flange 1.5 - - B16.5, 150#, RF/125AARH, XS 2 FSC0127Z0 750106
Flange SW, ASTM A105, ASME For PT-
112 20005-GEN-P-PID-1062 A1A Flange 1.5 - - B16.5, 150#, RF/125AARH, XS 2 FSC0127Z0 750107
20005-GEN-P-PID-1062/ FLANGE WN, ASTM A105, ASME
113 20005-GEN-P-PID-1064 3"-P-7500041-A1A A1A Flange 3 - - B16.5, 150#, RF/125AARH, STD 3 FWC0127Z0
20005-GEN-P-PID-1062/ FLANGE WN, ASTM A105, ASME
114 20005-GEN-P-PID-1064 3"-P-7500041-A1A A1A Flange 2 - - B16.5, 150#, RF/125AARH, XS 3 FWC0127Z0
20005-GEN-P-PID-1062/ Blind FLANGE Blind, ASTM A105, ASME
115 20005-GEN-P-PID-1064 3"-P-7500041-A1A A1A Flange 3 - - B16.5, 150#, RF/125AARH, STD 2 FBC0127Z0
FLANGE WN, ASTM A105, ASME
B16.47-B, 150#, RF/125AARH, For DBBV-
116 20005-GEN-P-PID-1062 A1A Flange 30 - - 10.0 mm Thk. 3 FWB0127Z0 750110
FLANGE WN, ASTM A105, ASME
B16.47-B, 150#, RF/125AARH, For DBBV-
117 20005-GEN-P-PID-1062 A1A Flange 28 - - 10.0 mm Thk. 3 FWB0127Z0 750109
FLANGE WN, ASTM A105, ASME
118 20005-GEN-P-PID-1063 8"-P-7500051-A1A A1A Flange 8 - - B16.5, 150#, RF/125AARH, STD 5 FWC0127Z0
Blind FLANGE Blind, ASTM A105, ASME For HT
119 20005-GEN-P-PID-1063 8"-P-7500051-A1A A1A Flange 8 - - B16.5, 150#, RF/125AARH, STD 2 FBC0127Z0 Root Valve
FLANGE WN, ASTM A105, ASME
120 20005-GEN-P-PID-1063 14"-P-7500052-A1A A1A Flange 14 - - B16.5, 150#, RF/125AARH, STD 5 FWC0127Z0
Blind FLANGE Blind, ASTM A105, ASME For HT
121 20005-GEN-P-PID-1063 14"-P-7500052-A1A A1A Flange 14 - - B16.5, 150#, RF/125AARH, STD 2 FBC0127Z0 Root Valve
FLANGE WN, ASTM A105, ASME
122 20005-GEN-P-PID-1063 16"-P-7500055-A1A A1A Flange 16 - - B16.5, 150#, RF/125AARH, STD 4 FWC0127Z0
FLANGE WN, ASTM A105, ASME
123 20005-GEN-P-PID-1063 16"-P-7500055-A1A A1A Flange 8 - - B16.5, 150#, RF/125AARH, STD 2 FWC0127Z0
Blind FLANGE Blind, ASTM A105, ASME
124 20005-GEN-P-PID-1063 16"-P-7500055-A1A A1A Flange 16 - - B16.5, 150#, RF/125AARH, STD 2 FBC0127Z0
Page 185 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

Title : LINE-WISE FLANGE MTO

Project No. : JBGD20005 Tender No.: - D200050006 11 of 16 Rev : B1

Blind FLANGE Blind, ASTM A105, ASME


125 20005-GEN-P-PID-1063 16"-P-7500055-A1A A1A Flange 8 - - B16.5, 150#, RF/125AARH, STD 2 FBC0127Z0
3/4"-P-7500053- Flange SW, ASTM A105, ASME TSV
126 20005-GEN-P-PID-1063 A1A A1A Flange 0.75 - - B16.5, 150#, RF/125AARH, S160 3 FSC0127Z0 750103
Flange SW, ASTM A105, ASME TSV
127 20005-GEN-P-PID-1063 1"-P-7500054-A1A A1A Flange 1 - - B16.5, 150#, RF/125AARH, XS 3 FSC0127Z0 750103
3/4"-P-7500057- Flange SW, ASTM A105, ASME TSV
128 20005-GEN-P-PID-1063 A1A A1A Flange 0.75 - - B16.5, 150#, RF/125AARH, S160 3 FSC0127Z0 750102
Flange SW, ASTM A105, ASME TSV
129 20005-GEN-P-PID-1063 1"-P-7500058-A1A A1A Flange 1 - - B16.5, 150#, RF/125AARH, XS 3 FSC0127Z0 750102
FLANGE WN, ASTM A105, ASME For DBBV-
130 20005-GEN-P-PID-1063 8"-P-705205-A1A A1A Flange 8 - - B16.5, 150#, RF/125AARH, STD 3 FWC0127Z0 750112
For FB-
7004F,
FLANGE WN, ASTM A105, ASME Foam
131 20005-GEN-P-PID-1063 A1A Flange 6 - - B16.5, 150#, RF/125AARH, STD 15 FWC0127Z0 Conn.
FLANGE WN, ASTM A105, ASME
B16.47-B, 150#, RF/125AARH, For DBBV-
132 20005-GEN-P-PID-1063 30"-P-705201-A1A A1A Flange 30 - - 10.0 mm Thk. 3 FWB0127Z0 750113
Blind FLANGE Blind, ASTM A105, ASME Existing
133 20005-GEN-P-PID-1063 8"-P-700340-A1A A1A Flange 8 - - B16.5, 150#, RF/125AARH, STD 3 FBC0127Z0 Line.
Blind FLANGE Blind, ASTM A105, ASME Existing
134 20005-GEN-P-PID-1063 8"-P-700472-B1A B1A Flange 8 - - B16.5, 300#, RF/125AARH, STD 3 FBC0147Z0 Line.
For
Blind FLANGE Blind, ASTM A105, ASME Existing
135 20005-GEN-P-PID-1063 B1A Flange 1 - - B16.5, 300#, RF/125AARH, STD 3 FBC0147Z0 TSV
FLANGE WN, ASTM A105, ASME Existing
136 20005-GEN-P-PID-1063 8"-P-3700163-B1A B1A Flange 8 - - B16.5, 300#, RF/125AARH, STD 2 FWC0147Z0 Line.
FLANGE WN, ASTM A105, ASME Existing
137 20005-GEN-P-PID-1063 8"-P-705204-A1A A1A Flange 8 - - B16.5, 150#, RF/125AARH, STD 2 FWC0127Z0 Line.
FLANGE WN, ASTM A105, ASME Existing
138 20005-GEN-P-PID-1063 8"-P-705208-A1A A1A Flange 8 - - B16.5, 150#, RF/125AARH, STD 2 FWC0127Z0 Line.
Page 186 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

Title : LINE-WISE FLANGE MTO

Project No. : JBGD20005 Tender No.: - D200050006 12 of 16 Rev : B1

FLANGE WN, ASTM A105, ASME Existing


139 20005-GEN-P-PID-1063 14"-P-705207-A1A A1A Flange 14 - - B16.5, 150#, RF/125AARH, STD 3 FWC0127Z0 Line.
FLANGE WN, ASTM A105, ASME Existing
140 20005-GEN-P-PID-1063 14"-P-705206-A1A A1A Flange 14 - - B16.5, 150#, RF/125AARH, STD 3 FWC0127Z0 Line.
20005-GEN-P-PID-1062/ FLANGE WN, ASTM A105, ASME
141 20005-GEN-P-PID-1064 16"-P-7500024-A1A A1A Flange 16 - - B16.5, 150#, RF/125AARH, STD 5 FWC0127Z0
20005-GEN-P-PID-1062/ FLANGE WN, ASTM A105, ASME
142 20005-GEN-P-PID-1064 16"-P-7500024-A1A A1A Flange 12 - - B16.5, 150#, RF/125AARH, STD 4 FWC0127Z0
20005-GEN-P-PID-1062/ FLANGE WN, ASTM A105, ASME
143 20005-GEN-P-PID-1064 12"-P-7500061-A1A A1A Flange 12 - - B16.5, 150#, RF/125AARH, STD 7 FWC0127Z0
20005-GEN-P-PID-1062/ FLANGE WN, ASTM A105, ASME
144 20005-GEN-P-PID-1064 12"-P-7500061-A1A A1A Flange 8 - - B16.5, 150#, RF/125AARH, STD 2 FWC0127Z0
FLANGE WN, ASTM A105, ASME
145 20005-GEN-P-PID-1064 14"-P-7500070-A1A A1A Flange 14 - - B16.5, 150#, RF/125AARH, STD 5 FWC0127Z0
Blind FLANGE Blind, ASTM A105, ASME For HT
146 20005-GEN-P-PID-1064 14"-P-7500070-A1A A1A Flange 14 - - B16.5, 150#, RF/125AARH, STD 3 FBC0127Z0 Root Valve
Flange SW, ASTM A182 GR.F316,
ASME B16.5, 150#, RF/125AARH,
147 20005-GEN-P-PID-1064 1"-P-7500066-A1M A1M Flange 1 - - 80S 8 FSC4427Z0
Flange SW, ASTM A182 GR.F316,
ASME B16.5, 150#, RF/125AARH,
148 20005-GEN-P-PID-1064 1"-P-7500066-A1M A1M Flange 0.5 - - 80S 2 FSC4427Z0
Flange SW, ASTM A182 GR.F316,
ASME B16.5, 150#, RF/125AARH, For FA-
149 20005-GEN-P-PID-1064 1"-P-7500074-A1A A1M Flange 1 - - 80S 3 FSC4427Z0 75003
Flange SW, ASTM A105, ASME Spec break
150 20005-GEN-P-PID-1064 1"-P-7500074-A1A A1A/A1M Flange 1 - - B16.5, 150#, RF/125AARH, XS 2 FSC0127Z0 flange
Flange SW, ASTM A182 GR.F316,
0.75"-P-7500075- ASME B16.5, 150#, RF/125AARH,
151 20005-GEN-P-PID-1064 A1A A1M Flange 0.75 - - 80S 2 FSC4427Z0
0.75"-P-7500075- Flange SW, ASTM A105, ASME
152 20005-GEN-P-PID-1064 A1A A1A/A1M Flange 0.75 - - B16.5, 150#, RF/125AARH, S160 2 FSC0127Z0
Page 187 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

Title : LINE-WISE FLANGE MTO

Project No. : JBGD20005 Tender No.: - D200050006 13 of 16 Rev : B1

Flange SW, ASTM A182 GR.F316,


ASME B16.5, 150#, RF/125AARH, For FA-
153 20005-GEN-P-PID-1064 A1M Flange 0.5 - - 80S 10 FSC4427Z0 75003
FLANGE WN, ASTM A182
GR.F316, ASME B16.5, 150#, For FA-
154 20005-GEN-P-PID-1064 A1M Flange 2 - - RF/125AARH, 40S 2 FWC4427Z0 75003
Flange SW, ASTM A182 GR.F316,
ASME B16.5, 150#, RF/125AARH,
155 20005-GEN-P-PID-1064 1"-P-7500067-A1M A1M Flange 1 - - 80S 3 FSC4427Z0
Flange SW, ASTM A182 GR.F316,
ASME B16.5, 150#, RF/125AARH,
156 20005-GEN-P-PID-1064 1"-P-7500067-A1M A1M Flange 0.5 - - 80S 2 FSC4427Z0
Flange SW, ASTM A182 GR.F316,
075"-P-7500073- ASME B16.5, 150#, RF/125AARH, For PSV
157 20005-GEN-P-PID-1064 A1M A1M Flange 0.75 - - 80S 3 FSC4427Z0 750104
Flange SW, ASTM A182 GR.F316,
ASME B16.5, 150#, RF/125AARH, For PSV
158 20005-GEN-P-PID-1064 1"-P-7500068-A1M A1M Flange 1 - - 80S 3 FSC4427Z0 750104
Flange SW, ASTM A182 GR.F316,
ASME B16.5, 150#, RF/125AARH,
159 20005-GEN-P-PID-1064 1"-P-7500069-A1M A1M Flange 1 - - 80S 3 FSC4427Z0
Flange SW, ASTM A105, ASME Spec break
160 20005-GEN-P-PID-1064 1"-P-7500069-A1M A1A/A1M Flange 1 - - B16.5, 150#, RF/125AARH, XS 3 FSC0127Z0 flange
For GA-
0.75"-P-7500072- Flange SW, ASTM A105, ASME 75002
161 20005-GEN-P-PID-1064 A1A A1A Flange 0.75 - - B16.5, 150#, RF/125AARH, S160 2 FSC0127Z0 (Hold)
3/4"-P-7500064- Flange SW, ASTM A105, ASME For TSV
162 20005-GEN-P-PID-1064 A1A A1A Flange 0.75 - - B16.5, 150#, RF/125AARH, S160 3 FSC0127Z0 750111
Flange SW, ASTM A105, ASME For TSV
163 20005-GEN-P-PID-1064 1"-P-7500065-A1A A1A Flange 1 - - B16.5, 150#, RF/125AARH, XS 3 FSC0127Z0 750111
3/4"-P-7500062- Flange SW, ASTM A105, ASME For TSV
164 20005-GEN-P-PID-1064 A1A A1A Flange 0.75 - - B16.5, 150#, RF/125AARH, S160 3 FSC0127Z0 750105
Page 188 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

Title : LINE-WISE FLANGE MTO

Project No. : JBGD20005 Tender No.: - D200050006 14 of 16 Rev : B1

Flange SW, ASTM A105, ASME For TSV


165 20005-GEN-P-PID-1064 1"-P-7500063-A1A A1A Flange 1 - - B16.5, 150#, RF/125AARH, XS 3 FSC0127Z0 750105
FLANGE WN, ASTM A105, ASME PMHBL
166 20005-GEN-P-PID-1065 20"-P-10-1150-A1A A1A Flange 20 - - B16.5, 150#, RF/125AARH, STD 4 FWC0127Z0 area
Blind FLANGE Blind, ASTM A105, ASME PMHBL
167 20005-GEN-P-PID-1065 20"-P-10-1150-A1A A1A Flange 20 - - B16.5, 150#, RF/125AARH, STD 2 FBC0127Z0 area
FLANGE WN, ASTM A105, ASME PMHBL
168 20005-GEN-P-PID-1065 10"-P-10-1153-A1A A1A Flange 10 - - B16.5, 150#, RF/125AARH, STD 4 FWC0127Z0 area
FLANGE WN, ASTM A105, ASME PMHBL
169 20005-GEN-P-PID-1065 4"-P-10-1154-A1A A1A Flange 4 - - B16.5, 150#, RF/125AARH, STD 4 FWC0127Z0 area
FLANGE WN, ASTM A105, ASME PMHBL
170 20005-GEN-P-PID-1065 4"-P-10-1157-A1A A1A Flange 4 - - B16.5, 150#, RF/125AARH, STD 6 FWC0127Z0 area
FLANGE WN, ASTM A105, ASME PMHBL
171 20005-GEN-P-PID-1065 4"-P-10-1159-A1A A1A Flange 4 - - B16.5, 150#, RF/125AARH, STD 4 FWC0127Z0 area
FLANGE WN, ASTM A105, ASME PMHBL
172 20005-GEN-P-PID-1065 16"-P-10-1151-A1A A1A Flange 16 - - B16.5, 150#, RF/125AARH, STD 5 FWC0127Z0 area
FLANGE WN, ASTM A105, ASME PMHBL
173 20005-GEN-P-PID-1065 16"-P-10-1152-A1A A1A Flange 16 - - B16.5, 150#, RF/125AARH, STD 5 FWC0127Z0 area
FLANGE WN, ASTM A105, ASME PMHBL
174 20005-GEN-P-PID-1065 16"-P-10-1101-A1A A1A Flange 16 - - B16.5, 150#, RF/125AARH, STD 6 FWC0127Z0 area
FLANGE WN, ASTM A105, ASME PMHBL
175 20005-GEN-P-PID-1065 16"-P-10-1102-A1A A1A Flange 16 - - B16.5, 150#, RF/125AARH, STD 6 FWC0127Z0 area
FLANGE WN, ASTM A105, ASME
B16.47-B, 150#, RF/125AARH, 9.8 PMHBL
176 20005-GEN-P-PID-1065 28"-P-10-1707-A1A A1A Flange 28 - - mm Thk. 8 - area
FLANGE WN, ASTM A105, ASME PMHBL
177 20005-GEN-P-PID-1065 28"-P-10-1707-A1A A1A Flange 10 - - B16.5, 150#, RF/125AARH, STD 2 FWC0127Z0 area
FLANGE WN, ASTM A105, ASME PMHBL
178 20005-GEN-P-PID-1065 28"-P-10-1707-A1A A1A Flange 2 - - B16.5, 150#, RF/125AARH, XS 3 FWC0127Z0 area
Page 189 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

Title : LINE-WISE FLANGE MTO

Project No. : JBGD20005 Tender No.: - D200050006 15 of 16 Rev : B1

MRPL /
FLANGE WN, ASTM A105, ASME PMHBL
B16.47-B, 150#, RF/125AARH, 9.8 interface
179 20005-GEN-P-PID-1065 28"-P-10-1707-A1A A1A Flange 28 - - mm Thk. 2 - area
Existing
FLANGE Blind, ASTM A105, ASME Line.
Blind B16.47-B, 150#, RF/125AARH, 9.8 PMHBL
180 20005-GEN-P-PID-1065 28"-P-10-1707-A1A A1A Flange 28 - - mm Thk. 2 - area
Blind FLANGE Blind, ASTM A105, ASME PMHBL
181 20005-GEN-P-PID-1065 28"-P-10-1707-A1A A1A Flange 10 - - B16.5, 150#, RF/125AARH, STD 2 FBC0127Z0 area
0.75"-P-10-1165- Flange SW, ASTM A105, ASME For TSV
182 20005-GEN-P-PID-1065 A1A A1A Flange 0.75 - - B16.5, 150#, RF/125AARH, S160 3 FSC0127Z0 1101H
Flange SW, ASTM A105, ASME For TSV
183 20005-GEN-P-PID-1065 1"-P-10-1166-A1A A1A Flange 1 - - B16.5, 150#, RF/125AARH, XS 3 FSC0127Z0 1101H
Flange SW, ASTM A105, ASME
184 20005-GEN-P-PID-1065 A1A Flange 1 - - B16.5, 150#, RF/125AARH, XS 2 FSC0127Z0 For Vent
Blind FLANGE Blind, ASTM A105, ASME
185 20005-GEN-P-PID-1065 A1A Flange 1 - - B16.5, 150#, RF/125AARH, STD 2 FBC0127Z0 For Vent
Flange SW, ASTM A105, ASME For PG-
186 20005-GEN-P-PID-1065 A1A Flange 1.5 - - B16.5, 150#, RF/125AARH, XS 2 FSC0127Z0 1121
0.75"-P-10-1163- FLANGE WN, ASTM A105, ASME For TSV
187 20005-GEN-P-PID-1065 A1A A1A Flange 2 - - B16.5, 150#, RF/125AARH, XS 2 FWC0127Z0 1101
0.75"-P-10-1163- Flange SW, ASTM A105, ASME For TSV
188 20005-GEN-P-PID-1065 A1A A1A Flange 0.75 - - B16.5, 150#, RF/125AARH, S160 3 FSC0127Z0 1101
Flange SW, ASTM A105, ASME For TSV
189 20005-GEN-P-PID-1065 1"-P-10-1164-A1A A1A Flange 1 - - B16.5, 150#, RF/125AARH, XS 3 FSC0127Z0 1101
0.75"-P-10-1161- Flange SW, ASTM A105, ASME For TSV
190 20005-GEN-P-PID-1065 A1A A1A Flange 0.75 - - B16.5, 150#, RF/125AARH, S160 3 FSC0127Z0 1117
Flange SW, ASTM A105, ASME For TSV
191 20005-GEN-P-PID-1065 1"-P-10-1162-A1A A1A Flange 1 - - B16.5, 150#, RF/125AARH, XS 3 FSC0127Z0 1117
Page 190 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

Title : LINE-WISE FLANGE MTO

Project No. : JBGD20005 Tender No.: - D200050006 16 of 16 Rev : B1

For
Hydrostatic
Flange SW, ASTM A105, ASME Vents &
192 A1A Flange 0.75 - - B16.5, 150#, RF/125AARH, S160 684 FSC0127Z0 Drains
For
Flange SW, ASTM A182 GR.F316, Hydrostatic
ASME B16.5, 150#, RF/125AARH, Vents &
193 A1M Flange 0.75 - - 80S 11 FSC4427Z0 Drains
For
Hydrostatic
Blind FLANGE Blind, ASTM A105, ASME Vents &
194 A1A Flange 0.75 - - B16.5, 150#, RF/125AARH, STD 684 FBC0127Z0 Drains
For
FLANGE Blind, ASTM A182 Hydrostatic
Blind GR.F316, ASME B16.5, 150#, Vents &
195 A1M Flange 0.75 - - RF/125AARH, 80S 11 FBC4427Z0 Drains
Page 191 of 294

Attachment - 3

INSPECTION REQUIREMENT TABLE IRT No.: MRPL/IRT/P/03

ITEM : Flange (CS & SS) CONTRACT NO : JBGD20005


INSPECTION CATEGORY : 'BULK' Rev: 0
PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE
1. INSPECTION BY MRPL/ Inspection Agency
ACTIVITY

2. INSPECTION BY Nauvata (OR ) EXTERNAL INSPECTION AGENCY APPOINTED BY Nauvata


3. INSPECTION BY VENDOR/SUB VENDOR
4. CERTIFICATES / DATA TO BE SUBMITTED BY VENDOR
1 _ H H X Approval of Quality plan
2 _ R H X Review of Material Test Certificates / Records
3 _ R H X Material Identification and correlation with MTCs
4 _ R H X Heat Treatment Records / Charts
5 _ R H X Non Destructive Testing as applicable
6 _ W H X Visual & Dimensional Check ( 100% by vendor and 10% by EIA)
7 _ H H X Stamping
8 _ H _ _ Inspection Release Note
9 _ R H X PMI on SS/Alloy Steel Material
10 _ A H X Inspection & Test Plan
11 R - - - Verification of IRN at yard

Legends : H - HOLD, W - WITNESS, R - REVIEW, X - SUBMIT, A - APPROVAL

Inspection Category BULK:


At Vendor's Place: MRPL/ Nauvata Inspection agency will carry out inspection/review the manufacturer test certificate
and issue the release note & IR/IRN will be issued.

At Fabrication Yard: Material received at yard will be verified by MRPL appointed TPI with respect to Tag / Marking /
Identification etc. IRN with backup documents will be submitted to MRPL TPI for establishing correlation & for IMIR
clearance.
Page 192 of 294
CONFIDENTIAL AGREEMENT: ALL RIGHTS RESERVED. NO PART OF THIS DOCUMENT MAY BE REPRODUCED / STORED IN
RETRIEVAL SYSTEM OR TRANSMITTED IN ANY FORM OR BY ANY MEANS ELECTRONIC, MECHANICAL, PHOTOCOPYING, XEROXING
OR OTHERWISE WITHOUT PRIOR PERMISSION FROM MRPL / NEL.

Attachment -4

Client MANGALORE REFINERY AND PETROCHEMICAL LIMITED

Eng. Partner NAUVATA ENGINEERING PVT LTD

Project MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

Document Title SUPPLIER DOCUMENT REQUIREMENT LIST (SDRL) Location: MANGALORE


Scale Project Code: Tender No.: - Document No.: Sheet No.:

A4 JBGD20005 D200050006 - 1 OF 2
Page 193 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE,


MANGALORE

Title : SUPPLIER DOCUMENT REQUIREMENT LIST (SDRL)

Project No. : JBGD20005 Tender No.: - D200050006 2 of 2 Rev : A

Supplier Document Requirement List (SDRL)

Required For Approval For Record


Sl. No. Document
with Bid Rqr’d Timing* Rqr’d Timing*

1 General

Overall delivery Schedule (indicating


engineering, Procurement,
1.1 X X B.S
manufacturing/ fabrication & shipment
activity periods.)

1.2 List of sub-suppliers X X B.S

2 Engineering

Compliance/Deviations to the enquiry


2.1 X B.S
specifications

2.2 Catalogues/Brochures X X B.S

2.3 Warranty/Guarantee documents X X B.S

3 Quality / Inspection / Testing

Inspection and test plan / Quality


3.1 X X B.S
Control Plan

3.2 Test Procedures and Report as per QAP X B.S

3.4 NDE test certificates X B.S

3.5 Hydro test Report X B.S

3.6 Certificates Dossier X B.S

3.7 Material Certificates As per BS EN 10204 X B.S

Note: The Contractor shall submit all relevant design details, drawings, design / analysis reports,
history docket including all manufacturing procedures, test certificates, inspection records,
Manufacturer's instruction Manuals, DCR and shipping release along with copies of PO’s. All
radiographic films shall be submitted for the purpose of record. Equipment / component may be
rejected if co-relatable records are not supplied. End documentation / history docket complete in all
respect shall be submitted.

* - Time in weeks after release of purchase order.


B.S. – Before Shipment.
Page 194 of 294
CONFIDENTIAL AGREEMENT: ALL RIGHTS RESERVED. NO PART OF THIS DOCUMENT MAY BE REPRODUCED / STORED IN
RETRIEVAL SYSTEM OR TRANSMITTED IN ANY FORM OR BY ANY MEANS ELECTRONIC, MECHANICAL, PHOTOCOPYING, XEROXING
OR OTHERWISE WITHOUT PRIOR PERMISSION FROM MRPL / NEL.

Attachment -5

Client MANGALORE REFINERY AND PETROCHEMICAL LIMITED

Eng. Partner NAUVATA ENGINEERING PVT LTD

Project MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE


SPECIFICATION FOR POSITIVE MATERIAL
Document Title Location: MANGALORE
IDENTIFICATION.
Scale Project Code: Tender No.: - Document No.: Sheet No.:

A4 JBGD20005 D200050006 - 1 OF 7
Page 195 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE,


MANGALORE

Title : SPECIFICATION FOR POSITIVE MATERIAL IDENTIFICATION.

Project No. : JBGD20005 Tender No.: - D200050006 2 of 7 Rev : A

TABLE OF CONTENTS

1.0 Scope ...............................................................................................................................................................3

2.0 reference document ..................................................................................................................................3

3.0 definitions.....................................................................................................................................................3

4.0 pmi examination ........................................................................................................................................4

5.0 acceptable methods for pmi ...................................................................................................................4

6.0 extent of pmi examination ......................................................................................................................5

7.0 recordeing and documentation ............................................................................................................6

8.0 marking .........................................................................................................................................................6

9.0 abbreviations ..............................................................................................................................................6


Page 196 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE,


MANGALORE

Title : SPECIFICATION FOR POSITIVE MATERIAL IDENTIFICATION.

Project No. : JBGD20005 Tender No.: - D200050006 3 of 7 Rev : A

1.0 SCOPE
1.1 This specification applies to the requirements for Positive Material Identification (PMI)
to be performed at the supplier’s works on Metallic Alloy Materials procured either
directly by the Owner/TES/LSTK contractor or indirectly through the sub-supplier.

1.2 Any post order deviation from this specification must be approved by Owner/Nauvata in
the Deviation/ Waiver permit form.

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

1.4 The scope of this specification shall include but shall not be limited to Positive Material
Identification (PMI) to be performed on Alloy Materials listed below:
 Alloy Steel Pipes including Clad Pipes.

 Alloy Steel Flanges & Forgings.

 Alloy Steel Fittings including Clad Fittings.

 Alloy Steel Fasteners.

 Alloy Cast & Forged steel valves.

 Alloy Steel Instrumentation Items (Control Valves, Safety Valves etc.)

 Alloy steel Longitudinal Pipe & Fittings Welds.

 Gaskets (for Ring Type Joints)

Following items shall be excluded from scope of PMI examination.

 Gaskets other than for Ring Type Joints.

 Internal Components of Valves.

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

2.0 REFERENCE DOCUMENT


2.1 API Recommended Practice 578, Material Verification Program for new and Existing
Alloy Piping Systems.

3.0 DEFINITIONS

3.1 Suppliers: Any Supplier or Manufacturer on whom an order is placed for the supply of
Page 197 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE,


MANGALORE

Title : SPECIFICATION FOR POSITIVE MATERIAL IDENTIFICATION.

Project No. : JBGD20005 Tender No.: - D200050006 4 of 7 Rev : A

referred items. This definition shall also include any sub supplier or manufacturer on
whom a sub-order is placed by the supplier.

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

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

4.0 PMI EXAMINATION

4.1 The supplier shall submit a procedure of PMI to comply with the requirements of this
specification. Approval of PMI Procedure shall be obtained from Owner/Nauvata prior
to commencing manufacture/inspection of product.

4.2 PMI examination of alloy materials is independent of any certification, markings or


colour coding that may exist and is aimed at verifying that the alloy used are as per
specified grades.

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

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

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

5.0 ACCEPTABLE METHODS FOR PMI

5.1 The method used for PMI examination shall provide a quantitative determination of the
alloying elements like Cr, Mo, Ni, V in Alloy Steel items.

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

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

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

5.5 The PMI instrument used shall have the sensitivity to detect the alloying elements in the
specified range.
Page 198 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE,


MANGALORE

Title : SPECIFICATION FOR POSITIVE MATERIAL IDENTIFICATION.

Project No. : JBGD20005 Tender No.: - D200050006 5 of 7 Rev : A

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

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

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

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

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

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

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

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

6.0 EXTENT OF PMI EXAMINATION


Following sampling plans shall be applicable for PMI examination of various alloy items.
A. Flanges, Fittings, Valves, RTJ 100%
Gaskets
B. Pipes 100% ( for pipes procured from traders)
C. Fasteners Lot size Sample size
Upto 100 2% (Min2)
101 to 500 1% (Min3)
501 and above 0.5% (Min 5)
Note:
a) For Welded Pipes and Fittings, PMI shall be performed on Base Metal as well as
weldments.
Page 199 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE,


MANGALORE

Title : SPECIFICATION FOR POSITIVE MATERIAL IDENTIFICATION.

Project No. : JBGD20005 Tender No.: - D200050006 6 of 7 Rev : A

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

7.0 RECORDEING AND DOCUMENTATION


The results of PMI examination shall be recorded in a Report Format as enclosed with this
specification “Positive Material Identification Report Bulk Materials”

8.0 MARKING
8.1 All alloy materials tested by PMI shall be identified using either of the following methods
by Indicating “PMI OK”.
a) Bar Code / Hologram Sticker.

b) A low stress stamp marking.

9.0 ABBREVIATIONS
API: American Petroleum Institute.

LSTK: Lump Sum Turnkey Basis.

PMI: Positive Material Identification.

TPI or TPIA: Third Party Inspection Agency.


Page 200 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE,


MANGALORE

Title : SPECIFICATION FOR POSITIVE MATERIAL IDENTIFICATION.

Project No. : JBGD20005 Tender No.: - D200050006 7 of 7 Rev : A

Positive Material Identification Report Bulk Page X of X


Materials
Client: Project:
MI Report No. Supplier/Sub-Supplier
Purchase PMI Location
Requisition No:
Bulk Item Type (as
per Requisition)
Material
Specification/ Grade
Number of items in
Lot
Requisition Item No Allow Content, weight Percent Remarks
/ Description Accept/
Reject
Element Cr Mo Ni V
Specified Range
Actual Observation
1.
2.
3.
4.
5.
6.
7.
8.
Instrument Type /
ID
Last Service Date Inspection Agency Witnessed
by
Page 201 of 294
CONFIDENTIAL AGREEMENT: ALL RIGHTS RESERVED. NO PART OF THIS DOCUMENT MAY BE REPRODUCED / STORED IN
RETRIEVAL SYSTEM OR TRANSMITTED IN ANY FORM OR BY ANY MEANS ELECTRONIC, MECHANICAL, PHOTOCOPYING, XEROXING
OR OTHERWISE WITHOUT PRIOR PERMISSION FROM MRPL / NEL.

Attachment -6

Client MANGALORE REFINERY AND PETROCHEMICAL LIMITED

Eng. Partner NAUVATA ENGINEERING PVT LTD

Project MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

Document Title DEVIATION LIST FORM Location: MANGALORE


Scale Project Code: Tender No.: - Document No.: Sheet No.:

A4 JBGD20005 D200050006 - 1 OF 2
Page 202 of 294

PROJECT : MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE,


MANGALORE

Title : DEVIATION LIST FORM

Project No. : JBGD20005 Tender No.: - D200050006 2 of 2 Rev : A

The bidder should fill in this form for the deviations of his bid from the requirement as stated
in the material requisition. If no deviation is required, Bidder should fill in “NO DEVIATION” in
the ‘Deviation’ column. Bidder shall sign / date and affix his company seal.

Document No. Deviation with


Sl. No. Requirement
Clause No. Reason

Vendor Company Seal Vendor Signature & Date .

A – Accepted
C – Conditional Acceptance N – Not Accepted
Page 203 of 294
CONFIDENTIAL AGREEMENT: ALL RIGHTS RESERVED. NO PART OF THIS DOCUMENT MAY BE REPRODUCED / STORED IN
RETRIEVAL SYSTEM OR TRANSMITTED IN ANY FORM OR BY ANY MEANS ELECTRONIC, MECHANICAL, PHOTOCOPYING, XEROXING
OR OTHERWISE WITHOUT PRIOR PERMISSION FROM MRPL / NEL.

Attachment -7

Client MANGALORE REFINERY AND PETROCHEMICAL LIMITED

Eng. Partner NAUVATA ENGINEERING PVT LTD

Project MARKETING INFRASTRUCTURE PROJECTS, REFINERY SITE, MANGALORE

Document Title PIPING MATERIAL SPECIFICATION Location: MANGALORE


Scale Project Code: Tender No.: - Document No.: Sheet No.:

A4 JBGD20005 D200050006 - 1
Page 204 of 294
CONFIDENTIAL AGREEMENT: ALL RIGHTS RESERVED. NO PART OF THIS DOCUMENT MAY BE REPRODUCED / STORED
IN RETRIEVAL SYSTEM OR TRANSMITTED IN ANY FORM OR BY ANY MEANS ELECTRONIC, MECHANICAL, PHOTOCOPYING,
XEROXING OR OTHERWISE WITHOUT PRIOR PERMISSION FROM NAUVATA ENGINEERING PVT LTD

PIPING MATERIAL SPECIFICATION

B1 June 17, 2022 Re-Issued for Approval AH SDK ASN

B May 24, 2022 Issued for Approval AH SDK ASN

A1 May 10, 2022 Re-issued for review / comments AH SDK ASN

A April 29, 2022 Issued for review / comments AH SDK ASN

REV DATE DESCRIPTION BY CHECK APPD MRPL

DESCRIPTION
OWNER: PROJECT MANAGEMENT CONSULTANT:

MANGALORE REFINERY AND


PETROCHEMICALS LIMITED (MRPL)
NAUVATA ENGINEERING PVT LTD
(A subsidiary of Oil & Natural Gas
Corporation Ltd)

Document Number Project No. Rev. No.

750-20005-GEN-L-SPE-3103 JBGD20005 B
Page 205 of 294

CONSTRUCTION OF MARKETING TERMINAL PROJECT AT DEVANGONTHI, BANGALORE

Rev : B
PIPING MATERIAL SPECIFICATION
Project No : JBGD20005

CONTENTS
Description Page No.

1.0 Piping Material Specification index. 03

2.0 General notes. 04

3.0 Piping material classes. 08

2
Page 206 of 294

CONSTRUCTION OF MARKETING TERMINAL PROJECT AT DEVANGONTHI, BANGALORE

Rev : B1
PIPING MATERIAL SPECIFICATION
Project No : JBGD20005

PIPING Basic
SL.NO RATING C.A. Spl. Reqt. Service Remark
CLASS Material
NON CORROSIVE/
FLAMMABLE/ NON
FLAMMABLE/ NON LETHAL –
CARBON PROCESS & HYDROCARBONS,
1 A1A 150 1.5 LUBE OIL, BEFORE FILTER,
STEEL
AMMONIA, UTILITIES- PLANT
AIR, NITROGEN, CARBON
DIOXIDE.
2 A1M 150 1.5 NON IBR SS 316 CORROSIVE PROCESS
HYDROCARBON/STEAM, NON
CORROSIVE PROCESS -
FLAMMABLE / NON
FLAMMABLE, NON LETHAL-
CARBON HYDROCARBONS, AROMATICS,
3 B1A 300 1.5 AMMONIA, SWEET GAS,
STEEL FLUSHING OIL AND OTHER
UTILITIES –MP CONDENSATE,
INSTRUMENT AIR, PLANT AIR,
NITROGEN, AMMONIA GAS
ETC.

3
Page 207 of 294

CONSTRUCTION OF MARKETING TERMINAL PROJECT AT DEVANGONTHI, BANGALORE

Rev : B1
PIPING MATERIAL SPECIFICATION
Project No : JBGD20005

1.0 GENERAL NOTES


All materials shall conform to ASTM or BS standards. Design and fabrication shall
conform to American Society of Mechanical Engineer code for Pressure Piping,
“Process Piping” ASME B 31.3 & API recommended practice for Design and
Installation of Offshore production platform piping system; API-RP 14E. Only latest
editions of standards mentioned herein shall be referred. Piping Material
Specification sheets for different classes, which are a part of this specification, show
material to be used. Each specification sheet shall be used within it’s pressure /
temperature range.

1.1 PIPES

1.1.1 Pipe dimension shall be in accordance with ASME B36.10 for Carbon steel
pipes, ASME B36.19 for Stainless Steel pipes.

1.1.2 Pipe of nominal size of 1¼", 2½", 3½", 5" shall not be used except where
required for connection to mechanical equipment for standard design or
where specific velocities are required to be maintained.

1.1.3 1½" and smaller C.S. pipe used on process line and line containing
flammable and toxic material shall be of minimum Sch. 80. Minimum pipe
branch shall be ¾" except for air, water and instrument piping.

1.1.4 All C.S. pipes shall be seamless upto 16”. Above 16”, pipes shall be SAW
with 100% radiography.

1.1.5 All Stainless steel and Duplex Stainless steel piping upto 8” shall be
seamless. Above 8", pipes shall be EFSW with 100% radiography.

1.1.6 All pipes above 2" shall have bevel ends. 1½" and below piping shall have
plain ends except for Cu-Ni pipes which shall have bevel ends for 3” &
above and plain ends for 2” & below.

1.1.7 For API 5L Gr. X52 & API 5L Gr. X60 pipes, the negative mill tolerance
shall be limited to 5% for sizes 8” & above.

1.1.8 IGC test for Stainless Steel:

For all austenitic stainless steel pipes Inter Granular Corrosion (IGC) test
shall be conducted as per the following:

1.1.10.1 ASTM A 262 Practice “B” with acceptance criteria of “60


mils/year (max.).
Or

4
Page 208 of 294

CONSTRUCTION OF MARKETING TERMINAL PROJECT AT DEVANGONTHI, BANGALORE

Rev : B1
PIPING MATERIAL SPECIFICATION
Project No : JBGD20005

ASTM A 262 Practice “E” with acceptance criteria of “No cracks as


observed from 20X magnification” & “Microscopic structure to be
observed from 250X magnification”.

1.2 FLANGES AND BOLTINGS

1.2.1 Flanges shall be in accordance with the following codes:

1.2.1.1 STEEL FLANGES:


Class 150 to 2500 as per ASME B 16.5
(Upto 24” NB excluding 22” NB)

Class 150 to 900 as per 16.47A


(22” & 26” and above)
5000 psi CWP and above as per API-6A

1.2.2 Class 400 flanges shall not be used unless required to match nozzles of
compressors, pumps, turbines etc. of standard design supplied by equipment
manufacturers.

1.2.3 Flange bolting shall be fully threaded alloy steel stud bolts with two heavy
hex nuts as per the relevant material standard. All alloy steel stud bolts and nuts
shall be hot- dip galvanised as per ASTM A153.

1.2.4 Bolt holes diameter for orifice flanges size 2", 3" and 4" diameter shall be
1.6mm (1/16 inch) smaller than specified in ASME B16.5

1.2.5 Two jack screws, 180 degrees apart shall be provided in one of the flanges
for all Orifice flange assemblies, all RTJ flange assemblies and spectacle
blind assemblies.

1.2.6 In place of spectacle blinds for size of 14” NB and above, a pair of spacer
and blind may be used.

1.2.7 Permanent hook eye shall be provided on blinds of weight greater that 60
lbs to facilitate changing of rings.

1.2.8 IGC test for Stainless Steel:

For all austenitic stainless steel flanges, blinds, drip rings & fig. 8 flanges
Inter Granular Corrosion (IGC) test shall be conducted as per the
following:

5
Page 209 of 294

CONSTRUCTION OF MARKETING TERMINAL PROJECT AT DEVANGONTHI, BANGALORE

Rev : B1
PIPING MATERIAL SPECIFICATION
Project No : JBGD20005

1.2.8.1 ASTM A 262 Practice “B” with acceptance criteria of “60 mils/year
(max.).
Or
ASTM A 262 Practice “E” with acceptance criteria of “No cracks as
observed from 20X magnification” & “Microscopic structure to be observed
from 250X magnification”.

1.2.8.2 For the IGC test as described in clause 1.2.10.1, two sets of samples
shall be drawn from each solution annealing lot. One set shall correspond
to the highest carbon content and other to the highest rating/thickness.
When testing is conducted as per Practice “E”, photograph of the
microscopic structure shall be submitted for record.

1.2.9 Flange face shall be normally specified in the specifications as serrated


finish, 125 AARH etc. The interpretation for range of face finish shall be as
follows:

Stock Finish : 1000µ in AARH max.


Serrated Finish/Smooth Finish/125 AARH : Serration with 125 to 250µ
in AARH
Extra Smooth Finish/63 AARH : 32 to 63 µ in AARH

1.3 FITTINGS

1.3.1 All fittings shall be seamless in construction unless otherwise specified.

1.3.2 Short radius (SR) welding elbows shall not be used unless absolutely
required for clearance purpose.

1.3.3 IGC test for Stainless Steel:

For all austenitic stainless steel fittings Inter Granular Corrosion (IGC) test
shall be conducted as per the following:

1.3.3.1 ASTM A 262 Practice “B” with acceptance criteria of “60 mils/year
(max.).
Or
ASTM A 262 Practice “E” with acceptance criteria of “No cracks as
observed from 20X magnification” & “Microscopic structure to be observed
from 250X magnification”.

1.3.3.2 For the IGC test as described in clause 1.3.3.1, two sets of samples shall
be drawn from each solution annealing lot. One set shall correspond to the
highest carbon content and other to the highest fitting thickness. When

6
Page 210 of 294

CONSTRUCTION OF MARKETING TERMINAL PROJECT AT DEVANGONTHI, BANGALORE

Rev : B1
PIPING MATERIAL SPECIFICATION
Project No : JBGD20005

testing is conducted as per Practice “E”, photograph of the microscopic


structure shall be submitted for record.

1.4 GASKETS

All gaskets shall be supplied as per the following codes:

1.5.1 Ring joint gaskets & grooves for steel pipe flanges : ASME B16.20

1.5.2 Non-metallic flat gaskets for pipe flanges : ASME B16.21

1.5.3 Metallic gaskets for piping, double jacket corrugated : ASME B16.20
& Spiral wound

7
Page 211 of 294
Page 212 of 294

T/R
T/R
T/R

T/R
Page 213 of 294
Page 214 of 294

Client : MRPL
Project : MARKETING INFRASTUCTURE PROJECTS, MRPL

Location: BANGALORE Pipe Class: AlA Sheet 4 of 8

Note :(The shaded portion ofPMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Dmn.STD Material Description
Id. Type Thk Code No
(Inch) (Inch)

Pipe Group
PIP PIPE 0.50 0.75 S160 B-36.10 ASTM A 106 GR.B PE,SEAMLESS PI21977ZO

PIP PIPE 1.00 1.50 xs B-36.10 ASTM A 106 GR.B PE,SEAMLESS PI21977ZO

PIP PIPE 2.00 2.00 xs B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917ZO

PIP PIPE 3.00 14.00 STD B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917ZO

PIP PIPE 16.00 24.00 STD B-36.10 ASTMA672 BE,E.FS.W PI2A813ZO


GR.B60 CL.12
PIP PIPE 28.00 32.00 10.0 B-36.10 ASTMA672 BE,E.FS.W PI2A813ZO
GR.B60 CL.12
PIP PIPE 36.00 38.00 10.0 B-36.10 ASTMA672 BE,E.FS.W PI2A813ZO
GR.B60 CL.12
PIP PIPE 40.00 48.00 xs B-36.10 ASTMA672 BE,E.FS.W PI2A813ZO
GR.B60 CL.12
PIP PIPE 52.00 52.00 12.0 B-36.10 ASTMA672 BE,E.FS.W PI2A813ZO 166
GR.B60 CL.12
PIP PIPE 72.00 72.00 14.0 B-36.10 ASTMA672 BE,E.FS.W PI2A813ZO 167
GR.B60 CL.12
NIP NIPPLE 0.50 0.75 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967ZO

NIP NIPPLE 1.00 1.50 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967ZO

Flange Group
FLG/30 FLNG.SW 0.50 1.50 M B-16.5 ASTMA 105 300, RF/125AARH
150, FSC0147ZO
FSC0127Z0
0
FLG FLNG.WN 0.50 24.00 M B-16.5 ASTMA 105 150, RF/125AARH FWC0127ZO

FLG FLNG.WN 26.00 60.00 M B-16.47-B ASTMA 105 150, RF/125AARH FWB0127ZO

FLG FLNG.WN 72.00 72.00 M MNF'STD ASTMA 105 150, RF/125AARH FWG0127ZO

FLG/60 FLNG.WN 26.00 60.00 M B-16.47-B ASTMA 105 600, RF/125AARH FWB0167ZO
0
FLG/30 FLNG.WN 26.00 60.00 M B-16.47-B ASTMA 105 300, RF/125AARH FWB0147ZO
0
FLG/60 FLNG.WN 2.00 24.00 M B-16.5 ASTMA 105 600, RF/125AARH FWC0167ZO
0
FLG/30 FLNG.WN 2.00 24.00 M B-16.5 ASTMA 105 300, RF/125AARH FWC0147ZO
0
FLB FLNG.BLIND 0.50 24.00 B-16.5 ASTMA 105 150, RF/125AARH FBC0127ZO

FLB FLNG.BLIND 26.00 60.00 B-16.47-B ASTMA 105 150, RF/125AARH FBB0127ZO

FLB FLNG.BLIND 72.00 72.00 MNF'STD ASTMA 105 150, RF/125AARH FBG0127ZO

AlA
Page 215 of 294

Client : MRPL
Project : MARKETING INFRASTUCTURE PROJECTS, MRPL

Location: BANGALORE Pipe Class: AlA Sheet 5 of 8

Note :(The shaded portion ofPMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Dmn.STD Material Description Code No
Id. Type Thk
(Inch) (Inch)

Flange Group
FEF FLNG.FIG.8 0.50 8.00 ASME- ASTMA 105 150, FF/125AARH FGK0121ZO
B16.48
FEF SPCR&BLND 10.00 24.00 ASME- ASTMA 105 150, FF/125AARH FCK0121ZO
B16.48
FEF SPCR&BLND 26.00 48.00 NELSTD ASTMA516 GR.70 150, FF/125AARH FCE6321ZO

FEF SPCR&BLND 72.00 72.00 MNF'STD ASTM A 516 GR.70 150, FF/125AARH FCG6321ZO

Fitting Group
ELB90 ELBOW.90 0.50 0.75 B-16.11 ASTMA 105 SW,6000 WA602D3ZO

ELB90 ELBOW.90 1.00 1.50 B-16.11 ASTMA 105 SW,3000 WA602D2ZO

ELB90 ELBOW.90 2.00 14.00 M B-16.9 ASTMA234 BW, 1.5D WAG684Z10


GR.WPB
ELB90 ELBOW.90 16.00 48.00 M B-16.9 ASTMA234 BW, 1.5D WAG754Z10
GR.WPB-W
ELB90 ELBOW.90 52.00 72.00 M MNF'STD ASTMA234 BW, 1.5D WAN754Z10
GR.WPB-W
ELB45 ELBOW.45 0.50 0.75 B-16.11 ASTMA 105 SW,6000 WB602D3ZO

ELB45 ELBOW.45 1.00 1.50 B-16.11 ASTMA 105 SW,3000 WB602D2ZO

ELB45 ELBOW.45 2.00 14.00 M B-16.9 ASTMA234 BW, 1.5D WBG684Z10


GR.WPB
ELB45 ELBOW.45 16.00 48.00 M B-16.9 ASTMA234 BW, 1.5D WBG754Z10
GR.WPB-W
ELB45 ELBOW.45 52.00 72.00 M MNF'STD ASTMA234 BW, 1.5D WBN754Z10
GR.WPB-W
TEQ T.EQUAL 0.50 0.75 B-16.11 ASTMA 105 SW,6000 WE602D3ZO

TEQ T.EQUAL 1.00 1.50 B-16.11 ASTMA 105 SW,6000 WE602D3ZO

TEQ T.EQUAL 2.00 14.00 M B-16.9 ASTMA234 BW WEG684ZZO


GR.WPB
TEQ T.EQUAL 16.00 48.00 M B-16.9 ASTMA234 BW WEG754ZZO
GR.WPB-W
TEQ T.EQUAL 72.00 72.00 M MNF'STD ASTMA234 BW WEN754ZZO
GR.WPB-W
TRED T.RED 0.50 0.75 B-16.11 ASTMA 105 SW,6000 WR602D3ZO

TRED T.RED 1.00 1.50 B-16.11 ASTMA 105 SW,6000 WR602D3ZO

TRED T.RED 2.00 14.00 M,M B-16.9 ASTMA234 BW WRG684ZZO


GR.WPB
TRED T.RED 16.00 48.00 M,M B-16.9 ASTMA234 BW WRG754ZZO
GR.WPB-W

AlA
Page 216 of 294

Client : MRPL
Project : MARKETING INFRASTUCTURE PROJECTS, MRPL

Location: BANGALORE Pipe Class: AlA Sheet 6 of 8

Note :(The shaded portion ofPMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Dmn.STD Material Description
Id. Type Thk Code No
(Inch) (Inch)
Fitting Group
TRED T.RED 72.00 72.00 M,M MNF'STD ASTMA234 BW WRN754ZZO
GR.WPB-W
REDC REDUC.CONC 2.00 14.00 M,M B-16.9 ASTMA234 BW WUG684ZZO
GR.WPB
REDC REDUC.CONC 16.00 48.00 M,M B-16.9 ASTMA234 BW WUG754ZZO
GR.WPB-W
REDE REDUC.ECC 2.00 14.00 M,M B-16.9 ASTMA234 BW WVG684ZZO
GR.WPB
REDE REDUC.ECC 16.00 48.00 M,M B-16.9 ASTMA234 BW WVG754ZZO
GR.WPB-W
SWGC SWAGE.CONC 0.50 3.00 M,M BS-3799 ASTMA 105 PBE WNH026ZZO

SWGE SWAGE.ECC 0.50 3.00 M,M BS-3799 ASTMA 105 PBE WPH026ZZO

CAP CAP 2.00 48.00 M B-16.9 ASTMA234 BW WFG684ZZO


GR.WPB
CPLF CPLNG.FULL 0.50 0.75 B-16.11 ASTMA 105 SW,6000 WJ602D3ZO

CPLF CPLNG.FULL 1.00 1.50 B-16.11 ASTMA 105 SW,3000 WJ602D2ZO

CPLH CPLNG.HALF 0.50 0.75 B-16.11 ASTMA 105 SW,6000 WK602D3ZO

CPLH CPLNG.HALF 1.00 1.50 B-16.11 ASTMA 105 SW,3000 WK602D2ZO

CPLL CPLNG.LH 1.00 1.50 B-16.11 ASTMA 105 SW,3000 WL602D2ZO

CPLL CPLNG.LH 1.00 1.50 B-16.11 ASTMA 105 SW,3000 WL602D2ZO

CPLR CPLNG.RED 1.00 1.50 B-16.11 ASTMA 105 SW,3000 WM602D2ZO

CPLR CPLNG.RED 1.00 1.50 B-16.11 ASTMA 105 SW,3000 WM602D2ZO

Valves Group
GAY YLY.GATE 0.25 1.50 API-602 BODY-ASTMA SW,800,3000,B- 51001ZZZO
105,TRIM- 16.11, SHTNO.- 51001
STELLITED,STEM-
13%CR.STEEL
GAY YLY.GATE 2.00 42.00 API-600 BODY-ASTM A 216 FLGD, 150, B-16.5, 51301ZZZO 73
GR.WCB,TRIM- RF/125AARH, SHT
13% CR.STEEL NO.- 51301
GLY YLY.GLOBE 0.25 1.50 BS-5352 BODY-ASTMA SW,800,3000,B- 52001ZZZO
105,TRIM- 16.11, SHTNO.- 52001
STELLITED,STEM-
13%CRSTEEL
GLY YLY.GLOBE 2.00 16.00 BS-1873 BODY-ASTM A 216 FLGD, 150, B-16.5, 52301ZZZO
GR.WCB,TRIM- RF/125AARH, SHT
13% CR.STEEL NO.- 52301

AlA
Page 217 of 294

Client : MRPL
Project : MARKETING INFRASTUCTURE PROJECTS, MRPL

Location: BANGALORE Pipe Class: AlA Sheet 7 of 8

Note :(The shaded portion ofPMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Dmn.STD Material Description
Id. Type Thk Code No
(Inch) (Inch)

Valves Group
CHV VLV.CHECK 0.25 1.50 BS-5352 BODY-ASTMA SW,800,3000,B- 53001ZZZO
105,TRIM- 16.11, SHTNO.- 53001
STELLITED
CHV VLV.CHECK 2.00 24.00 BS 1868 BODY-ASTM A 216 FLGD, 150, B-16.5, 53301ZZZO
GR.WCB,TRIM- RF/125AARH, SHT
13% CR.STEEL NO.- 53301
BODY -ASTM
CHV VLV.CHECK 26.00 36.00 API-594 FLGD, 150, B-16.47 53925ZZZO
A2 1 6 G R.WCB,
B,RF/125AARH,
TRIM1 3 %
CR.STEE L SHT NO.- 53925

CHV/1 VLV.CHECK 2.00 24.00 BS-1868 BODY-ASTM A 216 FLGD, 150, B-16.5, 53391ZZZO
GR.WCB,TRIM- RF/125AARH, SHT
13% CR.STEEL NO.- 53391
BLV VLV.BALL 0.50 16.00 BS-5351 BODY-ASTM A 105 FLGD, 150, B-16.5, 54301ZZZO
/A RF/125AARH, SHT
216GR.WCB,TRIM- NO.- 54301
BODY SEAT-
RPTFE
BLV VLV.BALL 26.00 30.00 API-6D BODY-ASTM A FLGD, 150, B-16.47 54934ZZZO
216GR. WCB, TRIM B,RF/125AARH,
BODY SHT NO.- 54934
SEAT : RPTFE

BLV/1 VLV.BALL 0.50 1.50 BS EN ISO BODY-ASTM A SW, 800, 3000, B- 540AAZZZO
17292 105,TRIM- 16.11, SHT NO.-
STELLITED, STEM- 540AA
13% CR.STEEL

PLY VLV.PLUG 0.50 24.00 BS-5353 BODY-ASTM A 105 FLGD, 150, B-16.5, 55301ZZZO
/A RF/125AARH, SHT
216GR.WCB,TRIM- NO.- 55301
PLUG-HARDENED
PLV/1 VLV.PLUG 0.50 36.00 BS-5353 BODY-ASTM A 105 FLGD, 150, B-16.5, 55315ZZZO
/A RF/125AARH, SHT
216GR.WCB,TRIM- NO.- 55315
PLUG-HARDENED
BFV VLV.BTRFLY 3.00 24.00 API-609/BS- BODY-ASTM A 105 WAFL, 150, B-16.5, 56301ZZZO
5155 /A WAF/125AARH, SHT
216GR.WCB,TRIM- NO.- 56301
13% CR.STEEL
BFV VLV.BTRFLY 26.00 48.00 BS-5155 BODY-ASTM A 216 FLGD, 150, B-16.47 B, 56315ZZZO
GR.WCB,TRIM- RF/125AARH, SHT
13% CR.STEEL NO.- 56315
NDV VLV.NEEDLE 0.5 1.5 BS-5352 BODY-ASTM A105, SW,800,6000,B-16.11, 57001ZZZO
TRIM- 13% SHTNO.- 57001
CR.STEEL

DBBV VLV.DBBV 6 24 API-6D BODY-ASMTM A216 FLGD, 150, B-16.5, 58001ZZZ0


GR. WCB, PLUG - RF/125AARH, SHT NO.
HARDENED -58001
DBBV VLV.DBBV 26 30 API-6D BODY-ASMTM A216 FLGD, 150, B-16.47 B, 58003ZZZ0
GR. WCB, PLUG - RF/125AARH, SHT NO.
HARDENED -58003

AlA
Page 218 of 294

Client : MRPL
Project : MARKETING INFRASTUCTURE PROJECTS, MRPL

Location: BANGALORE Pipe Class: AlA Sheet 8 of 8

Note :(The shaded portion ofPMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Dmn.STD Material Description Code No
Id. Type Thk
(Inch) (Inch)
Bolt Group
BOS BOLT.STUD 0.50 72.00 B-18.2 BOLT:A193 GR.B7, BS40404ZO 181
NUT:A194 GR.2H

Gasket Group
GAS GASKET 0.50 24.00 B-16.20- SP.WND SPIRAL, 150 GK65072ZO
ANSIB16.5 SS316+GRAFIL
GAS GASKET 26.00 60.00 B-16.20- SP.WND SPIRAL, 150 GK56272ZO
ANSI SS316+GRAFIL+ I
B16.47B RING
GAS GASKET 72.00 72.00 MNF'STD SP.WND SPIRAL, 150 GKG6272ZO 181
SS316+GRAFIL+ I
RING
GAS/60 GASKET 26.00 60.00 B-16.20- SP.WND SPIRAL, 600 GK56276ZO
0 ANSI SS316+GRAFIL+ I
B16.47B RING
GAS/30 GASKET 26.00 60.00 B-16.20- SP.WND SPIRAL, 300 GK56274ZO
0 ANSI SS316+GRAFIL+ I
B16.47B RING
GAS/60 GASKET 0.50 24.00 B-16.20- SP.WND SPIRAL, 600 GK65076ZO
0 ANSIB16.5 SS316+GRAFIL
GAS/30 GASKET 0.50 24.00 B-16.20- SP.WND SPIRAL, 300 GK65074ZO
0 ANSIB16.5 SS316+GRAFIL

Trap/Strainer Group
TRP TRAP.STEAM 0.50 1.50 MNF'STD B:A105;T:13%CR;S: FLGD, THRMDNMC, TR3065530
SS304 150,RF/125AARH
TSR STRNR.TEMP 1.50 24.00 NELSTD B:A516GR.70;INT:S CONETYPE, ST16831ZO
S304 150,FF/125AARH
PSR STRNR.PERM 0.50 1.50 MNF'STD B:A105;INT:SS304 SW, Y-TYPE, 800 SP303D510

PSR STRNR.PERM 2.00 14.00 M NELSTD B:A234GR.WPB;IN BW, T-TYPE SP13344ZO


T:SS304
PSR STRNR.PERM 16.00 24.00 M NELSTD B:A234GR.WPBW;I BW, T-TYPE SP13644ZO
NT:SS304

AlA
Page 219 of 294

MRPL
Marketing Infrastructure Project, MRPL

Mangalore A1M

A1M

5 FOR STRAINERS REFER NEL EDB 20005-GEN-L-DB-3104; FOR SPACER AND BLIND REFER NEL EDB
20005-GEN-L-DB-3104

NEL EDB 20005-GEN-L-DB-3104

REFER NEL EDB 20005-GEN-L-DB-3104

REFER NEL EDB 20005-GEN-L-DB-3104

A1M
Page 220 of 294

MRPL
Marketing Infrastructure Project, MRPL

Mangalore A1M

A1M
Page 221 of 294

MRPL
Marketing Infrastructure Project, MRPL

Mangalore A1M

150, FSC4427Z0

150, FWC4427Z0

A1M
Page 222 of 294

MRPL
Marketing Infrastructure Project, MRPL

Mangalore A1M

BALL VLV.BALL 0.5 1.5 BS-5351 BODY-ASTM FLGD, 150, B- 543AAZZZ0


A182 GR.F316, 16.5, RF/125
TRIM-SS316, AARH, SHT NO.
SEAT-RPTFE 543AA

A1M
Page 223 of 294
Page 224 of 294

T/R
Page 225 of 294

Client : MRPL
Project : MARKETING INFRASTUCTURE PROJECTS, MRPL

Location: BANGALORE Pipe Class: BlA Sheet 3 of 6

Note :(The shaded portion ofPMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Dmn.STD Material Description
Id. Type Thk Code No
(Inch) (Inch)

Pipe Group
PIP PIPE 0.50 0.75 S160 B-36.10 ASTM A 106 GR.B PE,SEAMLESS PI21977ZO 177

PIP PIPE 1.00 1.50 xs B-36.10 ASTM A 106 GR.B PE,SEAMLESS PI21977ZO

PIP PIPE 2.00 2.00 xs B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917ZO

PIP PIPE 3.00 14.00 STD B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917ZO

PIP PIPE 16.00 18.00 xs B-36.10 ASTMA672 BE,E.FS.W PI2A813ZO 182


GR.B60 CL.12
PIP PIPE 20.00 20.00 xs B-36.10 ASTMA672 BE,E.FS.W PI2A813ZO 182
GR.B60 CL.12
PIP PIPE 22.00 24.00 14.0 B-36.10 ASTMA672 BE,E.FS.W PI2A813ZO 173
GR.B60 CL.12
PIP PIPE 26.00 26.00 12.0 B-36.10 ASTMA672 BE,E.FS.W PI2A813ZO 173
GR.B60 CL.12
PIP PIPE 30.00 30.00 12.0 B-36.10 ASTMA672 BE,E.FS.W PI2A813ZO 174
GR.B60 CL.12
PIP PIPE 32.00 32.00 12.0 B-36.10 ASTMA672 BE,E.FS.W PI2A813ZO
GR.B60 CL.12
PIP PIPE 36.00 36.00 12.0 B-36.10 ASTMA672 BE,E.FS.W PI2A813ZO 171
GR.B60 CL.12
PIP PIPE 42.00 42.00 12.0 B-36.10 ASTMA672 BE,E.FS.W PI2A813ZO 170
GR.B60 CL.12
NIP NIPPLE 0.50 1.50 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967ZO

Flan2e Group
FLG FLNG.SW 0.50 1.50 M B-16.5 ASTMA 105 300, RF/125AARH FSC0147ZO

FLG/60 FLNG.SW 0.50 1.50 M B-16.5 ASTMA 105 600, RF/125AARH FSC0167ZO
0
FLG FLNG.WN 2.00 24.00 M B-16.5 ASTMA 105 300, RF/125AARH FWC0147ZO

FLG FLNG.WN 26.00 42.00 M B-16.47-B ASTMA 105 300, RF/125AARH FWB0147ZO

FLG/60 FLNG.WN 26.00 42.00 M B-16.47-B ASTMA 105 600, RF/125AARH FWB0167ZO
0
FLG/60 FLNG.WN 2.00 24.00 M B-16.5 ASTMA 105 600, RF/125AARH FWC0167ZO
0
FLB FLNG.BLIND 0.50 24.00 B-16.5 ASTMA 105 300, RF/125AARH FBC0147ZO

FLB FLNG.BLIND 26.00 42.00 B-16.47-B ASTMA 105 300, RF/125AARH FBB0147ZO

FEF FLNG.FIG.8 0.50 8.00 ASME- ASTMA 105 300,FF/125AARH FGK0141ZO


B16.48
FEF SPCR&BLND 10.00 24.00 ASME- ASTMA 105 300,FF/125AARH FCK0141ZO
B16.48

BlA
Page 226 of 294

Client : MRPL
Project : MARKETING INFRASTUCTURE PROJECTS, MRPL

Location: BANGALORE Pipe Class: BlA Sheet 4 of 6

Note :(The shaded portion ofPMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Dmn.STD Material Description
Id. Type Thk Code No
(Inch) (Inch)

Flange Group
FEF SPCR&BLND 26.00 42.00 MNFSTD ASTMA 105 300,FF/125AJ\FUI FCE0141ZO

Fittin2 Group
ELB90 ELBOW.90 0.50 0.75 B-16.11 ASTMA 105 SW,6000 WA602D3ZO

ELB90 ELBOW.90 1.00 1.50 B-16.11 ASTMA 105 SW,3000 WA602D2ZO

ELB90 ELBOW.90 2.00 14.00 M B-16.9 ASTMA234 BW, 1.5D WAG684Z10


GR.WPB
ELB90 ELBOW.90 16.00 42.00 M B-16.9 ASTMA234 BW, 1.5D WAG754Z10
GR.WPB-W
ELB45 ELBOW.45 0.50 0.75 B-16.11 ASTMA 105 SW,6000 WB602D3ZO

ELB45 ELBOW.45 1.00 1.50 B-16.11 ASTMA 105 SW,3000 WB602D2ZO

ELB45 ELBOW.45 2.00 14.00 M B-16.9 ASTMA234 BW, 1.5D WBG684Z10


GR.WPB
ELB45 ELBOW.45 16.00 42.00 M B-16.9 ASTMA234 BW, 1.5D WBG754Z10
GR.WPB-W
TEQ T.EQUAL 0.50 0.75 B-16.11 ASTMA 105 SW,6000 WE602D3ZO

TEQ T.EQUAL 1.00 1.50 B-16.11 ASTMA 105 SW,3000 WE602D2ZO

TEQ T.EQUAL 2.00 14.00 M B-16.9 ASTMA234 BW WEG684ZZO


GR.WPB
TEQ T.EQUAL 16.00 42.00 M B-16.9 ASTMA234 BW WEG754ZZO
GR.WPB-W
TRED T.RED 0.50 0.75 B-16.11 ASTMA 105 SW,6000 WR602D3ZO

TRED T.RED 1.00 1.50 B-16.11 ASTMA 105 SW,3000 WR602D2ZO

TRED T.RED 2.00 14.00 M,M B-16.9 ASTMA234 BW WRG684ZZO


GR.WPB
TRED T.RED 16.00 42.00 M,M B-16.9 ASTMA234 BW WRG754ZZO
GR.WPB-W
REDC REDUC.CONC 2.00 14.00 M,M B-16.9 ASTMA234 BW WUG684ZZO
GR.WPB
REDC REDUC.CONC 16.00 42.00 M,M B-16.9 ASTMA234 BW WUG754ZZO
GR.WPB-W
REDE REDUC.ECC 2.00 14.00 M,M B-16.9 ASTMA234 BW WVG684ZZO
GR.WPB
REDE REDUC.ECC 16.00 42.00 M,M B-16.9 ASTMA234 BW WVG754ZZO
GR.WPB-W
SWGC SWAGE.CONC 0.50 3.00 M,M BS-3799 ASTMA 105 PBE WNH026ZZO

SWGE SWAGE.ECC 0.50 3.00 M,M BS-3799 ASTMA 105 PBE WPH026ZZO

BlA
Page 227 of 294

Client : MRPL
Project : MARKETING INFRASTUCTURE PROJECTS, MRPL

Location: BANGALORE Pipe Class: BlA Sheet 5 of 6

Note :(The shaded portion ofPMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Dmn.STD Material Description
Id. Type Thk Code No
(Inch) (Inch)
Fitting Group
CAP CAP 2.00 42.00 M B-16.9 ASTMA234 BW WFG684ZZO
GR.WPB
PLG PLUG 0.50 1.50 B-16.11 ASTMA 105 SCRM, 3000 WH60292ZO

CPLF CPLNG.FULL 0.50 0.75 B-16.11 ASTMA 105 SW,6000 WJ602D3ZO

CPLF CPLNG.FULL 1.00 1.50 B-16.11 ASTMA 105 SW,3000 WJ602D2ZO

CPLH CPLNG.HALF 0.50 0.75 B-16.11 ASTMA 105 SW,6000 WK602D3ZO

CPLH CPLNG.HALF 1.00 1.50 B-16.11 ASTMA 105 SW,3000 WK602D2ZO

CPLL CPLNG.LH 0.50 0.75 B-16.11 ASTMA 105 SW,6000 WL602D3ZO

CPLL CPLNG.LH 1.00 1.50 B-16.11 ASTMA 105 SW,3000 WL602D2ZO

CPLR CPLNG.RED 0.50 0.75 B-16.11 ASTMA 105 SW,6000 WM602D3ZO

CPLR CPLNG.RED 1.00 1.50 B-16.11 ASTMA 105 SW,3000 WM602D2ZO

Valves Group
GAV VLV.GATE 0.25 1.50 API-602 BODY-ASTMA SW,800,3000,B- 51001ZZZO
105,TRIM- 16.11, SHTNO.- 51001
STELLITED,STEM-
13%CR.STEEL
GAV VLV.GATE 2.00 24.00 API-600 BODY-ASTM A 216 FLGD, 300, B-16.5, 51401ZZZO
GR.WCB,TRIM- RF/125AARH, SHT
13% CR.STEEL NO.- 51401
GAV VLV.GATE 26.00 30.00 BS-1414 BODY-ASTM A 216 FLGD, 300, B-16.47 B, 51944ZZZO
GR.WCB,TRIM- RF/125AARH, SHT
13% CR.STEEL NO.- 51944
GLV VLV.GLOBE 0.25 1.50 BS-5352 BODY-ASTMA SW,800,3000,B- 52001ZZZO
105,TRIM- 16.11, SHTNO.- 52001
STELLITED,STEM-
13%CRSTEEL
GLV VLV.GLOBE 2.00 12.00 BS-1873 BODY-ASTM A 216 FLGD, 300, B-16.5, 52401ZZZO
GR.WCB,TRIM- RF/125AARH, SHT
13% CR.STEEL NO.- 52401
CHV VLV.CHECK 0.25 1.50 BS-5352 BODY-ASTMA SW,800,3000,B- 53001ZZZO
105,TRIM- 16.11, SHTNO.- 53001
STELLITED
CHV VLV.CHECK 2.00 24.00 BS-1868 BODY-ASTM A 216 FLGD, 300, B-16.5, 53401ZZZO
GR.WCB,TRIM- RF/125AARH, SHT
13% CR.STEEL NO.- 53401
BLV VLV.BALL 0.50 16.00 BS-5351 BODY-ASTM A 105 FLGD, 300, B-16.5, 54401ZZZO
/A RF/125AARH, SHT
216GR.WCB,TRIM- NO.- 54401
BODY SEAT-
RPTFE

BlA
Page 228 of 294

Client : MRPL
Project : MARKETING INFRASTUCTURE PROJECTS, MRPL

Location: BANGALORE Pipe Class: BlA Sheet 6 of 6

Note :(The shaded portion ofPMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Dmn.STD Material Description Code No
Id. Type Thk
(Inch) (Inch)

Valves Group
PLV VLV.PLUG 0.50 24.00 BS-5353 BODY-ASTM A 105 FLGD, 300, B-16.5, 55401ZZZO
/A RF/125AARH, SHT
216GR.WCB,TRIM- NO.- 55401
PLUG-HARDENED
BFV VLV.BTRFLY 3.00 24.00 API-609/BS- BODY-ASTM A 216 WAFL, 300, B-16.5, 56941ZZZO
5155 GR.WCB,TRIM- WAF/125AARH, SHT
13% CR.STEEL NO.- 56941
DBBV VLV.DBBV 6 24 API-6D BODY-ASMTM A216 FLGD, 300, B-16.5, 58101ZZZ0
GR. WCB, PLUG - RF/125AARH, SHT NO.
HARDENED -58101

Bolt Group
BOS BOLT.STUD 0.50 42.00 B-18.2 BOLT:A193 GR.B7, BS40404ZO
NUT:A194 GR.2H

Gasket Group
GAS GASKET 0.50 24.00 B-16.20- SP.WND SPIRAL, 300 GK65074ZO
ANSIB16.5 SS316+GRAFIL
GAS GASKET 26.00 42.00 B-16.20- SP.WND SPIRAL, 300 GK56274ZO
ANSI SS316+GRAFIL+ I
B16.47B RING
GAS/60 GASKET 26.00 42.00 B-16.20- SP.WND SPIRAL, 600 GK56276ZO
0 ANSI SS316+GRAFIL+ I
B16.47B RING
GAS/60 GASKET 0.50 24.00 B-16.20- SP.WND SPIRAL, 600 GK65076ZO
0 ANSIB16.5 SS316+GRAFIL

Trap/Strainer Group
TRP TRAP.STEAM 0.50 1.50 MNF'STD B:A105;T:13%CR;S: FLGD, THRMDNMC, TR30655BO
SS304 300,RF/125AARH
TSR STRNR.TEMP 1.50 24.00 NELSTD B:A516GR.70;INT:S CONETYPE, ST16839ZO
S304 300,FF/125AARH
PSR STRNR.PERM 0.50 1.50 MNF'STD B:A105;INT:SS304 SW, Y-TYPE, 800 SP303D510

PSR STRNR.PERM 2.00 14.00 M NELSTD B:A234GR.WPB;IN BW, T-TYPE SP13344ZO


T:SS304
PSR STRNR.PERM 16.00 24.00 M NELSTD B:A234GR.WPBW;I BW, T-TYPE SP13644ZO
NT:SS304

BlA
Page 229 of 294

NEL EDB 20005-GEN-L-DB-3104

REFER NEL EDB 20005-GEN-L-DB-3104

REFER NEL EDB 20005-GEN-L-DB-3104


Page 230 of 294
Page 231 of 294

TANK CONVERSION AND ASSOCIATED MECHANICAL WORKS AT


MANGALORE REFINERY PREMISES
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

B-2 ENGINEERING DESIGN BASIS

B-2.11 SURFACE PREPARATION AND


PROTECTIVE COATING

TANK CONVERSION AND ASSOCIATED MECHANICAL WORKS AT


MANGALORE REFINERY PREMISES
OWNER : MANGALORE REFINERY AND PETROCHEMICALS LTD

0 22-04-2022 Issued for Tender AH SDK ASN

Rev Date Purpose Prepared Checked Approved


No. by by by
Page 1 of 64
Page 232 of 294

TANK CONVERSION AND ASSOCIATED MECHANICAL WORKS AT


MANGALORE REFINERY PREMISES
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

Abbreviations:
AS Alloy Steel

CS Carbon Steel

DFT Dry Film Thickness

DM De-mineralized

GI Galvanized Iron

ID Internal Diameter

IRN Inspection Release Note

LTCS Low Temperature Carbon Steel

MS Mild Steel

NB Nominal Bore

OD Outside Diameter

RCC Reinforced Cement Concrete

SS Stainless Steel

TSAC Thermally Sprayed Aluminium Coating

WFT Wet Film Thickness

Page 2 of 64
Page 233 of 294

TANK CONVERSION AND ASSOCIATED MECHANICAL WORKS AT


MANGALORE REFINERY PREMISES
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

CONTENTS

DESCRIPTION PAGE NO.

1. General.............................................................................................. ....... 4
2. Scope......................................................................................................... 4
3. Reference Codes & Standards................................................................... 6
4. Equipment.......................................................................................... ........ 7
5. Surface Preparation, Shop Primer. Coating Application & Repair and
Documentation. 7
6. Paint Materials...................................................................................... 16
7. Coating Systems.................................................................................... 21
8. Coating System for Gratings, Rolling & Stationery Ladders, Spiral Stairways and
Hand Rails in All location...................................................... 23
9. Coating System for Offsite Area (Inland Plants).............................................. 24
10. Coating System for Unit Areas as well as DM, CPP, Cooling Tower of
Inland Plants and for All Areas (Unit, Offsite, DM, CPP, etc.) of
Coastal Plants.......... 25
11. Coating System for Effluent Treatment Plant (ETP). ..............................................27
12. External Coating Systems for Uninsulated Carbon Steel and Low Alloy Steel
Storage Tanks (For All Plant Locations, Coastal or Inland) –All Process Units
& Off-Sites. ................................ .. 28
13. Internal Coating Systems for Carbon Steel and Low Alloy Storage Tanks –
All Process Units & Off-Sites................................................................... 30
14. Coating Systems for External Side of Underground Carbon Steel Plant
Piping and Underground Vessels............................................................... 32
15. Coating Under Insulation (Coastal or Inland Plants).All Units Areas & Off-Sites. 33
16. Coating System for Carbon Steel Components of Coolers I Condensers (Internal
Protection) for Fresh Water Service............................................................. 34
17. Coating System (Internal Protection) for Galvanized or Non Ferrous or Stainless
Steel/ Duplex Stainless Steel Components of Coolers/ Condensers for
Fresh Water Service.............................................................................. 35
18. Storage............................................................................................... 35
19. Colour Code........................................................................................ 35
20. Identification of Vessels, Piping etc............................................................. 42
21. Painting for Civil Defence Requirements...................................................... 42
22. Quality Control, Inspection and Testing........................................................ 42
23. Guarantee 46
24. Qualification Criteria of Painting Contractor/Sub-Contractor. ..................................46
25. Qualification/Acceptance Criteria for Paint Coating System. ...................................46
26. Method of Sampling & Dispatch for Laboratory Testing ..........................................48

Annexure-I Specification for TSAC 50

Page 3 of 64
Page 234 of 294

TANK CONVERSION AND ASSOCIATED MECHANICAL WORKS AT


MANGALORE REFINERY PREMISES
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

1.0 GENERAL

1.1 This technical specifications shall be applicable for the work covered by the contract, and
without prejudice to the provisions of various international codes of practice, standard
specifications etc. It is understood that contractor shall carry out the work in all respects
with the best quality of materials and workmanship and in accordance with the best
engineering practice and instructions of Engineer-In-Charge.

1.2 Wherever it is stated in the specification that a specific material is to be supplied or a


specific work is to be done, it shall be deemed that the same shall be supplied or carried
out by the contractor.

Any deviation from this standard without written deviation permit from appropriate
authority will result in rejection of job.

1.3 This specification covers the requirement for protective coating for new construction.

2.0 SCOPE

2.1 Scope of work covered in the specification shall include, without being limited
to the following.

2.1.1 This specification defines the requirements for surface preparation, selection and
application of primers and paints on external surfaces of equipment, vessels,
machinery, piping, ducts, steel structures, external & internal protection of storage tanks
for all services and chimneys if any. The items listed in the heading of tables of paint
systems is indicative only, however, the contractor is fully responsible for carrying
out all the necessary painting, coating and lining on external and internal surfaces as
per the tender requirement.

2.2 Extent of Work

2.2.1 The following surfaces and materials shall require shop, pre-erection and field painting:

• All uninsulated Carbon Steel & Alloy Steel equipments like vessels, Columns,
Storage Tanks, Exchangers if any, parts of boilers etc.

• All uninsulated carbon steel and low alloy plant and related piping, fittings and
valves (including painting of identification marks), furnace ducts and stacks.

• All insulated parts of vessels, boilers, chimneys, stacks, piping and steam piping and
if any other insulated items present.
• All items contained in a package unit as necessary.
• All structural steel work, pipe, structural steel supports, walkways, handrails,
ladders, platforms etc.

Page 4 of 64
Page 235 of 294

TANK CONVERSION AND ASSOCIATED MECHANICAL WORKS AT


MANGALORE REFINERY PREMISES
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

• Flare lines, external surfaces of MS chimney with or without refractory lining


and internal surfaces of MS chimney without refractory lining. (If present)

• Identification of color bands on all piping as required including insulated aluminum


clad, galvanized, SS and nonferrous piping.

• Identification lettering/ numbering on all painted surfaces of equipment/piping


insulated aluminum clad, galvanized, SS and non-ferrous piping.

• Marking Me identification signs on painted surfaces of equipment/piping including


hazardous service.

• Supply of all primers, paints and all other materials required for painting (other than
Owner supplied materials)

• Over insulation surface of equipments and pipes wherever required.

• Painting under insulation for carbon steel, alloy steel and stainless steel as specified.

• Painting of pre-erection/fabrication and Shop primer.

• Repair work of damaged pre-erection/ fabrication and shop primer and weld joints in
the field/site before and after erection as required.

• All CS Piping, equipments, storage tanks and internal surfaces of RCC tanks in ETP
plant.

• Quality control, testing and inspection during all stages of work (surface preparation,
application of coating and testing of furnished coating) along with the Involvement
of Paint Manufacturer.

2.2.2 The following surfaces and materials shall not require painting in general. However, if
there is any specific requirement by the owner, the same shall be painted as per the
relevant specifications:

a. Uninsulated austenitic stainless steel.


b. Plastic and/or plastic coated materials
c. Non-ferrous materials like aluminum, Cu-Ni alloy, galvanized steel.

2.3 Documents

2.3.1 The contractor shall perform the work in accordance with the following documents
issued to him for execution of work.

a. Bill of quantities for piping, equipment, machinery and structures etc

Page 5 of 64
Page 236 of 294

TANK CONVERSION AND ASSOCIATED MECHANICAL WORKS AT


MANGALORE REFINERY PREMISES
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

b. Piping Line List.

2.4 Unless otherwise instructed, final paint coating (i.e., application of field primer,
wherever required, intermediate and top coats) on pre-erection/ shop primed
equipments shall be applied at site, only after all welding, testing on systems are
completed as well as after completion of steam purging wherever required.

2.5 Changes and deviations required for any specific job due to clients requirement or
otherwise shall be referred to MRPL for deviation permit.

3.0 REFERENCE CODES & STANDARDS

3.1 Without prejudice to the provision of Clause 1.1 above and the detailed specifications of
the contract, latest editions of the following codes and standards are applicable for the
work covered by this contract.
IS-5 Color coding
RALDUTCH International Standard for color shade (Dutch Standard)
IS-101 Methods of test for ready mixed paints and enamels
IS-2379 Indian Standard for Pipe line identification-color code
IS0-12944 Corrosion Protection of steel Structures by Protective Paint
System
ASTM-Vol6.01&6.03 American standard test methods for Paints and Coatings.
ANSI A 13.l Scheme for identification of piping systems: American National
Standards Institution
SSPC Steel Structures Painting Council

3.2 Surface Preparation Standards


The latest editions of any of the following standards shall be followed for surface
preparation:

3.2.1 ISO 8501-1/SIS-0559 00: ISO standard for Preparation of steel substrates before
application of paints and related products. This standard contains photographs of the
various standards on four different degrees of rusted steel and as such is preferable for
inspection purpose by the Engineer-In-Charge.

3.2.2 Steel Structures Painting Council, U.S.A. (Surface Preparation Specifications (SSPC-
SP).

3.2.3 National Association of Corrosion Engineers, U.S.A., (NACE).

3.2.4 Various International Standards equivalent to Swedish Standard for surface preparations
are given in Table-I.

3.3 The contractor shall arrange, at his own cost, to keep a set of latest edition of above
standards and codes at site.

Page 6 of 64
Page 237 of 294

TANK CONVERSION AND ASSOCIATED MECHANICAL WORKS AT


MANGALORE REFINERY PREMISES
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

3.4 The paint manufacturer's instructions shall be followed as far as practicable at all times
for best results. Particular attention shall be paid to the following:

a. Instructions for storage to avoid exposure as well as extremes of temperature.

b. Surface preparation prior to painting shall be followed as per Table 8.0 to 16.0 of this
standard shall be followed.

c. Mixing and thinning.

d. Application of paints and recommended limit on time intervals in between coats.

4.0 EQUIPMENT

4.1 All tools, brushes, rollers, spray guns, blast material, hand power tools for cleaning
and all equipments, scaffolding materials, shot & grit blasting equipments & air
compressors etc. required to be used shall be suitable for the work and all in good order
and shall be arranged by the contractor at site and in sufficient quantity. The
manufacturer's test certificates I data sheets for all the above items shall be reviewed by
Engineer-in-charge at site before start of work.

4.2 Mechanical mixer shall be used for paint mixing operations in case of two pack
systems except that the Engineer-In-Charge may allow the hand mixing of small
quantities at his discretion in case of specific requirement for touch up work only.

5.0 SURFACE PREPARATION, SHOP PRIMER COATING APPLICATION &


REPAIR AND DOCUMENTATION

5.1 General

5. 1.1 In order to achieve the maximum durability, one or more of following methods of
surface preparation shall be followed, depending on condition of surface to be
painted and as instructed by Engineer-In-Charge. Adhesion of the paint film to surface
depends largely on the degree of cleanliness of the metal surface. Proper surface
preparation contributes more to the success of the paint protective system.

a. Abrasive blast cleaning

b. Mechanical or power tool cleaning

5.1.2 Mill scale, rust, rust scale and foreign matter shall be removed fully to ensure that a clean
and dry surface is obtained. Unless otherwise specified, surface preparation shall be done
as per provisions of relevant tables given elsewhere in this specification. The minimum

Page 7 of 64
Page 238 of 294

TANK CONVERSION AND ASSOCIATED MECHANICAL WORKS AT


MANGALORE REFINERY PREMISES
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

acceptable standard, in case of thermally sprayed metal coatings, in case of mechanical


or power tool cleaning it shall be St. 3 or equivalent. In case of blast cleaning it shall
be Sa 2-1/2 as per Swedish Standard SIS-055900 (latest edition) or SSPC-SP or ISO
8501-01.Blast cleaning shall be Sa 3 as per Swedish Standard in case thermally sprayed
metal coatings.

Before surface preparation by blast cleaning, the surface shall be degreased by


aromatic solvent to remove all grease, oil etc.

5.1.3 Irrespective of whether external or internal surface to be coated, blast cleaning shall
not be performed where dust can contaminate surfaces undergoing such cleaning or
during humid weather conditions having humidity exceed 85%. In case of internal
coating of storage tanks, dehumidifier shall be used, to control humidity level below
60%. Dehumidifier should depress the dew point of air in the enclosed space, sufficient
enough so as to maintain it 3°C below the metal substrate temperature during
centre period of blasting and coating application. During the interval time between
application of primer coat and subsequent intermediate and top coats or between
blast cleaning completion and start of application of primer coat, dehumidifier unit
should be in continuous operation to ensure that no condensation occurs on
substrate.

Dehumidifier should be able to maintain grain drop (moisture removal) at the rate of
25 grains per pound of air per hour. Dehumidifier should have capacity of at least 2 air
changes per hour of the enclosed space. All necessary psychometric data should be
collected by contractor for the given site conditions before starting operation of
dehumidifier to ensure that desired values of dew point, moisture content in enclosed
scope is achieved.

Dehumidification to be maintained round the clock for surface preparation and painting
till the total coating application is over.

Dehumidifier shall not be stopped under any condition till the entire blasted surface is
primed to the satisfaction of the technical representative of the paint manufacturer
interested with quality assurance for the work. In case the dehumidifier breaks down in
middle of the job, the same shall be replaced at the risk and the cost of the contractor and
the entire unfinished work shall be repeated.

5.1.4 The Engineer in-charge shall have the right to disallow usage of dehumidifier if
the performance is not meeting the specified requirements. Under such
circumstances the contractor shall remove the equipment and replace the same
with another equipment to provide satisfactory results without any additional cost to
the owner.

5.1.5 Irrespective of the method of surface preparation, the first coat of primer must be applied
by airless spray/ air assisted conventional spray if recommended by the paint
manufacturer on dry surface. This should be done immediately and in any case within 4

Page 8 of 64
Page 239 of 294

TANK CONVERSION AND ASSOCIATED MECHANICAL WORKS AT


MANGALORE REFINERY PREMISES
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

hours of cleaning of surface. However, at times of unfavorable weather conditions, the


Engineer-In-Charge shall have the liberty to control the time period, at his sole
discretion and/or to insist on re• cleaning, as may be required, before primer
application is taken up. In general, during unfavorable weather conditions, blasting and
painting shall be avoided as far as practicable.

5.1.6 The external surface of R.C.C. Chimney to be painted shall be dry and clean. Any loose
particle of sand, cement, aggregate etc. shall be removed by scrubbing with soft wire
brush. Acid etching with 10-15% HCL solution for about 15 minutes shall be carried
and surface must be thoroughly washed with water to remove acid & loose particles
and then dried completely before application of paint.

5.2 Procedure for Surface Preparation

5.2.1 Air Blast cleaning with abrasives

The surfaces shall be blast cleaned using one of the abrasives like angular chilled cast
iron or steel grit, copper slag or Nickel slag, A1203 particles at pressure of 7kg/cm2
at an appropriate distance and angle depending of nozzle size maintaining constant
velocity and pressure. Chilled cast iron or steel shall be in the form of shot or grit of
size in the range of G 16 - G42 conforming to SSPC AB 1 and 8250 grade size of steel
shots (maximum) to obtain a desired surface profile of 35-50 microns trough to peak.
For all other abrasives, size shall be in the range of G 16 - G24. The combination of steel
grits and shots shall be normally in the ratio of 3: 1. The quality of abrasives shall be
free from contaminants and impurities and shall meet the requirements of SSPC AB 1.
Compressed air shall be free from moisture and oil. The blasting nozzles should be
venture style with tungsten carbide or boron carbide as the materials for liners.
Nozzles orifice may vary from 3/16" to: Y...” On completion of blasting operation, the
blasted surface shall be clean and free from any scale or rust and must show a grey white
metallic luster. Primer/first coat of paint shall be applied within 4 hours of surface
preparation. Blast cleaning shall not be done outdoors in bad weather without
adequate protection or when there is dew on the metal, which is to be cleaned. Surface
profile shall be uniform to provide good key to the paint adhesion (i.e. 35 to SO microns).
If possible vacuum collector shall be installed for collecting the abrasives and recycling.

5.2.2 Mechanical or Power Tool Cleaning

Power tool cleaning shall be done by mechanical striking tools, chipping hammers,
grinding wheels or rotating steel wire- brushes. Excessive burnish of surface shall be
avoided as it can reduce paint adhesion. On completion of cleaning, the detached rust
mill scale etc. shall be removed by clean rags and /or washed by water or steam
and thoroughly dried with compressed air jet before application of paint.

5.3 Non-Compatible Shop Coat Primer

Page 9 of 64
Page 240 of 294

TANK CONVERSION AND ASSOCIATED MECHANICAL WORKS AT


MANGALORE REFINERY PREMISES
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

For equipments on which application of total protective coating (Primer + Intermediate


+ top coat) is carried out at shop, compatibility of finish coat with primer should be
checked with paint manufacturer. If the shop coat is in satisfactory condition showing
no major defect upon arrival at site, the shop coat shall not be removed.

5.4 Shop coated equipments (coated with Primer & finishing coat) should not be repainted
unless paint is damaged. Repair shall be carried out as per Table 7 .2 of paint systems
depending upon compatibility of paint.

5.5 Shop primed equipment and surfaces will only be 'spot cleaned' in damaged areas by
means of power tool brush cleaning or hand tool cleaning and then spot primed before
applying one coat of field primer unless otherwise specified. If shop primer is not
compatible with field primer then shop coated primer should be completely removed
before application of selected paint system for particular environment.

5.6 For Package units/equipment, shop primer should be as per the paint system given in this
specification. However, manufacturer’s standard can be followed after review.

As mentioned in section 2.4, all coating application at field (field primer, intermediate
and top coat) on equipments, structures, piping, etc, shall be carried out only after its
erection and all welding, testing, steam purging (wherever carried out) have been
completed.

5.7 Coating Procedure and Application

All paint coatings shall be applied by airless spray excepting at the following special
cases where application can be carried out by brush subject to suitability of the
application of the paint product by brush.
 Spot repair
 Stripe coating on edges
 Small bore parts not suitable for spray application.

Irregular surfaces such as sharp edges, welds, small brackets, and interstices may stripe
coated to ensure specified DFT is achieved. Paint manufacturer recommendation should
be followed before deciding for brush application.

5.7.1 Surface shall not be coated in rain, wind or in environment where injurious airborne
elements exists, when the steel surface temperature is less than 5°F above dew point when
the relative humidity is greater than 85% or when the temperature is below 40°F and
when the ambient/substrate temp is below the paint manufacturer's recommended
temperature of application and curing. De-humidifier equipment shall be used to control
RH and Dew point. The paint application shall not be done when the wind speed exceeds
20km per hour.

5.7.2 Blast cleaned surface shall be coated with one complete application of primer as
soon as practicable but in no case later than 4 hrs the same day.

Page 10 of 64
Page 241 of 294

TANK CONVERSION AND ASSOCIATED MECHANICAL WORKS AT


MANGALORE REFINERY PREMISES
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

5.7.3 To the maximum extent practicable, each coat of material shall be applied as a continuous
film uniform thickness free of probes. Any spots or areas missed in application shall be
recoated and permitted to dry before the next coat is applied. Applied paint should have
the desired wet film thickness.

5.7.4 Each coat shall be in proper state of cure or dryness before the application of succeeding
coat. Material shall be considered dry for recoating when an additional coat can be
applied without the development of any detrimental film irregularities, such as lifting
or loss of adhesion of the under coat. Manufacturer instruction shall be followed for
inter coat interval.

5.7.5 When the successive coat of the same color have been specified, alternate coat shall
be tinted, when practical, sufficiently to produce enough contrast to indicate complete
coverage of the surface. The tinting material shall be compatible with the material and
not detrimental to its service life and shall be recommended by the original paint
manufacturer.

5.7.6 Airless spray application shall be in accordance with the following procedure: as per
steel structure paint Manual Vol.1 & Vol.2 by SSPC, USA, Air less spray relies
on hydraulic pressure rather than air atomization to produce the desired spray. An
air compressor or electric motor issued to operate a pump to produce pressures of 1000
to 6000 psi. Paint is delivered to the spray gun at this pressure through a single hose
within the gun; a single paint stream is divided into separate streams, which are forced
through a small orifice resulting in atomization of paint without the use of air. This
results in more rapid coverage with less over spray. Airless spray usually is faster,
cleaner, more economical and easier to use than conventional air spray.

Airless spray equipment is mounted on wheels, and paint is aspirated in a hose that sucks
paint from any container, including drums. The unit shall have in built agitator that keep
the paint uniformly mixed during the spraying. The unit shall consist of in built strainer.
Usually very small quantity of thinning is required before spray. In case of high build
epoxy coating (two packs). 30:1 pump ratio and 0.020-0.023" tip size will provide a
good spray pattern. Ideally fluid hoses should not be less than 3/8" ID and not
longer than 50 ft to obtain optimum results.

In case of gun choking, de-choking steps shall be followed immediately.

5.7.7 Brush application of paint shall be in accordance with the following:

a. Brushes shall be of a style and quality that will enable proper application of paint.

b. Round or oval brushes are most suitable for rivets, bolts, irregular surface, and
rough or pitted steel. Wide flat brushes are suitable for large flat areas, but they
shall not have width over five inches.

Page 11 of 64
Page 242 of 294

TANK CONVERSION AND ASSOCIATED MECHANICAL WORKS AT


MANGALORE REFINERY PREMISES
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

c. Paint shall be applied into all comers.


d. Any runs or sags shall be brushed out.
e. There shall be a minimum of brush marks left in the applied paint.

f. Surfaces not accessible to brushes shall be painted by spray, daubers, or sheepskin.

5.7.8 For each coat the painter should know the WFT corresponding to the specified
OFT and standardize the paint application technique to achieve the desired WFT.
This has to be ensured in the qualification trial.

5.8 Drying of Coated Surfaces

5.8.1 No coat shall be applied until the preceding coat has dried. The material shall be
considered dry for re-coating when another coat can be applied without the development
of any film irregularities such as lifting or loss of adhesion of undercoats. Drying time
of the applied coat should not exceed maximum specified for it as a first coat; if it exceeds
the paint material has possibly deteriorated or maxing is faulty.

5.8.2 No paint shall be force dried under conditions which will cause chalking,
wrinkling, blistering formation of pores, or detrimentally affect the conditions of the
paint.

5.8.3 No drier shall be added to paint on the job unless specifically called for in the
manufacturer's specification for the paint.

5.8.4 Paint shall be protected from rain, condensation, contamination, snow and freezing until
dry to the fullest extent practicable.

5.9 Spot Repair of Damaged Primer

5.9.1 Where pre erection shop primer has been damaged at isolated localized spots during
handling and transportation, or after erection I welding, the repair of damaged coating
of pre-erection I pre-fabrication or shop primer shall be done as given below and as per
the Table 7.2 of this specification.

5.9.2 Repair of damaged inorganic zinc silicate pre-erection I pre-fabrication or shop primer
(F9) after erection I welding in the design temperature of -90°C to 400°C and damaged
silicone aluminum (F-12) pre-erection I pre-fabrication or shop primer after erection I
welding for design temperature range of 401 - 550 °C.

Surface Preparation: Quickly remove the primer from damaged area by mechanical
scraping and emery paper conforming to SSPC-SP-3 to expose the white metal.
Blasts clean the surface, if possible. Feather the primed surface over the intact adjacent
surface surrounding the damaged area by emery paper.

Page 12 of 64
Page 243 of 294

TANK CONVERSION AND ASSOCIATED MECHANICAL WORKS AT


MANGALORE REFINERY PREMISES
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

Primer coating: One coat of F-9 shall be applied wherever damage was observed on
pre• erection I pre fabrication or shop primer of inorganic zinc silicate coating (F-9).
Similarly one coat of F-12 shall be applied wherever damage observed on pre-
erection I pre• fabrication shop primer of silicone aluminum (F-12).

5.9.3 Wherever if damaged areas are found extensive and spread over large areas, then entire
pre-erection I pre-fabrication or shop primer shall be removed by blasting to achieve
SSPC-SP-10 then entire blasted surface shall be primed again with F-9 or F-12 as
applicable for the intended design temp. (See note under table 7.2).

5.10 Paint Application

5.10.1 Shop priming/pre-erection priming with F9 or F 12 shall be done only on blasted


Surface (SSPC-SP-10)

5.10.2 Shop priming I pre-erection priming with F9 or F12 shall be done only with airless
spray.

5.10.3 Assessment of Painting Requirement

The paint system to be applied for a specific job shall be arrived at sequentially as given
below:

- Identify the environment from area classification details and chose the appropriate
table.

- Identify the design temperature from the technical documents

- Identify the specific field paint system and surface preparation requirement from the
above identified table and temperature range.

- Identify the shop priming requirement from Table 7.1 based on compatibility of the
above paint system.

- Identify the need of repair of shop primer and execute as per Table 7 .2.

5.11 Documentation and Records

5.11.1 A written quality plan with procedure for qualification trials and for the Actual work
including test and inspection plan & procedure for approval before start of work.

5.11.2 Daily progress report with details of weather conditions, particu1ar of


Applications, no of coats and type of materials applied, anomalies, progress of
Work versus program.

Page 13 of 64
Page 244 of 294

TANK CONVERSION AND ASSOCIATED MECHANICAL WORKS AT


MANGALORE REFINERY PREMISES
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

5.11.3 Results of measurement of temperatures relative humidity, surface profile, film


thickness, holiday detection, adhesion tests with signature of appropriate authority.

5.11.4 Particulars of surface preparation and paint application during trials and during the
work.

5.11.5 Details of non-compliance, rejects and repairs.

5.11.6 Type of testing equipments and calibration.

5.11.7 Code and batch numbers of paint materials used.

The coating applicator must maintain a job record consisting of all the information as per
5.11.2 – 5.11.7 above as well as the approved procedure of work (5.11.1 above). The job
record consisting of information as required in accordance to 5.11.2 - 5.11.7 shall be
entered on daily basis and should be daily signed by Engineer-in-charge.

After completion of the job, along with the final documentation, contractor shall submit
the document for the total quantum of job carried out, quantity of paint used area wise /
equipment wise. Test certificates, stage wise inspection reports, manufacturer’s
guarantee certificate, stage wise inspection / witness certificate from paint manufacturer.

TABLE-1 (FOR CLAUSE 5.0)


SURFACE PREPARATION STANDARDS
VARIO US INTERNATIONAL REMARKS
SI. DESCRIPTION ST AND ARDS (EQUIV ALE NT)
No.
ISO 8501-1/ SSPC-SP, NACE,
SIS-OS 59 00 USA USA

1. Manual or hand tool cleaning ST.2 SSPC-SP-2 -- This method is


Removal of loose rust, loose mill scale applied when the
and loose paint, chipping, scrapping, surface is exposed
standing and wire brushing. Surface to normal
should have a faint metallic sheen atmospheric
2. Mechanical or power tool cleaning ST.3 SSPC-SP-3 --
conditions when
Removal of loose rust loose mill
other methods
scale and loose paint to degree
specified by power tool chipping, de- cannot
scaling, sanding, wire brushing and be adopted and
also for spot
grinding, after removal of dust, surface cleaning during
should have a pronounced metallic maintenance
sheen. painting
3. Dry abrasive Blast cleaning There are
four common zrades of blast cleaning
3.1 White metal SA3 SSPC-SP-5 NACE Where extremely
Blast cleaning to white metal #l clean surface can
cleanliness. Removal of all visible rust. be expected for
prolong life of
Mill scale, paint & foreign matter paint system.

Page 14 of 64
Page 245 of 294

TANK CONVERSION AND ASSOCIATED MECHANICAL WORKS AT


MANGALORE REFINERY PREMISES
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

VARIO US INTERNATIONAL REMARKS


SI. DESCRIPTION ST AND ARDS (EQUIV ALE NT)
No.
ISO 8501-1/ SSPC-SP, NACE,
SIS-OS 59 00 USA USA

100% cleanliness with desired surface


profile.
3·2 Near white metal SA 2\12 NACE The minimum
#2 requirement for
Blast cleaning to near white metal chemically
cleanliness, until at least 95% of each SSPC-SP-10 resistant paint
element of surface area is free of all systems such as
visible residues with desired surface epoxy, vinyl,
profile polyurethane
based and
inorganic zinc
silicate paints,
also for
conventional
paint systems used
under fairly
corrosive
conditions to
obtain desired life
of paint system.

3.3 SA2 N0.3 For steel


Commercial Blast SSPC-SP-6
required to be
Blast cleaning until at least painted with
two-third of each element of conventional
surface area is free of all paints for
visible residues with desired exposure to
surface profile. mildly
corrosive
atmosphere for
longer life of
the paint
svstems.
3.4 Brush-off Blast SA 1 N0.4
Blast cleaning to white metal SSPC-SP-7
cleanliness, removal of all
visible rust, mill scale, paint
& foreign matter. Surface
profile is not so imnortant

6.0 PAINT MATERIALS

Paint manufacturers shall furnish the characteristics of all paints materials on original
printed literature, along with the test certificate for all specified characteristics
given in this specification. All the paint materials shall be of first quality and conform
to the following general characteristics as per the tables 6.1, 6.2, 6.3 and 6.4.

Page 15 of 64
Page 246 of 294

TANK CONVERSION AND ASSOCIATED MECHANICAL WORKS AT


MANGALORE REFINERY PREMISES
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

PAINT MATERIALS
TABLE NO.6.1 PRIMERS
SI. DESCRIPTION P-2 P-4 P-6 P-7
No.
1 Technical name Chlorinated rubber Etch primer/ Epoxy zinc ZINGA,
Zinc Phosphate wash primer phosphate LOCKTITE or
primer. primer ZRC cold
zalvanizine
2 Type and Single pack, air Two pack Two One pack
composition drying chlorinated polyvinyl component Synthetic Resin
rubber based butyral polyamine based zinc
medium resin cured galvanizing
plasticised with medium epoxy resin containing min
unsaponifiable cured with medium, 92% of
plasticizer, phosphoric pigmented electrolytic zinc
pigmented with acid with dust of
zinc phosphate. solution zinc 99.95% purity.
pigmented phosphate.
with
zinc tetroxy
chromate.
3 Volume Solids %
40±3 10±1 50±1 37%
4 DFT (Dry Film
thickness) per coat 40-45 8-10 40-50 40-50µ
in microns
5 Theoritical
covering capacity 8-10 8-10 8-10 4m2/kg
in M2/coat/ litre
6 Weight per litre in
1.3±0.05 1.2±0.05 1.4±0.05 2.67 kg at 15°C
kgs/litre
7 Touch dry at 30°C
30 minutes 2 hrs. After 30 min. 10 minutes
(minimum)
8 Hard dry at 30°C
24 hrs. 8 hrs 24 hrs.
(maximum.) 8 hrs.
9 Overcoating
Min.: 8 hrs Min: 4-6 hrs. Min.:8hrs. Min.:4 hrs
interval
10 Pot life at 30°C for
Not Not
two 6 - 8 hrs. Unlimited
Annlicable applicable
component paints
11 Temperature
60°C NA 80°C 50°C
(Resistance
Drv service Drv service Drv service Drv service
(minimum)

Page 16 of 64
Page 247 of 294

TANK CONVERSION AND ASSOCIATED MECHANICAL WORKS AT


MANGALORE REFINERY PREMISES
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

PAINT MATERIALS
TABLE No. 6.2 FINISH PAINTS
Sl.
No. DESCRIPTION F-2 F-3 F-6A/B F-6C F-7
High build coal
Acrylic Chlorinated Epoxy -High Solvent
1 Technical Name Polyurethane rubber based Build less epoxy tar epoxy
Finish paint finish paint coating coating coating

F-6A Two-
pack
Aromatic
Single pack amine cured
epoxy resin Two pack,
plasticized cured with Two pack
Two-pack chlorinated medium polyamide cured
aliphatic suitably Amine
Type rubber based Adduct; epoxy resin
2 and medium with pigmented. blended with
composition isocynate cured catalyzed
acrylic finish chemical and F-6B : coaltar medium,
epoxy resin
paint weather polyamide suitably suitably
resistant cured epoxy pigmented pigmented
pigments. resin
medium
suitably
pigmented
3 Volume Solids% 40±3 38±2 60±3 99±1 65±3

DFT (Dry Film


4 thickness) per coat 30-40µ 30-40 100-125µ 200-500 100-125µ
in microns
Theoritical covering
5 capacity in 11-15 11-15 5-6 2-3 5.2-6.5
M2/coat/litre
Weight per liter in 1.15±0.03 l.15±0.03 1.42±0.03 1.40±0.03 1.40±0.03
6
kags/litre
7 Touch drv at 30°C 30 minutes 30 minutes. 3 hrs. 3 hrs. 4 hrs.
Hard dry at 30°C 8 hrs 16 Hrs 48 hrs
Full cure at 30°C 8 hrs 16 hrs
8 (for immersion/ 5 days 5 days
high

Over-coating 30 minutes 30 minutes 3 hrs. 3 hrs. 4 hrs.


9 interval at 30ºC

Pot life (approx.) at


10 30ºC for two 6-8 hrs. Not applicable 4-6 hrs 30 minutes 4-6 hrs.
component paints
120ºC
60ºC (Dry 125ºC
Temperature 80ºC Dry 80ºC Dry service),
11 Resistance Immersion Immersion
(minimum) service min service service 50ºC service
(Immersio
n service)

Page 17 of 64
Page 248 of 294

MRPL Marketing Terminal Project at Devangonthi, Bangalore


Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

PAINT MATERIALS
TABLE No.6.18 FINISH
Sl. PAINTS
No. DESCRIPTION F-8 F-9 F-11 F-12

Self priming Heat resistant


type surface synthetic Heat resistant
tolerant high medium
Inorganic zinc based two silicone
build epoxy Aluminium
1 Technical name coating silicate pack
coating Aluminium paint suitable
(complete rust paint suitable upto 500ºC dry
control temp
coating) upto 250ºC
dry temp
A two pack
air drying self
curing solvent
Two pack based
epoxy resin inorganic zinc Heat resistant
based suitable silicate synthetic Single pack
pigmented coating with medium silicone resin
and capable based two based
2 Type & composition of adhering to minimum pack medium with
80% zine
manually content on dry Aluminium Aluminium
prepared film. The paint suitable flakes
surface and final cure of upto 250ºC
old coating the dry film
shall pass the
MEK rub test
3 Volume Solids 78+3 60+3 38+0.03 20+2
DFT (Dry Film thickness)
4 100-125 65-75 15-20 15-20
per coat in microns
Theoretical covering
5 6.0-7.2 8-9 10-12 8-10
capacity in M2/coat/litre
Weight per liter in
6 1.41+0.03 2.3+0.03 0.95+0.03 1.00+0.03
kgs/litre
Touch dry at 30ºC
7 (maximum)
3 hrs. 30 minutes 3 hrs. 30 minutes

Hard dry at 30ºC 24 hrs 12 12 24 hrs


(maximum) Full cure 30ºC
8
(for immersion/high
temperature service) 5 days NA NA NA
Min. : 12 hrs.
9 Over-coating interval Min. : 10 hrs at 20ºC & 50% Min. 24 hrs Min.:24 hrs
RH
Pot life at 30ºC for two 4-6 hrs. Not Not
10 90 minutes
component paints applicable applicable
Temperature Resistance 80ºC Dry 400ºC Dry 250ºC Dry 500ºC Dry
11 service
(minimum) service service service

Page 18 of 64
Page 249 of 294

MRPL Marketing Terminal Project at Devangonthi, Bangalore


Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

PAINT MATERIALS
TABLE No.6.4 FINISH PAINTS
Sl.
No. DESCRIPTION F-14 F-15 F-16 F-17
Ambient
temperature
curing Poly
Two- Siloxane Two
component coating/High component
Epoxy build cold solvent free
phenolic applied type high
coating cured inorganic build epoxy
with copolymer phenolic/nova
Polyamine Polyamine based lac epoxy
1 Technical name cured coal tar adduct aluminium phenolic
epoxy hardner coating coating cured
system suitable for with
(primer + under Polyamine
intermediate insulation adduct
coat + finish coating of CS hardner
paint) and SS piping system
for high
temperature
service
Two
Two pack component
ambient Amercoat 738 solvent free
Specially temperature from PPG type high
formulated curing epoxy Protective & build epoxy
polyamine phenolic Marine phenolic/nova
cured coal tar
epoxy coating Coatings or lac epoxy
2 Type & composition system Intertherm phenolic
suitable for suitable for 751 CSA of coating cured
application application International with
under under (Akzo Nobel). Polyamine
insulation insulation of adduct
Note : 6
CS/SS piping hardner
system
3 Volume Solids % 70+3 70+3 60+2 98-100
DFT (Dry Film thickness)
4 per coat in microns 100-125 75-100 75-100 125-150
Theoretical covering
5 5-8 4-5 7.0-9.0 6.5-8
capacity in M2/coat/litre
Weight per liter in
6 1.45+0.03 1.65+0.03 1.3 1.7
kgs/litre (mix paint)
Touch dry at 30ºC
7 (maximum)
4 hrs. 3 hrs 1 hr 2 hrs

24 hrs 24 hrs 24 hrs


Hard dry at 30ºC
(maximum) Full cure 30ºC
8 16 hrs
(for immersion/high 168 hrs (7 168 hrs (7 168 hrs (7
temperature service)
days) days) days)

Page 19 of 64
Page 250 of 294

MRPL Marketing Terminal Project at Devangonthi, Bangalore


Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

Sl.
No. DESCRIPTION F-14 F-15 F-16 F-17
Min. : 36 hrs. Min. 16 hrs Min.: 16 hrs
Min. : 6 hrs
9 Over-coating interval Max. 21 days Max. Not Max. : 21
Max. 5 days
applicable days
Pot life at 30ºC for two 4-6 hrs.
10 component paints 4 hrs 1 hr 1 hr

-45ºC to 150ºC a) upto 400ºC


under for C. Steel &
insulation & S. Steel for
-45ºC to 125ºC immersion Intertherm 751
(Note : 5) CSA -45ºC to 150ºC
under
11 Temperature Resistance insulation and
for immersion
b) upto 480ºC service
immersion for C. Steel &
upto 600ºC for
S. Steel for
Amercoat 738

NOTES (for tables 6.1 to 6.4):

1. Covering capacity and DFT depends on method of application. Covering capacity


specified above is theoretical. Allowing the losses during application, min specified
OFT should be maintained.

2. All primers and finish coats should be cold cured and air drying unless otherwise
specified.

3. All paints shall be applied in accordance with manufacturer’s instructions for surface
preparation, intervals, curing and application. The surface preparation, quality and
workmanship should be ensured. In case of conflict between this specification and
manufacturer's recommendation, the same shall be clarified through EIL SMMS
department.

4. Technical data sheets for all paints shall be supplied at the time of submission
of quotations.

5. F-15: Two-component Epoxy phenolic coating cured with Polyamine adduct


hardener system (primer + intermediate coat + finish paint) suitable up to 225°C
(Intertherm 228 from M/s Akzo Nobel Coatings India Pvt Ltd. Bangalore). For all
other companies, the temperature resistance shall be a maximum of l 50°C.

6. F- 16: Ambient temperature curing epoxy poly siloxane Coating or high build
cold applied inorganic co-polymer based aluminum coating.

Page 20 of 64
Page 251 of 294

MRPL Marketing Terminal Project at Devangonthi, Bangalore


Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

Amercoat 738 from PPG Protective & Marine coatings. Mumbai, is suitable up to
480°C for CS surfaces and 600°C for SS surfaces.

Intertherm 751 from Akzo Nobel Coatings India Pvt Ltd. Bangalore, Inorganic co-
polymer cold applied Aluminum spray coating is suitable up to 400°C of CS &
SS surfaces

7.0 COATING SYSTEMS

The coating system should be selected based on the Plant location as given below:

Classification based on Plant Location:

a. Plant located in Inland area (more than 50 km from coast);


Environment Classification - Industrial

o For offsite areas: Table 9.0 to be followed

o For all unit areas including DM.CPP and Cooling Tower: Table 10.0 to be
followed

b. Plant located on sea coast or within 50 km from sea coast;


Environment classification- Industrial marine

- For offsite area, as well as all unit area including DM, CPP, Cooling Tower:
Table 10.0 to be followed

c. For external surface of above ground tanks, table 12.0 to be followed for
all locations (Inland or coastal)

NOTES:

1. Coating systems (Primers, Finish Paints etc.) based on


Area classification/environments/Applications are tabulated in Table 8.0 to
Table 17.0

2. Primers & Finish paints covered in Tables 8.0 to 17.0 are listed in Table 7.1.

3. Repair of Pre-Erection/Pre-Fabrication & Shop priming after erection/ welding


shall be done as per Table 7.2.

Page 21 of 64
Page 252 of 294

MRPL Marketing Terminal Project at Devangonthi, Bangalore


Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

TABLE 7.1 : LIST OF PRIMERS & FINISH COATS COVERED IN TABLE NOS. 8
TO 18.0
PRIMERS
P-2 Chlorinated rubber zinc Phosphate Primer
P-4 Etch Primer/Wash Primer
P-6 Two component Epoxy Zinc Phosphate Primer cured with polyamine hardner
P-7 Single pack, cold galvanizing compounds containing minimum 92% electrolytie zinc in
dry film. Make ZINGA, LOCKTITE (of HENKEL) or ZRC
FINISH COATS / PAINTS
F-2 Two component Acrylic – Polyurethane finish paint
F-3 Chlorinated Rubber finish paint
F-6A High Build Epoxy finish coating cured with polyamine hardener
F-6B High Build Epoxy finish coating cured with polyamine hardener
F-6C Solvent less Epoxy Coating cured with poly amine hardener
F-7 High build Coal Tar epoxy coating cured with polyamine hardener
F-8 Self priming surface Tolerant High Build epoxy coating, cured with polyamine hardener
F-9 Two component Inorganic Zinc Silicate coating
F-11 Heat resistant synthetic medium based Aluminium paint
F-12 Two component Heat resistant Silicone Aluminium paint
F-14 Specially formulated coal tar epoxy coating, cured with polyamine hardener
F-15 Two component Epoxy phenolic coating cured with Polyamine adduct hardener system
F-16 Engineered Epoxy poly Siloxane Coating or high build cold applied inorganic co-
polymer based aluminium coating
F-17 Two component solvent free type high build epoxy phenolic/novalac epoxy phenolic
coating cured with Polyamine adduct hardener system

TABLE 7.2 REPAIR OF PRE-ERECTON/PRE-FABRICATION OR SHOP PRIMER


AFTER ERECTION/WELDING
For all un-insulated CS, LTCS & low allow steel items in all Environments

Sl. Design Surface Coating Total DFT in Remarks


No. Temp. in ºC Preparation System Microns
(min.)
7.2.1 -90 to 400 SSPC-Sp-3 1 coat of F-9 65-75 See note
below and
clause 5.9.3

NOTES:

1. The application and repair of pre-erection/pre-fabrication or Shop Primer given in


above tables shall be done for all the items to be painted. In case the damages of primer
are severe and spread over large area. entire primer shall be removed by blasting to
achieve SSPC-SP-10 and surfaces to be primed again with F-9 or F-12 as applicable.

Page 22 of 64
Page 253 of 294

MRPL Marketing Terminal Project at Devangonthi, Bangalore


Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

TABLE 8.0 COATING SYSTEMS FOR GRATINGS, ROLLING & STATIONERY


LADDERS, SPIRAL STAIRWAYS AND HAND RAILS IN ALL
LOCATION

Sl. Design Coating System Total DFT in


No. Temp. in ºC Microns (min.)
8.1 Up to 60 Hot Dip Galvanizing to 80-85 microns (600-610 80 microns of finish
gm/m2) as per IS 4759, 2629, 4736, 2633 + 1 coat (excluding the
coat of P-6 @ 40 DFT/coat + 1 coat of F-2 @ 40 thickness of
microns DFT/coat galvanizing)

NOTES:

1. No galvanized specimen shall have thickness less than 80 microns.


2. Repair of the damaged area of galvanized coatings due to welding during erection
shall be carried out as per recommended practice IS 11759 using cold
galvanizing spray process. Organic Paint systems are not acceptable for repair.
3. After repair of damaged galvanized coating by Cold Galvanized, the repaired area
shall be top coated with paint system as given in Table 8.0 above (i.e., 1 coat of P-
6 @ 40µ DFT/coat + 1 coat of F-2 @40µ OFT/coat).
4. Approved Cold Galvanizing manufacturers are ZINGA, LOCKTITE or Z.R.C.

TABLE 9.0 COATING SYSTEMS FOR OFFSITE AREA (INLAND PLANTS)


For external surfaces of Un-insulated & above ground (atmospheric exposure)
Structures, Piping, Vessels, Equipments, Pumps, etc. (Note-1); (For Carbon
Steel, LTCS & Low Alloy Steel). See Note Below*

Sl. Design Surface Coating System (Post- Total Remarks


No. Temp in Preparation & erection/Field) Final
ºC Pre- Primer Finish Coat DFT in
erection/Shop Microns
Primer (min.)
9.1 -90 to -15 SSPC-Sp-10; 1 None None 65-75 No over-
coat of F-9 @ coating to be
65-75 DFT/coat done on F-9
9.2 -14 to 60 SSPC-SP-10; 1 None 1coat of F-2 @ 105.115 as it will
coat of F-9 @ 40 DFT/coat lead to mud
65-75 DFT/coat cracking.
9.3 61 to 80 SSPC-SP-10; 1 None 1 coat of F-2 @ 105-115
coat of F-9 @ 40 DFT/coat
65-75 DFT/coat
9.4 81 to 250 SSPC-SP-10; 1 None 2 coats of F-11 105
coat of F-9 @ @ 20
65-75 DFT/coat DFT/coat;
(2x20=40)

Page 23 of 64
Page 254 of 294

MRPL Marketing Terminal Project at Devangonthi, Bangalore


Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

9.5 251-400 SSPC-SP-10; 1 None 2 coats of F-12 105.115


coat of F-9 @ @ 20 DFT/coat
65-75 DFT/coat (2x20=40)
F-12 shall be
9.6 401 to SSPC-SP-10: 1 None 2 coats of F-12 60 ambient
550 coat of F-12 @ @ 20 DFT/coat temperature
20 DFT/coat (2x20=40) curing type.

* Flare line within unit or offsite areas shall be coated as per Clause 10.3 of Table 10.0, but
having finish coat of 2 coats of F-12.

NOTES:

1. The list of items given in the heading of the above table is not exhaustive. There may
be more items for a particular contract where these specifications are used. The
Contractor is fully responsible for completing painting including prefabrication primer
for all the items supplied and fabricated through his scope of work as per tender
document.

2. If the Pre-erection/Pre-fabrication & Shop Primer has already been completed, the
same shall not be repeated again in the field. In case the damages of primer are severe
and spread over large areas, the engineer-in-charge may decide & advise re-blasting
and priming again. Repair of pre• fabrication/pre-erection primer, if required, shall be
done as per Table 7.2.

3. In case of Paint systems as per SL Nos. 9.5 and 9.6, the color bands shall be applied
over the Aluminum paint as per the Color coding requirement for specific service of
piping given in Clause 19.0.

4. All coating system including surface preparation, primer, and finish coat for piping hall
is done at field only.

Page 24 of 64
Page 255 of 294

MRPL Marketing Terminal Project at Devangonthi, Bangalore


Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

TABLE 10.0 COATING SYSTEM FOR UNIT AREAS AS WELL AS DM, CPP,
COOLING TOWER OF INLAND PLANTS AND FOR ALL AREAS
(UNIT, OFFSITE, DM, CPP, ete.) OF COASTAL PLANTS

Sl. Design Surface Coating System (Post- Total Remarks


No. Temp in Preparation & erection/Field) Final
ºC Pre- Primer Finish Coat DFT in
erection/Shop Microns
Primer (min.)
10.1 -90 to -15 SSPC-SP-10; 1 None None 65-75 a) No over-
coat of F-9 @ coating to be
65-75 DFT/coat done on F-9
10.2 -14 to 80 SSPC-SP-10; 1 1 coat of 2 coats of F-6A 345-355 as it will lead
coat of F-9 @ P-6 @ 4 @ 100 DFT/coat to mud
65-75 DFT/coat DFT/coat + 1 coat of F-2 cracking.
@ 40 DFT/coat; b) F-12 shall be
(2x100+40=240) ambient
temperature
10.3 81 to 400 SSPC-SP-10; 1 None 2 coats of F-12 105-115 curing type
coat of F-9 @ @ 20 DFT/coat c) Finish coat
65-75 DFT/coat 2x20=40 including
10.4 401 to SSPC-SP-10; 1 None 2 coats of F-12 60 primer
550 coat of F-12 @ @ 20 DFT/coat compatible
20 DFT/coat (2x20=40) with finish
coat (i.e. field
primer) shall
be applied at
site only.
Finish
coating is not
permitted at
equipment
manufacture
shop.

NOTES:

1. The list of items given in the heading of the above table is not exhaustive. There may
be more items for a particular contract where these specifications are used. The
Contractor is fully responsible for completing painting including prefabrication primer
for all the items supplied and fabricated through his scope of work as per tender
document.

2. If the Pre-erection/Pre-fabrication& Shop Primer has already been completed, the same
shall not be repeated again in the field. In case the damages of primer are severe and
spread over large areas, the engineer-in-charge may decide & advise re-blasting and
priming again. Repair of pre- fabrication/pre-erection primer, if required, shall be done
as per Table 7 .2.
Page 25 of 64
Page 256 of 294

MRPL Marketing Terminal Project at Devangonthi, Bangalore


Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

3. For external surface of MS chimney with or without refractory lining and for internal
surface without refractory lining, paint system as per 10.3 above shall be followed.

4. For external surface of RCC Chimney, 2 coats of F-6 @ 100µ DFT/coat to obtain total
DFT of 200 µ shall be applied after proper surface preparation as per guidelines in 5.1.6.

5. In case of paint systems as per SL Nos. 10.3 and 10.4, the color bands shall be applied
over the Aluminum paint as per the Color coding requirement for specific service
of piping given in Clause 19.0.

6. All coating system including surface preparation, primer, and finish coat for piping
shall be done at site/field only.

TABLE 11.0 COATING SYSTEMS FOR EFFLUENT TREATMENT PLANT (ETP)

Sl. Design Surface Coating System Total Remarks


No. Temp. in Preparation Primer Finish Coat DFT in
ºC Microns
(min.)
11.1 For Internal Surfaces of CS/MS Items: Bio-sludge sump, Filter feed sump, Process sump,
Sanitary sump, Transfer sump, Sludge, Slop oil tank, scrapping mechanism in Clarifier
-14 to 80 SSPS-SP-10 1 coat of F- 2 coats of F-6A 305-315
9 @ 65-75 @ 100 DFT/coat
DFT/coat of F-2 @ 40
DFT/coat;
(2x100+40+240)
11.2 For Internal Surfaces of CS/MS Items: Bio-sludge sump, Filter feed sump, Process sump,
Sanitary sump, Transfer sump, Sludge, Slop oil tank, scrapping mechanism in Clarifier
-14 to 80 SSPS-SP-10 1 coat of F- 3 coats of F-6A 365-375 Note:1
9 @ 65-75 @ 100 DFT/coat
DFT/coat (3x100+300)
11.3 All R.C.C./concrete surfaces exposed to effluent water / liquid such as tanks, structures,
drains etc. in Process sump, TPI separator (Process and Oil), Aeration Tank and Transfer
sump etc.
-14 to 80 Blast Epoxy Screed lining 3mm Epoxy
cleaning to screed lining
SSPC-SP shall be
guide lines applied as
and Acid per specific
etching with manufacturer
10-15% HCI and
acid Engineer-in-
followed by Charge
thorough instructions
Page 26 of 64
Page 257 of 294

MRPL Marketing Terminal Project at Devangonthi, Bangalore


Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

water
washing
11.4 C.S/M.S Dual media filters (Internal), Chemical dosing tanks (internal) such as Di-
Ammonium Phosphate (DAP) and Urea
Up to 60 SSPC-SP-10 Natural Rubber Lining (As per 4.5mm Natural
IS 4682, Part 1) Rubber
lining shall
be applied as
per specific
manufacturer
and
Engineer-in-
Charge
instructions

NOTES :

1. The paint /coating manufacturers shall provide their Quality control test certificate of
coating materials (F-6A) for immersion service of the exposed effluent given in 11.2.

TABLE 12.0 EXTERNAL COATING SYSTEMS FOR UNINSULATED CARBON


STEEL AND LOW ALLOY STEEL STORAGE TANKS (For all plant
locations, coastal or inland)
All Process Units & Off-sites
Sl. Desig Surface Coating System Total Remarks
No. n Preparatio Primer Finish Coat DFT in
Temp. n (Field) Micron
in ºC s (min.)
12.1 All external surfaces of shell, wind girders, appurtenances, roof tops of all above ground
tank including top side of external and internal floating roof and associated external
structural works
12.1.1 -14 to SSPS-SP-10 1 coat of F- 2 coats of F- 345-355 F-6 should be
80 9 @ 65-75 6A @ 100 suitable for
DFT/coat + DFT/coat + occasional water
1 coat of P- 1 coat of F-2 immersion
6 @ 40 @ 40
DFT/coat; DFT/coat;
12.1.2 81 to SSPS-SP-10 1 coat of F- 1 coat of F- 280 -
150 15 primer @ 15 finish
80 DFT/coat coat @ 80
+ 1 coat of F- DFT/coat +
15 1 coat of F-2
intermediate @ 40
coat @ 80 DFT/coat;
DFT/coat;

Page 27 of 64
Page 258 of 294

MRPL Marketing Terminal Project at Devangonthi, Bangalore


Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

Sl. Desig Surface Coating System Total Remarks


No. n Preparatio Primer Finish Coat DFT in
Temp. n (Field) Micron
in ºC s (min.)
12.1.3 151 to SSPC-SP-10 1 coat of F- 2 coats of F- 105 or -
500 9 @ 65-75 12 @ 20 115
DFT/coat DFT/coat Or
1 coat of F-
16 @ 50
DFT/coat
12.2 External surfaces of bottom plate (soil side) for all storage tanks
12.2.1 -14 to SSPC-SP-10 1 coat of F- 3 coats of F- 365-375 F-7 should be
80 9 @ 65-75 7 @ 100 suitable for
DFT/coat DFT/coat immersion service of
(3x100=300 the products given
)
12.2.2 81 to SSPC-SP-10 1 coat of F- 1 coat of F- 240 -
150 15 primer @ 15 finish
80 DFT/coat coat @ 80
+ 1 coat of F- DFT/coat
15
intermediate
coat @ 80
DFT/coat ;
(80+80=160
)
12.2.3 151 to SSPC-SP-10 1 coat of F- 1 coat of F- 250 -
550 16 @ 125 16 @ 125
DFT/coat DFT/coat
12.3 For underside of the bottom plate (in case tank is not lifted during PWHT) (see Note 2c)
12.3.1 -180 to For CS 1 coat of 2 coats of 350-400 Products form
650 SSPC SP-6 inert inert JOTUN or HI-
Commercial polymeric polymeric TEMP coating or
Blast matrix matrix SK
For SS coating @ coating @ FORMULATION
SSPC SP-1 125 125 S are recommended
with non-
chloride
solvent

NOTES:

1. All paint coating application including primer for tankage shall be carried out at
field after erection and completion of all welding.

2. For underside of bottom plate:


a) Painting shall be carried out before laying of bottom plate for tanks with Non-

Page 28 of 64
Page 259 of 294

MRPL Marketing Terminal Project at Devangonthi, Bangalore


Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

Post Weld Heat Treatment (PWHT).


b) For tanks with PWHT, painting shall be carried out after PWHT.
c) In case tank is not lifted during PWHT then painting shall be applied before laying of
bottom plate, clause no. 12.3.l shall be followed.

Caution: PWHT temperature shall not exceed 650°C.

TABLE 13.0 INTERNAL COATING SYSTEMS FOR CARBON STEEL AND LOW
ALLOY STORAGE TANKS

All Process Units & Off-sites


Coating System Total
Design Surface DFT in
Sl. No. Temp. in Preparation Microns Remarks
ºC (Field) Primer Finish Coat
(min.)
13.1 CRUDE OIL, ATF, TURPENTINE OIL, LUBRICATING OIL AND VEGETABLE OIL
13.1.1 -14 to 90 SSPC-SP-10 1 coat of F- 1 coat of F-15 240-300 -
15 primer intermediate
@ 80 coat @ 80
DFT/coat DFT/coat + 1
coat of F-15
finish coat @
80 DFT/coat;
13.2 PETROLEUM PRODUCTS & INTERMEDIATES like LDO, HSD, GAS OIL, FEEDS
of FCC-PC, FCC-LCO, VGO-HDT, ISOM, DHDT, REFORMATE, DCU, NHT &
GASOLINE, NAPHTHA, ISOMERATE AND KEROSENE.
Underside of Floating roofs, internal surface of cone roof, inside of bottom plate, internal
surfaces of Bare shell for full height, underside of floating roof, oil side surfaces of
pontoons, support structures and ladders etc.
13.2.1 -14 to 45 SSPC-SP-10 1 coat of F- - 75 Note-2
9 @ 75
DFT/coat
13.2.2 46 to 90 SSPC-SP-10 1 coat of F- 1 coat of F-15 240-300 -
15 primer intermediate
@ 80 coat @ 80
DFT/coat DFT/coat + 1
coat of F-15
finish coat @
80 DFT/coat;
13.3 POTABLE AND FIRE WATER
All internal surfaces, accessories and roof structures of Cone and Dome roof tanks

Page 29 of 64
Page 260 of 294

MRPL Marketing Terminal Project at Devangonthi, Bangalore


Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

Coating System Total


Design Surface DFT in
Sl. No. Temp. in Preparation Microns Remarks
ºC (Field) Primer Finish Coat
(min.)
13.3.1 -14 to 45 SSPC-SP-10 1 coat of P- 2 coats of F-6A 300-350 Note-4
6 @ 100 @ 100
DFT/coat DFT/Coat;
(2x100=200)
13.4 DE-MINERALIZED (DM) WATER
All internal surfaces, accessories and roof structures of Cone and Dome roof tanks
13.4.1 -14 to 60 SSPC-SP-10 1 coat of P- 2 coats of F-6C 400-450 -
6 @ 100 @ 200
DFT/coat DFT/coat;
(2x200=400)
13.4.2 61 to 150 SSPC-SP-10 1 coat of F- 1 coat of F-15 240-300 -
15 primer intermediate
@ 80 coat @ 80
DFT/coat DFT/coat + 1
coat of F-15
finish coat @
80 DFT/coat;
(80+80=160)
13.5 HYDROCHLORIC ACID (HCI) 10%
All internal surfaces, accessories and roof structures of Cone and Dome roof tanks
13.5.1 -14 to 60 SSPC-SP-10 None Natural Rubber 4.5 mm -
Lining
13.6 AGGRESSIVE SOLVENTS LIKE HEXANE, HEXENE, BENZENE, XYLENE AND
TOLUENE
All internal surfaces, accessories and roof structures of Cone and Dome roof tanks
13.6.1 -14 to 65 SSPC-SP-10 1 coat of - 75 -
F-9 @ 75
DFT/coat
13.7 ETHYLENE CLYCOL (EG) TANKS
Internal shell-full height, bottom plate, underside of roof and all accessories
13.7.1 All SSPC-SP-10 None 3 coats of vinyl 225 -
chloride co-
polymer
AMERCOAT
23 @ 75/coat;
(3x75+225)
13.8
13.8.1 -14 to 90 SSPC-SP-10 1 coat of F- 1 coat of F-15 240 -
15 primer intermediate
@ 80 coat @ 80
DFT/coat DFT/coat + 1
coat of F-15

Page 30 of 64
Page 261 of 294

MRPL Marketing Terminal Project at Devangonthi, Bangalore


Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

Coating System Total


Design Surface DFT in
Sl. No. Temp. in Preparation Microns Remarks
ºC (Field) Primer Finish Coat
(min.)
finish coat @
80 DFT/coat;
(80+80=160)
13.10 VACUUM RESIDUE, FUEL OIL, DRY SLOP, BITUMEN AND OTHER HIGH
TEMPERATURE HYDROCARBON LIQUIDS
Underside of floating roof, internal surface of cone roof, bottom plate, inside of bare shell
– including wetted and non wetted surfaces, oil side surfaces of deck plates, oil side
surfaces of pontoons, roof structure, structural steel and ladders
13.10.1 Up to SSPC-SP-10 1 coat of F- 1 coat of F-17 375 Note:3
150ºC 17 primer intermediate
@ 125 coat @ 125
DFT/coat DFT/coat + 1
coat of F-17
finish coat @
125 DFT/coat;
(125+125=250)
13.11 ALKALIS UP TO 505 CONCENTRATION
All internal surfaces, accessories and roof structures of Cone and Dome roof tanks
13.11.1 Up to 60 SSPC-SP-10 1 coat of F- 2 Coats of F-6 280-100 -
ºC 15 primer A @ 100
@ 80 DFT/coat;
DFT/coat (2x100=200)

NOTES:

1. All paint coating application including primer shall be carried out after erection and
completion of all welding work at site.

2. F-6A should be suitable and resistant for immersion service for the respective
Hydrocarbons.

3. This system can be used where maximum operating temperature is below 150°C
and design temperature is up to 200°C. Cases of operating temperature > 150°C are
not covered in this spec; such cases shall be covered in the job specifications.

4. F-6 A shall be suitable for drinking water service and should have competent
authority certification.

Page 31 of 64
Page 262 of 294

MRPL Marketing Terminal Project at Devangonthi, Bangalore


Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

TABLE 14.0 COATING SYSTEMS FOR EXTERNAL SIDE OF


UNDERGROUND CARBON STEEL PLANT PIPING AND
UNDERGROUND VESSELS.

Coating System Total


Sl. Design Surface DFT in
Temp. Preparation Microns Remarks
No. in ºC (Field) Primer Finish Coat
(min.)
14.1 Underground carbon steel plant piping
1 layer of
coaltar tape
coating @
2mm + 1
coat of
SSPC-SP- synthetic
10; fast drying The primer DFT
primer 25 @ is not measurable
1 coat of Reconciliation
synthetic DFT/coat +
14.1.1 25 to 35 - 1 layer of 4 mm primer shall be
fast drying done by coverage
primer 25 coal tar tape
coating @ of maximum to
@ sq.m/litre
DFT/coat 2mm/layer
as per EIL
Standard
Specification
No.6-79-
0011
1 coat of F-
SSPC-SP- 17
10; intermediate
66 to coat @ 125
14.2.1 - 1 coat of F- DFT/coat + 375 -
150 17 primer 1 coat of F-
@ 125 17 finish
DFT/coat coat @ 125
DFT/coat
SSPC-SP-
10; 1 coat of F-
151 to 1 coat of F- 16 finish
14.2.2 - coat @ 125 250 -
400 16 primer
@ 125 DFT/coat
DFT/coat
14.3 External side of un-insulated underground storage vessels
SSPC-SP-
10; 3 coats of F-
-40 to
14.3.1 1 coat of F-9 - 7 @ 100 365-375 -
80 DFT/coat
@ 65-75
DFT/coat

Page 32 of 64
Page 263 of 294

MRPL Marketing Terminal Project at Devangonthi, Bangalore


Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

Coating System Total


Sl. Design Surface DFT in
Temp. Preparation Microns Remarks
No. in ºC (Field) Primer Finish Coat
(min.)
1 coat of F-
SSPC-SP- 17
10; intermediate
coat @ 125
14.3.2 81-150 1 coat of F- - DFT/coat + 375 -
17 primer @ 1 coat of F-
125 17 finish
DFT/coat coat @ 125
DFT/coat
SSPC-SP-
10; 1 coat of F-
1 coat of F- 16 finish
14.3.3 151-400 - coat @ 125 250 -
16 primer @
125 DFT/coat
DFT/coat

TABLE 15.0 COATING UNDER INSULATION (COASTAL OR INLAND PLANTS).


ALL UNITS AREAS & OFF-SITES
For insulated Piping, Equipments, Storage vessels, tanks, Columns etc
of Carbon Steel, LTCS, Low Alloy Steel & Stainless Steels.

Coating System Total


Sl. Design Surface DFT in
Temp. Preparation Finish Microns Remarks
No. in ºC (Field) Primer Coat (min.)
15.1 Carbon steel, LTCS and low Alloy steel Piping
SSPC-SP- 2 coats of
-45 to 10; 1 coat of 1 coat of F- F-15 @ 75
15.1.1 F-15 @ 75 15 @ 75 DFT/coat; 225-250 -
120 DFT/coat
DFT/coat (2x75=150)
SSPC-SP-
10; 2 coat of F-
121- 12 @ 20
15.1.2 1 coat of F- None DFT/coat; 60 -
540
12 @ 20
DFT/coat (2x2=40)

Page 33 of 64
Page 264 of 294

MRPL Marketing Terminal Project at Devangonthi, Bangalore


Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

Coating System Total


Sl. Design Surface DFT in
Temp. Preparation Finish Microns Remarks
No. in ºC (Field) Primer Coat (min.)
Carbon steel, LTCS and low Alloy steel – Storage vessels, Reactors, Columns &
15.2 Equipments
SSPC-SP-
10; 2 coats of
-45 to 1 coat of F- F-15 @ 75
15.2.1 1 coat of F- 15 @ 75 DFT/coat 225-250 -
120 DFT/coat
15 @ 75 (2x75+150)
DFT/coat
Temporary
oil based Thermally Sprayed
121 to varnish Aluminium coating
15.2.2 coatings to (TSAC) Refer - -
540 be provided
for transport ANNEXURE-I
and storage
15.3 Stainless Steel (SS) including Alloy-20 piping (Note:2)
1 coat of 2 coats of Products from
For CS inert inert JOTUN or HI-
-180 to SSPC SP-6 polymeric polymeric TEMP coatings or
15.3.1 Zero Commercial matrix matrix 350-400 SK
Blast coating @ coating @ FORUMATIONS
125 125 are recommended
If the piping &
equipments are
SSPC-SP-10 already erected
(15-25 then surface shall
1 coat of F- 1 coat of F- be prepared by
surface 15
0 to profile) 15 finish cleaning with
15.3.2 intermediate coat@80 240 emery paper and
125 coat @ 80
1 coat of F- DFT/coat; wash/flush with
15 @ 80 DFT/coat chloride free DM
DFT/coat water followed by
wiping with
organic solvent
SSPC-SP-10
126 to 1 coat of F- 1 coat of F- Not recommended
15.3.3 None 16 @ 125 250 for operating
400 16 @ 125 temperature
DFT/coat DFT/coat
SSPC-SP-
10; 1 coat of 1 coat of
401 to Amercoat Between
15.3.4 Amercoat None 738@125 250
600 738@ 125 60-120ºC
DFT/coat DFT/coat
Coating system for Cyclic Service of Carbon Steel, LTCS, Low Alloy Steel & Stainless
15.4 Steel

Page 34 of 64
Page 265 of 294

MRPL Marketing Terminal Project at Devangonthi, Bangalore


Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

Coating System Total


Sl. Design Surface DFT in
Temp. Preparation Finish Microns Remarks
No. in ºC (Field) Primer Coat (min.)
SSPC-SP-10
(15-25 1 coat of F- 1 coat of F- Apcothern EPN
-40 to surface 15 15 finish 200 of M/s Asian
15.4.1 profile) intermediate coat @ 80 240 Paints Ltd OR
150 coat @ 80
1 coat of F- DFT/coat; Equivalent
15 @ 80 DFT/coat
DFT/coat
For CS
SSPC SP-6
Commercial 1 coat of 2 coats of Products from
Blast inert inert JOTUN or HI-
- 180 polymeric polymeric TEMP coatings or
15.4.2 For SS matrix matrix 350-400 SK
to 650
SSPC-SP-1 coating @ coating @ FORMULATIONS
with non- 125 125 are recommended
chloride
solvent
15.5 No painting is required for insulated Monel, Incoloy and Nickel Lines

NOTES:

1. "Cyclic Service" is characterized by rapid temperature fluctuation.


2. The blast cleaning abrasives for SS and Alloy steel surfaces shall be Aluminum
oxide grits/shots or garnet.
3. In case of overlapping of temperature ranges as mentioned in 15.4.l and 15.4.2, clause
15.4.1 shall be followed.

TABLE 16.0 COATING SYSTEM FOR CARBON STEEL COMPONENTS OF


COOLERS I CONDENSERS (INTERNAL PROTECTION) FOR FRESH
WATER SERVICE
Fresh Water boxes, channels, partition plates, end covers and tube sheets etc.

Coating System Total


Sl. Design Surface DFT in
Temp. in Preparation (Post-erection / Field) Remarks
No. ºC & Pre- Microns
Primer Finish Coat (min.)
Page 35 of 64
Page 266 of 294

MRPL Marketing Terminal Project at Devangonthi, Bangalore


Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

erection/Sho
p Primer
Up to 80 SSPC-SP-10 1 coat of F-15 2 coats of F-
16.1 @ 80 microns 15 @ 80 240 -
ºC DFT/coat;
1 coat of
Glass Fibre
SSPC-SP-10 Reinforced
16.2 80 to 140 - Novolac 1500 -
epoxy of 1.5
mm DFT

TABLE 17.0 COATING SYSTEM (INTERNAL PROTECTION) FOR GALVANIZED


OR NON FERROUS OR STAINLESS STEEL/DUPLEX STAINLESS
STEEL COMPONENTS OF COOLERS/ CONDENSERS FOR FRESH
WATER SERVICE
Surface Coating System
Preparation Total
Sl. Design (Post-erection / Field) DFT in
Temp. in & Pre- Microns Remarks
No. ºC erection/Sho Primer Finish Coat (min.)
p Primer
Sweep 1 coat of F-15 1 coat of F-15
17.1 Up to 80 Blasting @ 80 @ 80 160 -
DFT/coat; DFT/coat;
1 coat of
Sweep Glass Fibre
Blasting Reinforced
17.2 80 to 140 - Novolac 1500 -
epoxy of 1.5
mm DFT

18.0 STORAGE

18.1 All paints and painting materials shall be stored only in rooms to be arranged by
contractor and approved by Engineer-in-charge for the purpose. All necessary
precautions shall be taken to prevent fire. The storage building shall preferably be
separate from adjacent building. A signboard bearing the word "PAINT STORAGE -
NO NAKED LIGHT - HIGHLY INFLAMABLE" shall be clearly displayed
outside. Manufacturer's recommendation shall be followed for storage of paint
materials.

19.0 COLOUR CODE


The following color coding system shall be followed. However alternate color coding
may also be followed as per Owner's color coding practice/scheme.

Page 36 of 64
Page 267 of 294

MRPL Marketing Terminal Project at Devangonthi, Bangalore


Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

19.1 IDENTIFICATION
The system of color coding consists of a ground color and secondary color bands
superimposed over the ground color. The ground color identifies the basic nature of the
service and secondary color band over the ground color distinguishes the particular
service. The ground color shall be applied over the entire length of the un-insulated
pipes. For insulated lines ground color shall be provided as per specified length and
interval to identify the basic nature of service and secondary color bands to be painted
on these specified length to identify the particular service. Above color code is
applicable for both unit and offsite pipelines.

COLOUR CODING

SR. SERVICE RECOMMENDED COLOUR RAL COLOUR COADE


No. FOR PAINT SYSTEM BASE BAND
COLOUR COLOUR
HYDROCARBON LINES (UNINSULATED)
1 CRUDE SOUR Dark Admiralty grey with 1 7012 2011
orange band
2 CRUDE SWEET Dark Admiralty grey with 1 red 7012 3001
band
3 LUBE OILS Dark Admiralty grey with 1 green 7012 6010
band
4 FLARE LINES Heat Resistant Aluminium 9006
5 LPG Orange with 1 oxide red band 2011 3009
6 PROPYLENE Orange with 2 blue bands 2011 5013
7 NAPTHA Orange with 1 green band 2011 6010
8 M.S. Orange with 1 dark admiralty grey 2011 7012
band
9 A.V. GASOLINE (96 Orange with 1 band each of green, 2011 6010 9010 3001
RON) white and red bands
10 GASOLINE (regular, Orange with 1 black band 2011 9005
leaded)
11 GASOLINE (premium, Orange with 1 blue band 2011 5013
leaded)
12 GASOLINE (white) Orange with 1 white band 2011 9010
13 GASOLINE (Aviation Orange with 1 red band 2011 3001
100/130)
14 GASOLINE (Aviation Orange with 1 purple band 2011 4006
115/145)
15 N-PENTANE Orange with 2 blue bands 2011 5013

Page 37 of 64
Page 268 of 294

MRPL Marketing Terminal Project at Devangonthi, Bangalore


Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

SR. SERVICE RECOMMENDED COLOUR RAL COLOUR COADE


No. FOR PAINT SYSTEM BASE BAND
COLOUR COLOUR
16 DIESEL OIL (White) Oxide red with 1 white band 3009 9010
17 DIESEL OIL (Black) Oxide red with 1 yellow band 3009 1023
18 KEROSENE Oxide red with 1 green band 3009 6010
19 HY. KEROSENE Oxide red with 2 green bands 3009 6010
20 DISUFIDE OIL (EX- Oxide red with 1 black band 3009 9005
MEROX)
21 M.T.O. Oxide red with 3 green bands 3009 6010
22 DHPPA Oxide red with 2 white bands 3009 9010
23 FLUSHING OIL Oxide red with 2 black bands 3009 9005
24 LAB FS Oxide red with 2 dark admiralty 3009 7012
grey bands
25 LAB RS Oxide red with 3 dark admiralty 3009 7012
grey bands
26 LAB (Off. Spec) Oxide red with 1 light grey band 3009 7035
27 N-PARAFFIN Oxide red with 1 blue band 3009 5013
28 HEAVY ALKYLATE Oxide red with red band 3009 3001
29 BELOW DOWN. Off white / Aluminum with 1- 9006 8004
VAPOR LINE Brown band
30 BLOWDOWN Off white /Aluminum with 2 9006 8004
brown bands
31 A.T.F. Leaf brown with 1 white band 8003 9010
32 TOULENE Leaf brown with 1 yellow band 8003 1023
33 BENZENE Leaf brown with 1 green band 8003 6010
34 LAB PRODUCT Leaf brown with 1 blue band 8003 5013
35 FUEL OIL Black with 1 yellow band 9005 1023
36 FUEL OIL (Aromatic Black with 2 yellow bands 9005 1023
rich)
37 ASPHALT Black with 1 white band 9005 9010
38 SLOP AND WASTE Black with 1 orange band 9005 2011
OILS
39 SLOP AROMATICS Black with 2 orange bands 9005 2011
CHEMICAL LINES
40 TRI-SODIUM Canary yellow with 1 violet band 1012 5000
PHOSPHATE
41 CAUSTIC SODA Canary yellow with 1 black band 1012 9005
42 SODIUM CHLORIDE Canary yellow with 1 white band 1012 9010
43 AMMONIA Canary yellow with 1 blue band 1012 5013

Page 38 of 64
Page 269 of 294

MRPL Marketing Terminal Project at Devangonthi, Bangalore


Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

SR. SERVICE RECOMMENDED COLOUR RAL COLOUR COADE


No. FOR PAINT SYSTEM BASE BAND
COLOUR COLOUR
44 CORROSION Canary yellow with 1 Aluminum 1012 9006
INHIBITOR band
45 HEMAMETA Canary yellow with 2 black bands 1012 9005
PHOSPHATE
46 ACID LINES Golden Yellow with 1 red band 1012 3001
47 RICH AMINE Canary yellow with 2 blue bands 1012 5013
48 LEAN AMINE Canary yellow with 3 blue bands 1012 5013
49 SOLVENT Canary yellow with 1 green band 1012 6010
50 LCS Canary yellow with 1 smoke grey 1012 7031
WATER LINES
51 RAW WATER Sky blue with 1 black band 5015 9005
52 INDUSTRIAL Sky blue with 2 signal red band
5015 3001
WATER
53 TREATED WATER Sky blue with 1 oxide red band 5015 3009
54 DRINKING WATER Sky blue with 1 green band 5015 6010
55 COOLING WATER Sky blue with 1 light brown band 5015 1011
56 SERVICE WATER Sky blue with 1 signal red brown 5015 3001
57 TEMPERED WATER Sky blue with 2 green bands 5015 6010
58 DM WATER Sky blue with 1 aluminum band 5015 9006
59 DM WATER ABOVE Sky blue with 2 black bands 5015 9005
150º F
60 SOUR WATER Sky blue with 2 yellow bands 5015 1013
61 STRIPPED WATER Sky blue with 2 blue bands 5015 5013
62 ETP TREATED Sky blue with 2 oxide red bands 5015 3009
WATER
FIRE PROTECTION SYSTEM (ABOVE GROUND)
63 FIRE WATER FOAM Post office red 3002
& EXTINGUISHERS
AIR & OTHER GAS LINES (UNINSULATED)
64 SERVICE AIR Sea green with 1 signal red band 6018 3001
65 INSTRUMENT AIR Sea green with 1 black band 6018 9005
66 NITROGEN Sea green with 1 orange band 6018 2011
67 FREON Sea green with 1 yellow band 6018 1023
68 CHLORINE Canary yellow with 1 oxide band 1012 3009
69 SO2 Canary yellow with 2 white bands 1012 9010
70 H2S Orange with 2 red oxide bands 2011 3009
71 GAS (Fuel) Orange with 1 aluminum band 2011 9006
Page 39 of 64
Page 270 of 294

MRPL Marketing Terminal Project at Devangonthi, Bangalore


Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

SR. SERVICE RECOMMENDED COLOUR RAL COLOUR COADE


No. FOR PAINT SYSTEM BASE BAND
COLOUR COLOUR
72 GAS (Sour) Orange with 2 aluminum bands 2011 9006
73 GAS (Sweet) Orange with 2 signal red band 2011 3001
74 HYDROGEN Orange with 1 light green band 2011 6021
STEAM AND CONDENSATE LINES (UNINSULATED)
75 HP STEAM Off white / Aluminum with 1 9006 1023
yellow band
76 MP STEAM Off white / Aluminum with 1 red 9006 3001
band
77 MLP STEAM Off white / Aluminum with 1 9006 2011
orange band
78 LP STEAM Off white / Aluminum with 1 light 9006 6021
green band
79 CONDENSATE Sky blue with 1 white band 5015 9010
80 CONDENSATE Sky blue with 3 oxide red band 5015 3009
ABOVE 150º F
81 BFW Sky blue with 2 red bands 5015 3001
Note : For all insulated steam lines, the colour coding shall be follow as given for un-insulated lines
with the specified length of color bands.
INSULATED HYDROCARBON PIPING
82 IFO SUPPLY 1 Black ground colour with 1 9005 1023
yellow band in centre
83 IFO RETURN Black ground colour with 1 green 9005 6010
band in centre
84 HPS Black ground colour with 1 red 9005 3001
band in centre
85 BITUMEN Black ground colour with 2 red 9005 3001
bands in centre
86 CLO Black ground colour with 1 brown 9005 8004
band in centre
87 VB TAR Black ground colour with 1 blue 9005 8004
band in centre
88 VR AM (BITUMEN / 1 Black ground colour with 2 blue 9005 5013
VBU FEED) bands in centre
89 VR BH 1 Black ground colour with 2 blue 9005 5013
bands in centre
90 VAC. SLOP 1 Black ground colour with 1 9005 9010
white band in centre
91 SLOP 1 Black ground colour with 1 9005 2011
orange band in centre

Page 40 of 64
Page 271 of 294

MRPL Marketing Terminal Project at Devangonthi, Bangalore


Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

SR. SERVICE RECOMMENDED COLOUR RAL COLOUR COADE


No. FOR PAINT SYSTEM BASE BAND
COLOUR COLOUR
92 CRUDE SWEET 1 Dark admiralty grey ground 7012 3001
colour with 1 red band in centre
93 CRUDE OUR 1 Dark admiralty grey ground 7012 2011
colour with 1 orange band in
centre
94 VGO/ HCU 1 Oxide red ground colour with 2 3009 7011
steel grey bands in centre
95 OHCU BOTOM / 1 Oxide red ground colour with 2 3009 7011
FCCU FEED steel grey bands in centre
UNINSULATED EQUIPMENTS, TANKS AND STRUCTURES
96 HEATER Steel grey 7011
STRUCTURE
97 HEATER CASING Heat resistant aluminium 9006
98 VESSELS & Aluminium 9006
COLUMNS
99 HYDROGEN Pink 3014
BULLETS
100 LPG VESSELS Oxide red 3009
101 SO2 VESSEL Canary yellow 1012
102 HEAT EXCHANGER Heat resistant aluminium 9006
103 FO TANK AND HOT Black 9005
TANKS
104 ALL OTHER TANKS Aluminum / Off white 9006
Golden yellow 1004
106 SOUR WATER Sky Blue 5015
107 OUTER SURFACE IN Heat resistant aluminum 9006
BOILER HOUSE
108 COMPRESSORS AND Dark admiralty grey 7012
BLOWERS
109 PUMPS Navy blue 5014
110 MOTORS & SWITCH Bluish green 5024
GEAR
111 HAND RAILING Signal red 3001
112 STAIRCASE, Black 9005
LADDER AND
WALKWAYS
113 LOAD LIFTING Leaf brown 8003
EQUIPMENT AND
MONORAILS ETC

Page 41 of 64
Page 272 of 294

MRPL Marketing Terminal Project at Devangonthi, Bangalore


Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

SR. SERVICE RECOMMENDED COLOUR RAL COLOUR COADE


No. FOR PAINT SYSTEM BASE BAND
COLOUR COLOUR
114 GENERAL Black 9005
STRUCTURE
PIPES AND FITTINGS OF ALLOY STEEL AND SS MATERIAL IN STORE
115 IBR Signal red 3001
116 9Cr-1Mo Verdigris green 6021
117 5Cr-0.5Mo Satin blue 5012
118 2 ¼ Cr-1Mo Aircraft yellow 1026
119 1 ¼ Cr-Mo Traffic Yellow 1023
120 SS-304 Dark blue grey 5008
121 SS-316 Dark violet 4005
122 SS321 Navy blue 5014
SAFETY COLOUR SCHEMES
123 DANGEROUS Black and alert orange band 9005 2008
OBSTRUCTION
124 DANGEROUS OR Alert orange 2008
EXPOSED PARTS OF
MACHINERY

Note: All LPG service PSVs shall be painted Deep Blue.

All drains & Vents shall be painted in Main line color.


The color code scheme is for identification of piping service group, It consists of a
ground color and 1 / 2 color bands.

19.2 Ground Color

On uninsulated pipes, the entire pipe has to be painted in ground color., and on metal cladded
insulated lines, minimum 2M long portion should be painted.

19.3 Color Bands


Location of color bands:
• At Battery Limits
• Intersection points & change of direction points in piping
• Midway of piping section, near valves, across culverts
• At 50 M interval on long stretch pipes
• At starting and termination points.

Minimum width:

Page 42 of 64
Page 273 of 294

MRPL Marketing Terminal Project at Devangonthi, Bangalore


Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

NB Width

3" and below 75mm


Above 3" to 6" NB X 25MM
Above 6" to 12" NBX 18MM
Above 12" NBX 15 MM

!!! Note: For insulated pipes, NB indicatesOD of the insulation.

Sequence:
Color bands shall be arranged in sequence showing Table above and the sequence
follows the direction of flow. The width of the 1•1 Band to 2nd band is 4:1,

!!! Note:
Wherever deemed required by Process Department or Safety, pipes handling hazardous
substances will be given hazard marking of 30 mm wide diagonal stripes of Black and Golden
Yell ow as per IS : 2379.

19.4 Special Camouflage Painting for Uninsulated Crude and Product Storage
Tanks.

Paint specification shall be as per standards.

Camouflage painting scheme for Defense requirement in irregular patches will be


applied with 3 colors

Dark Green Light green Medium Brown


5 3 2

The patches shall be irregular and asymmetrical and inclined at 30 to 60 Degrees.


Patches should be continuous at surface meeting lines I points.
Slits / holes shall be painted in dark green shade.
Width of patches shall be 1 to 2 meters.

19.5 Identification Markings on Equipment / Piping

Equipment tag Numbers shall be Stenciled I neatly painted using normal 'Arial'
Lettering Style on all equipment and piping (Both insulated & uninsulated) after

Page 43 of 64
Page 274 of 294

MRPL Marketing Terminal Project at Devangonthi, Bangalore


Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

completion of all paint works. Lettering colour shall be either BLACK or WHITE,
depending upon the background, so as to obtain good contrast.

Operations Group shall specify location


Sizes shall be:
Columns, Vessels, Heaters: 150mm
Pumps and other M/c 50 mm
Piping OD I 2 with Maximum l 00 MM
Storage Tanks (As per Drawings)

19.6 Color Coding for Control Valve

a) Carbon Steel Body - Light grey

Alloy Steel Body - Canary yellow

Stainless Steel Body - Natural

b) The actuator of the Control valve shall be painted as :


Direct action (open on air failure) valves - Green
Reverse acting (close on air failure) valves - Red

The painting Status shall be comprehensively updated every 6 months for compliance.

19.7 Colour Coding for Structural & Others

Sl. Item Color Indicative


No
1 Pipe rack structurals Dark Admiraltry
Grey
2 Chequered Plate (Both faces) Black
3 Grating Black
4 Ladder Rungs & Railing Vertical Posts Black
5 Hand Rail, Middle rail, Toe Plate Signal Red
6 Ladder Vertical Posts Signal Red
7 Building Structurals, Steel Columns, Dark Admiratry
brackets, beams, bracings, roof trusses, Grey
purlings, side girts, louvers, stringers
8 OverHead Monorail Signal Red
9 Gantry Girder & Monorail Dark Green
10 Monorail Stopper Plates Signal Red
11 Coke Cutting System Signal Red
Page 44 of 64
Page 275 of 294

MRPL Marketing Terminal Project at Devangonthi, Bangalore


Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

Sl. Item Color Indicative


No
12 EOT/HOT Cranes Canary Yellow
13 Transformers & Battery room structurals Dark Admiraltry
Grey
14 Electrical Motors Dark Blue

20.0 IDENTIFICATION OF VESSELS, PIPING ETC

20.1 Equipment number shall be stencilled in black or white on each vessel, column,
equipment & machinery (insulated or uninsulated) after painting. Line number in
black or white shall be stencilled on all the pipe lines of more than one location as
directed by Engineer-In-Charge; Size of letter printed shall be as below:

Column & Vessels 150mm (high)


Pump, compressor & other machinery 50mm (high)
Piping 40-150 mm

20.2 Identification of Storage Tanks

The storage tanks shall be marked as detailed in the drawing.

22.0 QUALITY CONTROL, INSPECTION AND TESTING

22.1 All painting materials including primers and thinners brought to site by contractor
for application shall be procured directly from manufactures as per specifications
and shall be accompanied by manufacturer's test certificates. Paint formulations
without certificates are not acceptable (see section 24.0).

22.2 The contractor must produce Test Certificate from Pre Qualified Paint
Manufacturer for various tests as detailed out in section 25.1 of this document,
for each batch & for each category of product. The Engineer-in-Charge shall have
the right to test wet samples of paint from each batch at random for verifying quality of
paint supplied. Contractor shall arrange to have such tests, when called for by Engineer-
in-Charge, performed at his cost any one of the independent laboratories listed in the
25.1 of this document.

Samples for the test will be drawn at random in presence Engineer-in-Charge or


his representations. Following tests to be carried out if called for by Engineer-in-
Charge:

Page 45 of 64
Page 276 of 294

MRPL Marketing Terminal Project at Devangonthi, Bangalore


Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

Specific Gravity
% solids by weight (% zinc content in case of inorganic or organic zinc primer)
Drying time (touch dry & full curing)
Adhesion
Flexibility
Hardness
Storage stability (pot life)

Test methods for above tests shall be as per relevant ASTM or ISO Standard.

22.3 The painting work shall be subject to inspection by Engineer-In-Charge at all


times. In particular, following stage-wise inspection will be performed and
contractor shall offer the work for inspection and approval of every stage before
proceeding with the next stage. The record of inspection shall be maintained in the
registers. Stages of inspection are as follows:

(a) Surface preparation


(b) Primer application
c) Each coat of paint

During surface preparation, following tests are to be carried out:

- Test for absence oil & grease after degreasing before blasting as per procedure given
in sec 6.7 of Annexure-I of this specification (specification for thermally
sprayed Alwninium Coating).
- Tests for surface finish of blasted surface shall be done by visual inspection using
SSPC- VIS 1. Clear cellophane tape test as per ISO 8502-3 shall be used to confirm
absence of dust on blasted surface. Checks shall be done on each component at least
once per 200 m2 of blasted surface and minimum of 3 checks per shift.
- Test for presence of soluble salt as per method ISO 8502-9. Maximum allowable salt
content shall be considered 20 mg/m2 (2 mg/cm"), Checks shall be done on
each component at least once per 200 m2 of blasted surface and minimum of 3 checks
per shift. In case salt exceeds specified limit, the contaminated surface shall be cleaned
by method as per Annexure-C of IS 12944-4 (water cleaning). After cleaning surface
shall be retested for salt after drying.
- Blast profile measurement +This shall be done as described in sec 6.2 of Annexure-I
of this specification (Specification for thermally sprayed Aluminum).
- Test for blasting Media and Blasting air- this shall be done as described in sec 6.6
of Annexure-I of this specification (Specification for thermally sprayed Aluminum).

In addition to above, record should include type of shop primer already applied on
equipment e.g., zinc silicate, or zinc rich epoxy, or zinc phosphate.

Page 46 of 64
Page 277 of 294

MRPL Marketing Terminal Project at Devangonthi, Bangalore


Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

Any defect noticed during the various stages of inspection shall be rectified by the
contractor to the entire satisfaction of Engineer-In-Charge before proceeding further.
Irrespective of the inspection, repair and approval at intermediate stages of work,
contractor shall be responsible for making good any defects found during final
inspection/guarantee period/defect liability period as defined in general condition of
contract. Dry film thickness (OFT) shall be checked and recorded after application of
each coat and extra coat of paint should be applied to make- up the OFT specified
without any extra cost to owner, the extra coat should have prior approval of
Engineer-in-charge.

22.4 Primer Application

After surface preparation, the primer should be applied to cover the crevices, corners,
sharp edges etc. in the presence of inspector nominated by Engineer-In-Charge.

22.5 The shades of successive coats should be slightly different in color in order to
ensure application of individual coats, the thickness of each coat and complete
coverage should be checked as per provision of this specification. This should be
approved by Engineer-In• Charge before application of successive coats.

22.6 The contractor shall provide standard thickness measurement instrument with
appropriate range(s) for measuring.

Dry film thickness of each coat, surface profile gauge for checking of surface profile in
case of sand blasting. Holiday detectors and pinhole detector and protector whenever
required for checking in case of immersion conditions.

22.7 Prior to application of paints on surfaces of chimneys, the thickness of the individual
coat shall be checked by application of each coat of same paint on M.S.test panel. The
thickness of paint on test panels shall be determined by using gauge such as 'Elkometer'.
The thickness of each coat shall be checked as per provision of this specification. This
shall be approved by Engineer-In-Charge before application of paints on surface of
chimney.

22.8 At the discretion of Engineer-In-Charge, the paint manufacturer must provide the
expert technical service at site as and when required. This service should be free of cost
and without any obligation to the owner, as it would be in the interest of the
manufacturer to ensure that both surface preparation and application are carried out as
per their recommendations. The contractor is responsible to arrange the same.

Page 47 of 64
Page 278 of 294

MRPL Marketing Terminal Project at Devangonthi, Bangalore


Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

22.9 Final inspection of finished coating shall consist of measurement of:


1) Paint dry film thickness (DFT),
2) Adhesion, and,
3) Holiday detection check as well as for finish and workmanship.

1) Coating DFT measurement shall be as per ISO 2808. Type II electromagnetic


gauges should be used for ferrous substrates. OFT gauge calibration, number of
measurement shall be as per SSPC-DA 2. Measured OFT shall be within + 10%
of the dry film thickness, specified in the specifications.

2) Adhesion of the primer to the steel substrate and intercoat adhesion of the
subsequent coat(s) after curing for at least a week after application of the topcoat
shall be examined by a knife test in accordance with ASTM D 6677. For the knife
test, if the rating is better than 8, the adhesion is considered acceptable. The
adhesion is destructive and tested areas shall be repaired afterward using the spot
repair procedure. Alternatively, the applicator may perform the adhesion test on a
steel coupon coated using the same surface preparation and coating application
procedure as the work piece. Adhesion testing shall be carried out for each
component at least once per 200 m2 (2000 ft2) of coated surface.

3) Holiday testing shall be conducted in accordance with NACE SP 0188. For


immersion services, 100% of coated area shall be inspected for holidays. For
atmospheric exposure,10% of coated area which must include weld seams,
comers and edges to be holiday tested. Voltage at which test is to be carried out
will depend upon OFT of coating being tested and shall be as per NACE SP 0188.
Any holiday is unacceptable and should be marked and repaired immediately.

22.10 The contractor shall arrange for spot checking of paint materials for Specific gravity,
glow time (ford cup) and spreading rate.

22.11 Final Inspection of coating system

A final inspection shall be conducted prior to the acceptance of the work. The coating
contractor and the facility owner shall both be present and they shall sign an agreed
inspection report. Such reports shall include:
General
- Names of the coating contractor and the responsible personnel
- Dates when work was performed

Coating Materials
- Information on coating materials being applied
- Condition of coating materials received

Page 48 of 64
Page 279 of 294

MRPL Marketing Terminal Project at Devangonthi, Bangalore


Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

Environmental Conditions
- Weather and ambient conditions
- Coating periods

Surface Preparation
- Condition of surface before preparation
- Tools and methods used to prepare surface
- Condition of surface after preparation

Coating Application
- Equipment used
- Mixing procedure prior to application
- Coating application techniques use

Testing
- Type and calibration of inspection instruments used
- Type of quality control tests performed, and results.

23.0 GUARANTEE

23.1 The contractor shall guarantee that the chemical and physical properties of paint
materials used are in accordance with the specifications contained herein/to be
provided during execution of work.

24.0 QUAIFICATION CRITERIA OF PAINTING CONTRACTOR / SUB


CONTRACTOR

Painting contractor who is awarded any job for MRPL, Projects under this standard
must have necessary equipments, machinery, tools and tackles for surface
preparation, paint application and inspection. The contractor mush have
qualified, trained and experienced surface preparator, paint applicator, inspector
and supervisors. The contractor supervisor, inspector, surface preparator and paint
applicator must be conversant with the standards referred in this specification.

25.0 QUALIFICATION/ACCEPTANCE CRITERIA FOR PAINT COATING


SYSTEM

25.1 Pre-Qualification of Paint Coating Manufacturer and his Products

Page 49 of 64
Page 280 of 294

MRPL Marketing Terminal Project at Devangonthi, Bangalore


Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

Paint Coating manufacture meeting the following requirements shall be considered for
supply of their products. Contractor is advised to select coating manufacturer. Only
after obtaining prequalification from MRPL for the manufacturer based on following
requirements. Even those manufacturers, whose names are appearing elsewhere in the
tender document, under the list of MRPL Recommended or Approved Vendors",
will also be required to meet the following prequalification requirements.

- Manufacturer should have been in continuous business of paint coating formulation


and manufacturer for at least past 5 years.

- Manufacturer should posses past experience of supplying his products to


hydrocarbon processing industry or offshore platforms in the past 5 years.

- Coating manufacturer should have supplied at least 10000 liter of an individual


product to hydrocarbon processing industry or offshore platform.

- The manufacturer’s manufacturing procedure & QA/QC system shall meet ISO
9001 requirements and preferably should posses ISO 14000 certificate.

- The Quality control set up should be manned by qualified paint technologists whose
bio data should be sent along with quality control organization chart.

- Pre-Qualification Testing:
- Manufacturer should have got his products tested at least one time in last 3 years at
a reputed independent laboratory for the following test items. Test certificates
which are more than 3 years old will not be considered.

Test Test Method


Specific gravity ASTM D 1475
Dipping properties ASTM D 823
Film characteristics -
Solids content by weight ASTM D 2369
Drying time ASTM D 1640
Flexibility ASTM D 1737/ D 522
Hardness ASTM D 3363
Adhesion ASTM D 2197
Abrasion resistance ASTM D 968/ D 1044
DFT/coat As per SSPC guidelines
Storage Stability ASTM D 1849
Resistance to moisture vapour permeability for 2000 hrs ASTM D 2247
Cyclic Test for the duration of 4200 h (25 cycles a 168 ISO 7253, ASTM G53
hours)
Page 50 of 64
Page 281 of 294

MRPL Marketing Terminal Project at Devangonthi, Bangalore


Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

Test Test Method


% Zn in Dry film for Inorganic Zinc Silicate primer -
Chemical Resistance test ASTM D 543
- 10% & 40% NaOH (applicable only for F-6 & F-15)
- 10% H2SO4 (applicable only for F-6 & F-15)
- 10% Nitric Acid test (applicable only for F-6 & F-15)
- Benzene / Toluene (applicable only for F-6 & F-15)
- Kerosene (applicable only for F-6 & F-15)
- Sea water (applicable only for F-6 & F-15)
- MIBK test (applicable only for F-6 & F-15)
Resistance to water using water immersion (applicable only ASTM D 870
for F-6, F-7,F-8, F-14 & F-15)
Dry Heat Resistance test
(applicable only for F-9, F-6A/B, F-2, F-15, F-16,
polysiloxane, heat resistance Al silicone)
Thermal shock resistance test ASTM D2485 - 91
(only for F-9, F-6, polysiloxane)

Each coating product to be qualified shall be identified by the following

1. An infrared scan (fingerprint), for Part A and B, each component as per


ASTM D262
2. Specific gravity of Base and curing agent (Ref. ISO 2811)
3. Ash content (ASTM D1650), volatile and non-volatile matters (ISO 3251)
of Each component

The identification shall be carried out on the batch, which is used for the Pre•
qualification testing. Pre-qualification of the products shall be carried out at an
independent laboratory.

Test shall be carried out at any one of the following laboratories and tests to be
witnessed & certified by third party inspection agency (TUV, BY, DNV).
IICT, Hyderabad
HBTI, Kanpur
DMSRDE, Kanpur
BIS Laboratories
UICT, Matunga, Mumbai
RITES, Kolkata
PDIL, Sindri
NTH, Kolkata
Contractor shall furnish to MRPL for approval/ acceptance of all necessary
documents/information including test certificates to prove that the paint
Page 51 of 64
Page 282 of 294

MRPL Marketing Terminal Project at Devangonthi, Bangalore


Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

manufacturers, from whom he intends to procure paint products, meet the various
requirements for fulfilling the pre-qualification criteria as given under section 25.l
above. The paint manufacturer shall be qualified and approved for supply after
review/assessment of the submission made by the contractor.

25.2 Information to be furnished during delivery of coating system:

Contractor along with delivery of paint material has to furnish following information
from paint manufacturer to MRPL for acceptance/approval of products.

a) Batch test certificates (Batch Testing)

Along with delivery to site of the paint products from pre-qualified coating
manufacturer. Contractor has to produce test certificate from paint manufacturer for
each batch and for each category of product for the following test items. Test to be
witnessed & certified by third party inspection agency. All test results must mention
clearly the batch no. and category of product tested. Tests to be conducted for following
properties:

- Infrared scan for Part A and B, each component


- Specific Gravity
- % solids by weight (% zinc content in case of inorganic or organic zinc primer)

b) Product information sheet/ technical data sheet for each category of product.

26.0 METHOD OF SAMPLING & DISPATCH FOR LABORATORY TESTING


(Pre-Qualification tests (sec. 25.1), Batch testing (sec. 25.2) and Inspection testing
(sec. 22.0))

26.1 Samples of coating materials should be submitted to the Govt. laboratory in sealed
containers with batch no. and test certificate on regular format of manufacturer’s testing
laboratory. The sampling shall be certified and sealed by a certifying agency.

26.2 All test panels should be prepared by Govt. testing agency colored photographs of
test panels should be taken before and after the test and should be enclosed along with
test report.

Sample batch no. and manufacturer’s test certificate should be enclosed along with
the report. Test report must contain details of observation and rusting if any, as per the
testing code.

Page 52 of 64
Page 283 of 294

MRPL Marketing Terminal Project at Devangonthi, Bangalore


Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

26.3 Manufacturers should intimate the company, details of sample submitted for testing,
name of Govt. testing agency, date, contact personnel of the govt. testing agency. At
the end of the test the manufacturer should submit the test reports to the company for
approval.

26.4 Coating systems for panel test shall be decided after discussion with MRPL.

Page 53 of 64
Page 284 of 294
MRPL Marketing Terminal Project at Devangonthi, Bangalore
Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

ANNEXURE-I

SPECIFICATION FOR THERMALLY SPRAYED ALUMINIUM (TSA) COATING

1.0 SCOPE

The following sections outlines the requirement of supply, application and testing
of thermally sprayed aluminum coatings (TSAC) for corrosion protection of
insulated carbon steel piping and equipments with design temperature not exceeding
540 ° C.

2.0 ITEMS TO BE THERMALLY SPRAYED

Steel Structures/equipments to be protected by TSAC shall be as per Tables 15.0


of this standard specification. Structures, components thermally sprayed shall not
have any uncoated area or shall not be in mechanically connected by flanges etc to any
uncoated bare steel work. Such adjacent areas to TSA coated areas, if not coated
by TSA shall have suitable paint coating system as per the standard specification.

3.0 TSAC REQUIREMENTS

3.1 Surface Preparation

All the parts to be sprayed shall be degreased according to SSPC-SP 1. The absence of
oil and grease after degreasing shall be tested by method given elsewhere in the
specification (Refer Sec. 6.7). Thereafter the surface to be abrasive blasted to white
metal finish as per NACE l/SSPC-SP 5 for marine and immersion service. Using
SSPC VIS I, it is to be visually assessed that the blast cleaned surface meets
requirement of SSPC-SP 5. Thereafter clear cellophane tape test as per ISO 8502-3
shall be used to confirm absence of dust on the blasted surface. Finally blasted surface
shall be tested for presence of soluble salts as per method ISO 8502-9. Maximum
allowable salt content shall be considered 50mg/m2. (5 micrograms/cm2). In case salt
content exceeds specified limit. The contaminated surface shall be cleaned by method
as per Annex C of IS 12944-4 (Water Cleaning). After cleaning the surface shall be
retested for salt content after drying. Testing shall be carried out at least on each
component, once per 200 m2 and a min of 3 times per shift during progress of work.

The blasting media shall be either chilled iron or angular steel grit as per SSPC-AB-3
of mesh size G-16 to G-40. Copper, Nickel slag, Garnet or Aluminum Oxide as
abrasives will also be suitable having mesh size in the range of Gl6 to G24 (10-30
mesh), conforming to SSPC-AB-1. Mesh size shall be required as appropriate to the
anchor tooth depth profile requirement and blasting equipment used. The blasted
surface should be having angular profile depth not less than 65 microns with sharp
angular shape but shall not exceed 85 microns. The profile depth shall be measured
according to NACE standard RP 0287 (Replica Tape) or ASTM D 4417 method B
(Profile depth gauge).

Page 54 of 64
Page 285 of 294
MRPL Marketing Terminal Project at Devangonthi, Bangalore
Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

For manual blasting one profile depth measurement shall be taken every 10-20 m2 of
blasted surface.

Surface preparation shall be completed in one abrasive blast cleaning operation


wherever possible.

If rust bloom (visual appearance of rust) appears on the blast cleaned surface before
thermal spraying, the affected area shall be reblasted to achieve specified degree of
cleanliness after which only thermal spraying shall commence.

Air blasting pressure at nozzle shall be normally maintained at 100 psi. Air pressure
and media size should be reduced and adjusted to preclude damage/distortion to
thin gauge materials. Blasting time on work piece should be adjusted to only clean
the surface and cut required anchor tooth with minimum loss of metal. Blast angle
should be as close to perpendicular as possible but in no case greater than ± 30
° from perpendicular to work surface. Blasting media must be free of debris,
excessive fines, and contaminants such as NaCl and sulfur salts (Ref. SEC 6.0 of this
Spec). Blast cleaning shall not be performed when the surfaces to be blasted are wet or
less than 5°C above dew point temperature or when the relative humidity in the vicinity
of the work is greater than 90%.

3.1. l Blasting Equipment

The TSAC applicator shall use mechanical (centrifugal wheel) or pressure pot blast
cleaning equipment and procedures. Suction blasting equipment shall not be used.
Sec 6.6.2 shall be used to validate clean and dry air.

3.1.2 Feed Stock

The feed stock shall be in the form of wire. The feed stock shall be 99.5% aluminum
of commercial purity grade, its composition shall be in accordance with requirement of
BS 1475 or ASTM B833 or ISO 209-1 type Al (wrought aluminum and aluminum
alloys, wire). Wire shall be supplied in protective wrapping indicating batch number
and other details.

3.1.3 Thickness Requirement

The nominal thickness of finished TSAC shall be 250 microns having minimum value-
of225 microns at low thickness areas (valleys) and not more than 275 microns at peak
areas.

The finished thickness shall be measured using SSPC-PA 2 type 2 fixed probe
gauge (Magnetic Gauge).

3.1.4 Coating Bond Strength Requirement

Page 55 of 64
Page 286 of 294
MRPL Marketing Terminal Project at Devangonthi, Bangalore
Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

The TSAC coating shall have a minimum individual tensile-bond strength value of
1000 psi for flame sprayed and 1500 psi for arc sprayed coating with an average of
2000 psi for arc sprayed coatings. Minimum tensile bond strength should be achieved
by proper anchor tooth profile of blasted surface, laying down the TSA thickness in
multiple passes and carrying out TSA application under controlled environment

3.1.5 Porosity

All thermally sprayed metallic coatings will have porosity. For thermally sprayed
aluminum coatings porosity shall not exceed 15% of total surface area for flame
sprayed coating and 8% for arc spray coating.

4.0 THERMAL SPRAYAPPLICATIONPROCEDURE

Items in the atmospheric zone to be coated by TSA shall be applied by either Flame
spray or Arc spray method only. For coating under insulation, application shall be by
arc wire method.

4.1 Equipment Set Up

4.1.1 Thermal spray equipment shall be set up calibrated, operated (1) according to
manufacturer instructions/technical manuals and also TSAC applicators refinement
thereto and (2) as validated by Procedure Qualification (Sec 7 .0 of this specification).

4.1.2 Spray Parameters

Spray parameters (see 4. I .3 below) and thickness of each crossing pass shall be set
and shall be validated with bend test (See 6.5 of this Spec).

4.1.3 Spray Parameters

Spray Parameters Method of Application


Arc wire Spray Flame Wire Spray
Arc voltage
27 V -
Air pressure 80 psi 80 psi
Steel surface cleanliness NACE-1 white metal NACE-1 white metal /
or Near white metal
Steel surface profile 75 microns (minimum) 75 microns (min.)
Arc current 250-280A -
Coating thickness 225 microns (nominal) 225 microns (Nominal)
Coating adhesion >1500 psi (Total coating), see 3.1.4 >1000 psi
Coating porosity Less than 80% Less than 15%
Spray distance (spray 6-8” 5-7”
Gun work piece)

Page 56 of 64
Page 287 of 294
MRPL Marketing Terminal Project at Devangonthi, Bangalore
Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

Spray Parameters Method of Application


Spray Pass width 40 mm 20 mm

The above parameters to be validated with a bend test by the contractor before start of
work (for details of bend test see Sec 6.5 of this Spec).

4.2 Post Blasting Substrate Condition and Thermal Spraying Period.

4.2.1 The steel surface temperature shall be at least 5°C above dew point of ambient air
temperature.

Steel substrate surface temperature shall be recorded by with a contact pyrometer.


Thermal spraying should commence within 15 minutes from the time of completion of
blasting

4.2.2 Holding Period

Time between the completion of final anchor tooth blasting and completion of
thermal spraying of blasted surface should be no more than four hours. If within this
period rust bloom appears Sec 4.4. l of this specification will apply.

4.3 Pre-Heating

For flame spraying, the initial starting area of 1-2 square feet to be preheated to
approx.120°C to prevent condensation of moisture in the flame on the substrate.
For arc spraying the preheating is not required.

4.4 Thermal Spraying

Spraying should commence only after validation of equipment set up by


procedure qualification test and spray parameter validation tests described in
Sec 7.0 and 6.5 respectively. Thermal spraying must commence within 15
minutes from the time of completion of blast cleaning

The specified coating thickness shall be applied in several crossing passes. The coating
bond strength is greater when the spray passes are kept thin. Laying down an
excessively thick spray pass increases the internal stresses in TSAC and decreases the
bond strength of total TSAC. The suitable thickness for crossing passes shall be
determined by procedure qualification test described in Sec 7.0 of this specification.

For manual spraying, spraying to be done in perpendicular crossing passes to minimize


thin spots in coating. Approx. 75-100 microns of TSAC shall be laid down in each
pass.

Page 57 of 64
Page 288 of 294
MRPL Marketing Terminal Project at Devangonthi, Bangalore
Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

The surface geometry of the item or area to be sprayed should be inspected before
application. The spraying pass and sequence shall be planned according to following.

o Maintain Gun as close to perpendicular as possible and within ± 30° from


perpendicular to the substrate.
o Maintain nominal standoff distance and spray pass width as given below:

Spray method Standoff (Inches) Spray pass width


Arc Wire 6-8 1 ½ (40mm)
Flame Wire 5-7 ¾ (20mm)

4.4.1 Rust Bloom (Visual appearance of rust or Discoloration)

If Rust bloom appears on the blasted surface before thermal spraying, the affected area
shall be reblasted to achieve the specified level of cleanliness.

If Rust bloom in form of discoloration, or any blistering or a degraded coating appears


at any time during application of TSAC, then spraying shall be stopped and acceptable
sprayed area shall be marked off. The unsatisfactory areas shall be repaired to the
required degree of surface cleanliness and profile.

Blast the edges of the TSAC to provide for 2-3" feathered area overlap of the new work
into existing TSAC.

Then apply TSAC to the newly prepared surfaces and overlap the existing TSAC to the
extent of feathered edge so that overlap is a consistent thickness.

4.4.2 Masking

Masking all those parts and surfaces which are not required to be thermally
sprayed as instructed by purchaser should be inspected by applicator to ensure that
they are properly marked and covered by purchaser.

Complex geometries (flanges, valve manifolds, intersections) shall be masked by


applicator to minimize overspray i.e. TSAC applied outside spray parameters
(primarily gun to substrate distance and spray angle).

4.4.3 TSAC Finish

The deposited TSAC shall be uniform without blisters, cracks, loose particles, or
exposed steel as examined with 10 X magnification.

5.0 SEALER

Sealant shall be applied after satisfactory application of TSAC and completion of all
testing and measurements of the finished TSAC as per Sec 6.0 of this specification.

Page 58 of 64
Page 289 of 294
MRPL Marketing Terminal Project at Devangonthi, Bangalore
Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

For shop work Sealer shall be applied immediately after thermal spraying and for field
work sealer shall be applied within 8 hours. The sealcoat shall be thin enough to
penetrate into the body of TSAC.

The sealant shall be Silicone Alkyd Aluminum paint having OFT not more than 3540
micron. Typically seal coat shall be applied at a spreading rate resulting in theoretical
38 microns OFT. The seal coat shall be applied in accordance with SSPC-PA 1
and the paint manufacturer instruction for sealing.

6.0 TESTING AND MEASUREMENT SCHEDULE

6.1 Surface Finish

That the blasted cleaned surface meets the required criteria (NACE 1/SSPC-SP
5) shall be visually inspected using SSPC-VIS 1. The clear cellophane-tape test as
per ISO 8502-3 shall be used to confirm absence of dust or foreign debris on the cleaned
surface. Checks shall be done on each component at least once per 200 m2 of blasted
surface and minimum of 3 checks per shift.

6.2 Blast Profile Measurement: (In-Process testing during actual production before
application of TSA coating)

The angular profile depth measurement shall be done by profile tape as per method
NACE Standard RP 0287 or ASTM 0 4417 method B (Profile depth gauge
micrometer). Spot measurement shall be carried out every 15m2 of blasted
surface. At each spot three measurements shall be taken over an area of 10
cm2 and average of measurements to be recorded and reported.
If profile is <65 microns blasting shall continue till greater than 65 microns depth
profile is achieved.

6.3 TSAC Thickness (In-Process Testing For finished coating during regular production)

6.3.1 TSAC finished thickness shall be measured using SSPC-PA 2 type 2 fixed probe gauge.

6.3.2 For flat surfaces, measurements shall be taken along a straight measurement
line, one measurement line for every 15 m2 of applied TSAC shall be
selected along which 5 measurements to be taken at 25 mm internal and average to
be reported.

6.3.3 For curved surface or complex geometry, 5 measurements shall be taken at a spot
measuring 10 cm2 in area. One spot to be taken for every 15 m2 of applied TSAC
area.

6.3.4 The TSAC thickness in surface changes or contour changes, welds and attachments
shall be also measured and reported.

Page 59 of 64
Page 290 of 294
MRPL Marketing Terminal Project at Devangonthi, Bangalore
Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

6.3.5 If TSAC is less than specified minimum thickness, apply additional TSAC until
specified thickness range is achieved.

6.3.6 All locations and values of TSAC thickness measurements shall be recorded in Job
Record (JR).

6.4 Tensile Bond Testing (In-Process testing for finished coating during regular
production)

- Tensile Bond strength of the TSAC finish coat shall be determined according
to ASTM D 4541 using a self-aligning adhesion tester.

- One measurement shall be made every 50 m2• If tensile bond at any individual
spot is less than 1 000 psi for flame sprayed coating and 1500 psi for arc sprayed
coating the degraded TSAC shall completely removed and reapplied.

- The tensile bond portable test instrument to be calibrated according to ASTM C 633

6.5 Bend Tests

Bend test shall be carried out at beginning of each work shift. Bend tests shall
also be conducted on sample coupons before start of thermal spraying work to qualify
the following as mentioned earlier in this specification.

- To qualify spray parameters and thickness of each crossing pass.

6.5.1 Test Procedure

a) Five corrosion control steel coupons each of dimension 50 mm x 150 mm x 1.3


mm thk. to be prepared.

b) Surface shall be prepared by dry abrasive blast cleaning as per this specification.

c) TSAC shall be applied as per specified thickness range. TSAC should be sprayed
in crossing passes lying down approx. 75-100 microns in each pass.

d) TSAC applied coupons shall be bent 180 ° around a 13 mm diameter mandrel.

e) Bend test shall be considered passed if on bend radius there is

- No cracking or spalling or lifting by a knife blade from the substrate


- Only minor cracking that cannot be lifted from substrate with a knife blade.

f) Bend test fails if coating cracks with lifting from substrate.

Page 60 of 64
Page 291 of 294
MRPL Marketing Terminal Project at Devangonthi, Bangalore
Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

6.6 Tests for blasting media, blasting air

6.6.1 Blasting Media (For every fresh batch of media and one random test during blasting)

Blasting Media shall be visually inspected for absence of contamination and debris
using 10 X magnification.

a. Inspection for the absence of oil contamination shall be conducted using


following procedure:

- Fill a small clean 200 ml bottle half full of abrasive.

- Fill the bottle with potable water, cap and shake the bottle.

- Inspect water for oil film/slick. If present, the blasting media is not to be
used.

b. Soluble salt contamination if suspected shall be verified by method ASTM D 4940.


If present, media to be replaced.

c. Clean blasting equipment, especially pot and hoses, and then replace blasting media
and retest.

6.6.2 Test for Blasting Air (Once Daily before start of blasting and once at random during
blasting)

The air for blasting shall be free from moisture and oil. The compressor air shall be
checked for oil and water contamination per ASTM D 4285.

6.7 Test for presence of oil/grease and contamination

The steel substrate after degreasing as per SSPC-SP I shall be tested as per
following procedure to validate absence of oil and grease contamination.

a) Visual inspection - Continue degreasing until all visible signs of contamination


are removed.
b) Conduct a solvent evaporation test by applying several drops or a small splash
of residue-free trichloromethane on the suspect area especially pitting, crevice
corrosion areas or depressed areas. An evaporation ring formation is indicative
of oil and grease contamination.
Continue degreasing and inspection till test is passed.

7.0 TSAC APPLICATOR QUALIFICATION

Following tests to be carried out as part of procedure qualification test for the applicator.

Page 61 of 64
Page 292 of 294
MRPL Marketing Terminal Project at Devangonthi, Bangalore
Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

- Thickness measurement
- Coating bond strength
- Porosity test
- Bend strength

TSAC applicator’s surface finishing and application process and equipment set up,
calibration and operation shall be qualified by application of TSA on a reference sample
which shall be used as a comparator to evaluate the suitability of application process.
Only that applicator will be permitted to carry out the work when test specimens
coated by the applicator meets the desired requirements as cited below.

The sample shall be made of a steel plate measuring approx. 18"x 18" x W' thick. If
the actual work is less than W' thick then the sample to be made from material
of representative thickness.

The surface preparation, TSAC application shall be made with actual field
equipments and process/spray parameters and procedures as per the specification.
The depth profile of blasted surface, TSAC coating thickness for each cross pass and
total thickness range shall be as per specification.

The surface preparation and thermal spraying shall be carried out in


representative environmental conditions spraying with makeshift enclosure.

7.1 After application of coating, thickness and tensile bond measurements shall be made
in following manner.

- Divide the sample piece into four quadrants.

- Measure thickness along the diagonal line of each quadrant.

- Four each quadrant five in-line thickness measurements at I" interval shall be done
using SSPC-J>A 2 type 2 fixed probe gauge. Thus a total of four...five in line"
thickness measurements to be done for the whole sample.

- One tensile bond measurement using ASTM D 4541 type III or IV portable self
aligning test instrument to be done at centre of each quadrant. Total of 4 measurements
for the sample.

- One porosity evaluation test by Metallographic examination shall be conducted


to demonstrate the achievement of porosity within the limits specified. Sample shall
be prepared for Metallographic examination as per ASTM E- 3.

- The procedure shall be considered qualified if thickness and tensile-bond strength and
porosity values meet the specification requirement.

7.2 Bend test: Bend test shall be carried out as detailed at sec. 6.5 of this specification.

Page 62 of 64
Page 293 of 294
MRPL Marketing Terminal Project at Devangonthi, Bangalore
Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

Applicators thermal spray equipment set-up, operation and procedure of application


including in-process QC checkpoints adopted during procedure qualification as
described above should be always subsequently followed during entire duration of
work.

8.0 DOCUMENTATION

The following information shall be provided by TSAC applicator before award of


work.

o TSAC application process consisting of equipment capabilities and their


technical parameters, feed stock material and source of procurement.

o Detailed application procedure and in-process quality control check points


for (a) surface preparation (b) thermal spraying ( c) seal coats.

o Type and specification of instruments to be deployed for measurement of blast


profile depth, TSAC thickness and tensile bond.

o Paint manufacturer data sheet for the selected sealing coat to be applied.

9.0 RECORDS

The TSAC applicator shall maintain job record to record production and QC
information. All the results of the tests and quality control checks shall be entered in
the record for each component/part thermally sprayed. All the result of tests
(thickness, tensile bond, bend tests) and other validation tests (e.g. Procedure
qualification test, test for surface cleanliness after abrasive blasting, test
for cleanliness of abrasives and air) shall also be recorded and duly signed by owner.

All the information mentioned in Sec 8.0 above should also form part of the Job
record.

Any modification affected after procedure qualification in the procedure, QC, spray
parameter, equipment spec to the original information (submitted before award of the
work) must also form part of Job record.

10.0 WARRANTY

The TSAC applicator shall warrant the quality of material used by providing the
purchaser with a certificate of materials used to include
a. Spray feed stock: Alloy type/designation, Lot Number, wire diameter,
chemical analysis, name of supplier, manufacturer.

Page 63 of 64
Page 294 of 294
MRPL Marketing Terminal Project at Devangonthi, Bangalore
Marketing Infrastructure Projects, MRPL
Part – B
ENGINEENIRNG DESIGN BASIS 750-20005-GEN-G-EDB-
Document No:
Section – B-2 SURFACE PREPARATION AND 9122
PROTECTIVE COATING
Subsection – B-2.11 Rev : 0

b. Sealant: Name of manufacturer, application data sheet.

11.0 SAFETY

The TSAC applicator shall follow all safety procedures required by the
purchaser/owner. Owner shall also give compliance requirement to be followed by
applicator. The applicator shall follow all appropriate regulatory requirements.

12.0 CODES AND STANDARDS

This specification shall apply in case of conflict between specification and


following applicable standards:

AWS C.2.17 Recommended Practice for Electric are Sprayu


ASTM C 633 Test Method for Adhesive/Cohesive Strength of Flame Sprayed Coatings
ASTM D 4285 Method for indicating Oil or Water in Compressed Air
ASTM D 4417 Test Method for Field Measurement of Surface Profile of Blasted Steel
BS 2569 Specification of Sprayed Metal Coating
NACE Standard RP Field Measurement of Surface Profile of Abrasive Blast Cleaned Steel Surfaces
0287 Using a Replica Tape
ASTM D 4541 Test method for Pull-Off Strength of Coating Using Portable Adhesion Testers
ANSI/A WS C2.18 Guide for the Protection of Steel with Thermal Spray Coatings of Aluminum,
Zinc and their Alloys and Composites.
NACE No. 12/AWS Specification for the application of thermal spray coatings (Metallizing) of
C2.23M/SSPC-CS aluminum, zinc and their alloys and composites for the corrosion protection of
23.00 steel.
SSPC Publication The inspection of coatings and linings : A Handbook of Basic practice for
Inspectors, Owners, and Specifiers
SSPC-AB 1 Mineral and Slag Abrasives
SSPC-AB 3 Ferrus Metallic Abrasives
SSPC-PA 1 Shop, Field and Maintenance Painting of Steel
SSPC-PA 2 Measurement of Dry Coating Thickness with Magnetic Gages
NACE No. 1/SSPC- White Metal Blast Cleaning
SP 5
NACE No. 2/SSPC- Near – White Metal Blast Cleaning
SP 10
SSPC-VIS 1 Guide and Reference Photographs for Steel Surfaces prepared by Dry Abrasive
Blast Cleaning

Page 64 of 64

You might also like