Download as pdf or txt
Download as pdf or txt
You are on page 1of 263

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

Table of Contents
Document Number Rev. Document Title Page
Number
A307-000-XH-MR- B ENQUIRY DOCUMENT 2
0431-45-RFQ
A307-000-XH-MR- B BATTERIES - NI CD & BATTERY CHARGER 176
0431
A307-000-16-50-TR- B INSTRUCTIONS TO VENDORS 181
0431
A307-000-16-50-DS- A DATA SHEET 187
0631
A307-000-16-50-VR- A VENDOR DATA REQUIREMENTS 192
0431
A307-000-16-50-LL- A VENDOR LIST 195
0431
A307-000-16-50-SL- A SPARE LIST 199
0431
6-51-0019 4 Specification for battery & charger. 201
6-51-0047 2 Specification for stationary nickel cadmium batteries 216
6-51-0087 2 Specification for field inspection, testing and commissioning of 223
electrical installations
6-81-1019 2 ITP for battery chargers 231
6-81-1047 1 ITP for Stationary Nickel Cadmium Battery 238
6-78-0001 0 Specification for Quality Mgt. System Requirements from Bidders 243
6-78-0003 0 Specification for Documentation Requirement from Suppliers 252

Page 1 of 263
EI Bhawan Annexe, Bhikaiji Cama Place, RK Puram, New Delhi – 110 066, INDIA
Phone No : 0091-11-26762121 ; Fax No : 0091-11-26191714, 26167664
REQUEST FOR QUOTATION (RFQ) REV. 01
RFQ No.: SM/A307-000-XH-MR-0431/0045 Date: 24.09.2013
To, Client : BHARAT PETROLEUM CORPN. LIMITED
M/s
Project: INTEGRATED REFINERY EXPANSION PROJECT AT
KOCHI REFINERY
MR No.: A307-000-XH-MR-0431 Rev. B
Item: BATTERIES – NICKEL CADMIUM, BATTERY
CHARGERS
th
Due Date & Time: 10 October 2013 & Up to 1200 Hrs. (IST)
th
At 1400 Hrs. (IST) on : 10 October 2013 (at Business
Centre, E. I. Bhawan,Annexe Bhikaiji Cama Place, R.K.
UNPRICED BID OPENING: Puram, New Delhi – 110066, India) (In case the bid due date
happens to fall on Holiday, the next working day shall be
deemed to be due date)
PRICED BID OPENING: TIME & VENUE SHALL BE INTIMATED LATER.

Gentlemen,
Bids are requested on behalf of our Client M/s Bharat Petroleum Corporation Limited on e-procurement
system for the subject item in total compliance to technical specifications, scope & terms & conditions of
enquiry documents / attachments.Pradeep1979

1. Bidder should submit their bids strictly as per the requirements outlined hereunder and as specified in
the material requisition.
2. Bidder can download the RFQ Documents from EIL’s website http://tenders.eil.co.in/
http://www.tenderwizard.com/eil.
3. Bids are required to be submitted through EIL’s Authorized Service Provider’s (ASP) Electronic System /
Portal at www.tenderwizard.com/eil only, on or before the bid submission date and time. Bidders are
required to register themselves at www.tenderwizard.com/eil . No registration fee would be charged from
the bidders.
Bidders to refer attached Instructions to Bidders for E-Tendering.
4. Bidders are required to upload the complete bid comprising of Part-I:- Unpriced Bid along with all
supporting documents & Part-II :- Priced Bid on the e-tendering website (www.tenderwizard.com/eil)
only.- Refer General Instruction provided in SIB .

5. Bidder to ensure that they are able to download the bid documents / price schedule on e-tendering
website atleast two days before Bid Due Date (BDD).
6. Technical specification should be strictly as per the Material Requisition attached. It may be noted that
the Bid shall be evaluated as received.
7. Commercial requirements are specified in the General Purchase Conditions, Special Instructions to
Bidders and Agreed Terms & Conditions (ATC) questionnaire. The pre-filled Agreed Terms & Conditions
Questionnaire should be returned duly signed and stamped along with copy of your un-priced bid.
8. If not bidding, please inform vide E-mail with attached regret letter within the due date & time, with
reasons(s) of not participating in the RFQ. In case there is no response, names of such bidder may not
be considered for issuance of future enquiries.
9. Direct bids only, without the intermediary of an Indian Agent will be considered from Foreign Bidder.
10. COMPLETION PERIOD :

Page 1 of 5

Page 2 of 263
FOR SUPPLY OF EQUIPMENT:
12 (Twelve) Months on FOT Site basis from the date of Fax of Acceptance. Date of receipt of
Equipment at site shall be considered the date of delivery.

FOR SITE WORK:


6 (Six) Months from the date of Site readiness. However, an advance notice period of 15 (Fifteen)
days shall be given to bidder for mobilization purpose.
11. Payment Terms
Payment Terms shall be as per clause No.1.3 and 1.7 of Special Instruction to Bidders (SIB).
12. The offer should be valid for 3 (Three) months from final bid due date.
13. Only E-Bids to be uploaded in EIL’s authorized service provider’s portal www.tenderwizard.com/eil
shall be acceptable. Physical bids and Bids/ Offer through Email or fax/ Telex/Telegraphic or Bids
received in open condition or Bids in any other mode shall not be accepted.
14. The bidder shall bear all costs associated with the preparation and submission of its bid, and the
Purchaser/Consultant shall in no case be responsible or liable for these costs regardless of the
conduct or outcome of the bidding process.
15. Canvassing in any form by the Bidder or by any other agency on their behalf may lead to
disqualification of their bid.
16. E-bids received online shall be opened at EIL office on due date and time as specified above. Bidder
can view online the name of the other bidders who have submitted their e-bids after opening is
completed by EIL.
17. All technically and commercially acceptable bidders will be advised of venue, date and time of priced
bid opening. The bids shall be opened online in presence of representatives (duly authorised by a
competent person and having the Letter of Authority as per proforma enclosed), of such technically
and commercially acceptable bidders, who choose to attend the price bid opening. However, bidder
can also view Price Bid Opening online in their office itself.
18. As Purchaser intends to contract directly with suppliers of the goods for which bids are invited, the
bids should be prepared by the suppliers and submitted directly. Purchaser reserves the right to reject
offers made by intermediaries.
19. Addendum / corrigendum to the RFQ documents if issued must be signed and submitted along with
the bid.
20. Bidders to note that price changes against Technical / commercial clarifications, in line with terms &
conditions of enquiry documents are not allowed. In case any bidder gives revised prices / price
implications against such clarifications, their bid shall be liable for rejection.
21. EIL reserves the right to use in-house information for assessment of bidder’s capability as on the date
of issue of RFQ for consideration of bid.
22. In case any bidder is found to be involved in cartel formation, his bid will not be considered for
evaluation / placement of order. Such bidder will also be debarred from bidding in future.
23. The bidder who is providing the technology from the company which is recently acquired / taken over
by them or purchasing the technology by other companies, shall be provide proper documentary
evidence. In the absence of the same their offer shall be liable for rejection.
24. Purchaser reserves the right to make any changes in the terms and conditions of purchase and to
reject any or all the bids.
25. Bidders are requested to quote as per their capability as registered in EIL, as on the date of issue of
RFQ.
26. Owner reserves its right to allow Public Sector Enterprises (Central/State), Micro & Small Enterprises
(MSEs) and MSEs owned by Scheduled Caste (SC)/ Scheduled tribe (ST) entrepreneurs, purchase
preference as admissible/applicable from time to time under the existing Govt. policy. Bidder to submit

Page 2 of 5

Page 3 of 263
documentary evidence for the same duly certified by Statutory Auditor of the bidder or a practicing
Charted Account (not being an employee or a Director or not having any interest in the Bidder’s
company / firm) where audited accounts are not mandatory as per law.)
27. The Net Worth of the bidder should be positive as per the immediate preceding year's audited financial
results. However, Central Public Sector Enterprises (CPSEs) are exempted from this requirement. If
the bidder is not meeting the above criteria their bid shall not be evaluated further. Bidders are
therefore requested to furnish the Audited Financial Statement for the immediate preceding year
including Profit & Loss Account.
Contact Persons for this RFQ are:
Mr Subhendu Mondal, AGM (C&P), Extn. No. 3883 & email: subhendu.mondal@eil.co.in &
Ms. Kushal Verma, Sr. Engineer (C&P), Extn. No. 3875 & email: kushal.verma@eil.co.in

*Please specify Ref. No. () in all Correspondence.

THIS IS NOT AN ORDER


Very truly yours,
For & on behalf of Bharat Petroleum Corporation Limited

(SUBHENDU MONDAL)
ASST. GEN. MANAGER(C&P)
ENGINEERS INDIA LIMITED
Enclosure: As per List Attached

Page 3 of 5

Page 4 of 263
LIST OF ENCLOSURES

DOCUMENT
A) Request For Quotation (RFQ)
B) Proforma of Letter of Authority for Attending Un-priced / Priced Bid Opening
C) Price Schedule Format (For Indian Bidders)
D) Commercial document:
i) Agreed Terms & Conditions (For Indian Bidders)
ii) Special Instruction to Bidders (SIB)
iii) General Purchase Conditions (Indian)
iv) General Conditions of Contract
v) Terms & Conditions for Site Work
vi) Integrity Pact
vii) Instruction to Bidders for e-tendering.
viii) Browser Settings for e-tendering
ix) Vendor Help Manual for e-tendering
E) Technical document:
i) MR No. A307-000-XH-MR-0431 Rev. B

Page 4 of 5

Page 5 of 263
Proforma of Letter of Authority for Attending Unpriced / Priced Bid Opening

No. Date:

The Asst.General Manager (C&P)


Engineers India Limited
Engineers India Bhawan Annexe-2nd Floor
1-Bhikaiji Cama Place
New Delhi – 110 066
India

Attn. : Mr. S.MONDAL

Dear Sir,

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


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

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

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

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

Yours faithfully,

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

Note:

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

Page 5 of 5

Page 6 of 263
PREAMBLE TO PRICE SCHEDULE (INDIAN) REV. 01
RFQ NO. SM/A307-000-XH-MR-0431/0045
Page 7 of 263

ITEM : BATTERIES - NICKEL CADMIUM, BATTERY CHARGERS

1 Scope of supply including testing, inspection, documentation etc., shall be strictly as per Material Requisition and other documents which are part of RFQ.
2 Indian Bidders must quote firm freight charges upto kochi site in the space provided in the price schedule. No additional charges paid by client for the same.
3 Indian Bidder shall furnish built-in CIF value if any, against each quoted item, giving details of description of goods, qty. rate of Custom Duty etc. in attached Format-"CIF/CD".

4 Bidder to clearly indicate 'Quoted' / 'Not Quoted' against each Sr. No. (as applicable) in the price column in the unpriced Price Schedule. Bidders to submit Price Part of above Price
Schedule in their Priced Bid and Unpriced Part with the Unpriced Bid.
5 Bidder shall furnish prices/details as above, in accordance with Instructions To Bidders/ Request for Quotation.
6 All the Columns of quoted items in the Price Schedule must be filled with required information, as applicable.
7 Bidder must quote the price in enclosed Price Schedule formats only. The formats shall not be changed and/or retyped.
8 Quoted prices are firm and fixed till complete execution of the entire order and no variation on any account is allowed. Bidder to furnish itemised list of such commissioing spares &
mandatory spares included in the lumpsum price for main equipment.
9 Bidder must note that all the items in the MR are grouped together in a single group. Bidder must quote lumpsum price for all the grouped items in the space provided in
the Price Schedule only. Evaluation shall be done on bottomline basis considering all the items falling under one group. All MR items shall be ordered on a single
vendor.
10 In case of discrepancy between unit price and the total price, the unit price shall prevail.
11 Form 'C' shall be issued only for finished Product.
12 Bidder to quote the price of Comprehensive Insurance (Transit/Marine cum Storage, Erection, till handing over of equipment) which shall be in the scope of Supplier.

13 The quoted prices shall be inclusive of all inspection and testing requirements as specified in the enclosed MR. Stage wise & final inspection by EIL for indigenous material for which
no extra charges shall be paid & Personnel and incidental expenses of EIL’s inspectors are not in vendor’s scope. Notwithstanding the stagewise & final inspection at vendor’s
works by EIL, all imported materials shall be procured under TPIA (Lloyds/ BV/DNV/TUV/CEIL) inspection in the country of origin and the quoted prices shall be inclusive of the
same.
14 Bidder to confirm that he has noted the contents of the Preamble to the Price Schedule, Price Schedule, RFQ, Material Requisition etc and quoted his prices accordingly without any
deviation.
NOTES: 1.Bidders are mandatorily required to enter their name in the each page of excel file / pdf file of Price Schedule provided in the e-tender portal for submission of
Unpriced & price bid.
2.Price Schedule contains total 7 pages .
COMPANY'S NAME:
Page 1 of 7
PRICE SCHEDULE FOR SUPPLY (INDIAN BIDDERS) REV. 01
RFQ NO. SM/A307-000-XH-MR-0431/0045
Page 8 of 263

ITEM : BATTERIES - NICKEL CADMIUM, BATTERY CHARGERS


NAME OF BIDDER: M/S

Total Comprehensive
Lump SumTotal Freight
Weighted Value in Lump Sum Total FOT Despatch Charges upto Project Site
Insurance Charges
Item Sl. Percentage Break- Point Price including P&F for (Transit/Marine cum storage,
including Service Tax +
No. as Item Code Item Description Qty UOM Up for the Purpose all the Items Falling under the education cess for all the Items Erection, till handing over of
per MR. of Billing & Group Equipment) for all the Items
Falling under the Group
applicability of PRS Falling under the Group

IN INR IN INR IN INR


1 2 3 4 5 6 7 8 9
Design, engineering, manufacture, procurement of materials and bought out components, assembly at shop, inspection, testing at manufacturer's works, packing, delivery of the following, including supply of
01.00 special tools and tackles, first fill of consumables, erection material & documentation as per the enclosed EIL standard specifications, instructions to vendor, data sheets, etc. and other codes and standards
attached or referred as per MR No. A307-000-XH-MR-0431.

110V DC System including Ni-Cd Battery, Charger etc


01.01 DC-GC1-001 1 LOT 10.00%
as per data sheet no. 0631 (S/S-GC1 for CDU/VDU)

110V DC System including Ni-Cd Battery, Charger etc


01.02 DC-GC1-002 1 LOT 12.00%
as per data sheet no. 0631 (S/S-GC1 for FCCU)

110V DC System including Ni-Cd Battery, Charger etc


01.03 DC-GK1-001 1 LOT 10.00%
as per data sheet no. 0631 (S/S-GK1 for DCU)

110V DC System including Ni-Cd Battery, Charger etc


01.04 DC-GK1-002 1 LOT 9.00%
as per data sheet no. 0631 (S/S-GK1 for VGO-HDT)

110V DC System including Ni-Cd Battery, Charger etc


01.05 DC-GU1-001 1 LOT 10.00%
as per data sheet no. 0631 (S/S-GU1 for DHDT/CT)

110V DC System including Ni-Cd Battery, Charger etc.


01.06 DC-DS3-001 1 LOT 12.50%
as per data sheet no. 0631 (S/S-DS3 for SRU)

110V DC System including Ni-Cd Battery, Charger etc.


01.07 DC-EG3-001 1 LOT 15.00%
as per data sheet no. 0631 (S/S-EG3 for CPP)

110V DC System including Ni-Cd Battery, Charger etc


01.08 DC-DO3-001 1 LOT 9.00%
as per data sheet no. 0631 (S/S-DO3 for FWPH)

110V DC System including Ni-Cd Battery, Charger etc


01.09 DC-BO8-001 1 LOT 12.50%
as per data sheet no. 0631 (S/S-BO8 for OFFSITE)
Total Comprehensive
Lump SumTotal Freight
Weighted Value in Lump Sum Total FOT Despatch Charges upto Project Site
Insurance Charges
Item Sl. Percentage Break- Point Price including P&F for (Transit/Marine cum storage,
including Service Tax +
No. as Item Code Item Description Qty UOM Up for the Purpose all the Items Falling under the Erection, till handing over of
Page 9 of 263

education cess for all the Items


per MR. of Billing & Group Equipment) for all the Items
Falling under the Group
applicability of PRS Falling under the Group

IN INR IN INR IN INR


1 2 3 4 5 6 7 8 9

04.00 Supply of Mandatory Spares as per enclosed list / Instructions to vendor in MR No. A307-000-XH-MR-0431.

04.01 {04}DC-GC1-001 For Sr. No. 01.01 1 LOT 10.00%

04.02 {04}DC-GC1-002 For Sr. No. 01.02 1 LOT 12.00%

04.03 {04}DC-GK1-001 For Sr. No. 01.03 1 LOT 10.00%

04.04 {04}DC-GK1-002 For Sr. No. 01.04 1 LOT 9.00%

04.05 {04}DC-GU1-001 For Sr. No. 01.05 1 LOT 10.00%

04.06 {04}DC-DS3-001 For Sr. No. 01.06 1 LOT 12.50%

04.07 {04}DC-EG3-001 For Sr. No. 01.07 1 LOT 15.00%

04.08 {04}DC-DO3-001 For Sr. No. 01.08 1 LOT 9.00%

04.09 {04}DC-BO8-001 For Sr. No. 01.09 1 LOT 12.50%

Supply of two years opeartion and maintenance spares as per enclosed


05.00 1 Lot (Furnished list of two years opeartion and maintenance spares as desired in MR separately).
instruction to vendor in MR)

06.00 Unit Rates

Unit Rates for Addition / Deletion purpose, as per enclosed instruction s


06.01 1 Lot (Furnished itemwise Unit Rates for addition/ deletion as desired in MR separately).
to vendor in MR.

Page 2 & 3 of 7
PRICE SCHEDULE FOR SUPPLY (INDIAN BIDDERS) REV. 01
RFQ NO. SM/A307-000-XH-MR-0431/0045

ITEM : BATTERIES - NICKEL CADMIUM, BATTERY CHARGERS

NAME OF BIDDER: M/S -------------------------------------------------------


Page 10 of 263

Lump Sum Total Site Work Price


Weighted Value in including all site work activity as per
Item Sl. Percentage Break-Up MR as per provision of MR inclusive of
Qty
No. as Item Code Item Description for the Purpose of VAT on Work Contract but Exclusive of
(LOT)
per MR. Billing & applicability applicable Service Tax & Edu.-Cess. for
of PRS all the Items Falling under the Group

IN INR
1 2 3 4 5 6

Testing and commissioning at site including supply of all commissioning spares for the following, as per the enclosed EIL standard
02.00 specifications, instructions to vendor, data sheets, etc. As per complete scope mentioned in MR. NO.A307-000-XH-MR-0431 complete in all
respects.

02.01 {02}DC-GC1-001 For Sr. No. 01.01 1 10.00%

02.02 {02}DC-GC1-002 For Sr. No. 01.02 1 12.00%

02.03 {02}DC-GK1-001 For Sr. No. 01.03 1 10.00%

02.04 {02}DC-GK1-002 For Sr. No. 01.04 1 9.00%

02.05 {02}DC-GU1-001 For Sr. No. 01.05 1 10.00%

02.06 {02}DC-DS3-001 For Sr. No. 01.06 1 12.50%

02.07 {02}DC-EG3-001 For Sr. No. 01.07 1 15.00%

02.08 {02}DC-DO3-001 For Sr. No. 01.08 1 9.00%

02.09 {02}DC-BO8-001 For Sr. No. 01.09 1 12.50%

Page 4 of 7
PRICE SCHEDULE FOR 2 YEARS OPERATION & MAINTENANCE SPARES (FOR INDIGENOUS
BIDDER) REV. 01
RFQ NO. SM/A307-000-XH-MR-0431/0045
Page 11 of 263

ITEM : BATTERIES - NICKEL CADMIUM, BATTERY CHARGERS


NAME OF BIDDER:
--------------------------------------------------------
S. NO. Item Tag Nos. Description of spare Qty Unit FOT Despatch Point Total FOT Despatch Point Transportation Charges up to
parts (Unit_____)* Price including P&F Price including P&F Site including Service Tax in
(INR) (INR) percentage of price mentioned
in column 6

1 2 3 4 5 6 7

*UNIT TO BE SPECIFIED BY BIDDER


Page 5 of 7
ENCLOSURE TO PRICE SCHEDULE FOR SUPPLY (INDIAN BIDDERS) REV. 01
FORMAT - "CIF/CD"
RFQ NO. SM/A307-000-XH-MR-0431/0045
ITEM : BATTERIES - NICKEL CADMIUM, BATTERY CHARGERS
NAME OF BIDDER:

DETAILS OF BUILT-IN-CIF VALUE OF IMPORT CONTENT CONSIDERED AND INCLUDED IN QUOTED SUPPLY PRICES UNDER PRICE SCHEDULE
Page 12 of 263

DESCRIPTION CIF value of Import Content included RATE OF IMPORT DUTY INCLUDED IN QUOTED SUPPLY PRICES
For Item Description Qty. in quoted supply prices for column (2) CUSTOM BASIC CVD + EDU. EDU. CESS SAD (%) TOTAL
Sl . No. of Imported (Unit____) Qty. TARRIF CUSTOMS CESS ON CVD ON CUSTOM
as per Items *(1) (In Rs) NO. DUTY (%) (%) CUSTOM DUTY (%)
MR DUTY (%)

Rate in Figures Rate in Words

1 2 3 4 5 6 8 9
7
i)_____
For Item
SL. No ii)_____

01.01 iii)______

iv)_____
For Item
SL. No v)_____
01.02 vi)______
i)_____
For Item
SL. No ii)_____

01.03 iii)______

iv)_____
For Item
SL. No v)_____
01.04 vi)______
i)_____
For Item
SL. No ii)_____

01.05 iii)______

iv)_____
For Item
SL. No v)_____
01.06 vi)______
i)_____
For Item
SL. No ii)_____

01.07 iii)______

iv)_____
For Item
SL. No v)_____
01.08 vi)______
iv)_____
For Item
SL. No v)_____
01.09 vi)______

TOTAL CIF VALUE


NOTE: *(1) Unit to be specified by the Bidder.

Page 6 of 7
Page 13 of 263

Details of Taxes & Duties REV. 01


RFQ NO. SM/A307-000-XH-MR-0431/0045
ITEM : BATTERIES - NICKEL CADMIUM, BATTERY CHARGERS
BIDDER NAME: -----------------------------------------------
Cenvatable / Vatable
Ceiling Amount on which Taxes & Present Rate of Taxes & Amount of Taxes & Portion of the amount
S. No. Description of Taxes & duties
Duties Shall Be Applicable Duties in Percentage Duties (INR) indicated in column (5)
(INR)
(1) (2) (3) (4) (5) (6)
1 Excise Duty + Edu. Cess applicable
2 Kerala VAT without Form 'D'
3 CST Againat Form 'C'
Components of Service Tax + Edu. Cess
4 included in Freight charges as per Special
Instruction To Bidder
Service Tax + Edu. Cess on Site work for
5
site activites applicable
Note:1 - In case of any exemption / relaxation on taxes & duties is applicable to bidder, copy of relevant notification is to be furnished along with bid with confirmation
that such exemption will be applicable upto delivery (as per present notification)
Note:2 - Cenvetable ED and Input credit on VAT shall be considered only for finsihed goods sold & supplied to BPCL-KR.
Page 7 of 7
A307_ATC (I) Page 1 of 8

BHARAT PETROLEUM CORPORATION LTD


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

RFQ No.: __________________________________________________________________

Supplier’s Offer Ref No. & Date: ______________________________________________________

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

Contact Person: ___________________________ E-mail _________________________________

1. ALL CORRESPONDENCE MUST BE IN ENGLISH LANGUAGE ONLY.

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

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


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

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


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

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


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

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.

1. Price Basis:
i) Quoted supply prices are on FOT - Despatch Point basis Confirmed
inclusive of Packing & Forwarding.
ii) Specify Despatch Point
-----------------------
iii) Freight Charges:
a) Confirmed , Quoted in Price
a) Confirm firm transportation charges inclusive of Service Tax Schedule
and Ed Cess, upto project site, has been quoted separately
by you in Price Schedule.
b) Confirmed
b) No Variation on any account (including Statutory Variation) on
Service Tax on Transportation Charges shall be paid by the
owner.

iv) Insurance:

a) For Supply Only


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

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 14 of 263
A307_ATC (I) Page 2 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.

b) For Supply + Site Work


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

a. Specify Excise Tariff Sub-Heading No. _________________

b. Present Rate of Excise Duty & Edu. Cess payable extra on ………..%
finished goods (including Spares)

c. Any variations in Excise Duty & Edu. Cess at the time of Confirmed
supplies for any reasons including variation due to Turnover
shall be borne by the Seller. Only Statutory Variations within
the Contractual Delivery / completion period shall be borne by
Purchaser.

d. If Excise Duty & Edu. Cess is not applicable at present due to Confirmed
any reason, the same shall be borne by Seller if it becomes
applicable later.

e. Confirm Excise Duty & Edu. Cess will not be applicable on Confirmed
transportation charges.

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


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

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


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

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


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

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


transportation charges.

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


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

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 15 of 263
A307_ATC (I) Page 3 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.

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


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

7. Site Work:
For Site Work, if in the scope of the Bidder as per MR, please
confirm the following:
Confirm that quoted site work prices are exclusive of Service
a. Tax & Edu. Cess but inclusive of VAT on Works Contract and Confirmed
all other applicable taxes & duties.
b. Percentage of Service Tax & Edu. Cess as applicable extra -------------------%
on Site Work.
c. Supplier shall submit the Assessment/ Liability
Certificate from Sales Tax authorities indicating the VAT
on Works Contract payable for enabling Owner to
deduct the same from Supplier Invoices & make Confirmed
payment to the tax authorities. TDS Certificate towards
VAT on Works Contract shall be provided by Owner.
Statutory variation on VAT on Works Contract shall not
be payable by Owner.
d. Statutory Variation on Service Tax & Edu. Cess on Site work
shall be paid by the Owner against documentary evidence
Confirmed
within Contractual completion period.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 16 of 263
A307_ATC (I) Page 4 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.

e. Confirm that Entry Tax / Octroi applicable on Construction


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

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

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


on Supervision / Training

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


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

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


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

e. Bidders shall also provide additional BG of an amount equal Noted & Confirmed
to the per diem charges for the number of days considered for
evaluation, over and above 10% PBG to cover compensation
for delay in mobilizing the erection/ commissioning personnel.
This BG will be released to the bidder upon the erection/
commissioning personnel reporting at site. This BG shall be
furnished along with payment milestone for submission of
final documentation as per MR and shall be initially valid up to
six months which shall be extended based on the request by
Owner.

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


quoted prices.

10. Price Reduction for delay in delivery/ completion:

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


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

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


applicable reduction.

11. Delivery / Completion Period:


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

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 17 of 263
A307_ATC (I) Page 5 of 8

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

15. Performance Bank Guarantee:


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

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


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

16. Guarantee / Warranty: Confirmed


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

17. Firmness of prices:


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

18. Testing and Inspection charges:


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

b. Quoted prices are:


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

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 18 of 263
A307_ATC (I) Page 6 of 8

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

If your offer is based on certain imported raw materials (Applicable / Not Applicable)
required for equipments/ materials offered, please specify the (Please tick whichever is applicable)
following :

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


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

b. Indicate rate of Import Duties considered and included in the Refer Annexure to Price Schedule
quoted prices.

c. Indicate brief description/ specification with itemised CIF Refer Annexure to Price Schedule
value and country of origin of imported material.

d. Indicate classification with tariff no. under which Vendor Refer Annexure to Price Schedule
intends to import.

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


exchange rate.

f. Owner shall not provide any import licence. Noted


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

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


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

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


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

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


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

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 19 of 263
A307_ATC (I) Page 7 of 8

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

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


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

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


the final due date of bid submission.

21. Compliance to RFQ documents:


a) Confirm your offer is in total compliance with RFQ Document Confirmed
containing technical specifications including General /
Technical notes, scope of supply/services/site work (as
applicable) including documentation as per Material
Requisition (MR) and subsequent amendment and
corrigendum, if any.

b) Confirm your offer is in total compliance with RFQ


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

i) Request for Quotation (RFQ) Confirmed


ii) Special Instructions to Bidders (SIB) Confirmed
iii) General Purchase Conditions (GPC) Confirmed
iv) Terms & Conditions of Site work / GCC / HSE / Integrity Confirmed(if applicable)
Pact.
v) Terms & Conditions for Supervision services Confirmed(if applicable)

22. Whether any of the Directors of Bidder is a relative of any Confirmed No relation
Director of Owner/EIL or the Bidder is a firm in which any
Director of Owner/EIL or his relative is a Partner or the Bidder
is a private company in which any director of Owner/EIL is a
member or Director.
23. Please confirm you have not been banned or delisted by any Not Banned
Government or Quasi Government agencies or PSUs. If you
have been banned, then this fact must be clearly stated. This
does not necessarily mean cause for disqualification.
However if this declaration is not furnished the bid shall be
rejected as non-responsive.
24. Please confirm your offer contains the following:

24.1 UNPRICED OFFER- without any Deviations Confirmed


24.2 PRICED OFFER
a. Duly filled Price Schedule with relevant annexures Confirmed
25. Please confirm that you have quoted strictly for items based Confirmed
on your registration/approval with EIL as on date of issue of
RFQ.
26. Any claim arising out of order shall be sent to Owner in writing Confirmed
with a copy to EIL within 3 months from the date of last
despatch. In case the claim is received after 3 months, the
same shall not be entertained by Consultant/ Owner.
27. Printed terms and conditions, if any, appearing in quotation, Confirmed
shall not be applicable in the event of order. In case of

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 20 of 263
A307_ATC (I) Page 8 of 8

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

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 21 of 263
BPCL-KR
Job: A307

INTEGRATED REFINERY EXPANSION PROJECT


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

SPECIAL INSTRUCTION TO BIDDER


(SIB)

A307_SIB Rev.5 dtd: 20.06.2013 Page 1 of 21

Page 22 of 263
BPCL-KR
Job: A307

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

SECTION-F: ADDITIONAL CLAUSES TO GPC


50.0 Settlement of dispute between CPSEs or CPSEs & Government Departments

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


Foreign Bidder)

A307_SIB Rev.5 dtd: 20.06.2013 Page 2 of 21

Page 23 of 263
BPCL-KR
Job: A307

SPECIAL INSTRUCTIONS TO BIDDERS


BHARAT PETROLEUM CORPORATION LIMITED, KOCHI REFINERY
INTEGRATED REFINERY EXPANSION PROJECT

SECTION-A: TERMS OF PAYMENT


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

1.0 PAYMENT TERMS FOR INDIAN BIDDERS:

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

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

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

1.3.2 Erection/ Site work


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

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


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

A307_SIB Rev.5 dtd: 20.06.2013 Page 3 of 21

Page 24 of 263
BPCL-KR
Job: A307

1.4.2 15% after receipt of identified raw materials at Supplier‟s Works and against certification by EIL and
submission of Bank Guarantee of equivalent amount valid till complete execution of Order plus
Three months claim period.
1.4.3 60% Payment through NEFT against receipt of materials at BPCL‟s Site. Billing Schedule to be
furnished by the Supplier in case pro-rata payments are required.
1.4.4 10% Payment after receipt of final documents as required in Purchase Requisition against EIL‟s
certification and on submission of Performance Bank Guarantee for 10% of Total Order Value, valid
till full guarantee period plus Three months claim period.
1.4.5 Balance 10% Payment within 30 days of receipt of equipment at Site.

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


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

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

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

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

A307_SIB Rev.5 dtd: 20.06.2013 Page 4 of 21

Page 25 of 263
BPCL-KR
Job: A307

1.8.4 All payments shall be released either through Electronic Clearing System (ECS) / Electronic Fund
Transfer (EFT)/ Real Time Gross Settlement (RTGS) or through internet, within 30 days of receipt of
Invoice and all requisite documents, complete in all respects.
1.8.5 Billing schedule shall be submitted to EIL & BPCL by the Supplier for approval within 30 days from
the date of Purchase Order wherever specified therein. No payment against pro-rata dispatch shall
be made without approval of Billing Schedule.
1.8.6 Major Raw Material: Shall be as specified below:
i. Columns and Vessels: Plates and Forgings
ii. Heat Exchangers: Plates, Forgings and Tubes
iii. Pumps/Compressors: Castings and Drivers
iv. Any other item(s) as may be defined in MR/PR.

2.0 PAYMENT TERMS FOR FOREIGN BIDDERS:


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

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

For Site Work Portion (Erection/Commissioning/PGTR)


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

A307_SIB Rev.5 dtd: 20.06.2013 Page 5 of 21

Page 26 of 263
BPCL-KR
Job: A307

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

2.3 For Training


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

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

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

3.0 OCEAN FREIGHT:


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

A307_SIB Rev.5 dtd: 20.06.2013 Page 6 of 21

Page 27 of 263
BPCL-KR
Job: A307

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

SECTION – B: EVALUATION CRITERIA FOR COMPARISION OF BIDS

4.0 WHERE ONLY INDIAN BIDS ARE UNDER COMPARISON:


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

5.0 WHERE ONLY FOREIGN BIDS ARE UNDER COMPARISON:


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

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

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


Domestic Bidders:
Bids shall be evaluated on the basis of Landed Cost at Site (considering EIL Inspection charges @
1.25% of FOT Dispatch Point price) including all duties, taxes and transportation charges less
Cenvatable Excise Duty, Cenvatable Service Tax, VAT on Supplies, VAT on Works Contract,
whichever is applicable.
Commercial loading shall be done on FOT Dispatch Point price.
A307_SIB Rev.5 dtd: 20.06.2013 Page 7 of 21

Page 28 of 263
BPCL-KR
Job: A307

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

Sl. No. Head Basis


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

Sl. No. Head Basis


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

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

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

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

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

A307_SIB Rev.5 dtd: 20.06.2013 Page 8 of 21

Page 29 of 263
BPCL-KR
Job: A307

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

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

8.0 SPECIAL NOTES ON TAXES/DUTIES AND CENVAT BENEFITS:


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

A307_SIB Rev.5 dtd: 20.06.2013 Page 9 of 21

Page 30 of 263
BPCL-KR
Job: A307

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

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

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

9.0 PRICE REDUCTION SCHEDULE TOWARDS DELAY IN DELIVERY:


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

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

b) In case item involving only supply:-


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

ii. For Foreign Vendor:


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

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

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

a) In case item involving only supply:-


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

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

10.0 Guarantee / Warranty Period :-


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

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

c) In case item involving only supply:-


Performance Guarantee shall be as per clause 30 of GPC (For Indigenous materials &
equipments).
A307_SIB Rev.5 dtd: 20.06.2013 Page 10 of 21

Page 31 of 263
BPCL-KR
Job: A307

ii) For Foreign Vendor:


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

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

c. In case item involving only supply:-


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

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

11.0 BASIS OF LOADING:


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

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

13.0 PERFORMANCE BANK GUARANTEE (PBG):


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

A307_SIB Rev.5 dtd: 20.06.2013 Page 11 of 21

Page 32 of 263
BPCL-KR
Job: A307

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

a) Firm Price No loading


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

c) No ceiling on the formula specified (This 1.5 times the maximum ceiling specified by
loading other Suppliers. In case all other Suppliers
shall be done only after putting efforts with have quoted firm prices then @ 1.25% for
Supplier to indicate ceiling and obtaining every month of quoted delivery period to be
BPCL‟s approval) taken as ceiling.
d) No formula and no ceiling specified by Offer may be rejected.
Supplier
(This shall be resorted to only after putting
efforts with Supplier and obtaining BPCL‟s
approval)

16.0 FREIGHT CHARGES:


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

18.0 DELIVERY/COMPLETION PERIOD:


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

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

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

A307_SIB Rev.5 dtd: 20.06.2013 Page 12 of 21

Page 33 of 263
BPCL-KR
Job: A307

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

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


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

22.0 ENTRY TAX:


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

23.0 REJECTION CRITERIA:


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

24.0 SUO-MOTO CHANGES IN PRICES:

A307_SIB Rev.5 dtd: 20.06.2013 Page 13 of 21

Page 34 of 263
BPCL-KR
Job: A307

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

26.0 INTEGRITY PACT:


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

SECTION-D: SPECIAL CONDITIONS.

27.0 DELIVERY SCHEDULE/ COMPLETION PERIOD:


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

29.0 NEW / ADDITIONAL TAXES & DUTIES (Applicable for Indian Bidder):
i. Within the contractual delivery period, if any new taxes and/or duties come into force the same will
be reimbursed to bidder against documentary evidence. However any new or additional taxes/
duties imposed after contractual delivery shall be to borne by seller.
A307_SIB Rev.5 dtd: 20.06.2013 Page 14 of 21

Page 35 of 263
BPCL-KR
Job: A307

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

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


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

31.0 GOVERNING LAW:


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

32.0 PURCHASER’S RIGHTS AND REMEDIES:


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

33.0 DEDUCTION AT SOURCE:


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

34.0 STATUTORY APPROVAL RELATED WITH SUPPLIES / WORKS:

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

The application on behalf of the OWNER for submission to relevant authorities along with copies of
required certificate complete in all respects shall be prepared and submitted by the Contractor
agency well ahead of time so that the actual construction/ commissioning of the work is not delayed
for want of the approval/ inspection by concerned authorities. The Contractor agency shall arrange
the inspection of the works by the authorities and necessary coordination and liaison work in this
respect shall be the responsibility of the Contractor agency. Reimbursement by the OWNER of the
statutory fees payable by Contractor agency (as per advance approval of OWNER) may be provided
for, subject to submission of receipt.
The Contractor agency shall carry out any change/ addition required to meet the requirements of the
statutory authorities, within the quoted rates. The inspection and acceptance of the work by statutory
authorities shall be the responsibility of the Contractor agency.
A307_SIB Rev.5 dtd: 20.06.2013 Page 15 of 21

Page 36 of 263
BPCL-KR
Job: A307

List of all documents, drawings, forms, affidavits etc required for the approvals shall be submitted by
the contractor agency.

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

36.0 LIMITATION OF LIABILITY:


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

SECTION-E: GENERAL INSTRUCTIONS

37.0 GENERAL: Bidders shall submit their Bids in following manner & containing the listed inputs, duly
filled-in, stamped & signed by authorized signatory of Bidder holding Power of Attorney, as a
minimum requirement:
a) PART-I: UNPRICED OFFER
A. All technical specifications as per requirement of MR.
B. Agreed Terms & Conditions duly filled in.
C. Terms & Conditions for Supervision of Erection/Testing/Commissioning, if applicable
D. Terms & Conditions for Site Work, if applicable
E. Copy of Registration with EIL, if applicable
F. Copy of MOU/ MOM, if any, signed with EIL and referred in offer.
G. Integrity Pact, duly filled-in, stamped & signed on each page (if applicable).
H. Audited Financial Report of latest preceding Financial year.
I. Deviation sheet, if any.
J. Price Schedule with prices blanked out but “Quoted/ Not quoted” to be mentioned & its
relevant enclosures, duly filled-in, stamped & signed on each page.
b) PART-II: PRICED OFFER
A. Price Schedule with prices filled in.
B. Statement that all specifications and terms & conditions are as per un-priced part of offer.
c) Bidders in their own interest are requested to register on e- tendering portal and
upload/submit their bid well in time. Bidders should avoid the last hour rush to the website
for registration of user id & password, enabling of user id and mapping of digital signature
serial number etc. since this exercise require activities from EIL & M/s Anatares System
(Service Provider) and needs time. In the event of failure in bidder’s connectivity with
EIL/Service Provider during the last few hours, bidder is likely to miss the deadline for bid
submission. Due date extension request due to aforesaid reasons may not be entertained.
Since the bidders are already registered at ASP e-tendering portal, bidders are advised to
furnish the details of Digital Signature (serial no.) by email within one week of receipt of
intimation of issuance of RFQ to save time and avoid mapping of Digital Signature details to
the bidders User ID at the bid uploading stage.
d) Request for extension or any queries or issues related to difficulties in
uploading/downloading bids, if any, received from any 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.
e) Bidders to refer Instruction to Bidders for E-Tendering provided in the RFQ. Bidder shall
download the Price Schedule in *.xls format from EIL’s Authorised Service Provider’s
Electronic system / portal at www.tenderwizard.com/eil only, and use the same for uploading
their Price Bids as per the Instruction provided.

Note:

A307_SIB Rev.5 dtd: 20.06.2013 Page 16 of 21

Page 37 of 263
BPCL-KR
Job: A307

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

38.0 FRAUDULENT PRACTICES:


The OWNER requires that Bidders/ Contractors observe the highest standard of et hics during
the award/ execution of Contract. "Fraudulent Practice" means a misrepresentation of facts in order
to influence the award of a Contract to the detriment of the Owner, and includes collusive practice
among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-
competitive levels and to deprive the Owner of the benefits of free and open competition.
a) The OWNER will reject a proposal for award if it determines that the bidder recommended for
award has engaged in fraudulent practices in competing for the Contract in question.
Bidder is required to furnish the complete and correct information/ documents required for
evaluation of their bids. If the information/ documents forming basis of evaluation is found to be
false/ forged, the same shall be considered adequate ground for rejection of bids and forfeiture
of Earnest Money Deposit.
b) In case, the information/ document furnished by the Bidder/ Contractor forming basis of
evaluation of his bid is found to be false/ forged after the award of the contract, Owner shall
have full right to terminate the contract and get the remaining job executed at the risk & cost of
such Bidder/ Contractor without any prejudice to other rights available to Owner under the
contract such as forfeiture of CPBG/ Security Deposit, withholding of payment etc.
c) In case, this issue of submission of false documents comes to the notice after execution of
work, Owner shall have full right to forfeit any amount due to the Bidder/ Contractor along with
forfeiture of CPBG/ Security Deposit furnished by the bidder/ contractor.
d) Further, such bidder/ contractor shall be put on Blacklist/ Holiday/ Negative List of OWNER/EIL
debarring them from future business with Owner & EIL for a time period, as per the prevailing
policy of OWNER & EIL.

39.0 ONE BID PER BIDDER:


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

40.0 LANGUAGE OF BID:


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

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

The EMD shall be in favour of BPCL and shall be acceptable in the form of Crossed Demand Draft
or Bank Guarantee in the prescribed pro-forma.
The Bank Guarantees/DD for EMD shall be issued by any Scheduled Commercial Bank (other than
co-operative Bank) in India or any Indian Branch of Foreign Bank and same shall be as per the
format given in this bidding document. Swift Message or Cash or Cheque in lieu EMD shall not be
acceptable.
The bank guarantee for submission of EMD shall be valid as period mentioned in EMD / Bid
A307_SIB Rev.5 dtd: 20.06.2013 Page 17 of 21

Page 38 of 263
BPCL-KR
Job: A307

Security format or elsewhere mentioned in Bid Document / RFQ.


EMD/ Bid securities of unsuccessful bidders will be returned upon award of Contract. However,
EMD of the successful Bidder will be returned upon the Bidder's acceptance of PO/ signing the
Contract and furnishing the PBG.
The EMD may be forfeited:
If a Bidder withdraws its bid during the period of Bid Validity or does any breach of
tendering terms and conditions, or

If a bidder modifies his bid on his own.

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

42.0 MODIFICATION AND WITHDRAWAL OF BIDS:


a) The Bidder may modify / withdraw its Bid prior to the due date prescribed for submission of
Bids.

b) No bid shall be modified subsequent to the deadline for submission of bids.

c) No bid shall be allowed to be withdrawn in the interval between the deadline for submission
of bids and the expiration of the period of bid validity specified by the bidder. Withdrawal of a
bid during this interval shall result in the forfeiture of bidder‟s bid security.

43.0 EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS:


a. The Owner/EIL will examine the bids to determine whether they are complete, whether any
computational errors have been made, whether the documents have been properly signed,
and whether the bids are generally in order.
f) Prior to the detailed evaluation, the Owner/EIL will determine whether each bid is of
acceptable quality, is generally complete and is responsive to the RFQ Documents. For the
purposes of this determination, a responsive bid is one that conforms to all the terms,
conditions and specifications of the RFQ Documents without deviations, objections,
conditionality or reservations.
c. Bidder shall not be allowed to submit any Price Implication or Revised Price after submission
of Bid, unless there is change in the stipulations of the RFQ Document and such changes are
incorporated through an Amendment. In case Exceptions and Deviations submitted by Bidder
along with Bid are not considered as acceptable and no Amendment is issued, then in such a
case the Bidders would be required to withdraw such Exceptions/Deviations in favour of
stipulations of the RFQ document and Bidders would not be eligible for submission of Price
Implication/Revised Price, failing which such Bid(s) shall be considered as non responsive
and rejected.
d. The Owner/EIL determination of a bid‟s responsiveness is to be based on the contents of the
bid itself without recourse to extrinsic evidence. If a bid is not responsive, it will be rejected by
the Owner/EIL, and may not subsequently be made responsive by the bidder by correction of
the nonconformity.
44.0 OWNER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID:
The Owner/EIL reserves the right to accept or reject any bid, and to annul the bidding process and
reject all bids at any time prior to award of the order without thereby incurring any liability to the
affected bidder or bidders or any obligations to inform the affected bidder or bidders of the ground
for Owner/EIL‟s action.
45.0 NOTIFICATION OF AWARD:
g) Prior to the expiration of period of bid validity Owner /EIL will notify the successful bidder in writing
by fax/e-mail to be confirmed in writing, that his bid has been accepted. The notification of award/
Fax of Acceptance will constitute the formation of the Order.
h) The Delivery Schedule shall commence from the date of notification of award/ Fax of Acceptance
(FOA).
i) Award of Contract/Order will be by issuing Fax of Acceptance (FOA) of your bid. FOA will contain
price, delivery and other salient terms of bid and RFQ Document.
A307_SIB Rev.5 dtd: 20.06.2013 Page 18 of 21

Page 39 of 263
BPCL-KR
Job: A307

Bidder will be required to confirm receipt of the same by returning “Copy of the FOA” duly signed
and stamped by the bidder as a token of acknowledgement to Owner and EIL. On receipt of
acknowledgement without any deviation/ condition, detail Purchase Order/ Contract will be issued
in quadruplicate. Three copies of the same without any condition/ deviation will be returned duly
signed and stamped by the bidder as a token of acknowledgement to Owner and EIL.
46.0 WAIVER OR TRANSFER OF THE AGREEMENT:
The successful bidder shall not waive the Agreement or transfer it to third parties, whether in part
or in whole, nor waive any interest that is included in the Agreement without the prior written
permission of the Owner.
47.0 T&C FOR FOREIGN SUPPLIERS OPERATED THROUGH THEIR INDIAN OFFICE /
SUBSIDIARIES:
I. The parent company shall issue an authorization from the authorized signatory like CEO, CFO, CS
to confirm their authorization to the subsidiary to manufacture & supply the equipments.
II. The parent company shall furnish a back-up guarantee duly signed by above signatory for the
performance of the equipment.
III. The order shall be placed on Indian subsidiary and the payment shall be released to Indian
subsidiary.
IV. Indian subsidiary shall be a manufacturing company in the same product & not a liaison /
representative office.
V. Bidder to submit bipartite agreement between parent & subsidiary to ensure experience &
compliance to contract.
VI. All critical components / parts to be supplied by parent company only which is enlisted with EIL.

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


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

49.0 REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN NATIONALS:


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

50.0 Order of Precedence of Commercial Documents:


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

SECTION-F: ADDITIONAL CLAUSES TO GPC

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


Settlement of dispute between CPSEs or CPSEs & Government Departments
A307_SIB Rev.5 dtd: 20.06.2013 Page 19 of 21

Page 40 of 263
BPCL-KR
Job: A307

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

ANNEXURE-A
INTEGRATED REFINERY EXPANSION PROJECT (IREP) OF
M/s BPCL KOCHI REFINERY,
KOCHI, KERALA (INDIA)
(Job No. A307)
TERMS & CONDITIONS FOR INDIAN SOURCED COMPONENTS / SERVICES BY FOREIGN
BIDDER

Foreign bidder may source components / sub-supplies and services from India, if allowed as per Material
Requisition. Such sub-supplies / services shall be subject to following Commercial Terms & Conditions:

1. PRICING:
1.1 The Foreign bidder shall quote firm price for items being sourced from India in Indian rupees on FOT
Site basis inclusive of packing, forwarding, transportation, all applicable taxes, duties & levies payable
upto site.

1.2 Materials if ordered against this Bidding Document are required to be dispatched on door delivery basis
through a reliable bank approved Road Transport Company unless the transport company is named by
the Owner.

2. AWARD OF ORDER:
Client may pace two separate order in this situation considering single point responsible taken care
by foreign (principal) bidder under “Umbrella Contract”. However obligation of Performance Bank
Guarantee & Price Reduction Schedule for complete package shall always lies with foreign
(principal) Bidder.

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

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


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

5. OVERALL RESPONSIBILTY:

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

6. PERFORMANCE BANK GUARANTEE


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

7. INSPECTION
i. Inspection of Item being sourced from India shall be by EIL/Owner.

A307_SIB Rev.5 dtd: 20.06.2013 Page 20 of 21

Page 41 of 263
BPCL-KR
Job: A307

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

8. PAYMENT TERMS:
8.1 Indian Source supplies:
100% payment along with taxes and duties will be paid against receipt & acceptance of Indian sourced
goods/material at project site and on presentation of invoice suitable for availing Cenvat.

8.2 Payment of Indian source supplies/Services shall be released directly to Indian counterpart against
Invoices raised by Indian counterpart duly endorsed by Foreign principal for payment.

8.3 The payments shall be made after Adjustment of Price Reduction Schedule.

9. In case of any deviation to above requirement, loading shall be applicable as mentioned for Indian
Bidder.

A307_SIB Rev.5 dtd: 20.06.2013 Page 21 of 21

Page 42 of 263
Page 43 of 263
Page 44 of 263
Page 45 of 263
Page 46 of 263
Page 47 of 263
Page 48 of 263
Page 49 of 263
Page 50 of 263
Page 51 of 263
Page 52 of 263
Page 53 of 263
Page 54 of 263
Page 55 of 263
Page 56 of 263
Page 57 of 263
Page 58 of 263
Page 59 of 263
Page 60 of 263
Page 61 of 263
Page 62 of 263
Page 63 of 263
Page 64 of 263
Page 65 of 263
Page 66 of 263
Page 67 of 263
Page 68 of 263
Page 69 of 263
Page 70 of 263
Page 71 of 263
Page 72 of 263
Page 73 of 263
Page 74 of 263
Page 75 of 263
Page 76 of 263
Page 77 of 263
Page 78 of 263
Page 79 of 263
Page 80 of 263
Page 81 of 263
Page 82 of 263
Page 83 of 263
Page 84 of 263
Page 85 of 263
Page 86 of 263
Page 87 of 263
Page 88 of 263
Page 89 of 263
Page 90 of 263
Page 91 of 263
Page 92 of 263
Page 93 of 263
Page 94 of 263
Page 95 of 263
Page 96 of 263
Page 97 of 263
Page 98 of 263
Page 99 of 263
Page 100 of 263
Page 101 of 263
Page 102 of 263
Page 103 of 263
Page 104 of 263
Page 105 of 263
Page 106 of 263
Page 107 of 263
BPCL-KR
Job No.: A307

BHARAT PETROLEUM CORPORATION LIMITED, KOCHI REFINERY


INTEGRATED REFINERY EXPANSION PROJECT

Terms and Conditions for Site Work

1. LOCATION OF WORKSITE:
M/s Bharat Petroleum Corporation Limited-Kochi Refinery (BPCL-KR) is setting up Integrated Refinery
Expansion Project (IREP) at its existing Refinery complex at Ambalamugal, Kochi in the state of
Kerala, India. The intending Bidder should inspect the site and make himself familiar with site
conditions and available communication facilities.
2. WATER SUPPLY:
The Owner shall allow the Contractor to draw the water within the premises of the Refinery, at one
point near Site. However, the Contractor shall make his own arrangement for the distribution pipe
network from source of supply and such distribution pipe network shall have prior approval of the
Owner/Engineer-In-Charge, so as not to interfere with the layout and progress of other Construction
activities.
Water for Hydro-testing shall be provided by Owner.
3. POWER SUPPLY:
Construction Power shall be made available by the Owner free of cost.
4. ACCOMODATION FOR CONTRACTOR ‘S SUPERVISORY STAFF AND LABOUR ETC.:
The Contractor shall make his own arrangements for the accommodation of labour,
Engineers/Supervisors deputed for carrying out Site Works.
5. LAND FOR CONTRACTOR’S FIELD OFFICE, GODOWN AND WORK SHOP:
The Owner will, at his discretion and convenience and for the duration of the execution of work,
make available, land for construction of Contractor’s Field Office, Workshop / Fabrication Yard
required for execution of the Contract. The Contractor shall at his own cost construct all these
temporary buildings/structure and provide suitable water supply and sanitary arrangement, duly
approved by Engineer-In-Charge.
On completion of the work undertaken by Contractor, he shall remove all temporary works/shed
erected by him and have the Site cleaned as directed by Engineer-In-Charge. If the Contractor shall
fail to comply with these requirements, the Engineer-In-Charge may at the expense of the
Contractor, remove such surplus and rubbish material, dispose off the same as he deems fit and get
the Site cleared as aforesaid; and the Contractor shall forthwith pay the amount of all expenses so
incurred and shall have no claim in respect of any such surplus materials disposed off as aforesaid.
But the Owner reserves the right to ask the Contractor any time during the pendency of the Contract,
to vacate the Land by giving 7 days notice on security reasons or on material interest, otherwise.
6. EQUIPMENTS, TOOLS AND PLANT:
All equipment, vehicles, tools and plants and materials brought to site by the contractor from his
resources shall have distinctive identification marks and the description and quantity of such inflow
shall be intimated to BPCL in writing by the contractor. All construction materials brought by the
contractor shall have prior approval regarding quality and quantity by BPCL. The contractor shall also
provide without extra cost necessary enclosures, containers and protective materials for proper
storage of materials inside, whenever so instructed by BPCL without any extra cost.
No material or equipment or tools etc. shall be taken out of the work-site without the written consent
of BPCL.
BPCL shall not be responsible for the safety to protection of the materials of the contractor and the
contractor shall make his own arrangements for proper watch and ward for his materials.
7. RULES AND REGULATIONS AT SITE:
The contractor shall ensure that all rules and regulations as effected from time to time by the Owner
and/or EIL are strictly observed by the Contractor’s personnel.

A307_T&C-SITE-WORK Rev. 1 Page 1 of 8

Page 108 of 263


BPCL-KR
Job No.: A307

The contractor shall not permit the entry to the site of any person not directly connected with the
execution of the Contract without prior permission of the Engineer-in charge.
8. WORKMANSHIP:
The entire job shall be done in accordance with the approved drawings and specifications. The
drawings and specifications are intended to be self-explanatory but should any discrepancy arise on
any thing contained therein, explanation shall be sought from BPCL.
All the work covered under this requisition shall be done to the entire satisfaction of BPCL who shall
determine the quality, acceptability and fitness of the work. The contractor shall provide necessary
and sufficient tools, plant, equipment etc. for proper execution of work to the satisfaction of BPCL.
9. WORK ON HOLIDAYS AND OUTSIDE NORMAL WORKING HOURS:
The contractor shall generally restrict his working hour to the normal working hours but may be
permitted to work extra hours and on Sunday and holidays on prior request at least 24 hours in
advance and around the clock depending upon the urgency of the work.
10. SUB-CONTRACTORS:
No part or whole of this work covered in the requisition or interest therein shall in any manner be
assigned or sublet by the contractor except where BPCL has given written consent therefor.
11. CONTRACTOR’S LIABILITY NOT LIMITED BY SUB-CONTRACT:
Notwithstanding and subletting with such approval the Contractor shall be and shall remain solely
responsible for the quality and quantity of materials and workmanship and for the proper and
expeditious execution of the work as if such sub-letting has not taken place.
If any sub-Contractor engaged upon the work executes any work, which in the opinion of BPCL is not
in accordance with the specifications, BPCL may, by written notice to the contractor require him to
terminate such sub-contract and sub-contractor shall immediately leave the work. No action by BPCL
under the above clause shall relieve the contractor of any of his liabilities or give rise to any right to
compensation, extension of time or otherwise.
11. OTHER AGENCIES AT WORKS:
The contractor may have to execute work in such a place and condition where other agencies also
will be engaged for other work. No claim shall be entertained for execution of work under such
circumstances. However, completion time for erection agreed will be subject to the condition that
contractor’s work is not hampered by other agencies.
12. SUPERVISION:
The contractor shall provide to the satisfaction of BPCL sufficient and qualified staff to superintendent
the execution of works. Such staff shall give to BPCL or his representative all necessary information
and facilities for such inspection or testing and examining any part of works.
The contractor shall ensure that all his supervisor’s staff and workmen conduct themselves in a
proper manner. They shall all be persons who are familiar with and skilled at the jobs allocated to
them. If and whenever any of the Contractor’s staff is found guilty of any misconduct or be
incompetent or insufficiently qualified in the performance of his duties the vendor shall remove him
from the site at once if directed by BPCL.
The contractor shall ensure that replacements for such persons removed from site are provided
immediately and the work is not allowed to suffer delay on that account.
13. INSPECTION OF WORKS:
BPCL and or EIL will have full power and authority to inspect the works at any time, either on the site
or at the contractor’s premises. The contractor shall afford or procure for the purchase every facility
and assistance to carry out such inspection. On no account will the contractor be allowed to proceed
with work of any type unless such work has been inspected and entries are made in the site
inspection register by BPCL / EIL.
14. ASSISTANCE TO BPCL:
The contractor shall render such assistance and supply such labour as may be required by BPCL in
connection with the works, cost of off all such assistance and requirements shall be deemed to be
included and covered by the prices quoted in the offer. The contractor shall make available to BPCL

A307_T&C-SITE-WORK Rev. 1 Page 2 of 8

Page 109 of 263


BPCL-KR
Job No.: A307

all necessary instruments and assistance in checking the setting out of works of and taking
measurements of works without extra cost to BPCL.
15. ACTION IN CASE OF BAD OR DELAYED WORK
Where it is found by BPCL, the performance of work by the contractor is not satisfactory in respect of
workmanship, deployment of sufficient labour or equipment delay, in execution of work or any other
matter, BPCL shall have the right to engage labour at normal ruling rates and get the work executed
through his own or any other agency and debit the cost in excess of the value as per order to the
contractor and the contractor shall have no right to claim compensation thereof. In such a case
BPCL shall have the right to utilise the materials and tools brought by the contractors for the same
work.
16. NOTICE OF CLAIMS FOR ADDITIONAL PAYMENT:
Should the Contractor consider that he is entitled to any extra payment or compensation or making
any claims whatsoever in respect of the works, he shall forthwith give notice in writing to BPCL that
he intends to claim extra payment. Such notice shall be given to BPCL within ten days from the
ordering of any work or happening of any event upon which the contractor bases such claims and
such notice shall contain full particulars of the nature of such claims with full details and amount
claimed. Failure on the part of the contractor to put forward any claim with the necessary particulars
as above within the time above specified shall be an absolute waiver thereof. No commission by
BPCL to reject any such claim and no delay in dealing therewith shall be waiver by BPCL of any rights
in respect thereof.
17. INSURANCE:
Marine – cum – Transit Insurance shall be arranged and borne by Vendor/Contractor. Any other
insurance including but not limited to workmen compensation, third party liability etc., as required by
the applicable laws shall be arranged by the vendor and the quoted price is inclusive of the charges
for the same.
18. PERMITS, LICENCES ETC.:
The contractor shall obtain all permits, licences or other authorisations as are required for his work in
terms of the order, from local State or Central Authorities. He shall comply with all rules, regulations
and other statutory obligations under the State of Union Legislative enactments. The contractor shall
pay all fees and other legally demandable compensation to any person, body or firm. BPCL shall not
be responsible, either directly or indirectly, in any manner whatsoever for any omissions of the
Contractor under this clause.
19. LOCAL AND OTHER AUTHORITIES NOTICES AND FEES:
The contractor shall comply with and give notices required by any Act or by any Regulation or bye-
law of any local or other public authority who have any jurisdiction with regard to the contractor’s
work and shall pay and indemnify BPCL against any fees/or charges legally demandable under such
Act, regulation or bye law in respect of the works.
20. CONTRACTOR’S LIABILITY:
It is the responsibility of the Contractor to meet all claims for compensation under the workmen’s
Compensation Act or under any other law in respect of accidents or injury including death suffered by
workmen engaged by him for carrying out the work undertaken by the contractor. The Contractor
will also be responsible and liable in respect of clams for damage to property or persons arising from
or in the course of execution of the work undertaken by him. The contractor shall keep BPCL fully
indemnified in respect of claims under the Workmen’s Compensation Act and all other claims
aforesaid and the contractor shall not under any circumstances raise any dispute with regard to the
same.
21. CONTRACTOR’S EQUIPMENT:
a) A list of equipment, which the contractor purposes to bring to Site to carry out the Work has been
made part of this Contract. The contractor shall ensure that these equipment as well as such other
equipment required to carry out the work are brought to site at the appropriate time to achieve the
promised completion date.
b) Equipment brought to Site will remain at Site and shall not be allowed to be taken out without the
written consent of the Engineer-in-charge. Certified capacity charts for heavy equipment should be
submitted to EIL prior to operation of the equipment.
A307_T&C-SITE-WORK Rev. 1 Page 3 of 8

Page 110 of 263


BPCL-KR
Job No.: A307

c) The contractor shall clearly mark all his tools and equipment with an identification symbol and/or
number.
22. CONTRACTOR’S CONSTRUCTION SCHEDULE AND MANPOWER, MACHIERY AND MATERIALS
REQUIREMENT CHART:
i) The Construction Schedule and Manpower, Machinery and Materials requirement chart agreed
between EIL and the contractor is made part of this contract. The following comprise the
Construction Schedule and Manpower, Machinery and Materials requirement chart.
(a) Construction Schedule showing Chart and finish dates for various Operations involved in the
execution of the Contract and how the various start and finish dates are tied up with the completion
date.
(b) Manpower requirement (separately for Supervisory and non-supervisory manpower) at various
phases of Contract execution.
(c) Machinery and Construction equipment requirement at various phases of Contract execution.
(d) Procurement Schedule for materials in the contractor’s scope of supply.
(e) Contractor’s organization chart.
The contractor shall ensure compliance with the Construction Schedule and Manpower, Machinery
and Materials Schedule and make every effort to bring in additional manpower, machinery and
materials as required to ensure timely completion of the work.
23. MATERIALS FURNISHED BY OWNER/EIL:
a) The Owner/EIL shall issue from their stores at site such materials, if any, agreed to be furnished to
the contractor elsewhere in this Contract. The contractor shall collect such materials from the stores
and transport to his work site at the contractor’s cost.
b) The contractor shall inspect such materials as soon as received by the contractor and shall bring to
the attention of the Engineer-in-charge any shortage/damage or other defects noticed before taking
over the materials. Materials once taken over will be deemed to have been received in good condition
and in correct quantities except for intrinstic defects, which cannot be observed by visual and
dimensional inspection and weighment.
c) Upon receipt by the contractor the responsibility for any and all loss, damage and/or misuse of such
materials shall rest with the contractor.
d) All materials furnished by Owner/EIL shall be properly stored and systematic records of receipts,
issue and disposal will be maintained. Periodic inventory shall be made available to Owner/EIL
whenever so required by Engineer-incharge.
e) All materials furnished by Owner/EIL shall be utilized as directed by Engineer-in-charge or in the
absence of such direction most economically. The contractor shall be responsible for the return to the
Owner/EIL of all surplus materials, as determined by the Engineer-in-charge.
f) For materials furnished by the Owner/EIL that is lost, damaged or unaccounted, deductions shall be
made from payments to the contractor at rates specified elsewhere in the Contractor in the absence
of such a provision in the contract at a rate determined by the Engineer-in-charge, which shall
includes besides the cost of materials, levies, taxes and duties paid, procurement expanses, freight
(air, sea and land) handling charges, insurance, expediting and inspection charges as per the
Schedule of rates of the Owner/EIL.
g) Surplus from materials furnished by the contractor shall after acceptance of work revert to the
Ownership of the contractor.
24. PROTECTION TO WORK NOT TAKEN OVER BY OWNER/EIL:
Until such time the work is taken over by Owner/EIL, the contractor shall be responsible for proper
protection including proper fencing, guarding, lighting, flagging, watching and for the provision of
temporary foot-ways, guards, and fences as far as may be rendered necessary by reason of the
work, for the protection of foot passengers, vehicles, animals and to the properties of the Owner/EIL,
occupiers of adjoining property and the public. The contractor shall during the progress of work
properly cover up and protect any part of the work liable to damage by exposure to the weather and
shall take every reasonable precaution against accident or damage to the work from any cause.

A307_T&C-SITE-WORK Rev. 1 Page 4 of 8

Page 111 of 263


BPCL-KR
Job No.: A307

25. COMMUNICATION FACILITIES:


If available, the Contractor may use the Owner’s or EIL’s communication facilities (telex, telegram,
telephone, postal etc,) at the specified charges. However, the owner or EIL does not guarantee such
facilities and the sub-contractor shall if required arrange for such facilities at his own cost and
expense. Lack of communication facilities will not form ground for extension to completion date.
26. EMPLOYMENT LIABILITY:
The contractor shall be solely and exclusively responsible for engaging or employing persons for the
execution of work. All employees engaged by the contractor shall be on his/their pay roll and paid by
him/them. All disputes or differences between contractor and/his/their employees shall be settled by
him/them. BPCL has absolutely no liability whatsoever concerning the employees of the contractor.
The contractor shall indemnify BPCL against all loss or damage or liability arising out of or in course
of his/their employing persons or relations with his/their employees.
The contractor shall make regular and full payment of wages and salaries to his employees and
furnish necessary proof wherever required by BPCL. In case of any complaint by any employees of
the contractor or his sub-contractor regarding non-payment of wages, salaries or other dues, BPCL
reserves the right to make such payments directly to such employee or sub-contractor of the
contractor and recover the amount in full from the bills of the contractor and the contractor shall not
claim any compensation or reimbursement thereof. The contractor shall comply with the Minimum
Wages of his employees and also of employees of his sub-contractor.
27. SAFETY SECURITY:
The contractor shall adhere to and enforce all safety and fire protection rules in force during the
performance of the work. The contractor shall take immediate steps to safety and security for each
different type of works as required to guard against accident and hazardous and unsafe working
conditions and shall comply promptly with BPCL’s additional instructions when given. BPCL reserves
the right to reject entry to the Contractor’s workmen either individually or wholly without assigning
any reason.
Prior to commencement of the awarded work, the Contractor shall furnish a list of employees whom
he intends to take in for his job to the Engineer-in-charge of BPCL.
28. FIRST AID FACILITIES:
The Owner/EIL shall establish First Aid Station at Site. Assistance from the First Aid Station will be
available to the contractor at an agreed charge. Contractor shall inform EIL in advance whether he
wishes to make use of this facility and confirm acceptance of the charges. Unless so notified earlier
the First Aid personnel will not treat contractor’s casualties except in the emergency.
29. HOUSE KEEPING
During the work in progress, the contractor should maintain good housekeeping at the work-site and
after completion of the work, leave the buildings, etc, with the adjacent area cleared.
Also, after erection the area should be cleared of any temporary structures built by the vendor.
30. NOTICE FOR ERECTION
The contractor shall start the erection work within 7 days of receipt of request from BPCL to
commence erection.
31. OTHER FACILITIES:
Unless specifically agreed elsewhere in the Contract, the Owner/EIL shall not provide any other
facilities to the contractor and the contractor shall arrange at his own cost and expense for plumbing,
lighting, construction air or steam, sanitary facilities, petrol and other fuels and lubricants for all
contractor’s equipments temporary construction of buildings, construction and fabrication equipment,
storage materials, tools, machinery (including consumables, costly and sophisticated fittings,
instruments, etc.), scaffolding, temporary erection bolts, all hand tools as required, welding
equipment, packers and shims, and all other items required to complete the work.
32. DEWATERING:
The contractor will keep his assigned areas free of water and must assume the costs for all pumping
conditions including shoring and shuttering as required. The contractor will tie in all his dumping
operations to the existing sewer or drain system all as directed by the Engineer-in-charge. The

A307_T&C-SITE-WORK Rev. 1 Page 5 of 8

Page 112 of 263


BPCL-KR
Job No.: A307

contractor will be held responsible for all damage which may be caused of result from water backing
up or flowing over through floor or any part of the work or which any of his operation may cause to
flow elsewhere.
33. COMPLIANCE WITH STATUTORY REGULATIONS:
a) The contractor shall be assumed to be familiar with all central, state and local regulations in force as
applicable to the operations he is performing.
b) It shall be sole responsibility of the contractor to execute the Contract in strict accordance with such
statutory regulations in force and or to obtain necessary exemption certificates.
c) Any modifications/alterations deletion and/or addition that has to be carried out to meet statutory
requirements shall be done at the cost and expense of the contractor. The contractor shall not be
entitled to any extension in completion date to carry out changes, in order to meet statutory
requirements.
d) The contractor shall at his cost and expense, obtain and furnish Owner/EIL with all statutory
certificates/permits, and/or exemption certificates by that are required, to put into operation, the
work completed by the contractor.
34. HYPOTHECATION BOND:
For free issue material, the Contractor shall furnish a hypothecation bond as per proforma enclosed
before commencement of despatches. This bond shall be executed on a Stamp paper.
35. GENERAL CONDITIONS OF CONTRACT (GCC):
The General Conditions of Contract (GCC) shall be applicable to Site Works.
36. MEDICAL FITNESS CERTIFICATES:
The contractor shall ensure the following at time of working at higher elevation:-
a. Doctor’s fitness certificate for contract workers shall be insisted for working at a height more
than 30 meters using temporary structures.
b. Executing department shall forward the list of contract workers engaged for working at heights
more than 30 meters to OHC for medical examination.
c. Tests / Parameters for medical fitness shall be as per CMO (OHC).
d. BPCL-KR medical officer will issue the fitness certificate with validity (6 months) and shall
endorse in the entry pass.
e. The fitness certificate shall be renewed every 6 months.
f. The necessity of medical fitness for those who employed in working at heights as per the guide
lines shall be included in the work permit given for such jobs.
g. The executing department, permit issuer and safety personnel shall ensure the compliance of the
safety guide lines.

A307_T&C-SITE-WORK Rev. 1 Page 6 of 8

Page 113 of 263


BPCL-KR
Job No.: A307

DRAFT FOR HYPOTHECATION BOND

AN AGREEMENT made this ______________ day of ______________two thousand and ____________


BETWEEN ________________________________LIMITED a Company incorporated under the Indian
Companies Act and having its Registered Office at _______________ (hereinafter called “the Contractor”) of
the one part and BPCL, A company incorporated under the Indian Companies Act 1956 and having its
registered office at ________________, hereinafter called “the Owner” of the other part.

WHEREAS
(1) The Owner has entered into an agreement with the Contractor for _______________ upon the terms
and conditions detailed in the Contract No. ____________ dated____________.
(2) One of the terms and conditions of the said Contract is that the Owner shall advance to the
Contractor a sum of Rs. _______________ of the contract price against despatch of materials.
(3) The Owner has at the request of the Contractor agreed to advance to the Contractor the said sum of
Rs. ______________ against hypothecation of materials despatched by the Contractor for purpose of
the said contract.
NOW IT IS HEREBY AGREED AS FOLLOWS
(1) THAT in pursuance of the said agreement and in consideration of the promises the whole of the
contractor’s materials which are now or hereinafter from time to time during the continuance of this
security shall be brought to or stored in or being or about the Owner’s lands and buildings at
________________ in the district of ___________ or wherever also the name may be (including any
materials in course of transit) hereinafter called the “said materials”) with the benefits of all rights
relating hereto shall be and stand hypothecated to the Owner and its assign by way of the said sum
of Rs. _________________ in manner hereinafter appearing together with all relative interest
charges and costs (as between attorney and client) and expenses.
(2) THAT the Contractor shall refund to the Owner the said sum of Rs_____________ on demand by the
Owner if the contractor shall commit any breach of the said contract or if the said sum becomes
otherwise refundable to the Owner under the said Contract.
(3) THAT subject as hereinafter provided the Contractor shall not except with the prior written consent of
the Owner during the continuance of this security, pledge or otherwise charge of encumber the said
materials or any part thereof over which the charge hereby created in favour of the Owner shall
extend or be expressed or intended to extend nor do or permit any act whereby the security here
before expressed to be given to the Owner shall be in any way prejudicially affected.
(4) THAT the contractor shall at all times and from time to time insure the said materials//keep it insured
to its full value against fire, strikes, riots and civil commotion and all other risk as required by the
Owner with Insurance Companies approved of by the Owner and the Contractor will on demand
produce the policies of insurance and the receipts for insurance premium to the Owner. If the
Contractor shall fail to insure or produce the policies or Insurance and Insurance premium receipts as
aforesaid the contractor shall be liable to refund the entire amount remaining outstanding out of the
advance on the date of such failure.
(5) THAT in the event of loss, destruction by fire or otherwise or damages to the said materials or any
part thereof the Owner shall be entitled to recover and receive all moneys payable in respect of the
insurance. In the event of the Owner nor receiving the amount payable in respect of the insurance
wholly or partially for any reason whatsoever the Contractor shall be bound to pay to the Owner on
demand the said sum,

(6) THAT all sums of money recovered or received under the last preceding clause may at the option of
the Owner be applied towards the liquidation and satisfaction of the said sum and if any part of the
insurance moneys shall remain in the hand of the Owner after such application thereof as aforesaid

A307_T&C-SITE-WORK Rev. 1 Page 7 of 8

Page 114 of 263


BPCL-KR
Job No.: A307

the Owner shall be entitled to apply the same towards any other sum or sums of money which may
be due from the Contractor to the Owner on any other account or any other transaction or
transactions whatsoever. If after settlement of all claims of the Owner against the Contractor any
surplus shall remain, such surplus shall remain at the disposal of the Contractor but if the sum or
sums realised from the insurance be insufficient to cover the moneys due to the Owner as aforesaid
the Contractor agrees to forthwith repay to the Owner the deficiency.
(7) THAT the Owner, its agents and nominees shall be entitled at all times and without notice to the
contractor but at the contractor’ s risk and expense and if so required as attorney and the name of
the contractor to enter any place where the said materials may be and inspect value and/or
possession of (so that they become pledged) all or any part of the said materials if the said sum or
any part thereof become payable under clause 2 hereof and to recover receive or remove and/or sell
by public auction or private contractor or otherwise dispose of or deal with all or any part of the said
materials and to enforce realise settle compromise and deal with any rights aforesaid without being
bound to exercise any of these powers or being liable for any losses in the exercise thereof and
without prejudice to the Owner’s rights and remedies of suit or otherwise and notwithstanding there
may be any pending suit or other proceeding.
(8) THAT in the event of any conflict between the provisions of these presents and the said contract the
provisions of these presents shall prevail and in the event or any dispute or difference arising over
the construction of effect of these presents the settlement of which has not been hereinbefore
expressly provided for, the same shall be referred to the Arbitrators as per General Purchase
Conditions, whose decision shall be final and provisions of these Indian Arbitration Act for the time
being in force shall apply to any such reference.

IN WITNESS WHERE OF the said Contractor and the Owner have hereunto set their respective hands
the day and year first above written.
Signed, sealed and delivered in the presence of :

Witness:

Signature
Name
Address

Signed for and on behalf of BPCL INDIA LIMITED in the presence of :


Witness:

Signature
Name
Address

A307_T&C-SITE-WORK Rev. 1 Page 8 of 8

Page 115 of 263


(To be executed on plain paper and applicable for all tenders of value above Rs. 1 crore)

INTEGRITY PACT

Between

Bharat Petroleum Corporation Limited (BPCL) hereinafter referred to as "The


Principal",

And

………………………..hereinafter referred to as "The Bidder/ Contractor/ Supplier"

Preamble

The Principal intends to award, under laid down organization procedures, contract/s
for
………………… The Principal values full compliance with all relevant laws and
regulations, and the principles of economic use of resources, and of fairness and
transparency in its relations with its Bidder/s, Contractor/s and Supplier/s.

In order to achieve these goals, the Principal cooperates with the renowned
international Non-Governmental Organisation "Transparency International" (TI).
Following TI's national and international experience, the Principal will appoint an
Independent External Monitor (IEM) who will monitor the tender process and the
execution of the contract for compliance with the principles mentioned above.
Accordingly, the Principal has appointed Mr. Janki Ballabh and Mr. T. S.
Krishnamurthy as IEM with the following address:-

Mr. Janki Ballabh Mr. T. S. Krishnamurthy


Flat No.605, Flat No. 9, Gokul Tower,
Versova Vinayak Co-Op.Hsg.Soc, Next to Mookambika Complex,
HSG Plot No.8, No. 7, C P Ramaswamy Road,
Near Versova Telephone Exchange, Alwarpet,
Versova, Andheri (West) Chennai – 600 018
Mumbai 400 053

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:

a) No employee of the Principal, personally or through family members, will in


connection with the tender, or the execution of the contract, demand, take a

Page 1 of 6

Page 116 of 263


promise for or accept, for himself/herself or third person, any material or
immaterial benefit which he/she is not legally entitled to.

b) 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.

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

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

Section 2 - Commitments of the Bidder / Contractor/Supplier

1) The Bidder / Contractor/Supplier commits itself to take all measures necessary to


prevent corruption. He commits himself to observe the following principles during
his participation in the tender process and during the contract execution.

a) The Bidder / Contractor/Supplier 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.

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

c) The Bidder / Contractor/Supplier will not commit any offence under the
relevant Anti-Corruption Laws of India; further the Bidder / Contractor/Supplier
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.

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

Page 2 of 6

Page 117 of 263


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

Section 3 - Disqualification from tender process and exclusion from future


contracts

If the Bidder, before contract award, has committed a transgression through a


violation of Section 2 or in any other form such as to put his reliability or credibility as
Bidder into question, the Principal is entitled to disqualify the Bidder from the tender
process or to terminate the contract, if already signed, for such reason.

1) If the Bidder/Contractor/Supplier has committed a transgression through a


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

2) A transgression is considered to have occurred if the Principal after due


consideration of the available evidences, concludes that no reasonable doubt is
possible.

3) The Bidder accepts and undertakes to respect and uphold the Principal's
absolute right to resort to and impose such exclusion and further accepts and
undertakes not to challenge or question such exclusion on any ground, including
the lack of any hearing before the decision to resort to such exclusion is taken.
This undertaking is given freely and after obtaining independent legal advice.

4) If the Bidder / Contractor/Supplier can prove that he has restored / recouped the
damage caused by him and has installed a suitable corruption prevention system,
the Principal may revoke the exclusion prematurely.

Section 4 - Compensation for Damages

1) If the Principal has disqualified the Bidder from the tender process prior to the
award according to Section 3, the Principal is entitled to demand and recover
from the Bidder liquidated damages equivalent to 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/Supplier liquidated
damages equivalent to Security Deposit / Performance Bank Guarantee.

Page 3 of 6

Page 118 of 263


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

Section 5 - Previous Transgression

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

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


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

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


Subcontractors

1) The Bidder/Contractor/Supplier undertakes to demand from all subcontractors a


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

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

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

Section 7 – Punitive Action against violating Bidders / Contractors /


Suppliers/Subcontractors

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


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

Page 4 of 6

Page 119 of 263


Section 8 - Independent External Monitors

1) The Principal has appointed competent and credible Independent External


Monitors for this Pact. The task of the Monitor is to review independently and
objectively, whether and to what extent the parties comply with the obligations
under this agreement.

2) The Monitor is not subject to instructions by the representatives of the parties and
performs his functions neutrally and independently. He reports to the Chairperson
of the Board of the Principal.

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

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

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


agreement, he will so inform the Management of the Principal and request the
Management to discontinue or heal the violation, or to take other relevant action.
The Monitor can in this regard submit non-binding recommendation. 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. However, the Independent External
Monitor shall give an opportunity to the Bidder/Contractor/Supplier to present its
case before making its recommendations to the Principal.

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

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


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

8) The word 'Monitor' would include both singular and plural.

Page 5 of 6

Page 120 of 263


Section 9 - Pact Duration

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

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

Section 10 - Other provisions

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


the Registered Office of the Principal, i.e. Mumbai. The Arbitration clause provided
in the main tender document / contract shall not be applicable for any issue /
dispute arising under Integrity Pact.

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


writing. Side agreements have not been made.

3) If the Bidder/Contractor/Supplier 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.

……………………… …………..……………………………
For the Principal For the Bidder/Contractor/Supplier

Place ……………… Witness 1…………


(Signature/Name/Address)

Witness 2:
Date --------------- (Signature/Name/Address)

Page 6 of 6

Page 121 of 263


Annexure - I

INSTRUCTIONS TO BIDDERS FOR E-TENDERING

Bidders who wish to participate for RFQs/ Tenders which are uploaded on EIL’s
Authorised service provider’s website (i.e. www.tenderwizard.com/eil) should follow
the following instructions which shall permit them to Search, View, Download and
Submit their Electronic Bids online in a secure manner ensuring confidentiality. These
Instructions for E-Tendering shall be read in conjunction with various instructions,
wherever appearing with the RFQ/ Bidding Document. The conditions & instructions
mentioned here in under shall supersede and shall prevail over the conditions &
instructions enumerated elsewhere in the RFQ/ Bidding Document.

1) PARTICIPATION IN E-TENDERING, REQUEST FOR USER ID and


PASSWORD:

To participate in E-Tendering, it is Mandatory on the part of Bidders to have user id


and password. Bidders are required to be registered on E-Tendering website to
obtain user id & password (password will be system generated).
User id and password are unique to each bidder and the bidder shall use the same
to view/download/participate in all e-tenders of EIL. Bidders are required to change
the password during their first login into the system. There will be single user id
permission for each bidder in the system.
Obtaining user id is an on-going process and is not linked to any particular RFQ/
Bidding Document. Any bidder willing to participate in EIL E-Tenders can obtain
User id & password as described above. Each bidder will get one user id. Bidders
are requested to designate one officer from their organization who will submit the
bids on line.
Digital Signature will be required from very first stage starting from login into the
system, downloading of RFQ/ Bidding Document, Bid submission, Bid opening, etc.

2) VIEW AND DOWNLOAD E-TENDER

Bidders must go to E-Tendering website www.tenderwizard.com/eil and log-in


using their user-id, password and digital signature.
However, the open tenders can be viewed/ downloaded from the link “tender free
view” provided in the website, without being log-in into the system.

3) DIGITAL SIGNATURE

Bidders cannot submit e-bids without having valid Digital Signature. The Digital
Signature shall be issued by C.A. (Certifying Authority) in India, in the name of a
person authorized for E- Tendering on behalf of his Company.

Page 1 of 5

Page 122 of 263


Annexure - I

FOREIGN BIDDERS SHALL ALSO HAVE TO OBTAIN DIGITAL SIGNATURE


FROM CERTIFYING AUTHORITIES IN INDIA AS APPROVED BY CCA. DIGITAL
SIGNATURE OBTAINED FROM FOREIGN COUNTRIES ARE NOT
ACCEPTABLE.

Note: In terms of Indian I.T Act 2000, only a digitally signed document will be
considered as a valid signed document.

4) BID DOCUMENT FEE/ EARNEST MONEY DEPOSIT, IF APPLICABLE :

Bidders are required to submit the Bid Document Fee & EMD (in the prescribed
format) in original as per the manner prescribed in the RFQ/ Bidding Document at
the time of bid submission in sealed envelope. However, bidders are required to
upload the scanned copy of both Bid Document fee as well as EMD on E- Tendering
website along with the e-bid.

If the Bidder is unable to submit Bid Document Fee & EMD in original within the due
date & time, he may submit the original Bid Document Fee & EMD within 7 days
from the date of unpriced bid opening, provided copy of the same have been
uploaded on E-Tendering Website. In case the bidder fails to submit the same in
original within 7 days, his bid shall be rejected, irrespective of their status/ ranking
in tender and notwithstanding the fact that a copy of Bid Document Fee & EMD
was earlier uploaded by the bidder.

5) SUBMISSION OF BID :

Bidders are required to upload the bid along with all supporting documents & Priced
part on the E-Tendering website (www.tenderwizard.com/eil) only. However,
documents required to be submitted physically, viz., Bid Document Fee, EMD, etc.,
need to be submitted in a sealed envelope as per the provisions of RFQ/ Bidding
Document.

Bidders shall ensure that all the required documents are uploaded in time and
failure to upload the same before bid submission date & time is the sole
responsibility of bidder. Under no circumstances, EIL shall entertain any request for
acceptance of bid documents in physical form or any other form, which are required
to be uploaded on E- Tendering Website.

The bidders needs to submit prices on-line strictly as per the Price Schedule
format provided in our E-Tender.

Bidders can submit their Bids on-line only after digitally signing the bid/documents
with the Digital Signatures used for log-in.

The Authenticity of above digital signatures may be verified through authorized CA


after bid opening and in case the digital signature is not authorized/valid, the bid
will be rejected. Bidder shall be responsible for ensuring the validity of digital

Page 2 of 5

Page 123 of 263


Annexure - I

signatures and proper usage of the same by responsible persons.

No Late Bids after due date & time shall be permitted in E -Tendering website.
The system time (IST) being displayed on the E-Tendering website shall be final and
binding on bidder and bids have to be submitted by bidders considering this time only
and not the time as per their location / country. Bidder who intends to change the bid
already submitted may change/revise the same on or before the closing date &
time of bid submission.

No Manual Bids shall be permitted. The offers submitted through E -tendering


website shall only be considered for evaluation.

Note:

i) Bidders are advised in their own interest to ensure that bids are uploaded in E-
tendering website well before the closing date and time of bid submission.

ii) No bid can be modified after the dead line for submission of bids.

iii) EIL shall not be responsible for any failure on the part of the bidder to follow the
instructions.
iv) Inadvertently, if a document is uploaded in E- tendering website by the
bidders, such document can be deleted by the Bidder and a new/modified
document can be uploaded digitally signed within the bid due date & time.
v) Bidders are requested to upload small sized documents preferably (upto 5 MB)
at a time to facilitate easy uploading into E- Tendering website. EIL does
not take any responsibility in case of failure of the bidder to upload the
documents within specified time of Bid submission.
vi) Wherever, the bidders are asked to upload the required document in Mandatory
folders, the bidders must upload the required document only in the Mandatory
folders.

6) OPENING OF BIDS:

The unpriced bids shall be opened online, at the specified date and time given in the
RFQ document or extended otherwise. The price bids shall also be opened online
on the date & time which will be informed to all the techno-commercially qualified/
acceptable bidders in advance.
The bidders who have submitted their bid will be able to view online the name &
status of all the bidders at their respective windows, after unpriced bid opening by
buyer. Similarly, the techno-commercially acceptable bidders will be able to view
online the price sheets of other techno-commercially acceptable bidders at their
respective windows, after priced bid opening by buyer.

Page 3 of 5

Page 124 of 263


Annexure - I

Wherever the composite bids are invited, the composite bids shall be opened
accordingly.

7) LAST DATE FOR SUBMISSION / RECEIPT OF BIDS:

System does not allow for submission of bids beyond the deadline for bid
submission. The system time displayed on EIL’s ASP E-Tendering website shall be
final and binding on the bidders for all purposes pertaining to various events of the
subject RFQ/ Bidding Document and no other time shall be taken into cognizance.

8) GENERAL

 The bidders may quote from their own offices/ place of their choice. Internet
connectivity shall be ensured by bidders on its own.
 Bidders agree to non-disclosure of trade information regarding the purchase,
identity of EIL, bid process, bid technology, bid documentation and bid details.
 EIL shall not have any liability to bidders for any interruption or delay in access to
the site irrespective of the cause.
 EIL shall not be responsible for any indirect / consequential losses / damages,
including but not limited to systems problems, inability to use the system, loss of
electronic information, etc.
 EIL decision on award of Contract shall be final and binding on all the Bidders.
 EIL reserves the right to prescribe different Security Devices for accessing and/or
using E-Tendering System or any part thereof, including but not limited to
prescribing different Security Device(s) for accessing and/or using different parts
of E-Tendering System.
 EIL reserves the right to prescribe password(s) and Login ID(s) for the bidders
and its representatives as well as any combination and/or sequence of letters
and/or numerals for the password(s) and Login ID(s).
 The actions, failures, omissions and defaults of the bidder's representative(s)
shall be construed and be given legal effect as if they are the actions, failures,
omissions and defaults of the bidder and the bidder shall be fully responsible for
all such matters.
 The bidder shall bear all costs and expenses in relation to its access and use of
E-Tendering System, including but not limited to the costs and expenses incurred
in ensuring its continued access and use of E-Tendering System.
 EIL shall not be responsible or held liable under these Terms and Conditions for
any loss or damage that is caused to any party due to use or misuse of the
E-Tendering System or breach, by any party, of the Terms and Conditions
mentioned herein.

Page 4 of 5

Page 125 of 263


Annexure-II

Contact details of Authorized Service Provider (ASP)

ASP Name : M/s Antares Systems Limited, Bangalore

Address : # 24, 1st Floor, Sudha Complex


Near Havanoor Circle, 3rd Stage
4th Block, Basaveshwara Nagar
Bangalore - 560 079
Ph: 080-40482000
Fax No: +91-80-40482114

C-9, 1st Floor (Back Side)


New Krishna Park, Najafgarh Road, Vikaspuri
Near Janakpuri West Metro Station
New Delhi-110018
Ph No: 011-49424365
Fax No: +91-11-25618721

Website : www.antaressystems.com , www.tenderwizard.com

Contact Persons at Bangalore office:

1: Mr. Ashish Yadav


Contact no: 08800991865
Email: ashish.y@antaressystems.com

2: Mr. Sachin
Contact no: 8401982112
Email: sachin.t@antaressystems.com

Help Desk No.

1: New Delhi 011-49424365


2: Bangalore 080-40482000

Page 126 of 263


Page 5 of 5
First of all you need to open internet explorer

Type the website address http://www.tenderwizard.com/EIL in the address bar and click
“Go” to access the Login Screen.

Page 127 of 263


Now open IE and go to the tools ->internet options->

Follow as given settings

Page 128 of 263


Page 129 of 263
Make all settings as per follows

Page 130 of 263


Page 131 of 263
Page 132 of 263
Page 133 of 263
Page 134 of 263
Page 135 of 263
Page 136 of 263
Page 137 of 263
Page 138 of 263
Page 139 of 263
Page 140 of 263
Page 141 of 263
Page 142 of 263
Follow same in the next

Page 143 of 263


Page 144 of 263
Page 145 of 263
Page 146 of 263
Page 147 of 263
Page 148 of 263
Page 149 of 263
Page 150 of 263
After making all setting you need to login and you will get the page as follows

And install java by clicking the link but before uninstalling the older java version.

Page 151 of 263


E-Tendering Help Manual
for Bidders
ENGINEERS INDIA LIMITED

Page 152 of 263


Overview
Tender Wizard is an exclusive, most vibrant end to end solution for buying / selling of products and
services through tendering process. It supports A - Z activities of tendering based on proactive work
flow concept. Fine details of tendering like vendor registration, Bid Document announcement and
corrigendum, Bid Document form processing, opening, negotiation and Bid Document awarding are
supported in a real time interactive environment. Tender Wizard creates a true dynamic market place
for both buyers and vendors to interact with each other and transact business.

Purpose
The objective of developing the TENDERWIZARD is to automate the departments of Governments.
The key objectives of this exchange are Reduced Inventory, consistency in costs across all
departments, consistent and sustainable Vendor Development, transactional effectiveness,
procurement lead time reduction, transparency etc.,

Audience
This product is extensively used by the Government officials and contractors to enhance the
transparency in the day to day tendering activities of the Government offices as well as in contractor
community.

Disclaimer
ANTARES assumes no responsibility for any errors that may appear in this document. The
information contained herein is subject to change without notice and should not be construed as a
commitment by Antares. No responsibility is assumed for the reliability of software or equipment that
is not supplied by Antares.

Copyright
This document is confidential and proprietary information of Antares. It should not be disclosed in
whole or in part to any third party except to the document to whom it has been submitted without the
express written authorization of Antares and should not be duplicated in whole or part for any other
purpose other than evaluation of the Technical capability of Antares and shall be returned upon
request.
Any reference used in this response is proprietary and is covered under non-disclosure agreement.
The information should not be divulged to any other party other than for whom it is intended. Clients
and partners may not be contacted about these references or divulge the information contained there-
in unless duly authorized by Antares.

Copyright 2007
Strictly private and confi dential

Page 153 of 263


Login screen
Type the website address http://www.tenderwizard.com/EIL in the address bar and click “Go” to
access the Login Screen.

Login procedure
Enter the given “USER ID” in the box provided. Enter the given “PASSWORD” in the box provided.
Click “ENTER” to login to the tendering website. The screen directs you to the PKI based login screen
(as shown below):
As a Security purpose the system automatically asks the user to change the password as shown in
Figure during the first login. Enter the Old and New Password along wit the Hint Question and Answer
and the click “Submit” to update the new Password. The user needs to login once again with the new
password (note the User Id remains the same) which gives the user the authentication to the change
of password.

Copyright 2007
Strictly private and confi dential

Page 154 of 263


Modify password: This screen will show only at first time login

Login again with the new modified password:

Once again the system will ask you to enter the password as shown below. Enter your password and
click “Enter” to proceed:

Copyright 2007
Strictly private and confi dential

Page 155 of 263


Request for Bid Document

Once the user logs in to the system, by default “In Progress” screen will be displayed where all the
applied Bid Documents are viewed.

Click “Un Applied” to view the new / unapplied Bid Documents. If the Bid Document is due for
request, then a Blue colour icon will appear on the screen as displayed below:

Once the user requested for the Bid Document, he can access this Bid Document through “In
Progress” section and the status of the Bid Document will be displayed as “Received”. The Bid
document has to be paid during submission of Bid document.

Uploading of supporting documents


Click “Document Library” (highlighted space in the below figure on the left side) to upload all the
necessary supporting documents for the Bid Document. This activity will reduce the user’s work, while
submitting the Bid Document. Click “Upload document” whenever user need to upload the new
attachments. These documents can be attached for any number of Bid Documents applied by the user.

Note:
1: Do not upload the SOR or Price Schedule which is in the form of the excel sheet in
which you are required to fill the price, this will upload directly from your system.

2: If there is EMD required and it is in the form of BG then scan the EMD in the two
ways
a: First page in the JPEG or JPG format, this page is not required to upload in the
document library it will upload directly from your system.
b: Scan all pages in the PDF format, this should be uploaded in the doc library.

Copyright 2007
Strictly private and confi dential

Page 156 of 263


The window will be as below figure:

Copyright 2007
Strictly private and confi dential

Page 157 of 263


Browse the file from system, give the attach name & attach description. If you know the file group of
the file then select the group otherwise select the general document. Now click on the upload.

Note: The file name should not contain any special character and not even <space> but you can give
one space in the attach name and description.
Copyright 2007
Strictly private and confi dential

Page 158 of 263


After clicking the update you can check the document by directly clicking on the document library.

Now again come back on in progress and click on the edit attachment level 1

Copyright 2007
Strictly private and confi dential

Page 159 of 263


You will get the page as below

Now you are required to attach the document one by one in the given link as below

Copyright 2007
Strictly private and confi dential

Page 160 of 263


Copyright 2007
Strictly private and confi dential

Page 161 of 263


Now you are about to ready to submit the tender form

But before submission you are required to upload rest of other supporting document besides the
document which was showing in the red color otherwise you will get the below message.

Copyright 2007
Strictly private and confi dential

Page 162 of 263


Now attach at least one general document as below figure

Copyright 2007
Strictly private and confi dential

Page 163 of 263


Copyright 2007
Strictly private and confi dential

Page 164 of 263


Now you can submit the tender by clicking on the given link.
See the below figure:

Copyright 2007
Strictly private and confi dential

Page 165 of 263


Copyright 2007
Strictly private and confi dential

Page 166 of 263


Copyright 2007
Strictly private and confi dential

Page 167 of 263


Copyright 2007
Strictly private and confi dential

Page 168 of 263


Copyright 2007
Strictly private and confi dential

Page 169 of 263


Copyright 2007
Strictly private and confi dential

Page 170 of 263


Confirmations on Bid Document submission
Once the EMD, Bid document fee, Price Bid, General documents, Mandatory documents etc. are
uploaded, click “Submit the Bid Document form” on the Bid Document screen. The user should
compulsorily attach at least one document from general document section.

Once the user submits the form, the following confirmations shall appear as an authentication to the
submission of the Bid Document. Preserve the printout of confirmation as shown in Figures.

Note that the status of the Bid Document will be changed as “Submitted”, once user click on the final
submission button.

Now click on the green icon of the bid:

Copyright 2007
Strictly private and confi dential

Page 171 of 263


Click on the view the acknowledgement copy

Copyright 2007
Strictly private and confi dential

Page 172 of 263


Copyright 2007
Strictly private and confi dential

Page 173 of 263


Withdrawal of Bid Document
In case, the vendor needs to withdraw his submitted bid, then click “Withdrawal” as shown below and
provide reason for withdrawal and proceed. The Bid Document will be moved to Disqualified /
Withdrawal section. Once withdrawn, Bid Documents cannot be taken back.

Opening event
Vendors can view the opening event sitting at their own places using internet connection. The Bid
Document will be moved to Opened / Awarded section once it is opened by the tendering authority
(as shown in figure). If the vendor is not disqualified then the status will be shown as “In the Race” (as
shown in figure).

Copyright 2007
Strictly private and confi dential

Page 174 of 263


Even competitor’s bids sheets can be downloaded from the website as shown in figure.

Copyright 2007
Strictly private and confi dential

Page 175 of 263


This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited
MATERIAL REQUISITION (TOP SHEET)
ITEM DESCRIPTION: BATTERIES-NICKEL CADMIUM, BATTERY CHARGERS
GROUP ITEM CODE: 13HD,13HB DESTINATION: As per Commercial Documents
MR CATEGORY: II DELIVERY PERIOD: As per Commercial Documents

DOCUMENT NUMBER
( Always quote the Document Number given below as reference )

A307 000 XH MR 0431 B 18/09/2013 16 50


JOB NO. UNIT/ MAIN DOC. SR. NO. REV. DATE DIVN. DEPT.
AREA COST CODE
CENTRE ORIGINATOR
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.

NOTES :
1 This page is a record of all the Revisions of this Requisition.
2 The nature of the Revision is briefly stated in the "Details" column below, the
Requisition in its entirety shall be considered for contractual purposes.
3 Vendor shall note the MR category and shall submit his offer in line with the
requirements included in attached 'Instructions to Bidders'.

REV. DATE BY CHK. APPD. DETAILS

A 29/07/2013 VK SV BRB ISSUED FOR BIDS


B 18/09/2013 MHR SV BRB REVISED AND ISSUED FOR BIDS
This is a system generated approved document and does not require signature.

Project: INTEGRATED REFINERY EXPANSION PROJECT


ENGINEERS INDIA LIMITED

16 Client: BPCL-KOCHI REFINERY

Page 176 of 263


Sheet 1 of 4
File Name: u:\DCsystemmr.pdf
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited
TAG NO/
SR. NO. ITEM CODE/ [ ID. NO. ] DESCRIPTION QUANTITY

01.00 Design, engineering, manufacture,


procurement of materials and bought out
components, assembly at shop, inspection,
testing at manufacturer's works, packing,
delivery of the following, including
supply of special tools and tackles,
first fill of consumables, erection
material & documentation as per the
enclosed EIL standard specifications,
instructions to vendor, data sheets, etc.
and other codes and standards attached or
referred.
01.01 A1 DC-GC1-001 110V DC System including Ni-Cd Battery, 1 Lot
Charger etc as per data sheet no. 0631
(S/S-GC1 for CDU/VDU)
01.02 A1 DC-GC1-002 110V DC System including Ni-Cd Battery, 1 Lot
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.

Charger etc as per data sheet no. 0631


(S/S-GC1 for FCCU)
01.03 A1 DC-GK1-001 110V DC System including Ni-Cd Battery, 1 Lot
Charger etc as per data sheet no. 0631
(S/S-GK1 for DCU)
01.04 A1 DC-GK1-002 110V DC System including Ni-Cd Battery, 1 Lot
Charger etc as per data sheet no. 0631
(S/S-GK1 for VGO-HDT)
01.05 A1 DC-GU1-001 110V DC System including Ni-Cd Battery, 1 Lot
Charger etc as per data sheet no. 0631
(S/S-GU1 for DHDT/CT)
01.06 A1 DC-DS3-001 110V DC System including Ni-Cd Battery, 1 Lot
Charger etc. as per data sheet no. 0631
(S/S-DS3 for SRU)
01.07 A1 DC-EG3-001 110V DC System including Ni-Cd Battery, 1 Lot
Charger etc. as per data sheet no. 0631
(S/S-EG3 for CPP)
01.08 A1 DC-DO3-001 110V DC System including Ni-Cd Battery, 1 Lot
Charger etc as per data sheet no. 0631
(S/S-DO3 for FWPH)
01.09 A1 DC-BO8-001 110V DC System including Ni-Cd Battery, 1 Lot
Charger etc as per data sheet no. 0631
(S/S-BO8 for OFFSITE)
02.00 Testing and commissioning at site
including supply of all commissioning
spares for the following, as per the
enclosed EIL standard specifications,
instructions to vendor, data sheets, etc.
02.01 A1 {02}DC-GC1-001 For Sr. No. 01.01 1 Lot
02.02 A1 {02}DC-GC1-002 For Sr. No. 01.02 1 Lot
02.03 A1 {02}DC-GK1-001 For Sr. No. 01.03 1 Lot
02.04 A1 {02}DC-GK1-002 For Sr. No. 01.04 1 Lot
02.05 A1 {02}DC-GU1-001 For Sr. No. 01.05 1 Lot
02.06 A1 {02}DC-DS3-001 For Sr. No. 01.06 1 Lot
02.07 A1 {02}DC-EG3-001 For Sr. No. 01.07 1 Lot
02.08 A1 {02}DC-DO3-001 For Sr. No. 01.08 1 Lot
02.09 A1 {02}DC-BO8-001 For Sr. No. 01.09 1 Lot
03.00 Transportation from Vendors work/ shop to
site for the following as per the
enclosed EIL standard specifications,
instructions to vendor, data sheets, etc.
Project: INTEGRATED REFINERY EXPANSION PROJECT
ENGINEERS INDIA LIMITED REQUISITION NO. REV.

16 Client: BPCL-KOCHI REFINERY A307-000-XH-MR-0431 B

Page 177 of 263


Sheet 2 of 4
File Name: u:\DCsystemmr.pdf
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited
TAG NO/
SR. NO. ITEM CODE/ [ ID. NO. ] DESCRIPTION QUANTITY

03.01 A1 {03}DC-GC1-001 For Sr. No. 01.01 1 Lot


03.02 A1 {03}DC-GC1-002 For Sr. No. 01.02 1 Lot
03.03 A1 {03}DC-GK1-001 For Sr. No. 01.03 1 Lot
03.04 A1 {03}DC-GK1-002 For Sr. No. 01.04 1 Lot
03.05 A1 {03}DC-GU1-001 For Sr. No. 01.05 1 Lot
03.06 A1 {03}DC-DS3-001 For Sr. No. 01.06 1 Lot
03.07 A1 {03}DC-EG3-001 For Sr. No. 01.07 1 Lot
03.08 A1 {03}DC-DO3-001 For Sr. No. 01.08 1 Lot
03.09 A1 {03}DC-BO8-001 For Sr. No. 01.09 1 Lot
04.00 Supply of Mandatory Spares as per
enclosed list / Instructions to vendor.
04.01 A1 {04}DC-GC1-001 For Sr. No. 01.01 1 Lot
04.02 A1 {04}DC-GC1-002 For Sr. No. 01.02 1 Lot
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.

04.03 A1 {04}DC-GK1-001 For Sr. No. 01.03 1 Lot


04.04 A1 {04}DC-GK1-002 For Sr. No. 01.04 1 Lot
04.05 A1 {04}DC-GU1-001 For Sr. No. 01.05 1 Lot
04.06 A1 {04}DC-DS3-001 For Sr. No. 01.06 1 Lot
04.07 A1 {04}DC-EG3-001 For Sr. No. 01.07 1 Lot
04.08 A1 {04}DC-DO3-001 For Sr. No. 01.08 1 Lot
04.09 A1 {04}DC-BO8-001 For Sr. No. 01.09 1 Lot
05.00 Supply of Two Years Operation and Unit Rates
Maintenance Spares, as per enclosed
instructions to vendor.
06.00 Unit Rates
06.01 Unit Rates of items for addition/ 1 Unit
deletion purpose, as per the enclosed
instructions to vendors.
07.00 << DELETED >>
08.00 << DELETED >>
09.00 Drawings and documents as per attached Lot
Vendor Data requirement for all supplies
and services covered above in Sr.No. 1.00
to Sr.No. 6.00 above.

Vendors shall quote prices in EIL Price Schedule except for Sr.No.9.00. Price for
documentation is implied to be included in the prices quoted against Sr.No.1.00 to
Sr.No.8.00

Vendor to note that the numbers given in square '[]' and curly '{}' brackets are
not for their use and meant for store purpose only. Items shall be tagged as per
main equipment Tag No. only.

Note:
Bidder to note that,one fixed price is to be quoted for grouped items. The groups
of items are identified by A1 where A1 indicates one group and so on.
Grouped items shall not be split ordered.

Project: INTEGRATED REFINERY EXPANSION PROJECT


ENGINEERS INDIA LIMITED REQUISITION NO. REV.

16 Client: BPCL-KOCHI REFINERY A307-000-XH-MR-0431 B

Page 178 of 263


Sheet 3 of 4
File Name: u:\DCsystemmr.pdf
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited

LIST OF ATTACHMENTS
REVISION
SL. REV. REV. REV. REV.
DOCUMENT TITLE DOCUMENT NO.
No.
DATE DATE DATE DATE
FORMATS
1 Format for Vendor Drawing/ EIL-1641-1923
Document Submission Schedule Rev.1
INSTRUCTIONS TO VENDORS
2 Instructions to Vendor for A307-000-16-50-TR- A B
Battery and Battery charger 0431 29/07/2013 18/09/2013
DATASHEET
3 Data sheet for Battery & A307-000-16-50-DS- A
Battery charger 0631 29/07/2013
VENDOR DATA REQUIREMENTS
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.

4 Vendor data requirement for A307-000-16-50-VR- A


Battery and Battery charger 0431 29/07/2013
VENDOR LIST
5 Vendor List for Battery & A307-000-16-50-LL- A
Battery chargers 0431 29/07/2013
MANDATORY SPARES
6 Mandatory Spares List for A307-000-16-50-SL- A
Battery & Battery chargers 0431 29/07/2013
STANDARD SPECIFICATIONS
7 Specification for Battery 6-51-0019 4
charger 11/04/2011
8 Specification for Stationary 6-51-0047 2
Nickel Cadmium Batteries 11/04/2011
9 Specification for field 6-51-0087 2
inspection, testing and 03/03/2009
commissioning of electrical
installations
INSPECTION & TEST STANDARDS
10 Inspection Test Plan for 6-81-1019 2
Battery chargers 29/06/2012
11 Inspection and Test Plan for 6-81-1047 2
Stationary Nickel Cadmium 29/06/2012
Battery
QUALITY REQUIREMENTS
12 Specification for Quality 6-78-0001 0
Management System requirements 04/06/2009
from Bidders
13 Specification for Quality 6-78-0003 0
Management System requirements 04/06/2009
from Suppliers
In case of any subsequent revision of MR or PR, only revised sheets of the
attachments listed above shall be issued alongwith the revision.

GENERAL NOTES:

Project: INTEGRATED REFINERY EXPANSION PROJECT


ENGINEERS INDIA LIMITED REQUISITION NO. REV.

16 Client: BPCL-KOCHI REFINERY A307-000-XH-MR-0431 B

Page 179 of 263


Sheet 4 of 4
File Name: u:\DCsystemmr.pdf
Format No.: EIL-1641-1923 Rev.1

Engineers India Limited Status


Vendor Drawing/ Document Submission Schedule Date
Client: BPCL-KOCHI REFINERY Project: INTEGRATED REFINERY EXPANSION PROJECT Vendor Name:

Item Description: BATTERIES-NICKEL CADMIUM, PR No.: Address:


BATTERY CHARGERS
Date of LOI:

PO No.:
Date of PO: City:

Page 180 of 263


EIL Originating Department: ELECTRICAL Contact Person(EIL): Contact Person: Fax:
Phone: Email:

Drg./ Doc. Nomenclature Category Scheduled Form


S.No. Equipment Number as per EIL Vendor Data Vendor Drg. / Doc. Numbe Vendor Drg./ Doc. Title Electronic Remarks
Review (R) / date of 1st
Requirement Records (I) Submission (E)/ Print (P)
INSTRUCTIONS TO VENDOR DOCUMENT No.
FOR A307-000-16-50-TR-0431
BATTERY & BATTERY CHARGER Rev. B
IREP, BPCL-KR Page 1 of 6

INSTRUCTIONS TO VENDOR
FOR
BATTERY AND BATTERY CHARGER
(MR No. A307-000-XH-MR-0431)

PROJECT : INTEGRATED REFINERY EXPANSION PROJECT

CLIENT : BPCL – KR

CONSULTANT : EIL

EIL JOB No. : A307

B 18.09.2013 REVISED AND ISSUED WITH MR MHR SV BRB

A 29.07.2013 ISSUED WITH MR VK SV BRB

Rev. Date Purpose Prepared by Checked by Approved by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 181 of 263
INSTRUCTIONS TO VENDOR DOCUMENT No.
FOR A307-000-16-50-TR-0431
BATTERY & BATTERY CHARGER Rev. B
IREP, BPCL-KR Page 2 of 6

1.0 SPECIAL INSTRUCTIONS TO BIDDER

1.1 The order for all items specified in the MR i.e. Batteries, Battery Chargers, DCDBs and Cell
Boosters shall not be split and all these items shall be ordered on a single vendor.

1.2 Bidder shall quote for only those MR items for which they are enlisted in EIL.

1.3 Bidder to note that no correspondence shall be entered into or entertained after the bid
submission.

1.4 Bidder shall furnish quotations only for those items which he can supply strictly as per MR
specifications.

1.5 If the offer contains any technical deviations and/ or if the bid does not include complete scope
and technical/ performance data required to be submitted with the bid, the offer shall be liable for
rejection.

1.6 The submission of prices by the Bidder shall be construed to mean that he has confirmed
compliance with all technical specifications of the corresponding item(s).

2.0 BIDDER SHALL NOTE THAT NO TECHNICAL QUESTIONNAIRE SHALL BE ISSUED.


BIDDER SHALL ENSURE COMPLIANCE TO THE FOLLOWING:

2.1 Bidder has quoted for all items as per item description exactly as specified in MR and confirmed
compliance to the scope of MR.

2.2 Bidder has submitted un-priced copy of the priced bid with item description exactly as per MR.

2.3 Bidder has quoted unit rates for 2 years Operation and Maintenance spares along with
recommended quantity against MR item no. 05.00.

2.4 Bidder has quoted for testing and commissioning at site for Battery, Battery Charger, DCDB &
Cell Booster including supply of all commissioning spares against MR item no. 02.00.

2.5 Duly filled-in Data Sheet no. A307-000-16-50-DS-0631 (Part I & Part-II) is furnished with the bid.

2.6 Bidder has submitted all documents required with the offer as asked in Vendor Data
Requirement (VDR) form (A307-000-16-50-VR-0431) and the VDR form is duly signed by the
bidder.

2.7 Makes of components/devices are exactly as specified in the Vendor List (A307-000-16-50-LL-
0431) attached with the MR.

2.8 Bidder has furnished overall dimensions/GA drawing of battery rack, battery charger, DCDB and
Cell Booster.

2.9 Rating of battery set, battery charger, DCDB and cell booster quoted with offer is adequate for
the specified load cycle and is at least equal to the minimum rating indicated in the MR.
In case during detail engineering, it is found that the ratings are inadequate as per the
given load cycle, correction factors, etc., the battery, charger and other equipment ratings
shall be increased without any impact on cost and time to owner.

2.10 Bidder has complied to EIL specification nos. 6-51-0019 Rev.4 and 6-51-0047 Rev.2 and Battery
and Battery Charger Data Sheet Part-I. No deviation shall be acceptable. In case of deviation,
the offer shall be rejected without raising any query to bidder.

2.11 One set of recommended special tools and tackles required for the maintenance of the battery &
battery chargers has been included with each set of DC system specified at MR item no. 01.00.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 182 of 263
INSTRUCTIONS TO VENDOR DOCUMENT No.
FOR A307-000-16-50-TR-0431
BATTERY & BATTERY CHARGER Rev. B
IREP, BPCL-KR Page 3 of 6

3.0 MR SR. No. 05.00

3.1 Bidder shall quote unit prices (the rates shall be inclusive of packing and transportation) for Two
Years Operation and Maintenance Spares along with recommended quantity (rating wise),
including but not limited to the following for each rating of Battery, Battery Charger, DCDB and
Cell Booster.

i) Battery charger, Cell booster and DC Distribution board


a) Control / Power Supply cards
b) Printed circuit boards of each type used
c) Discrete components like SCRs, diodes, capacitors, resistors, etc.
d) Switches, MCCBs, MCBs etc.
e) Power/ auxiliary/ DC contactors, contactor coils and contact kits
f) Fuses and fuse base (power and control)/ Trip indicating fuses
g) Indicating lamp assembly/ bulbs/ LEDs
h) Toggle switch/ push buttons, etc.
i) Annunciator, relays etc.
j) Spares for battery

ii) Spares for Batteries of all ratings

4.0 MR SR No. 06.01


Bidder shall quote unit rates for addition/deletion at a later date, for the MR item nos.01.01 to
01.09 of MR. The price shall include all accessories, wiring, mounting etc. as required.
a) DCDB vertical panel
b) Each rating of outgoing DCDB feeder.

Unit rates for any other item if not specifically included in MR and may be required for addition/
deletion may also be furnished.

5.0 Bidder to note that each DC system as mentioned in various item nos of MR shall comprise of
following sub items :
a) Ni-Cd battery : 2 x 50%
b) Battery charger : 2 x 100%
c) DCDB : 1 set
d) Cell booster : 1 set

6.0 All test equipments required for testing and commissioning at site, shall be brought by the Bidder
at his own expense including load for battery capacity test at site. Also, all commissioning spares
as required during commissioning shall be supplied by Bidder at no time & cost implication to
purchaser.

7.0 Bill of materials, if any, furnished in the offer will be retained for information and records only.
This is subject to review during detail engineering. All materials and components as required to
meet MR specifications and functional requirements shall be included in bidder’s scope without
any cost and time implication to purchaser.

8.0 Testing and commissioning of items specified as per MR shall be carried out as per schedule
informed by site engineer-in-charge. This may require multiple mobilisations for simultaneous
testing and commissioning of items in various substations.

9.0 The bidder shall co-ordinate with the battery/ battery charger manufacturer for all necessary
information and shall ensure proper design of battery/ battery charger and distribution board for
satisfactory performance.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 183 of 263
INSTRUCTIONS TO VENDOR DOCUMENT No.
FOR A307-000-16-50-TR-0431
BATTERY & BATTERY CHARGER Rev. B
IREP, BPCL-KR Page 4 of 6

10.0 The Bidder shall coordinate for all necessary information regarding battery and shall ensure
proper design of the chargers and distribution board for satisfactory performance when
connected to the battery. The chargers shall be completely suitable for the sequential charging
requirements of the battery.

11.0 Bidder shall quote same prices for identical items.

12.0 In case the bidder offers battery rating higher than the minimum AH capacity specified in MR to
meet the duty cycle and design basis given in data sheets and EIL specification, bidder shall
furnish battery sizing calculations along with the offer to substantiate the rating offered.

13.0 The height of DCDB panel shall be same as that of battery charger.

14.0 10% design margin shall be considered while sizing the battery and battery charger.

15.0 Battery and battery charger sizing shall be subject to owner/EIL’s review during detail
engineering and batteries & chargers of approved rating/ capacity shall be supplied without any
cost/ time implication.

16.0 DISCHARGE DUTY REQUIREMENTS/SYSTEM REQUIREMENTS

Duty cycle End


Item Min. Min. Min. No of
Nominal Cell
no. as First Next Last Min. AH rating rating rating cells
DC voltage
per 1 58 1 capacity of of Cell of
voltage
MR min. min. min. charger booster DCDB Ni-Cd Ni-Cd

2x180
01.01 110V 352 137 162 180A 105A 400A 2x86 1.16 V
AH

2x195
01.02 110V 364 149 174 195A 110A 400A 2x86 1.16 V
AH

2x180
01.03 110V 352 137 162 180A 105A 400A 2x86 1.16 V
AH

2x140
01.04 110V 200 105 130 140A 80A 225A 2x86 1.16 V
AH

2x180
01.05 110V 350 135 165 180A 105A 400A 2x86 1.16 V
AH

2x195
01.06 110V 364 149 174 195A 110A 400A 2x86 1.16 V
AH

2x250
01.07 110V 330 190 228 250A 140A 400A 2x86 1.16 V
AH

2x140
01.08 110V 200 105 130 140A 80A 225A 2x86 1.16 V
AH

2x195
01.09 110V 364 149 174 195A 110A 400A 2x86 1.16 V
AH

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 184 of 263
INSTRUCTIONS TO VENDOR DOCUMENT No.
FOR A307-000-16-50-TR-0431
BATTERY & BATTERY CHARGER Rev. B
IREP, BPCL-KR Page 5 of 6

17.0 FEEDER REQUIREMENTS FOR DCDBs:

Item no. Incomer No. of outgoing feeders Rating of Max. cable Rating of
as per feeder each size for DC
MR/PR rating outgoing outgoing contactor
(A) feeder feeder for lighting
(Min.) bus

46 nos. (for HV & MV SWGR) 32 A SFU During


01.01
400 A Detail 63 A
(S/S-GC1)
8 nos. (For Lighting) 16 A SFU Engg.

48 nos. (for HV & MV SWGR) 32 A SFU During


01.02
400 A Detail 63 A
(S/S-GC1)
8 nos. (For Lighting) 16 A SFU Engg.
52 nos. (for HV & MV SWGR) 32 A SFU During
01.03
400 A Detail 63 A
(S/S-GK1) 8 nos. (For Lighting) 16 A SFU Engg.
38 nos. (for HV & MV SWGR) 32 A SFU During
01.04
225 A Detail 63 A
(S/S-GK1) 8 nos. (For Lighting) 16 A SFU Engg.
56 nos. (for HV & MV SWGR) 32 A SFU During
01.05
400 A Detail 63 A
(S/S-GU1) 8 nos. (For Lighting) 16 A SFU Engg.
54 nos. (for HV & MV SWGR) 32 A SFU During
01.06
400 A Detail 63 A
(S/S-DS3) 8 nos. (For Lighting) 16 A SFU Engg.
70 nos. (for HV & MV SWGR) 32 A SFU During
01.07
400 A Detail 63 A
(S/S-EG3) 12 nos. (For Lighting) 16 A SFU Engg.
30 nos. (for HV & MV SWGR) 32 A SFU During
01.08
225 A Detail 63 A
(S/S-DO3) 8 nos. (For Lighting) 16 A SFU Engg.

48 nos. (for HV & MV SWGR) 32 A SFU During


01.09
400 A Detail 63 A
(S/S-BO8
14 nos. (For Lighting) 16 A SFU Engg.

Notes:
1) Final fuse rating shall be decided during detailed engg.
2) SFU: Switch Fuse unit Feeder

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 185 of 263
INSTRUCTIONS TO VENDOR DOCUMENT No.
FOR A307-000-16-50-TR-0431
BATTERY & BATTERY CHARGER Rev. B
IREP, BPCL-KR Page 6 of 6

TECHNICAL COMPLIANCE STATEMENT


(TO BE SIGNED BY VENDOR'S PRINCIPAL CORPORATE LEVEL SIGNATORY ON COMPANY LETTERHEAD)

I, ON BEHALF OF M/s CONFIRM THAT THE PROPOSAL OF -----------

-----------------------------------------QUOTED BY M/s FOR BPCL-KR,

INTEGRATED REFINERY EXPANSION PROJECT, KOCHI (INDIA) AGAINST

MATERIAL REQUISITION No. A307-000-XH-MR-0431 IS IN TOTAL COMPLIANCE TO

THE SCOPE AS WELL AS ALL THE TECHNICAL SPECIFICATION AND NO

DEVIATION, VARIATION OR RESERVATION WHATSOEVER HAS BEEN

MENTIONED IN THE TECHNICAL OFFER. IT IS FURTHER AGREED THAT THE

TECHNICAL DETAILS FURNISHED IN OUR OFFER WILL BE REVIEWED BY

EIL/BPCL DURING DETAILED ENGINEERING STAGE AFTER ORDER AND ANY

CHANGE REQUIRED TO MEET THE REQUIREMENTS OF ENQUIRY SPECIFICATION

INCLUDING AMENDMENT(S) (IF ANY) WILL BE INCORPORATED BY US WITHOUT

ANY PRICE AND TIME IMPLICATION.

(SIGNATURE WITH SEAL)

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 186 of 263
Datasheet No.
DATA SHEET A307-000-16-50-DS-0631
BATTERY AND CHARGER Rev: A
Page 1 of 3

PURCHASER'S DATA
Project IREP - Kochi Location Kochi, Kerela
Client BPCL-KR Unit Substations
A Site conditions
1 Maximum ambient temperature: 46 °C 4 Relative humidity: 95% at 45°C
2 Min. amb temp for battery sizing 10 °C 5 Altitude above MSL: < 1000 m
3 Design ambient temperature: 45 °C 6 Environment: Humid & corrosive
B Technical particulars
1 Battery
a Type Ni-Cd d Boost charging time 10 hours
b Plate construction Pocket plate
c Discharge duty requirements e Electrolyte liquid in containers Required
Item no. Nominal Duty cycle No. of cells End cell voltage
as per DC First 1 Last 1
MR voltage Next 58 min. Ni-cd 1.16V
min. min.
For details, refer clause no. 16.0 of Instructions to vendor (A307-000-16-50-TR-0431 Rev.A)

f Battery stand formation Two Step Two Tier h Cable details between
g Accessories (Per battery set) battery & charger
iHydrometer (syringe type) * NA Item no. Cable size
iiThermometer * NA 01.01 to 01.09 During post order
iiiCell testing voltmeter (3V-0-3V) 1 no. drawing review
iv Rubber gloves 4 pairs
v Spanner 1 no.
vi Acid resistant jugs & funnels * NA
viiWall mounting teakwood holder * NA
2 Battery charger
a System voltage 415 V±10% AC, TPN m Incoming cable details for
b System frequency 50 Hz ± 5% battery charger
c System neutral earthing Solidly earthed Item no. Cable size
d System fault level 50 kA 01.01 to 01.09 During post order
e Charger voltage range drawing review
Float charging voltage range/cell Ni-Cd- 1.3-1.45 V
Boost charging voltage range/cell Ni-Cd- 1.42-1.7 V
f Cable entry Bottom
g Mounting Free Standing,
Floor Mounted
h Access Front
i Earth Bus 25X6 mm2 Cu (Min)

Separate bolted removable Required(Gland Plate


j
undrilled gland plate for cable entry shall be drilled at site)

k Cable glands and lugs Required


l Painting Shade 631 of IS-5
3 DC distribution board
a Type Compartmentalized
b Feeder requirements
Item no. as Rating of DC contactor for
per MR/PR
Feeder type Feeder rating No. of feeders Max. cable size
lighting
incomer
Outgoing fdr
For details, refer clause no. 17.0 of Instructions to vendor (A307-000-16-50-TR-0431 Rev.A)

A 29.07.2013 ISSUED WITH MR VK SV BRB

Format No: EIL 1650-3005


Page Rev.3
187 of 263 Copyrights EIL - All rights reserved
Rev. No. Date Purpose Prepared by Checked by Approved by

Format No: EIL 1650-3005


Page Rev.3
188 of 263 Copyrights EIL - All rights reserved
Datasheet No.
DATA SHEET A307-000-16-50-DS-0631
BATTERY AND CHARGER Rev: A
Page 2 of 3

4 ECS Interface
a Indication-Charger failure Required c Indication-Battery discharged Required
b Indication-Inverter failure Required d Indication-Battery isolated Required
Notes
1 NO (Normally Open) potential free contacts shall be wired upto terminal strip for connection to ECS interface by
owner, for the following conditions.
2 End cell voltage shall confirm to the values specified.
3 * Asterisk marked items are not applicable for Ni-Cd and VRLA batteries.
4 Cable details shall be furnished during post order document review.

MANUFACTURER'S DATA
A Battery B Battery charger
1 Item no. As per MR/PR 1 Item no. As per MR/PR
2 Tag. No. 2 Tag. No.
3 Manufacturer's name 3 Manufacturer's name
4 Type & Catalogue no. of cell 4 Rating
5 Ampere hour capacity Charger rating
6 No. of cells Output voltage
7 Nominal cell voltage Output current
8 Cell voltage at the end of full 5 Nominal voltage
discharge at 10 hrs/ 5 hrs rate Float charging
9 Specific gravity of electrolyte at the Quck charging
end of full charging at °C 6 Float chrging voltage range
10 Specific gravity of electrolyte at the 7 Quick charging voltage range
end of full discharge at 10 hrs/ 8 Min. efficiency of charger
5 hrs rate at °C at light load (40%)
11 Quantity of electrolyte per cell at rated load
12 Weight of cell with electrolyte 9 Power factor at rated voltage
13 Quick charging current & load
Max. safe quick charging rate 10 Max. RMS ripple voltage at
Permissible ripple content rated load
14 Suggested quick charging rate with battery connected
15 Quick charging voltage without battery
Max. quick charging voltage/cell 11 Method of volatege control
Quick charging voltage/cell for Float charging mode
constant voltage finish charging QuIck charging mode
16 Float charging voltage/cell 12 Method of current control
17 Float charging current Float charging mode
Float charging current range QuIck charging mode
Permissible ripple content 13 Safety factor for component
18 AH efficiency at 10 hrs/5 hrs rate selection
19 Short ckt current of battery bank 14 Charger dimensions
20 Short circuit withstand time Width
21 Max. allowable termp.of electrolyte Depth
the cells can withstand without Height
injurious effects 15 Max. heat loss in watts

Format No: EIL 1650-3005


Page Rev.3
189 of 263 Copyrights EIL - All rights reserved
Continuously 16 Degree of protection
Short period

Format No: EIL 1650-3005


Page Rev.3
190 of 263 Copyrights EIL - All rights reserved
Datasheet No.
DATA SHEET A307-000-16-50-DS-0631
BATTERY AND CHARGER Rev: A
Page 3 of 3
22 Type of positive plate C DCDB
23 Type of negative plate 1 Item no. As per MR/PR
24 No. of positive plates/cell 2 Tag. No.
25 No. of negative plates/cell 3 Manufacturer's name
26 Material & thickness of separators 4 DCDB dimensions
27 Ampere hour capacity at min. amb. Width
10 hrs rate to end cell voltage Depth
specified at s.no. 8 above Height
5 hrs rate to end cell voltage 5 Degree of protection
specified at s.no. 8 above D Cell booster
2 hrs rate to end cell voltage 1 Item no. As per MR/PR
specified at s.no. 8 above 2 Tag. No.
1 hr rate to end cell voltage 3 Manufacturer's name
specified at s.no. 8 above 4 Current rating
30 min. rate to end cell voltage 5 Voltage range
specified at s.no. 8 above 6 Dimensions
28 Dimensions of each battery rack Width
Width Depth
Depth Height
Height
29 No. of battery racks

Format No: EIL 1650-3005


Page Rev.3
191 of 263 Copyrights EIL - All rights reserved
Document No.
VENDOR DATA REQUIREMENTS A307-000-16-50-VDR-0431
FOR Rev. A
BATTERY AND BATTERY CHARGERS Page 1 of 3

VENDOR DATA REQUIREMENTS


FOR
BATTERY AND BATTERY CHARGERS

A 29-JUL-2013 ISSUED WITH MR VK SV BRB


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

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 192 of 263


Document No.
VENDOR DATA REQUIREMENTS A307-000-16-50-VDR-0431
FOR Rev. A
BATTERY AND BATTERY CHARGERS Page 2 of 3

VENDOR DATA REQUIREMENTS

The following drawings/documents marked " " shall be furnished by the bidder.

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. Vendor Drawing/ Document Submission
Schedule (Format EIL-1641-1923)
2. List of deviations, if any, to MR requirements
3. Data Sheets (Duly filled-in)
4. Dimensional/Assembly Drawings : GA Drawing
for Charger Panels, Cell Boosters and DCDB
5. Dimensional/Assembly Drawings : Battery Rack
Arrangement Drawing
6. Dimensional/Assembly Drawings : Sectional
View Drawing
7. Dimensional/Assembly Drawings : Cubical
Arrangement Drawing
8. Dimensional/Assembly Drawings : Installation
Plan/ Mounting Details/ Cable Cutout Details
9. Dimensional/Assembly Drawings : Bill of
Material
10. Electrical Wiring Drawings : Single Line
Diagram
11. Electrical Wiring Drawings : Block and Logic
Diagrams
12. Electrical Wiring Drawings : Control Schematics
13. Electrical Wiring Drawings : Wiring Diagram
and Terminal Details
14. Electrical Wiring Drawings : Interconnection
Diagrams
15. Calculations for : Battery Sizing
16. Calculations for : Charger Sizing
17. Calculations for : System Cables
18. QA Plan of Vendor
19. Inspection Plan and Testing Procedure
20. Site Acceptance Test Procedure
21. Test Records
22. Type Test Certificates for similar equipment
23. Performance Curves of battery
24. List of Commissioning Spares
25. List of Maintenance Spares
26. List of Special Tools & Tackles
27. Data Books/ Manuals : Installation Manual

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 193 of 263


Document No.
VENDOR DATA REQUIREMENTS A307-000-16-50-VDR-0431
FOR Rev. A
BATTERY AND BATTERY CHARGERS Page 3 of 3

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
28. Data Books/ Manuals : Operating/ Maintenance
Manual
29. Data Books/ Manuals : Catalogues/ Brochures
30. Equipment storage procedure at site

Notes :
1. "TICK" denotes applicability.
2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).
3. All post order documents shall be submitted / approved through EIL eDMS portal.
4. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to
submission through EIL eDMS.
5. Refer - 6-78-0001: Specification for quality management system from Bidders.
6. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.
7. All drawings & documents shall be submitted in A4 or A3 paper sizes. Documents in higher paper size shall
be submitted in exceptional circumstances or as indicated in the MR/Tender.
8. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL & the bidder /
contractor / supplier during finalization of Document Control Index (DCI).
9. "@" indicates submission of documents to Inspection Agency.
10. Bill of Material shall form part of the respective drawing.

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 194 of 263


VENDOR LIST DOCUMENT No.
FOR A307-000-16-50-LL-0431
BATTERY & BATTERY CHARGER Rev. A
IREP, BPCL-KR Page 1 of 4

VENDOR LIST
FOR
BATTERY AND BATTERY CHARGER
(MR No. A307-000-XH-MR-0431)

PROJECT : INTEGRATED REFINERY EXPANSION PROJECT

CLIENT : BPCL – KR

CONSULTANT : EIL

EIL JOB No. : A307

A 29.07.2013 ISSUED WITH MR VK SV BRB

Rev. Date Purpose Prepared by Checked by Approved by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 195 of 263
VENDOR LIST DOCUMENT No.
FOR A307-000-16-50-LL-0431
BATTERY & BATTERY CHARGER Rev. A
IREP, BPCL-KR Page 2 of 4

MAKE OF EQUIPMENTS / COMPONENTS

S.No. Vendor Make Location


1 AUX. RELAYS
ABB LTD (BANGALORE) INDIA
ALSTOM T & D INDIA LTD INDIA
JYOTI LIMITED INDIA
2 BATTERY CHARGERS
AMARA RAJA POWER SYSTEMS (P) LTD INDIA
CHHABI ELECTRICALS PVT LIMITED INDIA
CHLORIDE POWER SYSTEMS & SOLUTIONS LTD INDIA
DUBAS ENGINEERING PVT LTD INDIA
HBL POWER SYSTEMS LTD INDIA
KERALA STATE ELECT DEV CORP LTD (KRKULM) INDIA
MASS-TECH CONTROLS PVT LTD INDIA
UNIVERSAL INDUSTRIAL PRODUCTS INDIA
UNIVERSAL INSTRUMENT MFG CO PVT LTD INDIA
3 BATTERIES-NICKLE CADMIUM
AMCO SAFT INDIA LTD INDIA
HBL POWER SYSTEMS LTD INDIA
4 CONTACTORS
ABB LTD (BANGALORE) INDIA
BCH ELECTRIC LTD INDIA
C & S ELECTRIC LTD INDIA
GE INDIA INDUSTRIAL PVT LTD INDIA
LARSEN & TOUBRO LTD-AHMEDNAGAR INDIA
SCHNEIDER ELECTRIC INDIA PVT LTD INDIA
SIEMENS LIMITED INDIA
5 CONTROL SWITCHES / SELECTOR SWITCHES
ALSTOM T & D INDIA LTD (FORMLY A347) INDIA
HOTLINE SWITCHGEAR & CONTROLS INDIA
KAYCEE INDUSTRIES LTD. INDIA
LARSEN & TOUBRO LTD-AHMEDNAGAR INDIA
LARSEN & TOUBRO LTD-POWAI INDIA
RELIABLE ELECTRONIC COMPONENTS PVT LTD INDIA
SIEMENS LIMITED INDIA
SWITRON DEVICES INDIA
6 EARTH LEAKAGE CIRCUIT BREAKER
ABB LTD INDIA
DATAR SWITCHGEAR PVT LTD. INDIA
GE INDIA INDUSTRIAL PVT LTD INDIA
HAVELLS INDIA LTD INDIA
INDO ASIAN FUSEGEAR LTD INDIA
LEGRAND (INDIA) PVT. LTD (FORM. M-006) INDIA

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 196 of 263
VENDOR LIST DOCUMENT No.
FOR A307-000-16-50-LL-0431
BATTERY & BATTERY CHARGER Rev. A
IREP, BPCL-KR Page 3 of 4

S.No. Vendor Make Location


SCHNEIDER ELECTRIC INDIA PVT LTD INDIA
SIEMENS LIMITED INDIA
7 FUSES
COOPER BUSSMAN INDIA PVT LTD INDIA
GE INDIA INDUSTRIAL PVT LTD INDIA
INDO ASIAN FUSEGEAR LTD INDIA
LARSEN & TOUBRO LTD-AHMEDNAGAR INDIA
SIEMENS LIMITED INDIA
8 FUSE SWITCH COMBINATION
ABB LTD (BANGALORE) INDIA
C & S ELECTRIC LTD INDIA
GE INDIA INDUSTRIAL PVT LTD INDIA
HAVELLS INDIA LTD INDIA
INDO ASIAN FUSEGEAR LTD INDIA
LARSEN & TOUBRO LTD-AHMEDNAGAR INDIA
SCHNEIDER ELECTRIC INDIA PVT LTD INDIA
SIEMENS LIMITED INDIA
STANDARD ELECTRICALS LTD INDIA
9 HEAVY DUTY SWITCHES
C & S ELECTRIC LTD INDIA
INDO ASIAN FUSEGEAR LTD INDIA
LARSEN & TOUBRO LTD-AHMEDNAGAR INDIA
SIEMENS LIMITED INDIA
10 INSTRUMENT TRANSFORMERS CT & PT (MV)
GILBERT & MAXWELL ELECTRICALS PVT LTD INDIA
KALPA ELECTRIKAL PVT LTD INDIA
KAPPA ELECTRICALS INDIA
NARAYAN POWERTECH PVT LTD INDIA
PRAGATI ELECTRICALS PVT LTD INDIA
PRECISE ELECTRICALS INDIA
SILKAANS ELECTRICALS MFG.CO.PVT.LTD INDIA
11 MCB
ABB LTD INDIA
C & S ELECTRIC LTD INDIA
DATAR SWITCHGEAR PVT LTD. INDIA
HAVELLS INDIA LTD INDIA
INDIANA CURRENT CONTROL LTD INDIA
INDO ASIAN FUSEGEAR LTD INDIA
LEGRAND (INDIA) PVT. LTD (FORM. M-006) INDIA
SCHNEIDER ELECTRIC INDIA PVT LTD INDIA
SIEMENS LIMITED INDIA
STANDARD ELECTRICALS LTD INDIA

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 197 of 263
VENDOR LIST DOCUMENT No.
FOR A307-000-16-50-LL-0431
BATTERY & BATTERY CHARGER Rev. A
IREP, BPCL-KR Page 4 of 4

S.No. Vendor Make Location


12 METERS
AUTOMATIC ELECTRIC LTD. INDIA
MECO INSTRUMENTS PVT LTD INDIA
NIPPEN ELECTRICAL INSTRUMENTS CO. INDIA
RISHABH INSTRUMENTS PVT LTD INDIA
13 PUSH BUTTON AND INDICATING LAMPS
BCH ELECTRIC LTD INDIA
C & S ELECTRIC LTD INDIA
ESSEN DEINKI INDIA
HOTLINE SWITCHGEAR & CONTROLS INDIA
LARSEN & TOUBRO LTD-POWAI INDIA
PRECIFINE PRODUCTS PVT. LTD. INDIA
SCHNEIDER ELECTRIC INDIA PVT LTD INDIA
SHRI TULSI SWITCHGEARS PVT LTD INDIA
SIEMENS LIMITED INDIA
TEKNIC CONTROLS INDIA
14 TIMERS
BCH ELECTRIC LTD INDIA
ELECTRONIC AUTOMATION PVT LTD INDIA
LARSEN & TOUBRO LTD-AHMEDNAGAR INDIA
LARSEN & TOUBRO LTD-POWAI INDIA
SIEMENS LIMITED INDIA

Notes :
1. Vendor may procure material from any of OWNER / EIL approved vendors. However current
validity and range of approval as per EIL enlistment letter, workload, stability and solvency need
to be verified by the Vendor before placement of order.
2. Vendor shall strictly follow the list of makes for Equipments as specified above.
3. Vendor can offer components of makes other than specified in the MR during order execution.
The alternate make of components will be evaluated post order, based on the satisfactory track
record and test certificates to be furnished by the Vendor. In case the alternate makes are not
found acceptable, components shall be strictly as per vendor list enclosed with the MR.
4. For components other than the above, vendor shall submit past track record for the proposed
sub-vendors and obtain written approval from EIL/ Owner before placing order

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 198 of 263
MANDATORY SPARES LIST DOCUMENT No.
FOR A307-000-16-50-SL-0431
BATTERY & BATTERY CHARGER Rev. A
IREP, BPCL-KR Page 1 of 2

MANDATORY SPARES LIST


FOR
BATTERY AND BATTERY CHARGER
(MR No. A307-000-XH-MR-0431)

PROJECT : INTEGRATED REFINERY EXPANSION PROJECT

CLIENT : BPCL – KR

CONSULTANT : EIL

EIL JOB No. : A307

A 29.07.2013 ISSUED WITH MR VK SV BRB

Rev. Date Purpose Prepared by Checked by Approved by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 199 of 263
MANDATORY SPARES LIST DOCUMENT No.
FOR A307-000-16-50-SL-0431
BATTERY & BATTERY CHARGER Rev. A
IREP, BPCL-KR Page 2 of 2

MANDATORY SPARE PARTS (ELECTRICAL)

Bidder shall include the following mandatory spares for the various items supplied through this MR.
The prices shall be inclusive of packing and transportation.

Sl. No ITEM DESCRIPTION QUANTITY REQUIRED


110V DC SYSTEM
1.0 Quantity is per switchboard
(One set of spare for each DC system)
1.1 All Fuses 10 Nos. of each rating & type.
1.2 Fuse links 10 Nos. of each rating & type.
1.3 Blocker Diode 2 Nos.
All Cards such as input & output cards,
1.4 One quantity of each type
power supply cards, processor cards, etc.
1.5 Thyristors 1 Nos. of each rating & type.

NOTES:
1. Price for the above items shall be quoted against MR Item No. 04.00.
2. The word ‘TYPE’ means the Make, Model no., Type, Range, Size/ Length, Rating, Material as
applicable.
3. The terminology used under 'Item Description' is the commonly used name of the part and may
vary from manufacturer to manufacturer.
4. Mandatory spares as indicated above do not cover commissioning spares.
5. Mandatory spares as indicated above do not cover two year O&M spares.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 200 of 263
SPECIFICATION STANDARD SPECIFICATION No.
15ffitlet e%r ENGINEERS FOR 6-51-0019 Rev. 4
elgez fifileg ler INDIA LIMITED BATTERY CHARGER
INKRIelexiW =ammo (A Gout. of India Undertalmg) Page 1 of 15

*at bide
fuR feitu

SPECIFICATION
FOR
BATTERY CHARGER

REVISED AND REISSUED AS STANDARD 14'4


r1-- UAP ‘713,-/2,‘,4
4 11/04/11 SPECIFICATION RS DM
3 10/09/08 REVISED AND REISSUED AS STANDARD RS NS JMS VC
SPECIFICATION
2 25/03/02 REVISED AND REISSUED AS STANDARD VCB VPS GRR
SPECIFICATION JMS
1 30/08/96 REVISED AND REISSUED AS STANDARD RKM VPS SG
SPECIFICATION AS
0 04/12/87 ISSUED AS STANDARD SPECIFICATION RKM SG GNT
RECOMPOSED IN NOV'95
Standards Standards
Rev. Prepared Checked Committee Bureau
No Date Purpose by by Convenor Chairman
Approved by

FormatPage
No. 8-00-0001-F1 Rev. 0
201 of 263 Copyright EIL — All rights
SPECIFICATION STANDARD SPECIFICATION No.
101 ei ENGINEERS
51g-ar klf5leg INDIA LIMITED FOR 6-51-0019 Rev. 4
Men mien an Jow) IA Govt of India Undertaking) BATTERY CHARGER Page 2 of 15

Abbreviations:
AC Alternating Current
Ah Ampere-hour
BIS Bureau of Indian Standards
BS British Standard
CEA Central Electricity Authority
CFL Compact Fluorescent Camp
CRCA Cold Rolled Cold Annealed
DC Direct Current
DCDB Direct Current Distribution Board
IEC International Electrotechnical Commission
IEEE Institute of Electrical and Electronics Engineers
IP Ingress Protection
IS Indian Standard
LED Light Emitting Diode
MCB Miniature Circuit Breaker
MCCB Moulded Case Circuit Breaker
MR Material Requisition
MSL Mean Sea Level
NEMA National Electrical Manufacturers Association
Ni-Cd Nickel Cadmium
PO Purchase Order
PVC Poly Vinyl Chloride
RFI Radio Frequency Interference
RMS Root Mean Square
UPS Uninterrupted Power Supply
V Volt
VDE Verband Der Elecktrotechniker, Elektronik and Information stechnik
VRLA Valve Regulated Lead Acid

Electrical Standards Committee


Convenor: Mr. UA Patro

Members: Mr. AK Tickoo


Mr. MP Jain
Mr. BR Bhogal
Mr. Arun Kumar
Mr. KK Gera
Mr. Saeed Akhtar

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

Page 202 of 263


R SPECIFICATION STANDARD SPECIFICATION No.
401 (74 FOR
5itg-91 0151-eu INDIA LIMITED 6-51-0019 Rev. 4
IA Govt of India Undertaking) BATTERY CHARGER Page 3 of 15

CONTENTS

1.0 SCOPE 4

2.0 CODES AND STANDARDS 4

3.0 GENERAL REQUIREMENTS 4

4.0 SITE CONDITIONS 4

5.0 TECHNICAL REQUIREMENTS 5

6.0 INSPECTION, TESTING AND ACCEPTANCE 12

7.0 PACKING & DESPATCH 13

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

Page 203 of 263


SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
irEr:„•
FOR 6-51-0019 Rev. 4
5Ifg7 laRrg, INDIA LIMITED
IA GoN of India Undertaking) BATTERY CHARGER Page 4 of 15

1.0 SCOPE
This specification covers the design, manufacture, testing at manufacturer's works, packing
and supply to site of Battery Chargers and Distribution Boards.
2.0 CODES AND STANDARDS
2.1 The equipment shall comply with the requirements of latest revision of the following
standards issued by BIS (Bureau of Indian Standards) :
IS 5 Colours for ready mixed paints and enamels.
IS 1248 Direct acting indicating analogue electrical measuring instruments and
accessories.
IS 3700 Essential rating and characteristics of semi-conductor devices.
IS 3715 Letter symbols for semi-conductor devices.
IS 4411 Code of designation of semi-conductor devices.
IS 5001 Guide for preparation of drawings for semi-conductor devices and
integrated circuits.
IS 5469 Code of practice for the use of semi-conductor junction devices.
IS 6619 Safety code for semiconductor rectifier equipment.
IS 7204 Stabilised power supplies DC output.
IS 12021 Control transformers for switchgear and controlgear for voltages not
exceeding 1000VAC.
IS 13703 Low voltage fuses for voltages not exceeding 1000VAC or 1500VDC.
IS/ IEC 60947 Low voltage switchgear and control gear.
IEC 60146 Semiconductor converters.

2.2 In case of imported equipment, the standards of the country of origin shall be applicable, if
these standards are equivalent or more stringent than the applicable Indian standards.
2.3 The equipment shall also conform to the provisions of CEA regulations and other statutory
regulations currently in force in the country.
2.4 In case Indian standards are not available for any equipment, standards issued by IEC/ BS/
VDE/ IEEE/ NEMA or equivalent agency shall be applicable.
2.5 In case of any conflict between requirements specified in various applicable documents for
the project, the most stringent one shall prevail. However, Owner's decision in this regard
will be final and binding.
3.0 GENERAL REQUIREMENTS
3.1 The offered equipment shall be brand new with state of the art technology and a proven field
track record. No prototype equipment shall be offered.
3.2 Vendor shall ensure availability of spare parts and maintenance support services for the
offered equipment for at least 10 years from the date of supply.
3.3 Vendor shall give a notice of at least one year to the end user of equipment and EIL before
phasing out the product/spares to enable the end user to place order for spares and services.

4.0 SITE CONDITIONS


The Battery Chargers shall be suitable for installation and satisfactory operation in a
pressurised or non-pressurised substation with restricted natural air ventilation in a tropical,
humid and corrosive atmosphere. The Battery Chargers shall be designed to operate under
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL—All rights reserved

Page 204 of 263


401 1_.1 ENGINEERS SPECIFICATION STANDARD SPECIFICATION No.

Itgar fageg INDIA LIMITED FOR 6-51-0019 Rev. 4


1011wr eletwoRagorsil IA Govt of India Undertaking) BATTERY CHARGER Page 5 of 15

site conditions as specified in the data sheet. If not specifically mentioned therein, design
ambient temperature of 40°C and altitude not exceeding 1000 m above MSL shall be
considered for all equipment.
5.0 TECHNICAL REQUIREMENTS
5.1 Input Power Supply
5.1.1 The Battery Chargers shall be suitable for input power supply as defined in the data sheet. If
not specified therein, they shall be suitable for the following input power supply:
Voltage : 415V + 10%
Frequency : 50 Hz + 3%
In addition to the above variations, the input voltage may be subject to transient variations
comprising of voltage dips up to 20% of normal voltage during motor start-up, voltage
interruptions during short circuits as well as frequency variations due to large motor start-up.
The Battery Chargers shall operate satisfactorily with a total harmonic distortion of up to 5%
in the input power supply.
The Battery Chargers shall also be designed to operate satisfactorily while drawing input
power from an emergency diesel generator set.
5.1.2 The incoming power supply to the Battery Charger system shall be provided by 2
independent feeders. One feeder shall supply power to each rectifier.
5.2 Battery Charger
5.2.1 Design Basis
5.2.1.1 The Battery Charger system shall have two chargers (Charger-1 & Charger-2). Both chargers
shall be of identical design and rating. The battery to be connected to the chargers shall be of
Nickel Cadmium/ flooded electrolyte Lead Acid/ VRLA type as indicated in the data sheet.
Battery Chargers for flooded Lead Acid and Nickel Cadmium batteries shall be sized to
provide quick charging of the battery within a duration of 10 hours. Battery Chargers for
VRLA battery shall be sized to provide quick charging of the battery up to 90% of rated
Amperehours within a duration of 24 hours and to 100% within 4 days. Each charger shall be
sized for the most stringent of the following duty conditions, whichever is higher:

Offline quick charging of the battery assembly. The charger shall be sized as under:

Charger rating in Amps. = 0.14 Ah(C 10) of battery (for Lead Acid battery)
= 0.2 Ah(C io) of battery (for VRLA battery)
0.2 Ah(C5) of battery (for Nickel Cadmium battery).

Online float charging of the battery assembly while feeding the complete DC load.
The charger shall be sized as under:

Charger rating in Amps. = 1.15 x Average DC load + float charging current


(Average DC load = Area under the battery duty cycle/ battery duty cycle duration).
5.2.1.2 Each charger shall have a 3 phase full wave, controlled rectifier bridge with protective
devices.
5.2.1.3 Independent current limits shall be provided for charger load current and battery charging
current. Subsequent to a discharge cycle and completion of quick charging, when battery is
connected to charger under float mode, the battery current shall be monitored, controlled and
limited to set value automatically irrespective of the value of load current. Fast acting semi-
conductor fuses shall be provided for protection against internal short circuits. In case of
external short circuits, the chargers shall be protected by rapid shutdown of the semi-
conducting power devices. The high speed semi-conductor fuses used for rectifier protection
shall be complete with trip indication.

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

Page 205 of 263


ENGINEERS
SPECIFICATION STANDARD SPECIFICATION No.
k3I FOR
Of5Idg INDIA LIMITED 6-51-0019 Rev. 4
(mien eszOWOM3O9sai) la Goo. of India Undertakno BATTERY CHARGER Page 6 of 15

5.2.1.4 Filter circuits consisting of smoothing choke and condenser, complete with protection to
limit the ripple content at the output, shall be provided.
5.2.1.5 Silicon blocking diodes shall be provided in the charger output circuit to prevent back-feed
from battery into the charger and filters.
5.2.1.6 Protection against reverse battery connection and DC earth fault relay for earth leakage
detection shall be provided.
5.2.1.7 Silicon blocking diodes (min. 4 nos.) connected to 80% tap of the battery bank shall be
provided to maintain continuity in the DC supply to the load.
5.2.1.8 Internal cooling of the charger unit shall preferably be by natural ventilation. If forced air
cooling is necessary, a redundant air cooling fan shall be provided. The charger components
shall be capable of delivering their rated output with one forced air cooling fan out of
service. Under this condition, maximum continuous temperature of components shall not
exceed the permissible limits. In case of chargers with forced cooling, loss of ventilation
alarm/ trip with override facilities shall be provided.
5.2.1.9 Selection, sizing and suitability of all components used for various applications shall be
vendor's responsibility and the rating of components shall be increased, if required, to suit
associated components during execution of the order without any claim for extra price or
time.
5.2.1.10 The DC system shall be unearthed. However, a high impedance earth fault relay shall be
provided for the protection of the battery.
5.2.1.11 Each charger shall be galvanically isolated from the input power supply by providing a
double wound transformer at its input. The transformer shall be natural air cooled, dry type
suitable for location inside a panel.
5.2.1.12 An RFI filter shall be provided to suppress the radio frequency interference to permissible
limits. The production of radio frequency interference voltages shall not exceed the value of
suppression grade N' as defined in VDE-0875.
5.2.1.13 Transient/ surge protection devices shall be provided in the input circuit of chargers to
protect them against surges & voltage spikes.
5.2.1.14 The Chargers shall be designed to draw power from mains supply at a minimum power factor
of 0.85 lag while sharing the rated load in normal operating configuration.
5.2.1.15 The chargers shall be designed to ensure that the harmonic component in the input currents
are limited so as not to cause undue harmful effects on other sensitive equipment operating
on the same supply bus. Suitable filters/ harmonic traps shall be provided, as required, for
this purpose.
5.2.1.16 All breakers shall be adequately rated for the required continuous rating and breaking
capacity as applicable. Paralleling of breaker/ switch/ contactor poles to achieve the required
current rating is not acceptable. All output isolating devices shall be double pole type. The
DC contactors shall be operated with a DC control supply using ON/ OFF selector switches
and not push buttons.
5.2.1.17 All the thyristors, diodes and other power electronic devices shall be protected with high
speed semiconductor fuses. Pt co-ordination between fuse and semi-conducting power
devices shall be ensured.
5.2.1.18 The Battery Chargers shall be specifically designed to limit float and quick charging voltages
to the battery to limits recommended by the battery manufacturer. Output voltage shall be
limited to maximum +10% of nominal system voltage when the battery is float charged
while feeding the load. Vendor shall specifically ensure that the charger output voltage does
not exceed the recommended limits of operation under any conditions of internal/ external
fault or operation, including:
- Filter capacitor fuse failure of either charger

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

Page 206 of 263


SPECIFICATION STANDARD SPECIFICATION No.
ei ENGINEERS
Igar E12-es INDIA LIMITED FOR 6-51-0019 Rev. 4
ORR MOM aRawrau IA Go. of haw undenoong) BATTERY CHARGER Page 7 of 15

- DC output switch OFF of either charger


- DC output fuse blown of either charger.
Other specific current/ voltage limits during normal charging/ operation of the chargers shall
also be incorporated in the design of the chargers.
5.2.2 Operation and Performance
5.2.2.1 Operation (Option — I)
The DC system shall comprise of 2 Nos. Float cum quick Chargers (each rated for 100%
capacity) with 1 set of battery (Refer typical scheme block diagram option — I).

Normal operation requires that the battery assembly shall be float charged
simultaneously by both Chargers-1 & 2 while feeding the DC load, the chargers thus
operating in parallel and equally sharing the total load.
However in case of failure of either of the chargers, the other charger shall float
charge the battery while feeding the complete DC load. Faulty charger shall
automatically get disconnected from the healthy system.
In case of AC mains failure, the battery shall continue to supply the load.
The process of changeover from float to quick charging and reverting from quick to
float charging shall be selectable in Automatic or Manual mode by means of an Auto/
Manual selector switch. In Automatic mode, the changeover from float to quick
charging shall be initiated through a current sensor, set at a preset value. Similarly, the
changeover from quick to float charging shall also be automatic based on current
sensing. In Manual mode, both change over from float to quick charging and from
quick to float charging shall be performed manually using push buttons. When quick
charging mode is selected, the battery charger shall initially charge the battery under
constant current mode followed by constant voltage (finishing charging) mode or as
per the battery manufacturer's recommendation. Changeover from constant current to
constant voltage (finishing charging) mode shall be fully automatic. A backup
synchronous or digital timer shall also be provided for initiating the changeover to
float mode by default after a preset time period. The timer range shall be 0 to 24 hours
or the nearest available as per manufacturer's standard range.
In the event of failure of the charger feeding the load, when battery is being quick
charged by the other charger, continuity in DC supply shall be maintained from the
battery to the load through 80% tap of the battery bank followed by full battery
supplying the load through contactor C-2 (refer block diagram Option — I).
Interlock shall be provided to ensure that when either of the chargers is selected in
quick charging mode, it will be disconnected from both the DC load and the other
charger operating under float charging mode.
The chargers shall have facility for manual mode of operation in the event of failure of
controller under closed loop control. The selection shall be done through Auto/
Manual selector switch.
Energisation of contactor for DC critical lighting shall be initiated by means of an AC
mains failure relay complete with Auto/ Manual selector switch, On/ Off push
buttons etc.

5.2.2.2 Operation (Option — II)


The DC system shall comprise of 2 nos. Float cum quick Chargers (each rated for
100% capacity) and 2 sets of Batteries (each of the battery sets rated for 50% All
capacity). (For typical scheme, refer block diagram Option - II).
Normal operation requires that Battery-1 shall be float charged by Charger-1 while
Battery-2 shall be float charged by Charger-2. In this case both the chargers 1 and 2
shall feed the DC load by operating in parallel and equally sharing the total load.

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

Page 207 of 263


SPECIFICATION STANDARD SPECIFICATION No.
T) ENGINEERS
irrr, FOR
Igar Eledg
I NW, eteetre Jeare)
INDIA LIMITED
IA Gov. of India Undertaking) BATTERY CHARGER
6-51-0019 Rev. 4
Page 8 of 15

Selection of Float / quick mode shall be Automatic or Manual based on the position of
selector switch for Auto / Manual selection.
In case of failure of either of chargers, the other charger shall float charge both the
batteries while feeding the complete DC load. Faulty charger shall automatically get
disconnected from the healthy system.
e) In case of AC mains failure, both the batteries shall continue to supply the load.
0 After restoration of power supply, one of the Charger (say Charger-1) shall float
charge Battery-1 and also feed the complete DC load while the other Charger-2 shall
quick charge Battery-2. Upon completion of quick charge of Battery-2, Charger-2
shall switchover to float mode and shall float charge Battery-2 and also feed the
complete DC load while the other Charger-1 shall switchover to quick mode and shall
quick charge Battery-1.
The process of changeover from float to quick charging and reverting from quick to
float charging mode shall be selectable in Automatic or Manual mode by means of
Auto / Manual selector switch.
In automatic mode, the changeover from float to quick charging shall be initiated
through a current sensor set at a preset value. Similarly, the changeover from quick to
float charging shall also be automatic based upon current sensing and through timer.
i) In manual mode, both the changeovers i.e. from float to quick charging and from
quick to float charging shall be performed manually using push buttons. When quick
charging mode is selected, one of the battery charger (say Charger-1) shall initially
charge the battery under constant current mode followed by constant voltage
(finishing charging) mode or as per the battery manufacturer's recommendation.
Changeover from constant current to constant voltage (finishing charging) mode shall
be fully automatic. A back-up synchronous or digital timer shall also be provided for
initiating the changeover to float mode by default after a preset time period. The timer
range shall be 0 to 24 hours or the nearest available as per manufacturer's standard
range.
In the event of failure of charger feeding the load (say Charger-1), when Battery-2 is
being quick charged by the other Charger-2, Charger-2 shall changeover to float mode
and continuity of 100% DC supply to the load shall be maintained from the Charger-2
while float charging both Battery-1 as well as Battery-2 after providing suitable time
delay.
k) In an event of AC mains failure, when one of the Charger (say Charger-1) is float
charging the Battery-1 and supplying the 100% DC load while the other Charger-2
was quick charging Battery-2, continuity of 100% DC supply to the load shall be
maintained from Battery-1 (through 100% tap). Further, Battery-2 (which was being
quick charged) shall also be made available, after providing suitable time delay, to
feed the DC load by operating in parallel with Battery-1 and sharing the total load.
1) Interlock shall be provided to ensure that when either of the chargers (say Charger-1)
is selected in quick charging mode, it will be disconnected from both the DC load as
well as the other Charger-2 operating under float charging mode.
The chargers shall have facility for manual mode of operation in the event of failure of
controller under closed loop control. The selection shall be done through Auto/Manual
selector switch.
Energisation of contactor for DC critical lighting shall be initiated by means of an AC
mains failure relay complete with Auto/Manual selector switch, On/Off push buttons
etc.

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

Page 208 of 263


lot ti ENGINEES
R
SPECIFICATION STANDARD SPECIFICATION No.

$Igar Raft INDIA UMITED FOR 6-51-0019 Rev. 4


ORR 21121,TP Mt 3RVA) IA Govt of Inclia Undertaken) BATTERY CHARGER Page 9 of 15

5.2.2.3 Performance
Both chargers shall be of solid state design, constant voltage and current limit type.
The output voltage shall be stabilised to within +1% of set value in float charging
mode for mains steady state voltage and frequency variation of +10% and +3%
respectively, and load variation of 10 to 100% at any temperature up to the design
ambient temperature specified in the data sheet. However, the variation in output
voltage can be up to +2% for chargers with rated output voltage up to 24V.
Under constant current quick charging condition, the DC output current shall be
maintained within +2% of set value.

The output voltage dynamic response of the charger unit with battery disconnected
shall not vary more than +10% of nominal output voltage in the event of step load of
up to 50% of the rated output. The output voltage shall be restored to a value within
the steady state limits within 250 msec.
The maximum allowable RMS ripple voltage, with battery disconnected, shall be
equal to or less than 2% of the nominal output voltage.
The maximum noise level from the chargers measured at 1 metre distance in any
position, at any load between 0- 100% with all normal cooling fans running shall not
exceed 75 dB(A).
5.2.2.4 Controls
The minimum controls shall include but not be limited to those shown in the block diagrams
(OPTION-I or OPTION-II as applicable):
5.2.2.5 Panel Metering and Indication
These shall include but are not limited to those shown in the block diagrams (OPTION-I or
OPTION-II as applicable):
LEDs provided for indication shall be cluster type with adequate brightness and minimum 2
Nos. LEDs chips per light. LEDs shall be connected in parallel and each LED chip having
diameter not less than 3mm.
5.2.2.6 Annunciation
Static type audio-visual annunciator with annunciation windows, acknowledge, test and reset
push buttons and hooter shall be provided on each charger for the following annunciations.
Any additional relays/ components, including DC undervoltage relay and current sensors,
required for this purpose shall be provided in the chargers. Facility for bypassing the audio
alarm on each charger shall also be provided.

DC under voltage
DC overvoltage
DC earth leakage
AC incoming power supply failure
AC input fuse blown-off
Thyristor/ diode failure
DC output fuse blown-off
DC battery fuse blown-off
Filter Capacitor fuse blown-off
Load on Battery (using current direction sensing with time delay)
Battery undervoltage/ Disconnected during discharge (using zero current sensing)
Cubicle fan failure/ cubicle temperature high (for chargers with forced cooling).
One summary alarm potential-free contact each for Battery, Charger-1 and Charger-2 shall
be wired to terminal block for remote annunciation.

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


Page 209 of 263
SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
$1g-ar faileg INDIA LIMITED FOR 6-51-0019 Rev. 4
(•• M 21E0AE013,11511) IA Gout. of India undertakng) BATTERY CHARGER Page 10 of 15

5.2.2.7 Printed Circuit Boards (PCBs)


PCBs used in the chargers shall be made of glass epoxy material. The PCBs shall be firmly
clamped in position so that vibration or continued usage do not result in loose contacts. All
PCBs shall be fitted in a manner to avoid replacement of a PCB by a wrong spare card. The
PCBs shall be provided with visual light emitting diode (LED) status indications, monitoring
points/ test connections and setting potentiometers in a readily accessible location which is
visible without removing the PCBs.
5.2.2.8 Vendor shall provide adequate protection to the system.
5.3 Construction of Chargers/ Distribution Board
5.3.1 Each Battery Charger and DC distribution board shall be housed in a separate free standing
cubicle with minimum IP-31 degree of protebtion. All panels shall be of the same height so
as to form a panel line up which shall have good aesthetic appearance. Chargers-1 & 2 shall
be installed side by side whereas DCDB may be located separately and interconnected to the
charger through cables. The DCDB shall accommodate outgoing feeders as desired. Each
panel shall be provided with an 11W CFL light with a door operated switch and a
thermostatically controlled MCB protected space heater.
The DCDB shall be compartmentalised with each outgoing feeder housed in a separate
compartment. Cable alley of minimum 200mm width with suitable supports shall be
provided for the termination of cables for each vertical arrangement of outgoing feeders in
DCDB.
5.3.2 The Chargers, DCDB and Cell Booster enclosures shall be fabricated from structural/ CRCA
sheet steel. The frames shall be fabricated by using minimum 2 mm thick CRCA sheet steel
while the doors and covers shall be made from minimum 1.6 mm thick CRCA sheet steel.
Wherever required, suitable stiffeners shall be provided. The panels shall be provided with
suitable louvers for ventilation backed by wire mesh. They must be suitable for use in a
tropical climate. Hinged doors shall be provided at the front and back as required. Inter panel
sheet steel barriers shall be provided.
5.3.3 Bus bars shall be colour coded and live parts shall be shrouded to ensure complete safety to
personnel intending routine inspection by opening the panel doors. All the equipment inside
the panel and on the doors shall have suitable nameplates and device tag numbers as per the
schematic diagram. All wires shall be ferruled and terminals shall be numbered.
5.3.4 The DCDB incomer and main bus bars shall be rated based on the maximum load current
considering an additional 10% design margin for contingencies. The rating shall be selected
from standard available ratings and shall be adequate for the expected short circuit current.
The bus bar voltage shall be higher than the recommended quick charging voltage for the
system. The insulation for all equipment where provided shall be heat resistant, moisture
proof and tropicalised.
5.3.5 All power and control switches shall be rotary/ cam operated type. All power switches shall
be air insulated load break type. Vendor shall ensure that all equipment/ components such as
incomer switches, outgoing DC switches, MCCBs, push buttons, indicating lamps, charger
mode selector switches, voltage control switches, annunciator windows etc. are suitably
located on the charger and distribution board door such that they can be operated without
opening the front door. Power switches shall be provided with a door interlock. In case of
difficulty in installation on the charger front panel door, the AC incoming power switches,
DC outgoing switches and MCCBs may be installed within the panel provided that they are
operable after opening the front panel door. However, all other selector/ control switches,
push buttons, indicating lamps, annunciators, meters etc. shall necessarily be installed on the
front panel door as specified above.
5.3.6 All instruments shall be switchboard type, back connected and 72 x 72 mm square size.
Accuracy class of all meters shall be 1%. Digital meters capable of displaying different
parameters can be considered subject to Owner's/ EIL's approval. Analogue instrument
scales shall have a red mark indicating maximum permissible operating rating.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved
Page 210 of 263

-

SPECIFICATION STANDARD SPECIFICATION No.


1.5tRzieg trr) ENGINEERS FOR
ligar INDIA LIMITED 6-51-0019 Rev. 4
Govt or India Undertaking)
MOT eiWIRU JW1.1) IA BATTERY CHARGER Page 11 of 15

5.3.7 All fuses shall be link type and shall be located inside the panel. Diazed fuses shall not be
accepted.
5.3.8 All power and control wiring connections within the panels shall be carried out with 660V
grade, PVC insulated, BIS marked wires having stranded copper conductors. However,
copper strip connections shall preferably be used for currents exceeding 100A. Control
wiring for electronic circuits/ components shall be through flat ribbon cable or copper wire
of minimum 0.5mm diameter. Ferruling of wires shall be as per relevant IS.
5.3.9 For all cabling external to panels, power cables shall be with aluminium/ copper conductors
and control cables shall be with copper conductors. All cable connections shall be from the
bottom of the panel. Removable bolted undrilled gland plates shall be provided along with
single compression type nickel plated brass cable glands for all external cable connections.
Separate test terminals shall be provided for measuring and testing the equipment to check
performance. All panels shall be supplied complete with tinned copper cable termination
lugs.
5.3.10 A suitably sized earth bus shall be provided at the bottom of the panels running through the
panel line up with provision for earth connections at both ends to owner's main earth grid.
All potential free metallic parts of equipment shall be suitably earthed to ensure safety.
5.3.11 The maximum height of the operating handles/ switches shall not exceed 1800 mm and the
minimum height shall not be below 300 mm.
5.3.12 All components/ devices/ feeders shall be provided with screwed nameplates and lettering
shall be of minimum 6 mm height.
5.3.13 Panels shall undergo manufacturer's standard cleaning and painting cycle. After preparation
of the under surface, the panel shall be painted with two coats of epoxy based final paint.
Colour shade of final paint shall be 631 of IS 5/ RAL 7032. All unpainted steel parts shall be
suitably treated to prevent rust formation. If these parts are moving elements, then they shall
be greased.
5.4 Cell Booster
Cell booster shall be suitable for charging one to six cells within the time duration specified
at C1.5.2.1.1. It shall be suitable for charging not only new cells before being introduced to
the battery bank but also for any treatment to be given to individual weak cells. Cell booster
shall be suitable for 240 V + 10%, 50 Hz + 3% SPN input power supply. Cell booster output
voltage shall be in the range of 0-18V and 0-12V for Lead Acid and Nickel Cadmium
batteries respectively. Cell booster shall be sized as under:

For Lead Acid battery 0.14 x Ah(C io) of cell


For VRLA battery 0.2 x Ah(C io) of cell
For NiCd battery 0.2 x Ah(C5) of cell.
Cell booster shall have a heavy duty switch fuse or MCCB on both AC incomer and DC
output sides, along with AC voltmeter, DC ammeter, DC voltmeter and indicating lamps for
AC/ DC power ON. The output voltage and current of cell booster shall be manually
controlled using a suitably rated variac or a full wave controlled rectifier bridge. Suitable
interlock shall be provided so as to ensure that the variac/ controlled rectifier is at its
minimum position while switching on the cell booster. Cell booster shall be portable type
with wheels. Each cell booster shall be supplied with 5 m long flexible copper conductor,
PVC insulated braided cables for both AC incoming power supply and DC output connection
to the battery. An industrial type 3 pin 15A plug shall be provided on AC incoming cable
end and lugs shall be provided on DC outgoing cable end.
5.5 Reliability
All necessary care shall be taken in selection, design, manufacture, testing and
commissioning of the equipment for ensuring high system reliability. The following design
considerations shall be taken into account to ensure maximum availability of the system:

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

Page 211 of 263


SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
5.tgar 215ieg w INDIA LIMITED FOR 6-51-0019 Rev. 4
laiRrr ereeee aa..719.0 IA Govt of India Undertaking) BATTERY CHARGER Page 12 of 15

5.5.1 There shall be no common device between the two units, the failure of which could cause
shutdown of more than one charger.
5.5.2 It shall be possible to attend to any individual power circuit for maintenance without
affecting the total DC supply.
5.5.3 Series-parallel combination of smaller devices to achieve specified rating shall not be
acceptable.
6.0 INSPECTION, TESTING AND ACCEPTANCE
6.1 During fabrication, the equipment shall be subjected to inspection by EIL / Owner or by an
agency authorised by the Owner. Manufacturer shall furnish all necessary information
concerning the supply to EIL's/ Owner's inspector. Tests shall be carried out at
manufacturer's works under his care and expense.
6.2 Each Battery Charger/ DCDB/ Cell Booster shall be tested in accordance with applicable
standards. The following acceptance tests shall be performed on each Battery Charger and
DCDB as a minimum. Detailed test schedule and procedures shall be formulated by the
vendor and submitted for EIL's/ Owner's approval. Vendor shall indicate the maximum
allowable tolerance against each test parameter in line with applicable standards. All tests
shall be witnessed by owner or his authorised representative and 4 weeks prior notice shall
be given before the date of commencement of tests. In case the equipment fails to meet any
requirements of the specifications, necessary modifications/ corrections shall be made by the
vendor to ensure compliance to the specifications, and the equipment shall be retested before
acceptance. Test certificates indicating the test results shall be submitted to owner.
6.2.1 Insulation Tests
Insulation tests shall be performed as per IEC 60146-1-1.
The insulation tests shall be carried out using an AC power frequency voltage or a DC
voltage at the choice of the manufacturer. In the case of AC power frequency voltage test,
the test voltage at the frequency available in the test facility or at the rated frequency, but not
exceeding 100 Hz, shall be increased to the full value shown in the following table in not
less than 10 seconds continuously or in maximum steps of 0.05 p.u. of the full value starting
at a maximum of 0.5 p.u. The unit on test shall withstand the specified voltage for 1 minute.
In case DC voltage is used for the test, the value of DC voltage shall be equal to the crest
value of the test voltage specified in the table.

V p / /2 (Vp is the highest crest voltage to be Test Voltage (AC RMS value)
expected between any pair of terminals)
# 60 V 500 V
# 125 V 1000 V
# 250 V 1500 V
# 500 V 2000 V
6.2.2 Printed Circuit Boards
PCBs and other electronic circuits shall undergo a burn-in test for 96 hours at 50°C at a
voltage varied between the maximum and minimum supply voltage. In case of failure of any
component during testing, the tests shall be repeated after replacement of the faulty
component. Supplier's test certificates are also acceptable for the test.
6.2.3 Heat Run Test
Prior to execution of functional tests, each of the two chargers of each Battery Charger set
shall be subjected to a Heat Run test performed at rated load and voltage for a period not less
than 8 hours. The other charger of the set shall be energized under zero load current
condition throughout the test period. The temperature of electronic power devices shall be
measured and the device junction temperature shall be calculated. The calculated value shall
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved
Page 212 of 263
SPECIFICATION STANDARD SPECIFICATION No.
Plaaeg a ENGINEERS
iatategligie INDIA MITED
LI FOR 6-51-0019 Rev. 4
(A Gov( ol Indb undetlakingi
BATTERY CHARGER Page 13 of 15

be at least 10-20°C lesser than the maximum rated junction temperature of the device with
proper ambient temperature correction applied.
6.2.4 Functional Tests
Functional tests shall be performed on each charger. If during execution of functional tests,
an electronic component of the charger is required to be replaced, e.g. due to charger
malfunction or failure of the unit to fulfil the performance requirements of the specification,
then the heat run test shall be repeated at rated current following which functional tests shall
be carried out.
6.2.4.1 Charger Testing at Constant Output Voltage
Measurements shall be carried out in the float charging mode and in the quick charging
mode. In each mode, measurements shall be carried out at nominal AC input voltage and at
zero, 50% and 100% of rated output current. Measurements at 100% rated load current shall
be repeated at 90% and 110% of nominal AC supply voltage. Measurements shall include
input AC phase voltage, frequency, current and power and DC output voltage, current and
output voltage ripple.
6.2.4.2 Charger Testing at Constant Output Current Limit
Measurements shall be carried out both in the float charging and quick charging mode. In
each mode, measurements shall be carried out when the charger is operating under DC
current limiting conditions with DC output voltage between zero and set value
corresponding to constant voltage operation. Measurements shall include DC output voltage
and current.
6.2.4.3 Auxiliary Equipment and Control Circuit Tests
The correct functioning of all measuring instruments, alarms, indications, protections and
controls mentioned in the specification shall be verified.
6.2.4.4 Parallel Operation
Parallel operation of both chargers, sharing of the load and automatic isolation of faulty
charger shall be checked.
6.2.4.5 Charger Efficiency
This shall be determined by measurement of the active power input and output at 50%, 75%
and 100% load.
6.2.4.6 Audible Noise Test
Audible noise shall be measured around each charger at 1 meter distance in at least 4 to 5
positions.
6.3 Site Acceptance Test
The Battery Chargers, DCDB and Cell Boosters shall be tested at site along with the battery.
Vendor shall perform all tests at site as per the approved SAT procedure.
7.0 PACKING & DESPATCH
All the equipment shall be divided into several sections for protection and ease of handling
during transportation. The equipment shall be properly packed for transportation by ship/ rail
or trailer. It shall be wrapped in polythene sheets before being placed in crates/ cases to
prevent damage to finish. The rates/ cases shall have skid bottoms for handling. Special
notations such as 'Fragile', 'This side up', 'Center of gravity', 'Weight', 'Owner's
particulars', 'PO Nos.' Etc., shall be clearly and indelibly marked on the packages together
with other details as per purchase order.
The equipment may be stored outdoors for long periods before installation. The packing
shall be completely suitable for outdoor storage in areas with heavy rains and high ambient
temperature
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL —All rights reserved
Page 213 of 263
loilfaeJel ENGINEERS
SPECIFICATION STANDARD SPECIFICATION No.

51?-ar Elf5i-eu INDIA LIMITED FOR 6-51-0019 Rev. 4


MIETVWRMJ.19,M (A Govt. of India Undertaking) BATTERY CHARGER Page 14 of 15

OPTION-1
FROM 415V,TPN BUS FROM 415V,TPN BUS

CHARGER -1 P CHARGER-
0
AC POWER 'ON'
AC POWER 'ON'
o■ 0
■ ON/OFF
SEL. SWITCH 0 ON/OFF
SEL. SWITCH

CONT. Cl • CONT. C •
(:2)
(1-1) CHARGER
FAULT O 11:11 CHARGER

MDDE P.B.
FLOAT QUICK FLOAT QUICK
FLOAT CH. QUICK CH. CH. 'ON' CH. 'ON' FLOAT CH. QUICK CH.
CH. 'ON' CH. 'ON'
CHARGER-1 MODE P.B.
FLOAT CHARGER _ 2 MODE P.B. MODE P.B.
FLOAT
CH. ADJ CH. ADJ

QUICK QUICK
CH. ADJ 0-24HR. A/M SEL. CH. ADJ 0 -24HR. A/M SELI
SWITCH SWITCH1

PB TEST PB ACK PB TEST PB ACK

PB RESET PB RESET

TRIP
11
TRIP, L
• T
• CONT,2A \IL/ \Iv CDNT.2B
• 0 •
• • •k
• l< TRIP TRIP
0
CONT.1A CDNT.IB
) SEE NOTE:-2
-
EU Y
ci1D-1171-
II vs-0
L J
50% 80%
41:14:1 elle
CONT.
C2

r CRITICAL TEST P.B.


LTG. 'ON' CRIT. LTG.
6 DCDB1

O 000

"'
CONT. C3 LOAD D C. BUS
( .';AA/M SEL
SWITCH

1
ON OFF
PB PB

CRITICAL DC FEEDER

_ LTG. (TYP) (TYP)

NOTES: —
1. a) THE DC CONTACTORS SHALL HAVE A TESTED/ PUBLISHED DC RATING EQUAL TO OR EXCEEDING THE MOST
STRINGENT CURRENT CARRYING AND BREAKING REQUIREMENTS CONSIDERING ADEQUATE DESIGN MARGINS.
PUSH BUTTONS ARE NOT ACCEPTABLE IN PLACE OF SELECTOR SWITCHES FOR THE ON/OFF SWITCHING
OPERATIONS OF THE CONTACTORS.
THE DC CONTACTORS SHALL BE OPERATED WITH A DC CONTROL SUPPLY.

2. SUITABLY RATED DC MCCB CAN BE ACCEPTED IN PLACE OF SWITCH FUSE UNIT AT BATTERY OUTPUT.

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


Page 214 of 263
ENGINEERS
SPECIFICATION STANDARD SPECIFICATION No.

I ar tlf5ltu
g INDIA LIMITED FOR 6-51-0019 Rev. 4
(411ZPI MIR2,1,13cRRA) IA Govt of India Undertaking) BATTERY CHARGER Page 15 of 15

OPTION-II
FROM 415V,TPN BUS FROM 415V,TPN BUS

AC POWER 'ON'
0 n
CHARGER-T1
0
AC POWER 'ON'
CHARGER-

0 ON/OFF
SEL. SWITCH 0 ON/OFF
SEL. SWITCH

: .0
CONT. CI CONT. CI• I
(12)
CHARGER CHARGER
(2) ; FAULT (I) FAULT
FLOAT QUICK FLOAT QUICK FLOAT CH. QUICK CH.
CH. 'ON' FLOAT CH. QUICK CH. CH. 'ON'
HARGER,MODE P.B. MODE P.D.

o••
MODE P.B. FLOAT HARGER_,MODE
FLOAT
CH. ADJ CH, ADJ
QUICK IM • • • 49

11.
QUICK A/M SEL.,
CH. ADJ 0-24HR. A/M SEL. CH. ADJ 0-24HR.
SWITCH SWITCH

PB TESTIPBI ACK

PB RESET
PB TEST PB ACK

PB RESET
Oro
co CD
a4 TRIP
7
CD
E-3 (111 TRIPI . 11
r
CONT.2A W 1;/ CONT.213
0 0 0 -0
0 00
TRIP k TRIP

CONT.1A CDNT.IB
27 NOTE-2 SEE NOTE-2
BrIEB1-1.16-14=11 B LER Y..72.16-1411}

—4-11111 VS H6-14111— VS0


L_ J
50X 80% 50% 80%
(1) 41) 0ICONT. mm 0 ICONT.
o C2 o C2

CRITICAL TEST P.B.


LTG. 'ON' CRIT. LTG.
DCDIT

000 I

CONT. C3 --- LOAD D.C. BUS


(?)A/M SEL

100 0 0
SWITCH
I

ON OFF
PB PB
1
CRITICAL DC FEEDER
LTG. (PIP) (PIP)
_J

THE DC CONTACTORS SHALL HAVE A TESTED/ PUBLISHED DC RATING EQUAL TO OR EXCEEDING THE MOST
STRINGENT CURRENT CARRYING AND BREAKING REQUIREMENTS CONSIDERING ADEQUATE DESIGN MARGINS.
PUSH BUTTONS ARE NOT ACCEPTABLE IN PLACE OF SELECTOR SWITCHES FOR THE ON/OFF SWITCHING
OPERATIONS OF THE CONTACTORS.
c) THE DC CONTACTORS SHALL BE OPERATED WITH A DC CONTROL SUPPLY.

2. SUITABLY RATED, DC MCCB CAN BE ACCEPTED IN PLACE OF SWITCH FUSE UNIT AT BATTERY OUTPUT.

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

Page 215 of 263


SPECIFICATION STANDARD SPECIFICATION No.
ISNZA ENGINEERS FOR 6-51-0047 Rev. 2
Oge.ji faReg
mien OIRMEMIJ.10.1)
INDIA LIMITED STATIONARY NICKEL CADMIUM
(A Govt. of India Undertaking)
BATTERIES Page 1 of 7

q iit ichei &vim dt

fuRfafiftr
SPECIFICATION
FOR
STATIONARY NICKEL CADMIUM
BATTERIES

REVISED AND ISSUED AS STANDARD


2 11.04.2011 CS . PG UAP DM
SPECIFICATION
REVISED AND ISSUED AS STANDARD
1 27.08.2007 AP NS JMS VC
SPECIFICATION
0 28.03.2002 ISSUED AS STANDARD SPECIFICATION SSM AAN VPS
Standards Standards
Rev. Prepared Checked Committee Bureau
No Date Purpose by by Convenor Chairman
Approved by

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


Page 216 of 263
SPECIFICATION STANDARD SPECIFICATION No.
401 el 474 ENGINEERS FOR
I ar ElOft INDIA LIMITED 6-51-0047 Rev. 2
g
of InOia Undertaking)
(HIE71 212,A1Z 4,13W.1) (A GOA STATIONARY NICKEL CADMIUM
BATTERIES Page 2 of 7

Abbreviations:

AC Alternating current
Ah Amperehour
BIS Bureau of Indian Standards
BS British Standard
CEA Central Electricity Authority
DC Direct current
EIL Engineers India Limited
IEC International Electrotechnical Commission
IEEE Institute of Electrical & Electronics Engineers
IS Indian Standard
MSL Mean Sea Level
NEMA National Electrical Manufacturers Association
PO Purchase Order
PVC Polyvinyl Chloride
UPS Uninterrupted Power Supply
VDE Verband der Elektrotechnik,Elektronik and Information stechnik
V Volt

Electrical Standards Committee

Convenor: Mr. UA Patro

Members: Mr. AK Tickoo


Mr. MP Jain
Mr. BR Bhogal
Mr. Arun Kumar
Mr. KK Gera
Mr. Saeed Akhtar

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

Page 217 of 263


SPECIFICATION
latfteftENONEERS FOR
STANDARD SPECIFICATION No.

faffegmir INDIA LIMITED


(MEW MONE,,,,aqa.) IA Govt of India UndertakIng) STATIONARY NICKEL CADMIUM
6-51-0047 Rev. 2
BATTERIES Page 3 of 7

CONTENTS

1.0 SCOPE 4

2.0 CODES AND STANDARDS 4

3.0 GENERAL REQUIREMENTS 4

4.0 SITE CONDITIONS 4

5.0 TECHNICAL REQUIREMENTS 4

6.0 PERFORMANCE 6

7.0 INSPECTION, TESTING AND ACCEPTANCE 6

8.0 PACKING AND DESPATCH 7

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


Page 218 of 263
SPECIFICATION STANDARD SPECIFICATION No.
ENONEERS FOR
fairegNIIF INDIA LIMITED
:
MEW MAW 0113,10.1) IA Govt of India undertaiong) STATIONARY NICKEL CADMIUM
6-51-0047 Rev. 2
BATTERIES Page 4 of 7

1.0 SCOPE

This specification covers the design, Manufacture, testing and supply requirements of
stationary Nickel Cadmium cell/batteries for DC power system /AC UPS application.

2.0 CODES AND STANDARDS

2.1 The equipment shall comply with the requirements of the latest revision of the following
standards issued by BIS:

IS-10918 Specification for Vented type Nickel Cadmium batteries

2.2 In case of imported equipment, standards of the country of origin shall be applicable if these
standards are equivalent or more stringent than the applicable Indian standards.

2.3 The equipment shall also conform to the provisions of CEA regulations and other statutory
regulations currently in force in the country.

2.4 In case Indian standards are not available for any equipment, standards issued by IEC/ BS/
VDE/ IEEE/ NEMA or equivalent agency shall be applicable.

2.5 In case of any conflict between requirements specified in various applicable documents for
the project, the most stringent one shall prevail. However Owner's decision in this regard
will be fmal and binding.

3.0 GENERAL REQUIREMENTS

3.1 The offered equipment shall be brand new with state of the art technology and proven field
track record. No prototype equipment shall be offered.

3.2 Vendor shall ensure availability of spare parts and maintenance support services for the
offered equipment for at least 10 years from the date of supply.

3.3 Vendor shall give a notice of at least one year to the end user of equipment and EIL before
phasing out the product/ spares to enable the end user to place order for spares and services.

4.0 SITE CONDITIONS

Stationary Nickel Cadmium cell/battery shall be suitable for operating satisfactorily in humid
and corrosive atmosphere found in refineries, petrochemical and gas processing plants,
metallurgical plants and other industrial plants. Service conditions shall be as specified in
the data sheets/job specification. If not specifically mentioned therein, a design ambient
temperature of 40°C and an altitude not exceeding 1000m above MSL shall be considered,
with a minimum temperature of 10°C for battery sizing.

5.0 TECHNICAL REQUIREMENTS

5.1 The Nickel Cadmium cell/battery shall be suitable for float duty operation with a constant
voltage permanently applied to its terminals which is sufficient to maintain it in a state close
to full charge and shall be designed to supply load in the event of normal power supply
failure. Type of plate construction for batteries shall be as per the data sheet.

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


Page 219 of 263
SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS FOR
5ig e_ff Rift INDIA LIMITED 6-51-0047 Rev. 2
liiPer FREW 115139IINF1 (A Govt of India Undertaking) STATIONARY NICKEL CADMIUM
BATTERIES Page 5 of 7

5.2 The standard rated ampere hour capacity of the cell/ battery shall be at a reference
temperature of 27°C, constant current discharge at 5 hours rate (C5) and an end cell voltage
of 1.0 V/cell.
5.3 Ampere hour of the battery shall be selected based on the following:
Minimum site ambient temperature of 10°C
Discharge duty cycle
End cell voltage
Ageing factor of 0.8
e. Capacity rating factor

5.4 Number of cells and end cell voltage shall be decided by the vendor on the basis of
maximum permissible voltage to the load when batteries are float charged while feeding the
load and minimum DC system voltage. However the number of cells and end cell voltage
shall be as per the data sheet.

5.5 The battery shall be suitable for being quick charged to fully charged condition from fully
discharged condition within 10 hours.

5.6 Battery assembly shall be supplied empty, dry and uncharged. Packed unused liquid
electrolyte with 10% extra shall be delivered with the battery in suitable non returnable
sealed containers.

5.7 Each cell/battery shall have a separate container of 1.2V (nominal voltage). The cell
container shall be of high strength alkali resistant material and designed to withstand
mechanical stresses, shocks and vibrations. The cell container shall be
translucent/transparent.

5.8 The terminal posts shall be of nickel plated steel. The terminals shall be suitable for short
circuit current and specified discharge current without damage to the cell as a result of
terminal heating.

5.9 Stationary Nickel Cadmium cells/battery shall be designed to withstand the mechanical
stresses encountered during normal transportation and handling.

5.10 Flame arrestor shall be mounted on the cell so that all the vented gases diffuse through the
arrestor to the outside environment. The construction of the arrestor shall be such that
hydrogen burning on the external surface of the arrestor shall not propagate back into the
cell to cause explosion.

5.11 The following information shall be permanently marked on the cell.


Nominal voltage
Name of manufacturer/model reference
Rated capacity in ampere hours (Ah) with End Cell Voltage
Voltage for float operation at 27°C with tolerance of ±1%
Month and year of manufacture
Polarity Marking

5.12 Each set of battery shall be supplied with all the accessories, including, but not limited to the
following:
a. Battery stand in formation as per data sheet. Mild steel stand pretreated and epoxy
painted / epoxy powder coated / PVC coated.

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


Page 220 of 263
SPECIFICATION STANDARD SPECIFICATION No.
1502:RqM ENGINEERS FOR
ligar 'Meg W. INDIA LIMITED
IailPfl eiRIAECIA3071.11 IA Govt of India Undertaking) STATIONARY NICKEL CADMIUM
6-51-0047 Rev. 2
BATTERIES Page 6 of 7

Inter cell, inter row and inter bank connectors and end take offs. These shall be of nickel
plated copper/flexible insulated copper cable/completely insulated solid copper
connectors.
Cell insulator
Stand insulator.
Cell number plates/permanent stickers, Lugs for cable termination, as required.
f. Other accessories and their quantity as per data sheet.

6.0 PERFORMANCE

Nickel Cadmium batteries shall have been type tested to meet the performance requirements
for each design and Ah rating of cells as per Indian Standard referred in clause 2.1 above.

7.0 INSPECTION, TESTING AND ACCEPTANCE

Batteries shall be subject to inspection by EIL/owner or by an agency authorized by the


owner, to assess the progress of work. The manufacturer shall furnish all the necessary
information concerning the supply to EIL/owner's representative. EIL/owner's
representative shall be given free access in the works from time to time for stage wise
inspection and progress reporting. Four weeks advance notice shall be given to witness the
final routine tests and other tests as agreed upon.

Following tests shall be carried out as a minimum for cells/battery. Routine tests shall be
conducted on each cell/battery. Acceptance tests & Type tests shall be conducted on few
cells/battery as per relevant Indian standard.

A) Routine test
Physical examination test.
Polarity and absence of short circuit.
Dimension, mass and layout.
Marking and packing.

B) Acceptance test
Marking and packing.
Verification of dimensions.
Test for Ah capacity.
Test for voltage during discharge.
v) Internal resistance test.

C) Type test
Verification of constructional requirement.
Test for voltage during discharge.
Test for Ah capacity.
Test for charge retention/loss of capacity.
Air pressure test.
Ampere hour and Watt-hour efficiency test.

Battery load test shall also be performed at site after installation as part of commissioning.

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


Page 221 of 263
SPECIFICATION STANDARD SPECIFICATION No.
dal fa e.Jel ENGINEERS FOR
oge.,,,..,..011.34;111R)
Epreg INDIA LIMITED
IA Gout. of India Undertaking) STATIONARY NICKEL CADMIUM
6-51-0047 Rev. 2
BATTERIES Page 7 of 7

8.0 PACKING AND DESPATCH

All the equipment shall be divided into several sections for protection and ease of handling
during transportation. The equipment shall be properly packed for transportation by ship/rail
or trailer. The equipment shall be wrapped in polythene sheets before being placed in
crates/cases to prevent damage to finish. Crates/cases shall have skid bottom for handling.
Special notations such as 'Fragile', 'This side up', ' Centre of gravity' , 'Weight', 'Owner's
particulars', 'PO nos.' etc., shall be clearly marked on the package together with other
details as per purchase order.
The equipment may be stored outdoors for long periods before installation. The packing
shall be completely suitable for outdoor storage in areas with heavy rains/high ambient
temperature.

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


Page 222 of 263
Page 223 of 263
Page 224 of 263
Page 225 of 263
Page 226 of 263
Page 227 of 263
Page 228 of 263
Page 229 of 263
Page 230 of 263
STANDARD SPECIFICATION NO.
relt ErsoNERs
liarEifita-g w INDIA LIMITED
INSPECTION AND TEST PLAN
FOR 6-81-1019 Rev. 2
Imrleiewleam BATTERY CHARGERS Page 1 of 7

e -en

Wteir -crturrr zWr


INSPECTION AND TEST PLAN
FOR
BATTERY CHARGERS

S - _ 2„,,t
2 29.06.12 Revised and Reissued RJD KC DM

1 28.09.07 Revised and Re-issued AKG PPM MVKK VC

0 30.04.02 Issued for implementation RG AKC AKB GRR


Standards Committee Standards Bureau
Rev. Prepared Checked Convenor Chairman
Date Purpose by by
No. Approved by

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

Page 231 of 263


STANDARD SPECIFICATION NO.
INSPECTION AND TEST PLAN
Ii5115the i re, ENGINEERS FOR
latargili, WA LIMITED 6-81-1019 Rev. 2
IA Gov' of 'Ma unbilakingj BATTERY CHARGERS Page 2 of 7

Abbreviations
AS Alloy Steel MPT/MT Magnetic Particle Testing
BASEEFA British Approval Service for Electrical Equipment in Flammable MRT Mechanical Run Test
Atmospheres
BIS Bureau of Indian Standard MTC Material Test Certificate
CCE or CCOE Chief Controller of Explosives MOC Material of Construction
CELL Certification Engineers International Limited NPSH : Net Positive Suction Head
CIMFR Central Institute of Mining & Fuel Research NDT Non Destructive Testing
CE Carbon Equivalent NEMA National Electrical Manufacturers Association
DFT Dry Film Thickness PO Purchase Order
DT Destructive Testing PESO : Petroleum Explosive Safety Organization
DPT Dye Penetrate Testing PQR Procedure Qualification Record
ERTL Electronics Regional Test Laboratory PR : Purchase Requisition
FCRI Fluid Control Research Institute PMI Positive Material Identification
FM Factory Mutual PVC Poly Vinyl Chloride
FLP Flame Proof QC Quality Control
HT Heat Treatment RT Radiography Testing
HIC Hydrogen Induced Cracking TC Test Certificate
ITP Inspection and Test Plan TPI or TPIA Third Party Inspection Agency
IP Ingress Protection UT Ultrasonic Testing
IC Inspection Certification UL Under writer Laboratories
IGC Inter Granular Corrosion VDR Vendor Data Requirement
IEC International Electro technical Commission WPS Welding Procedure Specification
JEC Japanese Electro technical Committee WPQ Welders Performance Qualification
LPT Liquid Penetrate Testing XLPE Cross Linked Poly Ethylene

Inspection Standards Committee

Convenor : Mr. A.K. Chaudhary

Members:
Mr. S.C. Gupta Mr. RK Singh Mr. MP Jain (Projects)
Mr. G. Suresh Mr. Rajeev Kumar Mr. G. Poomachandra Rao

Format No. 8-00-0001-F7 Rev. 0


Copyright EIL — All rights reserved
Page 232 of 263
STANDARD SPECIFICATION NO.
INSPECTION AND TEST PLAN
leZedek ENGINEERS FOR
$1g709-tallrINDIA LIMITED 6-81-1019 Rev. 2
BATTERY CHARGERS Page 3 of 7

1.0 SCOPE

This Inspection and Test Plan covers the minimum testing requirements of Battery Chargers (DC System consisting of Battery Charger, Cell Booster, DCDB and
Battery).

2.0 REFERENCE DOCUMENTS

PO/PR/ Standards referred there in/Job specifications/Approved documents.

3.0 INSPECTION AND TEST REQUIREMENTS

SCOPE OF INSPECTION
SL QUT
AN UM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
1.0 Procedures -- -- -- -- -- --
2.0 Material Inspection

Incoming Material like


Fabricated items, Electronic TC's/ Inspection
Visual, Dimensional, operational checks, etc.
components, PCBs, Relays, & II/R R
2.1 as applicable 100% H
Indicating Instruments, Test records / Lab
Power Supply Unit, Test Records
IGBT/SCRs, etc.

3.0 In process Inspection

PCBs & Electronic Supplier's Test R


3.1 Burn-in Test for 96 hours at 50deg C 100% H H
components, Sub-assemblies Records

Format No. 8-00-0001-F7 Rev. 0


Copyright EIL — All rights reserved

Page 233 of 263


STANDARD SPECIFICATION NO.
ea ENGINEERS
StilalzIeg
1 Pr'ailif INDIA LIMITED
$/g719
INSPECTION AND TEST PLAN
FOR 6-81-1019 Rev. 2
, GON of into Undmtakingl BATTERY CHARGERS Page 4 of 7

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

4.0 Final Inspection

Visual check including layout, Tag plates,


Paint shade, Bus marking, Identification
and location of components, etc.
Check calibration status of all testing
equipment.
Dimension check including operational
height, Bus size, Clearances, paint
thickness, etc.
Bill of material/ Make of Components.
Full Load test for 16 hours with minimum
Stirs for each Charger*. Temperature rise
100% by Test Records /
for critical components would be recorded
4.1 Battery Charger Assembly Supplier and on Inspection - H H/W
during this test.
(Acceptance Tests) Random Basis Witness Record
Charger testing at constant output voltage in
by EIL/TPIA
float and boost charge mode, including
measurement of AC phase voltage,
frequency, current, power, DC output
voltage, current and output voltage ripple
at nominal AC input voltage at zero, 50%
and 100% of rated output current.
Measurement shall be repeated at 100%
full load current at 90% and 110% of
nominal AC supply
Charger testing under constant output
current limiting condition in float and
boost mode, including measurement of DC

Format No. 8-00-0001-F7 Rev. 0


Copyright EIL — All rights reserved

Page 234 of 263


STANDARD SPECIFICATION NO.
INSPECTION AND TEST PLAN
Sa1151-aelth ENGINEERS FOR 6-81-1019 Rev. 2
11g2:1109EDWIV INDIA LIMITED
G.4 of India undenakmoi BATTERY CHARGERS Page 5 of 7

SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
output voltage and current with DC output
voltage varying between zero and set value
corresponding to constant voltage
operation.
Proper functioning of all measuring
instruments, alarms, indications, protection
and controls as per requirement.
Parallel operation of both chargers
including load sharing and automatic
isolation of faulty charger. Test Records /
Battery Charger Assembly Charger Efficiency and Voltage regulation 100% BY Inspection - H H/W
(Acceptance Tests Contd.) test. Supplier and on Witness Record
Harmonic Measurement. Random Basis
Dynamic Response test for step load as per by EIL/TPIA
PR/spec.
Audible noise test.
Insulation resistance before and after HV
test for power, control and auxiliary
circuits.
High voltage withstand test for power,
control and main circuits.
Check for protection against reverse battery
connection.
100% by Supplier's
Visual, Dimensions, Feeder Tag plates, Supplier and Test Records /
4.2 D.0 Distribution Board Functional checks, IR and HV test. on Random Inspection H H/R
Basis ny Witness
EIL/TPIA Record

Format No. 8-00-0001-F7 Rev. 0


Copyright EIL — All rights reserved

Page 235 of 263


STANDARD SPECIFICATION NO.
INSPECTION AND TEST PLAN
Bin5kre? gal ENCJNEERS FOR
Ell5teg NIV INDIA LIMITED
IaRT (A GON 01 Inds Und.thk.g1 BATTERY CHARGERS
6-81-1019 Rev. 2
Page 6 of 7

SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
Visual and Functional checks 100% by Supplier's
Full load capability test at 90% , 100% and Supplier and Test Records /
4.3 Cell Booster 110% of nominal AC supply on Random Inspection - H H/R
IR and HV test Basis ny Witness
EIL/TPIA Record
All test as per respective ITP, as a Supplier Test _
4.4 Battery Sample H H/R
minimum Record
Supplier's
Type test report on radio frequency Test Records/
Submission of Certificates/ interference voltages on RFI filter as per Statutory - H R
4.5 100%
Documents VDE-0875 grade-N Body
Certificates
5.0 Painting

Painting of panels Pre treatment, primer and final paint, Supplier test
5.1 100% H 11/W
(prior to assembly) shade, thickness records

6.0 Documentation and IC


Supplier's Test
• Review of Internal Test Reports Records /
6.1 Documentation and IC 100% - H H
IC issuance. Inspection
Certificate

Format No. 8-00-0001-F7 Rev. 0


Copyright EIL — All rights reserved
Page 236 of 263
STANDARD SPECIFICATION NO.
INSPECTION AND TEST PLAN
41g iatardu , v.
ISORZIeT azt4 ENGINEERS
INDIA LIMITED
Govt d India UndOtteing)
FOR
BATTERY CHARGERS
6-81-1019 Rev. 2
Page 7 of 7

* Tests shall be conducted on one charger of each rating (In case of dual Chargers, both chargers will be put on load separately)

Legends: H- Hold (Do not proceed without approval), Random 10% , R-Review, RW-Random witness, W- Witness (Give due notice, work may
proceed after scheduled date).

NOTES (As applicable):


Wherever W/R or H/W is indicated, Inspection Engineer shall decide the option to be exercised for the particular stage and supplier
In case of conflict between purchase specification, contract documents and ITP, more stringent conditions shall be applicable.
This document describes generally the requirements pertaining to all types of the item. Requirements specific to PO and the item are only applicable.
Acceptance Norms for all the activities shall be as per PO/PR/ Standards referred there in/ Job specifications /Approved documents

Format No. 8-00-0001-F7 Rev. 0


Copyright EIL — All rights reserved

Page 237 of 263


STANDARD SPECIFICATION NO.
SNIRIzrea- ENGINEF_RS INSPECTION AND TEST PLAN
if la5teg NW INDIA LIMITED FOR 6-81-1047 Rev. 1
STATIONARY NICKEL CADMIUM BATTERY Page 1 of 5

lamta fkwa- Ct SII 19 se41


flew{ 74 lam
INSPECTION AND TEST PLAN
FOR
STATIONARY NICKEL-CADMIUM BATTERY

I 29.06.2012 Revised and Re-issued HVJ /C


A DM

0 01.12.2008 Issued for implementation SA SKD SKP VC


Standards Committee Standards Bureau
Rev. Prepared Checked Convenor Chairman
No. Date Purpose by by
Approved by

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


Page 238 of 263
STANDARD SPECIFICATION NO.
lafraeitENGINEERS INSPECTION AND TEST PLAN
$1g-ia iaglegilV INDIA LIMI TED FOR 6-81 .1047 Rev. 1
y
eilen oRaw av mrsi) (A GEM 01 Ind. undeatakinal STATIONARY NICKEL CADMIUM BATTERY Page 2 of 5

Abbreviations

AS Alloy Steel MPT/MT Magnetic Particle Testing


BASEEFA British Approval Service for Electrical Equipment in Flammable MRT Mechanical Run Test
Atmospheres
BIS Bureau of Indian Standards MTC Material Test Certificate
CCE or CCOE Chief Controller of Explosives MOC : Material of Construction
CELL Certification Engineers International Limited NPSH Net Positive Suction Head
CIMFR Central Institute of Mining & Fuel Research NDT Non Destructive Testing
CE Carbon Equivalent NEMA National Electrical Manufacturers Association
DFT Dry Film Thickness PO Purchase Order
DT Destructive Testing PESO Petroleum Explosive Safety Organization
DPT Dye Penetrate Testing PQR : Procedure Qualification Record
ERTL Electronics Regional Test Laboratory PR : Purchase Requisition
FCRI Fluid Control Research Institute PMI : Positive Material Identification
FM Factory Mutual PVC : Poly Vinyl Chloride
FLP Flame Proof QC Quality Control
RIC Hydrogen Induced Cracking RT Radiography Testing
ITP Inspection and Test Plan TC Test Certificate
IP Ingress Protection TPI or TPIA : Third Party Inspection Agency
IC Inspection Certification UT Ultrasonic Testing
IGC Inter Granular Corrosion UL : Under writer Laboratories
IEC International Electro technical Commission VDR Vendor Data Requirement
JEC Japanese Electro technical Committee WPS : Welding Procedure Specification
LPT Liquid Penetrate Testing WPQ : Welders Performance Qualification
XLPE : Cross Linked Poly Ethylene

Inspection Standards Committee

Convenor . Dar Lhaudnary

Members:
Mr. S.C. Gupta Mr. RK Singh Mr. MP Jain (Projects)
Mr. G. Suresh Mr. Rajeev Kumar Mr. G. Poomachandra Rao

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


Page 239 of 263
STANDARD SPECIFICATION NO.
1611ffkleigh INSPECTION AND TEST PLAN
FATED FOR 6-81-1047 Rev. 1
NWT xwerwamaatini) (A can ci Incks Undelta‘ong) STATIONARY NICKEL CADMIUM BATTERY Page 3 of 5

1.0 SCOPE

This Inspection and Test Plan covers the minimum testing & inspection requirements of Stationary Nickel Cadmium Battery.

2.0 REFERENCE DOCUMENTS

PO/PR & Standards referred there in /Job specifications / Approved documents.

3.0 INSPECTION AND TEST REQUIREMENTS

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

1.0 Procedures -- -- -- -- -- --

2.0 Material Inspection

Incoming Material like


Flame arrester, Electrodes Sub-Supplier's
Physical and Dimensional checks(as applicable),
used, Electrolyte , TC / Supplier
2.1 Mechanical properties, Chemical properties of the 100% H H R
containers, Insulators, Test Records/
electrolyte and containers
Battery stand and other Third party lab
accessories

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


Page 240 of 263
STANDARD SPECIFICATION NO.
larazieggee ENGINEERS INSPECTION AND TEST PLAN
$11gzir lair& NW INDIA LIMITED FOR 6-81-1047 Rev. 1
. Govt of India Uf 'Sit* o91
STATIONARY NICKEL CADMIUM BATTERY Page 4 of 5

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

3.0 Inprocess Inspection

Supplier's Test
3.1 Battery assembly Visual, Dimensions, Bill of Material 100% - H R
Records

4.0 Final Inspection

Physical and BoM Verification.


Check calibration status of all testing
equipment.
Polarity and absence of short circuit 100% by
Supplier and
Dimension, mass and layout check. Inspection test
4.1 Battery(Acceptance Tests) on Random - H H
Test For Ah capacity records
Basis by
Test For voltage during discharge at C10 rating. EIL/TPIA
Internal resistance test
Dimension, Paint Shade and Paint Thickness of
Battery Stands
Air Pressure Test
One Sample/ Type Test
4.2 Battery (Type Tests) Test for charge retention/ loss of capacity. - H R
Rating Report
Ampere hour and Watt-hour efficiency test.

5.0 Painting and Packing

Visual.
Suitable protection to prevent entry of
5.1 Packing of Battery foreign material. 100% Test records - H --
Proper packing to prevent any damage
during transportation.

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


Page 241 of 263
STANDARD SPECIFICATION NO.
ISilInizeifth ENGINEERS INSPECTION AND TEST PLAN
9 IMOttg .le INDIA LIMITED FOR 6-81-1047 Rev. 1
CFRI711 I A Gavt a Ma underLinv STATIONARY NICKEL CADMIUM BATTERY Page 5 of 5

SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
6.0 Documentation and IC
Supplier's Test
• Review of Internal Test Reports. Records /
6.1 Documentation and IC 100% - H H
IC issuance Inspection
Certificate (IC)

Legends: H- Hold (Do not proceed without approval), Random -10% , R-Review, RW-Random witness, W- Witness (Give due notice, work may proceed
after scheduled date).

NOTES (As applicable):


Wherever W/R or H/W is indicated, Inspection Engineer shall decide the option to be exercised for the particular stage and supplier
In case of conflict between purchase specification, contract documents and ITP, more stringent conditions shall be applicable.
This document describes generally the requirements pertaining to all types of the item. Requirements specific to PO and the item are only applicable.
Acceptance Norms for all the activities shall be as per PO/PR/ Standards referred there in/ Job specifications /Approved documents

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


Page 242 of 263
Page 243 of 263
Page 244 of 263
Page 245 of 263
Page 246 of 263
Page 247 of 263
Page 248 of 263
Page 249 of 263
Page 250 of 263
Page 251 of 263
Page 252 of 263
Page 253 of 263
Page 254 of 263
Page 255 of 263
Page 256 of 263
Page 257 of 263
Page 258 of 263
Page 259 of 263
Page 260 of 263
Page 261 of 263
Page 262 of 263
Page 263 of 263

You might also like