A307-000-YA-MR-2605-1271-RFQ - Tenders

208
Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery Expansion Project (IREP) at BPCL, Kochi Refinery (KR) ENQUIRY DOCUMENT (Document No : A307-000-YA-MR-2605-1271-RFQ) (Prepared & Issued By :) Page 1 of 208

Transcript of A307-000-YA-MR-2605-1271-RFQ - Tenders

Project Management Consultancy (Stage-II) (PMC-II) for Integrated RefineryExpansion Project (IREP) at BPCL, Kochi Refinery (KR) ENQUIRY DOCUMENT (Document No : A307-000-YA-MR-2605-1271-RFQ) (Prepared & Issued By :)

Page 1 of 208

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

Table of ContentsDocument Number Rev. Document Title Page

NumberA307-000-YA-MR-2605-1271-RFQ

A ENQUIRY DOCUMENT 3

A307-000-YA-MR-2605

A Water Quality Analyser Sy stems 97

A307-000-16-51-VDR-2605

0 VENDOR DATA REQUIREMENT 101

A307-000-16-51-SIV-2605

0 SPECIAL INSTRUCTION TO VENDOR 104

A307-000-YA-TQS-2605

A TECHNICAL QUESTIONAIRE 110

A307-000-16-51-ID-2605

0 DATASHEET INDEX 111

A307-000-16-51-SK-2605

0 TYPICAL SCHEMATIC 147

A307-000-16-51-MD-2605

A CALIBRATION CYLINDER REQUIREMENTS FOR ANALYSERS 148

A307-000-YA-PTR-2606

A PROVEN TRACK RECORD 150

A307-000-16-51-CF-2605

A COMPLIANCE FORMAT 151

A307-000-16-51-OD-2605

A DEVIATION LIST 153

A307-000-YA-RC-2605

A RESPONSIBILITY DEFINITION 154

A307-000-YA-LSF-2605

A LOGISTIC SUPPORT FORMAT 157

6-78-0001 0 Specification for Quality Mgt. System Requirements from Bidders 1606-78-0003 0 Specification for Documentation Requirement from Suppliers 1696-52-0035 4 Standard specification for process stream analyser. 1816-81-2035 3 ITP for process stream analysers 203

Page 2 of 208

Page 1 of 7

EI Bhawan Annexe, Bhikaiji Cama Place, RK Puram, New Delhi – 110 066, INDIA

Phone No : 0091-11-26762121 ; Fax No : 0091-11-26191714, 26167664

REQUEST FOR QUOTATION (RFQ)

RFQ No. : SM/ A307-000-YA-MR-2605/1271 Date: 07–APR-2014

Client : BHARAT PETROLEUM CORPN. LIMITED

Project: INTEGRATED REFINERY EXPANSION PROJECT AT KOCHI REFINERY

MR No.: A307-000-YA-MR-2605 Rev. A

Item: WATER QUALITY ANALYSER SYSTEMS Due Date & Time: 07-MAY-2014 & Up to 1200 Hrs. (IST)

PRE-BID MEETING : A Pre-bid meeting will be held on 17-APR-2014 at 1100 Hrs.

(IST) at EIL, R&D centre, Gurgaon.

UNPRICED BID OPENING:

At 1400 Hrs. (IST) on 07-MAY-2014 (at EIB - 5th Floor,

Engineers India Limited, Bhikaiji Cama Place, R.K. 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.

1. Bidder should submit their bids strictly as per the requirements outlined hereunder and as specified in the material requisition.

2. The bidders are required to submit soft copies of their bids electronically on the CPP Portal only (URL: http://eprocure.gov.in/cppp) using valid Digital Signature Certificates, on or before the bid submission date and time. Bidders are required to register themselves at http://eprocure.gov.in/cppp).

Bidders to refer attached E-TENDERING METHODOLOGY (ANNEXURE-I) for detailed instructions on registration and online bid submission.

3. Special Notes for e-tendering:

a. NIC Portal mandates that the bidders are to be registered on the portal. The enquiry is being issued through EIL Tender Portal http://tenders.eil.co.in and Bidders can download the complete RFQ documents from the EIL Tender Portal only. And bidders shall submit their bids through NIC Portal

(https://eprocure.gov.in/eprocure/cppp) only. b. All those vendors who have still not registered on the NIC Portal are required to register on the same

(immediately after issue of enquiry on EIL Tender portal but not later than ten days before the bid due date) for facilitating uploading of their bids on the NIC Portal failing which it will not be possible for them to upload their bids. Pursuant to registration, the vendors are required to inform regarding NIC registration details.

c. Only NIC registered vendors can upload their bids on the NIC portal. Therefore, all those bidders who have not complied with the above registration requirements will not be eligible to bid. NIC registered bidders will be able to upload their bids from about one week before the bid due date up to Bid Due Date. However, an EIL enlisted vendor for the subject Limited RFQ who completes their NIC

Page 3 of 208

Page 2 of 7

Registration (including Digital Signature Certificate Registration) on NIC Portal atleast 2 (two) working

days prior to the Final Bid Due Date shall be allowed to upload their bids through a Corrigendum issued by EIL in the NIC Portal, provided such request from the concerned Vendor is received in EIL

through E-mail by concerned Dealing Officer/RFQ Issuing Authority atleast 2 (two) working days prior

to Bid Due Date. Request for extension in due date of submission of bids due to non registration

or delayed registration in NIC portal shall not be entertained. d. The bid has to be necessarily submitted on the NIC Portal only. Inability of the bidders to upload their

bids on account of not completing the registration with NIC portal as mentioned above will not be a reason for seeking BDD extension.

e. Enlisted vendors of EIL who have completed the registration on NIC shall only be allowed to submit the

bids through NIC Portal. Therefore, it is in the interest of the bidders that they register on the NIC Portal at the earliest.

f. The vendor registration on NIC Portal is a very user friendly process. However, in case of any doubt,

the vendor may contact the 24 X 7 CPP Portal helpdesk at Contact No. 1800 233 7315 or Mr. Amrit

Chaswal at Ph. No. +91-7532022483 and E-mail: [email protected].

4. Bidders in their own interest are requested to register on CPP Portal and upload/submit their bid well in time. Bidder will be responsible for any delay due to other issues.

5. Bidders are required to upload the complete bid comprising of Part-I:- Unpriced Bid along with all supporting documents & Part-II :- Priced Bid on the CPP Portal (http://eprocure.gov.in/cppp) only.- Refer E-Tendering Methodology (ANNEXURE-I) enclosed with RFQ documents.

6. Upon the successful and timely submission of bids, the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details. The bid summary has to be printed and kept as an acknowledgment of the submission of bid. This acknowledgment may be used as an entry pass for attending the un-priced bid opening, if bidders so desire.

7. Technical specification should be strictly as per the Material Requisition attached. It may be noted that the Bid shal be evaluated as received and technical queries may not be issued.

8. Commercial requirements are specified in the Special Instructions to Bidders, General Purchase Conditions, Agreed Terms & Conditions (ATC) questionnaire and all other RFQ documents. The pre-filled Agreed Terms & Conditions Questionnaire should be returned duly signed and stamped along with copy of your un-priced bid.

9. The order, if placed, will be issued by our above-mentioned client.

10. 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.

11. Direct bids only, without the intermediary of an Indian Agent will be considered from Foreign Bidder.

12. Repeat Order is not applicable to this RFQ / MR.

13. Delivery Period:- FOR INDIAN BIDDERS: Within 10 (Ten) Months on FOT Despatch Point Basis from the date of Fax of Acceptance. Date of LR/GR shall be considered the date of delivery.

FOR FOREIGN BIDDERS: Within 09 (Nine) Months on FCA International Air Port of Exit Basis from the Date of Fax of Acceptance. Date of Airway Bill shall be considered the date of delivery.

14. Payment Terms shall be as per following:- For Indian bidders: The payment to Indian bidders for supply, supervision, transportation & training shall be made in accordance with S. No. 1.2, 1.6, 1.7 & 2.3 respectively Under Section A of Special Instruction to Bidders (SIB).

Page 4 of 208

Page 3 of 7

For Foreign Bidders: The payment to foreign bidders for supply (including air freight in case of CPT basis), training & supervision shall be made in accordance with S. No. 2.1, 2.3 & 2.5 respectively Under Section A of Special Instruction to Bidders (SIB).

15. The offer should be valid for 04 (Four) months from final bid due date.

16. Only E-Bids uploaded in the e-tendering portal (http://eprocure.gov.in/cppp) shall be acceptable. Physical bids and Bids/ Offer through Email or fax/ Telex/Telegraphic or Bids received in open condition or Bids in any other mode shall not be accepted.

13. 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.

14 . Canvassing in any form by the Bidder or by any other agency on their behalf may lead to disqualification of their bid.

15 . The E-bids received online shall be opened at EIL office on due date and time as specified above. Bidder can view online the name of the other bidders who have submitted their e-bids after opening is performed by EIL.

16 . All technically and commercially acceptable bidders will be advised of venue, date and time of priced bid opening. Bids shall be opened online, hence bidders may review opening status at their places. Interested bidder may sent their representatives (duly authorised by a competent person and having the Letter of Authority as per proforma enclosed), of such technically and commercially acceptable bidders. Time and Date of opening of Price Bids shall be notified to the qualified and acceptable bidders at a later date.

17 . 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.

18 . Addendum / corrigendum to the RFQ documents if issued must be signed and submitted along with the bid.

19 . 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.

20 EIL reserves the right to use in-house information for assessment of bidder’s capability for consideration of bid.

21 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.

22 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 provide proper documentary evidence. In the absence of the same their offer shall be liable for rejection.

23 Bidders are requested to quote as per their capability as registered in EIL, as on the date of issue of RFQ.

24 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.

25 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.

Page 5 of 208

Page 4 of 7

Bidders are required to submit the complete audited financial report for the preceding financial year including balance sheet, profit and loss statements along with all relevant annexures required to assess the positive net worth of the bidder in that financial year. Failure to submit the same may render your bid liable for rejection.

26 Purchaser reserve the right to make any changes in the terms and conditions of purchase and to reject any or all the bids.

27 PRE-BID MEETING

a. Bidders’ authorized representative(s), shall attend the Pre-Bid meeting on the prescribed day at the given venue. During the Pre-Bid meeting, all the technical and commercial issues shall be discussed and concluded to ensure that the bid received subsequent to Pre-Bid meeting shall be without any deviations to terms and conditions. Hence, bidders shall treat the Pre-Bid meeting as utmost important and depute competent & senior person capable of taking on the spot decision to sort out all the technical and commercial issues.

However, in case any bidder do not attend the Pre- Bid meeting, it shall be understood that the bidder has a clear understanding of the scope & terms & conditions of the bidding document and does not have any comments/ deviations to the requirements of the bidding document

b. In order to ensure fruitful discussions during pre bid meeting, the bidder is requested to submit any Queries/clarification/information pertaining to Bidding document in writing delivered by hand or by fax/ email as per format enclosed in the Bidding Document so as to reach two days prior to Pre-bid meeting. These queries shall be replied during pre-bid meeting. The editable soft copies of the queries shall also be e-mailed to enable EIL to prepare replies to the queries against each query in the same format expeditiously.

c. The bidders are required to participate in the Pre-Bid meeting with the following essential documents, so that the same can reviewed & discussed during the meeting to avoid any techno-commercial clarifications/ discussions post bid

a) Latest annual report including Profit & loss account b) Details of work experience meeting the BQC (if applicable) c) Technical details, documents, design, filled datasheets as per MR. d) Any other relevant document/ details.

d. Record notes of meeting, including the questions raised and the responses given will be furnished as expeditiously as possible to all the bidders and shall also be uploaded on the website. After pre-bid meeting, no further queries will be entertained from the bidders.

e. Any modification of the Bidding Document, which may become necessary as a result of the pre-bid discussion, shall be intimated to all bidders through the issue of an Addendum/Amendment.

f. Based on the pre-bid discussions, a no-deviation form/techno-commercial compliance shall be signed and submitted by the bidders as part of their offer. After pre-bid meeting, no deviation shall be accepted and if any deviation is found in the bid of such bidder, their offer shall be liable to be rejected without raising any technical/ commercial queries.

g. Technical/ Commercial queries shall not be issued once the bid have been opened. However, wherever CQ/ TQ are unavoidable, the same shall be raised only once and the cut-off date given for CQ/ TQ replies shall be adhered to. Offers shall be evaluated based on the information available upto cut-off date for CQ/ TQ replies.

h. Extension in bid due date shall not generally be granted

Contact Persons for this RFQ are:

Mr Subhendu Mondal, AGM(C&P),

Phone No. +91-(0)11-2676-3883 & email: [email protected]

Mr. Krishan Kumar, Sr. Engineer (C&P),

Page 6 of 208

Page 5 of 7

Phone No. +91-(0)11-2676-3888 & email: [email protected]

* Please specify RFQ. No. SM/ A307-000-YA-MR-2605 /1271 in all Correspondence.

THIS IS NOT AN ORDER Very truly yours, For & on behalf of

Bharat Petroleum Corporation Limited

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

LIST OF ENCLOSURES

DOCUMENT

A) Request For Quotation (RFQ)

B) Proforma of Letter of Authority for Attending Un-priced / Priced Bid Opening

C) Annexure-I (E-TENDERING METHODOLOGY)

D) Price Schedule Format (For Indian and Foreign Bidders)

E) Commercial documents:

i) Agreed Terms & Conditions (For Indian Bidders)

ii) Agreed Terms & Conditions (For Foreign Bidders)

iii) Special Instruction to Bidders (SIB)

iv) General Purchase Conditions (Indian)

v) General Purchase Conditions (Imported)

vi) Special Packaging Requirements (For Foreign Bidders)

vii) Integrity Pact

F) Technical documents:

i) MR No. A307-000-YA-MR-2605

Page 7 of 208

Page 6 of 7

Proforma of Letter of Authority

for Attending Unpriced / Priced Bid Opening

No. Date: The Asst.General Manager (C&P) Engineers India Limited Engineers India Bhawan EIB-5th Floor 1-Bhikaiji Cama Place New Delhi – 110 066 India Attn.: Mr. S.MONDAL Dear Sir,

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

Unpriced / Priced Bid Opening against your RFQ No……………..……… .……………..………… for

……………..….……………………… (Item Name)

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

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

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

Yours faithfully,

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

Note:

This Letter of Authority should be on the letterhead of the bidder and should be signed by a

person competent and having the Power of Attorney to bind the bidder.

Page 8 of 208

Page 7 of 7

ANNEXURE-I

PROVISIONS FOR MICRO AND SMALL ENTERPRISES UNDER PPP, 2012

i) In Tender, participating Micro and Small Enterprises quoting price within price band of L1+15% shall also be allowed to supply a portion of requirement by bringing down their prices to L1 price in a situation where L1 price is from someone other than a micro and small enterprises and such micro and small enterprises shall be allowed to supply upto 20% of the total tendered value. In case of more than one such Micro and Small Enterprises, the supply shall be shared proportionately (to tendered quantity). Further, out of above 20%, 4% (20% of 20%) shall be from MSEs owned by SC/ST entrepreneurs. This quota is to be transferred to other MSEs in case of non-availability of MSEs owned by SC/ST entrepreneurs.

ii) The quoted prices against various items shall remain valid in case of splitting of quantities of the

items as above. iii) In case bidder is a micro or Small Enterprise under the Micro, Small and Medium Enterprises

Development Act, 2006, the bidder shall submit the following:

a) Documentary evidence that the bidder is a Micro or Small Enterprises registered with District Industries Centers or Khadi and Village Industries Commission or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation or Directorate of Handicrafts and Handloom or any other body specified by Ministry of Micro, Small and Medium Enterprises.

b) If the MSE is owned by SC/ST Entrepreneurs, the bidder shall furnish appropriate

documentary evidence in this regard.

c) The above documents submitted by the bidder shall be duly certified by the Statutory Auditor of the bidder or a practicing Chartered Accountant (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.

If the bidder does not provide the above confirmation or appropriate document or any evidence, then it will be presumed that they do not qualify for any preference admissible in the Public Procurement Policy (PPP), 2012. Note :- The provisions for micro & small enterprises under PPP, 2012 mentioned above shall only

be applicable for such items for which evaluation shall be done on item wise basis and the same shall not be applicable for items for which group wise / block wise (more than one tag/ item) evaluation is to be done.

Page 9 of 208

Annexure – 1

E-TENDERING METHODOLOGY

Instructions for Online Bid Submission:

The bidders are required to submit soft copies of their bids electronically on the CPP Portal (URL:

http://eprocure.gov.in) only, using valid Digital Signature Certificates. The instructions given below are

meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the

requirements and submitting their bids online on the CPP Portal.

More detailed information useful for submitting online bids on the CPP Portal may be obtained at:

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

REGISTRATION

1) Bidders are required to enroll on the e-Procurement module of the Central Public

Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Click

here to Enroll” on the CPP Portal is free of charge.

2) As part of the enrolment process, the bidders will be required to choose a unique username

and assign a password for their accounts.

3) Bidders are advised to register their valid email address and mobile numbers as part of the

registration process and submit in EIL tender portal for updation of records

(http://tenders.eil.co.in) . These details would be used for any communication from the CPP

Portal.

4) Upon enrolment, the bidders will be required to register their valid Digital Signature

Certificate (DSC) (Class II or Class III Certificates with signing key usage) issued by any

Certifying Authority recognized by CCA India (e.g. Sify / TCS / nCode / eMudhra etc.), with

their profile.

5) Foreign Bidders have to refer “DSC details for foreign Bidders” for Digital signature

Certificates requirements which comes under Download Tab at

https://eprocure.gov.in/eprocure/app and the remaining part is same as above and below.

6) Only one valid DSC should be registered by a bidder. Please note that the bidders are

responsible to ensure that they do not lend their DSC’s to others which may lead to misuse.

7) Bidder then logs in to the site through the secured log-in by entering their user ID / password

and the password of the DSC / e-Token.

SEARCHING FOR TENDER DOCUMENTS

1) There are various search options built in the CPP Portal, to facilitate bidders to search active

tenders by several parameters. These parameters could include Tender ID, organization

name, location, date, value, etc. There is also an option of advanced search for tenders,

wherein the bidders may combine a number of search parameters such as organization

name, form of contract, location, date, other keywords etc. to search for a tender published

on the CPP Portal.

2) Once the bidders have selected the tenders they are interested in, the same can be moved

to the respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the

bidders through SMS / e-mail in case there is any corrigendum issued to the tender

document.

Page 10 of 208

3) The bidder should make a note of the unique Tender ID assigned to each tender, in case

they want to obtain any clarification / help from the Helpdesk.

PREPARATION OF BIDS

1) Bidder should take into account any corrigendum published on the tender document before

submitting their bids.

2) Please go through the tender advertisement and the tender document carefully to

understand the documents required to be submitted as part of the bid. Please note the

number of covers in which the bid documents have to be submitted, the number of

documents - including the names and content of each of the document that need to be

submitted. Any deviations from these may lead to rejection of the bid.

3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the

tender document and generally, they can be in PDF / XLS / RAR / DWF formats. Bid

documents may be scanned with 100 dpi with black and white option. However, Price

Schedule / SOR shall be strictly in RAR format without altering any contents of the

formats uploaded by EIL in their Bidding Document.

4) To avoid the time and effort required in uploading the same set of standard documents which

are required to be submitted as a part of every bid, a provision of uploading such standard

documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided

to the bidders. Bidders can use “My Space” area available to them to upload such

documents. These documents may be directly submitted from the “My Space” area while

submitting a bid, and need not be uploaded again and again. This will lead to a reduction in

the time required for bid submission process.

SUBMISSION OF BIDS

1) Bidder should log into the site well in advance for bid submission so that he/she upload the

bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay

due to other issues.

2) The bidder has to digitally sign and upload the required bid documents one by one as

indicated in the tender document.

3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as

applicable and enter details of the instrument.

4) Bidder should prepare the EMD as per the instructions specified in the tender document. The

original should be posted/couriered/given in person to the Tender Processing Section, with

in 7 calendar days of the date of Unpriced bid opening. The details of the DD/any other

accepted instrument, physically sent, should tally with the details available in the scanned

copy and the data entered during bid submission time. Otherwise the uploaded bid will be

rejected.

5) A Price Bid format has been provided with the tender document to be filled by all the bidders.

Bidders are requested to note that they should necessarily submit their financial bids in the

format provided and no other format is acceptable. Bidders are required to download the

Price Bid file, open it and complete the cells with their respective financial quotes and other

details (such as name of the bidder). No other cells should be changed. Once the details

have been completed, the bidder should save it and submit it online, without changing the

filename. If the Price Bid file is found to be modified by the bidder, the bid will be rejected.

Page 11 of 208

6) The server time (which is displayed on the bidders’ dashboard) will be considered as the

standard time for referencing the deadlines for submission of the bids by the bidders,

opening of bids etc. The bidders should follow this time during bid submission.

7) All the documents being submitted by the bidders would be encrypted using PKI encryption

techniques to ensure the secrecy of the data. The data entered cannot be viewed by

unauthorized persons until the time of bid opening. The confidentiality of the bids is

maintained using the secured Socket Layer 128 bit encryption technology. Data storage

encryption of sensitive fields is done.

8) The uploaded tender documents become readable only after the tender opening by the

authorized bid openers.

9) Upon the successful and timely submission of bids, the portal will give a successful bid

submission message & a bid summary will be displayed with the bid no. and the date & time

of submission of the bid with all other relevant details.

10) The bid summary has to be printed and kept as an acknowledgement of the submission of

the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

RETENDER

1) Please note that if Tender has been retendered, than it is mandatory for the bidder to

submit their offer again on CPP Portal.

ASSISTANCE TO BIDDERS

1) Any queries relating to the tender document and the terms and conditions contained therein

should be addressed to the Tender Inviting Authority for a tender or the relevant contact

person indicated in the tender.

2) Any queries relating to the process of online bid submission or queries relating to CPP Portal

in general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the

helpdesk is 1800 233 7315.

Page 12 of 208

Government eProcurement System

D S C f o r F o r e i g n N a t i o n a l s Version 1.0

Procedure for obtaining Digital Signature by Foreign Vendors

This document gives the procedure to be followed by bidders who are resident of countries other

than India for participating in Online Tendering Activity.

As per the IT ACT 2000, all bidders who participate in the online bidding process in this site

should possess a valid Digital Signature issued by any of the Digital Signature Certificate (DSC)

vendors approved by CCA, India (https://cca.gov.in). The following document gives the procedure

that is generally followed by various vendors.

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

1. Identity Proof (ID Proof) of the person in whose name DSC has to be issued (E.g.

Passport copy)

2. Bank account statement in country of residence, duly attested by Indian Embassy / High

Commission / Consulate / Apostille in the country where the applicant is currently

located. (At least 6 months of Bank transactions) with the proof indicating the account is

owned by the Individual.

3. Copy of the Trade license attested by any one of the authorities as specified in Point 2

above.

4. As the Individual is representing the company, an Authorization on company’s letter head

as given in the form

5. Copy of the Authorization letter or invitation letter from department for the

participation in the tender by any one of the tender inviting authority.

As of now, it is learnt that GNFC, TCS, eMudhra issue DSCs with the above procedure. The

copy of the nCodes, TCS and eMudhra Format is enclosed as Annexure; the Copies of other

vendors will be made available on receipt of information from these vendors.

Note: The Information given by the vendors is attached for facilitating the Foreign Nationals to

procure DSCs from the Indian CA authorized vendors for information purpose only as shared by

the respective CA's.

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

GNFC

Tata Consultancy Services

eMudhra

Page 13 of 208

Page 14 of 208

Page 15 of 208

Page 16 of 208

Page 17 of 208

Page 18 of 208

Page 19 of 208

Page 20 of 208

Page 21 of 208

Page 22 of 208

Page 23 of 208

1

2

3

4

5

6

7

8

9

10

11

12

13

PAGE 1 OF 5

ITEM : WATER QUALITY ANALYSER SYSTEMS

NAME OF BIDDER: M/S __________________________

Scope of supply including testing, inspection, documentation etc., shall be strictly as per Material Requisition and other documents which are part of RFQ.

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

Bidders must quote Air Freight charges as per MR requirement in the space provided in the price schedule.

Bidder shall be responsible to train the Purchaser's personnel at site for operation, maintenance and engineering of the Water Quality (TOC) analyser system which shall cover 10

persons for 2 days (i.e., 20 Mandays) for the Water Quality (TOC) analysers and other associated equipments of the system.

Bidder's quoted prices are inclusive of TPI Charges, TPI Agency will be Lloyds/BV/DNV/TUV/CEIL.

Bidder' quoted prices are inclusive of Erection & Commissioning spares and Special Tools and Tackles as per MR .

Quoted prices are firm and fixed till complete execution of the entire order and no variation on any account is allowed.

In case of any discrepancy between Unit Price and Total Price, Unit Price shall prevail.

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.

PREAMBLE TO PRICE SCHEDULE (FOREIGN)

Bidder shall quote for all items, evaluation shall be done on bottomline basis. In case of placement of order, the same shall be placed on one bidder only.

Bidder shall quote in USD / Euro / INR only.

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

RFQ NO. SM/A307-000-YA-MR-2605/1271

Training charges shall be inclusive of lodging, boarding, medical, To & Fro traveling including local transportation, all insurances including Bidder’s personnel and third party

insurance, income tax, corporate tax (as may be applicable), etc. and all other incidental charges, but excluding Service tax which will be paid extra by owner.

Page 24 of 208

FOR ITEMS SUPPLIED FROM INDIA

Unit/ Total Price ( FCA International Airport of Exit

basis as per Incoterms 2010)

Unit/ Total Air Freight Charges from FCA

International Airport of Exit upto Kochi Airport

(India)

Total FOT SITE Basis including P&F &

transportation charges and all Taxes & Duties and

Transit Insurance as per Annexure-I attached with

SIB.

INR

01.00

1 GROUP-A 0IC-AT-7101 TOC (HC) Analyser

2 GROUP-A 0IC-AT-8601 TOC (HC) Analyser

3 GROUP-A 0ID-AT-7501 TOC (HC) Analyser

4 GROUP-A 0ID-AT-7601 TOC (HC) Analyser

5 GROUP-A 0ID-AT-8401 TOC (HC) Analyser

6 GROUP-A 0IG-AT-6501 TOC (HC) Analyser

7 GROUP-A 0IG-AT-8101 TOC (HC) Analyser

8 GROUP-A 0IS-AT-7001 TOC (HC) Analyser

9 GROUP-A 0IV-AT-8101 TOC (HC) Analyser

10 GROUP-A 0IV-AT-8401 TOC (HC) Analyser

11 GROUP-A 0IV-AT-8402 TOC (HC) Analyser

PRICE SCHEDULE (FOREIGN BIDDER)

NAME OF BIDDER: M/S __________________________

MAIN SUPPLY PRICE

ITEM SL.

NO. AS PER

MR.

DESCRIPTION/ TAG NO. QUANTITY

RFQ NO. SM/A307-000-YA-MR-2605/1271

FOR ITEMS SUPPLIED FROM FOREIGN

1 NOS

1 NOS

MAIN SUPPLY PRICE

ITEM : WATER QUALITY ANALYSER SYSTEMS

SUPPLY OF WATER QUALITY ANALYSERS FOR FOLLOWING TAGS AS PER COMPLETE SCOPE

MENTIONED IN MR. NO. A307-000-YA-MR-2605 COMPLETE IN ALL RESPECTS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

(Currency -----------)

1 NOS

Page 2 of 6Page 25 of 208

FOR ITEMS SUPPLIED FROM INDIA

Unit/ Total Price ( FCA International Airport of Exit

basis as per Incoterms 2010)

Unit/ Total Air Freight Charges from FCA

International Airport of Exit upto Kochi Airport

(India)

Total FOT SITE Basis including P&F &

transportation charges and all Taxes & Duties and

Transit Insurance as per Annexure-I attached with

SIB.

INR

PRICE SCHEDULE (FOREIGN BIDDER)

NAME OF BIDDER: M/S __________________________

ITEM SL.

NO. AS PER

MR.

DESCRIPTION/ TAG NO. QUANTITY

RFQ NO. SM/A307-000-YA-MR-2605/1271

FOR ITEMS SUPPLIED FROM FOREIGN

MAIN SUPPLY PRICE

ITEM : WATER QUALITY ANALYSER SYSTEMS

(Currency -----------)

12 GROUP-A 0IV-AT-9301 TOC (HC) Analyser

13 GROUP-A IFP-AT-1801 TOC (HC) Analyser

14 GROUP-A IUC-AT-1102 TOC (HC) Analyser

15 GROUP-A IUC-AT-1119 TOC (HC) Analyser

16 GROUP-A IUC-AT-1120 TOC (HC) Analyser

17 GROUP-A IUC-AT-2102 TOC (HC) Analyser

07.01

08.00

05.00

PAGE 2 OF 5

QUANTITY

(Currency --------------)

TWO YEARS OPERATION AND MAINTENANCE SPARES

Bidder to quote supervision charges separately in the format attached with the price schedule.Per Diem Rate

1 NOS

TRAINING CHARGES

LOT

Lumpsum Training charges exclusive of Service Tax plus Ed. Cess

Bidder to quote separately in the format attached with the price schedule.

1 LS

SUPERVISION CHARGES

ITEM SL.

NO. AS PER

MR.

1 NOS

Lumpsum charges for Training of Client Personnel at site for 10 persons for 2 days (i.e., 20 Mandays) as

per complete scope specified in Material Requisition (MR)

DESCRIPTION

Supervision of erection, testing & commissioning at site as per complete scope specified in Material

Requisition (MR)

Recommended two years spares for normal operation & maintenance

1 NOS

1 NOS

1 NOS

1 NOS

Page 3 of 6Page 26 of 208

RFQ NO. SM/A307-000-YA-MR-2605/1271

ITEM : WATER QUALITY ANALYSER SYSTEMS

(Currency…………………..……….) (Currency………..…..……….) (Currency…………..……….)

1 4 5 6 7

08.00

08.01

Note

1

2

3

4

Bidder to note that apart from above quoted price, no price for supervision shall be quoted elsewhere.

For a particular item, If bidder proposes different supervisory personnel and quotes different per diem charges for these personnel, then maximum per diem charges quoted shall be

considered for evaluation.

PAGE 3 OF 5

2 3Per-Diem rate of Supervision of erection,

commissioning & testing at site as mentioned in

MR. NO. A307-000-YA-MR-2605

Per manday charges quoted by the bidder at Col 4 shall be in accordance with the "Terms & Conditions for Supervision of Erection & Commissioning" enclosed with the RFQ Document

and shall be inclusive of all charges including To& Fro travelling charges. Bidder to note that nothing extra shall be paid by the owner over and above the quoted per manday charges

except Cenvabale Service Tax which shall be payable extra..

Four (4) days of visit for the Group shall be considered in the offer for evaluation purpose based on the per diem rate to be quoted by Bidder.

SUPERVISION CHARGES FOR COMPLETE

TAGS OF GROUP-A (ITEM NO. 1.01 TO 1.17) AS

PER MR

PRICE SCHEDULE FOR SUPERVISION (FOR FOREIGN BIDDER)

NAME OF BIDDER: M/S __________________________

Item SL.

No. as

per MR

Description of Items as per MR

No. of

Personnel

Required

Per Diem charges (Per person) for 8

hours work on normal working day

excluding Service Tax & Edu. Cess

thereon.

Overtime Rate/Hour beyond

normal 8 hours work on

normal working day excluding

Service Tax & Edu. Cess

thereon.

Overtime Rate/Hour for work

on weekly off days/holidays

(as applicable to Refinery Site)

excluding Service Tax & Edu.

Cess thereon.

Maximum estimated time

(number of days) for job

completion

Page 27 of 208

S. NO. Item Tag

Nos.

Descripti

on of

spare

parts

Qty

(Unit____

_)*

Rate in

Figures

Rate in

Words

Rate in

Figures

Rate in

Words

Rate in Figures Rate in Words

1 2 3 4

*UNIT TO BE SPECIFIED BY BIDDER

Page 4 of 5

5 6 7

PRICE SCHEDULE FOR RECOMMENDED 2 YEARS OPERATION & MAINTENANCE

SPARES (FOR FOREIGN BIDDER)

RFQ NO. SM/A307-000-YA-MR-2605/1271

ITEM : WATER QUALITY ANALYSER SYSTEMSNAME OF BIDDER: M/S

Unit Price ( FCA

International Airport of

Exit basis including

P&F)

(Currency………...)

Total Price ( FCA

International Airport of

Exit basis including P&F)

Col (4 x 5 )

(Currency……...)

Air Freight Charges from FCA

International Airport of Exit upto

Kochi Airport in % (percentage) -

applicable extra on Column

No.6

Page 28 of 208

RFQ NO. SM/A307-000-YA-MR-2605/1271

ITEM : WATER QUALITY ANALYSER SYSTEMS

S. No. Description of Taxes & duties

Ceiling Amount on which

Taxes & Duties Shall Be

Applicable

Present Rate of Taxes &

Duties in Percentage

Amount of Taxes &

Duties (INR)

Cenvatable / Vatable

Portion of the amount

indicated in column (5)

(INR)

(1) (2) (3) (4) (5) (6)

1 Excise Duty + Edu. Cess

2 Kerala VAT without Form 'D'

3 CST Againat Form 'C'

4

Components of Service Tax + Edu. Cess

included in Freight charges Special

Instruction To Bidder

5Service Tax + Edu. Cess on Training

charges

PAGE 5 OF 5

Note:2 - Cenvetable ED and Input credit on VAT shall be considered only for finished goods sold & supplied to BPCL-KR as per RFQ documents.

Details of Taxes & Duties (Indian Source Components)

BIDDER NAME: -----------------------------------------------

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)

Page 29 of 208

1

2

3

3

4

5

6

7

8

9

10

11

12

PAGE 1 OF 6

Scope of supply including testing, inspection, documentation etc., shall be strictly as per Material Requisition and other documents which are part of RFQ.

Bidder to note that inspection shall be carried out by EIL and the charges for the same shall be borne by Owner. However, in case of certain Import Contents as required by bidder for subject item

the same 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.

Bidder' quoted prices are inclusive of Erection & Commissioning spares and Special Tools and Tackles as per MR .

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

Quoted prices are firm and fixed till complete execution of the entire order and no variation on any account is allowed.

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.

In case of any discrepancy between Unit Price and Total Price, Unit Price shall prevail.

Training charges shall be inclusive of lodging, boarding, medical, To & Fro traveling including local transportation, all insurances including Bidder’s personnel and third party

insurance, income tax, corporate tax (as may be applicable), etc. and all other incidental charges, but excluding Service tax which will be paid extra by owner.

PREAMBLE TO PRICE SCHEDULE (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".

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

RFQ NO. SM/A307-000-YA-MR-2605/1271

ITEM : WATER QUALITY ANALYSER SYSTEMS

NAME OF BIDDER: M/S __________________________

Bidder shall quote for all items, evaluation shall be done on bottomline basis. In case of placement of order, the same shall be placed on one bidder only.

Bidders must quote Transportation charges including service tax and edu. Cess thereon as per MR requirement in the space provided in the price schedule.

Bidder shall be responsible to train the Purchaser's personnel at site for operation, maintenance and engineering of the Water Quality (TOC) analyser system which shall cover 10 persons for 2

days (i.e., 20 Mandays) for the Water Quality (TOC) analysers and other associated equipments of the system.

Page 30 of 208

RFQ NO. SM/A307-000-YA-MR-2605/1271

ITEM SL.

NO. AS PER

MR.

GROUP TAG NO. DESCRIPTIONUnit/ Total Price on FOT Despatch

Point Basis incl. of P & F (in Rs.)

Unit/ Total freight charges including

service tax plus edu. Cess thereon upto

project site

(in Rs.)

01.00

1 GROUP-A 0IC-AT-7101 TOC (HC) Analyser

2 GROUP-A 0IC-AT-8601 TOC (HC) Analyser

3 GROUP-A 0ID-AT-7501 TOC (HC) Analyser

4 GROUP-A 0ID-AT-7601 TOC (HC) Analyser

5 GROUP-A 0ID-AT-8401 TOC (HC) Analyser

6 GROUP-A 0IG-AT-6501 TOC (HC) Analyser

7 GROUP-A 0IG-AT-8101 TOC (HC) Analyser

8 GROUP-A 0IS-AT-7001 TOC (HC) Analyser

9 GROUP-A 0IV-AT-8101 TOC (HC) Analyser

10 GROUP-A 0IV-AT-8401 TOC (HC) Analyser

11 GROUP-A 0IV-AT-8402 TOC (HC) Analyser

MAIN SUPPLY PRICE

SUPPLY OF WATER QUALITY ANALYSERS FOR FOLLOWING TAGS AS PER

COMPLETE SCOPE MENTIONED IN MR. NO. A307-000-YA-MR-2605 COMPLETE IN

ALL RESPECTS

1 NOS.

1 NOS.

1 NOS.

1 NOS.

1 NOS.

1 NOS.

1 NOS.

1 NOS.

1 NOS.

1 NOS.

1 NOS.

PRICE SCHEDULE (INDIAN BIDDER)

ITEM : WATER QUALITY ANALYSER SYSTEMS

QUANTITY

NAME OF BIDDER: M/S __________________________

Page 2 of 7Page 31 of 208

RFQ NO. SM/A307-000-YA-MR-2605/1271

ITEM SL.

NO. AS PER

MR.

GROUP TAG NO. DESCRIPTIONUnit/ Total Price on FOT Despatch

Point Basis incl. of P & F (in Rs.)

Unit/ Total freight charges including

service tax plus edu. Cess thereon upto

project site

(in Rs.)

PRICE SCHEDULE (INDIAN BIDDER)

ITEM : WATER QUALITY ANALYSER SYSTEMS

QUANTITY

NAME OF BIDDER: M/S __________________________

12 GROUP-A 0IV-AT-9301 TOC (HC) Analyser

13 GROUP-A IFP-AT-1801 TOC (HC) Analyser

14 GROUP-A IUC-AT-1102 TOC (HC) Analyser

15 GROUP-A IUC-AT-1119 TOC (HC) Analyser

16 GROUP-A IUC-AT-1120 TOC (HC) Analyser

17 GROUP-A IUC-AT-2102 TOC (HC) Analyser

ITEM SL.

NO. AS PER

MR.

07.00

ITEM SL.

NO. AS PER

MR.

08.00

05.00

PAGE 2 OF 6

SUPERVISION CHARGES

Recommended two years spares for normal operation & maintenance

DESCRIPTION QUANTITY Total Lumpsum Price for Training exclusive of Service Tax plus Ed. Cess (Rs.)

DESCRIPTION

1 NOS.

1 NOS.

1 NOS.

Per Diem RateBidder to quote supervision charges separately in the format attached with

the price schedule.

TRAINING CHARGES

1 NOS.

LOT Bidder to quote separately in the format attached with the price schedule.

TWO YEARS OPERATION AND MAINTENANCE SPARES

Lumpsum Training charges exclusive of Service Tax plus Ed. CessQUANTITY

1 LSLumpsum charges for Training of Client Personnel at site for 10 persons for 2 days (i.e.,

20 Mandays) as per complete scope specified in Material Requisition (MR)

Supervision of erection, testing & commissioning at site as per complete scope specified

in Material Requisition (MR)

1 NOS.

1 NOS.

Page 3 of 7Page 32 of 208

RFQ NO. SM/A307-000-YA-MR-2605/1271

ITEM : WATER QUALITY ANALYSER SYSTEMS

1 4 5 6 7 8

08.00

08.00

Note

1

2

3

4

PAGE 3 OF 6

PRICE SCHEDULE FOR SUPERVISION (FOR INDIAN BIDDER)

NAME OF BIDDER: M/S __________________________

Item SL.

No. as

per MR

Description of Items as per MR

No. of

Personnel

Required

Per Diem charges (Per

person) for 8 hours work on

normal working day

excluding Service Tax &

Edu. Cess thereon.

(INR)

Overtime Rate/Hour

beyond normal 8

hours work on normal

working days

excluding Service Tax

& Edu. Cess thereon.

(INR)

Overtime Rate/Hour for

work on weekly off

days/holidays (as

applicable to Refinery Site)

excluding Service Tax &

Edu. Cess thereon.

(INR)

Service Tax plus

Ed. Cess. In %

Maximum

estimated time

(number of

days) for job

completion

Bidder to note that apart from above quoted price, no price for supervision shall be quoted elsewhere.

For a particular item, If bidder proposes different supervisory personnel and quotes different per diem charges for these personnel, then maximum per diem charges quoted shall be

considered for evaluation.

2 3Per-Diem rate of Supervision of erection,

commissioning & testing at site as

mentioned in MR. NO. A307-000-YA-MR-2605

Per manday charges quoted by the bidder at Col 4 shall be in accordance with the "Terms & Conditions for Supervision of Erection & Commissioning" enclosed with the RFQ

Document and shall be inclusive of all charges including To& Fro travelling charges. Bidder to note that nothing extra shall be paid by the owner over and above the quoted per

manday charges except Cenvabale Service Tax which shall be payable extra..

Four (4) days of visit for the Group shall be considered in the offer for evaluation purpose based on the per diem rate to be quoted by Bidder.

SUPERVISION CHARGES FOR COMPLETE

TAGS OF GROUP-A (ITEM NO. 1.01 TO 1.17)

AS PER MR

Page 33 of 208

FORM-2

RFQ NO. SM/A307-000-YA-MR-2605/1271

For Item Sl

. No. as per

MR

Description

of Imported

Items

Qty.

(Unit____)

(Bidder to

specify)

CUSTOM

TARIFF

NO.

BASIC

CUSTOMS

DUTY (%)

CVD + EDU.

CESS ON CVD

(%)

EDU. CESS

ON

CUSTOM

DUTY (%)

SAD (%) TOTAL CUSTOM

DUTY (%)

1 2 3 4 5 67

8 9

i)_____

ii)_____

TOTAL CIF VALUE

PAGE 4 OF 6

For Item

SL. No 1

DESCRIPTION CIF value of Import

Content included in

quoted supply

prices for the Qty.

mentioned in

column (2)

(In Rs)

RATE OF IMPORT DUTY INCLUDED IN QUOTED SUPPLY PRICES

DETAILS OF BUILT-IN-CIF VALUE OF IMPORT CONTENT CONSIDERED AND INCLUDED IN QUOTED FOT DESPATCH POINT PRICES UNDER PRICE SCHEDULE

ENCLOSURE TO PRICE SCHEDULE FOR SUPPLY

NAME OF BIDDER: M/S __________________________

ITEM : WATER QUALITY ANALYSER SYSTEMS

FORMAT - "CIF/CD"

Page 34 of 208

NAME OF BIDDER: M/S __________________________

S.

NO.

Item Tag

Nos.

Descripti

on of

spare

parts

Qty

(Unit_____)

*

Unit FOT Despatch

Point Price including

P&F

(INR)

Total FOT Despatch Point

Price including P&F

(INR)

Transportation Charges

up to Site excluding

Service Tax in

percentage of price

mentioned in column 6

1 2 3 4 5 6 7

*UNIT TO BE SPECIFIED BY BIDDER

Page 5 of 6

PRICE SCHEDULE FOR RECOMMENDED 2 YEARS OPERATION &

MAINTENANCE SPARES (FOR INDIGENOUS BIDDER)

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

RFQ NO. SM/A307-000-YA-MR-2605/1271

ITEM : WATER QUALITY ANALYSER SYSTEMS

Page 35 of 208

S. No. Description of Taxes & duties

Ceiling Amount on which

Taxes & Duties Shall Be

Applicable

Present Rate of Taxes

& Duties in

Percentage

Amount of Taxes &

Duties (INR)

Cenvatable / Vatable Portion of

the amount indicated in

column (5) (INR)

(1) (2) (3) (4) (5) (6)

1 Excise Duty + Edu. Cess

2 Kerala VAT without Form 'D'

3 CST Againat Form 'C'

4

Components of Service Tax +

Edu. Cess included in Freight

charges as per Special Instruction

To Bidder

5Service Tax + Edu. Cess on

Training charges

Page 6 of 6

Note:2 - Cenvetable ED and Input credit on VAT shall be considered only for finished goods sold & supplied to BPCL-KR as per RFQ documents.

Details of Taxes & Duties

RFQ NO. SM/A307-000-YA-MR-2605/1271

ITEM : WATER QUALITY ANALYSER SYSTEMS

BIDDER NAME: -----------------------------------------------

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)

Page 36 of 208

A307_ATC (I) Page 1 of 8

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

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. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

1.

i)

Price Basis:

Quoted supply prices are on FOT - Despatch Point basis inclusive of Packing & Forwarding.

Confirmed

ii) Specify Despatch Point

----------------------- iii)

a)

b)

Freight Charges:

Confirm firm transportation charges inclusive of Service Tax and Ed Cess, upto project site, has been quoted separately by you in Price Schedule.

No Variation on any account (including Statutory Variation) on Service Tax on Transportation Charges shall be paid by the owner.

a) Confirmed , Quoted in Price

Schedule

b) Confirmed

iv) Insurance:

a) For Supply Only

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

Confirmed

Page 37 of 208

A307_ATC (I) Page 2 of 8

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

b) For Supply + Site Work

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.

Confirmed

2.

a.

b.

c.

d.

e. f.

g.

h.

Excise Duty applicable extra on Finished Goods: Specify Excise Tariff Sub-Heading No. Present Rate of Excise Duty & Edu. Cess payable extra on finished goods (including Spares) Any variations in Excise Duty & Edu. Cess at the time of 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. If Excise Duty & Edu. Cess is not applicable at present due to any reason, the same shall be borne by Seller if it becomes applicable later. Confirm Excise Duty & Edu. Cess will not be applicable on transportation charges. If Excise Duty & Edu. Cess is not applicable on transportation 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. Non Cenvatable Excise Duty, if any is included in quoted prices & no variation on any account (including statutory variation) shall be paid by Owner. Only Statutory Variations, if any, in the present rate of Excise Duty, upto the Contractual Delivery Date / Completion Period shall be to Owner’s account subject to documentary evidence to be furnished by Seller.

_________________

………..%

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

3.

a.

b.

c.

d.

e.

Sales Tax applicable extra on finished goods:

Central Sales Tax against Concessional Form “C” payable extra on finished goods (including spares) is applicable & the present rate (in %age) is indicated Kerala VAT payable extra on finished goods (including spares) without concessional form is applicable & the present rate (in %age) is indicated If CST / Kerala VAT is not applicable at present due to any reason, the same shall be borne by Supplier if it becomes applicable later. Confirm CST/ Kerala VAT will not be applicable on transportation charges. If CST / Kerala VAT is not applicable on transportation 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.

(Applicable / Not Applicable) (Please tick whichever is applicable)

…………%

(Applicable / Not Applicable) (Please tick whichever is applicable)

………….%

Confirmed

Confirmed

Confirmed

Page 38 of 208

A307_ATC (I) Page 3 of 8

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

h. Only Statutory Variations, if any, in the present rate of CST / Kerala VAT, upto the Contractual Delivery Date / Completion Period shall be to Owner’s account subject to documentary evidence to be furnished by Seller.

Confirmed

4. Octroi / Entry Tax:

Octroi / Entry Tax, if applicable on finished goods (including spares) shall be borne and paid directly by Owner. Confirm that Octroi / Entry Tax has not been included in the quoted prices.

Confirmed

5. Any new or additional taxes/ duties and any increase in the 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.

Confirmed

6.

a.

Spares Parts:

Confirm item wise unit price (FOT Despatch Point) of following spare parts as required in Material Requisition (MR) have been included indicating itemised quantity.

i) Mandatory Spares are quoted as per MR.

ii) Commissioning spares as specified in MR are included in the quoted Price.

iii) Special Tools & Tackles as specified in the MR are included in the quoted prices.

iv) Confirm spares wherever required have been included in the quoted price and list of spares is also furnished.

v) Recommended Spares for Two Years Operation & 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.

Confirmed

Confirmed (if Applicable as per MR)

Confirmed (if Applicable as per MR)

Confirmed (if Applicable as per MR)

Confirmed (if Applicable as per MR)

Confirmed (if Applicable as per MR)

7.

a.

b.

c.

d.

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 Tax & Edu. Cess but inclusive of VAT on Works Contract and all other applicable taxes & duties.

Percentage of Service Tax & Edu. Cess as applicable extra on Site Work.

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 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. Statutory Variation on Service Tax & Edu. Cess on Site work shall be paid by the Owner against documentary evidence within Contractual completion period.

Confirmed

-------------------%

Confirmed

Confirmed

Page 39 of 208

A307_ATC (I) Page 4 of 8

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

e.

Confirm that Entry Tax / Octroi applicable on Construction Machinery/Equipment brought by the supplier to site to execute / complete the site work shall be borne by the Supplier and same is included in the quoted prices. No variation (including statutory) on such entry tax shall be paid by the Owner.

Confirmed

8.

a.

b.

c.

d.

e.

Supervision / Training Charges: Charges for Supervision / Training, if in the scope of the Bidder as per MR have been indicated by bidder separately in the Price Schedule. Percentage of Service Tax & Edu. Cess as applicable extra on Supervision / Training Per-diem rate for supervision has been quoted in accordance with the Terms & Conditions for Supervision enclosed with the RFQ Documents. Where erection/ testing/ commissioning supervision, 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. Bidders shall also 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 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.

Confirmed, Quoted in Price Schedule

----------------%

Confirmed

Noted & Confirmed

Noted & Confirmed

9. Confirm documentation charges as per MR are included in quoted prices.

Confirmed

10. Price Reduction for delay in delivery/ completion: a) Confirm acceptance of price reduction schedule for delay in

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

applicable reduction.

Confirmed

Confirmed

11. Delivery / Completion Period: Please confirm delivery / completion period as specified in the RFQ Covering Letter.

Confirmed

12.

Payment Terms: Confirm acceptance of “Terms and Mode of Payment” as per respective clause(s) given in SIB and RFQ covering letter.

Confirmed

Page 40 of 208

A307_ATC (I) Page 5 of 8

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

13.1 a.

PART ORDER: Confirm acceptance of Part Order clause as per GPC (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.

Confirmed (If Applicable as per MR)

13.2 MSE BIDDERS:

a Confirm whether the bidder is a MSME bidder or not. YES/ NO

(Please tick whichever is applicable)

b In case bidder is a MSE 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 not be considered eligible for availing MSE benefits.

Confirmed

d Any charges quoted extra as lumpsum (like IBR, Testing, freight, etc.) shall be applicable prorata on value basis in the event of part order / part quantities/ split order.

Confirmed

14. Repeat Order: Confirm Acceptance of Repeat Order clause as per RFQ Covering Letter / SIB / GPC.

Confirmed

15.

Performance Bank Guarantee: a) In the event of award of order, submission of Performance

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

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.

Confirmed

Confirmed

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

Confirmed

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

Confirmed

18. a.

b.

Testing and Inspection charges: Goods supplied are subject to stage wise and final inspection as specified in MR by EIL and no extra charges shall be payable by Owner towards the same. Travel, Living and Personnel expenses of EIL’s Representative shall be borne by Owner. Quoted prices are: i) Inclusive of all testing and inspection charges (if applicable)

as per MR. ii) Inclusive of all IBR/IGC/NACE charges (if applicable) as

required in the Material Requisition.

Confirmed

Confirmed

Page 41 of 208

A307_ATC (I) Page 6 of 8

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

c.

iii) Inclusive of all statutory certification charges PESO/CCOE

etc. (if applicable) as required in the Material Requisition Is your shop approved by IBR/CCE authority, if yes, indicate validity. i. IBR ii. CCE It is the responsibility of supplier to get the entire imported materials and the built in imported contents inspected by TPIA (i.e. Lloyds/BV/DNV/TUV/CEIL) in the country of origin and the quoted prices are inclusive of charges towards the same.

Confirmed

Confirmed

IBR Approved

Confirmed

19.

a.

b.

c.

d.

e.

f.

g.

h.

i.

Import Content: If your offer is based on certain imported raw materials required for equipments/ materials offered, please specify the following : Confirm that quoted prices are based on Merit rate of Customs duty, CVD, Educational Cess and SAD as applicable. Indicate rate of Import Duties considered and included in the quoted prices. Indicate brief description/ specification with itemised CIF value and country of origin of imported material. Indicate classification with tariff no. under which Vendor intends to import. Confirm prices shall be firm on account of variation in foreign exchange rate. Owner shall not provide any import licence. Quoted prices are after considering the benefit of CENVAT on CVD including Edu. Cess. In case material is shipped directly to Port/Project Site, quoted prices are excluding CENVAT benefit. In case material is directly dispatched from port, CVD amount shall be reimbursed subject to submission of bill of entry documents along with CVD invoice. Any upward variation due to change in Customs Duty classifications shall be absorbed by the vendor. However, any reduction in customs duty due to change in classification shall be passed on to Owner.

(Applicable / Not Applicable) (Please tick whichever is applicable)

Confirmed

Refer Annexure to Price Schedule

Refer Annexure to Price Schedule

Refer Annexure to Price Schedule

Confirmed

Noted

Confirmed

Confirmed

Confirmed

j. k.

Statutory variations, if any, in the rate of Import Duties upto 2/3

rd contractual delivery period shall be to Owner’s account.

Any increase in price due to increase in the rate of Import Duties, due to any reasons, whatsoever, beyond the 2/3 rd 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.

Confirmed

Confirmed

Page 42 of 208

A307_ATC (I) Page 7 of 8

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

l. m.

The CIF Value(s) indicated by the vendor shall be deemed to be the maximum value(s) for the purpose of payment of variation in custom duty and/or other statutory variations, if any, thereon. Variation in price due to Customs duty rate will be dealt separately after receipt of material at site, against documentary evidence.

Confirmed

Confirmed

20.

a.

Validity of Bid: Confirm Bid validity as stipulated in RFQ covering letter from the final due date of bid submission.

Confirmed

21.

a)

b)

Compliance to RFQ documents:

Confirm your offer is in total compliance with RFQ Document containing technical specifications including General / Technical notes, scope of supply/services/site work (as applicable) including documentation as per Material Requisition (MR) and subsequent amendment and corrigendum, if any. 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) ii) Special Instructions to Bidders (SIB) iii) General Purchase Conditions (GPC) iv) Terms & Conditions of Site work / GCC / HSE / Integrity

Pact. v) Terms & Conditions for Supervision services

Confirmed

Confirmed Confirmed Confirmed

Confirmed(if applicable)

Confirmed(if applicable)

22. Whether any of the Directors of Bidder is a relative of any 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.

Confirmed No relation

23. Please confirm you have not been banned or delisted by any Government or Quasi Government agencies or PSUs. If you have been banned, then this fact must be clearly stated. This does not necessarily mean cause for disqualification. However if this declaration is not furnished the bid shall be rejected as non-responsive.

Not Banned

24. 24.1

24.2 a.

Please confirm your offer contains the following: UNPRICED OFFER- without any Deviations PRICED OFFER Duly filled Price Schedule with relevant annexures

Confirmed

Confirmed

25. Please confirm that you have quoted strictly for items based on your registration/approval with EIL as on date of issue of RFQ.

Confirmed

26. Any claim arising out of order shall be sent to Owner in writing with a copy to EIL within 3 months from the date of last despatch. In case the claim is received after 3 months, the same shall not be entertained by Consultant/ Owner.

Confirmed

27. Printed terms and conditions, if any, appearing in quotation, shall not be applicable in the event of order. In case of

Confirmed

Page 43 of 208

A307_ATC (I) Page 8 of 8

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

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 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.

Confirmed & Submitted

Page 44 of 208

A307_ATC (F) Page 1 of 7

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

M/s BHARAT PETROLEUM CORPORATION LIMITED IREP-Kochi Refinery

(Job No. A307)

AGREED TERMS & CONDITIONS (ATC) (FOR FOREIGN BIDDERS)

Supplier Name: M/s ______________________________________________________________

RFQ No.: __________________________________________________________________

Supplier’s Offer Ref No. & Date: ______________________________________________________

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

Contact Person: ___________________________ E-mail _________________________________

1. ALL CORRESPONDENCE MUST BE IN ENGLISH LANGUAGE ONLY.

2. DULY SIGNED & STAMPED COPIES OF THIS “QUESTIONNAIRE”, WITH ALL THE CLAUSES

DULY CONFIRMED/ PRECISELY REPLIED TO BY THE SUPPLIER, SHALL BE ENCLOSED.

3. ALL COMMERCIAL TERMS ARE GIVEN/CONFIRMED IN THE QUESTIONNAIRE ITSELF AND NOT ELSEWHERE IN THE QUOTATION. IN CASE OF CONTRADICTION, THE SAME GIVEN HEREIN SHALL PREVAIL.

4. FAILURE ON PART OF THE SUPPLIER IN SUBMITTING THIS DULY FILLED-IN “QUESTIONNAIRE” WITH UN-PRICED BID AND / OR SUBMITTING INCOMPLETE REPLIES MAY LEAD TO REJECTION OF SUPPLIER’S BID.

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

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

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

1. a) Confirm that the offer contains firm prices on FCA International Airport Basis.

b) Indicate International Airport (where from item shipping)

c) Indicate the HSN Code of the Items

d) Details of any Free Trade Agreement (FTA) /

Comprehensive Economic Partnership Agreement (CEPA) / Treaty between Bidders country Govt. & Indian Government for availing custom duty exemption / concession. If bidder will not specifically mention the same, it is to be considered that there is no specific Agreement / Treaty between Govt. of Bidders & Purchasers County.

e) Confirm quoted prices are inclusive of stowage charges.

f) Confirm that Air freight charges upto Airport

Kochi, (India) has been quoted separately by you

in the price schedule.

Confirmed

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

__________________

Applicable / Not Applicable

Confirmed

Confirmed , Quoted in Price Schedule

Page 45 of 208

A307_ATC (F) Page 2 of 7

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

g) In case you have not indicated the Air freight charges separately in the price schedule please quote the same in terms of Percentage of the quoted FCA Price.

h) In case air freight charges are repeated anywhere in the bid/Price Schedule/ATC, then higher shall be considered for evaluation & lower for ordering. (In case of CPT)

------------ %

Confirmed

2. Insurance:

a) For Supply Only

Price quoted must exclude Marine insurance charges from FCA International Air Port, as same shall be arranged by the Owner. However all marine insurance charges for inland transit upto FCA International Air Port must be included by you in your prices.

b) For Supply + Site Work

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.

Confirmed

Confirmed

3. Owner reserves the option to place order either on FCA or CPT basis (applicable only as per requirement mentioned in RFQ documents).

Confirmed

4. Delivery / Completion Period:

a) Delivery / Completion period shall be as mentioned in the RFQ covering letter.

b) Confirm delivery period shall be reckoned from the date of Fax of Acceptance.

c) Confirm date of Air Way Bill shall be considered as date of delivery. (In case order is placed on FCA air port basis or on CPT basis)

Confirmed

Confirmed

Confirmed

5.

a.

b.

Taxes & Duties:

All taxes, duties and levies of any kind payable upto FCA International Port of Exit shall be borne by Bidder.

Export permit/ licence if required shall be vendor’s responsibility & any expenditure towards same will be borne by Bidder.

Confirmed

Confirmed

6. a.

b.

c.

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

Per-diem rate for supervision has been quoted in accordance with the Terms & Conditions for Supervision enclosed with the RFQ Documents. Bidder to indicate Permanent Account Number (PAN) to avoid any additional Tax deduction at source as per the prevailing Indian Income Tax Acts / Rules.

Confirmed, Quoted in Price Schedule

Confirmed

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

Page 46 of 208

A307_ATC (F) Page 3 of 7

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

d.

e.

Where erection/testing/commissioning supervision, 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. Bidders shall also 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 mobilizing the erection/ commissioning personnel. This BG will be released to the bidder upon the erection/ commissioning personnel reporting at site. This BG shall be furnished along with shipping documents and shall be initially valid up to six months which shall be extended based on the request by BPCL.

Noted & Confirmed

Noted & Confirmed

7.

a.

b.

c.

d.

e.

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 Tax & Edu. Cess but inclusive of VAT on Works Contract and all other applicable taxes & duties.

Percentage of Service Tax & Edu. Cess as applicable extra on Site Work. 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 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. Statutory Variation on Service Tax & Edu. Cess on Site work shall be paid by the Owner against documentary evidence within Contractual completion period. Confirm that Entry Tax / Octroi applicable on Construction Machinery/Equipment brought by the supplier to site to execute / complete the site work shall be borne by the Supplier and same is included in the quoted prices. No variation (including statutory) on such entry tax shall be paid by the Owner.

Confirmed

-------------------%

Confirmed

Confirmed

Confirmed

8.

Validity:

a. Confirm Bid validity as stipulated in RFQ covering letter from the final due date of bid submission.

Confirmed

9. Manufacturer’s Name and Address

Page 47 of 208

A307_ATC (F) Page 4 of 7

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

10. a.

b.

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

Quoted prices are:

i) Inclusive of all testing and inspection charges (if applicable) as per MR.

ii) Inclusive of all IBR/IGC/NACE charges (if applicable) as required in the Material Requisition.

iii) Inclusive of all statutory certification charges PESO/CCOE etc. (if applicable) as required in the Material Requisition.

Confirmed

Confirmed

Confirmed

Confirmed

11. Country of Origin: Country of origin from where the goods have been offered.

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

12. Currency of Quote: Furnish the currency of quote. Change in currency once quoted will not be allowed. Bidder shall quote either in USD / Euro / INR only.

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

13.

a)

b)

Spares Parts:

Confirm item wise unit price (FCA Port basis)of following spare parts as required in Material Requisition (MR) have been quoted indicating itemised quantity. i) Mandatory Spares are quoted as per MR.

ii) Commissioning spares as specified in MR are included in the quoted Price.

iii) Special Tools & Tackles as specified in the MR are included in the quoted prices.

iv) Confirm spares wherever required have been included in the quoted price and list of spares is also furnished.

Recommended Spares for Two Years Operation & Maintenance, as specified in MR have been quoted separately with Price validity of One (1) year from Contractual Delivery Date for Main Items/Equipment & List of such spares has been furnished in the Unpriced Bid. Also itemwsie Ocean freight charges upto port of entry, Kochi (India) for the spares has been quoted.

Confirmed

Confirmed (if Applicable as per MR)

Confirmed (if Applicable as per MR)

Confirmed (if Applicable as per MR)

Confirmed (if Applicable as per MR)

Confirmed (if Applicable as per MR)

14. Confirm documentation charges as per MR are inclusive in your quoted prices. Confirmed

15. Confirm customer references list for the item/model quoted by you, is given in offer.

Confirmed

Page 48 of 208

A307_ATC (F) Page 5 of 7

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

16. Indicate shipping weight (net and gross) and volume of the consignment.

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

17. a.

Performance Bank Guarantee: Confirm goods to be supplied by you shall be guaranteed for performance as per the General Purchase Conditions (Imports) & Special Instructions to Bidders (SIB) and submission of the Bank Guarantee 15% of Order Total Value (10% towards Performance and 5% towards Price Reduction Schedule for delay in Delivery) shall be valid till full guarantee period plus 3 (Three) Months.

Confirmed

b. i) The Performance Bank Guarantee shall be strictly as per proforma enclosed with the GPC document and shall be from any Indian Scheduled Bank or any reputed International Bank and shall be submitted within 15 days from date of FOA.

ii) However, if Performance Bank Guarantee are furnished other than the Nationalised Indian Bank, the banks where BGs are furnished, must be Commercial Bank having net worth in excess of Rs. 100 crore or USD 22 Millions and any declaration to this effect will be furnished by such Commercial Bank either in the bank guarantee itself or separately on a letter head.

Confirmed

Confirmed

18. Guarantee / Warranty Confirm acceptance to Guarantee / Warranty clause as mentioned in the General Purchase Conditions & Special Instructions to Bidders.

Confirmed

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

Confirmed

20. Part Order: a) Confirm acceptance of Part Order clause as per

GPC (Imports). 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.

b) In case of part order confirm all lumpsum charges quoted extra if any viz. Documentation, testing, packing, crating, handling, FCA, IBR etc., shall be applicable prorata on value basis in the event of part order / part quantities/ split order.

Confirmed if applicable as per MR()

Confirmed

Confirmed

21. Repeat Order: Confirm Acceptance to Repeat Order as per RFQ Covering Letter/SIB/GPC/Material Requisition.

Confirmed

Page 49 of 208

A307_ATC (F) Page 6 of 7

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

22. Price Reduction on delay in delivery/completion:

a) Confirm acceptance of price reduction schedule for delay in deliveries/completion of work/services specified in General Purchase Conditions (GPC) enclosed with the RFQ Document. Liquidated damages or penalty are not acceptable.

b) In case of delay, vendor will reduce the invoice amount by applicable reduction.

Confirmed

Confirmed

23. Payment Terms: Confirm acceptance of payment terms as per “Payment Terms and Mode of Payment” specified in Special Instructions to Bidders and RFQ covering letter.

Confirmed

24. a) Letter of Credit shall be opened after receipt of unconditional order acknowledgement along with 15% bank guarantee(as per Sl. 17a above) valid till expiry of Material/Equipment Guarantee period as per General Purchase Conditions and Special Instructions to Bidders plus 3 (Three) months claim period.

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

OR c) However, if you still insist for confirmed L/C,

confirmation charges shall be borne by you. Please confirm.

Confirmed

Confirmed L/C not required

Noted

25. All Bank charges and stamp duties payable outside India in connection with payments to be made under Purchase Order for the item, if placed, shall be borne by you. All bank charges and stamp duties payable in India shall be borne by the Purchaser.

Confirmed

26. Please indicate name and address of your Bankers for L/C opening, telephone/E-mail address.

27. a)

b)

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

Confirm your offer is in total compliance with RFQ documents containing commercial terms and conditions as per the following documents, without any deviation:

i) Request for Quotation (RFQ)

ii) Special Instructions to Bidders(SIB)

iii) General Purchase Conditions (GPC) v) Terms & Conditions for Supervision vi)Terms & Conditions for Site work, GCC & HSE

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed (if Applicable as per MR) Confirmed (if Site Work is Applicable as

per MR)

Page 50 of 208

A307_ATC (F) Page 7 of 7

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

vii) Integrity Pact

viii) Commercial / Technical Amendments, if any

Confirmed

Confirmed

28. Direct offer without the intermediary of an Indian Agent will only be considered. Noted & Confirmed.

29. Please confirm you have not been banned or delisted by any Government or Quasi Government agencies or PSUs. If you have been banned, then this fact must be clearly stated. This does not necessarily be cause for disqualification. However if this declaration is not furnished the bid shall be rejected as non-responsive.

Not Banned

30.

30.1

30.2

Please confirm your offer contains the following:

Unpriced offer- without any deviations

Priced Offer Price Schedule with annexures only.

Confirmed

Confirmed

31. Any claim arising out of order shall be sent to Owner in writing with a copy to EIL within 3 months from the date of last despatch. In case the claim is received after 3 months, the same shall not be entertained by consultant / Owner.

Confirmed

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

Confirmed

33. Confirm that Net worth of the Bidder’s company is positive as per the immediate preceding year’s audited financial results & Immediate preceding year’s audited annual financial results has been submitted along with unpriced bid.

Confirmed & Submitted

VENDOR’S NAME: SIGNATURE & SEAL:

Page 51 of 208

BPCL-KR Job: A307

A307_SIB Rev.5 Page 1 of 21

INTEGRATED REFINERY EXPANSION PROJECT

OF M/s BHARAT PETROLEUM CORPORATION LTD,

KOCHI REFINERY, KOCHI, KERALA

SPECIAL INSTRUCTION TO BIDDER (SIB)

Page 52 of 208

BPCL-KR Job: A307

A307_SIB Rev.5 Page 2 of 21

INDEX

SECTION – A (TERMS OF PAYMENT) 1.0 Payment Terms For Indian Bidders 2.0 Payment Terms For Foreign Bidders 3.0 Air 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)

Page 53 of 208

BPCL-KR Job: A307

A307_SIB Rev.5 Page 3 of 21

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 70% Payment after receipt of equipment/materials at BPCL‟s Site and on 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, valid till full guarantee period plus three months claim period. Billing Schedule to be furnished by the Supplier in case pro-rata payments are required.

1.3.1.4 10% payment within 30 days of handing over the successfully commissioned equipment including final acceptance test. 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.

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.

Page 54 of 208

BPCL-KR Job: A307

A307_SIB Rev.5 Page 4 of 21

1.4.4 10% Payment after receipt of final documents as required in Purchase Requisition against EIL‟s certification and on submission of Performance Bank Guarantee for 10% of Total Order Value, valid till full guarantee period plus Three months claim period.

1.4.5 Balance 10% Payment within 30 days of receipt of equipment at Site.

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

1.5.1 5% Payment on approval of all drawings atleast in CODE-2 by EIL against submission of Bank Guarantee of equivalent amount valid till complete execution of Order plus Three months claim period.

1.5.2 75% Payment against receipt of materials at BPCL‟s Site. Billing Schedule to be furnished by the Supplier in case pro-rata payments are required.

1.5.3 10% Payment after receipt of final documents as required in Purchase Requisition against EIL‟s certification and on submission of Performance Bank Guarantee for 10% of Total Order Value, valid till full guarantee period plus three months claim period

1.5.4 Balance 10% Payment against Commissioning/Demonstration of Performance Guarantee (if applicable) or 6 months from receipt of material at Site (against Bank Guarantee of equivalent amount valid for 1 year), whichever is earlier. However, in the event of delay in conducting the Performance Guarantee Run, the Supplier is not relieved of his responsibility to carry out the same. No additional payment shall be made for visit of Supplier to Site for demonstrating the performance, if the same is included in the scope of Supplier.

For items where supervision during erection, testing and commissioning is not required, the last 10% Payment shall be released within 30 days of receipt of material at Site.

1.6 Payment for PGTR / Per Diem Charges for Supervision of Erection, Testing &

Commissioning

1.6.1 100% Payment of Invoice Amount shall be paid on completion of supervision services / PGTR against submission of Invoice along with Time Sheet duly certified by EIL/BPCL Site-In-Charge. Payment shall be made after deducting Income Tax at applicable rate. Service Tax, if any, shall be paid on submission of Service Tax Invoice.

1.6.2 Where erection/commissioning supervision, commissioning assistance is required from the vendor, penalty for non mobilization/delay in mobilization as per order shall also be specified in the specifications. The penalty shall generally be 1.5 times the per diem rate for each day of delay of reporting to site and shall be in addition to price reduction for delayed delivery.

1.6.3 Wherever supervision is in the scope of MR, bidders shall provide additional BG of an amount equal

to the per diem charges for the number of days considered for evaluation over and above 10% PBG to cover compensation for delay in mobilising the erection/ commissioning personnel. This BG will be released to the bidder upon the erection/ commissioning personnel reporting at site. This BG shall be furnished along with payment milestone for submission of final documentation as per PR and shall be valid up to six months which shall be extended based on the request by BPCL. (In case where commissioning, Performance Guarantee Test, etc. are required and the 10% is under hold, this condition shall not be applicable).

1.7 Transportation charges

1.7.1 100% Payment within 4 weeks after receipt of materials at site.

1.8 General

1.8.1 Excise Duty, Service Tax & VAT on Supplies shall be released only on receipt of Cenvatable/ Vatable copy of corresponding Invoice enabling availing of Input Credit by BPCL.

1.8.2 No initial advance payment along with Order shall be made by the Owner against Supplies as well as Services (i.e. Transportation, Erection, Site Work, etc.). If a Supplier insists on the same, their Offer shall be rejected.

1.8.3 Bank Guarantee(s) shall be issued through Scheduled Commercial Bank in India/ Indian Branch of Foreign Bank, directly to BPCL as per the Pro-forma enclosed with RFQ documents and Supplier shall also enclose copy of the same along with Invoice.

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.

Page 55 of 208

BPCL-KR Job: A307

A307_SIB Rev.5 Page 5 of 21

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 FCA 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 FCA 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 FCA 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 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.

Page 56 of 208

BPCL-KR Job: A307

A307_SIB Rev.5 Page 6 of 21

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 AIR FREIGHT:

3.1 Air freight from Airport of Exit on FCA basis to designated Indian Airport shall be arranged by BPCL through their nominated Freight Forwarder. Supplier shall arrange handing over the material to BPCL Freight Forwarder at the designated Airport of Exit.

3.2 In cases where the RFQ requires the Supplier to quote Air 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 FCA basis or CPT basis. In case of award, initially the order shall be placed on FCA basis and Owner reserves the right to convert the same to CPT basis within 4 months, from placement of order. Therefore, the Air Freight Charges/ CPT 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 FCA to CPT.

3.4 Above clause no. 3.1 to 3.3 is not applicable for Turn-Key jobs where Air freight along with Marine cum transit cum erection insurance in bidders scope.

Page 57 of 208

BPCL-KR Job: A307

A307_SIB Rev.5 Page 7 of 21

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 CIP basis including Custom Clearance (as mentioned below), considering firm Air freight up to Air Port of Entry (Kochi, India) as quoted by bidders.

Sl. No. Head Basis

1 FCA. 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 FCA Price, the same shall be loaded @ 10% of freight quoted by the Bidder.

2 Add – Air Freight Firm Freight charges as quoted by Bidders or provision mentioned in the bid documents

3 Add –Air Transit Insurance @ 1% of FCA Price

4 Add – Customs Duty Prevailing Rate on (CIP value plus Landing Charges @ 1% of CIP Value)

5 Commercial Loading, if any On FCA Value

6 Less – Cenvatable Duties

7 FOT SITE PRICE Sum Total (Sl. Nos. 1 ~ 5) – (Sl. No. 6)

If a Bidder does not quote Air 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 FCA 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.

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 Air freight charges as under less Cenvatable CVD/SAD, Cenvatable Service Tax, VAT on Supplies, VAT on Works Contract, whichever is

applicable.

Page 58 of 208

BPCL-KR Job: A307

A307_SIB Rev.5 Page 8 of 21

Sl. No. Head Basis

1 FCA. 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 FCA Price, the same shall be loaded @ 10% of freight quoted by the Bidder.

2 Add – Air Freight Firm Freight charges as quoted by Bidders

3 Add –Air Transit Insurance @ 1% of FCA Price

4 Add – Customs Duty Prevailing Rate on (CIF value plus Landing Charges @ 1% of CIP Value)

5 Add – Port Handling Charges @ 2% of CIP Value

Sl. No. Head Basis

6 Add – Inland Freight Charges from Port of Entry in India to Project Site

1% of Landed Cost i.e. Sl. Nos. 1 to 5

7 Add – L/C charges @ 1% of FCA Price

8 Commercial Loading, if any On FCA 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. 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..

Page 59 of 208

BPCL-KR Job: A307

A307_SIB Rev.5 Page 9 of 21

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 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.

Page 60 of 208

BPCL-KR Job: A307

A307_SIB Rev.5 Page 10 of 21

(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 FCA Value of order per week of delay or part thereof subject to maximum of 5% of the total FCA 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).

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

Page 61 of 208

BPCL-KR Job: A307

A307_SIB Rev.5 Page 11 of 21

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 FCA 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)]

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

Page 62 of 208

BPCL-KR Job: A307

A307_SIB Rev.5 Page 12 of 21

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 loading shall be done only after putting efforts with Supplier to indicate ceiling and obtaining BPCL‟s approval)

1.5 times the maximum ceiling specified by other Suppliers. In case all other Suppliers have quoted firm prices then @ 1.25% for every month of quoted delivery period to be taken as ceiling.

d) No formula and no ceiling specified by Supplier (This shall be resorted to only after putting efforts with Supplier and obtaining BPCL‟s approval)

Offer may be rejected.

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.

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.

Page 63 of 208

BPCL-KR Job: A307

A307_SIB Rev.5 Page 13 of 21

(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:

(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.

Page 64 of 208

BPCL-KR Job: A307

A307_SIB Rev.5 Page 14 of 21

(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 FCA Port of Exit prices, shall be inclusive of all charges inclusive of all applicable taxes & duties, applicable upto International Airport 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.

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

Page 65 of 208

BPCL-KR Job: A307

A307_SIB Rev.5 Page 15 of 21

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. 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

Page 66 of 208

BPCL-KR Job: A307

A307_SIB Rev.5 Page 16 of 21

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 & NIC (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 NIC 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 https://eprocure.gov.in/eprocure/app) only, and use the same

for uploading their Price Bids as per the Instruction provided.

Note:

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

38.0 FRAUDULENT PRACTICES:

The OWNER requires that Bidders/ Contractors observe the highest standard of ethics 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

Page 67 of 208

BPCL-KR Job: A307

A307_SIB Rev.5 Page 17 of 21

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 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

Page 68 of 208

BPCL-KR Job: A307

A307_SIB Rev.5 Page 18 of 21

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.

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:

Page 69 of 208

BPCL-KR Job: A307

A307_SIB Rev.5 Page 19 of 21

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

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,

Page 70 of 208

BPCL-KR Job: A307

A307_SIB Rev.5 Page 20 of 21

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.

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:

Page 71 of 208

BPCL-KR Job: A307

A307_SIB Rev.5 Page 21 of 21

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.

Page 72 of 208

ShamPatroleUI"

BHARAT PETROLEUM CORPORATION LIMITEDKOCHI REFINERY

GENERAL PURCHASE CONDITIONS

FOR IMPORTED MATERIALS AND EQUIPMENTS

INDEX

1. DEFINITIONS 19.REJECTION, REMOVAL OF REJECTED

GOODS AND REPLACEMENT2.

REFERENCE FOR DOCUMENTATION

20.

PRICE3.

IMPORT LICENCE

21.

TERMS OF PAYMENT4.

CONFIRMATION OF ORDER

22.

RECOVERY OF SUMS DUE5.

SALES CONDITIONS

23.

MODIFICATIONS6.

COMPLETE AGREEMENT

24.

CANCELLATION7.

INSPECTION-CHECKING- TESTING

25.

PATENTS AND ROYALTIES8.

EXPEDITING

26.

PERFORMANCE GUARANTEE9.

WEIGHTS AND MEASURES

27.

NON-WAIVER10.

OILS & LUBRICANTS

28.

NO ASSIGNMENT11.

SPARE PARTS

29.

VENDOR'S DRAWINGS AND12.

PACKING AND MARKINGDATA REQUIREMENT

13.

SHIPMENT AND SHIPMENT NOTICES30.

TECHNICAL INFORMATION

14.

SHIPPING31.

SERVICES OF VENDOR'S PERSONNEL

15.

TRANSIT RISK INSURANCE32.

ARBITRATION

16.

RESPECT FOR DELIVERY DATES33.

PART ORDER/REPEAT ORDER

17.

DELAYED DELIVERY34.

ADDRESSES

18.

DELAYS DUE TO FORCE MAJEURE

-1-

•Page 73 of 208

1. DEFINITIONS:

The following expressions used in the purchase ordershall have meaning indicated against each of these;The OWNER means BHARAT PETROLEUMCORPORATION LIMITED a company incorporated inIndia having its registered office at Mumbai. India andshall include its successors and assigns."GoodslMaterials" : Goods and/or materials shall meanany of the articles, materials, machinery, equipment,supplies drawings, data and other property and allservices Including but not limited to assigning, delivery,Installation, Inspection. testing and commissioningspecified or required to complete the order.

·Vendor" : Vendor shall mean the person, firm orcorporation to whom this purchase order is issued, andinclude its successors and assigns.

"Inspectors" : Inspectors deputed by Owner.2. REFERENCE FOR DOCUMENTATION:

Purchase order Number must appear on allcorrespondence, drawings, invoices, shipping notes,packing and on any documents or papers connectedwith the order.

3. IMPORT LICENCE:

Relevant particulars of the import licence if any shall beduly indicated in the invoice and shipping documentsas well as on the packages or consignments.

4. CONFIRMATION OF ORDER:

The vendor shall acknowledge the receipt of thePurchase order within ten days following the mailing ofthis order and shall thereby confirm his acceptance ofthis Purchase Order in its entirety without exceptions.This acknowledgment will be on both purchase orderand General Purchase Conditions. Vendor shall alsosubmit along with order acceptance a Bank Guaranteeas per clause 26 hereunder.

6. SALES CONDITIONS:

With Vendor acceptance of provisions of this PurchaseOrder he waives and considers as cancelled any of hisgeneral sales conditions.

6. COMPLETE AGREEMENT:

The terms and conditions of this Purchase Orderconstitute the entire agreement between the partiesthereto. Changes will be binding only if the amendmentsare made in writing and signed by an authorisedrepresentative of the Owner and the Vendor.

7. INSPECTION-CHECKING-TERMS:

The equipment, materials and workmanship covered bythe Purchase Order is subject to inspection and testingat any time prior to shipment and/or despatch and tofinal Inspection within a reasonable time after arrival atsite. Inspectors shall have the right to carry out theInspections and testing which will Include the rawmaterials at manufacturer's shop, at fabricator's shopand at the time of actual despatch before and aftercompletion of packing.

-2-

7.1 All tests mechanical and others and particularlythose required by relevant codes will be performedat the Vendor's expenses and in accordance withinspector's instructions. The vendor will also bearthe expenses.

7.2 Concerning preparation and rendering of testsrequired by Boiler Inspector~te or such otherstatutory testing agencies or by L10yds register ofshipping as may be required.

7.3 Before shipping or despatch, the equipment and/or materials will have to be checked and stampedby Inspectors who are authorised also to forbidthe use and despatch of any equipment and/ormaterials which during tests and inspection fail tocomply with the specification. codes and testingrequirements.

7.4 The Vendor will have to-

Inform Owner at least fifteen days in advance ofthe exact place date and time of rendering theequipment or materials for required Inspection.

Provide free access to inspectors during normalworking hours to Vendors or his /lts sub-Vendor'swork and place at their disposal all useful meansof performing, checking, marklhg testing,inspection and final stamping.

Even if the inspection and tests are fully carriedout Vendor is not absolved to any degree of hisresponsibilities to ensure that all equipments andmaterials supplied comply strictly withrequirements as per agreement both duringrequirements as per agreements both duringconstruction, at the time of delivery, inspection onarrival at site and after Its erection or start-up andguarantee period as stipulated In clause 26 hereof.

7.5 The Vendor's responsibility will not be lessened toany degree due to any comments made by Owner/Owner's representatives and inspectors on theVendor's drawings or specifications or byinspectors witnessing any chemical or physicaltests. In any case the equipment must be in strictaccordance with the Purchase Order and or itsattachments failing which the Owner shall have theright to reject the goods and hold the Vendor liablefor non-performance of contract.

8. EXPEDITING:

Owner/Owner's representatives have been assigned toexpedite both manufacture and shipment of equipmentand materials covered by the Purchase Order. TheOwner/Owner's representatives shall have free accessto Vendor's shop and/or sub supplier's shop at any timeand they shall provide all necessary assistance andInformation to help them perform their job.

9. WEIGHTS AND MEASUREMENTS:

The shipping documents, invoices, packing lists and allother relevant documents shall contain the same unitsof weight and measurements as given in the Owner'sPurchase Order.

•Page 74 of 208

10. OILS & LUBRICANTS:

The first filling of oils and lubricants for every equipmentshall be included In the price. The vendor shall alsorecommend for quality and quantity of oils and lubricantsrequired for one year's continuous operation.

11. SPARE PARTS:

The vendor must furnish itemised and priced list of spareparts required for two years operation of the equipment.

The vendor shall provide the necessary cross sectionaldrawing to Identify the spare parts numbers and theirlocation as well as inter-changeability chart.

12. PACKING AND MARKING:

All equipment/materials shall be suitably packed inweather proof, seaworthy packing for ocean transportunder tropical conditions and for rail or road or otherappropriate transport in India. The packing shall bestrong and efficient enough to ensure safe preservanceupto the final point of destination.

Equipment / Materials shall be protected by suitablecoat of paint and all bright parts protected from rust byapplication of rust preventive as may be necessary. Allmachined surface shall be suitably protected.

All fragile and all exposed parts will be packed with careand the packages shall bear the words -HANDLE WITH

CARE GLASS FRAGilE, DON'T ROLL. THIS END UP.THIS END DOWN.· to be indicated by arrow.

A distinct colour splash in say red-black around eachpackage crate/bundle shall be given for identification.

Ail pipes and sheets shall be marked with strips bearingprogressive No.

In case of bundles, the shipping marks shall beembossed on metal or similar tag and wired securelyon each end.

For bulk uniform material when packed in several cases,progressive serial numbers shall be indicated on eachcases. All nozzles, holes and opening and also alldelicate surfaces shall be carefully protected againstdamage and bad weather. Flange faces of all nozzlesshall be protected by blanks. All manufactured surfacesshall be painted with rust proof paint.

All threaded fittings shall be packed in cases.

The vendor shall be held liable for all damages orbreakages to the goods due to defective or Insufficientpacking as well as for corrosion due to insufficientgreasing/ protection.

On three sides of the packages, the following marksshall appear clearly visible in indeliable paint and onVendor's care and expense.

BHARAT PETROLEUM CORPORATION LIMITEDKOCHI REFINERYAMBALAMUGAlKOCHI-682302

From

To:

Chief Manager (Projects)

Bharat Petroleum Corporation Ltd.

Koehl Refinery, AmbalamugalKochi - 682 302

Purchase Order No.

Item:

Equipment:

NetWeight:

Gross Weight:

Case No.

Dimensions:

Kgs.

Kgs.

of

-3-

Total Cases:

•Page 75 of 208

l!!RI§.;. MarKIngshall be bold-minimum letter height 5cm.for every order and every shipment, packages must bemarked with serial progressive numbering. All packageswill bear warning signs on the outside denoting thecenter of gravity and sling marks. Packages that requirespecial handing and transport should have their centresof gravity and points at which they may be grippedclearly indicated and marked -Attention Special LoadHandle with Care" In English Language. Any otherdirection for handling shall be clearly indicated on thepackage.

Top heavy containers will be so marked either TopHeavy or Heavy Ends. When packing material is cleanand light coloured, a dark black stencil paint shall beacceptable. However, where packaging material issoiled or dark, a coat of flat zinc white paint shall beapplied and allowed to dry before applying the specificmarkings.

In case of large equipments like vessels, heatexchangers, etc. documents contained in the envelopeshall be fastened Inside a shell connection with anidentifying arrow sign -documents" applied with Indeliblepaint.

13. SHIPMENT AND SHIPMENT NOTICES:

The Vendor shall make shipment only after priorapproval of Inspector whenever specifically mentioned.As soon as any shipment is made, the Foreign Suppliershall send advance information by way of Fax messageto Chief Manager (Projects), Bharat PetroleumCorporation Ltd., Koehl Refinery, Ambalamugal, Kochi­682 302 giving particulars of the shipment, vessel'sname, port of shipment, bill of lading number and date,total FOB and freight value with confirmation copies bypost to the owner, Bharat Petroleum CorporationLimited, Koehl Refinery, Ambalamugal, Kochi -682 302In case of air shipment a copy each of airway bill &Invoice shall be sent by fax to BPCL as soon asshipment is made.

14 SHIPPING:

14.1 SEA SHIPMENT:

All shipment of materials shall be made by firstclass direct vessels, through the chartering wing,Ministry of Surface Transport Govt, of India, NewDelhi as per procedure detailed hereunder. TheForeign supplier shall arrange with VesselsOwners or Forwarding Agents for proper storageof the entire Cargo intended for the project in aspecific manner so as to facilitate and to avoidany over carriage at the port of discharge. Allshipment shall be under deck unless carriage ondeck is unavoidable.

The bills of lading should be made out in favour ofBharat Petroleum Corporation Ltd.,

All columns in the body of the bill of lading namelymarks and nos. material description, weightparticulars, etc. should be uniform in all theshipping documents. The freight particulars shouldmention the basis of freight tonnage, heavy lift

-4-

charges, if any, surcharge, discount, etc. clealand separately and the net total freight payabshown at the bottom.

All documents vlz. bill of lading/airway bi,Invoices/packing list, freight memos, country 4

origin certificates, test certificate, drawings ancatalogues should be in English language.

In addition to the bill of lading which should bobtained In 3 stamped original plus as many copieias required, Invoices packing lists, freight memos(If the freight particulars are not shown In the billlof lading), country of origin certificate, testcomposition certificate, shall be made out agains',each shipment in as many number of copies asshown below. The bill of lading, invoice andpacking list specifically must show uniformly, themarks and numbers, contents case wise countryof origin, consignees name, port of destination andall other particulars as indicated under clause 12.The invoice must show the unit rates and net totalEO.B. prices. Items packed separately should alsobe Invoiced and the value shown accordingly.Packing list must show apart from other particularsactual contents in each case, net and grossweights and dimensions, and the total number ofpackages. All documents should be duly signedby the Vendor's authorised representatives.

Shipping arrangements shall be made byChartering Wing Ministry of Surface Transport,New Delhi through their respective forwardingagents, M/s. Schenker & Co., P.O. Box 11031302043 Hamburg West Germany, Ph. 49 (040)361350, Fax (040) 36135216 Gr.2/a, Telex217004-33 Sh.d, for shipping consignments fromUK / continent port; M/s. OPT Overseas ProjectTransport Inc. 46 sellers Street, kearny, N.J.07032, Tel (201) 998-7771, Telex 673-3586, Fax(201)998-7833. In respect of consignments formUS/CANADA, MEXICO & SOUTH AMERICA andthe Embassy of India in Japan, Tokyo in respectof consignments from Japaneses ports. Suppliershall furnish to the respective agents the full detailsof consignments such as outside dimensions,weights (both gross and net) No. of packages,technical descriptions and drawings, name oftheSupplier, ports of loading, etc. 6 weeks notice shallbe given by the supplier to enable the concernedagency to arrange shipping space.

The bill of lading Shall Indicate the following:

Shipper: Government of India

Consignee:Bharat Petroleum Corporation Ltd.­Koehi Refinery,Ambalamugal,Kochl - 682 302.

In case of supplies from USA, Export licences, ifany required from the American Authorities shallbe obtained by the U.S. suppliers. If need be

•Page 76 of 208

Insurance against all marine and transit risk on FOB towarehouse basis shall be covered under the owner'smarine policy. However, the Vendor shall ensure the ineffecting shipments clear bills of lading/airway bills areobtained and the carriers responsibility is fully retainedthe carriers so that the consignee's interests are fullysecured and are in no way jeopardized.RESPECT FOR DELIVERY DATES:

Time of delivery mentioned in the Purchase Order shallbe the essence of the agreement and no variation shallbe permitted except with prior authorisation in writingfrom the Owner. Goods should be delivered securelypacked and in good order and condition at the placeand within the time specified in the Purchase Order for

assistance for obtaining such export licenceswould be available from India supply Mission atWashington.

14.2 AIRSHIPMENT:

In case of Airshipment, the material shall beshipped through freight consolidator (approved byus). The airway bill shall be made out in favour ofBHARAT PETROLEUM CORPORATION LTD,Kochi Refinery, Ambalamugal, Kochi - 682 302Tel: 91-484-2722061-69, Fax: 91-484- 2721094/2720855/56.

14.3 TRANSMISSION OF SHIPPING DOCUMENTS:

Foreign supplier shall obtain the shippingdocuments in eleven complete sets including threeoriginal stamped copies of the Bill of lading/AirwayBill as quickly as possible is made, and airmail asshown below so that they are received at leastthree weeks before the Vessels' arrival in case ofsea shipment and immediately on air freighting incase of air-shipment. Foreign supplier shall be fullyresponsible for any delay and/or demurrage inclearance of the consignment at the port due todelay in transmittal of the shipping documents.

If in terms of latter of otherwise, the completeoriginal set of documents are required to be sentto BPCL through Bank the distribution indicatedbelow will confine to copies of documents onlyminus originals.

their delivery. By time delivery, is meant the date on theBill of lading/Air way Bill at FOB port of despatch.

17. DELAYED DELIVERY:

The time and date of delivery of materials/equipmentas stipulated in the Purchase Order shall be deemedto be the essence of the agreement. For any delay indelivery of equipment materials or part thereof beyondthe delivery date stipulated, the vendor shall be liableto pay compensation at O. 5% per week or part thereofthe FOB Port of embarkation value of the non-delivereditems of equipment subject to maximum of 5% of thetotal FOB value. The Owner reserves the right ofcancelling the Purchase Order for any delay exceedingthe period of maximum compensation and the vendorshall be liable to all consequences thereof. If the delayin delivery is due to Force Majeure, the owner shall befree to act in terms under clause 18 of this text.

18. DELAYS DUE TO FORCE MAJEURE:

In the event of causes of Force Majeure occuring within,the contractual date of delivery the Owner on receipt ofapplication from the Vendor may extend the contractualdate of delivery without imposition of penalty. Only thosecauses which depend on natural calamities, civil warsand national strikes which have a duration of more thanseven consecutive calendar days are considered thecauses of force majeure. The decision of Owner shallbe final and binding on Vendor.

The Vendor must advise the Owner by a Registeredletter duly certified by a local chamber of statutoryauthorities, the beginning and the end of the delayimmediately, but in no case later than within 10 days ofthe beginning and end of such cause of Force Majeurecondition as defined above.

19. REJECTION, REMOVAL OF REJECTED GOODSAND REPLACEMENT:

In case the testing and inspection at any stage ofinspection reveal that the equipment, materials andworkmanship do not comply with the specification andrequirements, the same shall be removed by the Vendorat his/its own expense and risk within the time allowedby the Owner. The Owner shall be at liberty to disposeof such rejected goods in such a manner as he maythink appropriate. In the event the Vendor fails to removethe rejected goods within the period as aforesaid, allexpenses incurred by the Owner for such disposal shallbe to the account of the Vendor. The freight paid by theOwner, if any, on the inward joumey of the rejectedmaterials shall be reimbursed by the vendor to theOwner before the rejected materials are removed bythe Vendor. The Vendor will have to proceed with thereplacement of that equipment without claiming anyextra payment if so required by the Owner. The timetaken for replacement in such event will not be addedto the contractual delivery period.

20. PRICE:

Unless otherwise agreed to in the terms of the PurchaseOrder, the price shall be :

4414

BPCL, Kochi Refinery

4 (including 1original)

444

Documents

Bill of lading/Airway BillInvoicePacking ListFreight MemoCountry of Origin­CertificateDrawingCatalogueInvoice ofthirdParty/Lloyd forInspection charges,wherever applicable.

TRANSIT RISK INSURANCE:

16.

15.

-5-

•Page 77 of 208

Firm and not subject to escalation for any reasonwhatsoever even though It might be necessary for theorder execution to take longer than the delivery periodspecified in the order.

21. TERMS OF PAYMENT:

Payment will be made by the Owner against submissionof despatch documents by Cash Against Documents/Letter of Credit.

22. RECOVERY OF SUMS DUE:

Whenever any claim against the Vendor for paymentof a sum of money arises out of or under the contract,the Owner shall be entitled to recover such sums fromany sum them due or when at any time thereafter maybecome due from the Vendor under this or any othercontract with the Owner and should this sum be notsufficient to cover the recoverable amount, the vendorshall pay to the Owner on demand the balanceremaining due.

23. MODIFICATIONS:

The Owner shall have the right to make technicalchanges or modifications in the technical documents/specifications. Any major changes or modifications shallbe at the cost, if any, of the Owner. As soon as possibleafter receipt of the written request for changes thevendor shall furnish in writing to the owner an estimateof cost for such major changes and modifications andits effect on the FOB delivery date. On receipt ofOwner's written authorisation, the Vendor shall promptlyproceed with the changes/modifications.

24. CANCELLATION:

The owner reserves the right to cancel this PurchaseOrder or any part thereof and shall be entitled to rescindthe contract wholly or in part In a written notice to theVendor if:

The Vendor fails to comply with the terms of thisPurchase Order.

The Vendor fails to deliver the goods on time and/orreplace the rejected goods promptly:

The Vendor makes a general assignment for the benefitof creditors; and

A receiver is appointed for any of the property ownedby the Vendor.

Upon receipt of the said cancellation notice, the Vendorshall discontinue all work on the Purchase Order andmatters connected with it.

The owner in that event will be entitled to procure therequirement in the open market and recover excesspayment over the Vendor reserving to Itself the right toforfeit the security deposit, if any, placed by the Vendoragainst the contract.

25. PATENTS AND ROYALTIES:

On acceptance of this order, the Vendor will be deemedto have entirely indemnified the Owner's representativesfrom any legal action or claims regarding compensationfor breach of patent rights which the Vendor deemsnecessary to comply for manufacturing the orclefed

-6-

equipment and/or materials or which can, in any way.26. PERFORMANCE GUARANTEE:

The Vendor shall guarantee that any and all materialsused in execution of the Purchase Order shall in strictcompliance with characteristics, requirements andspecifications and that the same shall be free from anydefects. Checking of the Vendor's drawings by theOwner/Owner's representatives and their approval andpermission to ship or despatch the equipment andmaterials granted by Inspectors shall not relieve theVendor from any part of hlsllts responsibilities for properfulfillment of the requirements. The Vendor willguarantee that all materials and equlpments shall berepaired or replaced as the case may be at site, at itsown expense, in case the same have been found to bedefective in respect of material, workmanship or smoothand rated operation within a period of twelve monthsafter the same have been Commissioned or 18 monthsfrom despatch whichever is earlier.

The guarantee period for the part that may be altered,repaired or replaced shall be 12 months from the dateon which the same is commissioned.

Acceptance by the Owner or Its inspectors of anyequipment and materials or its replacement will notrelieve the Vendor of its responsibility of supplying theequipment/materials strictly according to the guaranteeagreed by the Vendor. The Vendor shall furnish a BankGuarantee along with the order acceptance for theamount equivalent to 10% of the F.O.B. value ofequipment/ materials to support Vendor's performance(as per proforma hereunder). This Bank Guarantee shallremain in force for the entire period covered by theperformance guarantee. It will be the responsibility ofthe Vendor to keep the Bank Guarantee fullysubscribed. Any shortfall in the value of the BankGuarantee as a result of encashment by the ownereither in full or in part in terms of the performanceGuarantee shall be made good by the Vendor withinone week thereof.

27. NON-WAIVER:

Failure of the Owner/Owner's representatives to insistupon any of the terms or conditions incorporated in thePurchase Order or failure or delay to exercise any rightsor remedies specified herein or by law or failure toproperly notify Vendor in the event of breach, or theacceptance of payment of any goods hereunder orapproval of design shall not release the Vendor andshall not be deemed waiver of any right of the Owneror Owner's representatives to Insist upon the strictperformance thereof or any of his or their rights orremedies as to any such goods regardless of whengoods are shipped, received or accepted nor shall anypurported modification or revision ofthe order by Owner/Owner's representative act as waiver of the termshereof.

28. NO ASSIGNMENT:

The purchase Order shall not be assigned to any otheragency by the Vendor without obtaining prIor-written

•Page 78 of 208

consent of the Owner.

29. VENDOR'S DRAWINGS AND DATA REQUIREMENT:

The Vendor shall submit drawings data anddocumentation in accordance with but not limited to

what is specified in the bid document and lor InVendor'sdrawings and data form attached to the Purchase Orderand as called for in clause 8, vlz, 'Expediting' above.The types, quantities and time limits of submitting thismust be respected in its entirety failing which thepurchase Order shall not be deemed to have beenexecuted for all purposes including settlement ofpayment since the said submission is an integral partof purchase Order execution.

30. TECHNICAL INFORMATION:

Drawings, specifications & details shall be the propertyof the Owner and shall be returned by the Vendor ondemand. The Vendor shall not make use of drawingsand specifications for any purpose at any time saveand except for the purposes of the Owner. The Vendorshall not disclose the technical Information furnished

or gained by the Vendor to any person, firm or body orcorporate authority and shall make all endeavours toensure that the technical Information is keptCONFIDENTIAL. The technical information impartedand supplied to the Vendor by the Owner shall at alltimes remain the absolute property ofthe Owner.

31. SERVICES OF VENDOR'S PERSONNEL:

Upon two weeks advance notice, the Vendor shalldepute the necessary personnel to India for supervisionof erection and start up of the equipment and train afew of the Owner's personnel for the operation and

-7-

maintenance of the equipment if required by the Owner.The terms and conditions for the services of the

Vendor's personnel shall be indicated in the quotationitself.

32. ARBITRATION:

Any dispute or difference between the Vendor on onehand and the Owner on the other. of any kindwhatsoever at any time or times, arising out of or inconnection with or incidental to the Purchase Orderincluding any dispute or difference regarding theinterpretation of the terms and conditions or any clausethereof shall be referred to arbitration under the Rulesof International Chamber of Commerce in Paris. Thevenue of such arbitration shall be in India. The Indian

law shall apply.33. PART ORDER I REPEAT ORDER:

Vendor shall agree to accept part order at owner'soption without any limitations whatsoever and alsoaccept repeat order during a period of six months afterplacement of purchase order at the same unit pricesterms and conditions.

34. ADDRESS:

Bharat Petroleum Corporation Ltd.

Kochi Refinery

AmbalamugalKochi - 682 302

INDIA

Tel: 91-484-2722061-69

Fax: 91-484-2721094/2720855/56

•Page 79 of 208

Pag

e 80

of

208

Pag

e 81

of

208

Pag

e 82

of

208

Pag

e 83

of

208

Pag

e 84

of

208

Pag

e 85

of

208

Pag

e 86

of

208

PROFORMA OF BANK GUARANTEE ( Performance ) (Ref. clause 26) To Bharat Petroleum Corporation Limited Kochi Refinery, Ambalamugal, Kerala- 682 302 Dear Sir, In consideration of the Bharat Petroleum Corporation Limited (hereinafter called “the Company” which expression shall include its successors and assigns) having awarded to M/s. (Name)…................................... ………………………………..(address) …………………………………............ ................................................. ................... ................................................... (hereinafter referred to as “The Supplier” which expression wherever the subject or context so permits include its successors and assigns) a supply contract in terms interalia, of the Company’s Purchase Order No………………………dated……………………… and the General Purchase Conditions of the company and upon the condition of supplier’s furnishing security for the Performance of the supplier’s obligation and/or discharge of the supplier’s liability under and/or in connection with the said supply contract up to a sum of (in figure)…………........................…. (in words) .......................................................................................... ........................................................................ ……………..............................................………) contract value. We, (Name)………...........................……………………(constitution)………………...........................….. (hereinafter called “the Bank” which expression shall include its successors and assigns) hereby jointly and severally undertake the guarantee to pay to the Company in (Currency) forthwith on demand in writing and without protest or demur of any and all moneys anywise payable by the Supplier to the Company under in respect of or in connection with the said supply contract inclusive of all the Company’s losses and damages and costs, (inclusive between attorney and client), charges and expenses and other moneys anywise payable in respect to the above as specified in any notice of demand made by the Company to the Bank with reference to this Guarantee up to aggregate limit of Rs………………………...... (Rupees …..... ................................................................... ……………………………………..only) AND the Bank hereby agrees with company that: This Guarantee / Undertaking shall be a continuing / undertaking and shall remain valid and irrevocable for all claims of the Company and liabilities of the Supplier arising up to and until midnight of…………………………….. This date shall be 6 months from the last date of guarantee period This Guarantee / Undertaking shall be in addition to any other guarantee or security whatsoever that the company may now or at any time anywise have in relation to the Supplier’s obligations/liabilities under and/or connection with the said supply contract, and the Company shall have full authority to take recourse to or reinforce this security in preference to the other security(ies) at its sole discretion, and failure on the part of the

Page 87 of 208

PROFORMA OF BANK GUARANTEE ( Performance ) (Ref. clause 26) To Bharat Petroleum Corporation Limited Kochi Refinery, Ambalamugal, Kerala- 682 302 Dear Sir, In consideration of the Bharat Petroleum Corporation Limited (hereinafter called “the Company” which expression shall include its successors and assigns) having awarded to M/s. (Name)…................................... ………………………………..(address) …………………………………............ ................................................. ................... ................................................... (hereinafter referred to as “The Supplier” which expression wherever the subject or context so permits include its successors and assigns) a supply contract in terms interalia, of the Company’s Purchase Order No………………………dated……………………… and the General Purchase Conditions of the company and upon the condition of supplier’s furnishing security for the Performance of the supplier’s obligation and/or discharge of the supplier’s liability under and/or in connection with the said supply contract up to a sum of (in figure)…………........................…. (in words) .......................................................................................... ........................................................................ ……………..............................................………) contract value. We, (Name)………...........................……………………(constitution)………………...........................….. (hereinafter called “the Bank” which expression shall include its successors and assigns) hereby jointly and severally undertake the guarantee to pay to the Company in (Currency) forthwith on demand in writing and without protest or demur of any and all moneys anywise payable by the Supplier to the Company under in respect of or in connection with the said supply contract inclusive of all the Company’s losses and damages and costs, (inclusive between attorney and client), charges and expenses and other moneys anywise payable in respect to the above as specified in any notice of demand made by the Company to the Bank with reference to this Guarantee up to aggregate limit of Rs………………………...... (Rupees …..... ................................................................... ……………………………………..only) AND the Bank hereby agrees with company that: This Guarantee / Undertaking shall be a continuing / undertaking and shall remain valid and irrevocable for all claims of the Company and liabilities of the Supplier arising up to and until midnight of…………………………….. This date shall be 6 months from the last date of guarantee period This Guarantee / Undertaking shall be in addition to any other guarantee or security whatsoever that the company may now or at any time anywise have in relation to the Supplier’s obligations/liabilities under and/or connection with the said supply contract, and the Company shall have full authority to take recourse to or reinforce this security in preference to the other security(ies) at its sole discretion, and failure on the part of the

Page 88 of 208

Company in enforcing or requiring enforcement of any other security shall have the effect of releasing the Bank from its liability hereunder. The company shall be at liberty without reference to the bank and without affecting the full liability of the Bank hereunder to take any other security in respect of the Supplier’s obligations and/or liabilities under or in connection with the said supply contract and to vary the terms vis a vis the supplier of the said supply contract or to grant time and/or indulgence to the supplier or to reduce or to increase or otherwise vary the prices of the total contract value or and/or the remedies of the company under any other security (ies) now or hereafter held by the company and no such dealing(s), variation(s), reduction(s), increase(s) or the indulgence(s) or arrangement(s) with the supplier or release or forbearance whatsoever shall have the effect of releasing the Bank from its full liability to the Company hereunder or of prejudicing rights of the Company, against the Bank. The Guarantee / Undertaking shall not be determined or affected by the liquidation or winding up, dissolution or change of constitution or insolvency of the supplier but shall in all respects and for all purposes be binding and operative until payment of all moneys payable to the Company in terms hereof. The Bank hereby waives all rights at any time inconsistent with the terms of its Guarantee / Undertaking and the obligations of the Bank in terms hereof shall not be anywise affected or suspended by reason of any dispute or disputes having been raised by the supplier (whether or not pending before any Arbitrator, office, Tribunal or Court) or any denial of liability by the supplier or any other of communication whatsoever by the supplier stopping or preventing or purporting to stop or prevent any payment by the Bank to the Company in terms hereof. The amount stated in any notice of demand addressed by the Company to the Guarantor as liable to be paid to the Company by the supplier or as suffered or incurred by the Company on account of any losses or damages of costs, charges and or expenses shall as between the Bank and the company be conclusive of the amount so liable to be paid to the Company or suffered or incurred by the Company, as the case may be and payable by the Guarantor to Company in terms hereof. Yours faithfully,

Page 89 of 208

Job No. : A307 BPCL-KR - IREP

SPR-Foreign Page 1 of 1

SPECIAL PACKAGING REQUIREMENTS

All raw/solid wood packaging material used for packaging shall be appropriately treated and marked as per ISPM-15 (International Standards of Phyto-sanitary measures 15) OR shall be accompanied by a Phytosanitary Certificate with the treatment endorsed. The treatment of raw/solid wood packaging material prior to export shall include either Methyl Bromide (MB) @ 48 g/m3 for 16 hrs at 21º C and above or any equivalent thereof or heat treatment (HT) at 56º C for 30 min (core temperature of wood) or Kiln Drying (KD) or Chemical Pressure Impregnation (CPI) or any other treatments provided that these meet the HT specifications of the ISPM-15. However, the above conditions shall not be applicable to wood packaging material wholly made of processed wood products such as ply wood, particle board, oriental strand board of veneer that have been created using glue, heat and pressure or combination thereof. The above conditions shall also not be applicable to wood packaging material such as veneer peeler cores, wood wool & shavings and thin wood pieces (less than 6mm thickness) unless they are found to be harboring any pests.

Page 90 of 208

Page 91 of 208

Page 92 of 208

Page 93 of 208

Page 94 of 208

Page 95 of 208

Page 96 of 208

ENGINEERS INDIA LIMITED

NEW DELHI

Project :

Client :

IREP

BPCL-KOCHI

The

draw

ing,

des

ign

and

deta

ils g

iven

on

this

form

at a

re th

e pr

oper

ty o

f EN

GIN

EE

RS

IND

IA L

IMIT

ED

. The

y ar

e m

erel

y lo

aned

and

on

the

borr

ower

's e

xpre

ss a

gree

men

t tha

t the

y w

ill n

ot b

e re

prod

uced

,co

pied

, exh

ibite

d or

use

d, e

xcep

t in

limite

d w

ay p

erm

itted

by

a w

ritte

n co

nsen

t giv

en b

y th

e le

nder

to th

e bo

rrow

er fo

r the

inde

nded

use

. E

IL-1

641-

515

Rev

.1 A

4-21

0x29

7

Sheet 1 Of 4

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

MATERIAL REQUISITION (TOP SHEET)

Notes:1. This page is a record of all Revisions of this Requisition2. The nature of the Revision is briefly stated in the "Details" column below, the Requisition in its entirety shall be considered for contractual pupose.

3.Vendor shall note the MR category and shall submit his offer in line with the requirements included in attached 'Instructions to Bidders'

5112/03/2014

DATE

16

ORIGINATOR

DIVN. DEPT.REVJOB NO

AUNIT/ MAIN

COSTDOC.

CODE SR.NO.

A307 000 YA MR 2605

SKS AR MN Issued for BidsA 12/03/2014

REV APPDCHKBYDATE D E T A I L S

Water Quality Analyser Systems15FX KOCHI REFINERY, KOCHI, KER

ITEM DESCRIPTION:

GROUP ITEM CODE DESTINATION :

DELIVERY PERIOD :IIITEM CATEGORY

This is a system generated approved document and does not require signature.

Page 97 of 208

ENGINEERS INDIA LIMITED

NEW DELHI

Project :

Client :

REQUISITION No. REVIREP

BPCL-KOCHI A307-000-YA-MR-2605 A

The

draw

ing,

des

ign

and

deta

ils g

iven

on

this

form

at a

re th

e pr

oper

ty o

f EN

GIN

EE

RS

IND

IA L

IMIT

ED

. The

y ar

e m

erel

y lo

aned

and

on

the

borr

ower

's e

xpre

ss a

gree

men

t tha

t the

y w

ill n

ot b

e re

prod

uced

,co

pied

, exh

ibite

d or

use

d, e

xcep

t in

limite

d w

ay p

erm

itted

by

a w

ritte

n co

nsen

t giv

en b

y th

e le

nder

to th

e bo

rrow

er fo

r the

inde

nded

use

. E

IL-1

641-

515

Rev

.1 A

4-21

0x29

7

Sheet 2 Of 4

DESCRIPTION QUANTITYS.NO TAG NO ./ ITEM CODE

Vendors shall quote prices against these items in their price scheduleVendor to note that the numbers given in square '[]' and curly '{}' brackets are not for their use andmeant for store purpose only.Items shall be tagged as per equipment Tag No. only.

TOC (HC) Analyser

TOC (HC) Analyser

TOC (HC) Analyser

TOC (HC) Analyser

TOC (HC) Analyser

TOC (HC) Analyser

TOC (HC) Analyser

TOC (HC) Analyser

TOC (HC) Analyser

TOC (HC) Analyser

TOC (HC) Analyser

TOC (HC) Analyser

TOC (HC) Analyser

TOC (HC) Analyser

TOC (HC) Analyser

TOC (HC) Analyser

TOC (HC) Analyser

Supply of two years operation and Maintenance Spares,as perenclosed instructions to vendorUnit Rates for addition /deletion

Training for Owner Personnel as per MR

Supervision of erection, testing and commissioning of items specifiedat Group A above as per enclosed special instructions to vendor

0IC-AT-7101

0IC-AT-8601

0ID-AT-7501

0ID-AT-7601

0ID-AT-8401

0IG-AT-6501

0IG-AT-8101

0IS-AT-7001

0IV-AT-8101

0IV-AT-8401

0IV-AT-8402

0IV-AT-9301

IFP-AT-1801

IUC-AT-1102

IUC-AT-1119

IUC-AT-1120

IUC-AT-2102

1.01

1.02

1.03

1.04

1.05

1.06

1.07

1.08

1.09

1.10

1.11

1.12

1.13

1.14

1.15

1.16

1.17

2

3

4

5

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

Nos

Nos

Nos

Nos

Nos

Nos

Nos

Nos

Nos

Nos

Nos

Nos

Nos

Nos

Nos

Nos

Nos

GROUP: A

Design ,engineering,manufacture,procurement of materials andbought out items/components, assembly at shop, system engineering,internal testing, inspection, Factory testing andacceptance at manufacturer's works, packing, delivery of thefollowing including supply of Mandatory Spares, Start-up &commissioning spares, special tools and tackles, consumables,erection materials and documentation as per the enclosed EILstandard specifications, Special instructions to vendor, data sheets etcand other codes and standards attached or referred in the MR.

1

Page 98 of 208

ENGINEERS INDIA LIMITED

NEW DELHI

Project :

Client :

REQUISITION No. REVIREP

BPCL-KOCHI A307-000-YA-MR-2605 A

The

draw

ing,

des

ign

and

deta

ils g

iven

on

this

form

at a

re th

e pr

oper

ty o

f EN

GIN

EE

RS

IND

IA L

IMIT

ED

. The

y ar

e m

erel

y lo

aned

and

on

the

borr

ower

's e

xpre

ss a

gree

men

t tha

t the

y w

ill n

ot b

e re

prod

uced

,co

pied

, exh

ibite

d or

use

d, e

xcep

t in

limite

d w

ay p

erm

itted

by

a w

ritte

n co

nsen

t giv

en b

y th

e le

nder

to th

e bo

rrow

er fo

r the

inde

nded

use

. E

IL-1

641-

515

Rev

.1 A

4-21

0x29

7

Sheet 3 Of 4

1

2

3

4

5

6

7

8

9

10

11

12

12

13

14

15

S. No.

Vendor Data Requirement

Special Instruction to Vendor

Technical Questionarrie

Proven Track Record

Calibration Cylinder Requirements forAnalysers

Logistic Support Certificate

Filled up Compliance Statement

Deviation List (if any)

Responsibility Definition

Water Quality Analyser (TypicalSchematic)

Datasheet Index with Datasheets

Std. spec for pH conductivity analyser

Standard specification forProcess StreamAnalyzers

Spec. for quality management sys.req.from bidders

Spec. for documentation requirementsfrom supplier

ITP for process stream analysers

DOCUMENT TITLE

A307-000-YA-VD-2605

A307-000-YA-SI-2605

A307-000-YA-TM-2605

A307-000-YA-PTR-2605

A307-000-YA-MD-2605

A307-000-YA-LS-2605

A307-000-16-51-CF-2605

A307-000-16-51-DL-2605

A307-000-YA-RD-2605

A307-000-YA-SK-2605

A307-000-YA-ID-2605

6-52-0029

6-52-0035

6-78-0001

6-78-0003

6-81-2035

DOCUMENT NO.

0

0

A

A

A

A

A

A

A

0

0

0

4

0

0

2

REV

12/03/2014

12/03/2014

12/03/2014

31/12/2013

31/12/2013

31/12/2013

31/12/2013

31/12/2013

31/12/2013

01/01/2014

31/12/2013

13/02/2012

30/03/2012

04/06/2009

04/06/2009

22/03/2012

DATE

In case of any subsequent revision of MR or PR,only revised sheets of the attachments listed above shall be issuedalongwith the revision.

LIST OF ATTACHMENTS

GENERAL NOTES:

SHEETS

3

6

1

1

2

3

2

1

3

1

36

13

22

9

12

6

Page 99 of 208

Administrator
Text Box

Eng

inee

rs In

dia

Lim

ited

Clie

nt/ P

roje

ct:B

PC

L-K

OC

HI/

IRE

P

S.N

o.D

rg/ D

oc. N

omen

clat

ure

as p

er E

IL V

endo

r Dat

aR

equi

rem

ent

Title

Rev

. 0R

ev. 1

Rev

. 2

Ven

dor D

rg/ D

oc N

o.Fo

rmE

lect

roni

c(E

)/ P

rint (

P)

Cat

egor

yR

evie

w(R

)/R

ecor

ds(I)

Sch

edul

eD

ate

of 1

stS

ubm

issi

on(R

ev. 0

)

Ant

icip

ated

(Ant

) Dat

e of

sub

mis

sion

by

vend

orA

ctua

l (A

ct) D

ate

of s

ubm

issi

on b

y ve

ndor

Dat

e of

Ret

urn

(Rew

) by

EIL

Rev

iew

Sta

tus

(Cod

e)R

ev. 3

Cod

eR

ewAct

Ant

Cod

eR

ewAct

Ant

Cod

eR

ewAct

Ant

Cod

eR

ewAct

Ant

Cod

eR

ewAct

Ant

Rem

arks

Ven

dor

Dra

win

g/ D

ocum

ent S

ubm

issi

on S

ched

ule

Item

Des

crip

tion:

Wat

er Q

ualit

yA

naly

ser

Sys

tem

s

Ven

dor's

Nam

e

:C

onta

ct P

erso

n (N

ame/

Tel

/ Fax

/ em

ail)

:S

tatu

s D

ate:

Con

tact

Per

son(

EIL

):E

IL O

rigi

natin

g D

epar

tmen

t :I

nstr

umen

tatio

n

PR

No.

:

Dat

e of

LO

I:

PO

No.

:

Dat

e of

PO

:

Rev

iew

Sta

tus

Cod

e:

1. N

o C

omm

ents

2. P

roce

ed w

ith m

anuf

actu

re/ f

abric

atio

n as

per

com

men

ted

docu

men

t.R

evis

ed d

ocum

ent r

equi

red.

3. D

ocum

ent d

oes

not c

onfo

rm to

bas

ic re

quire

men

ts a

s m

arke

d.R

esub

mit

for R

evie

w. R

: Ret

aine

d fo

r Ref

eren

ce

V: V

oid

Form

No.

EIL

-164

1-19

23 R

ev.1

Page 100 of 208

VENDOR DATA REQUIRMENT

ENGINEERS INDIA LIMITED

NEW DELHIUNIT :CLIENT

VENDOR :

ORDER NO. :

REV APPVDCHKDBYDATE

PLANT :

000

A307-000-YA-MR-2605MNARSKS12/03/2014

A307-000-YA-VD-2605 0

IREP

BPCL-KOCHI

SPECIFICATION REV

REQ. NO. :

The

draw

ing,

des

ign

and

deta

ils g

iven

on

this

form

at a

re th

e pr

oper

ty o

f EN

GIN

EE

RS

IND

IA L

IMIT

ED

. The

y ar

e m

erel

y lo

aned

and

on

the

borr

ower

's e

xpre

ss a

gree

men

t tha

t the

y w

illno

t be

repr

oduc

ed, c

opie

d, e

xhib

ited

or u

sed,

exc

ept i

n lim

ited

way

per

mitt

ed b

y a

writ

ten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for t

he in

dend

ed u

se.

EIL

-165

1-72

6 R

ev.0

A4-

210x

297

0

Page 1 Of 3

Vendor Drawng & Docuemnt ScheduleSub Vendor ListTransportation time CalculationsAnalyser System/Sampling System GA drawingsStatutory Body certificates for hazardous areaTubing/Piping dwg showing components of sampling andsample handling systemList of components (Parts List)Utility consumption detailsCalibration Cylinder Details Catalogues including technical information in englishBill of MaterialsSpecial Equipments / Tools required for maintenanceInstallation, Operation and Maintenance ManualList of Startup and commissioning sparesList of consumablesList of Two years normal operation & Maintenance sparesCompliance Statement (Format Attached)Proven Track record (Format Attached)Responsibility Definition (Format Attached)Logistics Support Certificate (Format Attached)Deviation List if any (Format Attached)Final Documentation in CDGA Drawings & Datasheets in Auto CAD / MS Excel (notscanned)Filled up DatasheetsMandatory Spare List

Prints

WithProposal(Prints)

Date Needed

AFTER PURCHASE ORDERDescription

X

X

XXX

XXXXXXXX

XX

X(i)X(i)X(a)X(a)X(i)X(i)

X(i)

X(i)

X(i)X(i)X(i)X(i)X(i)

X(a)

1. 2. 3. 4. 5. 6.

7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23.

24. 25.

FinalDocumentation

/ As Built

XXXXXX

X

XXXXXXX

XX

Page 101 of 208

VENDOR DATA REQUIRMENT

ENGINEERS INDIA LIMITED

NEW DELHIUNIT :CLIENT

VENDOR :

ORDER NO. :

REV APPVDCHKDBYDATE

PLANT :

000

A307-000-YA-MR-2605MNARSKS12/03/2014

A307-000-YA-VD-2605 0

IREP

BPCL-KOCHI

SPECIFICATION REV

REQ. NO. :

The

draw

ing,

des

ign

and

deta

ils g

iven

on

this

form

at a

re th

e pr

oper

ty o

f EN

GIN

EE

RS

IND

IA L

IMIT

ED

. The

y ar

e m

erel

y lo

aned

and

on

the

borr

ower

's e

xpre

ss a

gree

men

t tha

t the

y w

illno

t be

repr

oduc

ed, c

opie

d, e

xhib

ited

or u

sed,

exc

ept i

n lim

ited

way

per

mitt

ed b

y a

writ

ten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for t

he in

dend

ed u

se.

EIL

-165

1-72

6 R

ev.0

A4-

210x

297

0

Page 2 Of 3

NOTES :

1. Fold all drawings to 216mm X 279mm and roll transparencies.

2. Vendor to provide all printed matter to ENGINEERS INDIA LIMITED (EIL). ATTENTION -

LEGEND:

Categories preceeded with * will be approved for fabrication by Engineers India Limited. The remaining drawings are needed for information only.

A/C = As compiled A/R = As required W/S = With shipment W = Weeks

IMPORTANT

While submittimg drawings and documents for review as indicated in vendor data requirement, vendor must ensure the following :

1. A blank space measuring 75 mm W x 38 mm H shall be provided on all vendor drawings (on the front side) for marking review codes etc. by ENGINEERS INDIA LIMITED.

2. The review of the drawings shall be done as applicable, under the following review codes : a) Review Code 1 : No Comments. b) Review Code 2 : Proceed with manufacture / fabrication as per commented drawing. Revised drawing required. c) Review Code 3 : Document does not conform to the basic requirements as marked. Resubmit for review.

3. Review of the vendor drawings by EIL would be only to check compatibility with basic design and concepts and would in no way absolve the manufacturer / fabricator of his responsibility to meet the applicable codes, specifications and statutory rules and regulations.

4. For drawings / documents indicated as FOR INFORMATION in the vendor data requirement, vendor must clearly mark FOR INFORMATION ONLY on the submitted drawings / documents.

Vendor Drawing Control5th Floor EI House, 1, Bhikaji Cama Place, New Delhi-110066.

I. Any drawing/document not indicated in the list above but required during erection, commissioning or forreconfiguration of the system shall also be supplied by the Vendor on demand.

II. X indicates required. Suffix Codes mean the following: - (i) For Information - (a) For Approval

III. The soft copy of documentation shall be in editable form (CAD. Excel, Database etc ).

IV. Refer to the column for 'Date needed' in the table above. The same shall be discussed and finalised

Page 102 of 208

VENDOR DATA REQUIRMENT

ENGINEERS INDIA LIMITED

NEW DELHIUNIT :CLIENT

VENDOR :

ORDER NO. :

REV APPVDCHKDBYDATE

PLANT :

000

A307-000-YA-MR-2605MNARSKS12/03/2014

A307-000-YA-VD-2605 0

IREP

BPCL-KOCHI

SPECIFICATION REV

REQ. NO. :

The

draw

ing,

des

ign

and

deta

ils g

iven

on

this

form

at a

re th

e pr

oper

ty o

f EN

GIN

EE

RS

IND

IA L

IMIT

ED

. The

y ar

e m

erel

y lo

aned

and

on

the

borr

ower

's e

xpre

ss a

gree

men

t tha

t the

y w

illno

t be

repr

oduc

ed, c

opie

d, e

xhib

ited

or u

sed,

exc

ept i

n lim

ited

way

per

mitt

ed b

y a

writ

ten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for t

he in

dend

ed u

se.

EIL

-165

1-72

6 R

ev.0

A4-

210x

297

0

Page 3 Of 3

during kick off meeting, for achieving the overall schedule.

V. Note-1 & 2 above is not applicable as document shall be submitted as soft copies through eDMS.

Page 103 of 208

ENGINEERS INDIA LIMITED

NEW DELHIUNIT :CLIENT

SPECIAL INSTRUCTION TO VENDORS

VENDOR :

ORDER NO. :

REV APPVDCHKDBYDATE

PLANT :

000

A307-000-YA-MR-26050 MNARSKS12/03/2014

A307-000-YA-SI-2605 0

IREP

BPCL-KOCHI

SPECIFICATION REV

REQ. NO. :

The

draw

ing,

des

ign

and

deta

ils g

iven

on

this

form

at a

re th

e pr

oper

ty o

f EN

GIN

EE

RS

IND

IA L

IMIT

ED

. The

y ar

e m

erel

y lo

aned

and

on

the

borr

ower

's e

xpre

ss a

gree

men

t tha

t the

y w

illno

t be

repr

oduc

ed, c

opie

d, e

xhib

ited

or u

sed,

exc

ept i

n lim

ited

way

per

mitt

ed b

y a

writ

ten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for t

he in

dend

ed u

se.

EIL

-165

1-72

6 R

ev.0

A4-

210x

297 Page 1 Of 6

(BIDDING INSTRUCTIONS)---------------------------------------------A1. This Special Instructions to Vendor together with the analyser data sheets, Standard Specification for Process StreamAnalyser and all other documents attached with the MR defines the minimum requirements of specified analysers designedfor reliable and effective analysis of Water Quality (TOC) as indicated in this MR.

A2. Bidder to specifically note that all items covered in this MR shall be ordered together, as a group, on one Bidder andevaluation shall be carried out on Bottom Line (lumpsum) basis for the group. Bidder must submit the Lump sum price for thegroup, covering all the items, accessories, spares, testing and documentation requirement as specified in the MR. Noinformation / description, technical or non-technical, other than what is required as per price format shall be filled orsubmitted. In view of this, Bidder shall carefully review the MR requirements and submit the offer.

A3. Offer must be accompanied by relevant detailed technical specifications and catalogues in English. An offer withoutcatalogues shall be considered incomplete and is liable to be rejected.

A4. Bidder's offer shall include signed and stamped copy of each of the following documents confirming compliance torequirements specified;a) Vendor data requirementsb) Data sheetsc) Special instructions to Vendord) Standard specificationsAny sheet not furnished or furnished without signature / stamp shall also be considered as compliance to the specifications.In case of placement of order, Bidder's claim of not complying with any of requirements covered under such documents shallbe rejected.

A5. Deviations, in general shall not be acceptable. Bidder must desist from taking any deviation. However, in case deviationon any technical requirement is necessary, Bidder must include valid technical reason for taking such a deviation.Deviations, if any, shall be furnished in a separate format called 'Deviation List Format' (A307-000-YA-OD-2605) attachedwith the MR. Further, deviations indicated without providing any technical reasons or statements of general nature orindicated as clarification or not furnished in the format indicated above shall be ignored during evaluation.

A6.Bidder shall be responsible for selecting the correct model nos. of the analysers, components and all other accessories tomeet the purchaser's specification given in the MR. Any change found necessary at any stage of the project to meet thepurchaser's specification covered under this MR, shall be carried out by the Bidder without any cost and time implications.Bidder to note that alternate quote shall not be furnished for the group. If any change is required at a later stage due to wrongselection, the same shall be borne by Bidder without any price and time implication.

A7. Acceptance Criteriai)All items as offered shall be field proven and should have been operating satisfactorily individually for a period of minimum4000 hours on bid due date in conditions / services similar to as specified in purchaser's data sheets. Items with prototypedesigns or items not meeting provenness criteria specified above shall not be offered.

ii) Bidder shall submit the proven track record for the offered items in the proven track record format attached with this MRalong with offer. Incomplete, ambiguous and incorrect entries in the proven track record format may lead to rejection of theoffer without any intimation to the Bidder.

iii) The offered analysers shall continue to be supported by the Bidder and analyser manufacturer for a minimum period of 10years. The quoted systems shall not be withdrawn by analyser manufacturer from Indian market in next (3) three years fromthe date of placement of order as a matter of corporate policy. Bidder and analyser manufacturer shall continue to supportthe Purchaser in providing back-up engineering, maintenance support and spare part support for a period of 10 years fromthe date of Expiry of Warranty. Bidder shall furnish the Certificate for providing necessary support services in favour of thePurchaser (M/s BPCL-KR) from each of the analysers manufactured by the Bidder's committing themselves to providelogistic to purchaser in the format (A307-000-YA-LS-2605) furnished along with this portion of MR.

iv) Analyzer manufacturer shall stand guarantee for the performance of the complete analyzer as per specified performance

Part A:

Page 104 of 208

ENGINEERS INDIA LIMITED

NEW DELHIUNIT :CLIENT

SPECIAL INSTRUCTION TO VENDORS

VENDOR :

ORDER NO. :

REV APPVDCHKDBYDATE

PLANT :

000

A307-000-YA-MR-26050 MNARSKS12/03/2014

A307-000-YA-SI-2605 0

IREP

BPCL-KOCHI

SPECIFICATION REV

REQ. NO. :

The

draw

ing,

des

ign

and

deta

ils g

iven

on

this

form

at a

re th

e pr

oper

ty o

f EN

GIN

EE

RS

IND

IA L

IMIT

ED

. The

y ar

e m

erel

y lo

aned

and

on

the

borr

ower

's e

xpre

ss a

gree

men

t tha

t the

y w

illno

t be

repr

oduc

ed, c

opie

d, e

xhib

ited

or u

sed,

exc

ept i

n lim

ited

way

per

mitt

ed b

y a

writ

ten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for t

he in

dend

ed u

se.

EIL

-165

1-72

6 R

ev.0

A4-

210x

297 Page 2 Of 6

specifications given in MR.

A8. Bidder shall note that the offer will be evaluated on the basis of the following Documents only. Bidder shall submit thesame along with the offer.a) Proven Track Record Format (A307-000-YA-PTR-2605)b) Logistic Support Certificate (A307-000-YA-LS-2605)c) Filled up Compliance Statement (A307-000-16-51-CF-2605)d) Deviation List (if any) in Deviation List Format (A307-000-YA-OD-2605)e) Responsibility definition (A307-000-YA-RD-2605)

A9. Bidder shall furnish without fail with the offer all required information as mentioned in the Vendor Data Requirementattached with the MR for each of the offered analyser / analyser system. Non submission of the required information maylead to rejection of the offer without any intimation.

A10. BPCL-KR / EIL reserve the right to access the capability and capacity of the Bidder for execution of the project.BPCLKR/ EIL also reserve their right to reject any offer received at its discretion without assigning any reason whatsoever.

A11. Bidder to note that a pre-bid meeting shall be held in which the Bidder can seek any clarification/confirmation if required.Bidder shall ensure that this conference is attended by both the technical and commercial personnel of the Bidder whoshould have thoroughly scrutinized the MR beforehand so that all the issues are finally resolved in the meeting.

PART - B(SPECIFIC JOB REQUIREMENTS)--------------------------------------------------------B1. IntroductionThis material requisition contains the requirement of Water Quality Analysers (TOC) for the following units:a) CDU-VDU (0IC)b) DCU (0ID)c) DHDT (0IG)d) PRU (IFP)e) SRU (0IS)f) VGO-HDT (0IV)g) Cooling Tower (IUC)All the analysers covered in this MR are included in a single group i.e., Group A as given in the document A307-000-YA-ID-2605 (Datasheet Index). Total quantity 17 nos.

Bidder to note that the evaluation shall be carried out on bottom line basis (lump sum basis) for all the tags in the groupincluding accessories, spares, testing, training & all other requirements of MR.All the Water Quality Analysers (TOC)along with their accessories, spares, testing and training requirements shall be orderedtogether as a group on one Bidder. As such bidder must quote for all analysers in the group so as to be considered for thegroup.

B2. DefinitionsThe following definitions shall apply:Purchaser: BPCL-KRConsultant: EIL

B3. Bidder to comply with Standard specification for process stream analyser (6-52-0035 Rev.4) for Water Quality (TOC)Analysers covered in this MR. The same shall be read in conjunction with these special instructions to vendor and thedatasheets enclosed in this material requisition. However any discrepancy exists between the above documents, specialinstructions to vendor and datasheets shall override.

B4. Details of utilities to be provided by Purchaser.

a) POWER SUPPLY110 V AC for power supply shall be provided by Purchaser at a single point near each Water Quality (TOC) Analyzerelectronics. Further distribution and derivation to the required power levels for proper functioning of analysers is in Bidder'sscope including distribution boxes, terminations, cabling etc.

Page 105 of 208

ENGINEERS INDIA LIMITED

NEW DELHIUNIT :CLIENT

SPECIAL INSTRUCTION TO VENDORS

VENDOR :

ORDER NO. :

REV APPVDCHKDBYDATE

PLANT :

000

A307-000-YA-MR-26050 MNARSKS12/03/2014

A307-000-YA-SI-2605 0

IREP

BPCL-KOCHI

SPECIFICATION REV

REQ. NO. :

The

draw

ing,

des

ign

and

deta

ils g

iven

on

this

form

at a

re th

e pr

oper

ty o

f EN

GIN

EE

RS

IND

IA L

IMIT

ED

. The

y ar

e m

erel

y lo

aned

and

on

the

borr

ower

's e

xpre

ss a

gree

men

t tha

t the

y w

illno

t be

repr

oduc

ed, c

opie

d, e

xhib

ited

or u

sed,

exc

ept i

n lim

ited

way

per

mitt

ed b

y a

writ

ten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for t

he in

dend

ed u

se.

EIL

-165

1-72

6 R

ev.0

A4-

210x

297 Page 3 Of 6

b) COOLING WATER Cooling water shall be made available as follows at the sample handling system of the analysers, wherever required:

Supply Pressure : 4.6 Kg/cm2g (Normal), 7.6 Kg/cm2g (Design) Return Pressure : 2.6 Kg/cm2g (Normal), 7.6 Kg/cm2g (Design)Supply Temperature : 33 deg.C (Normal)Return Temperature : 45 deg. C (Maximum)

c) NitogenNitrogen : 1", 150# FlangedPressure: 4 Kg/cm2G (Minimum), 6.5 Kg/cm2G (Normal), 7.0 Kg/cm2G(Maximum), 10.0 Kg/cm2G (Design).

Bidder to indicate in their offer the exact utility requirement based on the above for each of the offered analyzer.

B5. Hazardous Area- Type of Protection:The requirement of statutory approvals for usage of equipment/instruments/ systems in electrically hazardous areas shall beas as per clause no. 1.2.2.h of Standard specification for Process Stream Analyzers (6-52-0035, Rev.4).

B6. General Analyser Requirements:(i) Analyser and its related equipments directly connected to process line shall be capable of withstanding line pressure andtemperature conditions specified in data sheets.(ii) Analyser design and design of sample handling system shall be such that components or any sub-assembly that requiresremoval shall be possible without any need to disassemble any other component. Such components shall include items likefilters, pressure regulators, flow indicator, detector, electronic modules etc.(iii) All Analysers shall be supplied as precalibrated from bidder works.iv) The Water Quality (TOC) analyser along with sample handling system and sample cell shall be supplied preinstalled in afree standing analyser cabinet installed in safe area except if specified otherwise in datasheet. The offered analyser cabinetshall be provided with a vortex cooler or air conditioning unit, in case, the offered analyser is not suitable for the siteconditions meeting the clause no. 2.2.17.c of 6-52-0035 attached in the MR. The requirement of vortex cooler or airconditioning unit shall be clearly indicated by bidder in his offer. The electrical/electronic components at sample take-off shallbe suitable for hazardous area classification specified in the data sheets. The cabinet shall be provided with a FRP/ SScanopy / sunshade. Cabinet shall be SS material of construction and the maximum height of cabinet shall be limited to2100mm. Cabinet shall be suitable for side and bottom cable entry.

The vortex cooler (if required) shall be provided with compressed air system and air dryer of suitable size and capacity. Noinstrument air shall be provided by purchaser for vortex cooler. Bidder shall use 240V AC power supply provided byPurchaser at one point near the cabinet for Air conditioning (if required).

v) Sample Handling System:(a) The sample handling system in general shall be as per API, meeting analysis requirement. The pressure reduction whereever required shall be provided alongwith safety valve at its downstream. All sample handling components shall be of 316SS, as a minimum including isolation valves, instrument fittings, vent lines etc.(b) Sample probe shall be provided by bidder to obtain representative sample from the line. The sample probe shall beinserted in the pipe through a line isolation valve (ball valve), which shall be part of bidder's scope of supply. The sampleprobe shall be 316 SS as a minimum suitable for the application and shall have flanged process connection as specified inthe datasheets.

(c) Sampling system shall include a sample block valve on all process sample line located immediately after the sampleprobe. The size of the sample block valve shall be as per the sample line size and the rating shall be as specified in datasheet.

(d) The sampling system shall be designed to ensure no deterioration or condensation of sample takes place in sample line.

(e) For fast loop, bidder shall provide flowmeter for sample bypass flow. Sample return line to process shall be provided withisolation valve and check valve.

(f) The approximate distance between sample takeoff / return points and analyser are indicated in datasheets and attachedsketch(Drg. no.A307-000-YA-SK-2605) and vendor to quote accordingly. The exact distances shall be worked out duringdetail engineering. Tapping connection shall be as shown in above sketch.

Page 106 of 208

ENGINEERS INDIA LIMITED

NEW DELHIUNIT :CLIENT

SPECIAL INSTRUCTION TO VENDORS

VENDOR :

ORDER NO. :

REV APPVDCHKDBYDATE

PLANT :

000

A307-000-YA-MR-26050 MNARSKS12/03/2014

A307-000-YA-SI-2605 0

IREP

BPCL-KOCHI

SPECIFICATION REV

REQ. NO. :

The

draw

ing,

des

ign

and

deta

ils g

iven

on

this

form

at a

re th

e pr

oper

ty o

f EN

GIN

EE

RS

IND

IA L

IMIT

ED

. The

y ar

e m

erel

y lo

aned

and

on

the

borr

ower

's e

xpre

ss a

gree

men

t tha

t the

y w

illno

t be

repr

oduc

ed, c

opie

d, e

xhib

ited

or u

sed,

exc

ept i

n lim

ited

way

per

mitt

ed b

y a

writ

ten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for t

he in

dend

ed u

se.

EIL

-165

1-72

6 R

ev.0

A4-

210x

297 Page 4 Of 6

vi) The analyser shall be supplied in pre-assembled, pre-tubed and pre-wired condition complete with sample handlingsystem duly installed in analyser cabinet in ready to commission condition except that the primary sample conditioning uniti.e conditioning at sample tap-off point and sample tubing between sample take off point / sample return / vent and analysershall be supplied separately. vii) General Requirements (Cables, Junction Boxes, Cable Glands, Tubes, Tube Fittings etc):

(a) Bidder shall supply all the interconnecting cables, cable glands, tubes/ tube fittings etc. as required between the probeand the sample handling system, between sample handling system and analyser, between analyser and analyser electronicsmodules, between analyser and sample return / vent lines to achieve proper functioning of analysers.

(b) All interconnecting cables shall be PVC insulated and armoured. If armoured cables are not possible, then bidder to notethat these cables shall be provided with suitable SS flexible conduits for cable protection and the cables shall be glandedproperly at both the sensor end as well as the transmitter end so that the terminals are not exposed.

(c) Bidder to note that separate cable entries for power supply & signal cables shall be provided. Cable entries and cablegland sizes shall be in NPT standards (1/2" NPT for signal and 3/4" NPT for power supply in general). The same shall bedouble compression type of material nickel plated brass and shall be provided with PVC hood.

(d) Tube fittings shall be double compression type (Swagelok / Parker make) and shall be of minimum SS 316 or better.

(e) All the cables shall be properly terminated in junction / terminal boxes. Flying leads are not acceptable. Separate junction/ terminal boxes shall be provided for power and signal cables.

(f) All electrical components like junction boxes, power distribution boxes, cable glands etc shall be weather proof to IP 55and certified flame proof suitable for specified hazardous area classification The power switch shall be certified flame proof(Exd) suitable for specified hazardous area classification.

B7. Bidder shall be completely responsible for the selection of proper material & design to ensure proper functioning of theanalyser based on sample process conditions described in data sheets and specifications. Minimum material of construction(MOC) for body, pipes, tubes, all fittings and other wetted parts shall be SS 316. However, Bidder as per their experiencemay offer superior specifications for the above indicated items and in such case; bidder must clearly indicate material of allwetted parts in their offer.

B8. Bidder shall be fully responsible for providing all necessary items / accessories to meet the functional and operationalrequirements as specified in this MR and consider the bill of material accordingly. Any additional hardware or software foundnecessary at a later date to meet MR requirements, shall be supplied by Bidder without any time and price implications.

B9. Cable from Analyser to control room shall be in purchaser's scope. Bidder to indicate in the offer distance limitation, if anywith the offered Analyser and any special requirements of the cable.

B10. Bidder shall note that the charges towards the inspection shall be included in the supply of the analyzer system.As a minimum, the inspection and testing requirements as per Standard specification for process stream analyzers (6-52-0035, Rev.4) and Inspection Test Plan (6-81-2035) specified, shall be adhered to.Bidder to note the following additionally regarding the Repeatability TestingRepeatability of the analyser shall be checked by connecting either span gas (if it is approximately 70% of analyser span) orany other sample on continuous basis for the following time period.

a) 24 hours by manufacturer and report to be submitted for review.b) 8 hours during witness inspection.

Unless otherwise specified, purchaser reserves the right to test and inspect all the items at Bidder's works.

B11. Spare Parts

a) Mandatory spares: Bidder shall supply 5% or minimum 1 no. of each type of probe and electronic module used in theoffered analysers as mandatory spare for the group separately and price for same shall be included in base price of thegroup. List of mandatory spares shall be furnished by bidder in his offer.

b) Start Up and Commissioning Spares: Bidder shall supply the start up and commissioning spares as recommended by

Page 107 of 208

ENGINEERS INDIA LIMITED

NEW DELHIUNIT :CLIENT

SPECIAL INSTRUCTION TO VENDORS

VENDOR :

ORDER NO. :

REV APPVDCHKDBYDATE

PLANT :

000

A307-000-YA-MR-26050 MNARSKS12/03/2014

A307-000-YA-SI-2605 0

IREP

BPCL-KOCHI

SPECIFICATION REV

REQ. NO. :

The

draw

ing,

des

ign

and

deta

ils g

iven

on

this

form

at a

re th

e pr

oper

ty o

f EN

GIN

EE

RS

IND

IA L

IMIT

ED

. The

y ar

e m

erel

y lo

aned

and

on

the

borr

ower

's e

xpre

ss a

gree

men

t tha

t the

y w

illno

t be

repr

oduc

ed, c

opie

d, e

xhib

ited

or u

sed,

exc

ept i

n lim

ited

way

per

mitt

ed b

y a

writ

ten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for t

he in

dend

ed u

se.

EIL

-165

1-72

6 R

ev.0

A4-

210x

297 Page 5 Of 6

Bidder for all the tags in the group. Price for same shall be included in price of the group. Bidder shall also refer Standardspecification for Process stream Analyzer, (6-52-0035-Rev.4) cl. 1.2.6 (d), the startup and commissioning spares listed there(as applicable) for Water Quality (TOC) Analysers shall be offered as a minimum. List of the same shall be furnished byvendor in their offer.

c) Reference / Calibration kits and Consumables:Bidder shall quote for the Reference / Calibration kits and Consumables as applicable for the group as per StandardSpecification for Process Stream Analysers (6-52-0035-Rev.4) cl. 1.2.6 (a), (b) and (c) and furnish the list for the same alongwith the offer. Price for the same shall be included in the base price for the group. Consumables including calibrationcomponents as per A307-000-YA-MD-2605 and/ or any other consumable shall be provided by Bidder for the group andsame shall be included in base price of the group. Bidder shall supply all consumables as per Bidder's recommendationrequired during startup, commissioning and six months of normal operation for each analyser. List of consumablesconsidered by bidder for each analyser shall be furnished in the offer. Any additional consumables required over and abovethe list furnished by bidder in his offer for the specified period shall be supplied by bidder without any price implications.

d) Bidder shall supply any special instrument or tools needed for testing, calibration and maintenance of offered WaterQuality analysers (TOC) as per Standard Specification for Process Stream Analysers (6-52-0035-Rev.4) cl. 1.2.6 (e) andfurnish the list for the same along with the offer. Price for the same shall be included in base price of the group. If at anystage it is observed that any additional special tools are required for the analysers, the same shall be provided, without anycost and time implication, by the bidder.

e) Bidder shall quote separately for recommended spare parts for 2 years normal operation for the group as per StandardSpecification for Process Stream Analysers (6-52-0035-Rev.4) cl. 1.2.6 (g) and furnish the list for the same along with theoffer.

B12. Bidder shall provide unit price for following:a) Sample tubing/lines (per meter basis)b) Unit rate of interconnecting cable between sensor and analyser unit/transmitter. (per meter basis).c) Unit Rate of each analyser.Bidder to note that these unit rates are for addition/ deletion purposes only and the required quantity for each item shall beincluded in the base price.

B13. Training Requirements:Training shall be provided as follows : Bidder shall be responsible to train the Purchaser's personnel at site for operation, maintenance and engineering of theWater Quality (TOC) analyser system which shall cover 10 persons for 2 days (i.e., 20 Mandays) for the Water Quality (TOC)analysers and other associated equipments of the system. Price for the same shall be included in the base price of theGroup.

B14. SUPERVISION OF INSTALLATION AND COMMISSIONING:Purchaser may require the service of Bidder's specialist during commissioning for supervision of erection, testing andcommissioning of the Water Quality (TOC) analyser system. Hence Bidder must quote per diem rate for the visit of theirspecialist to BPCL-KR for supervision of erection, testing and commissioning of Water Quality (TOC) Analyser at site. Four(4) days of visit for the Group shall be considered in the offer for evaluation purpose based on the per diem rate to be quotedby Bidder. This is exclusively for commissioning assistance and does not include any visit by Bidder for malfunctioning ofinstrument or instrument not meeting the requirements as per specification.

Bidder to note that in case Bidder / manufacturer's visit is found necessary because of non-functional behavior or any offeredanalyser not meeting agreed specification during warranty period, this shall be considered as per warranty agreement.

B15. Bidder to ensure the submission of all drawings / documents mentioned in VDR shall be in soft copies through EILeDMS portal only during detail engineering & no documents shall be submitted through hard copies. However as builtdocument shall be submitted in hard copy along with soft copy.

B16. Bidder shall furnish soft copies of all as built drawings and datasheets in Autocad/ MS excel formats for loading inPurchaser's Documentation Node.

B17. SITE CONDITIONS

Page 108 of 208

ENGINEERS INDIA LIMITED

NEW DELHIUNIT :CLIENT

SPECIAL INSTRUCTION TO VENDORS

VENDOR :

ORDER NO. :

REV APPVDCHKDBYDATE

PLANT :

000

A307-000-YA-MR-26050 MNARSKS12/03/2014

A307-000-YA-SI-2605 0

IREP

BPCL-KOCHI

SPECIFICATION REV

REQ. NO. :

The

draw

ing,

des

ign

and

deta

ils g

iven

on

this

form

at a

re th

e pr

oper

ty o

f EN

GIN

EE

RS

IND

IA L

IMIT

ED

. The

y ar

e m

erel

y lo

aned

and

on

the

borr

ower

's e

xpre

ss a

gree

men

t tha

t the

y w

illno

t be

repr

oduc

ed, c

opie

d, e

xhib

ited

or u

sed,

exc

ept i

n lim

ited

way

per

mitt

ed b

y a

writ

ten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for t

he in

dend

ed u

se.

EIL

-165

1-72

6 R

ev.0

A4-

210x

297 Page 6 Of 6

All the field instruments/ items including analyzers shall be suitable for unprotected installation in hot, humid and corrosiveenvironment having following ambient conditions:Ambient Conditions: The site environmental conditions are as follows:Maximum ambient temperature : 38 º CMinimum ambient temperature : 20 º CRelative humidity : 95% (max) @ 38°CRainfall data : 179mm for 1 hour period

Page 109 of 208

TECHNICAL QUESTIONNAIRE

This questionnaire shall be duly filled in and submitted along with unpriced sets of offers to avoid furtherqueries and to ensure proper evaluation of your offer in time. If this is not complied with, your offer is liable to be rejected.------------------------------------------------------------------------------------------------------------------------------------------------------------------------- ANSWER 'YES' 'NO' OR 'NOT APPLICABLE'

DESCRIPTION BIDDER'S RESPONSE-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

ENGINEERS INDIA LIMITED

NEW DELHIUNIT :CLIENT

VENDOR :

ORDER NO. :

REV APPVDCHKDBYDATE

PLANT :

000

A307-000-YA-MR-2605A MNARSKS12/03/2014

[ ] Deviation [ ] No Deviation Vendor Seal And Signature

A307-000-YA-TM-2605 A

IREP

BPCL-KOCHI

SPECIFICATION REV

REQ. NO. :

The

draw

ing,

des

ign

and

deta

ils g

iven

on

this

form

at a

re th

e pr

oper

ty o

f EN

GIN

EE

RS

IND

IA L

IMIT

ED

. The

y ar

e m

erel

y lo

aned

and

on

the

borr

ower

's e

xpre

ss a

gree

men

t tha

t the

y w

illno

t be

repr

oduc

ed, c

opie

d, e

xhib

ited

or u

sed,

exc

ept i

n lim

ited

way

per

mitt

ed b

y a

writ

ten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for t

he in

dend

ed u

se.

EIL

-165

1-TE

Q

-------------------------------------------------------------------------------------------------------------------------------------------------------------------------- NOTE : If the answer is 'NO' , then furnish reasons thereof.

Page 1 Of 1

1. Have you any deviations to the following: i) General Specifications (clausewise) ii) Special requirements (clausewise) iii) Instrument specifications indicated in the data sheets. iv) The scope of supply as indicated in the material requisition. If `yes' have you included the list of deviations? (If no deviations are furnished, it will be assumed that all the specifications and requirements of the subject requisition are complied with and no deviations whatever will be accepted after the placement of order.)-------------------------------------------------------------------------------------------------------------------------------------------------------------2. Have you quoted for the spare parts including consumable items required for the startup and 2 years normal operation/maintenance of the Instruments?-------------------------------------------------------------------------------------------------------------------------------------------------------------3. Have you quoted for the mounting accessories, special calibration kits and equipments (complete with technical details) required if any, for the erection, commissioning and maintenance of the instruments?-------------------------------------------------------------------------------------------------------------------------------------------------------------4. A) Have you enclosed the relevant technical catalogue/Literature in ENGLISH language including model decoding details, drawings etc. necessary for the evaluation of your offer? (NOTE: In case of line mounted instruments, viz. control valves, positive displacement meters, Pressure relief valves etc., for all the lines quoted, relevant dimensional details required for the installation must be furnished along with the offer.) B) Have you confirmed that the documents required as per vendor data Requirements will be supplied after the placement of order. C) If so, have you indicated the extra price applicable, if any?-------------------------------------------------------------------------------------------------------------------------------------------------------------5. Have you furnished sizing, noise level calculations and certified capacity curves for the instruments, wherever applicable?-------------------------------------------------------------------------------------------------------------------------------------------------------------6. Have you furnished, separately the `Shop inspection charges, if any, for inspection at your works by EIL/Third party? (The details of the tests to be carried out on the instruments during shop inspection are to be furnished)-------------------------------------------------------------------------------------------------------------------------------------------------------------7. Have you furnished the certificates from statutory bodies vis. BASEEFA, FM, CSA etc. for the Explosion proof construction / intrinsically safe design of the instruments, wherever specified?-------------------------------------------------------------------------------------------------------------------------------------------------------------8. Have you furnished the certificates from statutory authority i.e., CCOE certificate for all electrical equipments for intrinsically safe/ explosion proof design wherever specified?-------------------------------------------------------------------------------------------------------------------------------------------------------------9. Have you confirmed that IBR certification in Form III(C) or equivalent certification from statutory bodies viz. Lloyds, Bureau veritas, TUV etc. will be furnished wherever specified?-------------------------------------------------------------------------------------------------------------------------------------------------------------10. Have you indicated separately the installation and commissioning charges, in case the same are included in your scope of work?-------------------------------------------------------------------------------------------------------------------------------------------------------------11. Have you furnished the estimated power / utility consumptions and special cable requirements, if any, for the instruments quoted?-------------------------------------------------------------------------------------------------------------------------------------------------------------12. Have you furnished the customer reference list in India/Abroad.

Page 110 of 208

DATA SHEET INDEX WITH

GROUPING DETAILS

DOCUMENT No.

A307-000-16-51-ID-2605 Rev 0

Page 1 of 1

Format No. 8-00-0001-F1 Rev. 0

Copyright EIL – All rights reserved

GROUP-A: GROUP-A: WATER QUALITY (TOC) ANALYSER, ( FOR UNITS CDU-VDU (0IC),

DCU (0ID), DHDT (0IG), PRU (IFP), SRU (0IS), VGO-HDT (0IV), AND COOLING

TOWER (IUC) UNITS QUANTITY 17 NOS.) SL. NO. TAG NO. DATA SHEET NO. QTY.

1. 0IC-AT-7101 A307-0IC-YA-DS-6101 1 No.

2. 0IC-AT-8601 A307-0IC-YA-DS-6101 1 No.

3. 0ID-AT-7501 A307-0ID-YA-DS-6102 1 No.

4. 0ID-AT-7601 A307-0ID-YA-DS-6103 1 No.

5. 0ID-AT-8401 A307-0ID-YA-DS-6104 1 No.

6. 0IG-AT-6501 A307-0IG-YA-DS-6102 1 No.

7. 0IG-AT-8101 A307-0IG-YA-DS-6101 1 No.

8. 0IS-AT-7001 A307-0IS-YA-DS-6103 1 No.

9. 0IV-AT-8101 A307-0IV-YA-DS-6101 1 No.

10. 0IV-AT-8401 A307-0IV-YA-DS-6102 1 No.

11. 0IV-AT-8402 A307-0IV-YA-DS-6103 1 No.

12. 0IV-AT-9301 A307-0IV-YA-DS-6104 1 No.

13. IFP-AT-1801 A307-IFP-YA-DS-6101 1 No.

14. IUC-AT-1102 A307-IUC-YA-DS-6107 1 No.

15. IUC-AT-1119 A307-IUC-YA-DS-6108 1 No.

16. IUC-AT-1120 A307-IUC-YA-DS-6109 1 No.

17. IUC-AT-2102 A307-IUC-YA-DS-6110 1 No.

Mandatory Spares, Start up &

commissioning Spares, Calibration

kits, consumables and Special Tools

and tackles

Refer Special Instruction to Vendor (A307-000-YA-

MR-2605) (SIV) clause no B11. 1 Lot

Page 111 of 208

GROUP A Water Quality (TOC) Analyser

Qty -17 Nos. (FOR UNIT CDU-VDU (0IC), DCU (0ID), DHDT (0IG), SRU

(0IS), VGO-HDT (0IV), PRU (IFP), and Cooling Tower (IUC))

Page 112 of 208

21

1

2

3

Process Fluid

GENERAL

7

4

5

Tag Number

Line Number

6

8

10

9

Heat Capacity

PROCESS DATA

11 Vapor Pressure

12

Critical Pressure

13

Measurement Range

14

15

Principle

16

17

18

19

20

21

Mounting

22

23

Repeatablilty

Self Diagnostics Facility

24

25

Output

26

27

28

ANALYSER

29

30

Power Supply

31

32

33

34

ManufacturerPURCHASE

35

Model No.

Purchase Order Number

Notes:

INSTRUMENT SPECIFICATION

No. By Date Revision Code: Dwg. No.:

Sheet of

Rev.:102

Area Classification

State

Pressure Minimum Normal Maximum

Temperature Minimum Normal Maximum

Viscosity

Density

No of Streams

Alarm Set point

Accuracy

Response Time

Probe Connection Rating

Facing & Finish

Sample Tubing

Type

Location

MountingTemperature Control

Statutory Certificates

OthersCERTIFICATION

SAMPLE

Water Quality Analyser (TOC)Project : IREP,BPCL-KR

Job No. A307

Unit No.:

37

41

42

43

44

Service

Mol. Wt.

Comp. Factor

Electronic Type

Display Unit

Sample Probe

Material of Construction

HANDLING

SYSTEM

Power Consumption

Secondary Sampling

Fast Loop Requirement36

38

39

40

Flow Rate

Location

Memory Type

Configuration Changes

Size

Primary Sampling

Pressure Reduction Type Material

Fluid Composition

Sample Transportation Time

0IC-Crude/ Vacuum Distillation

46"-WCS-IC-7101-A91A

A307-0IC-YA-DS-6101

0IC-AT -7101

HC ANALYSER IN COOLING WATER RETURN LINE

*

*

cP

2.6 7.6

45 deg C 65 deg C

± 2% of Full scale ± 2% of Full scale

RF / 125AARH

* (1/4 " OD minimum)SS316 (Note-13)

Required Mounting Accessories by vendor

*

* SS 316 (Note-13)

Required

Non volatile type (Note-9)

* (Maximum 1 minute)

CCOE (Note-6)

Kg/cm2g

1. Vendor to note that all utility like power shall be provided by owner at one point in field. Further distribution with all accessories such as power pack etc shall be in vendor’s scope of supply. 2. Utilities as required to be speciifed by vendor. Refer cl. B4 of SIV.3. Configuration shall be possible from Analyser front facia.4. Distance between sample take-off points and analyser cabinet shall be considered as 30m.5. The pipe thickness for 36” line size is 12 mm in which the sample probe is inserted.6. The Analyser cabinet shall be mounted in safe area. The offered analyser and all components of sample handling system shall be weatherproof to IP (55) as a minimum. The sample tap-off points is installed in hazardous area. All electrical / electronic components at sample take-off shall be suitable for hazardous area classification IEC Zone 2 Gas Gr. IIA, IIB T3.

In built keypad (Note-3, 11)

0 - 20 ppmw

3/4" , 150 #

Field (Note- 3, 6)

SS 316

Required (Note-5, 12)

110V AC ± 10%, 50Hz ± 3Hz.

LCD/ LED alpha numeric

Required (Note-10)

10 ppmw

*

Panel Mounting

MIcroprocessor Based

4-20 mA DC isolated linear w.r.t. specified range.

Cabinet (Note-6)

Note-7

0.6

Single

Note-14

*

990 KG/M3

Cooling Water

Liquid

Note-6

Page 113 of 208

22

7. CW CharecteristicsCONSTITUENTS NORMAL DESIGN pH - 7.0 - 7.5 7.5 Turbidity, NTU -10-15 60Total dissolved solids, ppm 1000 -1200 1500MO ALKALINITY as CaCO3, - NOTE-8Ca hardness, mg/l as CaCO3 - 40 - 50 60Total hardness,mg/l as CaCO3 - 65 - 90 100Chloride, mg/l as Cl - 260- 350 350Sulphate, mg/l as SO4 - 40 50Silica (Total,mg/l as SiO2 - 30 - 50 75SHMP as PO4,mg/l - 8 - 10 8-10Zinc sulphate as Zn,mg/l - 1 - 2 2Polimeric dispersant, mg/l -20-30 30 (5-10 neat)HEDP(Organophosphate),mg/l - 2 - 3 3Free Residual chlorine - 0.3 - 0.6 0.6KmnO4 value at 100 deg.C,mg/l -30-40 50Oil, mg/l - 5 (Design)Total iron, mg/l as Fe - 1.0(Design)Zinc as Zn, mg/l - 1-2 2.08. MO Alkalinity will find its own level based on pH maintained, At pH 7.0-7.5, MO ALKALINITY as CACO3 will be about 80 mg/l.9. RAM with Battery backup is also acceptable.10. In addition common potential free contact for analyser diagnostic alarms shall be provided for purchaser’s use.11.Incase external configurator is required, the same shall be supplied by Vendor.12. Vendor to calculate probe length considering 30- 50 % insertion length of probe inside pipe and 200 mm nozzle projection.Vendor shall supply retractable probe with isolation ball valves. Ball valve body material shall be ASTM A105 and Trim material shall be SS316.13. Material of construction for sample probe, tubings, tube filttings and other components of sample handling system shall be SS 316.14. Response Time (T90)- 5-8 min (Including sample transportation time)15. *- By Vendor

INSTRUMENT SPECIFICATION

Water Quality Analyser(TOC)

No. By Date Revision Code: Rev.:

0IC-AT -7101Tag Number :

of

Dwg. No.:102 A307-0IC-YA-DS-6101

Sheet

Page 114 of 208

21

1

2

3

Process Fluid

GENERAL

7

4

5

Tag Number

Line Number

6

8

10

9

Heat Capacity

PROCESS DATA

11 Vapor Pressure

12

Critical Pressure

13

Measurement Range

14

15

Principle

16

17

18

19

20

21

Mounting

22

23

Repeatablilty

Self Diagnostics Facility

24

25

Output

26

27

28

ANALYSER

29

30

Power Supply

31

32

33

34

ManufacturerPURCHASE

35

Model No.

Purchase Order Number

Notes:

INSTRUMENT SPECIFICATION

No. By Date Revision Code: Dwg. No.:

Sheet of

Rev.:102

Area Classification

State

Pressure Minimum Normal Maximum

Temperature Minimum Normal Maximum

Viscosity

Density

No of Streams

Alarm Set point

Accuracy

Response Time

Probe Connection Rating

Facing & Finish

Sample Tubing

Type

Location

MountingTemperature Control

Statutory Certificates

OthersCERTIFICATION

SAMPLE

Water Quality Analyser (TOC)Project : IREP,BPCL-KR

Job No. A307

Unit No.:

37

41

42

43

44

Service

Mol. Wt.

Comp. Factor

Electronic Type

Display Unit

Sample Probe

Material of Construction

HANDLING

SYSTEM

Power Consumption

Secondary Sampling

Fast Loop Requirement36

38

39

40

Flow Rate

Location

Memory Type

Configuration Changes

Size

Primary Sampling

Pressure Reduction Type Material

Fluid Composition

Sample Transportation Time

0IC-Crude/ Vacuum Distillation

3"-CL-IC-8632-A1A-IS

A307-0IC-YA-DS-6102

0IC-AT -8601

SUSPECT CONDENSATE FROM IC-V-139

*

*

cP

8.2 13.9

AMB - 93 deg C 115 deg C

± 2% of Full scale ± 2% of Full scale

RF / 125AARH

* (1/4 " OD minimum)SS316 (Note-13)

Required Mounting Accessories by vendor

*

* SS 316 (Note-13)

Required

Non volatile type (Note-9)

* (Maximum 1 minute)

CCOE (Note-6)

*

Kg/cm2g

1. Vendor to note that all utility like power shall be provided by owner at one point in field. Further distribution with all accessories such as power pack etc shall be in vendor’s scope of supply.2. Utilities as required to be speciifed by vendor. Refer cl. B4 of SIV.3. Configuration shall be possible from Analyser front facia.4. Distance between sample take-off points and analyser cabinet shall be considered as 30 m.5. The pipe thickness for 36” line size is 12 mm in which the sample probe is inserted.6. The Analyser cabinet shall be mounted in safe area. The offered analyser and all components of sample handling system shall be weatherproof to IP (55) as a minimum. The sample tap-off points is installed in hazardous area. All electrical / electronic components at sample take-off shall be suitable for hazardous area classification IEC Zone 2 Gas Gr. IIA, IIB T3.

In built keypad (Note-3, 11)

0 - 10 ppmw

3/4" , 150 #

Field (Note- 3, 6)

SS 316

Required (Note-5, 12)

110V AC ± 10%, 50Hz ± 3Hz.

LCD/ LED alpha numeric

Required (Note-10)

5 ppmw

*

Panel Mounting

MIcroprocessor Based

4-20 mA DC isolated linear w.r.t. specified range.

Cabinet (Note-6)

Note-7

0.65-0.3

Single

Note-8

*

963- 1000 kg/m3

Liquid + Vapour

Note-6

Page 115 of 208

22

7.Condensate CharecteristicsCONSTITUENTS SPECIFICATIONS NORMAL DESIGN pH 7.5 - 9.2 7.5 - 9.5Ammonia, ppb as NH3 60 - 130 60 - 130Total dissolved solids, ppb 270 2175Sodium , ppb as Na 40 295Calcium , ppb as CaCO3 55 560Magnesium , ppb as CaCO3 35 285Chloride , ppb as Cl 35 255Sulphate , ppb as SO4 80 745Silica (Total) , ppb as SiO2 15 - 30 185 (REACTIVE SILICA)Iron ( Total ) , ppb as Fe 20 20Copper , ppb as Cu 10 100Oil content , ppb 2000 - 3000 5000Alkalinity, ppb as CaCO3 10 - 20 20Turbidity, NTU NIL 1TSS, ppm NIL 1KMnO4 value @ 100 degC 10000 15000 ppb8. Response Time (T90)- 5-8 min (Including sample transportation time)9. RAM with Battery backup is also acceptable.10. In addition common potential free contact for analyser diagnostic alarms shall be provided for purchaser’s use.11.Incase external configurator is required, the same shall be supplied by Vendor.12. Vendor to calculate probe length considering 30- 50 % insertion length of probe inside pipe and 200 mm nozzle projection.Vendor shall supply retractable probe with isolation ball valves. Ball valve body material shall be ASTM A105 and Trim material shall be SS316.13. Material of construction for sample probe, tubings, tube filttings and other components of sample handling system shall be SS 316.14. *- By Vendor

INSTRUMENT SPECIFICATION

Water Quality Analyser(TOC)

No. By Date Revision Code: Rev.:

0IC-AT -8601Tag Number :

of

Dwg. No.:102 A307-0IC-YA-DS-6102

Sheet

Page 116 of 208

21

1

2

3

Process Fluid

GENERAL

7

4

5

Tag Number

Line Number

6

8

10

9

Heat Capacity

PROCESS DATA

11 Vapor Pressure

12

Critical Pressure

13

Measurement Range

14

15

Principle

16

17

18

19

20

21

Mounting

22

23

Repeatablilty

Self Diagnostics Facility

24

25

Output

26

27

28

ANALYSER

29

30

Power Supply

31

32

33

34

ManufacturerPURCHASE

35

Model No.

Purchase Order Number

Notes:

INSTRUMENT SPECIFICATION

No. By Date Revision Code: Dwg. No.:

Sheet of

Rev.:102

Area Classification

State

Pressure Minimum Normal Maximum

Temperature Minimum Normal Maximum

Viscosity

Density

No of Streams

Alarm Set point

Accuracy

Response Time

Probe Connection Rating

Facing & Finish

Sample Tubing

Type

Location

MountingTemperature Control

Statutory Certificates

OthersCERTIFICATION

SAMPLE

Water Quality Analyser (TOC)Project : IREP,BPCL-KR

Job No. A307

Unit No.:

37

41

42

43

44

Service

Mol. Wt.

Comp. Factor

Electronic Type

Display Unit

Sample Probe

Material of Construction

HANDLING

SYSTEM

Power Consumption

Secondary Sampling

Fast Loop Requirement36

38

39

40

Flow Rate

Location

Memory Type

Configuration Changes

Size

Primary Sampling

Pressure Reduction Type Material

Fluid Composition

Sample Transportation Time

0ID-Delayed Coker Unit

3"-CL-ID-7501-A1A-IS

A307-0ID-YA-DS-6102

0ID-AT -7501

ID-V-138 TO SUSPECT CONDENSATE

*

*

cP

7 12

100 deg C 125 deg C

± 2% of Full scale ± 2% of Full scale

RF / 125AARH

* (1/4 " OD minimum)SS316 (Note-13)

Required Mounting Accessories by vendor

*

* SS 316 (Note-13)

Required

Non volatile type (Note-9)

* ( Maximum 1 minute)

CCOE (Note-6)

Kg/cm2g

1. Vendor to note that all utility like power shall be provided by owner at one point in field. Further distribution with all accessories such as power pack etc shall be in vendor’s scope of supply. 2. Utilities as required to be speciifed by vendor. Refer cl. B4 of SIV.3. Configuration shall be possible from Analyser front facia.4. Distance between sample take-off points and analyser cabinet shall be considered as 30m.5. The pipe thickness for 3” line size is 5.5 mm in which the sample probe is inserted.6. The Analyser cabinet shall be mounted in safe area. The offered analyser and all components of sample handling system shall be weatherproof to IP (55) as a minimum. The sample tap-off points is installed in hazardous area. All electrical / electronic components at sample take-off shall be suitable for hazardous area classification IEC Zone 2 Gas Gr. IIA, IIB T3.

In built keypad (Note-3, 11)

0 - 10 ppmw

3/4" , 150 #

Field (Note- 3, 6)

SS 316

Required (Note-5, 12)

110V AC ± 10%, 50Hz ± 3Hz.

LCD/ LED alpha numeric

Required (Note-10)

5 ppmw

*

Panel Mounting

MIcroprocessor Based

4-20 mA DC isolated linear w.r.t. specified range.

Cabinet (Note-6)

Note-7

0.28-0.65

Single

Note-8

*

958-1000 kg/m3

Amb

Liquid

Note-6

Page 117 of 208

22

7. Condensate CharecteristicsCONSTITUENTS SPECIFICATIONS NORMAL DESIGN pH 7.5 - 9.2 7.5 - 9.5Ammonia, ppb as NH3 60 - 130 60 - 130Total dissolved solids, ppb 270 2175Sodium , ppb as Na 40 295Calcium , ppb as CaCO3 55 560Magnesium , ppb as CaCO3 35 285Chloride , ppb as Cl 35 255Sulphate , ppb as SO4 80 745Silica (Total) , ppb as SiO2 15 - 30 185 (REACTIVE SILICA)Iron ( Total ) , ppb as Fe 20 20Copper , ppb as Cu 10 100Oil content , ppb 2000 - 3000 5000Alkalinity, ppb as CaCO3 10 - 20 20Turbidity, NTU NIL 1TSS, ppm NIL 1KMnO4 value @ 100 degC 10000 15000 ppb8. Response Time (T90)- 5-8 min (Including sample transportation time)9. RAM with Battery backup is also acceptable.10. In addition common potential free contact for analyser diagnostic alarms shall be provided for purchaser’s use.11.Incase external configurator is required, the same shall be supplied by Vendor.12. Vendor to calculate probe length considering 30- 50 % insertion length of probe inside pipe and 200 mm nozzle projection.Vendor shall supply retractable probe with isolation ball valves. Ball valve body material shall be ASTM A105 and Trim material shall be SS316.13. Material of construction for sample probe, tubings, tube filttings and other components of sample handling system shall be SS 316.14. *- By Vendor

INSTRUMENT SPECIFICATION

Water Quality Analyser(TOC)

No. By Date Revision Code: Rev.:

0ID-AT -7501Tag Number :

of

Dwg. No.:102 A307-0ID-YA-DS-6102

Sheet

Page 118 of 208

21

1

2

3

Process Fluid

GENERAL

7

4

5

Tag Number

Line Number

6

8

10

9

Heat Capacity

PROCESS DATA

11 Vapor Pressure

12

Critical Pressure

13

Measurement Range

14

15

Principle

16

17

18

19

20

21

Mounting

22

23

Repeatablilty

Self Diagnostics Facility

24

25

Output

26

27

28

ANALYSER

29

30

Power Supply

31

32

33

34

ManufacturerPURCHASE

35

Model No.

Purchase Order Number

Notes:

INSTRUMENT SPECIFICATION

No. By Date Revision Code: Dwg. No.:

Sheet of

Rev.:102

Area Classification

State

Pressure Minimum Normal Maximum

Temperature Minimum Normal Maximum

Viscosity

Density

No of Streams

Alarm Set point

Accuracy

Response Time

Probe Connection Rating

Facing & Finish

Sample Tubing

Type

Location

MountingTemperature Control

Statutory Certificates

OthersCERTIFICATION

SAMPLE

Water Quality Analyser (TOC)Project : IREP,BPCL-KR

Job No. A307

Unit No.:

37

41

42

43

44

Service

Mol. Wt.

Comp. Factor

Electronic Type

Display Unit

Sample Probe

Material of Construction

HANDLING

SYSTEM

Power Consumption

Secondary Sampling

Fast Loop Requirement36

38

39

40

Flow Rate

Location

Memory Type

Configuration Changes

Size

Primary Sampling

Pressure Reduction Type Material

Fluid Composition

Sample Transportation Time

0ID-Delayed Coker Unit

6"-CL-ID-7606-A1A-IH

A307-0ID-YA-DS-6103

0ID-AT -7601

PURE CONDENSATE

*

*

cP

5.5 11.7

120 deg C 150 deg C

± 2% of Full scale ± 2% of Full scale

RF / 125AARH

* (1/4 " OD minimum)SS316 (Note-13)

Required Mounting Accessories by vendor

*

* SS 316 (Note-13)

Required

Non volatile type (Note-9)

* (Maximum 1 minute)

CCOE (Note-6)

*

Kg/cm2g

1. Vendor to note that all utility like power shall be provided by owner at one point in field. Further distribution with all accessories such as power pack etc shall be in vendor’s scope of supply. 2. Utilities as required to be speciifed by vendor. Refer cl. B4 of SIV.3. Configuration shall be possible from Analyser front facia.4. Distance between sample take-off points and analyser cabinet shall be considered as 30 m.5. The pipe thickness for 6” line size is 7.1 mm in which the sample probe is inserted.6. The Analyser cabinet shall be mounted in safe area. The offered analyser and all components of sample handling system shall be weatherproof to IP (55) as a minimum. The sample tap-off points is installed in hazardous area. All electrical / electronic components at sample take-off shall be suitable for hazardous area classification IEC Zone 2 Gas Gr. IIA, IIB T3.

In built keypad (Note-3, 11)

0 - 10 ppmw

3/4" , 150 #

Field (Note- 3, 6)

SS 316

Required (Note-5, 12)

110V AC ± 10%, 50Hz ± 3Hz.

LCD/ LED alpha numeric

Required (Note-10)

5 ppmw

*

Panel Mounting

MIcroprocessor Based

4-20 mA DC isolated linear w.r.t. specified range.

Cabinet (Note-6)

Note-7

0.24-0.7

Single

Note-8

*

942-1000 KG/M3

Liquid + Vapour

Note-6

Page 119 of 208

22

7. Condensate Charecteristics CONSTITUENTS SPECIFICATIONS pH 6.7 - 7.3 Conductivity, micromho/cm < 0.2 TDS (excluding NH3), ppm < 0.1 Oil contents , ppm NIL TOTAL HARDNESS as CaCO3,ppb NIL Silica (Total) , ppm as SiO2 < 0.02 Colloidal Silica SiO2,ppm < 0.005 Copper , ppm as Cu < 0.005 Total chlorides as Cl,ppm NIL Turbidity, NTU NIL8. Response Time (T90)- 5-8 min (Including sample transportation time)9. RAM with Battery backup is also acceptable.10. In addition common potential free contact for analyser diagnostic alarms shall be provided for purchaser’s use.11.Incase external configurator is required, the same shall be supplied by Vendor.12. Vendor to calculate probe length considering 30- 50 % insertion length of probe inside pipe and 200 mm nozzle projection.Vendor shall supply retractable probe with isolation ball valves. Ball valve body material shall be ASTM A105 and Trim material shall be SS316.13. Material of construction for sample probe, tubings, tube filttings and other components of sample handling system shall be SS 316.14. *- By Vendor

INSTRUMENT SPECIFICATION

Water Quality Analyser(TOC)

No. By Date Revision Code: Rev.:

0ID-AT -7601Tag Number :

of

Dwg. No.:102 A307-0ID-YA-DS-6103

Sheet

Page 120 of 208

21

1

2

3

Process Fluid

GENERAL

7

4

5

Tag Number

Line Number

6

8

10

9

Heat Capacity

PROCESS DATA

11 Vapor Pressure

12

Critical Pressure

13

Measurement Range

14

15

Principle

16

17

18

19

20

21

Mounting

22

23

Repeatablilty

Self Diagnostics Facility

24

25

Output

26

27

28

ANALYSER

29

30

Power Supply

31

32

33

34

ManufacturerPURCHASE

35

Model No.

Purchase Order Number

Notes:

INSTRUMENT SPECIFICATION

No. By Date Revision Code: Dwg. No.:

Sheet of

Rev.:102

Area Classification

State

Pressure Minimum Normal Maximum

Temperature Minimum Normal Maximum

Viscosity

Density

No of Streams

Alarm Set point

Accuracy

Response Time

Probe Connection Rating

Facing & Finish

Sample Tubing

Type

Location

MountingTemperature Control

Statutory Certificates

OthersCERTIFICATION

SAMPLE

Water Quality Analyser (TOC)Project : IREP,BPCL-KR

Job No. A307

Unit No.:

37

41

42

43

44

Service

Mol. Wt.

Comp. Factor

Electronic Type

Display Unit

Sample Probe

Material of Construction

HANDLING

SYSTEM

Power Consumption

Secondary Sampling

Fast Loop Requirement36

38

39

40

Flow Rate

Location

Memory Type

Configuration Changes

Size

Primary Sampling

Pressure Reduction Type Material

Fluid Composition

Sample Transportation Time

0ID-Delayed Coker Unit

36"-WCR-ID-8401-A91A

A307-0ID-YA-DS-6104

0ID-AT -8401

Cooling Water

*

*

cP

2.6 7.6

45 deg C 65 deg C

± 2% of Full scale ± 2% of Full scale

RF / 125AARH

* (1/4 " OD minimum) SS316 (Note-13)

Required Mounting Accessories by vendor

*

* SS 316 (Note-13)

Required

Non volatile type (Note-9)

* (Maximum 1 minute)

CCOE (Note-6)

Kg/cm2g

1. Vendor to note that all utility like power shall be provided by owner at one point in field. Further distribution with all accessories such as power pack etc shall be in vendor’s scope of supply. 2. Utilities as required to be speciifed by vendor. Refer cl. B4 of SIV.3. Configuration shall be possible from Analyser front facia.4. Distance between sample take-off points and analyser cabinet shall be as 30m.5. The pipe thickness for 36” line size is 12 mm in which the sample probe is inserted.6. The Analyser cabinet shall be mounted in safe area. The offered analyser and all components of sample handling system shall be weatherproof to IP (55) as a minimum. The sample tap-off points is installed in hazardous area. All electrical / electronic components at sample take-off shall be suitable for hazardous area classification IEC Zone 2 Gas Gr. IIA, IIB T3.

In built keypad (Note-3, 11)

0 - 10 ppmw

3/4" , 150 #

Field (Note- 3, 6)

SS 316

Required (Note-5, 12)

110V AC ± 10%, 50Hz ± 3Hz.

LCD/ LED alpha numeric

Required (Note-10)

5 ppmw

*

Panel Mounting

MIcroprocessor Based

4-20 mA DC isolated linear w.r.t. specified range.

Cabinet (Note-6)

Note-7

0.74

Single

Note-14

*

990 KG/M3

Measurement of HC in CWR Line

Liquid

Note-6

Page 121 of 208

22

7. CW CharacteristicsCONSTITUENTS NORMAL DESIGN pH - 7.0 - 7.5 7.5 Turbidity, NTU -10-15 60Total dissolved solids, ppm - 800 800MO ALKALINITY as CaCO3,ppm - NOTE-8Ca hardness, ppm as CaCO3 - 40 - 50 60Total hardness , ppm as CaCO3 - 65 - 90 100Chloride , ppm as Cl - 260- 350 350Sulphate , ppm as SO4 - 40 50Silica (Total Reactive),ppm as SiO2- 30 - 50 75Organophosphate as PO4, ppm - 8 - 10 8 - 10 Zinc sulphate as Zn, ppm - 1 - 2 2Polimeric dispersant, ppm - 20 - 30 30Mg hardness as CaCO3, ppm - 25 - 40 40Free Residual chlorine - 0.3 - 0.6 0.6Total suspended solids (TSS), ppm- HOLDOil, ppm - 5 (Design)Total iron, as Fe - 1.0(Design)Conductivity @20 deg C -1450 14508. MO Alkalinity will find its own level based on pH maintained, At pH 7.0-7.5,MO ALKALINITY AS CACO3 WILL BE ABOUT 80 mg/l.9. RAM with Battery backup is also acceptable.10. In addition common potential free contact for analyser diagnostic alarms shall be provided for purchaser’s use.11.Incase external configurator is required, the same shall be supplied by Vendor.12. Vendor to calculate probe length considering 30- 50 % insertion length of probe inside pipe and 200 mm nozzle projection.Vendor shall supply retractable probe with isolation ball valves. Ball valve body material shall be ASTM A105 and Trim material shall be SS316.13. Material of construction for sample probe, tubings, tube filttings and other components of sample handling system shall be SS 316.14. Response Time (T90)- 5-8 min (Including sample transportation time)15. *- By Vendor

INSTRUMENT SPECIFICATION

Water Quality Analyser(TOC)

No. By Date Revision Code: Rev.:

0ID-AT -8401Tag Number :

of

Dwg. No.:102 A307-0ID-YA-DS-6104

Sheet

Page 122 of 208

21

1

2

3

Process Fluid

GENERAL

7

4

5

Tag Number

Line Number

6

8

10

9

Heat Capacity

PROCESS DATA

11 Vapor Pressure

12

Critical Pressure

13

Measurement Range

14

15

Principle

16

17

18

19

20

21

Mounting

22

23

Repeatablilty

Self Diagnostics Facility

24

25

Output

26

27

28

ANALYSER

29

30

Power Supply

31

32

33

34

ManufacturerPURCHASE

35

Model No.

Purchase Order Number

Notes:

INSTRUMENT SPECIFICATION

No. By Date Revision Code: Dwg. No.:

Sheet of

Rev.:102

Area Classification

State

Pressure Minimum Normal Maximum

Temperature Minimum Normal Maximum

Viscosity

Density

No of Streams

Alarm Set point

Accuracy

Response Time

Probe Connection Rating

Facing & Finish

Sample Tubing

Type

Location

MountingTemperature Control

Statutory Certificates

OthersCERTIFICATION

SAMPLE

Water Quality Analyser (TOC)Project : IREP,BPCL-KR

Job No. A307

Unit No.:

37

41

42

43

44

Service

Mol. Wt.

Comp. Factor

Electronic Type

Display Unit

Sample Probe

Material of Construction

HANDLING

SYSTEM

Power Consumption

Secondary Sampling

Fast Loop Requirement36

38

39

40

Flow Rate

Location

Memory Type

Configuration Changes

Size

Primary Sampling

Pressure Reduction Type Material

Fluid Composition

Sample Transportation Time

0IG-Diesel Hydrotreater Unit

26"-WCR-IG-6501-A91A

A307-0IG-YA-DS-6102

0IG-AT -6501

Cooling Water

*

*

cP

2.6 7.6

45 deg C 65 deg C

± 2% of Full scale ± 2% of Full scale

RF / 125AARH

* (1/4 " OD minimum)SS316 (Note-13)

Required Mounting Accessories by vendor

*

* SS 316 (Note-13)

Required

Non volatile type (Note-9)

* (Maximum 1 minute)

CCOE (Note-6)

Kg/cm2g

1. Vendor to note that all utility like power shall be provided by owner at one point in field. Further distribution with all accessories such as power pack etc shall be in vendor’s scope of supply.2. Utilities as required to be speciifed by vendor. Refer cl. B4 of SIV.3. Configuration shall be possible from Analyser front facia.4. Distance between sample take-off points and analyser cabinet shall be considered as 30m.5. The pipe thickness for 26” line size is 8 mm in which the sample probe is inserted.6. The Analyser cabinet shall be mounted in safe area. The offered analyser and all components of sample handling system shall be weatherproof to IP (55) as a minimum. The sample tap-off points is installed in hazardous area. All electrical / electronic components at sample take-off shall be suitable for hazardous area classification IEC Zone 2 Gas Gr. IIA, IIB, IIC T3.

In built keypad (Note-3, 11)

0 - 20 ppmw

3/4" , 150 #

Field (Note- 3, 6)

SS 316

Required (Note-5, 12)

110V AC ± 10%, 50Hz ± 3Hz.

LCD/ LED alpha numeric

Required (Note-10)

10 ppmw

*

Panel Mounting

MIcroprocessor Based

4-20 mA DC isolated linear w.r.t. specified range.

Cabinet (Note-6)

Note-7

0.75

Single

Note-8

*

992.6 KG/M3

Liquid

Note-6

Page 123 of 208

22

7. CW CharecteristicsCONSTITUENTS SPECIFICATIONS pH - 7.5 Turbidity, NTU - 60Total dissolved solids, ppm - 1500MO ALKALINITY as CaCO3,ppm - 80Ca hardness, as CaCO3, mg/l - 60Total hardness, as CaCO3, mg/l - 100Chloride , as Cl, mg/l - 350Reactive Silica (Total),as SiO2, mg/l - 75Free chlorine, mg/l - 0.6Sulphate , as SO4, mg/l - 50Zinc sulphate as Zn, mg/l - 2Polimeric dispersant, mg/l - 30Oil content, as mg/l - 5 Total iron, as Fe, mg/l - 1

8. Response Time (T90)- 5-8 min (Including sample transportation time).9. RAM with Battery backup is also acceptable.10. In addition common potential free contact for analyser diagnostic alarms shall be provided for purchaser’s use.11.Incase external configurator is required, the same shall be supplied by Vendor.12. Vendor to calculate probe length considering 30- 50 % insertion length of probe inside pipe and 200 mm nozzle projection.Vendor shall supply retractable probe with isolation ball valves. Ball valve body material shall be ASTM A105 and Trim material shall be SS316.13. Material of construction for sample probe, tubings, tube filttings and other components of sample handling system shall be SS 316.14. *- By Vendor

INSTRUMENT SPECIFICATION

Water Quality Analyser(TOC)

No. By Date Revision Code: Rev.:

0IG-AT -6501Tag Number :

of

Dwg. No.:102 A307-0IG-YA-DS-6102

Sheet

Page 124 of 208

21

1

2

3

Process Fluid

GENERAL

7

4

5

Tag Number

Line Number

6

8

10

9

Heat Capacity

PROCESS DATA

11 Vapor Pressure

12

Critical Pressure

13

Measurement Range

14

15

Principle

16

17

18

19

20

21

Mounting

22

23

Repeatablilty

Self Diagnostics Facility

24

25

Output

26

27

28

ANALYSER

29

30

Power Supply

31

32

33

34

ManufacturerPURCHASE

35

Model No.

Purchase Order Number

Notes:

INSTRUMENT SPECIFICATION

No. By Date Revision Code: Dwg. No.:

Sheet of

Rev.:102

Area Classification

State

Pressure Minimum Normal Maximum

Temperature Minimum Normal Maximum

Viscosity

Density

No of Streams

Alarm Set point

Accuracy

Response Time

Probe Connection Rating

Facing & Finish

Sample Tubing

Type

Location

MountingTemperature Control

Statutory Certificates

OthersCERTIFICATION

SAMPLE

Water Quality Analyser (TOC)Project : IREP,BPCL-KR

Job No. A307

Unit No.:

37

41

42

43

44

Service

Mol. Wt.

Comp. Factor

Electronic Type

Display Unit

Sample Probe

Material of Construction

HANDLING

SYSTEM

Power Consumption

Secondary Sampling

Fast Loop Requirement36

38

39

40

Flow Rate

Location

Memory Type

Configuration Changes

Size

Primary Sampling

Pressure Reduction Type Material

Fluid Composition

Sample Transportation Time

0IG-Diesel Hydrotreater Unit

2"-CL-IG-8102-A1A-IH

A307-0IG-YA-DS-6101

0IG-AT -8101

SUSPECT LP CONDENSATE

*

*

cP

3.3 8 / FV

146 deg C 185 deg C

± 2% of Full scale ± 2% of Full scale

RF / 125AARH

* (1/4 " OD minimum)SS316 (Note-13)

Required Mounting Accessories by vendor

*

* SS 316 (Note-13)

Required

Non volatile type (Note-9)

* (Maximum 1 minute)

CCOE (Note-6)

*

Kg/cm2g

1. Vendor to note that all utility like power shall be provided by owner at one point in field. Further distribution with all accessories such as power pack etc shall be in vendor’s scope of supply. 2. Utilities as required to be speciifed by vendor. Refer cl. B4 of SIV.3. Configuration shall be possible from Analyser front facia.4. Distance between sample take-off points and analyser cabinet shall be considered as 40m.5. The pipe thickness for 36” line size is 12 mm in which the sample probe is inserted.6. The Analyser cabinet shall be mounted in safe area. The offered analyser and all components of sample handling system shall be weatherproof to IP (55) as a minimum. The sample tap-off points is installed in hazardous area. All electrical / electronic components at sample take-off shall be suitable for hazardous area classification IEC Zone 2 Gas Gr. IIA, IIB T3.

In built keypad (Note-3, 11)

0 - 10 ppmw

3/4" , 150 #

Field (Note- 3, 6)

SS 316

Required (Note-5, 12)

110V AC ± 10%, 50Hz ± 3Hz.

LCD/ LED alpha numeric

Required (Note-10)

5 ppmw

*

Panel Mounting

MIcroprocessor Based

4-20 mA DC isolated linear w.r.t. specified range.

18

Cabinet (Note-6)

Note-7

0.19

Single

Note-8

*

928-1000 kg/m3

Liquid + Vapour

Note-6

Page 125 of 208

22

7. Condensate Charecteristics CONSTITUENTS SPECIFICATIONS pH 6.5 - 7.0 Conductivity, at 20 deg C, micromho/cm < 0.2 TDS (excluding NH3), ppm < 0.1 Oil contents , ppm NIL TOTAL HARDNESS as CaCO3,ppb NIL Silica (Total) , ppm as SiO2 < 0.02 Colloidal Silica SiO2,ppm < 0.005 Copper , ppm as Cu < 0.005 Total chlorides as Cl,ppm NIL Turbidity, NTU NIL KMnO4 value at 100 deg C, ppm < 0.5 Total Fe, ppm <0.0058. Response Time (T90)- 5-8 min (Including sample transportation time)9. RAM with Battery backup is also acceptable.10. In addition common potential free contact for analyser diagnostic alarms shall be provided for purchaser’s use.11.Incase external configurator is required, the same shall be supplied by Vendor.12. Vendor to calculate probe length considering 30- 50 % insertion length of probe inside pipe and 200 mm nozzle projection.Vendor shall supply retractable probe with isolation ball valves. Ball valve body material shall be ASTM A105 and Trim material shall be SS316.13. Material of construction for sample probe, tubings, tube filttings and other components of sample handling system shall be SS 316.14. *- By Vendor

INSTRUMENT SPECIFICATION

Water Quality Analyser(TOC)

No. By Date Revision Code: Rev.:

0IG-AT -8101Tag Number :

of

Dwg. No.:102 A307-0IG-YA-DS-6101

Sheet

Page 126 of 208

21

1

2

3

Process Fluid

GENERAL

7

4

5

Tag Number

Line Number

6

8

10

9

Heat Capacity

PROCESS DATA

11 Vapor Pressure

12

Critical Pressure

13

Measurement Range

14

15

Principle

16

17

18

19

20

21

Mounting

22

23

Repeatablilty

Self Diagnostics Facility

24

25

Output

26

27

28

ANALYSER

29

30

Power Supply

31

32

33

34

ManufacturerPURCHASE

35

Model No.

Purchase Order Number

Notes:

INSTRUMENT SPECIFICATION

No. By Date Revision Code: Dwg. No.:

Sheet of

Rev.:102

Area Classification

State

Pressure Minimum Normal Maximum

Temperature Minimum Normal Maximum

Viscosity

Density

No of Streams

Alarm Set point

Accuracy

Response Time

Probe Connection Rating

Facing & Finish

Sample Tubing

Type

Location

MountingTemperature Control

Statutory Certificates

OthersCERTIFICATION

SAMPLE

Water Quality Analyser (TOC)Project : IREP,BPCL-KR

Job No. A307

Unit No.:

37

41

42

43

44

Service

Mol. Wt.

Comp. Factor

Electronic Type

Display Unit

Sample Probe

Material of Construction

HANDLING

SYSTEM

Power Consumption

Secondary Sampling

Fast Loop Requirement36

38

39

40

Flow Rate

Location

Memory Type

Configuration Changes

Size

Primary Sampling

Pressure Reduction Type Material

Fluid Composition

Sample Transportation Time

0IS-Sulfur Recovery Unit

10"-CL-IS-7003-A1A-IH

A307-0IS-YA-DS-6103

0IS-AT -7001

LP CONDENSATE

*

*

cP

0.9 3.5 / FV

118.5 deg C 140 deg C

± 2% of Full scale ± 2% of Full scale

RF / 125AARH

* (1/4 " OD Minimum)SS316 (Note-13)

Required Mounting Accessories by vendor

*

* SS 316 (Note-13)

Required

Non volatile type (Note-9)

* (Maximum 1 minute)

CCOE (Note-6)

*

Kg/cm2g

1. Vendor to note that all utility like power shall be provided by owner at one point in field. Further distribution with all accessories such as power pack etc shall be in vendor’s scope of supply.2. Utilities as required to be speciifed by vendor. Refer cl. B4 of SIV.3. Configuration shall be possible from Analyser front facia.4. Distance between sample take-off points and analyser cabinet shall be considered as 40m.5. The pipe thickness for 36” line size is 12 mm in which the sample probe is inserted.6. The Analyser cabinet shall be mounted in safe area. The offered analyser and all components of sample handling system shall be weatherproof to IP (55) as a minimum. The sample tap-off points is installed in hazardous area. All electrical / electronic components at sample take-off shall be suitable for hazardous area classification IEC Zone 2 Gas Gr. IIA, IIB T3.

In built keypad (Note-3, 11)

0 - 10 ppmw

3/4" , 150 #

Field (Note- 3, 6)

SS 316

Required (Note-5, 12)

110V AC ± 10%, 50Hz ± 3Hz.

LCD/ LED alpha numeric

Required (Note-10)

5 ppmw

*

Panel Mounting

MIcroprocessor Based

4-20 mA DC isolated linear w.r.t. specified range.

Cabinet (Note-6)

Note-7

0.24

Single

Note-8

*

944.2 KG/M3

Liquid + Vapour

Note-6

Page 127 of 208

22

7. Condensate Charecteristics CONSTITUENTS SPECIFICATIONS pH 6.5 - 7.0 Conductivity, micromho/cm < 0.2 TDS (excluding NH3), ppm < 0.1 Oil contents , ppm NIL TOTAL HARDNESS as CaCO3,ppb NIL Silica (Total) , ppm as SiO2 < 0.02 Colloidal Silica SiO2,ppm < 0.005 Copper , ppm as Cu < 0.003 Total chlorides as Cl,ppm NIL Turbidity, NTU NIL8. Response Time (T90)- 5-8 min (Including sample transportation time)9. RAM with Battery backup is also acceptable.10. In addition common potential free contact for analyser diagnostic alarms shall be provided for purchaser’s use.11.Incase external configurator is required, the same shall be supplied by Vendor.12. Vendor to calculate probe length considering 30- 50 % insertion length of probe inside pipe and 200 mm nozzle projection.Vendor shall supply retractable probe with isolation ball valves. Ball valve body material shall be ASTM A105 and Trim material shall be SS31613. Material of construction for sample probe, tubings, tube filttings and other components of sample handling system shall be SS 316.14. *- By Vendor

INSTRUMENT SPECIFICATION

Water Quality Analyser(TOC)

No. By Date Revision Code: Rev.:

0IS-AT -7001Tag Number :

of

Dwg. No.:102 A307-0IS-YA-DS-6103

Sheet

Page 128 of 208

21

1

2

3

Process Fluid

GENERAL

7

4

5

Tag Number

Line Number

6

8

10

9

Heat Capacity

PROCESS DATA

11 Vapor Pressure

12

Critical Pressure

13

Measurement Range

14

15

Principle

16

17

18

19

20

21

Mounting

22

23

Repeatablilty

Self Diagnostics Facility

24

25

Output

26

27

28

ANALYSER

29

30

Power Supply

31

32

33

34

ManufacturerPURCHASE

35

Model No.

Purchase Order Number

Notes:

INSTRUMENT SPECIFICATION

No. By Date Revision Code: Dwg. No.:

Sheet of

Rev.:102

Area Classification

State

Pressure Minimum Normal Maximum

Temperature Minimum Normal Maximum

Viscosity

Density

No of Streams

Alarm Set point

Accuracy

Response Time

Probe Connection Rating

Facing & Finish

Sample Tubing

Type

Location

MountingTemperature Control

Statutory Certificates

OthersCERTIFICATION

SAMPLE

Water Quality Analyser (TOC)Project : IREP,BPCL-KR

Job No. A307

Unit No.:

37

41

42

43

44

Service

Mol. Wt.

Comp. Factor

Electronic Type

Display Unit

Sample Probe

Material of Construction

HANDLING

SYSTEM

Power Consumption

Secondary Sampling

Fast Loop Requirement36

38

39

40

Flow Rate

Location

Memory Type

Configuration Changes

Size

Primary Sampling

Pressure Reduction Type Material

Fluid Composition

Sample Transportation Time

0IV-VGO Hydrotreater Unit

24"-WCR-IV-8101-A91A

A307-0IV-YA-DS-6101

0IV-AT -8101

CW RETURN

*

*

cP

2.6 7.6

45 deg C 65 deg C

± 2% of Full scale ± 2% of Full scale

RF / 125AARH

* (1/4 " OD minimum)SS316 (Note-13)

Required Mounting Accessories by vendor

*

* SS 316 (Note-13)

Required

Non volatile type (Note-9)

* (Maximum 1 minute)

CCOE (Note-6)

Kg/cm2g

1. Vendor to note that all utility like power shall be provided by owner at one point in field. Further distribution with all accessories such as power pack etc shall be in vendor’s scope of supply.2. Utilities as required to be speciifed by vendor. Refer cl. B4 of SIV.3. Configuration shall be possible from Analyser front facia.4. Distance between sample take-off points and analyser cabinet shall be as considered as 30m.5. The pipe thickness for 36” line size is 12 mm in which the sample probe is inserted.6. The Analyser cabinet shall be mounted in safe area. The offered analyser and all components of sample handling system shall be weatherproof to IP (55) as a minimum. The sample tap-off points is installed in hazardous area. All electrical / electronic components at sample take-off shall be suitable for hazardous area classification IEC Zone 2 Gas Gr. IIA, IIB T3.

In built keypad (Note-3, 11)

0 - 10 ppmw

3/4" , 150 #

Field (Note- 3, 6)

SS 316

Required (Note-5, 12)

110V AC ± 10%, 50Hz ± 3Hz.

LCD/ LED alpha numeric

Required (Note-10)

5 ppmw

*

Panel Mounting

MIcroprocessor Based

4-20 mA DC isolated linear w.r.t. specified range.

Cabinet (Note-6)

Note-7

0.7

Single

Note-14

*

990 KG/M3

Liquid

Note-6

Page 129 of 208

22

7. CW CharecteristicsCONSTITUENTS NORMAL DESIGN pH - 7.0 - 7.5 7.5 Turbidity, NTU -10-15 60Total dissolved solids, ppm - 800 800MO ALKALINITY as CaCO3,ppm - NOTE-8Ca hardness, ppm as CaCO3 - 40 - 50 60Total hardness , ppm as CaCO3 - 65 - 90 100Chloride , ppm as Cl - 260- 350 350Sulphate , ppm as SO4 - 40 50Silica (Total Reactive),ppm as SiO2- 30 - 50 75Organophosphate as PO4, ppm - 8 - 10 8 - 10Zinc sulphate as Zn, ppm - 1 - 2 2Polimeric dispersant, ppm - 20 - 30 30Mg hardness as CaCO3, ppm - 25 - 40 40Free Residual chlorine - 0.3 - 0.6 0.6Total suspended solids (TSS), ppm- HOLDOil, ppm - 5 (Design)Total iron, as Fe - 1.0(Design)Conductivity @20 deg C -1450 14508. MO Alkalinity will find its own level based on pH maintained, At pH 7.0-7.5, MO ALKALINITY as CACO3 will be about 80 mg/l.9. RAM with Battery backup is also acceptable.10. In addition common potential free contact for analyser diagnostic alarms shall be provided for purchaser’s use.11.Incase external configurator is required, the same shall be supplied by Vendor.12. Vendor to calculate probe length considering 30- 50 % insertion length of probe inside pipe and 200 mm nozzle projection.Vendor shall supply retractable probe with isolation ball valves. Ball valve body material shall be ASTM A105 and Trim material shall be SS316.13. Material of construction for sample probe, tubings, tube filttings and other components of sample handling system shall be SS 316.14. Response Time (T90)- 5-8 min (Including sample transportation time)15. *- By Vendor

INSTRUMENT SPECIFICATION

Water Quality Analyser(TOC)

No. By Date Revision Code: Rev.:

0IV-AT -8101Tag Number :

of

Dwg. No.:102 A307-0IV-YA-DS-6101

Sheet

Page 130 of 208

21

1

2

3

Process Fluid

GENERAL

7

4

5

Tag Number

Line Number

6

8

10

9

Heat Capacity

PROCESS DATA

11 Vapor Pressure

12

Critical Pressure

13

Measurement Range

14

15

Principle

16

17

18

19

20

21

Mounting

22

23

Repeatablilty

Self Diagnostics Facility

24

25

Output

26

27

28

ANALYSER

29

30

Power Supply

31

32

33

34

ManufacturerPURCHASE

35

Model No.

Purchase Order Number

Notes:

INSTRUMENT SPECIFICATION

No. By Date Revision Code: Dwg. No.:

Sheet of

Rev.:102

Area Classification

State

Pressure Minimum Normal Maximum

Temperature Minimum Normal Maximum

Viscosity

Density

No of Streams

Alarm Set point

Accuracy

Response Time

Probe Connection Rating

Facing & Finish

Sample Tubing

Type

Location

MountingTemperature Control

Statutory Certificates

OthersCERTIFICATION

SAMPLE

Water Quality Analyser (TOC)Project : IREP,BPCL-KR

Job No. A307

Unit No.:

37

41

42

43

44

Service

Mol. Wt.

Comp. Factor

Electronic Type

Display Unit

Sample Probe

Material of Construction

HANDLING

SYSTEM

Power Consumption

Secondary Sampling

Fast Loop Requirement36

38

39

40

Flow Rate

Location

Memory Type

Configuration Changes

Size

Primary Sampling

Pressure Reduction Type Material

Fluid Composition

Sample Transportation Time

0IV-VGO Hydrotreater Unit

6"-CL-IV-8401-A1A-IH

A307-0IV-YA-DS-6102

0IV-AT -8401

PURE CONDENSATE

*

*

cP

1.4 10/FV

126 deg C 225 deg C

± 2% of Full scale ± 2% of Full scale

RF / 125AARH

* (1/4 " OD minimum)SS316 (Note-13)

Required Mounting Accessories by vendor

*

* SS 316 (Note-13)

Required

Non volatile type (Note-9)

* (Maximum 1 minute)

CCOE (Note-6)

*

Kg/cm2g

1. Vendor to note that all utility like power shall be provided by owner at one point in field. Further distribution with all accessories such as power pack etc shall be in vendor’s scope of supply.2. Utilities as required to be speciifed by vendor. Refer cl. B4 of SIV.3. Configuration shall be possible from Analyser front facia.4. Distance between sample take-off points and analyser cabinet shall be considered as 20m.5. The pipe thickness for 36” line size is 12 mm in which the sample probe is inserted.6. The Analyser cabinet shall be mounted in safe area. The offered analyser and all components of sample handling system shall be weatherproof to IP (55) as a minimum. The sample tap-off points is installed in hazardous area. All electrical / electronic components at sample take-off shall be suitable for hazardous area classification IEC Zone 2 Gas Gr. IIA, IIB T3.

In built keypad (Note-3, 11)

0 - 10 ppmw

3/4" , 150 #

Field (Note- 3, 6)

SS 316

Required (Note-5, 12)

110V AC ± 10%, 50Hz ± 3Hz.

LCD/ LED alpha numeric

Required (Note-10)

5 ppmw

*

Panel Mounting

MIcroprocessor Based

4-20 mA DC isolated linear w.r.t. specified range.

18

Cabinet (Note-6)

Note-7

0.22

Single

Note-14

*

938 kg/m3

Liquid + Vapour

Note-6

Page 131 of 208

22

7. Condensate Charecteristics CONSTITUENTS SPECIFICATIONS pH 6.7 - 7.3 Conductivity, micromho/cm < 0.2 TDS (excluding NH3), ppm < 0.1 Oil contents , ppm NIL TOTAL HARDNESS as CaCO3,ppb NIL Silica (Total) , ppm as SiO2 < 0.02 Colloidal Silica SiO2,ppm < 0.005 Copper , ppm as Cu < 0.005 Total chlorides as Cl,ppm NIL Turbidity, NTU NIL8. Percentage vapor shall be 5-8.7%9. RAM with Battery backup is also acceptable.10. In addition common potential free contact for analyser diagnostic alarms shall be provided for purchaser’s use.11.Incase external configurator is required, the same shall be supplied by Vendor.12. Vendor to calculate probe length considering 30- 50 % insertion length of probe inside pipe and 200 mm nozzle projection.Vendor shall supply retractable probe with isolation ball valves. Ball valve body material shall be ASTM A105 and Trim material shall be SS316.13. Material of construction for sample probe, tubings, tube filttings and other components of sample handling system shall be SS 316.14. Response Time (T90)- 5-8 min (Including sample transportation time)15. *- By Vendor

INSTRUMENT SPECIFICATION

Water Quality Analyser(TOC)

No. By Date Revision Code: Rev.:

0IV-AT -8401Tag Number :

of

Dwg. No.:102 A307-0IV-YA-DS-6102

Sheet

Page 132 of 208

21

1

2

3

Process Fluid

GENERAL

7

4

5

Tag Number

Line Number

6

8

10

9

Heat Capacity

PROCESS DATA

11 Vapor Pressure

12

Critical Pressure

13

Measurement Range

14

15

Principle

16

17

18

19

20

21

Mounting

22

23

Repeatablilty

Self Diagnostics Facility

24

25

Output

26

27

28

ANALYSER

29

30

Power Supply

31

32

33

34

ManufacturerPURCHASE

35

Model No.

Purchase Order Number

Notes:

INSTRUMENT SPECIFICATION

No. By Date Revision Code: Dwg. No.:

Sheet of

Rev.:102

Area Classification

State

Pressure Minimum Normal Maximum

Temperature Minimum Normal Maximum

Viscosity

Density

No of Streams

Alarm Set point

Accuracy

Response Time

Probe Connection Rating

Facing & Finish

Sample Tubing

Type

Location

MountingTemperature Control

Statutory Certificates

OthersCERTIFICATION

SAMPLE

Water Quality Analyser (TOC)Project : IREP,BPCL-KR

Job No. A307

Unit No.:

37

41

42

43

44

Service

Mol. Wt.

Comp. Factor

Electronic Type

Display Unit

Sample Probe

Material of Construction

HANDLING

SYSTEM

Power Consumption

Secondary Sampling

Fast Loop Requirement36

38

39

40

Flow Rate

Location

Memory Type

Configuration Changes

Size

Primary Sampling

Pressure Reduction Type Material

Fluid Composition

Sample Transportation Time

0IV-VGO Hydrotreater Unit

2"-CL-IV-8404-A1A-IH

A307-0IV-YA-DS-6103

0IV-AT -8402

SUSPECT CONDENSATE

*

*

cP

1.4 10/FV

126 deg C 225 deg C

± 2% of Full scale ± 2% of Full scale

RF / 125AARH

* (1/4 " OD minimum)SS316 (Note-13)

Required Mounting Accessories by vendor

*

* SS 316 (Note-13)

Required

Non volatile type (Note-9)

* (Maximum 1 minute)

CCOE (Note-6)

*

Kg/cm2g

1. Vendor to note that all utility like power shall be provided by owner at one point in field. Further distribution with all accessories such as power pack etc shall be in vendor’s scope of supply.2. Utilities as required to be speciifed by vendor. Refer cl. B4 of SIV.3. Configuration shall be possible from Analyser front facia.4. Distance between sample take-off points and analyser cabinet shall be considered as 30 m.5. The pipe thickness for 36” line size is 12 mm in which the sample probe is inserted.6. The Analyser cabinet shall be mounted in safe area. The offered analyser and all components of sample handling system shall be weatherproof to IP (55) as a minimum. The sample tap-off points is installed in hazardous area. All electrical / electronic components at sample take-off shall be suitable for hazardous area classification IEC Zone 2 Gas Gr. IIA, IIB T3ýÿ

In built keypad (Note-3, 11)

0 - 10 ppmw

3/4" , 150 #

Field (Note- 3, 6)

SS 316

Required (Note-5, 12)

110V AC ± 10%, 50Hz ± 3Hz.

LCD/ LED alpha numeric

Required (Note-10)

5 ppmw

*

Panel Mounting

MIcroprocessor Based

4-20 mA DC isolated linear w.r.t. specified range.

18

Cabinet (Note-6)

Note-7

0.22

Single

Note-14

*

938 kg/m3

Liquid + Vapour

Note-6

Page 133 of 208

22

7.Condensate CharecteristicsCONSTITUENTS SPECIFICATIONS NORMAL DESIGN pH 7.5 - 9.2 7.5 - 9.5Ammonia, ppb as NH3 60 - 130 60 - 130Total dissolved solids, ppb 270 2175Sodium , ppb as Na 40 295Calcium , ppb as CaCO3 55 560Magnesium , ppb as CaCO3 35 285Chloride , ppb as Cl 35 255Sulphate , ppb as SO4 80 745Silica (Total) , ppb as SiO2 15 - 30 185 (REACTIVE SILICA)Iron ( Total ) , ppb as Fe 20 20Copper , ppb as Cu 10 100Oil content , ppb 2000 - 3000 5000Alkalinity, ppb as CaCO3 10 - 20 20Turbidity, NTU NIL 1TSS, ppm NIL 1KMnO4 value @ 100 degC 10000 15000 ppb8. Percentage vapor shall be 5-8.7%.9. RAM with Battery backup is also acceptable.10. In addition common potential free contact for analyser diagnostic alarms shall be provided for purchaser’s use.11.Incase external configurator is required, the same shall be supplied by Vendor.12. Vendor to calculate probe length considering 30- 50 % insertion length of probe inside pipe and 200 mm nozzle projection.Vendor shall supply retractable probe with isolation ball valves. Ball valve body material shall be ASTM A105 and Trim material shall be SS316.13. Material of construction for sample probe, tubings, tube filttings and other components of sample handling system shall be SS 316.14. Response Time (T90)- 5-8 min (Including sample transportation time)15. *- By Vendor

INSTRUMENT SPECIFICATION

Water Quality Analyser(TOC)

No. By Date Revision Code: Rev.:

0IV-AT -8402Tag Number :

of

Dwg. No.:102 A307-0IV-YA-DS-6103

Sheet

Page 134 of 208

21

1

2

3

Process Fluid

GENERAL

7

4

5

Tag Number

Line Number

6

8

10

9

Heat Capacity

PROCESS DATA

11 Vapor Pressure

12

Critical Pressure

13

Measurement Range

14

15

Principle

16

17

18

19

20

21

Mounting

22

23

Repeatablilty

Self Diagnostics Facility

24

25

Output

26

27

28

ANALYSER

29

30

Power Supply

31

32

33

34

ManufacturerPURCHASE

35

Model No.

Purchase Order Number

Notes:

INSTRUMENT SPECIFICATION

No. By Date Revision Code: Dwg. No.:

Sheet of

Rev.:102

Area Classification

State

Pressure Minimum Normal Maximum

Temperature Minimum Normal Maximum

Viscosity

Density

No of Streams

Alarm Set point

Accuracy

Response Time

Probe Connection Rating

Facing & Finish

Sample Tubing

Type

Location

MountingTemperature Control

Statutory Certificates

OthersCERTIFICATION

SAMPLE

Water Quality Analyser (TOC)Project : IREP,BPCL-KR

Job No. A307

Unit No.:

37

41

42

43

44

Service

Mol. Wt.

Comp. Factor

Electronic Type

Display Unit

Sample Probe

Material of Construction

HANDLING

SYSTEM

Power Consumption

Secondary Sampling

Fast Loop Requirement36

38

39

40

Flow Rate

Location

Memory Type

Configuration Changes

Size

Primary Sampling

Pressure Reduction Type Material

Fluid Composition

Sample Transportation Time

0IV-VGO Hydrotreater Unit

3"-CL-IV-9312-A1A-IS

A307-0IV-YA-DS-6104

0IV-AT -9301

SUSPECT CONDENSATE

*

*

cP

8.2 13.8

100 deg C 115 deg C

± 2% of Full scale ± 2% of Full scale

RF / 125AARH

* (1/4 " OD minimum)SS316 (Note-13)

Required Mounting Accessories by vendor

*

* SS 316 (Note-13)

Required

Non volatile type (Note-9)

* (Maximum 1 minute)

CCOE (Note-6)

Kg/cm2g

1. Vendor to note that all utility like power shall be provided by owner at one point in field. Further distribution with all accessories such as power pack etc shall be in vendor’s scope of supply..2. Utilities as required to be speciifed by vendor. Refer cl. B4 of SIV.3. Configuration shall be possible from Analyser front facia.4. Distance between sample take-off points and analyser cabinet shall be considered as 30m.5. The pipe thickness for 36” line size is 12 mm in which the sample probe is inserted.6. The Analyser cabinet shall be mounted in safe area. The offered analyser and all components of sample handling system shall be weatherproof to IP (55) as a minimum. The sample tap-off points is installed in hazardous area. All electrical / electronic components at sample take-off shall be suitable for hazardous area classification IEC Zone 2 Gas Gr. IIA, IIB T3.

In built keypad (Note-3, 11)

0 - 10 ppmw

3/4" , 150 #

Field (Note- 3, 6)

SS 316

Required (Note-5, 12)

110V AC ± 10%, 50Hz ± 3Hz.

LCD/ LED alpha numeric

Required (Note-10)

5 ppmw

*

Panel Mounting

MIcroprocessor Based

4-20 mA DC isolated linear w.r.t. specified range.

Cabinet (Note-6)

Note-7

0.3-1.0

Single

Note-8

*

958 - 1000 kg/m3

Amb

Liquid

Note-6

Page 135 of 208

22

7. Condensate CharecteristicsCONSTITUENTS SPECIFICATIONS NORMAL DESIGN pH 7.5 - 9.2 7.5 - 9.5Ammonia, ppb as NH3 60 - 130 60 - 130Total dissolved solids, ppb 270 2175Sodium , ppb as Na 40 295Calcium , ppb as CaCO3 55 560Magnesium , ppb as CaCO3 35 285Chloride , ppb as Cl 35 255Sulphate , ppb as SO4 80 745Silica (Total) , ppb as SiO2 15 - 30 185 (REACTIVE SILICA)Iron ( Total ) , ppb as Fe 20 20Copper , ppb as Cu 10 100Oil content , ppb 2000 - 3000 5000Alkalinity, ppb as CaCO3 10 - 20 20Turbidity, NTU NIL 1TSS, ppm NIL 1KMnO4 value @ 100 degC 10000 15000 ppb8. Response Time (T90)- 5-8 min (Including sample transportation time)9. RAM with Battery backup is also acceptable.10. In addition common potential free contact for analyser diagnostic alarms shall be provided for purchaser’s use.11.Incase external configurator is required, the same shall be supplied by Vendor.12. Vendor to calculate probe length considering 30- 50 % insertion length of probe inside pipe and 200 mm nozzle projection.Vendor shall supply retractable probe with isolation ball valves. Ball valve body material shall be ASTM A105 and Trim material shall be SS316.13. Material of construction for sample probe, tubings, tube filttings and other components of sample handling system shall be SS 316. 14. *- By Vendor

INSTRUMENT SPECIFICATION

Water Quality Analyser(TOC)

No. By Date Revision Code: Rev.:

0IV-AT -9301Tag Number :

of

Dwg. No.:102 A307-0IV-YA-DS-6104

Sheet

Page 136 of 208

21

1

2

3

Process Fluid

GENERAL

7

4

5

Tag Number

Line Number

6

8

10

9

Heat Capacity

PROCESS DATA

11 Vapor Pressure

12

Critical Pressure

13

Measurement Range

14

15

Principle

16

17

18

19

20

21

Mounting

22

23

Repeatablilty

Self Diagnostics Facility

24

25

Output

26

27

28

ANALYSER

29

30

Power Supply

31

32

33

34

ManufacturerPURCHASE

35

Model No.

Purchase Order Number

Notes:

INSTRUMENT SPECIFICATION

No. By Date Revision Code: Dwg. No.:

Sheet of

Rev.:102

Area Classification

State

Pressure Minimum Normal Maximum

Temperature Minimum Normal Maximum

Viscosity

Density

No of Streams

Alarm Set point

Accuracy

Response Time

Probe Connection Rating

Facing & Finish

Sample Tubing

Type

Location

MountingTemperature Control

Statutory Certificates

OthersCERTIFICATION

SAMPLE

Water Quality Analyser (TOC)Project : IREP,BPCL-KR

Job No. A307

Unit No.:

37

41

42

43

44

Service

Mol. Wt.

Comp. Factor

Electronic Type

Display Unit

Sample Probe

Material of Construction

HANDLING

SYSTEM

Power Consumption

Secondary Sampling

Fast Loop Requirement36

38

39

40

Flow Rate

Location

Memory Type

Configuration Changes

Size

Primary Sampling

Pressure Reduction Type Material

Fluid Composition

Sample Transportation Time

IFP-PRU

36"-WT-IFP-1801-A1A-IH

A307-IFP-YA-DS-6101

IFP-AT -1801

HOT WATER BELT TO IFP-V-109

*

*

cP

2.1 21.7

65 deg C 110 deg C

± 2% of Full scale ± 2% of Full scale

RF / 125AARH

* (1/4 " OD minimum)SS316 (Note-13)

Required Mounting Accessories by vendor

*

* SS 316 (Note-13)

Required

Non volatile type (Note-9)

* (Maximum 1 minute)

CCOE (Note-6)

Kg/cm2g

1. Vendor to note that all utility like power shall be provided by owner at one point in field. Further distribution with all accessories such as power pack etc shall be in vendor’s scope of supply.2. Utilities as required to be speciifed by vendor. Refer cl. B4 of SIV.3. Configuration shall be possible from Analyser front facia.4. Distance between sample take-off points and analyser cabinet shall be considered as 40m.5. The pipe thickness for 36” line size is 12 mm in which the sample probe is inserted.6. The Analyser cabinet shall be suitable for monting in hazardous area classification IEC Zone 2 Gas Gr. IIA, IIB T3. The offered analyser and all components of sample handling system shall be flameproof/purge (Type X) to the area classification and weather proof to IP (55) as a minimum. The sample tap-off points & sample handling system are installed in hazardous area. All electrical / electronic components at sample take-off & sample handling system shall be suitable for hazardous area classification IEC Zone 2 Gas Gr. IIA, IIB T3.

In built keypad (Note-3, 11)

0 - 50 ppmw

3/4" , 150 #

Field (Note- 3, 6)

SS 316

Required (Note-5, 12)

110V AC ± 10%, 50Hz ± 3Hz.

LCD/ LED alpha numeric

Required (Note-10)

*

Panel Mounting

MIcroprocessor Based

4-20 mA DC isolated linear w.r.t. specified range.

18.02

Cabinet (Note-6)

Note-7

0.43

Single

Note-14

*

981 KG/M3

15 deg C

Liquid

Note-6

Page 137 of 208

22

7. Composition of stream

Strm Component Unit Minimum Normal Maximum TOC ppmw 0 <1 50

8. Bubble Point - 100 deg C Mnimum pH - 6 Maximum pH -8 Solids in sample - No 9. RAM with Battery backup is also acceptable.10. In addition common potential free contact for analyser diagnostic alarms shall be provided for purchaser’s use.11.Incase external configurator is required, the same shall be supplied by Vendor.12. Vendor to calculate probe length considering 30- 50 % insertion length of probe inside pipe and 200 mm nozzle projection.Vendor shall supply retractable probe with isolation ball valves. Ball valve body material shall be ASTM A105 and Trim material shall be SS316.13. Material of construction for sample probe, tubings, tube filttings and other components of sample handling system shall be SS 316.14. Response Time (T90)- 5-8 min (Including sample transportation time)15. *- By Vendor

INSTRUMENT SPECIFICATION

Water Quality Analyser(TOC)

No. By Date Revision Code: Rev.:

IFP-AT -1801Tag Number :

of

Dwg. No.:102 A307-IFP-YA-DS-6101

Sheet

Page 138 of 208

21

1

2

3

Process Fluid

GENERAL

7

4

5

Tag Number

Line Number

6

8

10

9

Heat Capacity

PROCESS DATA

11 Vapor Pressure

12

Critical Pressure

13

Measurement Range

14

15

Principle

16

17

18

19

20

21

Mounting

22

23

Repeatablilty

Self Diagnostics Facility

24

25

Output

26

27

28

ANALYSER

29

30

Power Supply

31

32

33

34

ManufacturerPURCHASE

35

Model No.

Purchase Order Number

Notes:

INSTRUMENT SPECIFICATION

No. By Date Revision Code: Dwg. No.:

Sheet of

Rev.:102

Area Classification

State

Pressure Minimum Normal Maximum

Temperature Minimum Normal Maximum

Viscosity

Density

No of Streams

Alarm Set point

Accuracy

Response Time

Probe Connection Rating

Facing & Finish

Sample Tubing

Type

Location

MountingTemperature Control

Statutory Certificates

OthersCERTIFICATION

SAMPLE

Water Quality Analyser (TOC)Project : IREP,BPCL-KR

Job No. A307

Unit No.:

37

41

42

43

44

Service

Mol. Wt.

Comp. Factor

Electronic Type

Display Unit

Sample Probe

Material of Construction

HANDLING

SYSTEM

Power Consumption

Secondary Sampling

Fast Loop Requirement36

38

39

40

Flow Rate

Location

Memory Type

Configuration Changes

Size

Primary Sampling

Pressure Reduction Type Material

Fluid Composition

Sample Transportation Time

IUC-Cooling Tower

60"-WCR-IUC-1101-A91A

A307-IUC-YA-DS-6107

IUC-AT -1102

COOLING WATER RETURN

*

*

cP

2.6 7.6

45 deg C 65 deg C

± 2% of Full scale ± 2% of Full scale

RF / 125AARH

* (1/4 " OD minimum)SS316 (Note-13)

Required Mounting Accessories by vendor

*

* SS 316 (Note-13)

Required

Non volatile type (Note-9)

* (Maximum 1 minute)

CCOE (Note-6)

Kg/cm2g

1. Vendor to note that all utility like power shall be provided by owner at one point in field. Further distribution with all accessories such as power pack etc shall be in vendor’s scope of supply.2. Utilities as required to be speciifed by vendor. Refer cl. B4 of SIV..3. Configuration shall be possible from Analyser front facia.4. Distance between sample take-off points and analyser cabinet shall be considered as 40 m.5. The pipe thickness for 60” line size is 16 mm in which the sample probe is inserted.6. The Analyser cabinet shall be mounted in safe area. The offered analyser and all components of sample handling system shall be weatherproof to IP (55) as a minimum. The sample tap-off points is installed in hazardous area. All electrical / electronic components at sample take-off shall be suitable for hazardous area classification IEC Zone 2 Gas Gr. IIA, IIB T3.

In built keypad (Note-3, 11)

0 - 10 ppmw

3/4" , 150 #

Field (Note- 3, 6)

SS 316

Required (Note-5, 12)

110V AC ± 10%, 50Hz ± 3Hz.

LCD/ LED alpha numeric

Required (Note-10)

5 ppmw

*

Panel Mounting

MIcroprocessor Based

4-20 mA DC isolated linear w.r.t. specified range.

Cabinet (Note-6)

Note-7

0.75

Single

Note-14

*

994 KG/M3

Liquid

Note-6

Page 139 of 208

22

7. CW CharecteristicsCONSTITUENTS NORMAL DESIGN pH - 7.0 - 7.5 7.5 Turbidity, NTU -10-15 60Total dissolved solids, ppm - 800 800MO ALKALINITY as CaCO3,ppm - NOTE-8Ca hardness, ppm as CaCO3 - 40 - 50 60Total hardness , ppm as CaCO3 - 65 - 90 100Chloride , ppm as Cl - 260- 350 350Sulphate , ppm as SO4 - 40 50Silica (Total Reactive),ppm as SiO2- 30 - 50 75Organophosphate as PO4, ppm - 8 - 10 8 - 10 Zinc sulphate as Zn, ppm - 1 - 2 2Polimeric dispersant, ppm - 20 - 30 30Mg hardness as CaCO3, ppm - 25 - 40 40Free Residual chlorine - 0.3 - 0.6 0.6Total suspended solids (TSS), ppm- HOLDOil, ppm - 5 (Design)Total iron, as Fe - 1.0(Design)Conductivity @20 deg C -1450 14508. MO Alkalinity will find its own level based on pH maintained, At pH 7.0-7.5,MO ALKALINITY AS CACO3 WILL BE ABOUT 80 mg/l.9. RAM with Battery backup is also acceptable.10. In addition common potential free contact for analyser diagnostic alarms shall be provided for purchaser’s use.11.Incase external configurator is required, the same shall be supplied by Vendor.12. Vendor to calculate probe length considering 30- 50 % insertion length of probe inside pipe and 200 mm nozzle projection.Vendor shall supply retractable probe with isolation ball valves. Ball valve body material shall be ASTM A105 and Trim material shall be SS316.13. Material of construction for sample probe, tubings, tube filttings and other components of sample handling system shall be SS 316.14. Response Time (T90)- 5-8 min (Including sample transportation time)15. *- By Vendor

INSTRUMENT SPECIFICATION

Water Quality Analyser(TOC)

No. By Date Revision Code: Rev.:

IUC-AT -1102Tag Number :

of

Dwg. No.:102 A307-IUC-YA-DS-6107

Sheet

Page 140 of 208

21

1

2

3

Process Fluid

GENERAL

7

4

5

Tag Number

Line Number

6

8

10

9

Heat Capacity

PROCESS DATA

11 Vapor Pressure

12

Critical Pressure

13

Measurement Range

14

15

Principle

16

17

18

19

20

21

Mounting

22

23

Repeatablilty

Self Diagnostics Facility

24

25

Output

26

27

28

ANALYSER

29

30

Power Supply

31

32

33

34

ManufacturerPURCHASE

35

Model No.

Purchase Order Number

Notes:

INSTRUMENT SPECIFICATION

No. By Date Revision Code: Dwg. No.:

Sheet of

Rev.:102

Area Classification

State

Pressure Minimum Normal Maximum

Temperature Minimum Normal Maximum

Viscosity

Density

No of Streams

Alarm Set point

Accuracy

Response Time

Probe Connection Rating

Facing & Finish

Sample Tubing

Type

Location

MountingTemperature Control

Statutory Certificates

OthersCERTIFICATION

SAMPLE

Water Quality Analyser (TOC)Project : IREP,BPCL-KR

Job No. A307

Unit No.:

37

41

42

43

44

Service

Mol. Wt.

Comp. Factor

Electronic Type

Display Unit

Sample Probe

Material of Construction

HANDLING

SYSTEM

Power Consumption

Secondary Sampling

Fast Loop Requirement36

38

39

40

Flow Rate

Location

Memory Type

Configuration Changes

Size

Primary Sampling

Pressure Reduction Type Material

Fluid Composition

Sample Transportation Time

IUC-Cooling Tower

46"-WCR-IUC-1120-A91A

A307-IUC-YA-DS-6108

IUC-AT -1119

CW RETURN

*

*

cP

2.6 7.6

45 deg C 65 deg C

± 2% of Full scale ± 2% of Full scale

RF / 125AARH

* (1/4 " OD minimum)SS316 (Note-13)

Required Mounting Accessories by vendor

*

* SS 316 (Note-13)

Required

Non volatile type (Note-9)

* (Maximum 1 minute)

CCOE (Note-6)

Kg/cm2g

1. Vendor to note that all utility like power shall be provided by owner at one point in field. Further distribution with all accessories such as power pack etc shall be in vendor’s scope of supply.2. Utilities as required to be speciifed by vendor. Refer cl. B4 of SIV.3. Configuration shall be possible from Analyser front facia.4. Distance between sample take-off points and analyser cabinet shall be considered as 40m.5. The pipe thickness for 46” line size is 14 mm in which the sample probe is inserted.6. The Analyser cabinet shall be mounted in safe area. The offered analyser and all components of sample handling system shall be weatherproof to IP (55) as a minimum. The sample tap-off points is installed in hazardous area. All electrical / electronic components at sample take-off shall be suitable for hazardous area classification IEC Zone 2 Gas Gr. IIA, IIB T3.

In built keypad (Note-3, 11)

0 - 10 ppmw

3/4" , 150 #

Field (Note- 3, 6)

SS 316

Required (Note-5, 12)

110V AC ± 10%, 50Hz ± 3Hz.

LCD/ LED alpha numeric

Required (Note-10)

5 ppmw

*

Panel Mounting

MIcroprocessor Based

4-20 mA DC isolated linear w.r.t. specified range.

Cabinet (Note-6)

Note-7

0.75

Single

Note-14

*

994 KG/M3

Liquid

Note-6

Page 141 of 208

22

7. CW CharecteristicsCONSTITUENTS NORMAL DESIGN pH - 7.0 - 7.5 7.5 Turbidity, NTU -10-15 60Total dissolved solids, ppm - 800 800MO ALKALINITY as CaCO3,ppm - NOTE-8Ca hardness, ppm as CaCO3 - 40 - 50 60Total hardness , ppm as CaCO3 - 65 - 90 100Chloride , ppm as Cl - 260- 350 350Sulphate , ppm as SO4 - 40 50Silica (Total Reactive),ppm as SiO2- 30 - 50 75Organophosphate as PO4, ppm - 8 - 10 8 - 10 Zinc sulphate as Zn, ppm - 1 - 2 2Polimeric dispersant, ppm - 20 - 30 30Mg hardness as CaCO3, ppm - 25 - 40 40Free Residual chlorine - 0.3 - 0.6 0.6Total suspended solids (TSS), ppm- HOLDOil, ppm - 5 (Design)Total iron, as Fe - 1.0(Design)Conductivity @20 deg C -1450 14508. MO Alkalinity will find its own level based on pH maintained, At pH 7.0-7.5,MO ALKALINITY AS CACO3 WILL BE ABOUT 80 mg/l.9. RAM with Battery backup is also acceptable.10. In addition common potential free contact for analyser diagnostic alarms shall be provided for purchaser’s use.11.Incase external configurator is required, the same shall be supplied by Vendor.12. Vendor to calculate probe length considering 30- 50 % insertion length of probe inside pipe and 200 mm nozzle projection.Vendor shall supply retractable probe with isolation ball valves. Ball valve body material shall be ASTM A105 and Trim material shall be SS316.13. Material of construction for sample probe, tubings, tube filttings and other components of sample handling system shall be SS 316.14. Response Time (T90)- 5-8 min (Including sample transportation time)15. *- By Vendor

INSTRUMENT SPECIFICATION

Water Quality Analyser(TOC)

No. By Date Revision Code: Rev.:

IUC-AT -1119Tag Number :

of

Dwg. No.:102 A307-IUC-YA-DS-6108

Sheet

Page 142 of 208

21

1

2

3

Process Fluid

GENERAL

7

4

5

Tag Number

Line Number

6

8

10

9

Heat Capacity

PROCESS DATA

11 Vapor Pressure

12

Critical Pressure

13

Measurement Range

14

15

Principle

16

17

18

19

20

21

Mounting

22

23

Repeatablilty

Self Diagnostics Facility

24

25

Output

26

27

28

ANALYSER

29

30

Power Supply

31

32

33

34

ManufacturerPURCHASE

35

Model No.

Purchase Order Number

Notes:

INSTRUMENT SPECIFICATION

No. By Date Revision Code: Dwg. No.:

Sheet of

Rev.:102

Area Classification

State

Pressure Minimum Normal Maximum

Temperature Minimum Normal Maximum

Viscosity

Density

No of Streams

Alarm Set point

Accuracy

Response Time

Probe Connection Rating

Facing & Finish

Sample Tubing

Type

Location

MountingTemperature Control

Statutory Certificates

OthersCERTIFICATION

SAMPLE

Water Quality Analyser (TOC)Project : IREP,BPCL-KR

Job No. A307

Unit No.:

37

41

42

43

44

Service

Mol. Wt.

Comp. Factor

Electronic Type

Display Unit

Sample Probe

Material of Construction

HANDLING

SYSTEM

Power Consumption

Secondary Sampling

Fast Loop Requirement36

38

39

40

Flow Rate

Location

Memory Type

Configuration Changes

Size

Primary Sampling

Pressure Reduction Type Material

Fluid Composition

Sample Transportation Time

IUC-Cooling Tower

24"-WCR-IUC-1121-A91A

A307-IUC-YA-DS-6109

IUC-AT -1120

CW RETURN

*

*

cP

2.6 7.6

45 deg C 65 deg C

± 2% of Full scale ± 2% of Full scale

RF / 125AARH

* (1/4 " OD minimum)SS316 (Note-13)

Required Mounting Accessories by vendor

*

* SS 316 (Note-13)

Required

Non volatile type (Note-9)

* (Maximum 1 minute)

CCOE (Note-6)

Kg/cm2g

1. Vendor to note that all utility like power shall be provided by owner at one point in field. Further distribution with all accessories such as power pack etc shall be in vendor’s scope of supply.2. Utilities as required to be speciifed by vendor. Refer cl. B4 of SIV.3. Configuration shall be possible from Analyser front facia.4. Distance between sample take-off points and analyser cabinet shall be considered as 40 m.5. The pipe thickness for 24” line size is 8 mm in which the sample probe is inserted.6. The Analyser cabinet shall be mounted in safe area. The offered analyser and all components of sample handling system shall be weatherproof to IP (55) as a minimum. The sample tap-off points is installed in hazardous area. All electrical / electronic components at sample take-off shall be suitable for hazardous area classification IEC Zone 2 Gas Gr. IIA, IIB T3.

In built keypad (Note-3, 11)

0 - 10 ppmw

3/4" , 150 #

Field (Note- 3, 6)

SS 316

Required (Note-5, 12)

110V AC ± 10%, 50Hz ± 3Hz.

LCD/ LED alpha numeric

Required (Note-10)

5 ppmw

*

Panel Mounting

MIcroprocessor Based

4-20 mA DC isolated linear w.r.t. specified range.

Cabinet (Note-6)

Note-7

0.75

Single

Note-14

*

994 KG/M3

Liquid

Note-6

Page 143 of 208

22

7. CW CharecteristicsCONSTITUENTS NORMAL DESIGN pH - 7.0 - 7.5 7.5 Turbidity, NTU -10-15 60Total dissolved solids, ppm - 800 800MO ALKALINITY as CaCO3,ppm - NOTE-8Ca hardness, ppm as CaCO3 - 40 - 50 60Total hardness , ppm as CaCO3 - 65 - 90 100Chloride , ppm as Cl - 260- 350 350Sulphate , ppm as SO4 - 40 50Silica (Total Reactive),ppm as SiO2- 30 - 50 75Organophosphate as PO4, ppm - 8 - 10 8 - 10 Zinc sulphate as Zn, ppm - 1 - 2 2Polimeric dispersant, ppm - 20 - 30 30Mg hardness as CaCO3, ppm - 25 - 40 40Free Residual chlorine - 0.3 - 0.6 0.6Total suspended solids (TSS), ppm- HOLDOil, ppm - 5 (Design)Total iron, as Fe - 1.0(Design)Conductivity @20 deg C -1450 14508. MO Alkalinity will find its own level based on pH maintained, At pH 7.0-7.5,MO ALKALINITY AS CACO3 WILL BE ABOUT 80 mg/l.9. RAM with Battery backup is also acceptable.10. In addition common potential free contact for analyser diagnostic alarms shall be provided for purchaser’s use.11.Incase external configurator is required, the same shall be supplied by Vendor.12. Vendor to calculate probe length considering 30- 50 % insertion length of probe inside pipe and 200 mm nozzle projection.Vendor shall supply retractable probe with isolation ball valves. Ball valve body material shall be ASTM A105 and Trim material shall be SS316.13. Material of construction for sample probe, tubings, tube filttings and other components of sample handling system shall be SS 316.14. Response Time (T90)- 5-8 min (Including sample transportation time)15. *- By Vendor

INSTRUMENT SPECIFICATION

Water Quality Analyser(TOC)

No. By Date Revision Code: Rev.:

IUC-AT -1120Tag Number :

of

Dwg. No.:102 A307-IUC-YA-DS-6109

Sheet

Page 144 of 208

21

1

2

3

Process Fluid

GENERAL

7

4

5

Tag Number

Line Number

6

8

10

9

Heat Capacity

PROCESS DATA

11 Vapor Pressure

12

Critical Pressure

13

Measurement Range

14

15

Principle

16

17

18

19

20

21

Mounting

22

23

Repeatablilty

Self Diagnostics Facility

24

25

Output

26

27

28

ANALYSER

29

30

Power Supply

31

32

33

34

ManufacturerPURCHASE

35

Model No.

Purchase Order Number

Notes:

INSTRUMENT SPECIFICATION

No. By Date Revision Code: Dwg. No.:

Sheet of

Rev.:102

Area Classification

State

Pressure Minimum Normal Maximum

Temperature Minimum Normal Maximum

Viscosity

Density

No of Streams

Alarm Set point

Accuracy

Response Time

Probe Connection Rating

Facing & Finish

Sample Tubing

Type

Location

MountingTemperature Control

Statutory Certificates

OthersCERTIFICATION

SAMPLE

Water Quality Analyser (TOC)Project : IREP,BPCL-KR

Job No. A307

Unit No.:

37

41

42

43

44

Service

Mol. Wt.

Comp. Factor

Electronic Type

Display Unit

Sample Probe

Material of Construction

HANDLING

SYSTEM

Power Consumption

Secondary Sampling

Fast Loop Requirement36

38

39

40

Flow Rate

Location

Memory Type

Configuration Changes

Size

Primary Sampling

Pressure Reduction Type Material

Fluid Composition

Sample Transportation Time

IUC-Cooling Tower

84"-WCR-IUC-2101-A91A

A307-IUC-YA-DS-6110

IUC-AT -2102

CW RETURN

*

*

cP

2.6 7.6

45 deg C 65 deg C

± 2% of Full scale ± 2% of Full scale

RF / 125AARH

* (1/4 " OD minimum)SS316 (Note-13)

Required Mounting Accessories by vendor

*

* SS 316 (Note-13)

Required

Non volatile type (Note-9)

* (Maximum 1 minute)

CCOE (Note-6)

Kg/cm2g

1. Vendor to note that all utility like power shall be provided by owner at one point in field. Further distribution with all accessories such as power pack etc shall be in vendor’s scope of supply.2. Utilities as required to be speciifed by vendor. Refer cl. B4 of SIV.3. Configuration shall be possible from Analyser front facia.4. Distance between sample take-off points and analyser cabinet shall beconsidered as 40m.5. The pipe thickness for 84” line size is 20 mm in which the sample probe is inserted.6. The Analyser cabinet shall be mounted in safe area. The offered analyser and all components of sample handling system shall be weatherproof to IP (55) as a minimum. The sample tap-off points is installed in hazardous area. All electrical / electronic components at sample take-off shall be suitable for hazardous area classification IEC Zone 2 Gas Gr. IIA, IIB T3.

In built keypad (Note-3, 11)

0 - 10 ppmw

3/4" , 150 #

Field (Note- 3, 6)

SS 316

Required (Note-5, 12)

110V AC ± 10%, 50Hz ± 3Hz.

LCD/ LED alpha numeric

Required (Note-10)

5 ppmw

*

Panel Mounting

MIcroprocessor Based

4-20 mA DC isolated linear w.r.t. specified range.

Cabinet (Note-6)

Note-7

0.75

Single

Note-14

*

995 KG/M3

Liquid

Note-6

Page 145 of 208

22

7. CW CharecteristicsCONSTITUENTS NORMAL DESIGN pH - 7.0 - 7.5 7.5 Turbidity, NTU -10-15 60Total dissolved solids, ppm - 800 800MO ALKALINITY as CaCO3,ppm - NOTE-8Ca hardness, ppm as CaCO3 - 40 - 50 60Total hardness , ppm as CaCO3 - 65 - 90 100Chloride , ppm as Cl - 260- 350 350Sulphate , ppm as SO4 - 40 50Silica (Total Reactive),ppm as SiO2- 30 - 50 75Organophosphate as PO4, ppm - 8 - 10 8 - 10 Zinc sulphate as Zn, ppm - 1 - 2 2Polimeric dispersant, ppm - 20 - 30 30Mg hardness as CaCO3, ppm - 25 - 40 40Free Residual chlorine - 0.3 - 0.6 0.6Total suspended solids (TSS), ppm- HOLDOil, ppm - 5 (Design)Total iron, as Fe - 1.0(Design)Conductivity @20 deg C -1450 14508. MO Alkalinity will find its own level based on pH maintained, At pH 7.0-7.5,MO ALKALINITY AS CACO3 WILL BE ABOUT 80 mg/l.9. RAM with Battery backup is also acceptable.10. In addition common potential free contact for analyser diagnostic alarms shall be provided for purchaser’s use.11.Incase external configurator is required, the same shall be supplied by Vendor.12. Vendor to calculate probe length considering 30- 50 % insertion length of probe inside pipe and 200 mm nozzle projection.Vendor shall supply retractable probe with isolation ball valves. Ball valve body material shall be ASTM A105 and Trim material shall be SS316.13. Material of construction for sample probe, tubings, tube filttings and other components of sample handling system shall be SS 316.14. Response Time (T90)- 5-8 min (Including sample transportation time)15. *- By Vendor

INSTRUMENT SPECIFICATION

Water Quality Analyser(TOC)

No. By Date Revision Code: Rev.:

IUC-AT -2102Tag Number :

of

Dwg. No.:102 A307-IUC-YA-DS-6110

Sheet

Page 146 of 208

Page 147 of 208

CALIBRATION CYLINDER

REQUIREMENTS

SPECIFICATION

A307-000-16-51-MD-2605 Rev. A

Page 1 of 2

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved

CALIBRATION CYLINDER REQUIREMENTS

A 31.12.2013 ISSUED FOR BIDS SKS AR MN

Rev. No

Date Purpose Prepared

by Checked

by Approved

by

Page 148 of 208

CALIBRATION CYLINDER

REQUIREMENTS

SPECIFICATION

A307-000-16-51-MD-2605 Rev. A

Page 2 of 2

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved

Group A- Water Quality (TOC) Analyser CDU-VDU, DCU, DHDT, PRU, SRU, VGO & IUC units Qty-17

nos.

Sl. No. TAG NO. ANALYSER TYPE CALIBRATION CYLINDER / SOLUTION WITH

REGULATOR, PRESSURE GAUGE, RELIEF VALVE FOR ZERO AND SPAN ADJUSTMENT

1) 0IC-AT-7101 TOC *

2) 0IC-AT-8601 TOC *

3) 0ID-AT-7501 TOC *

4) 0ID-AT-7601 TOC *

5) 0ID-AT-8401 TOC *

6) 0IG-AT-6501 TOC *

7) 0IG-AT-8101 TOC *

8) 0IS-AT-7001 TOC *

9) 0IV-AT-8101 TOC *

10) 0IV-AT-8401 TOC *

11) 0IV-AT-8402 TOC *

12) 0IV-AT-9301 TOC *

13) IFP-AT-1801 TOC *

14) IUC-AT-1102 TOC *

15) IUC-AT-1119 TOC *

16) IUC-AT-1120 TOC *

17) IUC-AT-2102 TOC *

Vendor shall supply calibration cylinders/ solutions for zero and span calibration for each Water

Quality Analysers. Quantity of total cylinders for each analyser shall be calculated by vendor with

following basis:-

a) For Water Quality (TOC) Analysers calibration cylinders are required for six months of normal

operation from date of successful commissioning.

However the above cylinders shall not be considered for commissioning which shall be provided

by the vendor as part of commissioning spares.

b) Calibration solution accuracy shall be adequate to demonstrate the repeatability of the analysers.

c) Calibration / Zero solution quantity shall be calculated based on a frequency of one calibration in

month or as per vendor’s recommendation, whichever is lower.

d) Calibration cylinders shall be preferably of SS316 material.

e) The calibration cylinders shall be supplied in dual manifold cylinder configuration.

f) Vendor supplied calibration cylinders shall be provided with calibration test certificates & valid

cylinder certificates (Hydraulic testing).

g) Cylinders shall be kept chained in a stand.

* - Vendor shall workout total number of cylinders required for each Water Quality (TOC) Analysers and furnish calculation of same in the offer.

Page 149 of 208

Template No. 5-0000-0001-T3 Rev. 1 Copyrights EIL – All rights reserved

PTR Format for

Water Quality Analysers Document No.

A307-000-YA-PTR-2605

Rev. No. A

Page 1 of 1

SL.

NO.

DESCRIPTION AS OFFERED

FOR THIS

PROJECT

SYSTEM AS

INSTALLED @

SITE 1

SYSTEM AS

INSTALLED @

SITE 2

SYSTEM AS

INSTALLED @

SITE 3

SYSTEM AS

INSTALLED @

SITE 4

1 Name of Plant

2 Name, Address, Fax No., E-Mail & Telephone No. of contact

person in the plant

3 Name, Address, Fax No., E-Mail of consultant

4 Month & year of system supply

5 Month & year of system commissioning

6 Any major breakdown till date

7 If yes, cause of breakdown

8

MODEL NOS. OF OFFERED ANALYSERS:

Water Quality (TOC) Analysers

Operating Pressure and temperature

9. ACTIVITIES CARRIED OUT BY VENDOR OR

MANUFACTURER (INDICATE NAME WITH VENDOR / MANUFACTUER LOCATION

WHERE EACH OF THESE ACTIVITIES SHALL BE CARRIED OUT)

a) Manufacturing of analysers

b) Design of Sample Handling system

c) Manufacturing of sample Handling system

d) Calibration, Testing at Factory and Inspection of Analysers

e) Installation of Analyser system

f) Commissioning of Analyser system

g) Site acceptance of Analyser system

12 SALIENT FEATURES OF OFFERED SYSTEM OVER

EARLIER INSTALLED SYSTEMS

Vendor Seal & Signature

Page 150 of 208

COMPLIANCE STATEMENT

A307-000-16-51-CF-2605

Page 1 of 2

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved

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, IREP, KOCHI (INDIA) AGAINST MATERIAL REQUISITION No. A307-000-YA-MR-

2605 [WATER QUALITY (TOC) ANALYSERS] 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-KR 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.

(BIDDER‟S SIGNATURE AND STAMP)

Page 151 of 208

COMPLIANCE STATEMENT

A307-000-16-51-CF-2605 Page 2 of 2

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved

Sr. No.

COMPLIANCE STATEMENT/QUERY BIDDER’S CONFIRMATION/ ANSWER

Please note that it is mandatory to furnish replies to the technical queries listed below, without which your offer will be considered incomplete.

1. This Technical Questionnaire with categorical confirmation against each of the clauses, deviation (if any), against the applicable specifications and codes shall be duly consolidated at one place (as per the attached deviations list format) by the bidder. In case no deviations are furnished, it will be presumed that all requirements are fully met and complied with, by the bidder.

Any deviations/ deletions/ corrections made by the bidder elsewhere will not be taken cognizance of and all such deviations shall deem to have been withdrawn by the bidder.

2. Confirm that compliance to “Special Instructions to vendor”, various technical specifications, drawing and document with „‟Technical Questionnaire” have been submitted with the offer.

3. Confirm that all documents required to be submitted with the offer as per the Vendor Data requirement has been submitted

4. Confirm that inspection charges have been included in the base price.

5. Confirm that Two Years Operational Spares have been quoted as per Special Instructions to Vendor (SIV).

6. Confirm that Mandatory spares and Start Up & Commissioning Spares have been quoted as per the SIV and price of the same has been included in the overall lumpsum price.

7. Vendor to confirm the following:

a. Are local service facilities available in India?

b. If not available, where is the Vendor approved service facility presently located nearest to India?

c. Is the Equipment User serviceable?

d. Maintenance and detailed trouble shooting Manuals shall be provided for the unit, alongwith as-shipped documents.

e. When was the quoted model introduced in the market?

8. Confirm that special tools and tackles have been considered and price for the same is included in overall lumpsum price.

BIDDER‟S SIGNATURE & STAMP

Page 152 of 208

Template No. 5-0000-0001-T3 Rev. 1 Copyrights EIL – All rights reserved

Deviation List For

Water Quality Analysers

Document No.

A307-000-16-51-DL-2605

Page 1 of 1

Sl. No.

Document No. Clause No. Deviation Technical Reason for Deviation

Vendor Seal & Signature

Page 153 of 208

Responsibility Definition

DOCUMENT No.

A307-000-YA-RD-2605 Rev A

Page 1 of 3

A 31.12.13 ISSUED FOR BIDS SKS AR MN

Rev. No

Date Purpose Prepared

by Checked

by Approved

by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Responsibility Definition

Page 154 of 208

Responsibility Definition

DOCUMENT No.

A307-000-YA-RD-2605 Rev A

Page 2 of 3

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Responsibility Definition

1. Vendor must indicate clearly the responsibilities of each of the agencies in the format

attached (Responsibility Chart) along with the definition of various agencies as described below:

a) Vendor - The agency who manufactures the analyser / any other item at his manufacturing

works and who has quoted for the complete analyzer system. b) Sub vendor – Agency who manufactures components and accessories and supply same

to vendor. 2. The responsibility assigned in the format shall be from the agency or location, which meets

provenness criteria specified elsewhere in MR.

Page 155 of 208

Responsibility Definition

DOCUMENT No.

A307-000-YA-RD-2605 Rev A

Page 3 of 3

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Responsibility Chart (Format)

S. NO. DESCRIPTION

RESPONSIBILITY

LOCATION VENDOR SUBVENDOR

GROUP-I

1.

1. 1 SOURCE OF SUPPLY

a) WATER QUALITY (TOC) ANALYSERS INCLUDING PROBE

b) SAMPLING HANDLING SYSTEM

c) CALIBRATION CYLINDERS (AS APPLICABLE)

2. 2 DESIGN OF SAMPLE HANDLING SYSTEM

3. WATER QUALITY (TOC) ANALYSERS CALIBRATION INCLUDING TESTING

4. TESTING AT FACTORY

5. SUPERVISION OF INSTALLATION AT SITE

6. SUPERVISION OF FIELD CALIBRATION TESTING AND COMMISIOINING AT SITE

7. WARRANTY

8. OVERALL SINGLE POINT RESPONSIBILITY

Page 156 of 208

Water Quality Analyser

System for BPCL-KR IREP Project

Document No.

A307-000-YA-LS-2605

Rev. No. A

Page 1 of 3

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

CERTIFICATE FOR LOGISTIC SUPPORT

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

I, ON BEHALF OF M/s______________________________________________________

CONFIRM THAT WATER QUALITY (TOC) ANALYSERS MODEL NOS.

______________________________________________ QUOTED BY US FOR

INTEGRATED REFINERY EXPANSION PROJECT, KOCHI REFINERY, AMBALAMUGAL,

KERALA, INDIA OF M/s BPCL-KR AGAINST MATERIAL REQUISITION A307-000-YA-

MR-2605 SHALL CONTINUE TO BE SUPPORTED BY US AND QUOTED SYSTEM

SHALL NOT BE WITHDRAWN FROM “INDIAN” MARKET IN NEXT THREE (3) YEARS

FROM THE DATE OF PLACEMENT OF ORDER AS A MATTER OF CORPORATE

POLICY.

I, FURTHER CONFIRM THAT IN CASE OF PLACEMENT OF ORDER BY M/S BPCL-KR

ON US WE SHALL CONTINUE TO SUPPORT M/S BPCL-KR IN PROVIDING BACK-UP

ENGINEERING, MAINTENANCE SUPPORT, AND SPARE PART SUPPORT TO M/s

BPCL-KR FOR A PERIOD OF NOT LESS THAN TEN (10) YEARS FROM THE DATE OF

EXPIRY OF WARRANTY.

SIGNATURE WITH SEAL

(AUTHORIZED, SENIOR MANAGEMENT LEVEL)

Page 157 of 208

Water Quality Analyser

System for BPCL-KR IREP Project

Document No.

A307-000-YA-LS-2605

Rev. No. A

Page 2 of 3

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

CAPABILITY ASSESSMENT CERTIFICATE

(TO BE SIGNED BY MANUFACTURER'S CORPORATE LEVEL SIGNATORY ON COMPANY'S LETTER HEAD) I, ______________________ ON BEHALF OF M/S.______________________ CERTIFY THAT WE HAVE EVALUATED THE FACILITIES AVAILABLE WITH M/S.______________________ AND APPROVE THEM FOR CARRYING OUT THE FOLLOWING ACTIVITIES: SYSTEM ENGINEERING SAMPLE HANDLING SYSTEM ASSEMBLY COMPONENT PROCUREMENT SYSTEM INTEGRATION

WATER QUALITY ANALYSERS TESTING WATER QUALITY ANALYSERS CALIBRATION WATER QUALITY ANALYSERS INSTALLATION WATER QUALITY ANALYSERS COMMISSIONING

(TICK WHICH ONE IS APPLICABLE) WE ALSO CONFIRM THAT QA/QC PROCEDURE BEING FOLLOWED BY M/S.__________________ AT THEIR WORKS IS SIMILAR TO THOSE BEING FOLLOWED BY US AT OUR WORKS.

SIGNATURE WITH SEAL AUTHOURIZED, SENIOR

MANAGEMENT LEVEL SIGNATORY

Page 158 of 208

Water Quality Analyser

System for BPCL-KR IREP Project

Document No.

A307-000-YA-LS-2605

Rev. No. A

Page 3 of 3

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

PERFORMANCE GUARANTEE CERTIFICATE

(TO BE SIGNED BY MANUFACTURER'S CORPORATE LEVEL SIGNATORY ON COMPANY'S LETTER HEAD) I, ____________________ON BEHALF OF M/S. ____________________________, CERTIFY THAT IN THE EVENT OF PLACEMENT OF ORDER FOR ___________________WATER QUALITY (TOC) ANALYSERS BY BPCL-KR ON M/S___________________________.

a) THE WATER QUALITY (TOC) ANALYSERS COMPLETE WITH ITS PERFORMANCE CERTIFICATE SHALL BE SUPPLIED BY US.

b) THE SAMPLE HANDLING SYSTEM REQUIRED FOR OFFERED WATER QUALITY ANALYSERS FOR SPECIFIED APPLICATION SHALL BE SUPPLIED B[Y US.

OR] SAMPLE HANDLING SYSTEM SHALL BE DESIGNED BY US AND ALL CRITICAL COMPONENTS REQUIRED FOR SAMPLE HANDLING SYSTEM SHALL BE SUPPLIED BY US.

c) M/S. _______________________, SHALL STAND GUARANTEE FOR THE PERFORMANCE OF THE WATER QUALITY ANALYSERS WHEN INSTALLED ALONGWITH THE SAMPLE HANDLING SYSTEM AT SITE.

d) OUR INVOLVEMENT SHALL BE ENSURED DURING SYSTEM ENGINEERING, ANALYSER TESTING AND FACTORY ACCEPTANCE TESTING, SITE COMMISSIONING AND SITE ACCEPTANCE TESTING.

e) WITH THE METHODOLOGY PROPOSED HEREIN, WE M/S ___________________ SHALL STAND GUARANTEE FOR THE COMPLETE WATER QUALITY ANALYSERS AS PER THE SPECIFIED PERFORMANCE SPECIFICATIONS.

SIGNATURE WITH SEAL AUTHOURIZED, SENIOR

MANAGEMENT LEVEL SIGNATORY

NOTE:

1. FOR B) TICK, WHICHEVER CLAUSE IS APPLICABLE CONSIDERING EXPERIENCE OF THE BIDDER

2. FOR C), MANUFACTURER TO WRITE THEIR NAME.

Page 159 of 208

Page 160 of 208

Page 161 of 208

Page 162 of 208

Page 163 of 208

Page 164 of 208

Page 165 of 208

Page 166 of 208

Page 167 of 208

Page 168 of 208

Page 169 of 208

Page 170 of 208

Page 171 of 208

Page 172 of 208

Page 173 of 208

Page 174 of 208

Page 175 of 208

Page 176 of 208

Page 177 of 208

Page 178 of 208

Page 179 of 208

Page 180 of 208

1510-zre?#a ENGINEERSsitri Offleg VW INDIA LIMITED

‘A Go. of Mdia Undeavong,

STANDARD SPECIFICATIONFOR PROCESS STREAM

ANALYSER

STANDARD SPECIFICATION No.

6-52-0035 Rev. 4Page 1 of 22

rq k(*) ti ch * Frm

STANDARD SPECIFICATION FORPROCESS STREAM ANALYSER

40;&--fi CAr■-•)4 30.03.12 Revised and Reissued as Standard Specification CS RG RP/JMS DM

3 27.09.06 Revised and Reissued as Standard Specification RP TGM PM VC

2 01.11.96 Revised and Reissued as Standard Specification RK BRS RB AS

1 09.06.89 Issued as Standard Specification PVS TSN AKV AK

Rev.No Date Purpose Prepared

byChecked

by

StandardsCommitteeConvenor

StandardsBureau

Chairman

Approved by

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

Page 181 of 208

sartei ENGINEERS/gar Meg INDIA LIMITED

STANDARD SPECIFICATIONFOR PROCESS STREAM

ANALYSER

STANDARD SPECIFICATION No.

6-52-0035 Rev. 4Page 2 of 22

Abbreviations:

AARH Arithmetic Average Roughness Height

CRCA Cold Rolled Cold Annealed

DC Direct Current

DCS Distributed Control System

HART Highway Addressable Remote Transducer

HVAC Heating Ventilation and Air conditioning

LCD Liquid Crystal Display

LED Light Emitting Diodes

MAWP Maximum Allowable Working Pressure

MOC Material of Construction

NPT National Pipe Thread

PTFE Poly Tetra Fluoro Ethylene

RAM Random Access Memory

SPDT Single Pole Double Throw

SS Stainless Steel

Instrumentation Standards Committee

Convener: Ms. R. PriyamvadaMembers: Mr. P.K.Sahay

Mr. S. BhowalMr. M.NandiMs.R. Shanthi DeviMr. M.P. Jain (Proj.)

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

Page 182 of 208

012-43€5,4a ENGINEERSIgzir fair& NW INDIA LIMITED

STANDARD SPECIFICATIONFOR PROCESS STREAM

ANALYSER

STANDARD SPECIFICATION No.

6-52-0035 Rev. 4Page 3 of 22

CONTENTS

1.0 GENERAL 4

2.0 DESIGN AND CONSTRUCTION 9

3.0 NAMEPLATE 21

4.0 INSPECTION AND TESTING 22

5.0 SHIPPING 22

6.0 REJECTION 22

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

Page 183 of 208

StilfteTS ENGINEERSLII toRes ley INDIA LIMITED

STANDARD SPECIFICATIONFOR PROCESS STREAM

ANALYSER

STANDARD SPECIFICATION No.6-52-0035 Rev. 4

Page 4 of 22

1.0 GENERAL

1.1 Scope

1.1.1 This specification, together with the data sheets, covers the requirements for the completedesign, materials, fabrication, nameplate marking, inspection, testing and shipment ofprocess stream analysers and accessories. This standard specification shall be applicable forall types of process stream analysers irrespective of whether separate specifications areincluded or not included in this specification.

1.1.2 The related standards referred to herein and mentioned below shall be of the latest editionsprior to the date of the purchaser's enquiry:

ASME American Society of Mechanical Engineers.1.20.1 Pipe Threads, General Purpose (Inch).16.5 Pipe Flanges and Flanged Fittings.16.20 Metallic Gaskets for Pipe Flanges- Ring Joint, Spiral

wound and Jacketed.B 31.3 Process Piping

API American Petroleum InstituteRP 551 Process Measurement InstrumentationRP 552

Transmission SystemsRP 554

Process Control SystemsRP 555

Process Analyzers

ASTM

EN

IS/IEC

American Society for Testing and MaterialsG93 Standard Practice for cleaning methods and cleanliness

levels for material and equipment used in oxygen-enrichedenvironments.

European Standards.

EN 10204 Inspection Documents for Metallic Products.

Indian Standards/ International Electro Technical Commission.IS/IEC 60079 Electrical Apparatus for Explosives Gas Atmosphere.IS/IEC 60529 Degree of Protection Provided by Enclosures. (IP Code)IEC 61000-4 Electromagnetic Compatibility for Industrial Process

Measurement and Control Equipment.IEC-61285 Industrial Process Control - Safety of Analyzer Houses

NFPA 496 National Fire Protection Associations

1.1.3 In the event of any conflict between this standard specification, job specification/datasheets, statutory regulations, related standards, codes etc., the following order of priorityshall govern.

Statutory RegulationsJob Specification / Data SheetsStandard SpecificationCodes and Standards

1.1.4 In addition to meeting the purchaser's specification in totality, vendor's extent ofresponsibility shall include the following:

a) Purchaser's data sheet indicates the type of analyser and the minimum sampleconditioning system requirements. Vendor shall be responsible for the selection ofproper analyser and design of the sample conditioning system to analyse thecomponent/components of interest within the stated performance requirements.

Format No. 8-00.0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 184 of 208

ENGINEERSlaOreg INDIA LIMITED

IA Gov/ al India undeplal■ngd

STANDARD SPECIFICATIONFOR PROCESS STREAM

ANALYSER

STANDARD SPECIFICATION No.

6-52-0035 Rev. 4Page 5 of 22

Carry out complete application engineering of the process gas analyser so as toachieve the desired analysis within stated performance requirements.

Provide all hardware and software, as necessary, to meet the functionalrequirements specified in the purchaser's specifications.

Provide complete data to purchaser for successfully proving serial communicationwith purchaser's host system i.e. DCS when specified in the job specification.

Purchaser's data sheets indicate the minimum requirements of material ofconstruction for the analyser and its sample conditioning system. Alternate superiormaterial of construction shall also be acceptable provided vendor assumes completeresponsibility of the selected material for any part of the analyser system so as to becompatible with the process stream and its operating conditions and surroundingatmosphere as specified in purchaser's data sheet.

1.2 Bids

1.2.1 Vendor's quotation shall be strictly as per the bidding instruction to vendor attached withthe material requisition.

1.2.2 Whenever a detailed technical offer is required, vendor's quotation shall include thefollowing:

Compliance to the specifications.

Whenever the requirement of detailed specification sheet for Process Streamanalyser is specifically indicated, a detailed specification sheet for each analyser,which shall provide information regarding type, materials of construction,performance specification and accessories of analyser The material specificationand units of measurement for various parts in vendor's specification sheets shall beto the same standards as those indicated in purchaser's data sheets.

A detailed drawing showing various components of sample conditioning system andtheir piping/tubing hook-up arrangement including sample return, vent, utilitiesconnection and requirement of heat tracing (i.e electrical or steam tracing), asnecessary.

Sample transportation time calculations for the specified distance between samplepoint and analyser indicating sample flow rate and the recommended size of thesampling tube.

e) Calibration gas cylinder calculations considering six months of continuousoperation with once a week calibration. The calculation sheet shall indicate the rateof gas consumption and specification of gases including composition, concentration,accuracy and shelf life of calibration blend.

References gas cylinder calculations considering six months of continuousoperation. The calculation sheet shall indicate the rate of gas consumption andspecifications of the reference gas.

Proven references for each offered model of analyser inline with clause 1.2.3 of thisspecification.

A copy of approval for intrinsically safe/flameproof enclosure, whenever specified,from local statutory authority, as applicable, such as Petroleum and Explosives

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

Page 185 of 208

STANDARD SPECIFICATION No.6-52-0035 Rev. 4

Pane 6 of 22

IWO ENGINEERS STANDARD SPECIFICATION4Rn- tOtPreg INDIA LIMITED FOR PROCESS STREAM

iA GoN InON UnOofte.o91 ANALYSER

Safety Organisation (PESO)/Chief Controller of Explosives (CCE), Nagpur orDirector general of Mines Safety (DGMS) in India, along with:

Test certificate from recognised house like Central Institute of Mining &Fuel Research (CIMFR)/ Electronics Regional Testing Laboratory (ERTL)etc. for flameproof enclosure and/or intrinsic Safety, as specified in thedatasheet, as per relevant Indian Standard for all Indian manufacturedequipments.

Certificate of conformity from agencies like Laboratorie Central DesIndustries Electriques (LCIE), British Approval Service for ElectricalEquipment in Flammable Atmospheres (Baseefa), FactoryMutual (FM), Physikalisch-Technische Bundesanstalt (PTB), CanadianStandards Association (CSA), Underwriters Laboratories (UL) etc. forcompliance to ATEX directives or other equivalent standards for allequipments manufactured outside India

Utility requirements and their consumption i.e. instrument air, cooling water, steametc. along with their process conditions like flow, pressure and temperature.

.i)

Power consumption for each analyser and its accessories for 110 V / 240 V ACUPS, & 415 V / 240 V AC non-UPS.

k) HVAC requirements i.e. heat load, humidity particulate/chemical filtration etc

1)

Deviations on technical requirements shall not be entertained. In case vendor hasany valid technical reason, they must include a list of deviations tag number wise,summing up all the deviations from the purchaser's data sheets and other technicalspecifications along with the technical reasons for each of these deviations.

m)

Catalogues giving detailed technical specifications, model decoding details andother related information for each type of analyser and accessories covered in thebid.

1.2.3 All items, as offered, shall be field proven and should have completed trouble freesatisfactory operations individually for a period of minimum 4000 hours on the bid due datein the similar application with the process conditions similar to those as specified in thepurchaser's data sheets. Items with prototype design or items not meeting provenness criteriaspecified above shall not be offered.

1.2.4 Whenever specified, vendor must furnish certified values of failure rates, probability offailure on demand and test interval for the safety integrity level analysis

1.2.5 All documentation submitted by the vendor including their quotation, catalogues, drawings,installation, operation and maintenance manuals, etc shall be in English language only.

1.2.6 Vendor shall also quote for the following: -

a)

Complete calibration kit consisting of calibration gas cylinders with material ofConstruction SS or Al (for carrier (continuous) gas cylinders, CS is also acceptable),pressure regulators, gauges, cylinder gas piping manifolds and driers, (as required)etc. as a minimum, for each analyser. In case of dual range analyser, separatecalibration standards shall be provided for each range. For the purpose ofcalculating requirement of zero and span calibration samples/gases, considercalibration time of 30 minutes every week for each analyser for a period of six (6)months of continuous operation.

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

Page 186 of 208

0Na-el Ara ENGINEERS11g7IntOleg.W INDIA LIMITED

STANDARD SPECIFICATIONFOR PROCESS STREAM

ANALYSER

STANDARD SPECIFICATION No.6-52-0035 Rev. 4

Page 7 of 22

Complete reference gas kit consisting of Reference gas cylinders, pressureregulators, gauges, cylinder gas piping manifold and drier etc as a minimumseparately for each analyser as applicable. The reference gas cylinders shall besupplied for a period of six (6) months of continuous operation.

Consumable spares for the duration of six months with list of items as per vendorrecommendations for each analyser system, unless otherwise specified in jobspecification.

d) Start up and commissioning spare parts for each analyser/analyser system as pervendor recommendations. However this list of spare parts must include 5% orminimum one of each type of following spare parts:

Solenoid valvePressure regulatorFiltersTemperature controllerIR/UV Source (lamp)Peristaltic pumpSet of fusesSet of o-ringsTubing and tube fittings (sizes smaller than 6 mm or 1/4").

Additional spare parts, if required, during start-up and commissioning, even thoughnot listed in the list of start-up and commissioning spares, shall be supplied by thevendor without any implication.

e) Any special instrument or tool needed for testing, calibration and maintenance ofthe analyser such as spanner set (for tubes smaller than 6 mm or 1/4"), non-magnetictools, bubble rotameter etc.

0 Training at vendor works and at site as specified in job specifications.

g)

Two years operational and maintenance spares for each analyser and its accessoriesas per vendor recommendations, which shall include spare parts like electronicmodules, temperature controller, power supply module, flow meter, solenoid valve,pressure regulator, local indicator, tubes, fan assembly, sample cell, detectorassembly, UV/IR source/lamps, set of o-rings, set of fuses etc.

1.3 Drawing and Data

1.3.1 Detailed drawing, data, catalogues and manuals required from the vendor are indicated bythe purchaser in the vendor data requirement sheets attached with the enquiry. The requirednumber of prints and soft copies shall be despatched to the address mentioned, adhering tothe time limits indicated.

1.3.2 Final documentation consisting of design data, installation, operation and maintenancemanual etc., submitted by the vendor after placement of purchase order shall include thefollowing, as a minimum:

Specification sheet for each analyser and its accessories.

Certified drawings for each analyser and its accessories, tag number wise, whichshall provide the following information:

i) Overall dimensions in millimetres.

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

Page 187 of 208

STANDARD SPECIFICATION No.6-52-0035 Rev. 4

Page 8 of 22

WI-at ENGINEERSsig7 Wag VIP INDIA LIMITED

IA Goo of Ind. uncitoloka»

STANDARD SPECIFICATIONFOR PROCESS STREAM

ANALYSER

Sampling system details identifying each component with make and modelnumber, process connection, utility connection, calibration sample/gasconnection, heat tracing requirements, sample vent and fast loop details etc.The flow, pressure and temperature at interface and other appropriatelocation must be shown in the sampling system drawing.

Detailed interconnection drawing of each analyser identifying eachcomponent with terminal number, cable type, cable size and cable entrydetails. The interface details shall be clearly identified in the drawing.

Grounding details.

Power supply distribution details.

Programming/configuration data for each analyser, as applicable.

Serial interface specification including its configurational data (addresses) for hostcommunication.

e) Power consumptions and utility requirements.

1) Calibration curves and calibration data for each analyser.

Zero and span calibration gas specification including composition, shelf life timeand accuracy.

Copy of type test certificates.

i) Copy of the test certificates of all the tests indicated in clause 4.0 of thisspecification.

I) Installation procedure for each analyser and their accessories.

k) Calibration and maintenance procedures including replacement of its parts/internalswherever applicable.

1.4 Definitions

1.4.1 The following definitions shall apply for analysers and their accessories:

Transportation time

Transportation time is the time interval between a step change in the process fluidcomposition in the process line and the initial analyser response (excluding analyserresponse time).

Response Time

The time interval between the initial response of the analyser and the time requiredfor the analyser output to reach a value of 90% of the final output value for a stepchange in sample quality.

Time Constant

The analyser response to reach a value of 63% of the final output value for a stepchange in sample quality is called the analyser time constant.

Repeatability

Repeatability of a measurement is the band of values within which an analyserrepeats its measurement when the same sample is applied to it. The short termedrepeatability is generally determined by multiple readings of a sample during

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

Page 188 of 208

ItitPzre?S'i1619:eq,

ENGINEERSINDIA LIMITEDiA CAA ol incha

STANDARD SPECIFICATIONFOR PROCESS STREAM

ANALYSER

STANDARD SPECIFICATION No.

6-52-0035 Rev. 4Page 9 of 22

calibration and is usually true random error over short period of time if externalinfluences like pressure and temperature etc remain constant.

It is also defined as the difference between two successive analyser results thatwould be exceeded in the long run in only one (1) case in twenty (20) when a singleanalyser system is operated on a flowing sample of uniform quality.

Sensitivity

The sensitivity of an analyser is a measure of an analyser's ability to detect a leastchange in concentration of a measured component that is not masked by thebackground noise.

Accuracy

Accuracy of a measurement is the measure of how close the measured value is tothe true value of the sample. For all type of analysers, accuracy is primarily afunction of the accuracy of the standards used for calibration.

Analyser Rack

An open analyser mounting structure with/without canopy used for mountinganalysers, sample handling system and their accessories individually or together incombination.

Analyser Cabinet

Small housing in which analysers are installed individually or grouped together.Maintenance is performed from outside the cabinet with door (s) open.

2.0 DESIGN AND CONSTRUCTION

2.1 Analyser Requirements

2.1.1 The type of analyser and its measuring principle is specified in the purchaser's data sheet.Accessories and equipments as required to make online analysis complete are also specifiedin the data sheet. In general, the scope shall include the following:

Sample probe and sampling system (primary or secondary), as applicable.

Analyser complete with all hardware and software consisting of detector, transmitterand associated equipments.

Fast loop and Sample return system, as applicable

Calibration and maintenance equipment.

e) Gas cylinders for zero and span calibration.

Unless otherwise specified the scope shall also include supply of all interconnecting tubing,piping, fittings, heat tracing equipment etc., excluding sample return piping from analyserbattery limit to sample return header.

In-situ analysers when specified may not include items 2.1.1(a) and (c)

2.1.2 Analysers and its related equipments directly connected to process line and In-situ analysersshall be capable of withstanding line pressure and temperature conditions specified in thepurchaser's data sheet.

2.1.3 The analyser design and design of sample handling system shall be such that components orany sub-assembly that requires removal shall be possible without any need to disassemble

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

Page 189 of 208

ar&lei ENGINEERS127 thare-A INDIA LIMITEDIA GOA ot inch uneenaking)

STANDARD SPECIFICATIONFOR PROCESS STREAM

ANALYSER

STANDARD SPECIFICATION No.6-52-0035 Rev. 4

Pane 10 of 22

any other component. Such components shall include items like stream selector valves,filters, pressure regulators, flow-indicator, detector, electronic modules etc.

2.1.4 Analyser shall be microprocessor based with state-of-the-art technology and shall be capableof being configured from analyser front panel locally using built-in keyboard. Whenspecified, it shall also be possible to configure the analyser from remote through a separateterminal.

2.1.5 The configuration related data of the analyser including set range shall be stored in a non-volatile memory such that this data remains unaffected by power fluctuations or power offcondition. In case vendor's standard product stores configuration data in battery backedRAM, analyser shall have facility to provide battery drain alarm as diagnostic maintenancemessage.

2.1.6 The span of the analyser shall be field adjustable from the analyser front without opening theanalyser enclosure. In case, separate device is required to make such a change, the sameshall be included, by vendor in their scope of supply.

2.1.7 Analyser shall run diagnostic subroutines on continuous basis and shall be able to providediagnostic alarms related to analyser optics, detector and electronics, as and when anyfailure/malfunction is detected.

2.1.8 Analyser shall have an integral output meter with digital readout in engineering units.

2.1.9 All interconnecting wiring shall be colour coded/numbered and terminal blocks be clearlyidentified.

2.1.10 The analyser shall be capable of providing the following outputs:

Isolated 4-20 mA DC current output for each analysed component. Smart or fieldbus output shall be provided when specifically indicated in the purchaser's datasheet.

RS 485 / TCP/IP serial output with MODBUS (RTU) protocol, whenever serialoutput is specifically indicated in the purchaser's data sheet. The serial output signalshall contain analyser data of component of interest and diagnostic alarms, as aminimum.

c) SPDT contact outputs for various following diagnostic alarms, whenever specified,shall be provided:

High or low set point alarm as measurement

Analyser failure

Low sample flow

Temperature control failure

v) Purge failure

Any other alarm contact, either specifically indicated in purchaser's data sheet oravailable as standard with the analyser, shall also be provided.

Unless specified otherwise, all contacts shall be normally closed type (contact openin alarm) and shall be rated for 110V AC, 0.5 Amperes.

Whenever serial interface/ HART option is specified in the purchaser data sheet, theabove alarms shall be made available through serial/ HART output as a minimum.

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

Page 190 of 208

OWE?5e-izilooreg,

ENONEERSINDIA LIMITEDA Go4 Indo undertammg■

STANDARD SPECIFICATIONFOR PROCESS STREAM

ANALYSER

STANDARD SPECIFICATION No.6-52-0035 Rev. 4

Page 11 of 22

2.1.11 The design of electronic components of analyser system shall be in compliance with theelectromagnetic compatibility requirements as per IEC 61000-4 and shall be immune to RRand EMI radiation.

2.1.12 Material of Construction

2.1.12.1 Unless otherwise specified, the material of construction of all components wetted by thesample shall be SS316, as a minimum. Vendor must ensure the compatibility of material ofeach component with the process fluid.

2.1.12.2 Material of all soft parts like diaphragms and o-rings shall be of PTFE. Other vendorstandard materials can also be acceptable provided these are compatible with the specifiedprocess condition.

2.1.12.3 The material of construction of all non-wetted parts shall be as per manufacturer's standard.However non-metallic materials for casings, enclosures and instrument covers shall beavoided.

2.1.13 Power Supply

2.1.13.1 Unless indicated otherwise, the analyser including the sample handling system shall operateat 110y / 240 AC, 50Hz power supply.

2.1.13.2 The analyser performance shall be within the specified limits when the supply voltage variesby + 10% of specified value and supply frequency varies by ±3 Hz of specified value.

2.1.13.3 Electrical tracing when specified, shall operate at 240V, 50 Hz supply. 240V, 50Hz powersupply shall also be used for analyser cabinet/panel lighting and air conditioning unit, whenspecified.

The maintenance temperature (It is minimum temperature that is required to be maintainedin the line to avoid congeal or condensation inside the tube/line) shall be as follows:

The maintenance temperature shall be 10°C higher than the highest expected pourpoint for congealing service or the operating temperature, whichever is minimum.

The maintenance temperature shall be minimum 5°C higher than the highestexpected condensation temperature for the condensing service or the operatingtemperature, whichever is minimum.

2.1.14 End Connection

2.1.14.1 Unless otherwise mentioned, end connection details shall be as below:

Threaded end connections shall be to NPT as per ASME B 1.20.1.

Flanged end connections shall be as per ASME B 16.5.

Grooves of ring type joint flanges shall be octagonal as per ASME B16.20.

Flanged face finish shall be as per ANSI B 16.5. The face finish shall be asfollows:

125 AARH : 125 to 250 microinch AARH

63 AARH : 32 to 63 microinch AARH

2.1.14.2 Gaskets, bolts and nuts shall be suitable for the service conditions indicated.

2.1.14.3 End connection of sizes 6 mm or below shall be suitably protected against damage.

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

Page 191 of 208

STANDARD SPECIFICATION No.

6-52-0035 Rev. 4Page 12 of 22

SitiaZle;Mth ENGINEERSligaiajlegler INDIA LIMITED

, coxwi.eo unanrmgi

STANDARD SPECIFICATIONFOR PROCESS STREAM

ANALYSER

2.1.14.4 All end connections shall be clearly identified by attaching labels or stainless steel plate ofsuitable size.

2.1.15 Enclosure Type

2.1.15.1 Analyser enclosures and related accessories shall be suitable for the electrical areaclassification indicated in purchaser's data sheets. Unless otherwise specified, the enclosuresshall comply to the following standards:

Weatherproof housing IP-65 to IS/IEC-60529Flameproof housing Flameproof/Ex (d) as per IS/IEC-60079Purged Enclosure NFPA 496

Flameproof and purged equipment shall also be made weatherproof.

2.1.15.2 In addition to meeting weatherproof requirements specified in clause 2.1.15.1 of thisspecification, intrinsically safe analysers shall meet the requirements specified in IS/IEC60079 and shall be certified for the area classification specified in the purchaser's data sheet.

2.1.15.3 Analyser where air/nitrogen purge is provided, purge shall be as per NFPA 496 Type X.Analyser power shall cut off in case of purge failure. Purge failure alarm shall be providedfor purchaser use.

2.1.15.4 Separate cable entries shall be available in the analyser/enclosure for power and signal cable.Unless otherwise specified, following shall apply:

Cable entry and terminal size for power cable shall be informed during detailengineering. Explosion proof 3 way junction box with cable glands shall besupplied, if required.

Cable entry for Serial cable/signal cables (Signal output) shall be 1/2" NPT (F).

c) Cable entry for multi-pair signal cables (Multiple outputs) shall be I' " NPT (F).

2.1.15.5 All enclosure entries including sample, utilities, cables etc. shall be clearly identified byattaching label or stainless steel plate of suitable size.

2.2 Sample Handling System

2.2.1 The sample handling system shall consist of primary sample conditioning near sample takeoff point, sample transportation line, secondary sample conditioning near the analyser,sample return, sample/analyser vent and sample drain/recovering system, as applicable.

The primary sample-conditioning unit shall be a fabricated assembly and shall be mountedon a stainless steel plate suitable for surface mounting.

Secondary sample conditioning shall also be a fabricated assembly and shall be eithermounted on a stainless steel plate or within an enclosed cabinet/box with a viewing window.In case the temperature is required to be maintained at primary and secondary sampleconditioning, both these conditioning units shall be installed in the heated box/cabinet.

2.2.2 Process Stream sampling shall be continuous and analyser shall be located as near aspossible to the sample take-off point. Where the analyser is located away from the sampletake-off point, vendor shall design the sample fast loop (bypass loop) as part of samplingsystem. Design shall ensure that the sample drawn is true representative of the processstream to be analysed. Typically, locations for sample take-off & sample return connectionsare suction side of Pumps or Compressors or Control Valve and discharge side respectively.

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

Page 192 of 208

1510-zreiIMeg,

ENGINEERSINDIA LIMITED(A Co. ol Inda undenakogp

STANDARD SPECIFICATIONFOR PROCESS STREAM

ANALYSER

STANDARD SPECIFICATION No.6-52 -0035 Rev. 4

Page 13 of 22

irr41

2.2.3 In general, sampling systems shall be designed and constructed in accordance with API-RP-555. The design of sample handling system shall consider the following factors, as aminimum:

The pressure-temperature conditions required for the analyser.

Interfering components in the process sample.

Normal and abnormal sample compositions.

Sample return pressure-temperature conditions.

e) Fouling sample conditions e.g. polymer formation or presence of solids etc.

Transportation time requirements.

g) Utilities available and their process conditions.

2.2.4 Unless otherwise specified, material of all components wetted by sample shall be suitable forthe process fluid and sample process conditions specified in the purchaser's data sheet. Thematerial of construction for all wetted parts shall be, 316 SS, as a minimum. For applicationswhere SS cannot be used due to process stream & conditions, other materials such as Monel,Hastelloy or Incoloy can be considered. For materials, other than specified in this clause, ifused, must have provenness and approval of the principal/ OEM as well as from Purchaser.

2.2.5 Sampling system shall include all elements as necessitated by the process conditionsindicated in the purchaser's data sheets, to make the sample suitable for the analysis. Thisshall include but not limited to filters (coarse and fine), pressure regulators, relief valves,flow indicators, flow controllers, temperature indicators, scrubbers, heaters, coolers, dryers,sample pumps, aspirators etc.

Each sampling system element shall be capable of being removed without disassembling theentire system.

2.2.6 Sample probe shall be provided by the vendor to obtain representative sample from the line.The sample probe shall be inserted in the pipe through a ball valve, which shall be part ofvendor's scope of supply. Minimum Body wall thickness for ball valves shall not be lessthan specified ASME B 16.34.The probe design shall ensure the following:

On-line removal and insertion of the probe with non-fly-off design. Wheneverspecifically indicated in the purchaser data sheet, the on-line probe removal facilityshall also include depressurising / pressure relieving mechanism.

Unless otherwise specified, end connection for installation in the line shall be 11/4"flanged with type and rating as specified in purchaser's data sheet. The line isolationvalve shall also be of the same size and rating as probe end connection.

The probe diameter shall be such that it can be easily inserted or removed throughthe line isolation valve when in fully open condition.

The length of the probe shall be selected considering its insertion upto the middle ofthe pipe. For the purpose of calculating probe length, consider nozzle length as 200mm.

2.2.7 Sampling system shall include a sample block valve on all process sample line.

The block valve shall be provided meeting the following requirements:

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

Page 193 of 208

NIP-rfie?51g-a id9M,

ENGINEERSINDIA LIMITED

STANDARD SPECIFICATIONFOR PROCESS STREAM

ANALYSER

STANDARD SPECIFICATION No.6-52-0035 Rev. 4

Page 14 of 22

The block valve shall be located immediately after the sample probe.

Where purchaser's data sheet does not indicate the requirement of sample probe,the block valve shall be provided in the sample line as a part of primary sampleconditioning unit.

The size of the sample block valve shall be as per the sample line size while therating shall be as specified in the purchaser's data sheet.

For Each system it shall be decided whether piping or tubing shall be used forsample transport lines. Tubing shall be used unless:

- The required sample volumes to be circulated cannot be accommodated

- Lag times become too long due to sample volumes.

Piping materials shall be as per piping class specified in the data sheet.

e) The design pressure of components and tubing shall be in accordance with ASME B31.3. Relief Valves shall be installed to protect those components installed in asystem which have a limited pressure rating. The relief valve shall be connected to avent or a drainage system, as required.

0 Variable Area Flow Meters, in Sample Conditioning System shall have a metalmetering tube.

2.2.8 The size of the sample tubing shall be decided by the vendor considering:

The distance between sample take off and analyser specified in purchaser's datasheet.

The specified sample transportation time.

Where no transportation time is specified in the purchaser's data sheets, vendorshall consider the sample transportation time as 60 seconds.

c) Pressure at the sample take-off point.

2.2.9 Where sample is required to be transported in hot condition, sample shall be drawn usingpre-fabricated heated tubes. The heated medium shall be electric power unless otherwisespecified in purchaser's data sheet.

Heating shall be controlled such that the sample temperature is maintained typically around+20°C above the sample dew point.

2.2.10 When fast loop is specified or recommended by vendor, vendor shall provide flow meter forsample bypass flow. Sample return line to process shall be provided with isolation valve andcheck valve. Vendor shall ensure that return pressure of the sample shall be higher than thepressure of the process return point specified in purchaser's data sheet.

Samples should be returned back to process stream as specified in data sheet. For thoseapplications where other arrangements are required, the samples should be directed to:

Flare system: - As the flare system operates at a varying pressure, the maximumoperating pressure shall be considered for design of the sampling system.

Recovery system: - HC liquid, which cannot be returned directly to the process,shall be discharged either to the HC recovery system or drained to Closed Blowdown as per the philosophy specified in the data sheet. While designing the same, it

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

Page 194 of 208

lareeT ENGINEERS271 Miag INDIA LIMITED

STANDARD SPECIFICATIONFOR PROCESS STREAM

ANALYSER

STANDARD SPECIFICATION No.6-52-0035 Rev. 4

Page 15 of 22

shall be ensured that the total quantity of liquid disposed is limited to the minimumnecessary for adequate sampling. Suitable arrangement with dual pumpconfiguration shall be considered for the recovery system to prevent overflow fromthe system.

2.2.11 Sampling system shall include provision for connecting calibration sample/gases in auto orin manual configuration as specified in purchaser's data sheet.

Whenever auto-calibration requirement is specified in the purchaser's data sheet, it shall bepossible to initiate auto calibration cycle at preset time interval defined by user eithermanually via the analyser keyboard or remotely through an external contact.

The sample handling system shall be designed to include all hardware and/or software tomeet this requirement. The analysed component concentration output shall remain at the lastgood measured value during auto calibration cycle

2.2.12 In case of multi stream analyser, the sample handling system shall utilize double block andbleed configuration to prevent cross-contamination of samples. All stream selection valvesshall have bubble tight shut off. The block valves shall be fail-close type while bleed valveshall be fail-open type.

2.2.13 Filters shall always be provided in dual configuration. It shall be possible to replace the filterwithout upsetting the operation of the analyser.

2.2.14 The sampling system shall be designed to consider plugging of sample lines under followingconditions, if applicable:

Failure of heat tracing

Failure of sample pump

Failure of instrument air, particularly when sample dilution technique is adopted forsample.

Upset or start-up conditions, if excessive solids/solid particles are expected underthese operating conditions.

2.2.15 Unless specified otherwise, sample lines used for carrying samples, for more than oneanalyser, shall be-provided with sample pumps in dual configuration. It shall be possible toremove or insert the pump without upsetting the sampling system. In case common samplehandling system is asked for in the purchaser data sheet for more than one analyser, isolationfor maintenance each analyser shall be provided.

2.2.16 A suitable restriction orifice shall be provided in each sample line to limit the sample flowexceeding thrice the normal flow in the event of tube rupture or opening of tube down theline.

2.2.17 Analyser rack and cabinet

The analyser shall be supplied in pre-assembled, pre-tubed and pre-wired conditioncomplete with sample handling system. The primary sample-conditioning unit i.e.conditioning at sample tap-off point, shall be supplied separately.

When open rack mounted installation is specified in purchaser's data sheet, theanalyser and sample handling system shall be supplied installed in an open rackwith canopy to protect the analyser from direct sunlight and rain. The open rackshall be fabricated using channels/pipes of suitable size. The material ofconstruction shall be stainless steel. The canopy shall also be fabricated out of SSplate of 1.2 mm thick.

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

Page 195 of 208

STANDARD SPECIFICATION No.6-52-0035 Rev. 4

Page 16 of 22

a&lei ENCJNEERSItg-fa pw , INDIA LIMITED

IA GOO of Md.% L. odertafmol

STANDARD SPECIFICATIONFOR PROCESS STREAM

ANALYSER

c)

Whenever closed cubical mounted installation is specifically indicated in thepurchaser's data sheets, analyser and sample handling system shall be supplied pre-installed in freestanding closed analyser cabinet. The analyser cabinet shall besuitable for outdoor installation and shall be provided with a key lock.

Cabinet shall be fabricated out of 2.0mm SS sheet reinforced with angles of suitablesizes. Fittings and hinges shall be of stainless steel. Anchor bolts required forinstallation of cabinet shall also be supplied by vendor.

A power isolation switch with suitable circuit breaker or fuse shall be provided forthe incoming power supply.

All items including analyser installed within the cabinet shall be suitable for themaximum possible temperature likely to be attained within the cabinet (i.e. atmaximum ambient temperature with all items fully powered-on within the cabinet)and area classification specified in the purchaser's data sheet.

Heating/cooling of analyser cabinet shall be provided either when purchaser's datasheet specifies the requirement of heating and/or cooling or recommended by theanalyser manufacturer or found necessary by the manufacturer to meet followingrequirements:

i)

The temperature induced measurement error exceeds ± 1% of full scale inthe worst temperature conditions.

The maximum allowable ambient temperature condition of any componentwithin the cabinet exceeds its limits.

Whenever cooling is specified or found necessary, Sub-systems or systemcomponents which are installed outdoor shall be suitable to continuouslyoperate at ambient temperature and humidity specified under ambientconditions. The heat generation effect of current carrying for the electronicmodules shall also be considered. For this purpose the system shall be rated forminimum 5 degC more than the maximum ambient temperature specified. Incase the system is not suitable for the above conditions, necessary coolingarrangement shall be provided.

Vendor may select one of the following cooling methodologies, unless specificallyindicated otherwise:

Cabinet mounted air conditioner certified for the specified areaclassification.

Vortex cooler with compressed air system and air dryer of suitable size andcapacity. No separate instrument air shall be provided by purchaser forvortex cooler.

d)

The maximum height of rack/cabinet shall be limited to 2100 mm. Cabinet shall besuitable for side and bottom cable entry.

e)

Power supply cable entry and terminal size shall be as defined during detailengineering by purchaser.

2.3 Infra-Red/ Ultra-Violet (IR/UV) Analysers

2.3.1 IR/UV analyser shall preferably be non-dispersive type.

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

Page 196 of 208

filtZleTtft, ENGINEERS1ga ial5rag INDIA LIMITED

STANDARD SPECIFICATIONFOR PROCESS STREAM

ANALYSER

STANDARD SPECIFICATION No.

6-52-0035 Rev. 4Page 17 of 22

2.3.2 Analyser cell length shall be selected as per specified analyser component range. In case ofdual range analysers, the selected cell length shall be suitable for both the ranges.

2.3.3 The analyser cell material and window material shall be suitable for the specified processcondition. Unless otherwise specified or required otherwise by pressure-temperatureconditions, the o-ring material shall be Teflon.

2.3.4 The analyser design shall be such that it is insensitive to source fluctuations or degradationor partial cloudiness of cell window.

2.3.5 Special filters shall be offered to minimise the interference of background components,which are of least interest in process stream.

2.3.6 Unless otherwise specified, analyser shall meet the following performance requirements:

Repeatability ± 1% of full scale

Zero drift ± 1% full scale per 24 hours.

Response Time 5 seconds for 90% of final reading.

2.4 Thermal Conductivity Analyser

2.4.1 Thermal conductivity analyser shall be suitable for measuring hydrogen/hydrocarbon inbinary gas mixture or in a multi component gas mixture.

2.4.2 Analyser shall have precise temperature controller which shall be able to maintaintemperature within ± 0.1°C to ensure stable detector operation.

2.4.3 Analyser cell shall have flowing reference gas or sealed in (non-flowing) reference as permanufacturer's standard product.

2.4.4 The analyser sensor cell material shall be suitable for the specified process conditions, unlessotherwise specified or required by temperature condition, o-ring material shall be PTFE.

2.4.5 Performance specification

Unless otherwise specified, Analyser shall meet the following performance specifications:

Accuracy ± 1% of FSR

Repeatability ± I% of FSR in 24 hours

Response time Maximum 20 seconds for 90% response

2.5 Moisture Analyser/ Dew Point

2.5.1 The requirements of moisture analyser for corrosive as well as non-corrosive applicationsare specified in this clause. Vendor shall offer the type of analyser as specified in thepurchaser's data sheet.

Whenever, the type of analyser is not indicated in the purchaser's data sheet, vendor shallselect the type of moisture analyser as per the specified process conditions.

2.5.2 Moisture analyzer for non-corrosive application.

2.5.2.1 The probe shall be in-line mounted (i.e. shall be located at the point of measurement) ingeneral and shall not be damaged by severe shock and line abrasion conditions.

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

Page 197 of 208

seig709egENGINEERSINDIA LIMITEDif( GoN inthe Underiawng

STANDARD SPECIFICATIONFOR PROCESS STREAM

ANALYSER

STANDARD SPECIFICATION No.6-52-0035 Rev. 4

Page 18 of 22

2.5.2.2 The pressure and temperature rating of the probe shall be suitable for the process conditionspecified in the data sheet.

2.5.2.3 When mounted remote, the probe shall be installed in a sample cell. The end connections ofsample cell shall be flanged with ANSI rating as specified in the purchaser's data sheets.

2.5.2.4 Unless otherwise specified or found necessary by vendor, no sample handling system shallbe required. However, whenever the sample handling system is specified, the design shallensure the integrity of sample i.e. moisture contents integrity shall be maintained.

2.5.2.5 The probe shall have Aluminium oxide moisture sensor. Alternate type moisture probe shallalso be acceptable, if this meets the performance requirements specified in the purchaser'sdata sheet.

2.5.2.6 Each probe shall be supplied as pre-calibrated and shall be supplied with its own calibrationcurve. The calibration shall be valid for a period of minimum six (6) months from the dateof supply, as a minimum.

2.5.2.7 Performance specification

The moisture probe shall meet the following requirements as a minimum:

Accuracy: ±2°C within a range of 60°C to 65°C (Dew point)

± 3°C within a range of —66°C to —110°C

Repeatability: ± 0.5°C in range of 60°C to 65°C

± 1.0°C in range of-60°C to —I10°C

Life time: One year

Time Constant: 5 seconds for 63% of steady state value.

2.5.3 Moisture analyser for corrosive application.

2.5.3.1 The moisture probe shall be hygroscopically sensitised quartz crystal or equivalent suitablefor the specified process samples containing unsaturated hydrocarbon, chlorides, oils etc.

2.5.3.2 Sample shall be conditioned in a sample handling system which shall include filters,condensate trap, dryer, pressure regulator (with or without heating as required) etc., howeverthe design shall ensure that moisture integrity is maintained by the sample handling system.

2.5.3.3 The system shall incorporate a dried reference gas cycle after each sample gas measurementin order to strip volatile contaminants from the detector during reference gas cycle.

2.5.3.4 In order to ensure accuracy and reliability of the moisture analyser, the system shallincorporate a moisture generator, consisting of temperature controlled water reservoir and apermeation tube. The moisture generator shall generate a known moisture sample againstwhich calibration of the analyser can be verified.

2.5.3.5 Performance Specification

The moisture probe shall meet the following performance requirements, as a minimum:

Accuracy: ± 5% of reading

Repeatability: ± 1% of reading

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

Page 198 of 208

02-Zre? a ENGINEERSfaMeg NW INDIA LIMITED

STANDARD SPECIFICATIONFOR PROCESS STREAM

ANALYSER

STANDARD SPECIFICATION No.6-52-0035 Rev. 4

Page 19 of 22

Response time: max. 60 seconds for 90% of steady state value

2.5.4 Analyser Monitor/Controller

2.5.4.1 The analyser monitor/controller shall be microprocessor based and shall be programmabletype.

2.5.4.2 The monitor/controller shall be remote mounted type with built-in display with keyboard fordata display. The cable between analyser and monitor/controller shall be supplied by thevendor.

2.5.4.3 The monitor/controller shall be able to provide sequential display for various parameters andshall be selectable from the display keyboard.

2.6 Oxygen Analyser

2.6.1 The type of oxygen analyser shall be offered as specified in the purchaser's data sheet.Where purchaser's data sheet does not specify the type of oxygen analyser, vendor shallselect the type meeting all functional and performance requirements indicated in purchaser'sdata sheets.

2.6.2 The analyser design shall ensure that the analysis is not affected by other sample constituentspresent in the sample.

2.6.3 Paramagnetic Type Oxygen Analyser.

2.6.3.1 Unless otherwise specified, the principle of operation for paramagnetic type of oxygenanalyser shall be magnetodynamic type or thermomagnetic type.

2.6.3.2 The analyser shall either have integral or split transducer unit containing the measuring celland control unit containing the analyser electronics. The control unit facia shall have withLCD/LED display.

2.6.3.3 Whenever the control unit is remote mounted, cable between control unit and measuring cellshall be supplied by vendor.

2.6.3.4 Whenever paramagnetic type analyser is specified for pressurised or variable pressureapplication, the offered analyser shall have required pressure compensation to ensure that themeasurement is not affected by changes in sample pressure and sample vent pressure.

The analyser design shall be such that the measurement shall not be affected by changes inambient temperature and sample flow rate.

2.6.3.5 Paramagnetic analyser shall meet the following performance characteristics as a minimum:

Accuracy +1% of full scale.

Repeatability 10.5% of full scale.

Response time Less than 15 seconds for 90% response.

2.6.4 Electrochemical (Electrolytic) Type Oxygen Analyser.

2.6.4.1 The electrochemical type of oxygen analyser shall have either aqueous or non-aqueousmeasuring cell and shall meet the following requirement;

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

Page 199 of 208

ORTreq a ENGINEERSiaReg Wir INDIA LIMITED

STANDARD SPECIFICATIONFOR PROCESS STREAM

ANALYSER

STANDARD SPECIFICATION No.6-52.0035 Rev. 4

Page 20 of 22

The analyser shall be self or auto-calibrating type. The calibration cycle shall beinitiated either after a pre-defined time or whenever analyser senses excessivedrop/drift in the output.

Analyser shall provide a suitable alarm for excessive drift. This information may beavailable as part of HART output signal.

2.6.4.2 In case, in those analysers where cell need to be replaced after the depletion of electrolyte,the analyser shall, in addition, meet the following requirements;

The electro-chemical cell shall be easily replaceable.

The analyser shall provide a warning for maintenance i.e. expiration of sensor wellin advance (Typically 2 weeks). In addition analyser shall also provide an alarm incase output drops below the minimum reliable calibration level.

c) One spare cell shall be supplied as part of consumable spare.

2.6.4.3 The analyser shall have integral electronics with built in LCD/LED display.

2.6.4.4 Electrochemical analyser shall meet the following performance characteristics as aminimum:

Accuracy +1% of full scale.

Repeatability ±1% of full scale.

Response time Less than 15 seconds for 90% response.

2.6.5 Zirconia Type Oxygen Analyser

2.6.5.1 The Zirconia type oxygen analyser shall be either in-situ type or extractive type as specifiedin the purchaser's data sheet.

2.6.5.2 In case of in-situ type of analyser, vendor shall ensure that the analyser as offered is suitablefor the pressure-temperature specified in the data sheet and the measurement shall not beeffected by changes in sample pressure and flow rate. In case of variable pressureapplication, vendor shall ensure that offered analyser has the provision for pressurecompensation and/or pressure balancing arrangement.

2.6.5.3 Zirconia type of oxygen analyser shall be provided with auto-calibration facility to take careof zero-drift of cell.

2.6.5.4 The zirconia analyser shall consist of the following sub-assemblies;

2.6.5.4.1 Sensor Assembly

The sensor assembly shall consist of the measuring cell, heater assembly,temperature sensor and connections for reference and calibration gases.

The measuring cell shall be a zirconia sensor specific for oxygen measurement.

c) The sensor shall be suitable for operating sample temperature up to 700°C.

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

Page 200 of 208

STANDARD SPECIFICATION No.6-52-0035 Rev. 4

Page 21 of 22

Ofazre? ENGINEERSIfg7Elfireg INDIA LIMITED

IA GOA al Ind. Undeflakinw

STANDARD SPECIFICATIONFOR PROCESS STREAM

ANALYSER

2.6.5.4.2 Control Electronics

The control electronics shall have capability to execute all required controls,indications, temperature control for normal operation and output signals as specifiedin purchaser's data sheet.

Sensor temperature shall be maintained through temperature controller.Temperature sensor shall preferably be ISA type K thermocouple.

Temperature controller shall cut-off power to heater in case of thermocouple burnsout.

Control electronics shall preferably be remote mounted type. Cable between controlelectronics and sensor assembly shall be supplied by vendor.

2.6.5.4.3 Reference Gas Control

Reference gas shall be flow and pressure controlled. Flow shall be controlled by rotameterwith needle valve while pressure shall be controlled by self-actuated pressure control valveprovided with pressure gauge.

2.6.5.5 Zirconia type oxygen analyzer shall meet the following performance characteristics as aminimum:

Accuracy ± 2% of measured value.

Repeatability ± 1.0% of full scale.

Response time Less than 10 seconds for 90% response.

2.7 Calibration Gas and Reference Gas Cylinders

2.7.1 Each analyser shall be supplied with following gases with stainless steel or Aluminiumcylinders;

Reference gas dual cylinder with manifold where required. The reference gassystem shall be dedicated one for each analysers, where required along withautomatic switchover to standby cylinder when the first cylinder is exhausted.

Certified calibration gases. In case of dual range of measurement, separatecalibration gas for each range shall be provided.

2.7.2 Each of the gas cylinders shall be provided with two stage pressure regulator. Manifold shallbe provided for reference gas with dual cylinder configuration.

2.7.3 All gas cylinders shall be located near the analyser and shall be supplied with gas cylinderrack with free standing support.

2.7.4 In case the calibration gas deteriorates or depletes with time, vendor may either supplycalibration gas cylinders with deferred delivery or supply alternate devices for preparingcalibration blend.

3.0 NAMEPLATE

3.1 Each analyser and its accessory shall have a stainless steel nameplate firmly attached to it ata visible place, furnishing the following information as applicable:

a) Tag number as per purchaser's data sheets.Copyright EIL — All rights reservedFormat No. 8-00-0001-F1 Rev. 0

Page 201 of 208

STANDARD SPECIFICATION No.6-52-0035 Rev. 4

Page 22 of 22

arei ASA ENGINEERSlea 1 a g elii° INDIA LIMITEDSTANDARD SPECIFICATION

FOR PROCESS STREAMANALYSER

Manufacturer's serial number and model number.

Manufacturer's name/trade mark.

Component being analysed and its range.

Area classification in which the equipment can be used.

1) Power supply requirements.

g) Analyser Outputs

4.0 INSPECTION AND TESTING

Purchaser reserves the right to inspect and witness testing of all the items at vendor's worksas per Inspection Test Plan and approved quality documents for Process Stream Analysers.All these tests shall be completed by the vendor and test reports shall be submitted toPurchaser for scrutiny.

5.0 SHIPPING

5.1 All threaded and flanged openings shall be suitably covered to prevent entry of foreignmaterial.

5.2 Each major part shall be sealed in thick plastic bag. Suitable moisture absorbent shall beprovided for electronic components.

6.0 REJECTION

6.1 Vendor shall prepare their offer strictly as per clause 1.2 of this specification and shall attachonly those documents, which are specifically indicated in the material requisition.

6.2 Any offer not conforming to the above requirements, shall be summarily rejected.

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

Page 202 of 208

Revised and Reissued

o_

Co

O

cO

C9

o Issued for implementation

cs, O

O

O

Revised and Reissued

co c>

O

tri

ai

C>

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

STANDARD SPECIFICATION NO.

CO

o

rn

<13 CL

6-81-2035 Rev. 3

z

O

cf) z

o

m

E

-o aV

eci

Cl)

a> a> E E o c

0 c

" 0

C.)

'O

lo

Cr)

a>

O

o.

o_

.0

-o

a>

2 o. o_

PROCESS ST

ca

Pag

e 203 of 208

o 0

4-• 0 o

.. +-> c> czl t,•:., a> c> •-

cl.> -,--, u....z'

b.1) O

• -- o a>

a>

e uc: r ; : :

1 . . c .0

. 'e; :0:

0

-,-'„, a> Ci] c.> .1..)

1-, .-4=-1

I.:: • cu

C:1...4:- oz3 cl) ^cf

v) (/) ,- 1

24

cl) '5

cu C.)

$5, cci o

s- aj +-> tcl '-'

a) ... c>

• - .., r:L .,

> s... .- ;...,

czi rz.., o --- ,..4

"o oc;`') ci.>'-' -ti .o "o ',•,;

(r)

.. 0.)

,5 o

H

>

.-')

Copyright E IL — All r ights reserved Format No. 8-00-0001-F7 Rev. 0

Convenor : Mr. S C Gupta

Inspection Standards Committee

STANDARD SPECIFICATION NO.

6-81-2035 Rev. 3

E-1

z

Mechanical Run Test

o o -, -4-, o

. -. c>

o 0

0

4-,

c' ....

z

cct a>

b.1) cc3

z

c> "O

-o

k'>

o o

o

o •

-

o

.--, o b.IJ cr)

0) f: U

A-• cll

cl bl)

o

cl)

czt

••-. ,« ,-

cb -,-,

.9

.5_, o

,,_,

•■-• z

::■,5 „--

Cf1 (1)

..4.• CL)

...«.

H.

.""r1 C

) 0..)

> 5

C D

C:

C

H, •

c7d

• ,-4

,-.• •

~

...

• ,-. (I)

•Z +

.., +

., Cf)

tr. .1

:7.,›

-1..,

C.1) c.)

C.) C

.) • ,—,

C/) cle

C.) C1)

C)

(L> _

"-■=1

C”) C

) (75 ..?«

, .-«• ■ k'> Z -czt' .,-:. H

o E.- ...)

cu

c) "C$ 42 ..O

rz..,

0> (

.. ›. o

,.., (--)

(L> '-. W

C, 0.)

czt ,,

c.) H, o —

,- 1-i- ■ —

E

a> v

) ° o

. .■-• -

— c

..) -,...).~ "..-' czt 7c; cr) cu cb

c]cii) 'S

cid ti>

...,-,

1.> -

0

iz O

c'z

c) "C

> c

'z >

> ..-4

,C,'

-̀'4»,

0) p.,

o ,-

-5

.,,. •- •

- -

■:,,5 .,c.L.> •••

o •,-- c>

,., c> o

- - (.:_) ,,i' ,.o. o

o o z

-,- ,-• ••-■ o

,i) sc-,8'

Z Z°

Z't r2

a•, °) rz-," 4

1..,c) ''.., C

Y c

4

H

E-4 o

W

HH

UC

->c/D

E-. (:)

4 .n

1-,

E-:)

izi..-1

0r4)

C),:4

P:4

L)E

-. cr)C

.)E--'4

Q ;k

4

Z Z

Z A

., :1-■ A.. A... A. 01.., CY r=4 v) H E- ■ >

><

a> ..s:)

0:3 E E

W. o ... "5 c) E ot..

-o . -o ,..)

o o-

,z . ,... ,...

o W

O

c', a>

.- ..-. _ 0>

c> z

•--] ch (1.>

o

-o

z

.-

r. (1.>

c>

'-c-z■' r24

O

z

o r

■-> ._

, ,..,

o

-4--• o

R

o

.5.

c> o

Q>

cb

:-.

o o

, , :-•

o

.:: :-, ,i,

,.../ u..

z

o

E o%" o 4

5

..o

a>

:- ›.

o

, .-

o oc: o

o

,..,z •

- a

>

,--■ c>

r ) ._

, ,...,

cr) E

,..- (6' 'a> 6

'

,, o

,,, a)

Cr ,o

(..) o

..., o

a> t24

cz1 c.) c

> b

l) ...-

,.. —•

L1 c) bl) E."-' c

>

. 7:1'

:

C> p..,

,8

O

• --■ a>

,- 7)'

C> c,7)

a.> z ,...n

-1,- ! (.>

C) C

.) 1.) C

ip C+-1 o

C.1-4 .Y

. C

P '''''' -,_

. 0

) C

d C

l) ,L-. ,a). , E_,

• - o o

a>

-

z a>

r oo ., ,„. : . :` -) s, cz: c. ,

-0-•:1 o

epc) ,,,

(u .0 U'i)

0.>

'... • ••■•

, . , ‘■4■

,... .7

/

■•■

7) H

51)

C> v) .... a.> 0 c>

1.4 c> cL

> 45

-O

,.,) "TO

- >

. s-,

0

"-' E•-■ 41»i ‘:4

o -,2 ■_.. -o

tE, c,z ,.4,-, c.)

•7,z, .L.> -4,7;

o .._ • - o

c. , a.>

;... ...,

4,,, o z

, F-,

" ' .», , ,' 1 ) : :°-c ) ! 61 : 4+'-::

:

0.) a.> c..... = —

‘.4 z

> ii) .2

'. 2

o L") •

< ,-

O 0

0 t,d

' .-

. E

r) O

cp

, >

, -5

c: ■.., o

c>

r ■ .., 1...,

cb ...7.',

• •-' ..--, -■-• iii

,4 c

r 4.:-,, 7

,:s 1

.> o

,_.,

> c

, ri ) -,-- •■-

• o

>

, (,) o c

zl '-,- ■

;. 0 , ,.. r2, i. o

,.,

, o ,,z ,-, 6 .-9_, ,_(2

:-.3 E

`1,?■

.2

•,... tic.,1 ,__ 1 .,-'2) .». zc' "' u

■'-' C

AQ"' ? -4

2 C

l.,C

os-. d

t:Z-4-C->

r:4(..)C

.)C.)U

214;.T

..ww

,-5,

.-5.,-tii

W

CD C.)(..)

E-, A...

;-, Lz

■=.4

F-, F-,

,c,.. l'4 `./2 C.) LT-

.-, u4 u-■ E-, u

a <C ,_,'-'

4 C._.) C_) C_) C..) CZ C2 121 L4 [.1-■ LL, W

r--,

Pag

e 204 of 208

STANDARD SPECIFICATION NO.

6-81-2035 Rev. 3

This Inspection and Test Plan covers the minimum inspection and testing requirements for Process Stream Analysers.

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

1.0 SCOPE

3.0 INSPECTION AND TEST REQUIREMENTS

lg

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

SCOPE OF INSPECTION

■—■ P■-■ ■4

■-4 4

W (New) R

(Existin:)

■24

SUPPLIER SUB

SUPPLIER

,

0

. i ,, ,4 CY

ri c

,, ci, CL.■

-F, . , . .■

0.) CL)

a> cn ti–,

–' "-E

-2 -g

c.) ,...,

QUANTUM OF CHECK

. , .:) c> .:::› ._.

,:•:::'

o:, o>

CHARACTERISTICS

Welding procedure Qualification for welds, overlays as applicable

Material Identification, Chemical & Mechanical Properties, Make, Model no, Calibration & Functional Check.

STAGE/ ACTIVITY

Procedures

WPS/PQR/WPQ (for SHS)

Material Inspection

ò,..>

...., „ -05

-o ,,,- , ,

.

,.., „ ,, ,..

cd

>

0 --'

tD.D (1)

''' --. 10.10 c-i–,

c-) . ,–,

0.) i-■

Ch ̂

,

w...

y_, . r-o

,' E

L

..-, L)

,,-‘ O

u c) ,,,,, ,—

- -- -,- --,

cr) 0 +-■

c," 0 ,—

v)

• ;:: :__,

,j)

,__, Cl.)

(/) s-,

0.) ,,'""

Cl. s:2. cl. (-)

Ci) bl) ~

° E

E E

c.)

9,:' 7; c, cd c,c

cct c,c

ci.) .—

,.., CI)

CI) $•.■

■ ..,__, t.J:.

cc:

C) z z

c? T...4

,.

■::) e'i

„. ~

c-Ni

Pag

e 205 of 208

6-81-2035 Rev. 3

STANDARD SPECIFICATION NO.

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

SCOPE OF INSPECTION

EIL/TPIA SUPPLIER SUB SUPPLIER

. .

c) u

Supplier's Test Records

o .

,.. -0 ,›

.., ,-

c,... (i)

QUANTUM OF CHECK

o

co ,: =, co o:,

CHARACTERISTICS

Visual, Dimensional verification, functional

,.. .,..._

-o

,i, c,1

o >

n1 ....,

ccs

5

„(1), c'''

s:1 o

S=2. CZ:

cl) E

c, >,

ce • -

o -co

cu 4-.

+,..5 o

cu ...;

czt

,..., c)

bi) in.

- ,, --,

-~

a> C

,--,

czi ,

c'

>

-- • --

czi ,--

■''' 0.

0

cu """

.... ---

$-, LL)

(1> ''''"'

. 3.."-' C.>

0

• •-■ • (1.)

z

,•-■ 1.>

C.) •■-•+

'-'R:S ;..

ect

CL, C>

0

,.,-, "..-s

c> >

, ci) E

cu ,..

c. ,... ce,

0., -- cu

cu -

..o c> .4---+

• - -C

c.)

0

0

,,-, 7, ' ,

■-

;.. ;-• ,,.,

c‘:3 bp ,-0

0-. ) L

4 o

i) c., ...

cu co —

;-, F,,-,

, ,.., .„

._ o

o ,

dà, tlf)

C'Ct >

4

• ,--, ?

' (1)

.L.

.--. (1)

"X:3 '—

' ...0

Q

.,..› • -•

..0 0

rz,i .7,,,

.. E

o • - .

'-0

cn • • ' (7)

0, c.) ,,,i

<4_. t-,d, ._ _, ,..

0

bi) ,,,

ci> a>

(L) c)

c> o

.

--- $=,., .4 -(93

• 1 7

' tur)

c/) cci

eL> r)

• -' p

,..-

t;_-,, •

s-, .... 0

cct czt

c> .

0 tZ.,'

-4-, ,-- ..0

0

T... . -,7)

(i) >>

0 -SEL

c■3 s--,

,.., ct.>

.4

(1) "Z.:

o

+-■ (1')

C1) b10

,

-co 0 1.) • -

4

E c.)

:-- to.

,_ o

w),-,

bn c:4) . -z=

,.., .2. 7o .-,

t,0 E

5 "gs '4--, -4.,

--' 2 "

0

"-̂ '

—co 5

c'

';:•-• —

co

,,-,8. ..c..,o

,,

,_, c->

;- - —

..- o E

, c,,,

,.. .., -,1 ,._ e-_; ,..

o ,.. 4:_,,

$-. ce, ,..

c,,c E .;.-.,

c,cs o

0.> 42 cu

0-).._ ,... c.) -„-

c) 5.„ c..) -„-

o .1-,' ;-::: z-, 7,-, —,

cu ,,,,,, -- -i- - --

cl. c",

cu -

cu . 0.) - -- —

e--- -, --• .-, 4

L)

4 --

"' -c-o

a>

o

c) .r>

,. °) ,.

cz; ,4

1") "5

'1)

> CI"Ei'

c%;' C....) f:1.-

4 .5

C.-.)

9- c...) *-e," (-) 9. LT.',-.9, ''.:':'

""c"...') -""c'1-1-.') c-

• •

• •

• •

.

. . .

STAGE/ ACTIVITY

In process Inspection

Assembly of SHS (sample handling system)

Final Inspection

o ÷-, c.) 0.) Q.,

-g: E =-.

a ci, z z

fqà c,;

4.0

= 'r

:

Pag

e 206 of 208

6-81-2035 Rev. 3

STANDARD SPECIFICATION NO.

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

SCOPE OF INSPECTION

EIL/TPIA

,24 i

SUPPLIER t SUB SUPPLIER

0 ...)

0

C F.-,) 3

-4-■ o

c) ,-,

(3) ,.:

45

0. U

(-)

Packing list / Supplier' s Records

Supplier 's Test Records / Inspection Certificate

QUANTUM OF CHECK

$... o --

c4-• (L)

Cl.) o

S:1 ."

' CD

,. -4-

(..) 0

cz1

3-. P-■

0.)

C)

C)

,--1

Prototype for each model

CHARACTERISTICS

Certificate from testing agency like BASEEFA, FM, ATEX, PTB, CIMFR etc. for analyzers, electrical heat traced tubes and other components for use in specified hazardous area. . • Statutory approval certificates for analyzers from PESO & BIS for use in specified hazardous area.

Degree of protection certificate (IP) for instrument housing.

Certificate for electromagnetic compatibility and radio frequency protection as per IEC 61000-4.

Repeatability test for (24 hrs)

Special cleaning and packing for oxygen and chlorine services

Pre treatment, primer and final paint, shade, thickness.

Review of Internal Test Reports, MTC

IC issuance.

STAGE/ ACTIVITY

v) c> cct c>

.:E

a> c>

c-, o

v) 0 -5

-n (-) 0

ci i:)

Painting

Painting and Packing (Analyser system)

Documentation and IC

Documentation and IC

•A C5 c-4

c::, —

c:,

,—

Pag

e 207 of 208

6-81-2035 Rev. 3

STANDARD SPECIFICATION NO.

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

th

(1> cn

0

o C).

a>

0

th

(,) th

a>

0

c.) O

-o o

O

0

a>":"

0

th 0

a> E v o

a> th c.) a> c>

activities shall be as per PO/PR/ Standards referred there in/ Job specifications /Approved documents

SCOPE OF INSPECTION

EIL/TPIA

1:4 F:4 .4 oi SUB

SUPPLIER RECORD

Final data folder /Completeness

certificate

QUANTUM OF CHECK

o

cp c:. ,--

CHARACTERISTICS

Compilation of Inspection reports ,drawings, etc as per VDR / PR

STAGE/ ACTIVITY

Final Document submission

4 Ci

cf) z

el

Pag

e 208 of 208