EPCM services for upgradation of MRPL Refinery to BS-VI ...

345
EPCM services for upgradation of MRPL Refinery to BS-VI and other facilities ENQUIRY DOCUMENT (Document No : B038-000-WL-MR-3280-71-RFQ) Page 1 of 345

Transcript of EPCM services for upgradation of MRPL Refinery to BS-VI ...

EPCM services for upgradation of MRPL Refinery to BS-VI and other

facilities

ENQUIRY DOCUMENT

(Document No : B038-000-WL-MR-3280-71-RFQ)

Page 1 of 345

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

Table of ContentsDocument Number Rev. Document Title Page

NumberB038-000-WL-MR-3280-71-RFQ

A ENQUIRY DOCUMENT 3

B038-000-WL-MR-3280

B SAMPLE BOMB & SAMPLING SYSTEM 153

B038-6-44-3280 0 JOB SPECIFICATIONS 163B038-000-MRPL-SIV-3280

1 JOB SPECIFICATIONS 168

B038-000-MRPL-SCH-3280

1 JOB SPECIFICATIONS 174

6-44-0051 6 Technical notes for pipes. 1826-44-0052 7 Technical notes for valves. 1926-44-0053 6 Technical notes for flanges, spectacle blinds and drip rings. 2126-44-0054 6 Technical notes for butt welded, socket welded and screwed

fittings.219

6-44-0064 2 Technical notes for hoses & hose couplings 2286-78-0001 1 Specification for quality management system requirements from

bidders234

6-78-0003 1 Specification for documentation requirement from suppliers 2416-81-0003 5 ITP for seamless pipes 2506-81-0004 5 ITP for valves 2566-81-0005 6 ITP for forged, seamless & welded fittings. 2636-81-0006 4 ITP for flanges, spectacle blinds & drip rings 2706-81-0135 2 ITP for hose pipes and coupling 2766-81-0001 3 Standard specification for positive material identification (PMI) at

supplier's works281

B038-000-16-43-DS-3280

1 DATA SHEET FOR SAMPLE BOMB AND SAMPLING SYSTEM 289

B038-000-16-43-ATR-3280

B ADDITIONAL TECHNICAL REQUIREMENTS 293

B038-000-16-43-VDR-3280

0 VENDOR DATA REQUIREMENTS 296

B038-79-41-SAMPLING-P&ID

0 P&ID FOR SAMPLE BOMB & SAMPLING SYSTEM 298

SPC00009 REV_0 0 MRPL_PROCEDURE FOR FINAL DOCUMENTATION 311IN-043-REV 3 3 MISCELLANEOUS 318B038-000-16-43-SP-0002

0 FUGITIVE EMISSION REQUIREMENTS FOR VALVES 326

B038-000-16-43-TCL-3280

A TECHNICAL COMPLIANCE FORMAT 328

B038-000-16-51-SP-3280

A JOB SPECIFICATIONS 330

7-52-0035 4 Thermowell. 343

Page 2 of 345

DOMESTIC COMPETITIVE e- BIDDING FOR BS-VI PROJECTS OF M/S MRPL

Engineers India limited (EIL) on behalf of Mangalore Refinery & Petrochemicals Ltd. invites e-bids from eligible bidders for the following Item/Works:

Description Bidding Document on

Website Bid Due Date/ Time

Name of the Item / Works:

SAMPLE BOMB & SAMPLING SYSTEM FOR BS-VI PROJECTS OF M/S MRPL

Bidding Document No.: SKK/ B038-000-WL-MR-3280/71

From 21.06.2019 To

12.07.2019

On 12.07.2019 upto

1200 Hrs. (IST)

Unpriced Bid Opening shall be held at 1400 Hrs

(IST) on 15.07.2019

The detailed NIT & Complete Bidding Document with contact details can be viewed and downloaded from e-tender site https://eprocure.gov.in/eprocure/app

All Amendments/Addendums/Corrigendum, time extension, clarifications, etc. shall be uploaded in the above mentioned websites only and shall not be published in Newspapers. Bidders should regularly visit the above website(s) to keep themselves updated and submit their Bids based on the latest information/instructions hosted in website(s).

.

DGM (SCM, EIL)

Page 3 of 345

.01 Page 1 of 14

NOTICE INVITING TENDER (NIT)

SUPPLY OF SAMPLE BOMB & SAMPLING SYSTEM FOR BS-VI PROJECTS, MANGALORE REFINERY OF M/S MRPL

BIDDING DOC. NO.: SKK/ B038-000-WL-MR-3280/71

(DOMESTIC COMPETITIVE BIDDING)

E-Tendering

1.0 INTRODUCTION:

Mangalore Refinery and Petrochemicals Limited (MRPL), a subsidiary of Oil and Natural Gas Corporation Limited, is operating a 15.25 MMTPA fuels refinery at Mangalore. The Refinery complex is integrated to Aromatic Complex and designed to produce 900,000 TPA of Paraxylene.

In view of the "Auto-fuel Vision and Policy (2014)" and mandate of the administrative ministry to produce 100% BS VI fuels from April 1, 2020, MRPL wishes to evaluate options for new process units / up grading of existing process units to comply with the specifications.

Subsequently, MRPL also intends to expand its refining capacity further through low capex process unit / revamps / augmentation.

Mangalore Refinery & Petrochemicals Ltd. (MRPL) have appointed Engineers India Limited (EIL) as consultant for implementation of BS-VI Projects at Mangalore Refinery.

Engineers India Limited (EIL) on behalf of Mangalore Refinery & Petrochemicals Ltd., invites e-bids in single stage two bid system through e-tendering on Domestic Competitive Basis from eligible bidders meeting the Bidder Qualification Criteria as per clause 5.0 below for Supply of SAMPLE BOMB & SAMPLING SYSTEM.

2.0 BRIEF SCOPE OF SUPPLY:

2.1 Scope includes Supply of Sample Bomb & Sampling systems, Dispensing Stations andCanopy Exhaust Systems and installation of Dispensing Station and Canopy Exhaust Systems as per MR. No. B038-000-WL-MR-3280.

For complete details, refer Bid Document.

3.0 TIME SCHEDULE FOR COMPLETION:

3.1 SUPPLY: 04 (Four) Months on FOT Site Basis from the date of Purchase Order. Date of

receipt of material at site shall be considered as the date of delivery.

3.2 SITE_WORK: Within 02 (Two) Months from the date of Site-readiness. However, 15 (Fifteen) Days of advance intimation shall be given for mobilization purpose.

4.0 SALIENT DETAILS:

a) Bidding Document available on Website

: From 21.06.2019 to 12.07.2019

b) Last date of Receipt of Bidder’s Queries for Pre-Bid Meeting

: 27.06.2019

c) Date of Pre Bid Meeting :

01.07.2019.; 1030 HRS IST

d) Last Date and time of Online submission of Bids (Bid Due Date)

: Up to 1200 Hrs. (IST) on 12.07.2019

Page 4 of 345

.01 Page 2 of 14

e) Online Opening of Techno-commercial Unpriced Bid

: 1400 Hrs. (IST) on 15.07.2019 (*)

f) Earnest Money Deposit / Bid Security

: INR 4,20,000 ( Indian Rupees Four Lakh Twenty Thousand Only)

g) Cost of Bidding Document (Non-Refundable)

: Not Applicable

h) Opening of Priced Bids : On date & time to be intimated later

i) Place of Submission of Original authenticated BQC Documents (Hard Copy), EMD

: DAK RECEIPT SECTION, ENGINEERS INDIA LIMITED OFFICE COMPLEX, SECTOR-16 (On N.H.-8) TOWER-2 (GROUND FLOOR), GURGAON-122 001 HARYANA (INDIA) Tel NO. +91-124- 380 3078

j) Contact Person with details for any clarifications

: Mr. S.K. Singh, DGM (SCM) ENGINEERS INDIA LIMITED OFFICE COMPLEX, SECTOR-16 (On N.H.-8) TOWER-1 (1ST FLOOR), GURGAON-122 001 HARYANA (INDIA) Tel NO. +91-124- 380 2110/2167 e-mail Id. [email protected] , CC: [email protected]

If dates identified as (*) above happen to be a declared holiday/closed day in EIL Gurugram, then activity shall be conducted on next working day at 1400 Hrs (IST).

The complete Bidding Document is available on MRPL website: www.mrpl.co.in and Govt.

Website: http://eprocure.gov.in/eprocure/app. Link of the enquiry shall be provided on EIL

website: http://tenders.eil.co.in. Bidders can view / download the document from any one of the websites mentioned above.

All amendments, time extension, clarifications, etc. will be uploaded in the Govt. Website: http://eprocure.gov.in/eprocure/app only. Bidders should regularly visit the above website to keep themselves updated.

Request for extension or any queries received from any bidder with less than four working days prior to bid due date shall generally be ignored, since there will not be adequate time for proper communication with Client and other Bidders. Bidders shall submit the bid directly and in their own name without involving any intermediaries.

5.0 BIDDER’S QUALIFICATION CRITERIA (BQC):

Bidder shall fulfil the following qualification criteria in order to qualify for this work:

5.1 TECHNICAL CRITERIA

5.1.1 Bidder should have manufactured & supplied Sample Bomb or Sampling systems and Sample Dispensing or Unloading System from Sample Bomb in Laboratory of any size & any rating in Stainless Steel (SS304/SS304L/SS316/SS316L) material in the last Ten (10) years ending last day of the month previous to the one in which tenders are invited toqualify for all size, rating & type of sampling systems specified in MR.

Page 5 of 345

.01 Page 3 of 14

5.2 FINANCIAL CRITERIA

5.2.1 Annual Turnover: The average Annual Financial Turnover during the last 3 years ending 31st

March of the previous financial year should be at least INR 63,00,000/- (Indian Rupees Sixty Three Lakhs Only) .

5.2.2 Networth: The Networth of the bidder as per the immediate preceding year’s Audited financial results should be positive.

5.2.3 Working capital: Bidder should have minimum working capital of INR 21,00,000/-

(Indian Rupees Twenty One Lakh Only) as per the immediate preceding year’s Audited financial results. In case bidder is unable to meet the working capital requirement as above, the bidder can supplement the working capital with a fund based line of credit from any scheduled bank in India or a commercial bank having Net worth more than equivalent INR 1000 Million. In such a case, bidder shall furnish a declaration from the bank (dated any date between the Tender floatation and bid due date) for availability of unutilized fund based line of credit for the shortfall in working capital, in the format enclosed as Annexure-I.

Note: For Any Bidder, as per their company policy if the financial year ending is other than 31st March, then in that case the financial year as followed in their company shall be applicable.

5.3 GENERAL:

5.3.1. In case the last financial year closing date is within 9 months of bid due date and audited annual report of immediate preceding financial year is not available, bidder has the option to submit the financial details of the three previous years immediately prior to the last financial year. Otherwise, it is compulsory to submit the financial details of the immediate three preceding financial years.

5.3.2. In case a bidder (a Parent Company) is having wholly owned subsidiaries but only a single consolidated annual report is prepared and audited which includes the financial details of their wholly owned subsidiaries, consolidated audited annual report shall be considered for establishing the financial criteria subject to statutory auditor of the bidder certifying that separate annual report of bidder (without the financial data of subsidiaries) is not prepared and audited.

5.3.3. Further, in case a bidder is a subsidiary company and separate annual report of the bidder is not prepared & audited, but only a consolidated annual report of the Parent Company is available, consolidated audited annual report shall be considered for establishing the financial criteria subject to statutory auditor of the parent company certifying that separate annual report of bidder is not prepared and audited.

5.4 DOCUMENTS AND DATA REQUIRED WITH BID

5.4.1 Bidder shall complete and submit the Experience Record Pro-forma (ERP) as Per Annexure-II to NIT enclosed with the bidding document along with associated documentary evidence to establish that the bidder meets the Bidder Qualification Criteria as per clause.no. 5.1 of this document.

5.4.2 The bidder shall, in his own interest, furnish complete documentary evidence to justify that the bidder meets the Qualification criteria as given above.

5.4.3 Bidder shall furnish documentary proof of fulfilling the “Bidder Qualification Criteria” as mentioned in Clause Nos. 5.1 & 5.2 above. The documentation shall include but not limited to copies of work order(s) / contract agreements(s) / relevant pages of contract document(s), completion certificate(s), fulfilling the qualification criteria, complete annual reports containing audited balance sheets and profit & loss accounts statement etc. MRPL / EIL reserves the right to complete the evaluation based on the details furnished without seeking any additional information.

5.4.4 All supporting documents, pertaining to “Bidder Qualification Criteria (Technical as well as Financial)” including MSE certificate shall be submitted duly authenticated as follows:

Page 6 of 345

.01 Page 4 of 14

Documents shall be submitted duly certified by Statutory Auditor of the bidder or a practicing Chartered Accountant (not being an employee / Director and not having any interest in the bidder’s company) where audited accounts are not mandatory as per law.

OR

Bidder shall submit documents duly notarized by any notary public/ Apostille in the bidder’s country or certified true copies duly signed, dated and stamped by an official authorized for this purpose in Indian Embassy/ High Commission in Bidder’s country.

OR

Bidder shall submit self-certified documents in original from any one out of CEO or CFO or Company Secretary of the bidder (Limited company only) along with Self-Certification as per Annexure-III. This option shall not be applicable to Proprietorship/ Partnership firms.

5.4.5 In the event of submission of any document/ certificate by the bidder in a language other than English, the bidder shall get the same translated into English and submit the same after getting the translation duly authenticated by Local Chamber of Commerce of bidder’s country.

5.4.6 Bidders shall be required to upload the digitally signed authenticated copies of documents for meeting BQC on the e-tendering portal only. Bidders shall not be required to submit the original authenticated documents in physical form to EIL. In addition, bidder shall also confirm that all authenticated documents submitted for meeting the BQC are certified as per the authentication requirement defined in the bidding document.

5.4.7 Wherever the bidder has not submitted the authenticated documents through e-tendering as per the requirement of bidding document, bidder shall submit the original authenticated document in a separate booklet titled as “Documentation against Bidder Qualification Criteria (Technical & Financial)” with proper index in original within the bid due date.

5.4.8 It is clarified that if authenticated documents are either not submitted through e-tendering or not submitted in original, in physical form, offer shall not be considered.

5.4.9 Bidder shall submit complete set of audited annual financial statements of the preceding 3 (Three) financial years or a letter from the statutory auditor or CA (*) (as per Annexure – IV) or a letter from the bidder duly certified by statutory auditor or CA (*) (as per Annexure – V) along with the Bid to establish Bidder’s conformance to Financial Criteria mentioned in Clause 5.2 above.

(*) CA - (not being an employee/Director and not having any interest in the bidder’s company) certificate is acceptable where audited accounts are not mandatory as per law.

5.4.10 The above financial details, as per Annexure – IV or V, shall be submitted without any reservation/qualification remarks. In case of any qualification remarks, complete booklet of audited annual financial statements along with auditor’s report shall also be submitted with the bid.

5.4.11 With regards to Financial documents, in case Bidder submits bound published and audited annual financial statements including balance sheet, profit & loss accounts and all other schedules for the preceding three financial years, the same shall be considered without certification of Statutory Auditor/Self-certification as per clause 5.4.4 above.

However, in case the bidder submits either a photo copy of published statement or a translated copy of the published financial statements, the same shall be certified either by statutory auditor/self-certified , in original as per Clause 5.4.4 above.

5.4.12 Any additional documents if deemed necessary to establish the qualifying requirements may be submitted by the Bidder.

5.4.13 Submission of authentic documents is the prime responsibility of the Bidder. In addition, EIL/MRPL may verify the credentials of the successful Bidder before award as per their prevailing guidelines.

5.4.14 MRPL/EIL reserves the right to complete the evaluation based on the details furnished (without seeking any additional information) and / or in-house data, survey or otherwise.

5.4.15 Failure to meet the above Qualifying Criteria at 5.1 & 5.2 above will render the bid to be summarily rejected.

5.4.16 Bidders are required to submit all such past experience(s) (PTR) meeting the BQC along with relevant supporting documents in the first instance itself, along with the

Page 7 of 345

.01 Page 5 of 14

bid. However, Owner/EIL reserves the right to seek any additional supporting documents for meeting the BQC for only those past experience (PTR) submitted along with the bid. Accordingly, only such past experience(s) shall be considered for qualification, details of which are provided in the bid by the bidder and subsequently no additional past experience (PTR) shall be sought from the bidder.

6.0 PRE-BID MEETING

6.1 The bidder(s) or his official representative are invited to attend a pre-bid meeting which will take place at Business Centre, Tower – 1, EIL Office Complex, Sector – 16, Gurgaon-122001, India on above mentioned date and time (Refer Cl 4 c) of NIT).

6.2 Bidder to ensure that authorized representatives attending the Pre-Bid Meeting should be competent to discuss and conclude the technical and commercial issues, thus they are able to submit a “ZERO DEVIATION BID”.

6.3 Bidders are requested to submit their queries by e-mail to us (to email id’s provided in the bidding document) upto 2 day prior to the date of pre bid meeting. These questions shall be replied during the pre-bid meeting. After pre-bid meeting, no further queries will be entertained from the bidder. (Refer Cl 4 b) of NIT).

6.4 Record notes of meetings, including the text of questions raised (without identifying the source of the query) and the responses given will be transmitted to all the vendors.

6.5 Bidder should understand the requirement of submission of documents / data along with the bid so that bids received are in compliance with requirement of RFQ / MR.

6.6 Non-attendance of the pre-bid meeting will not be a cause for disqualification of a bidder.

7.0 SUBMISSION OF BIDS & VALIDITY

7.1 Bids are required to be submitted only through Govt. of India CPP Portal at http://eprocure.gov.in/eprocure/app on or before the Bid submission date and time. Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal (URL: http://eprocure.gov.in/eprocure/app). No enrolment fee would be charged from the bidders. It may also be noted that the price details are required to be filled & submitted only on the Schedule of Price format downloaded from above e-Tendering website.

7.2 Bidders in their own interest are requested to enroll on Govt. of India CPP portal and upload/submit their bid well in time. In the event of failure in bidder’s connectivity with EIL/CPP Portal during the last few hours, bidder is likely to miss the deadline for bid submission. Due date extension request due to above reason may not be entertained.

7.3 Physical Bids / Offers or Bids through any other mode shall not be accepted. The Offers submitted through e-tendering system, as above shall only be considered for evaluation and ordering.

7.4 Bidders to refer Instruction to Bidders for E-Tendering Methodology provided as Annexure-I to Instructions to Bidders (ITB), in the Bidding Document. Bidders are requested to get acquainted with the E-Tendering System in advance and obtain/seek clarifications, if any from EIL and/or CPP Portal Helpdesk, whose contact information is provided in the Annexure-I to ITB.

7.5 Validity of bid shall be 4 (Four) months from the final due date of submission of bids.

8.0 EARNEST MONEY DEPOSIT (EMD)

8.1 Bidders shall submit Earnest Money Deposit (EMD) as mentioned above in the form of demand draft (in INR) or bank guarantee (as per Proforma provided in the Bidding Document) in favour of “Mangalore Refinery and Petrochemicals Limited (MRPL), Mangalore”. Issuance of Bank Guarantees shall be confirmed directly to the Owner / EIL. Bids not accompanied with EMD shall be rejected and bidder shall not be allowed to witness the tender opening.

8.2 Earnest Money Deposit (EMD) as mentioned above shall be submitted within the Bid Due Date. Earnest Money Deposit (EMD) if submitted in the form of Bank Guarantee, shall be

Page 8 of 345

.01 Page 6 of 14

valid for a period of 2 (Two) months beyond the bid validity and shall be submitted from any Scheduled Bank (Including nationalized banks, other scheduled commercial banks, schedule cooperative banks and scheduled regional rural banks as appearing in the second Schedule to the RBI Act 1934.

8.3 Exemption of EMD will be applicable for Indian CPSUs and Micro or Small Enterprises (MSEs) 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 Handlooms or Udyog Aadhar Memorandum or any other Body specified by Ministry of Micro, Small and Medium Enterprise provided that certificate issued by the relevant agency is valid on the date of Un-priced Bid Opening. The bidder shall submit Notary attested copy of the valid MSE registration certificate. Scanned copy of Notarized Registration certificate should be uploaded in the e-procurement website.

8.4 Bidders are required to submit the EMD (in the prescribed format) in original at the time of bid submission in sealed envelope and are required to upload the scanned copy of EMD on e-tender Portal along with e-Bid. EMD in original shall be submitted in a sealed envelope titled

“Earnest Money Deposit for Bidding Document No.: SKK/ B038-000-WL-MR-3280/71”. Bidder must upload the scanned copy of EMD (in the prescribed format) on e-

tender Portal along with the e-bid. Swift message/Cheque/Cash shall not be acceptable. In case bidder fails to upload scanned copy of EMD on e-tender Portal by the bid due date & time, such bid shall not be considered for evaluation.

8.5 If the Bidder is unable to submit original EMD within the due date and time for Bid submission, their bid shall not be considered for opening.

9.0 GENERAL

9.1 OWNER/EIL reserves the right to carry out capacity & capability assessment of the bidder using in-house information and past performance.

9.2 The bidders who are on Holiday/Negative/Blacklist/SUspension list of OWNER or EIL on due date of submission of bid/ during the process of evaluation of the bids, the offers of such bidders shall not be considered for bid opening/evaluation/Award. If the bidding document were issued inadvertently/ downloaded from website, offers submitted by such bidders shall also be not considered for bid opening/evaluation/Award.

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

9.4 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.

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

9.6 Unsolicited clarifications to the offer and / or change in the prices during the validity period would render the bid liable for rejection.

9.7 Bidder shall not be under liquidation, court receivership or similar proceeding.

9.8 Bidders may view the Bid opening through Govt. of India CPP Portal i.e.

http://eprocure.gov.in/eprocure/app or may witness the bid opening in EIL Office Complex

Sector-16 Gurugram (Haryana).

9.9 OWNER/EIL reserves the right to reject any or all the bids received or annul the bidding process at any time.

9.10 Consultant for the Project or their subsidiary company or companies under the management of consultant, are not eligible to quote for the execution of the same job for which they are working as consultant.

9.11 Complete scope as per Material Requisition (MR) shall be awarded to one agency based on total lowest (L1) evaluated price as per the provisions of the Bidding Document.

9.12 Bids submitted on Consortium or un-incorporated Joint-Venture basis shall not be accepted.

9.13 Owner reserves its right to allow Public Sector Enterprises (Central/State), purchase preference as admissible/applicable from time to time under the existing Govt. policy. Owner

Page 9 of 345

.01 Page 7 of 14

shall also follow the Public Procurement Policy on Procurement of Goods and services from Micro and Small Enterprises (MSEs) Order 2012.

9.14 Ministry of Petroleum and Natural Gas, Government of India has notified the policy to provide Purchase preference (linked with local content) (PP-LC) to the manufacturers / service providers having the capability of meeting / exceeding the local content targets in Oil and Gas business activities. Guidelines for the same is appended as Annexure-X to RFQ, which shall be complied with for evaluation and ordering in applicable cases.

9.15 For detailed specifications, terms and conditions and other details, refer complete Bidding Document.

9.16 Clarification, if any, can be obtained from following numbers:

Telephone No. +91-124-380-2110/ 2163/2167;

E-mail: [email protected] /[email protected]/ [email protected]

Deputy General Manager (SCM) Engineers India Limited, Gurugram.

Page 10 of 345

.01 Page 8 of 14

ANNEXURE – I to NIT

(To be printed on Letter Head of bank)

DECLARATION FROM THE BANK FOR AVAILABILITY OF UNUTILIZED LINE OF CREDIT

Ref: _____________ Date: _________

We ________________________, a Bank firm having our registered office address

__________________________ confirm that the Company M/s ___________________________,

having its registered office at ___________________________ is having account with our bank.

Presently, the credit limits of the company are as follows:

Fund Based Line of Credit (towards Working Capital like CC Limit)

Amount in (INR)

Sanctioned Line of Credit

Utilized Line of Credit

Balance Line of Credit

[Bank to specify as applicable]

We declare that we are scheduled bank in India; OR

We declare that we are a commercial bank having Net worth more than equivalent INR 1000 Million

as per latest audited financial statements.

Yours Faithfully,

Signature Name & Designation e-mail ID Fax number

Page 11 of 345

.01 Page 9 of 14

EXPERIENCE RECORD PRO-FORMA (ERP) FOR SAMPLING SYSTEMS(Annexure-II to NIT)

Item SR.NO

Bidder’s PTR

Design Type (Type of Sampling systems)

Metallurgy Max. Size & Rating

Supplied in Refinery/Petrochemicals/ Fertilizers/Pipelines/Offshore/ Steel Plant

PO/PR/Work Order Details (Note – 3)

Inspection Release Note from TPIA or Completion Certificate from Owner (Note – 3)

Remarks

PTR: Past Track Record TPIA: Third Party Inspection Agency PO: Purchase Order PR: Purchase Requisition

Note:

1. This pro-forma shall be duly filled-in, stamped and signed by bidder and shall be submitted along with the bid.

2. Since the information requested in this pro-forma shall be utilized to assess the bidder’s capability to execute the subject order, it would be in the interest of the

bidder to include only those references which are relevant to items being quoted (Item SR.NO.) for meeting BQC.

3. Copy of listed documents shall be submitted along with the Bid. Inspection Release Note from TPIA or Completion Certificate from Owner shall be furnished

for the same PO/PR/Work Order, which has been furnished by the bidder as PTR document.

Page 12 of 345

NIT Rev.01 Page 10 of 17

ANNEXURE-III to NIT

SELF-CERTIFICATION

I, _____________________ S/o/D/o of _________________________________, working as

CEO/CFO/Company Secretary (indicate, as applicable) of the Company

_______________________________ having its registered office at

_________________________________________________________ certify that all the details

including documents pertaining to Bidder Qualification Criteria signed by undersigned vide our offer

reference ___________________ against your Enquiry document

______________________________________, are true, authentic, genuine and exact copy of its

original.

It is certified that none of the documents are false/forged or fabricated. All the documents submitted

has been made having full knowledge of (i) the provisions of the Indian laws in respect of offences

including, but not limited to those pertaining to criminal breach of trust, cheating and fraud and (ii)

provisions of bidding conditions which entitle the Owner/EIL to initiate action in the event of such

declaration turning out to be a misrepresentation or false representation.

I further certify that further documents, if any, required to be submitted by our company, shall be

submitted under my knowledge and those documents shall also be true, authentic, genuine, exact

copy of its original and shall not be false/forged or fabricated.

DECLARATION

I, _____________________ S/o/D/o of _________________________________, working as

CEO/CFO/Company Secretary (indicate, as applicable) of the Company

_______________________________ having its registered office at

_________________________________________________________ with reference to our bid

_________________________ against your Enquiry document

___________________________,declare that in case, at a later date, any of the document submitted

in our bid referred above is found to be false/forged or fabricated, I, shall be held responsible for the

same and EIL/Owner has every right to take action against me and my company, as deemed fit as per

provisions of the bidding documents including EIL/Owner’s right to put our company on Holiday/Black

list for future business with EIL/Owner.

Specimen Signature of authorized representative

Signature

Name & Designation (CEO or CFO or Company Secretary)

Page 13 of 345

NIT Rev.01 Page 11 of 17

Annexure – IV

(Letter from Statutory Auditor/CA)

(To be printed on Letter Head of Statutory Auditor/CA)

FINANCIAL DETAILS

We, _________________________________, a CA firm having our registered office address _____________________________ and certificate number ________________ certify that we are statutory auditor of the Company M/s ____________________________, having its registered office at ______________________________.

OR

We, _________________________________, a CA firm having our registered office address _____________________________ and certificate number ________________ certify that statutory auditor is not mandatory for the company M/s ____________________________, having its registered office at ______________________________ as per prevailing law and we are practicing Chartered Accountant, not being an employee / Director and not having any interest in the company.

Financial details of the above mentioned Company, as per latest available audited balance sheet are as follows: Auditor/CA to select either of the following options and strike off the other.

a. In case bidder is a parent company, i.e., having its wholly owned subsidiaries: Auditor to select either of the following options and strike off the other.

i. Financial details are of parent company without the financial data of subsidiaries

ii. Financial details are of parent company including the financial data of subsidiaries. It is certified that separate annual report of bidder, without the financial data of subsidiaries, is not prepared and audited.

OR

b. In case bidder is a subsidiary company: Auditor to select either of the following options and strike off the other.

i. Financial details are of subsidiary company

ii. Financial details are of parent company including the financial data of subsidiaries. It is certified that separate annual report of bidder, i.e., subsidiary, is not prepared and audited.

OR

c. In case bidder does not have any subsidiary or parent company, Financial details of are of the company itself.

S No. Description Year Value Currency (____________)

1. Turnover Latest financial year

(_____________)

Preceding 1st year

(_____________)

Preceding 2nd year

(_____________)

2. Net Worth Latest financial year

(_____________)

(*)

3. Working Capital Latest financial year

(_____________)

(*) – Indicate Positive or Negative (Value is not Mandatory)

Note:

1. In case the financial year closing date is within 9 months of bid due date and audited annual report of immediate preceding financial year is not available, bidder has the option to submit

Page 14 of 345

NIT Rev.01 Page 12 of 17

the financial details of the three previous years immediately prior to the last financial year. Otherwise, it is compulsory to submit the financial details of the immediate three preceding financial years.

Example, In case, audited annual report of immediate preceding financial year (year ending 31st March) is not available and where bid closing date is up to 31ST December, the financial details of the three previous years immediately prior to the last financial year may be submitted. However, in case the bid closing date is after 31st December, it is compulsory to submit the financial details of the immediate three preceding financial years only.

2. In case a bidder (Parent Company) is having wholly owned subsidiaries but only a single consolidated annual report is prepared and audited, which includes the financial details of their wholly owned subsidiaries, consolidated audited annual report shall be considered for establishing the financial criteria subject to statutory auditor of the bidder certifying that separate annual report of bidder (without the financial data of subsidiaries) is not prepared and audited.

3. Further, in case a bidder is a subsidiary company and separate annual report of the bidder is not prepared and audited, but only a consolidated annual report of the Parent Company is available, consolidated audited annual report shall be considered for establishing the financial criteria subject to statutory auditor of the parent company certifying that separate annual report of bidder is not prepared and audited.

4. Networth calculation: Networth means paid up share capital, Share Application Money pending allotment* and reserves# less accumulated losses and deferred expenditure to the extent not written off. Networth has been calculated using the following formula, as per provisions of the enquiry document:

# Reserves to be considered for the purpose of networth shall be all reserves created out of the profits and securities premium account but shall not include reserves created out of revaluation of assets, write back of depreciation and amalgamation.

*Share Application Money pending allotment will be considered only in respect of share to be allotted.

Paid up share capital XXXX

Add: Share Application Money pending allotment XXX

Add: Reserves (As defined Above) XXXX

Les: Accumulated Losses XX

Less: Deferred Revenue Expenditure to the extent not written off XX

Networth XXXX

5. Working Capital calculation: Working Capital shall be Current Assets minus Current Liabilities.

6. Turnover: Turnover shall be calculated including Excise Duty but excluding other Incomes.

7. Networth, Working Capital and Turnover has been calculated using the above mentioned formulae and after giving effect to the impact of Audit Qualifications given in the Audit Report.

Signature Name & Designation

Page 15 of 345

NIT Rev.01 Page 13 of 17

Annexure- V

(Certification by Statutory Auditor/CA) (To be printed on Letter Head of Company)

FINANCIAL DETAILS

We, M/s _________________________________, having our registered office at

_________________________________ certify that M/s ___________________ is a CA firm having

their registered office address _____________________________ having certificate number

________________ are our statutory auditor.

OR

We, M/s _________________________________, having our registered office at

_________________________________ certify that statutory auditor is not mandatory for the

company as per prevailing law and M/s ___________________ , a CA firm having their registered

office address _____________________________ having certificate number ________________are

practicing Chartered Accountant, not being an employee/Director and not having any interest in our

company.

Financial details of our Company, as per latest available audited balance sheet are as

follows:Company to select either of the following options and strike off the other.

a. In case bidder is a parent company, i.e., having its wholly owned subsidiaries:Company to

select either of the following options and strike off the other:

i. Financial details are of parent company without the financial data of subsidiaries

ii. Financial details are of parent company including the financial data of subsidiaries. It

is certified that separate annual report of bidder, without the financial data of

subsidiaries, is not prepared and audited.

OR

b. In case bidder is a subsidiary company: Auditor to select either of the following options and

strike off the other.

i. Financial details are of subsidiary company

ii. Financial details are of parent company including the financial data of subsidiaries. It

is certified that separate annual report of bidder,i.e., subsidiary, is not prepared and

audited.

OR

c. In case bidder does not have any subsidiary or parent company, Financial details of are of the

company itself.

S No. Description Year Value Currency (____________)

1. Turnover Latest financial year

(_____________)

Preceding 1st year

(_____________)

Preceding 2nd year

(_____________)

2. Net Worth Latest financial year

(_____________)

(*)

3. Working Capital Latest financial year

(_____________)

(*) – Indicate Positive or Negative (Value is not Mandatory)

Page 16 of 345

NIT Rev.01 Page 14 of 17

Note:

1. In case the last financial year closing date is within 9 months of bid due date and audited annual report of immediate preceding financial year is not available, bidder has the option to submit the financial details of the three previous years immediately prior to the last financial year. Otherwise, it is compulsory to submit the financial details of the immediate three preceding financial years.

Example, In case, audited annual report of immediate preceding financial year (year ending 31st March) is not available and where bid closing date is up to 31ST December, the financial details of the three previous years immediately prior to the last financial year may be submitted. However, in case the bid closing date is after 31st December, it is compulsory to submit the financial details of the immediate three preceding financial years only.

2. In case a bidder (Parent Company) is having wholly owned subsidiaries but only a single consolidated annual report is prepared and audited, which includes the financial details of their wholly owned subsidiaries, consolidated audited annual report shall be considered for establishing the financial criteria subject to statutory auditor of the bidder certifying that separate annual report of bidder (without the financial data of subsidiaries) is not prepared and audited.

3. Further, in case a bidder is a subsidiary company and separate annual report of the bidder is not prepared and audited, but only a consolidated annual report of the Parent Company is available, consolidated audited annual report shall be considered for establishing the financial criteria subject to statutory auditor of the parent company certifying that separate annual report of bidder is not prepared and audited.

4. Networth calculation:Networth means paid up share capital, Share Application Money pending allotment* and reserves# less accumulated losses and deferred expenditure to the extent not written off. Networth has been calculated using the following formula, as per provisions of the enquiry document:

# Reserves to be considered for the purpose of networth shall be all reserves created out of the profits and securities premium account but shall not include reserves created out of revaluation of assets, write back of depreciation and amalgamation.

*Share Application Money pending allotment will be considered only in respect of share to be allotted.

Paid up share capital XXXX

Add: Share Application Money pending allotment XXX

Add: Reserves (As defined Above) XXXX

Les: Accumulated Losses XX

Less: Deferred Revenue Expenditure to the extent not written off XX

Networth XXXX

5. Working Capital calculation: Working Capital shall be Current Assets minus Current Liabilities.

6. Turnover: Turnover shall be calculated including Excise Duty but excluding other Incomes.

7. Networth, Working Capital and Turnover has been calculated using the above mentioned formulae and after giving effect to the impact of Audit Qualifications given in the Audit Report.

Signature

Name & Designation Sign and Stamp of Statutory auditor / CA (on all pages)

Page 17 of 345

Page 1 of 4

EIL OFFICE COMPLEX, SECTOR – 16, GURGAON – 122001, INDIA

APPENDIX-I TO NIT- SKK/ B038-000-WL-MR-3280/71

1. This bid is intended to be “ZERO DEVIATION BID” & also “No post bid Queries shall be raised to bidders. Offers submitted with deviations (other than deviations which are agreed during pre-bid meeting or deviations which are loadable as per RFQ) or incomplete offers requiring any queries/correspondence may be liable for rejection without any reference to the Bidder.

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

3. The order, if any, will be issued by our client - MANGALORE REFINERY & PETROCHEMICALS LIMITED.

4. Please submit your Acknowledgement against the RFQ on EIL’s website http:tenders.eil.co.in\newtenders within the due date & time, with reasons(s) of not participating in the RFQ in case of regret/negative acknowledgment.

5. 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.

6. The bidders should respond to this enquiry either by submitting their bids or by explaining the reason for non-submission of the offer. In case there is no response either way continuously, the bidder shall be liable for suitable action including review of their enlistment with EIL for that particular item.

7. Online Bids/ Offer through CPP Portal only shall be accepted. Bids/ Offer through Email or fax/ Telex/Telegraphic / Courier / Open or received through any other mode shall not be accepted and rejected.

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

9. Bidder shall submit the following documents duly filled in, signed & stamped by authorized person:

PART-I (TECHNO-COMMERCIAL BID):

a) Power of Attorney in favour of bid signatory. b) All documents in support of meeting the BQC as per NIT shall be submitted in a separate

section/booklet (as applicable) c) Agreed Terms & Conditions (ATC) along with its annexure (Indigenous) d) Compliance to RFQ document. (Annexure-F to SPC&ITB) e) Un-priced copy of Price Schedule (Prices blanked out indicating “Quoted/Not Quoted”) f) Signed & Stamped copy of Integrity Pact along with Affidavit wrt Integrity Pact. (Affidavit wrt Integrity

Pact to be submitted in original to EIL-Gurugram) g) Documents pertaining to MSE Bidders (if applicable). h) Declaration Form for availing purchase preference as per Format enclosed in Annexure – X (Instruction

regarding Local Content (LC)).(if applicable) i) Undertaking as per Appendix – I on bidder’s letterhead/letter-head of statutory auditor confirming

bidder’s meeting the Local Content as per Annexure – X (Instruction regarding Local Content (LC)). (if applicable).

Page 18 of 345

Page 2 of 4

j) Terms & Conditions of Site-Work duly signed and stamped.(As per Annexure-J to SPC & ITB) k) Terms & Conditions of Post Warranty Annual Maintenance Contract .(As per Annexure-H to SPC &

ITB) l) Vendor Form for Electronic Fund Transfer. m) Form-R & Form-S Duly filled and signed.(On bidder’s Letter Head) n) Technical Bid as per MR Requirement.

Part-II (PRICED BID): This part shall contain only duly filled in prices on the prescribed Price Schedule format.

Part-III (EARNEST MONEY DEPOSIT):

EMD/Bid Security, in the form of Demand Draft (DD) / Bank Guarantee of requisite amount in favour of “Mangalore Refinery and Petrochemicals Limited (MRPL), Mangalore, as stipulated in NIT, shall be submitted in the following manner:

Copy of Original EMD

: scanned & uploaded in E-Tendering Portal along with Un-priced

Original EMD

: In sealed cover duly superscribed as per clause

8.4 of NIT within the due date & time of bid submission

10. Delivery / Completion Period : As per clause 3.0 of NIT

11. Bidders are mandatorily required to indicate their name on each page of excel file / pdf file of Price Schedule while uploading the price bid.

12. Validity of Offer: As per clause 7.5 of NIT

13. E-bids received online shall be opened at EIL office on due date and time as specified above. Bids shall be opened in presence of representatives of bidders who choose to attend the same. Such representative shall

submit Bid Acknowledgement Number generated by the Portal/System after successful Bid Submission online. However, bidder can also view unpriced / priced Bid Opening online in their office/remote end itself. The bidder’s representatives, who are present, shall sign a register evidencing their attendance.

14. Bidders to note that price changes against Technical / commercial clarifications, in line with terms & conditions of enquiry documents are not allowed. In case any bidder gives positive revised prices / price implications against such clarifications, their bid shall be rejected.

15. Payment Terms:

15.1 Supply & Transportation : As per clause No. A 1.3 OF SPC & ITB.

15.2 Site-work : As per clause No. A 3 OF SPC & ITB.

15.3 Post Warranty Annual Maintenance Contract : As per clause No. A 6 OF SPC & ITB.

16. Bidder to note that ‘Repeat order’ clause as per SPC & ITB Cl 33.0 shall be applicable for this RFQ.

17. Owner shall follow the Public procurement Policy on Procurement of goods and services from Micro and Small Enterprises (MSEs) order 2012 as per MSE Policy enclosed with SPC & ITB as Annexure - A.

Page 19 of 345

Page 3 of 4

18. Owner shall follow the Public procurement Purchase preference as per PPLC-2017 enclosed with SPC & ITB as Annexure - X.

19. Bidder to note that no bid due date extension is possible. Bidders are requested to adhere to bid due date and submit their bid within the original due date & time.

20. Bidder should not be black listed and should not be on holiday list of EIL / MRPL.

21. MRPL will follow purchase preference policy as per guidelines of Government of India in vogue.

22. We reserve the right to make any changes in the terms and conditions of purchase and to reject any or all the bids received, at its discretion without assigning any reason whatsoever.

23. Bid Document Fee is not applicable for this RFQ.

24. Integrity Pact:

24.1 The Integrity Pact along-with Affidavit wrt Integrity Pact , duly signed by the authorized official of OWNER and the Contractor will form part of this contract. The bidder shall comply with the requirements of the Integrity Pact.

Pro-forma of Integrity Pact along-with Affidavit wrt Integrity Pact (As per Annexure-K to Appendix-I), which is issued along with the bidding document shall be returned by the bidder along with technical bid, duly signed by the same signatory who signs the bid i.e. who is duly authorized to sign the bid. All the pages of the Integrity Pact & the Affidavit wrt Integrity Pact shall be duly signed by the same signatory. Affidavit wrt Integrity Pact shall be submitted in Original to EIL-GURUGRAM in Non-judicial Stamp-paper of Appropriate value duly Notarised.

Bidder’s failure to return the Integrity pact & Affidavit wrt Integrity Pact along with the bid, duly signed, shall lead to outright rejection of such bid.

If the bidder has been disqualified from the tender process prior to the award of contract according to the provisions under Integrity Pact, OWNER shall be entitled to demand and recover from bidder Liquidated Damages amount by forfeiting the EMD/Bid security (Bid Bond) as per provisions of Integrity Pact.

If the contract has been terminated according to provisions of the Integrity Pact , or if OWNER is entitled to terminate the contract according to provisions of Integrity Pact, OWNER shall be entitled to demand and recover from the Contractor Liquidated Damages amount by forfeiting the Performance Bank Guarantee / Security Deposit as per Integrity Pact.

Bidder shall upload Scanned copy of signed Integrity Pact along-with Affidavit wrt Integrity Pact with the bid submitted using digital signature of the bidder. Further once the signed & scanned copy of Integrity Pact received with e-bid, bidder may not be required to submit the original hard copy of Integrity Pact.

25. Where any provisions of Special Purchase Conditions & Instructions to Bidders and General Purchase Conditions is in conflict or at variance with any provisions of RFQ Cover Letter including this Appendix – I, IFB with this Appendix - I shall over-ride such provision(s) of Special Purchase Conditions & Instructions to Bidders and General Purchase Conditions only to the extent of such repugnancy or variation.

26. PRE-BID MEETING: The bidder(s) or his official representative are invited to attend a pre-bid meeting which will take place at Business Centre, Tower – 1, EIL Office Complex, Sector – 16, Gurgaon-122001, India on above mentioned date and time (Refer IFB).

a) Bidder to ensure that authorized representatives attending the Pre-Bid Meeting should be competent to discuss and conclude the technical and commercial issues, thus they are able to submit a “ZERO DEVIATION BID”.

b) Bidders are requested to submit their queries by fax or e-mail to us upto 1 day prior to the date of pre bid meeting. These questions shall be replied during the pre-bid meeting. After pre-bid meeting, no further queries will be entertained from the bidder.

Page 20 of 345

Page 4 of 4

c) Record notes of meetings, including the text of questions raised (without identifying the source of the query) and the responses given will be transmitted to all the vendors.

d) Bidder should understand the requirement of submission of documents / data along with the bid

so that bids received are in compliance with requirement of IFB / MR.

e) It is to be noted that if Bidder fails to attend the Pre-Bid Meeting and submits their Bid, the same shall be considered for evaluation only if their Bid is technically acceptable and their offer is in line with the Bid requirements

LIST OF ENCLOSURES

DOCUMENT

A) Short NIT

B) Detailed IFB along with Annexures & Appendix

C) Commercial document:

i) Agreed Terms & Conditions (For Indian Bidders)

ii) Special Purchase Conditions & Instructions to Bidders (SPC & ITB)

iii) General Purchase Conditions.(Indigenous)

iv) Integrity Pact

v) E-tendering Methodology

vi) Price Schedule (Indigenous)

D) Technical document:

i) Material Requisition (MR) No. : B038-000-WL-MR-3280 Rev.B

Page 21 of 345

1

2

3

4

5

6

7

8

9

10

Stamp of the Bidder

Supply,Freight ,Site-Work & AMC Charges for 5 Years, shall be considered for evaluation. Evaluation shall be done on Group-wise basis considering all the MR items as one group as per MR

requirment.

No stipulation, deviation, terms & conditions, presumption, basis etc. shall be stipulated in Price Part of the bid. Any condition if stipulated shall be treated as null and void and shall render the bid

liable for rejection.

PREAMBLE TO PRICE SCHEDULE (INDIAN)

RFQ NO. SKK/ B038-000-WL-MR-3280/71

ITEM:SAMPLE BOMB & SAMPLING SYSTEM

In case of discrepancy in the Item Description/Tag No./Qty specified in this Price schedule format vis-à-vis the corresponding details in MR, the MR Item Description/Tag No./Qty shall prevail.

Bidders are mandatorily required to enter their name in the each page of excel file / pdf file of Price Schedule provided in the e-tender portal for submission of Price bid & Unpriced Bid.

NOTE: This Price Schedule contains total 5 pages.

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

Bidder to note that site-work charges should be minimum 3% of supply value . In case, it is less than 3 % then differential amount shall be retained from supply price and shall be paid along-

with the final 10% payment of supply charges after completion of site-work.

Bidder to quote total supply price against each MR Item along with its accessories . However, bottom-line price shall be considered for evaluation as per requirement of bidding document.

Freight shall be quoted as percentage of supply price for the whole group.The Total Supply & Freight charges shall be filled by bidder in row indicated as "TOTAL ". The prices indicated in row

named "TOTAL" only same shall be used for evlauation . In case there is variance in arithmatic sum of supply and freight charges of the items and that indicated in row named "TOTAL" then

the prices shall be pro-rated wrt to bottom-line price ,in case of order.

Bidder shall furnish prices/details as above, in accordance with Instructions To Bidders/ Request for Quotation.

Bidder quoted prices shall be inclusive of Third Party Inspection Agency Charges. List of TPIA is provided in the SPC & ITB.

Bidder to quote for supply of 6 nos Dispensing Stations, Exhaust system with ducting and canopy as per clause no. 5.0 of Special Instructions for Vendor (B038-000-MRPL-SIV-3280) against Sl

No.6 of the Supply Portion. And for installation of 6 nos Dispensing Stations, Exhaust system with ducting and canopy as per clause no. 5.0 of Special Instructions for Vendor (B038-000-MRPL-

SIV-3280) against Sl No.6.01 of the Site-Work Portion.

Page 22 of 345

1

6 LS

7 1 Nos

8 1 Nos

9 1 Nos

10 1 Nos

11 1 Nos

12 1 Nos

13 1 Nos

14 1 Nos

15 1 Nos

16 1 Nos

17 1 Nos

18 1 Nos

19 1 Nos

20 1 Nos

21 1 Nos

*PS0075ZSC013ZB1A SAMPLING SYSTEM , TAG NO: SC-338013, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC014ZB1A SAMPLING SYSTEM , TAG NO: SC-338014, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC015ZB1A SAMPLING SYSTEM , TAG NO: SC-338015, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC010ZA5A SAMPLING SYSTEM , TAG NO: SC-338010, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC011ZB1A SAMPLING SYSTEM , TAG NO: SC-338011, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC012ZB1A SAMPLING SYSTEM , TAG NO: SC-338012, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC007ZB5A SAMPLING SYSTEM , TAG NO: SC-338007, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC008B51A SAMPLING SYSTEM , TAG NO: SC-338008, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC009B51A SAMPLING SYSTEM , TAG NO: SC-338009, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

ITEM:SAMPLE BOMB & SAMPLING SYSTEM

SAMPLING SYSTEM , TAG NO: SC-338004, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC005ZB1A SAMPLING SYSTEM , TAG NO: SC-338005, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC006ZB5A SAMPLING SYSTEM , TAG NO: SC-338006, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC001ZB5A

*PS0075ZSC002ZB5A SAMPLING SYSTEM , TAG NO: SC-338002, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC003ZB5A SAMPLING SYSTEM , TAG NO: SC-338003, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

PRICE SCHEDULE FOR SUPPLY (INDIAN BIDDERS)

TOTAL SUPPLY PRICE ON FOT

DESPATCH POINT BASIS

(IN INR)

QTY.

QUOTED PRICE

RFQ NO. SKK/ B038-000-WL-MR-3280/71

MR SL. NO. Item Code as per MR

NAME OF BIDDER: M/S __________________________

FREIGHT CHARGES UPTO PROJECT SITE

AS PERCENT OF SUPPLY PRICE

(AS PERCENT)

SAMPLING SYSTEM , TAG NO: SC-338001, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

SUPPLY OF FOLLOWING ITEMS AS PER SCOPE MENTIONED IN MR. NO. B038-000-WL-MR-3280 AND SUBSEQUENT

TECHNICAL AND COMMERCIAL AMENDMENTS (IF ANY), COMPLETE IN ALL RESPECTS.

DESCRIPTION OF ITEM

*PS0075ZSC004ZB1A

*PS0075INSTALZB5ASUPPLY OF 6 NOS DISPENSING STATIONS, EXHAUST SYSTEM WITH DUCTING AND CANOPY AS PER CLAUSE NO.

5.0 OF SPECIAL INSTRUCTIONS FOR VENDOR (B038-000-MRPL-SIV-3280)

Page 23 of 345

22 1 Nos

23 1 Nos

24 1 Nos

25 1 Nos

26 1 Nos

27 1 Nos

28 1 Nos

29 1 Nos

30 1 Nos

31 1 Nos

32 1 Nos

33 1 Nos

34 1 Nos

35 1 Nos

36 1 Nos

37 1 Nos

38 1 Nos

39 1 Nos

*PS0075ZSC031ZB1A SAMPLING SYSTEM , TAG NO: SC-338031, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC032ZB1A SAMPLING SYSTEM , TAG NO: SC-338032, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC033ZB1A SAMPLING SYSTEM , TAG NO: SC-338033, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC028B46A SAMPLING SYSTEM , TAG NO: SC-338028, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC029A47A SAMPLING SYSTEM , TAG NO: SC-338029, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC030A46A SAMPLING SYSTEM , TAG NO: SC-338030, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC025A46A SAMPLING SYSTEM , TAG NO: SC-338025, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC026A46A SAMPLING SYSTEM , TAG NO: SC-338026, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC027ZB1A SAMPLING SYSTEM , TAG NO: SC-338027, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC022A46A SAMPLING SYSTEM , TAG NO: SC-338022, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC023ZB1A SAMPLING SYSTEM , TAG NO: SC-338023, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC024A47A SAMPLING SYSTEM , TAG NO: SC-338024, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC019B47A SAMPLING SYSTEM , TAG NO: SC-338019, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC020B27A SAMPLING SYSTEM , TAG NO: SC-338020, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC021A46A SAMPLING SYSTEM , TAG NO: SC-338021, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC016B46A SAMPLING SYSTEM , TAG NO: SC-338016, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC017B46A SAMPLING SYSTEM , TAG NO: SC-338017, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC018B46A SAMPLING SYSTEM , TAG NO: SC-338018, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

Page 24 of 345

40 1 Nos

41 1 Nos

42 1 Nos

43 1 Nos

44 1 Nos

45 1 Nos

46 1 Nos

47 1 Nos

48 1 Nos

49 1 Nos

50 1 Nos

51 1 Nos

52 1 Nos

53 1 Nos

54 1 Nos

55 1 Nos

56 1 Nos

57 1 Nos

58 1 Nos

59 1 Nos

60 1 Nos

*PS0075ZSC416A28A SAMPLING SYSTEM , TAG NO: SC-914416, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC418A19A SAMPLING SYSTEM , TAG NO: SC-914418, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC421A28A SAMPLING SYSTEM , TAG NO: SC-914421, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC413A28A SAMPLING SYSTEM , TAG NO: SC-914413, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC414A28A SAMPLING SYSTEM , TAG NO: SC-914414, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC415A28A SAMPLING SYSTEM , TAG NO: SC-914415, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC407A28A SAMPLING SYSTEM , TAG NO: SC-914407, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC411A21N SAMPLING SYSTEM , TAG NO: SC-914411, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC412A21N SAMPLING SYSTEM , TAG NO: SC-914412, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC010ZA1A SAMPLING SYSTEM , TAG NO: SC-914010, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC011ZA1A SAMPLING SYSTEM , TAG NO: SC-914011, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0100ZSC401ZA5A SAMPLING SYSTEM , TAG NO: SC-914401, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC066ZB1A SAMPLING SYSTEM , TAG NO: SC-338066, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC069ZE3M SAMPLING SYSTEM , TAG NO: SC-338069, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC070B51A SAMPLING SYSTEM , TAG NO: SC-338070, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC051ZB1A SAMPLING SYSTEM , TAG NO: SC-338051, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC053A46A SAMPLING SYSTEM , TAG NO: SC-338053, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC054A47A SAMPLING SYSTEM , TAG NO: SC-338054, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC034ZB1A SAMPLING SYSTEM , TAG NO: SC-338034, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075SC0045ZB1A SAMPLING SYSTEM , TAG NO: SC-338045, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC046ZB1A SAMPLING SYSTEM , TAG NO: SC-338046, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

Page 25 of 345

61 1 Nos

62 1 Nos

63 1 Nos

64 2 Nos

65 1 Nos

66 2 Nos

67 1 Nos

68 1 Nos

69 1 Nos

70 1 Nos

71 1 Nos

72 1 Nos

73 1 Nos

74 1 Nos

75 1 Nos

76 1 Nos

77 1 Nos

78 1 Nos

79 1 Nos

80 1 Nos

TOTAL SUPPLY PRICE ON FOT

DESPATCH POINT BASIS

(IN INR)

TOTAL FREIGHT CHARGES UPTO

PROJECT SITE

(IN INR)TOTAL (Bidder to

furnish Total Supply Price And Freight in this row. Note:Qty for MR Item No.64 & 66 is 2 Nos)7-80 1 LOT

*PS0075ZSC105ZB1A SAMPLING SYSTEM, TAG NO: SC-332105, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC106ZB1A SAMPLING SYSTEM, TAG NO: SC-332106, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC102ZB1A SAMPLING SYSTEM, TAG NO: SC-332102, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC103ZB1A SAMPLING SYSTEM, TAG NO: SC-332103, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC104ZB1A SAMPLING SYSTEM, TAG NO: SC-332104, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075SC2602A19A SAMPLING SYSTEM, TAG NO: SC-26002, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075SC2603B19A SAMPLING SYSTEM, TAG NO: SC-26003, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075ZSC101ZB1A SAMPLING SYSTEM, TAG NO: SC-332101, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075SC1802A19A SAMPLING SYSTEM, TAG NO: SC-18002, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075SC1803B19A SAMPLING SYSTEM, TAG NO: SC-18003, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075SC2601A19A SAMPLING SYSTEM, TAG NO: SC-26001, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075SPARE7ZB1A SAMPLING SYSTEM , TAG NO: SPARE-7, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

*PS0075SPARE8ZE3M SAMPLING SYSTEM , TAG NO: SPARE-8, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

*PS0075SC1801A19A SAMPLING SYSTEM, TAG NO: SC-18001, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075SPARE4A47A SAMPLING SYSTEM , TAG NO: SPARE-4, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

*PS0075SPARE5B19A SAMPLING SYSTEM , TAG NO: SPARE-5, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

*PS0075SPARE6A28A SAMPLING SYSTEM , TAG NO: SPARE-6, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

*PS0075SPARE1B46A SAMPLING SYSTEM , TAG NO: SPARE-1, DETAILS AS PER DATASHEET B038-000-16-43-DS-3280.

*PS0075SPARE2B47A SAMPLING SYSTEM , TAG NO: SPARE-2, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

*PS0075SPARE3A46A SAMPLING SYSTEM , TAG NO: SPARE-3, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

Page 26 of 345

6.00

6.01 LS

1 LS

2 LS

3 LS

4 LS

5 LS

AMC FOR 3RD YEAR AS PER CLAUSE NO. 7.0 OF SPECIAL INSTRUCTIONS FOR VENDOR (B038-000-MRPL-SIV-3280)

AMC FOR 4TH YEAR AS PER CLAUSE NO. 7.0 OF SPECIAL INSTRUCTIONS FOR VENDOR (B038-000-MRPL-SIV-3280)

AMC FOR 5TH YEAR AS PER CLAUSE NO. 7.0 OF SPECIAL INSTRUCTIONS FOR VENDOR (B038-000-MRPL-SIV-3280)

Site-work charges for Sampling System

AMC CHARGES AS PER CLAUSE NO. 7.0 OF SPECIAL INSTRUCTIONS FOR VENDOR (B038-000-MRPL-SIV-3280) LUMPSUM (INR)

LUMPSUM (INR)

AMC FOR 2ND YEAR AS PER CLAUSE NO. 7.0 OF SPECIAL INSTRUCTIONS FOR VENDOR (B038-000-MRPL-SIV-3280)

AMC FOR 1ST YEAR AS PER CLAUSE NO. 7.0 OF SPECIAL INSTRUCTIONS FOR VENDOR (B038-000-MRPL-SIV-3280)

INSTALLATION OF 6 NOS DISPENSING STATIONS, EXHAUST SYSTEM WITH DUCTING AND CANOPY AS PER CLAUSE NO. 5.0 OF SPECIAL INSTRUCTIONS FOR VENDOR (B038-000-MRPL-SIV-

3280)

Page 27 of 345

RFQ NO. SKK/ B038-000-WL-MR-3280/71

ITEM:SAMPLE BOMB & SAMPLING SYSTEM

1 3 4

*UNIT TO BE SPECIFIED BY BIDDER

** VALIDITY AS SPECIFIED IN CLAUSE NO. 08.00 OF SPECIAL PURCHASE CONDITIONS & INSTRUCTIONS TO BIDDER (SPC & ITB)

2 5

PRICE SCHEDULE FOR 2 YEARS OPERATION & MAINTENANCE SPARES

(FOR INDIAN BIDDER) - FORM P

6

Qty (Unit_____)*

NAME OF BIDDER: M/S __________________________

Unit Price on FOT Despatch Point including P&F

(INR)Item Tag Nos.S. NO.

Freight Charges from FOT Despatch Point to

Site in % (percentage) -applicable extra on

Column No.5

Description of spare parts

Page 28 of 345

Updated on 10.01.2018 Page 1 of 10

Offer Covering Letter for Bidders (INDIGENOUS BIDDERS) (to be submitted on letterhead without any modification)

---------------------------------------------------------------------- Date: _______________ To Engineers India Limited EIL Office Complex, 1st Floor, Tower-1, Sector – 16, Gurgaon - 122001 Attn: Assistant General Manager (SCM) Bid Ref:____________________________ dated __________________ RFQ No: Dated Item :

Project : BS-VI Projects, Mangalore Refinery and Petrochemicals Limited (MRPL), Mangalore Refinery. Please find herewith our offer in line with your RFQ requirement. We confirm as under:-

1. The Delivery/completion period is strictly as per the requirement of RFQ document. 2. Offer is in complete compliance with specifications enclosed with the RFQ, as well as

commercial requirements of RFQ and there are no technical as well as commercial deviations in the offer.

3. The enclosed PRE-FILLED AGREED TERMS & CONDITIONS QUESTIONNAIRE (ATC) shall apply to the offer.

4. The Validity of the offer shall be as per the requirement of RFQ document. 5. We have enclosed following with the offer:

a. UNPRICED OFFER: i. Price Schedule Format (WITH PRICES BLANKED) ii. Pre-filled Agreed Terms & Conditions (ATC) – DULY SIGNED &

STAMPED iii. Annexure I duly filled in. for Taxes and Duties, as applicable iv. All documents in support of meeting the BQC as per IFB submitted in a

separate section/booklet (as applicable). v. Proforma of Declaration of Black Listing/Holiday Listing - DULY SIGNED &

STAMPED vi. Integrity Pact (if applicable). vii. Vendor Form for Electronic Fund Transfer Payment & Tax details –duly

filled in, signed & stamped by bidder & their bankers.

b. PRICED OFFER: i. Price Schedule Format, duly filled in, signed and stamped.

Bidder’s Name: ________________________ Signature: ________________________ Seal: ________________________

Page 29 of 345

Updated on 10.01.2018 Page 2 of 10

MANGALORE REFINERY AND PETROCHEMICALS LIMITED (MRPL)

BS-VI PROJECT, MANGALORE REFINERY, KARNATAKA, INDIA

AGREED TERMS & CONDITIONS (FOR INDIGENOUS BIDDERS)

BIDDER’s NAME: M/s. ______________________________________________________ RFQ No.: Dated

Bidder’s Offer Ref. No. ______________________________________________________

Tel No. : ____________________________________ Fax No.:______________________

Contact Person :___________________E-Mail:______________Mobile No:____________

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

ENCLOSED WITH UNPRICED BID. 2. FAILURE ON THE PART OF BIDDER IN NOT RETURNING THIS DULY FILLED-UP

"QUESTIONNAIRE WITH THEIR UNPRICED BID AND/OR SUBMITTING INCOMPLETE REPLIES MAY LEAD TO REJECTION OF BIDDER’S BID”.

3. ALL THE COMMERCIAL TERMS AND CONDITIONS SHALL BE INDICATED BY VENDOR IN THIS FORMAT ONLY AND NOWHERE ELSE IN HIS BID. HOWEVER, IN CASE THE SPACE FOR VENDOR’S REPLY IS NOT SUFFICIENT AGAINST A PARTICULAR QUESTION, THE VENDOR SHALL FURNISH SAME BY WAY OF SEPARATE ANNEXURE ATTACHED TO THIS QUESTIONNAIRE, INDICATING CROSS-REFERENCE OF RESPECTIVE CLAUSES.

S.

No.

DESCRIPTION BIDDER’S

CONFIRMATION

1. a Quoted prices are as per Price Schedule Format enclosed inclusive of Packing & Forwarding charges.

CONFIRMED

1. b Specify Despatch Point.

1. c Quote firm freight charges payable extra (as specified in price schedule). The freight charges shall be exclusive of GST. In case a bidder does not mention anything about the freight component, the same shall be considered as “Nil” and no further confirmation from vendor shall be sought. Evaluation and ordering shall be done considering freight charges as Nil. In case a bidder during techno-commercial evaluation confirms that they have quoted the freight charges or any other charges (forming the part of evaluation) in the priced bid, however after priced bid opening, it is found that these charges are not quoted in priced bid, then such charges shall be deemed to be included in the quoted prices. Evaluation & Ordering shall be carried out including these charges in quoted prices.

Indigenous SUPPLIERs are required to dispatch the goods on door delivery basis through any of the IBA approved Transporters.

QUOTED IN PRICE

SCHEDULE

CONFIRMED

CONFIRMED

CONFIRMED

Page 30 of 345

Updated on 10.01.2018 Page 3 of 10

S.

No.

DESCRIPTION BIDDER’S

CONFIRMATION

1. d Transit risk insurance shall be covered by the Owner against their MCE (Marine cum Erection) Policy and the same shall not be included in the quoted prices.

CONFIRMED

2.a

GST applicable extra: 1) HSN No.

2) Present rate of GST payable extra on products

(including spares).

1)…….

2) QUOTED IN

ANNEXURE I

2.d The GST shall be released against receipt of tax invoice and proof of payment of GST to government. In case of non-receipt of tax invoice or nonpayment of GST by the contractor/vendor, MRPL shall withhold the payment of GST. Confirm acceptance.

CONFIRMED

2.e 1)

Only statutory variations, if any, in the present rate of GST, shall be reimbursed as under:

i) Any increase in the rates of GST within the CDD [contractual delivery date or approved extended date] shall be borne by MRPL.

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

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

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

v) In case GST is not applicable at present but becomes applicable at the time of contractual delivery period due to any reasons other than statutory, the same shall be borne by bidder. Confirm acceptance.

CONFIRMED

CONFIRMED

CONFIRMED

CONFIRMED

CONFIRMED

4.1

Any increase in the existing taxes / duties or any new or additional taxes or duties imposed after contractual delivery shall be to BIDDER’S account whereas any corresponding decrease shall be passed on to the Owner.

NOTED

Page 31 of 345

Updated on 10.01.2018 Page 4 of 10

S.

No.

DESCRIPTION BIDDER’S

CONFIRMATION

5.a 5.b

SUPERVISION / TRAINING CHARGES

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

1) Confirm that per diem rate for site supervision services

/ Training is inclusive of all taxes and duties except GST (if in the scope of Bidder as per MR.)

2) Percentage of GST as applicable extra on Supervision / Training Charges.

3) Per-diem rate for supervision has been quoted in

accordance with the Terms and Conditions for Supervision enclosed with the RFQ Documents

SITE WORK

For Site Work, if in the scope of the Bidder as per MR, please confirm the following: 1) Confirm that quoted site work prices are exclusive of

GST

2) Confirm that apart from S.No. 5.b 1) above, quoted

site work prices are inclusive of all other applicable taxes & duties and nothing extra shall be payable by OWNER.

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

1) Any increase in the rates of GST within the CDD [contractual delivery date or approved extended date] shall be borne by MRPL.

2) Any increase in the rates of GST beyond the CDD [contractual delivery date or approved extended date] will be borne by MRPL. The benefit of any reduction beyond CDD must be passed on to MRPL. Seller shall provide all the documents for MRPL to input tax credit. In case, MRPL is not able to claim Input Tax credit based on the invoices/documents submitted by the seller, GST amount to that extent shall not be payable by MRPL.

CONFIRMED

5.a 2): Quoted in

Annexure I

CONFIRMED

CONFIRMED

CONFIRMED

Quoted in Annexure I

NOTED

NOTED

6. Price Reduction Schedule / Delayed Delivery

1) Confirm Acceptance to Clause 27.1.1 (a) of SPC & ITB for “Bulk items”.

2) Confirm Acceptance to Clause 27.1.1 (b) of SPC & ITB “for items other than bulk items (with or without

CONFIRMED

CONFIRMED

Page 32 of 345

Updated on 10.01.2018 Page 5 of 10

S.

No.

DESCRIPTION BIDDER’S

CONFIRMATION

site work)”.

3) The Bidder shall submit credit note / adjustment in GST Invoice for PRS, if applicable, on account of delay in delivery. This is with respect to cases wherein Bidder has not considered the applicable PRS in GST Invoice

CONFIRMED

7. 7.a 7.b

Delivery Period:

Confirm acceptance to delivery period as stipulated in the RFQ. Delivery period will be reckoned from the date of MRPL’s Letter of Acceptance (LOA).

CONFIRMED

CONFIRMED

8. 8.a 8.b 8.c

Payment Terms: Confirm acceptance to following: Acceptance of applicable Payment terms as mentioned in the RFQ Advance payment is not acceptable. However, progressive payment as specified in the Commercial Terms enclosed on achievement of specific milestones (under applicable payment terms) shall be against equivalent Advance Bank Guarantee as per MRPL format for all payments before despatch. In case of delay in delivery, bills shall be submitted after deducting price reduction for delay.

CONFIRMED

CONFIRMED

CONFIRMED

9.a. Part Order: a) Acceptance of Part Order as per GPC Clause No. 32

and clause 34.0 of SPC & ITB.

b) Any charges quoted extra as lumpsum (like IBR,

Testing, freight, etc.) shall be applicable prorata on value basis in the event of part order / part quantities / split order.

CONFIRMED

CONFIRMED

9.b MSE (MICRO & SMALL ENTERPRISE) BIDDERS:

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

b) Confirm owner of bidder’s organisation belongs to Gen/SC/ST Category.

c) In case owner of bidder’s organisation belongs to

SC/ST, then bidder to submit SC/ST Certificate issued by District Authority duly certified by Statutory Auditor

Yes / No (tick √ whichever is

applicable)

Gen / SC / ST

Applicable and enclosed /

Not applicable

Page 33 of 345

Updated on 10.01.2018 Page 6 of 10

S.

No.

DESCRIPTION BIDDER’S

CONFIRMATION

or Notorised.

10. Repeat Order:

Confirm acceptance of repeat order within Six months from the date of MRPL’s LOA, on the same unit price and terms & conditions in line with clause 33.0 of SPC & ITB

CONFIRMED

11. Contract Cum Performance Bank Guarantee (CPBG):

Confirm acceptance for submission of CPBG as per clause 26.0 of SPC & ITB.

CONFIRMED

12.

Firmness of prices: Quoted prices shall remain Firm and Fixed till complete execution of the order.

CONFIRMED

13. 13.a 13.b 13.c 13.d

Testing and Inspection charges: Goods and services shall be subject to stage wise and final inspection by any of the Third Party Inspection (TPI) agencies (listed in the Special Purchase Conditions & Instructions to Bidders), and TPI charges are included in quoted prices, and no additional charges shall be paid by Owner. In case of items where Inspection is to carried out by EIL as per RFQ/MR, the same shall not be included in the quoted price. Similarly, all built in import content (if applicable) shall also be subject to inspection by TPI agencies listed in the Special Purchase Conditions & Instructions to Bidders, in the country of origin of the import content, and charges for the same are included in quoted prices, and no additional charges shall be paid by Owner. Quoted prices are:

i) Inclusive of charges for all facilities required for testing and all inspection requirements specified in the technical specifications and documents enclosed with the RFQ.

ii) Inclusive of all IBR/IGC/NACE/Radiography charges as per EIL’s technical specifications and the documents enclosed with the RFQ.

CONFIRMED

CONFIRMED

CONFIRMED

CONFIRMED

CONFIRMED (if applicable)

Page 34 of 345

Updated on 10.01.2018 Page 7 of 10

S.

No.

DESCRIPTION BIDDER’S

CONFIRMATION

14.

Import Content:

a) Supplies by Indian suppliers containing built-in

import content.

i. Quoted prices are inclusive of Basic Customs Duty

and custom cess after considering the benefit of Input Tax Credit on IGST portion.

ii. Supplier shall be responsible for the timely payment of the customs duties to the relevant Government Authorities.

iii. All harbour dues, pilotage fees, port fees, wharf fees, unloading costs incurred in India in respect of any imported goods shall be to supplier’s account.

iv. Prices shall be firm on account of variation in foreign exchange rate.

v. Prices for such import content shall also include any additional levies/duties on Imports (viz. Anti-Dumping Duty, Safeguard Duty, etc.) as notified by Govt of India from time to time, as applicable.

vi. Owner shall not provide any import licence.

vii. Any upward variation due to change in Customs Duty classifications shall be absorbed by the Bidder. However, any reduction in customs duty due to change in classification shall be passed on to Owner.

viii. Prices shall be firm on account of any variation in Custom Duties.

b. Supplies of Imported finished goods directly

supplied to site by Indian Supplier

(i) GST on imported capital goods sold & supplied to MRPL and consigned to MRPL against which Input Tax Credit shall be available to MRPL shall not be included in the quoted prices and shall not be considered for evaluation. Quoted prices shall be inclusive of Basic Customs Duty & Custom cess only.

(ii) The Seller shall provide MRPL with all documents necessary for MRPL to claim Input Tax Credit on the GST paid on the imported materials covered by the Supplies, including but not limited to CENVAT Bill of Entry

a. Applicable / Not

Applicable (tick √ whichever is

applicable)

(i) CONFIRMED

(ii) CONFIRMED

(iii) CONFIRMED

(iv) CONFIRMED

(v) CONFIRMED

(vi) CONFIRMED

(vii) CONFIRMED

(viii) Noted

b. Applicable / Not

Applicable (tick √ whichever is

applicable)

(i) CONFIRMED

(ii) CONFIRMED

15. Validity: Validity of the offer shall be as per RFQ cover letter.

CONFIRMED

Page 35 of 345

Updated on 10.01.2018 Page 8 of 10

S.

No.

DESCRIPTION BIDDER’S

CONFIRMATION

16.

Confirm Acceptance of all other terms & conditions as per attached: a) Request for Quotation (RFQ) b) General Purchase Conditions & Modifications to GPC. c) Special Purchase Conditions & Instructions to Bidder

(SPC & ITB). d) Terms & Conditions for supervision of Erection,

Testing & Commissioning for Indigenous Bidders, e) Terms & Conditions for Site Work /HSE requirement

as per MR. f) Terms & Conditions for Annual Maintenance Contract

(AMC) g) Terms & Conditions for Training h) Integrity Pact.

17. Whether any of the Directors of BIDDER is a relative of any Director of Owner or the BIDDER is a firm in which any Director of Owner or his relative is a Partner or the BIDDER is a private company in which any director of Owner is a member or Director.

Yes / No (tick √ whichever is applicable)

18. a 18.b

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 become a cause for disqualification. However if this declaration is not furnished the bid shall be rejected as non-responsive. Please confirm that you have filled in, signed and attached the enclosed “Proforma of Declaration of Black Listing / Holiday Listing” along with your unpriced offer.

CONFIRMED

CONFIRMED

19. a) b) c)

Spares Parts: Confirm that your quoted prices are inclusive of all mandatory spares and all commissioning spares as stipulated in EIL’s technical specifications (Material Requisition). Confirm that item wise unit price of Recommended spare parts for two years as stipulated in Material Requisition (MR) have been quoted separately indicating Dispatch quantity. Special Tools and Tackles as specified in the MR are included in the quoted prices.

CONFIRMED

CONFIRMED

CONFIRMED

20. Bidder to confirm that all authenticated documents submitted for meeting the BQC are certified as per the authentication requirement defined in the bidding document. (Applicable for NIT/IFB cases only).

CONFIRMED

21. Deviations to Terms & Conditions shall lead to loading of prices as per Commercial Terms enclosed with this RFQ or rejection of offer. Please confirm acceptance.

CONFIRMED

CONFIRMED

Page 36 of 345

Updated on 10.01.2018 Page 9 of 10

S.

No.

DESCRIPTION BIDDER’S

CONFIRMATION

22. Bidder to indicate the complete name and address on which order to be placed by MRPL (in the event of an order)

_______________

_______________

_______________

23. 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 above in this ATC shall prevail.

CONFIRMED

BIDDER’S SIGNATURE & DATE: _______________________________ SEAL/ STAMP

Page 37 of 345

Updated on 10.01.2018 Page 10 of 10

ANNEXURE-I

MANGALORE REFINERY AND PETROCHEMICALS LIMITED (MRPL)

BS-VI PROJECT, MANGALORE REFINERY, KARNATAKA, INDIA

Taxes and Duties format for Indian Bidders NAME OF BIDDER: _________________________________ OFFER REF. ___________________________________ Dated _____________ RFQ NO.: ………………………………………………………………..…………………………..

The salient features of the offer are as below:

1. SPECIFY DESPATCH POINT 2. GSTIN NO. OF DESPATCH POINT

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

3. SPECIFY INVOICING PLACE

4. GSTIN NO. OF INVOICING PLACE

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

5. PACKING & FORWARDING CHARGES INCLUDED IN THE QUOTED PRICE.

6. HSN CODE OF GOODS 1.

7. GST APPLICABLE ON QUOTED FOT DESPATCH

POINT PRICES

CGST plus SGST ( ) / IGST( )

() whichever is applicable

1)_______________%

EXTRA

8. INLAND FRIEGHT CHARGES EXTRA UPTO PROJECT

SITE EXCLUSIVE OF GST QUOTED IN THE PRICE SCHEDULE.

9. GST RATE APPLICABLE ON FREIGHT _________%EXTRA

10. SAC CODE FOR SITE SUPERVISION / SITE WORK / TRAINING CHARGES

________/_______/_______

11. GST APPLICABLE EXTRA ON QUOTED SITE SUPERVISION / SITE WORK / TRAINING CHARGES

________/_______/_______%

EXTRA

12. CONFIRM WHETHER BIDDER HAS QUOTED UNDER COMPOSITION SCHEME. IF YES, THAN GST RATE QUOTED ABOVE SHALL BE CONSIDERED FOR EVALUATION WITHOUT INPUT TAX CREDIT (ITC)

Yes

No

BIDDER’S SIGNATURE & DATE: __________________________ SEAL/STAMP:

Page 38 of 345

Updated on 13.03.2019 Page 1 of 47

SPECIAL PURCHASE CONDITIONS & INSTRUCTIONS TO BIDDERS (SPC & ITB)

(JOB No.: B038)

PROJECTS AT MANGALORE REFINERY OF MRPL

MANGALORE REFINERY & PETROCHEMICALS LIMITED.

Page 39 of 345

Updated on 13.03.2019 Page 2 of 47

INDEX 1.0 PAYMENT TERMS ......................................................................................................................................... 3 2.0 EVALUATION CRITERIA FOR COMPARISON OF BIDS: ........................................................................... 11 3.0 COMMERCIAL LOADING OF OFFERS IN CASE OF DEVIATIONS ........................................................... 14 4.0 IMPORTS AND CUSTOMS DUTIES ............................................................................................................ 16 5.0 INDIAN TAXES/DUTIES ............................................................................................................................... 17 6.0 FIRM PRICES ............................................................................................................................................... 19 7.0 SUO-MOTO CHANGES IN PRICES............................................................................................................. 19 8.0 SPARES ....................................................................................................................................................... 19 9.0 DOCUMENTS COMPRISING THE BID ........................................................................................................ 19 10.0 CURRENCY OF BID..................................................................................................................................... 20 11.0 CONVERSION TO SINGLE CURRENCY .................................................................................................... 20 12.0 PRICE BID OPENING .................................................................................................................................. 20 13.0 SINGLE POINT RESPONSIBILITY OF THE SUPPLIER .............................................................................. 20 14.0 NEGOTIATION ............................................................................................................................................. 20 15.0 AWARD OF WORK ...................................................................................................................................... 20 16.0 OWNER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID ....................................................... 21 17.0 NOTIFICATION OF AWARD ........................................................................................................................ 21 18.0 FRAUDULENT PRACTICES ........................................................................................................................ 21 19.0 INTEGRITY PACT ........................................................................................................................................ 22 20.0 ONE BID PER BIDDER ................................................................................................................................ 22 21.0 LANGUAGE OF BID ..................................................................................................................................... 22 22.0 EARNEST MONEY DEPOSIT (EMD) / BID SECURITY ............................................................................... 22 23.0 TRANSPORTATION ..................................................................................................................................... 23 24.0 COMPREHENSIVE MARINE-CUM-ERECTION INSURANCE .................................................................... 24 25.0 GUARANTEE PERIOD ................................................................................................................................. 24 26.0 CONTRACT CUM PERFORMANCE BANK GUARANTEE (CPBG)............................................................. 24 27.0 PRICE REDUCTION SCHEDULE (PRS) / DELAYED DELIVERY ............................................................... 25 28.0 INFORMATION REQUIRED FROM FOREIGN SUPPLIERS / CONTRACTORS / CONSULTANTS FOR ALL

CASES OTHER THAN SUPPLY ORDERS .................................................................................................. 25 29.0 REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN NATIONALS ................................................... 26 30.0 LIMITATION OF LIABILITY .......................................................................................................................... 27 31.0 TRANSFER OF PROPERTY FROM THE SELLER TO THE PURCHASER ................................................ 27 32.0 INSPECTION ................................................................................................................................................ 27 33.0 REPEAT ORDER ......................................................................................................................................... 27 34.0 PART ORDER CONDITION ......................................................................................................................... 28 35.0 COMPLIANCE TO RFQ DOCUMENT .......................................................................................................... 28 36.0 ORDER OF PRECEDENCE OF COMMERCIAL DOCUMENTS .................................................................. 28 37.0 RAISING DISPUTES / COMPLAINTS. (APPLICABLE FOR ALL RFQS WHERE INTEGRITY PACK IS

APPLICABLE) ............................................................................................................................................... 28 38.0 TERMS & CONDITIONS OF SUPERVISION OF ERECTION, TESTING & COMMISSIONING) (IF

APPLICABLE AS PER MR) .......................................................................................................................... 29 39.0 TERMS & CONDITIONS OF POST WARRANTY COMPREHENSIVE ANNUAL MAINTENANCE

CONTRACT (PWCAMC) (IF APPLICABLE AS PER MR). ........................................................................... 29 40.0 TERMS & CONDITIONS OF TRAINING OF EMPLOYER’S PERSONNEL AT MANUFACTURER’S

WORKS/FACILITIES (IF APPLICABLE AS PER MR). ................................................................................. 29 41.0 TERMS & CONDITIONS FOR SITE WORK (IF APPLICABLE AS PER MR). .............................................. 29 42.0 TERMS & CONDITIONS FOR MOVEMENT OF ODC EQUIPMENTS (IF APPLICABLE AS PER MR) ....... 29 ANNEXURE – A .......................................................................................................................................................... 30 ANNEXURE - B ........................................................................................................................................................... 33 ANNEXURE – C .......................................................................................................................................................... 35 ANNEXURE – D .......................................................................................................................................................... 36 ANNEXURE – E .......................................................................................................................................................... 37 ANNEXURE - F ........................................................................................................................................................... 39 ANNEXURE – G ......................................................................................................................................................... 40 ANNEXURE – H .......................................................................................................................................................... 42 ANNEXURE - I ............................................................................................................................................................ 43 ANNEXURE - J ........................................................................................................................................................... 44 ANNEXURE - K ........................................................................................................................................................... 47

Page 40 of 345

Updated on 13.03.2019 Page 3 of 47

1.0 PAYMENT TERMS

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

A. FOR INDIGENOUS SUPPLIERS:

1 Supply :

1.1 Where the MR is for supply of materials and there is no Vendor Data Requirement (VDR) specified in the MR:

15% against identification of raw materials at Supplier’s works and against submission of ABG of equivalent amount.

60% against despatch documents (along with copy of LR/GR and IRN) directly to MRPL together with full taxes, duties and transportation charges.

15% against receipt of material at site.

10% on receipt of all material at site and on submission of E1/E2 Form (wherever applicable).

1.2 Where the MR is for supply of materials and calls for Vendor Data requirement:

5% against approval of drawings / document, wherever required (identified in PO/ PR) at least in Code-2.

15% against identification of raw materials at Supplier’s works and against submission of ABG of equivalent amount.

55% (60% where 5% payment against drawing/doc approval not required) against despatch documents (along with copy of LR/GR and IRN) directly to MRPL together with full taxes, duties and transportation charges.

10% against receipt of material at site.

5% on receipt of all Final/As built Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per VDR specified in Purchase Requisition.

10% on receipt of all material at site and on submission of E1/E2 Form (wherever applicable).

1.3 Where the MR is for supply of materials and calls for vendor Data requirement (With site work):

5% against approval of drawings, wherever required (identified in PO/ PR) at least in Code-2.

15% against identification of raw materials at Supplier’s works and against submission of ABG of equivalent amount.

55% (60% where 5% payment against drawing/doc approval not required) against despatch documents (along with copy of LR/GR and IRN) directly to MRPL together with full taxes, duties and transportation charges

10% against receipt of material at site.

5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per VDR specified in Purchase Requisition.

10% on completion of Site Work and submission of E1/E2 Form (wherever applicable).

1.4 Where the MR is for Packages, fabricated equipment like Columns/Pressure vessels/Reactors/Heat Exchangers /Pumps/Compressors/EOT Crane/Air Fin Cooler etc (with significant Bought out item) and calls for Vendor Data requirement (Without site work):

Page 41 of 345

Updated on 13.03.2019 Page 4 of 47

5% against approval of drawings / document, wherever required (identified in PO/ PR) at least in Code-2.

10% against placement of sub-order for specified major raw material (to be identified during kick off meeting, if not specified in enquiry) and against submission of ABG of equivalent amount.

15% against receipt and identification of raw materials at Supplier’s works (to be identified during kick off meeting, if not specified in enquiry) and against submission of ABG of equivalent amount.

50% against despatch documents (along with copy of LR/GR and IRN) directly to MRPL together with full taxes, duties and transportation charges.

5% against receipt of material at site.

5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per VDR specified in Purchase Requisition.

10% on receipt of all material at site and on submission of E1/E2 Form (wherever applicable).

Major Raw Material for payment against placement of orders by supplier:

Columns/Vessels/Reactors : Plates & Forgings

Heat Exchangers : Plates, Tube, Tube sheets

Pumps : Castings for casings, impellers and drivers

Compressors : Castings for casings and rotors and drivers

Air Fin Coolers : Tubes, Header Plates, Fin Material

Major Raw Material for payment against receipt & identification of raw materials at Suppliers Works:

Columns/Vessels/Reactors : Plates & Forgings

Heat Exchangers : Plates, Tubes, Tube sheets

Pumps : Castings for casings and impellers

Compressors : Castings for casings and rotors

Air Fin Coolers : Tubes, Header Plates, Fin Material

1.5 Where the MR is for Packages, fabricated equipment like Columns/Pressure vessels/Reactors/Heat Exchangers /Pumps/Compressors/EOT Crane/Air Fin Cooler etc (with significant Bought out item) and calls for Vendor Data requirement (With site work) :

5% against approval of drawings, wherever required (identified in PO/ PR) at least in Code-2.

10% against placement of sub-order for specified major raw material (to be identified during kick off meeting, if not specified in enquiry) and against submission of ABG of equivalent amount.

15% against identification of raw materials at Supplier’s works (to be identified during kick off meeting, if not specified in enquiry) and against submission of ABG of equivalent amount.

50% against despatch documents (along with copy of LR/GR and IRN) directly to MRPL together with full taxes, duties and transportation charges.

5% against receipt of material at site.

5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per VDR specified in Purchase Requisition.

Page 42 of 345

Updated on 13.03.2019 Page 5 of 47

10% on completion of site work and submission of E1/E2 Form (wherever applicable).

Major Raw Material for payment against placement of orders by Supplier:

Columns/Vessels/Reactors : Plates & Forgings

Heat Exchangers : Plates, Tube, Tube sheets

Pumps : Castings for casings, impellers and drivers

Compressors : Castings for casings and rotors and drivers

Air Fin Coolers : Tubes, Header Plates, Fin Material

Major Raw Material for payment against receipt & identification of raw materials at supplier works:

Columns/Vessels/Reactors : Plates & Forgings

Heat Exchangers : Plates, Tubes, Tube sheets

Pumps : Castings for casings and impellers

Compressors : Castings for casings and rotors

Air Fin Coolers : Tubes, Header Plates, Fin Material

1.6 Mobile Water cum foam tenders (Truck loaded)

For Chassis: (Supplier shall furnish the sub order copy on the chasis manufacturer and furnish confirmation regarding direct payment to chasis manufacturer against chasis value out of total quoted value of complete package).

10% of sub-order value to Chasis manufacturer directly against placement of sub-order by supplier for Chasis against submission of equivalent Bank Guarantee having validity upto dispatch of Chasis from Chasis manufacturer’s works.

90% of sub-order value shall be made to the chasis manufacturer against commercial invoice to Supplier (against dispatch readiness), duly endorsed by Supplier and against submission of following:

Ownership of chasis shall be in the name of Client by sub-vendor along with Insurance policy with the Client as beneficiary to cover all risks during transit and storage at main vendor works.

In addition Supplier to confirm that they shall assist Owner in final and firm registration of duly built up vehicle at project site.

No other charges shall be payable on any account w.r.t chassis including transportation of chassis, insurance from Chasis Supplier works to Supplier works etc.

Supplier to carry out the works in their work shop/ Works which shall be insured including work in progress materials in the shop. Supplier shall furnish all such necessary documents to this effect enabling Owner to release payment to Chasis Supplier.

For Fabrication works at Vendor shop (Total quoted price of package excluding price of chassis as per Work order on chasis vendor):

5% against approval of drawings, wherever required (identified in PO/ PR) at least in Code-2.

75% against despatch documents including but not limited to Invoice for the complete package including Chasis (along with copy of LR/GR and IRN) directly to MRPL together with full taxes, duties and transportation charges.

5% against receipt of material at site.

5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per VDR specified in Purchase Requisition.

Page 43 of 345

Updated on 13.03.2019 Page 6 of 47

10% on receipt of all material at site and on submission of E1/E2 Form (wherever applicable).

2 For supply of Mandatory Spares (wherever price of mandatory spares obtained separately)

90% on receipt of spares at site after dispatch of main equipment.

10% on receipt of materials at site and on submission of EI/E2 FORM (wherever applicable).

3 Site Work:

90% against monthly progressive bills (based on agreed billing schedule) duly certified by Engineer-in-charge.

10% on successful completion of site work and handing over of goods/equipment at site.

4 Any services on per diem basis like: Supervision of Erection, Testing & Commissioning/ assistance during erection, Testing & Commissioning / Training at site / Supplier’s works on per diem basis

100% prorate against monthly bills to be submitted by Supplier duly certified by Engineer-in-Charge.

5 Training (lumpsum)

100 % on successful completion of Training duly certified by CONSULTANT/OWNER, as per Purchase Requisition.

6 Annual Maintenance Contract (AMC):

100% payment shall be paid at the end of each quarter against quarterly progressive bills to be submitted by Supplier duly certified by authorized representative of Owner.

B. FOR FOREIGN SUPPLIERS

1 Supply

1.1 Where the MR is for supply of materials and there is no Vendor Data Requirement (VDR) specified in the MR (Without Site Work):

15% thru wire transfer against identification of raw materials at Supplier’s works and against submission of ABG of equivalent amount.

85% along with 100% Ocean freight (in case of CFR contracts) against shipping documents through irrevocable Letter of Credit

1.2 Where the MR is for supply of materials and calls for Vendor Data Requirement: (Without site work)

5% through wire transfer against approval of drawings, wherever required (identified in PO/ PR) at least in Code-2.

15% thru wire transfer against receipt & identification of raw materials at Supplier’s works and against submission of ABG of equivalent amount

75% (80% in cases where drawing approval is not required) along with 100% Ocean freight (in case of CFR contracts) against shipping documents through irrevocable Letter of Credit.

5% through wire transfer on receipt of Final/ As built Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per VDR specified in Purchase Requisition through wire transfer.

1.3 Where the MR is for supply of materials and calls for Vendor Data Requirement: (With site work)

Page 44 of 345

Updated on 13.03.2019 Page 7 of 47

5% through wire transfer against approval of drawings, wherever required (identified in PO/ PR) at least in Code-2.

15% thru wire transfer against identification of raw materials at Supplier’s works and against submission of ABG of equivalent amount

65% (70% in cases where drawing approval is not required) along with 100% Ocean freight (in case of CFR contracts) against shipping documents through irrevocable Letter of Credit.

5% on receipt of Final/ As built Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per VDR specified in Purchase Requisition through wire transfer.

10% on successful completion of Site Work through wire transfer.

Note: In case Customs clearance and further transportation of material upto Project site is in the supplier’s scope, 65% against shipping documents shall be split in 5% + 60% and 5% shall be paid after receipt of material at Project site.

1.4 Where the MR is for Packages/fabricated equipments like Columns/Pressure vessels/Reactors/Heat Exchangers/Air Fin Cooler/Pumps/Compressors/EOT Cranes etc (with significant Bought out item) and calls for Supplier Data requirement: (Without site work)

5% through wire transfer against approval of drawings, wherever required (identified in PO/ PR) at least in Code-2.

10% against placement of sub-order for specified major raw material (to be identified during kick off meeting, if not specified in enquiry) and against submission of ABG of equivalent amount.

15% against identification of raw materials at Supplier’s works (to be identified during kick off meeting, if not specified in enquiry) and against submission of ABG of equivalent amount.

65% along with 100% Ocean freight (in case of CFR contracts) against shipping documents through irrevocable Letter of Credit.

5% through wire transfer on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per VDR specified in Purchase Requisition.

Major Raw Material for payment against placement of orders by supplier:

Columns/Vessels/Reactors : Plates & Forgings

Heat Exchangers : Plates, Tube, Tube sheets

Pumps : Castings for casings, impellers and drivers

Compressors : Castings for casings and rotors and drivers

Air Fin Coolers : Tubes, Header Plates, Fin Material

Major Raw Material for payment against receipt & identification of raw materials at Suppliers works:

Columns/Vessels/Reactors : Plates & Forgings

Heat Exchangers : Plates, Tubes, Tube sheets

Pumps : Castings for casings and impellers

Compressors : Castings for casings and rotors

Air Fin Coolers : Tubes, Header Plates, Fin Material

1.5 Where the MR is for Packages/fabricated equipments like Columns/Pressure vessels/Reactors/Air Fin Cooler /EOT Cranes etc (with significant Bought out item) and calls for Vendor Data requirement: (With site work)

Page 45 of 345

Updated on 13.03.2019 Page 8 of 47

a) Supply Price:

5% against approval of drawings, wherever required (identified in PO/ PR) at least in Code-2.

10% against placement of sub-order for specified major raw material (to be identified during kick off meeting, if not specified in enquiry) and against submission of ABG of equivalent amount.

15% against identification of raw materials at Supplier’s works (to be identified during kick off meeting, if not specified in enquiry) and against submission of ABG of equivalent amount.

55% along with 100% Ocean freight (in case of CFR contracts) against shipping documents through irrevocable Letter of Credit.

5% through wire transfer on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per VDR specified in Purchase Requisition.

10% on completion of site work through wire transfer

Major Raw Material for payment against placement of orders by supplier:

Columns/Vessels/Reactors : Plates & Forgings

Heat Exchangers : Plates, Tube, Tube sheets

Pumps : Castings for casings, impellers and drivers

Compressors : Castings for casings and rotors and drivers

Air Fin Coolers : Tubes, Header Plates, Fin Material

Major Raw Material for payment against receipt & identification of raw materials at Suppliers works:

Columns/Vessels/Reactors : Plates & Forgings

Heat Exchangers : Plates, Tubes, Tube sheets

Pumps : Castings for casings and impellers

Compressors : Castings for casings and rotors

Air Fin Coolers : Tubes, Header Plates, Fin Material

Note: In case Customs clearance and further transportation of material upto Project site is in the supplier’s scope, 55% against shipping documents shall be split in 5% + 50% and 5% shall be paid after receipt of material at Project site.

2 For supply of Mandatory Spares (wherever price for mandatory spares obtained separately):

100% thru irrevocable Letter of Credit against shipping documents after dispatch of main equipment.

3 Site Work:

90% against monthly progressive bills (based on agreed billing schedule) duly certified by Engineer-in-charge.

10% on successful completion and handing over of goods/equipment at site.

4 Any services on per diem basis like: Supervision of Erection, Testing & Commissioning/ assistance during erection, Testing & Commissioning / Training at:

100% against monthly bills to be submitted by Supplier duly certified by Engineer-in-Charge.

5 Training (Lumpsum):

Page 46 of 345

Updated on 13.03.2019 Page 9 of 47

100% through Wire Transfer on successful completion of Training duly certified by EIL/OWNER, as per Purchase Requisition (PR).

6 Annual Maintenance Contract (AMC):

100% payment shall be paid at the end of each quarter against quarterly progressive bills to be submitted by Supplier duly certified by authorized representative of Owner.

7 Indian sub-supplies in case of a Foreign bidder:

85% through E-Payment with taxes and duties will be paid against receipt of Indian sourced goods/material at project site.

10% against receipt of all Indian supplies at site and delivery of main equipment by foreign bidder, as per Terms of bidding document and completion of site work, wherever applicable.

5% on submission of Final/As built Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per VDR specified in Purchase Requisition, by main bidder.

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

In case of Foreign bids with Indian sub supplies, the payment terms of Foreign bidder against shipping documents stands reduced by 5% which shall be released as follows:

5% payment shall be released thru wire transfer, on delivery of main equipment by foreign principal (as per terms of enquiry document) as well as receipt of Indian supplies at site.

C. For all Site Fabricated Columns, Vessels etc. (Fabrication yard within project site)

5% against approval of drawings, wherever required (identified in PO/ PR) at least in Code-2.

10% against placement of sub-order for specified major raw material by supplier (Plates & Forgings) against submission of ABG of equivalent amount. ABG shall be returned after receipt and identification of material at Fabrication yard located within Project site.

25% against receipt and identification of raw materials (Plates & Forgings) at Fabrication yard located within Project site.

40% on completion of fabrication in all respect, Third party inspection and making completed column ready for hydro-testing.

5% after hydro-testing of completed column, painting and inspection clearance for shifting of equipment to erection site.

10% along with taxes & duties against submission of tax invoice and on transportation of completed column from fabrication yard/ assembly yard to erection site, erection in position (wherever applicable) and acceptance thereof.

5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per VDR specified in Purchase Requisition.

NOTES :

Page 47 of 345

Updated on 13.03.2019 Page 10 of 47

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

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

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

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

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

(vi) Irrevocable Letter of Credit for payment to Foreign SUPPLIERs shall be established in favour of the supplier in a bank in his country, for an appropriate amount (in line with Payment Terms). L/C shall be opened upon receipt of acknowledgement of LOA/PO and receipt of CPBG (wherever applicable). In case confirmed L/C is insisted by supplier, L/C confirmation charges shall be to supplier’s account.

(vii) All payments (other than through L/C) shall be released within 30 days of receipt of invoice and all requisite documents, complete in all respects.

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

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

(x) In case of Annual Maintenance Contract (AMC), CPBG @ 5% of maximum annual AMC amount shall be submitted within 2 weeks from the date of order and shall be valid for the entire AMC period plus 2 months claim period.

(xi) In case of Columns/Vessels/Reactors where Template to be supplied by Supplier, 15% payment against raw material identification shall be split in 1%+14% and it shall be specified that 1% payment out of 15% shall be paid after receipt of templates at site. Supplier has to ensure supply of templates within two month from the approval of drawings at least in code.

(xii) In case C form is not issued up to 4.5 months and/or site is not available up to 6 (Six) months (wherever site work is applicable), after receipt of all supplies at site, the payment against the same shall be released on submission of additional Bank Guarantee of equivalent amount valid for 1 (One) year or such extended period as may be required.

Certification for placement of sub-order and/or identification of major raw material, in the above payment terms, shall be carried out by CONSULTANT/TPI agency, as applicable.

(xiii) Quoted site work charges shall be minimum x% (as mentioned in the price schedule) of the quoted supply prices. In case a Seller quotes site work charges lesser than x% of supply price, the differential charges shall be retained from supply prices and shall be paid along with the last 10% payment of supply charges which will be paid after completion of site work.

Page 48 of 345

Updated on 13.03.2019 Page 11 of 47

In case x% is not indicated in the price schedule, the same shall be taken as 10%.

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

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

2.0 EVALUATION CRITERIA FOR COMPARISON OF BIDS: 2.1 Following costs, taxes, duties etc., as applicable, shall be used for evaluation of bids:

Basic ex-works cost (including special tools and tackles),

Cost of mandatory and commissioning spares,

Packing & Forwarding charges,

Third party inspection charges,

FOB charges and taxes, duties in bidder’s country (in case of foreign vendors),

All taxes and duties applicable in India: Net of CenVAT amount shall be considered

Port / Port handling charges (for foreign vendors)

Freight / Transportation Charges (including inland freight / Transportation charges in case of foreign bidders upto site),

Testing charges,

Site work charges,

Site supervision services charges (for number of days as informed in the RFQ document),

3-D Modelling, Hazop Study, AMC charges, if applicable

Training charges, if applicable

Technical and commercial loadings, as defined in the RFQ document.

Any other charges indicated by the bidder

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

Prices for Post Warranty Comprehensive Annual Maintenance Contract (PWCAMC), if any mentioned in MR, shall be considered for evaluation. However, Purchase order for PWCAMC shall be placed separately by MRPL.

Evaluation shall take into consideration Government of India guideline with respect to Purchase Preference applicable to Central PSUs, Micro and Small Enterprises (MSEs) as well as any applicable Government of India Guidelines.

Ministry of Micro, Small and Medium Enterprises, Government of India have notified the public procurement policy (PPP), 2012 for facilitating promotion and development of Micro and Small Enterprises. Guideline for the same is appended as Annexure-A, which shall be complied with for evaluation and ordering.

Ministry of Petroleum and Natural Gas, Government of India has notified the policy to provide Purchase preference (linked with local content) (PP-LC) to the

Page 49 of 345

Updated on 13.03.2019 Page 12 of 47

manufacturers / service providers having the capability of meeting / exceeding the local content targets in Oil and Gas business activities. Guidelines for the same is appended as Annexure-X, which shall be complied with for evaluation and ordering in applicable cases.

Third party Inspection charges for applicable equipment / materials / goods shall be included by the supplier (s) in their quoted prices, from anyone of the following approved Third Party Inspection Agencies for the Projects:

i. Certification Engineers International Ltd. (CEIL) ii. Lloyds Register of Industrial Services (LRIS) iii. Det Norske Veritas (DNV) iv. Bureau Veritas (BV) v. TUV

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

2.2 Where only Indian Bids are under comparison

2.2.1 Bids shall be evaluated on the basis of landed cost at Site, including site work, if any, all duties, taxes, transportation charges.

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

2.2.3 Commercial Loading shall be done on FOT dispatch point price.

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

2.2.5 3-D Modelling, Hazop Study, AMC charges shall be considered for evaluation wherever 3-D Modelling, Hazop Study and AMC is required.

2.2.6 Supervision (man days as indicated in MR as well as TBA) and Training charges shall be considered for evaluation wherever supervision and training are required

2.3 Where only Foreign Bids are under comparison

2.3.1. Bids shall be evaluated on the basis of CFR (Mangalore) / CPT (Bengaluru) prices including third party inspection charges, stowage charges wherever applicable (as quoted by BIDDERS), and considering Sea freight / Air Freight as quoted by the bidder.

2.3.2. In case of pipes, in case a foreign bidder has not quoted or not included stowage charges, the same shall be loaded @ 10% of Ocean Freight

2.3.3. In the event, any of Foreign bidder claims custom duty waiver/ concession under any multilateral/ bilateral trade agreement or having Indigenous Sourced Component, their evaluation shall be carried out as per clause 2.4.2 below.

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

2.3.5. Commercial Loading, if any on FOB value, shall be considered for evaluation of bids

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

2.3.7. 3-D Modelling, Hazop Study, AMC charges shall be considered for evaluation wherever 3-D Modelling, Hazop Study and AMC is required.

2.3.8. Site Work, wherever applicable.

2.3.9. Supervision (man days as indicated in MR as well as TBA) and Training charges shall

Page 50 of 345

Updated on 13.03.2019 Page 13 of 47

be considered for evaluation, wherever, supervision and training are required.

2.3.10. GST on Reverse charge mechanism and withholding tax (in case it is not included in bidder’s price) basis, wherever applicable shall be added for bid evaluation purpose only.

2.3.11. Comparison shall be done on equivalent Indian Rupees basis considering RBI Reference rate of quoted currencies on the day of price bid opening. In case the same is not available, the latest available rate prior to the day of price bid opening shall be considered.

2.4 Where Indian as well as Foreign Bids are under comparison

2.4.1. INDIGENOUS BIDDERS:

i) The evaluated price of indigenous BIDDERs shall be carried out on the basis of landed cost at Site, as per clause 2.2 above.

ii) Notional Loading for EIL/Owner Inspection (wherever applicable) shall be carried [email protected]% of FOT dispatch point price amount

2.4.2. FOREIGN BIDDERS:

The evaluated price of foreign BIDDERs shall be on the basis of landed cost at Site, including the following:

Sr. No. Head Basis

1. F.O.B. Price / FCA Price (including P&F Charges, TPI Charges, any other charges, Cost of mandatory spares identified in the Material Requisition, commissioning Spares and special tools & tackles, but excluding costs of Spares for two years operation.)

As quoted by the bidder (including stowage charges in case of pipes*) and Third Party Inspection charges.

* Stowage charges, if not included in the quoted FOB Price, the same shall be loaded @ 10% of freight quoted by the bidder.

2. Add Ocean / Air freight: Firm freight as quoted by bidders.

3. Add Marine insurance @1% of FOB price.

4. Sub Total (CIF) (1+2+3)

5. Add Customs Duty, Social welfare surcharge (Including IGST)

Prevailing rate on CIF value

6. Add L/C Charges @ 1% of FOB value i.e 1% of 1

7. Add Port handling charges + Custom Clearance

@ 2% of CIF value i.e 2% of 4

8. Add Inland freight charges from Port of Entry in India to Project site(s)

1% of landed cost, i.e., S. No. 4 + 5+ 6 + 7

9. Sub- total upto project site Sub- total of (4+5+6+7+8)

10. Commercial Loadings, If On FOB value.

Page 51 of 345

Updated on 13.03.2019 Page 14 of 47

Sr. No. Head Basis

any

Technical Loadings As applicable

11. Supervision Charges and / or Training Charges and / or AMC Charges and / or 3D Modelling, Hazop Study charges, together with applicable Taxes

As applicable

12. Less Cenvatable Duties As applicable

13. FOT SITE PRICE Sum {(9+10+11) – 12}

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

2.4.4. 3-D Modelling, Hazop Study, AMC charges shall be considered for evaluation wherever 3-D Modelling, Hazop Study and AMC is required.

2.4.5. Site Work, wherever applicable.

2.4.6. Supervision (man days as indicated in MR as well as TBA) and Training charges shall be considered for evaluation, wherever, supervision and training are required.

3.0 COMMERCIAL LOADING OF OFFERS IN CASE OF DEVIATIONS 3.1 BASIS OF LOADING

The Foreign Bids shall be loaded on FOB Port of Exit / FCA prices and the Indian Bids shall be loaded on FOT Despatch Point prices.

3.2 PAYMENT TERMS

Any differential payment terms offered by an Indian supplier as against the terms specified in the RFQ/ GPC shall be loaded at 12% (simple interest) for the applicable period as under:

Drawing approval : 80% of the delivery period

Sub-ordering of raw materials : 75% of the delivery period

Receipt of raw material at vendor’s works : 50% of the delivery period

Final 10% also against dispatch documents : one month

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

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.

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

3.3 PERFORMANCE BANK GUARANTEE (PBG)

Page 52 of 345

Updated on 13.03.2019 Page 15 of 47

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

For differential Amount:

Other than 10%: To be loaded by percentage by which PBG is short of 10%.

Other than 5% (For bulk items): To be loaded by percentage by which PBG is short of 5%

In case, bidder does not agree to submit the PBG, 10% (5% in case of bulk items) payment shall be deducted and withheld till the guarantee period.

In case, bidder does not agree to submit the PBG or agree for deduction, the offer shall be liable for rejection.

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

In case a Supplier does not accept the delayed delivery clause and/or takes any deviation (including indicating penalty clause/Liquidated Damages in place of Price Reduction ScheduleClause) or takes exception to the percentage rate mentioned in GPC, the offer of such supplier(s) shall be loaded as under:

For Bulk Items

0.5% UDOV to 5%TOV

:

No loading

0.5% UDOV to 5% UDOV : 5%

0.5% UDOV to less than 5% TOV : Differential between the Offered % and 5%

Any other deviation/indicating Liquidated damages/indicating penalty or non-acceptance of price reduction schedule clause

For All Items Other than Bulk

0.5% TOV to 5%TOV

:

:

5%

No loading

0.5% UDOV to 5% TOV : 5%

0.5% TOV to less than 5% TOV : Differential between the Offered % and 5%

Any other deviation/indicating Liquidated damages/indicating penalty or non-acceptance of price reduction schedule clause

UDOV = Undelivered Order Value

TOV = Total Order Value

: 5%

3.5 FREIGHT CHARGES:

3.5.1 During techno-commercial evaluation, if it is found that bidder have not quoted the freight charges or any other charges required to be quoted extra in the bid as per price schedule and forming the part of bid evaluation, bidder shall be asked to

Page 53 of 345

Updated on 13.03.2019 Page 16 of 47

absorb these charges. If the bidder do not agrees for inclusion, bid of such bidder shall be liable for rejection.

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

3.6 INDIAN TAXES/DUTIES:

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

3.7 Cost loading in respect of utilities etc. will be considered as per respective MR stipulation.

4.0 IMPORTS AND CUSTOMS DUTIES 4.1 Import Duties, i.e., Basic Customs Duty, GST & Social Welfare Surcharge on

imported materials

4.1.1 MRPL shall import all Capital Goods considering Merit rate of custom duty.

4.2 Direct imported supplies by Foreign suppliers

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

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

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

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

4.2.5 Documentation to be furnished for availing the exemption / waiver of customs duty shall be specifically listed in the Letter of Credit also as the pre-requisite for release of payment against shipping documents and this documentation shall necessarily form part of shipping documents.

4.2.6 Any additional levies/duties on Imports (viz. Anti-Dumping Duty, Safeguard Duty, etc.) as notified by Govt of India from time to time shall also be considered for evaluation.

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

4.3.1 Quoted prices are inclusive of Basic Customs Duty, Social Welfare Surcharge, after considering the benefit of Input Tax Credit on GST portion (if applicable).

4.3.2 Supplier shall be responsible for the timely payment of the customs duties to the relevant Government Authorities

4.3.3 All harbour dues, pilotage fees, port fees, wharf fees, unloading costs incurred in India in respect of any imported goods shall be to supplier’s account.

4.3.4 Prices shall be firm on account of variation in foreign exchange rate.

Page 54 of 345

Updated on 13.03.2019 Page 17 of 47

4.3.5 Prices for such import content shall also include any additional levies/duties on Imports (viz. Anti-Dumping Duty, Safeguard Duty, etc.) as notified by Govt of India from time to time, as applicable.

4.3.6 Owner shall not provide any import licence.

4.3.7 Prices shall be firm on account of any variation in Custom Duties.

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

4.4.1 GST on imported capital goods sold & supplied to MRPL and consigned to MRPL against which Input Tax Credit shall be available to MRPL shall not be included in the quoted prices and shall not be considered for evaluation. Quoted prices shall be inclusive of Basic Customs Duty only.

4.4.2 The supplier shall provide MRPL with all documents necessary for MRPL to claim CENVAT benefit ((if applicable) on the GST paid on the imported materials covered by the Supplies, including but not limited to CENVAT Bill of Entry

5.0 INDIAN TAXES/DUTIES 5.1 Goods and Services Tax (GST)

5.1.1 The price quoted in the tender shall be inclusive of all Taxes / duties / cess / levies / fees etc except "Goods and Services Tax" (hereinafter call GST) (i.e. IGST or CGST and SGST/UTGST) as levied with respect to Contractors’ scope of work/scope of supply, till the completion of the work and shall be borne and paid by the contractor.

5.1.2 Applicable IGST/CGST/SGST as quoted shall be considered for evaluation as MRPL is not eligible for any setoff on account of Input tax Credit.

5.1.3 Contractor/vendor shall be required to issue tax invoice in accordance with GST Rules so that input credit (if applicable) can be availed by CLIENT. In the event that the contractor/vendor fails to provide the invoice in the form and manner prescribed under the GST Act read with GST Invoicing Rules there under. CONSULTANT/Client shall not be liable to make any payment against such invoice.

5.1.4 Contractor / Vendor shall forthwith upload the appropriate document at GSTN portal complying with all GST regulations including but not limited to payment of GST by contractor / vendor. In case of non-receipt of tax invoice or nonpayment of GST by the contractor/vendor, CONSULTANT /Client shall withhold the payment.

5.1.5 GST payable under reverse charge, if any, shall not be paid to the contractor / vendor. If the same has already been reimbursed / paid to the Contractor for any reason whatsoever, the said amount shall be deducted / recovered / adjusted from the payment due to the Contractor.

5.1.6 Notwithstanding anything contained anywhere in the Agreement, in the event that the input tax credit (if applicable) of the GST charged by the Contractor / Vendor is denied by the tax authorities to CLIENT due to reasons attributable to Contractor/Vendor. CONSULTANT /Client shall be entitled to recover such amount from the Contractor / Vendor by way of adjustment from the next invoice or from Bank Guarantee. In addition to the amount of GST, CONSULTANT / CLIENT shall also be entitled to recover interest and/or penalty, as the case may be, imposed by the tax authorities on CONSULTANT / CLIENT.

5.1.7 TDS under GST, if applicable, shall be made from contractor's/vendor's bill at applicable rate and a certificate as per rules for tax so deducted shall be provided to the contractor / vendor.

Page 55 of 345

Updated on 13.03.2019 Page 18 of 47

5.1.8 No variation on account of taxes and duties, statutory or otherwise, shall be payable by CLIENT to contractor/vendor except for GST. However, any statutory variation for GST shall be payable up to date of completion against documentary evidence. Any reduction in Taxes / duties / cess / levies / fees shall be passed on to CLIENT.

5.1.9 Any new taxes / duties / cess / levies / fees notified or imposed after the submission of last / final price bid but before the date of completion of work shall be to CLIENT's Account.

5.2 Income Tax

5.2.1 Foreign (Expatriate)Supervisors

The supervision/ site work charges of foreign vendor shall be gross of income tax, i.e., inclusive of Income Tax at the applicable prevailing rate as per Indian Income Tax rules. Owner/Purchaser shall deduct at source the tax by Purchaser while making payments against each invoice for the services in India. Certificate for Tax Deducted at Source (TDS) shall be provided to the Supplier.

5.2.2 For Indian (Resident) supervisors

Supervision/ site work charges of Indian vendor shall be inclusive of income tax.

Tax shall be deducted at source by MRPL from all sums due to an Indian tax resident bidder in accordance with the provisions of the Income Tax Act, 1961, as in force at the relevant point of time.

MRPL shall issue a Tax deduction or withholding certificate to the bidder evidencing the Tax deducted or withheld and deposited by MRPL on payments made to the supplier to enable the bidder to claim the credit of the Tax deducted or withheld by MRPL.

5.3 General

5.3.1 In case GST is stated as not applicable on freight charges presently, and if they are applicable at the time of delivery due to any reasons other than statutory, the same will be borne by the Supplier.

5.3.2 The benefit of any Tax exemption, concessions, rebate or any other incentives available when the Supplier or its Sub supplier/ vendor are performing their obligations under the Purchase Order, shall be passed on to MRPL.

5.3.3 Any error of interpretation of applicability of taxes/ duties by the supplier shall be to supplier’s account.

5.3.4 The classification of goods as per GST act should be correctly done by the supplier to ensure that Input Tax Credit benefit (if applicable) is not lost to MRPL on account of any error on the part of the supplier.

5.3.5 Bidder to ensure that the benefit of a reduction in the tax rate or the input tax credit availed by any registered taxable person has resulted in commensurate reduction in the price of goods/service supplied by such person. Failure on the part of bidder to ensure the same shall attract the provision of Anti Profiteering as notified by the Govt of India.

5.3.6 Bids shall be evaluated as per GST Rate quoted by bidders. Any changes to GST rate (due to wrong assessment of HSN code or any other reason not-attributable to MRPL/ EIL) during the bidding stage shall be to the account of the Supplier. In case the GST rate invoiced at the time of supply is lower than that indicated during the bidding stage, the supplier shall be paid based on the invoices submitted at the lower rates. However, in case the GST rate invoiced at the time of supply is higher than that indicated during the bidding stage, MRPL shall pay only the rate indicated

Page 56 of 345

Updated on 13.03.2019 Page 19 of 47

during the bidding stage and the remaining tax amount shall be to the Supplier’s account

6.0 FIRM PRICES 6.1 The prices shall be firm and fixed and not subject to any variation, whatsoever.

6.2 For 2 years O&M spares, prices shall be kept valid for a period of 1 year from the date of order of main equipment

7.0 SUO-MOTO CHANGES IN PRICES 7.1 Any unsolicited reduction in price offered by a bidder within the bid validity by way of

discount or revised prices, subsequent to the bid due date, shall not be taken into account for comparison. However, such reduction in price shall be taken into account for ordering if such bidder happens to be recommended as per the originally quoted prices.

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

Wherever, decision is taken to reject a bid, EMD, if submitted, by the Bidder, shall also be forfeited

8.0 SPARES

8.1 Bidding document / MR shall include list of mandatory spares, wherever required,

clearly indicating quantity required. All such spares shall be included in the prices quoted by the bidder. The commissioning spares and special tools and tackles, if applicable, shall, also, be included by the bidder in his quoted prices. However, Bidder shall be fully responsible and no additional cost shall be paid in case mandatory / commissioning spares / special tools & tackles over & above those considered by bidder are required.

8.2 Bidders will be required to quote for their recommended two years operation and maintenance spares (with a price validity of 01 year from the date of award of main equipment) but the same will not be considered for price evaluation.

9.0 DOCUMENTS COMPRISING THE BID 9.1 The offer must be complete in all respects, leaving no scope for ambiguity. Bidder is

fully responsible for the bid submitted and no relief or consideration can be given for errors and omissions.

9.2 Deviations to terms and conditions, presumptions etc. shall not be stipulated in Price part of bid and price bids shall also not contain any stapled slips. In case of any conditions stipulated in price bids or the price bid containing any stapled slips, the bids of such bidders shall be summarily rejected and shall not be considered for further evaluation. Evaluation shall be carried out excluding such bidder(s).

9.3 Bidders must ensure submission of prices without any erasures or corrections. Use of white fluid for correcting the rates is banned. Wherever rates are corrected with white / erasing fluid and bids are invited on overall basis then those bids shall be rejected. However if the bids are invited on line

Page 57 of 345

Updated on 13.03.2019 Page 20 of 47

item basis and the correction is done on a particular line item, then that line item will be rejected.

10.0 CURRENCY OF BID

10.1 FOREIGN SUPPLIERS

Foreign SUPPLIERs are required to submit prices only in (USD/ EURO/JPY/GBP). In case a Foreign SUPPLIER is sourcing part of equipment/ services from India, prices of such equipment/ services shall be quoted in Indian Rupees only and terms & conditions applicable to supplier of Indian sourced portion shall be same as applicable to Indian Bidders.

10.2 INDIGENOUS SUPPLIERS

Indigenous SUPPLIERs are required to submit price in Indian Rupees only. Bidding currency shall be Indian Rupees for Indian bidders and US Dollar / Euro / GBP / JPY / SGD for Foreign Bidders.

11.0 CONVERSION TO SINGLE CURRENCY

11.1 To facilitate evaluation and comparison, the Owner/EIL will convert Foreign bidders’

bid considering RBI reference rate of quoted currency on the day of price bid opening. In case the rate is not available as on the day of price bid opening, the latest available rate prior to the day of price bid opening, shall be considered.

12.0 PRICE BID OPENING

12.1 Price part of only those bidders, whose bids are considered techno-commercially

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

13.0 SINGLE POINT RESPONSIBILITY OF THE SUPPLIER In case of MRs containing supplies as well as site work/ services, a single order, covering the supply part as well site work/ services, shall be placed. Separate Orders for supply and site work may be considered on case to case basis.

However in case, of a foreign SUPPLIER, payment to Indian sub-SUPPLIER shall be released directly in Indian Rupees against invoices duly certified by the Foreign SUPPLIER.

For this purpose, the Indian sub-SUPPLIER’s name, material/ services and corresponding price in Indian Rupees, shall be clearly spelt out in the purchase order on foreign SUPPLIER. In case a Foreign supplier sources supplies/ services within India, the applicable terms & conditions shall be applicable as per Annexure-B

14.0 NEGOTIATION 14.1 Negotiations will not be conducted with the bidders as a matter of routine. However,

MRPL reserves the right to conduct negotiations.

15.0 AWARD OF WORK 15.1 MRPL will award the order to the bidder who has been determined as a lowest

evaluated bidder.

Page 58 of 345

Updated on 13.03.2019 Page 21 of 47

16.0 OWNER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID

16.1 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.

17.0 NOTIFICATION OF AWARD 17.1 Prior to the expiration of period of bid validity Owner will notify the successful bidder

in writing by fax/e-mail to be confirmed in writing, that his bid has been accepted. The notification of award / Letter of Acceptance (LOA) will constitute the formation of the Order.

17.2 The Delivery Schedule shall commence from the date of notification of award / Letter of Acceptance (LOA).

17.3 LOA 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 LOA” duly signed and stamped by the bidder as a token of acknowledgement/Acceptance to Owner and EIL. On receipt of acknowledgement without any deviation / condition, detail Purchase Order / Contract will be issued. A copy of the same without any condition / deviation will be returned duly signed and stamped by the bidder as a token of acknowledgement / Acceptance to OWNER.

18.0 FRAUDULENT PRACTICES 18.1 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 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.

b. 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.

c. 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.

d. 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.

e. Further, such bidder/ contractor shall be put on Blacklist/ Holiday/ Negative List

of OWNER/CONSULTANT debarring them from future business with Owner &

CONSULTANT for a time period, as per the prevailing policy of OWNER &

CONSULTANT.

Page 59 of 345

Updated on 13.03.2019 Page 22 of 47

19.0 INTEGRITY PACT

Integrity Pact. Integrity Pact (IP) shall be applicable for all tenders of estimated value more than Rs. One Crore. The proforma of IP shall form part of the RFQ/tender documents issued to bidders. In such cases, it shall be mentioned in the bid documents that;

a) Proforma of Integrity Pact (IP) shall be returned by the Bidder/s along with the bid documents (technical bid in case of 2 part bids), duly signed by the authorized signatory.

b) Integrity pact duly signed by the bidder shall be submitted in original along with the un-price bid failing which the bid shall not be considered.

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

20.0 ONE BID PER BIDDER 20.1 A Bidder shall submit only one bid in the same bidding process. A Bidder who

submits or participates in more than one bid will cause all the proposals in which the bidder has participated to be disqualified.

20.2 Alternative price bids are not acceptable.

21.0 LANGUAGE OF BID 21.1 The Bid prepared by the bidder, all correspondence/drawings and documents

relating to the bid exchanged by the bidder with the Owner/Consultant shall be in English Language alone provided that any 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.

21.2 In the event of submission of any document/ certificate by the Bidder in a language other than English, the English translation of the same duly authenticated by Chamber of Commerce of Bidder’s country shall be submitted by the Bidder.

22.0 EARNEST MONEY DEPOSIT (EMD) / BID SECURITY 22.1 In case of Press Enquiries i.e NIT/IFB, Bidders will be required to submit bid security

in the form of demand draft or bank guarantee in favour of MRPL Mangalore from any Indian scheduled bank or from any Indian branch of an international bank. The bid security shall be in US $/EURO/JPY/GBP for foreign bidders and in Indian Rupees for domestic bidders. The bid security shall be valid for two months beyond the bid validity.

22.2 Bids not accompanied with EMD shall be rejected and such Bidder shall not be allowed to attend Bid opening.

22.3 The amount of EMD shall be as per NIT/IFB.

22.4 Original EMD shall be submitted in EIL office (as per below mentioned address) before the due date and time failing which their bid shall not be considered.

Kind Attention: Mr Anindya Sinha, DGM (SCM)

Engineers India Limited

EIL OFFICE COMPLEX,

Page 60 of 345

Updated on 13.03.2019 Page 23 of 47

SECTOR – 16, GURGAON-122001

TOWER-1, FIRST FLOOR

22.5 Earnest Money Deposit (EMD) in the form of Bank guarantee as mentioned above shall be submitted in accordance with the format enclosed in the bidding document.

22.6 EMD shall not be required to be submitted by Micro & Small units 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 Udyog Aadhar Memorandum (UAM) or any other body specified by Ministry of Micro, Small and Medium Enterprises for corresponding item/works as well as by Indian Central Public Sector Undertakings/ Enterprises.

22.7 EMD of bidders whose price bids are not opened / unsuccessful bidders shall be returned after the award to successful Bidder.

22.8 The bid security of a bidder shall be forfeited in any of the following situations :

a. If the bidder submits alternative bids; or

b. If the bidder suo moto modifies his bid; or

c. Withdraws his bid during the period of bid validity; or

d. In case, during evaluation of bid, it is found that any false/forged document has been furnished.

e. In case of a successful bidder, if the bidder fails or refuses :

(i) To accept the purchase order / signing of the contract

(ii) To furnish Contract Performance bank guarantee.

(iii) To accept arithmetical correction of its bid, as per the terms of the bidding document.

In case, any of the above events happens, the bidder shall be given notice of 7 days to take corrective action and in case corrective action is not taken, bid security shall be encashed without any further notice

23.0 TRANSPORTATION

23.1 INDIGENOUS SUPPLIERS

23.1.1 Indigenous SUPPLIERs are required to dispatch the goods on door delivery basis through any of IBA Approved Transporters.

23.2 FOREIGN SUPPLIERS

23.2.1 Orders in case of foreign suppliers shall be on CFR port of entry (New Mangaluru) / JNPT (for LCL Cargo only) / CPT airport of entry (Bengaluru) in India basis, wherein the Ocean transportation / Air Transportation from FOB Port of Exit /FCA Airport of Exit to the designated Indian Port {(Mangaluru) / JNPT (for LCL Cargo only)} / Airport (Bengaluru) shall be arranged by the suppliers. All shipments of break bulk material and containerized cargo shall be made by suitable vessels certified for sea worthiness and complying with National/ International safety regulations and age of the vessel being less than 25 years. Bidder to coordinate with MRPL/EIL nominated Customs House Agent for smooth discharge /delivery of the cargo at the Port of arrival.

23.2.2 Bidder shall quote separate prices on FOB Port / FCA Airport of Exit basis and for Ocean / Air Freight transportation charges. Quoted Ocean freight charges for Break Bulk cargo delivery shall be on FLT (Full Liner Terms), i.e., all charges at destination

Page 61 of 345

Updated on 13.03.2019 Page 24 of 47

port shall be borne by the suppliers till the cargo is unloaded on to the wharf /vehicle as the case may be. No Trans-shipment is permitted for Break Bulk Cargo.

23.2.3 Bidder shall inform 07 days prior to the expected date of arrival of vessel in port of entry in India. Detention & Demurrages, if any, due to early arrival of vessel, shall be to supplier’s account.

23.2.4 Wherever, the foreign bidder does not accept the ocean transportation in his scope, offer of such bidder shall be rejected.

24.0 COMPREHENSIVE MARINE-CUM-ERECTION INSURANCE

Owner shall arrange comprehensive Marine Cum Erection insurance policy, therefore insurance shall be excluded from the bidder’s scope. However, in cases involving site works, bidder shall arrange for insurance of their tools & tackles, workmen compensation insurance and third party insurance

25.0 GUARANTEE PERIOD

The performance guarantee clause no 29 of GPC (Indigenous) & clause 27 of GPC (Imported) stands modified as below:

25.1.1 “The Seller shall guarantee that any and all materials used in execution of the

Purchase Order shall be in strict compliance with characteristics, requirements and specifications and that the same shall be free from any defects. Checking of the Seller’s drawings by the Purchaser/Purchaser’s representatives and their approval and permission to ship or despatch the equipment and materials granted by Inspectors shall not relieve the Seller from any part of his/its responsibilities of proper fulfilment of the requirements.

25.1.2 The Seller will guarantee that all materials and equipment’s shall be repaired or

replaced as the case may be, at his own expense, in case the same have been found to be defective in respect of material, workmanship or smooth and rated operation within a period 15 months after the equipment/ material have been put in service or 30 months from the date of shipment, whichever is earlier. Repaired or replaced equipment/ materials shall be similarly guaranteed by the SELLER for a period of fifteen (15) months from the date of replacement/ repair subject to a maximum of 30 months from the date, the main equipment/ material have been put in service. All expenses for such replacement/ repair of equipment/ material shall be to the account of the Seller including freight, if any.

25.1.3 Acceptance by the Purchaser or its Inspectors of any equipment and materials or its replacement will not relieve the Seller of its responsibility of supplying the equipment/materials strictly according to the specification and according to the guarantees agreed by the Seller”.

26.0 CONTRACT CUM PERFORMANCE BANK GUARANTEE (CPBG) 26.1.1 Within 30 days from the date of issue of Letter of Acceptance (LOA), the Seller shall

furnish Contracts cum performance guarantee in the form of Bank Guarantee as per the purchaser’s proforma for an amount equivalent to 10% of the order value. This shall be 5% in case of bulk items (Annexure -C).

26.1.2 The proceeds of the CPBG shall be appropriated by the Purchaser as compensation for any loss resulting from the Seller’s failure to complete his obligations under the Contract without prejudice to any of the rights or remedies the PURCHASER may be entitled to as per terms and conditions of CONTRACT.

26.1.3 This CPBG shall also govern the successful performance of Goods and Services during the entire period of Contractual Warrantee/Guarantee.

26.1.4 The CPBG shall be denominated in the currency of the CONTRACT.

Page 62 of 345

Updated on 13.03.2019 Page 25 of 47

26.1.5 The Contracts cum Performance Guarantee shall be valid for the duration of 2 months beyond the expiry of Warrantee/Guarantee period. The Bank Guarantee will be discharged by PURCHASER not later than 2 months from the date of expiration of the Seller’s entire obligations, including any warrantee obligations, under the CONTRACT.

26.1.6 CPBG shall not be required for orders up to Rs. Ten (10) Lakhs.

26.1.7 Bank Guarantee(s) shall be issued through Indian Nationalized Bank/ Indian Scheduled bank (other than Co-operative Banks) / Indian branches of foreign banks registered with Reserve Bank of India as a scheduled foreign bank.

26.1.8 It will be the responsibility of the Seller to keep the Bank Guarantee fully subscribed. Any shortfall in the value of the Bank Guarantee as a result of Order Amendment due to change in order value / encashment by the Purchaser either in full or in part in terms of Seller’s Performance shall be replenished by the Seller within two weeks thereof.

27.0 PRICE REDUCTION SCHEDULE (PRS) / DELAYED DELIVERY

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

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

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

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

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

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

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

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

27.1.4 For the purpose of PRS, part of the week shall be considered as one week. Further, total order value means total order value (Supplies + Site Work, if applicable) on completion of supplies (including any amendments/ change order) / site work, if applicable, excluding cases of Short Closure/ cancellation.

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

Page 63 of 345

Updated on 13.03.2019 Page 26 of 47

All prices must be gross of Indian Income Taxes.

28.1 It is mandatory for the foreign supplier/contractor/consultant to furnish the following information in case his receipts are subject to tax deduction at source in India:

a) PAN No. as per the Indian Income Tax requirements failing which the Supplier/Contractor/Consultant shall be responsible for any additional tax deduction at source as per the provisions of the Indian Income Tax Act/Rules and the same shall be deducted from the payment made to supplier/contractor/consultant.

In case the foreign bidder does not have Permanent Account Number (PAN), he shall furnish the following information/documents:

Name, e-Mail id, contact number.

Address in the country of which the deductee is a resident.

Tax Residency Certificate (TRC) from the Government of that country.

Tax Identification Number (TIN) / Unique Number of the deductee in the country of his residence.

b) Tax Residency Certificate (TRC) containing prescribed particulars as per the enclosed format (Annexure D) from the Government of foreign country in order to claim the benefits of DTAA as per the Indian Income Tax requirements failing which the relief under DTAA will not be available and consequently the higher rate of withholding tax @ 25% will be applicable and deducted from the payment made to supplier/contractor/consultant (i.e., non-resident taxpayer). The TRC shall be duly verified by the Government of the country of which the assessee claims to be a resident for the purposes of tax.

c) In additional to TRC, bidder in order to claim the benefits of DTAA shall also submit additional information in form no. 10F. Form 10F has to be signed & verified by the assessee himself. (Refer Annexure E)

28.2 If some information is already contained in TRC, the bidder shall not be required to provide that information in Form no. 10F but even then Form no. 10F is required to be provided by the bidder. However, the bidder may write Not Applicable in the relevant column in case that information is already contained in TRC.

28.3 Any other document required before release of any payment as per the Statute applicable for the Payment. The above shall be furnished before release of any payment.

29.0 REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN NATIONALS 29.1 All Foreign nationals coming to India for execution of Projects/ Contracts will have to

apply for Employment Visa only and that grant of Employment Visa would be subject to strict adherence of following norms:

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, will not be considered.

Page 64 of 345

Updated on 13.03.2019 Page 27 of 47

c. Under no circumstances an Employment Visa is granted for routine, ordinary

secretarial/ clerical jobs.

29.2 Bidders are advised in their own interest to check latest Visa rules from Indian Embassy/ High Commission in their country in case Foreign nationals are required to be deputed to India during execution of the Contract.

30.0 LIMITATION OF LIABILITY

Notwithstanding anything contrary contained herein, the aggregate total liability of Supplier, excluding his liability towards infringement of patent, trade mark or industrial design rights, under the contract or otherwise shall be limited to 100% of Totral Order value of Purchase order. However, neither party shall be liable to the other party for any indirect and consequential damages, loss of profits or loss of production.

31.0 TRANSFER OF PROPERTY FROM THE SELLER TO THE PURCHASER The clause no 21 of GPC (Indigenous) “Transfer of Property from the Vendor to the Owner”, stands modified as below:

31.1 The transfer of property shall be deemed to have taken place as follows subject to the provisions herein contained:

FOB/FCA/CFR Contracts: In the case of FOB/FCA, CFR & CIF Contracts, when the Goods have been put on board of ship, at the specified port of loading and a clean Bill of Lading / Airway Bill is obtained.

F.O.T. despatch point: On handing over the equipment to the carrier against receipt and such receipt having been passed over to the Purchaser.

F.O.T. Project Site: on receipt of material at Project site.

Equipment sent freight/ carriage paid to the Refinery site: On receipt of goods at site.

Equipment erected by the Seller: on acceptance at job site.

Equipment commissioned by the Seller: On taking over by the Purchaser for regular operation after test run at maximum capacity for specified period satisfactorily performed.

32.0 INSPECTION

Indigenous sourced material shall be inspected by TPIA/CONSULTANT as mentioned in the MR. All Foreign sourced material shall be inspected by TPIA out of BV/ DNV/TUV/ CEIL / LRS. Bidders shall be required to include the TPIA charges for the same in their quoted prices. Also following shall be specified:

i) QAP will be approved by Inspection agency incorporating requirements of Inspection and Test Plan, Technical specifications provided with Purchase Order / Contract document.

ii) The Inspection release note issued by the Third Party Inspection agency shall clearly stipulate that materials/equipment have been inspected as per Code-1 approved drawings and approved QAP.

iii) Certification of final documents, wherever applicable, for release of final payment, shall be carried out by Inspection Authority issuing the final inspection certificate

33.0 REPEAT ORDER

Page 65 of 345

Updated on 13.03.2019 Page 28 of 47

Repeat orders on same unit prices, terms & conditions will be applicable within a period of 6 months from the date of Purchase Order, provided the following conditions are met.

a) The original order was placed on competitive basis.

b) The prices have not shown any downward trend.

c) The Order value & Quantity limited to 100% of the original order.

34.0 PART ORDER CONDITION

34.1 Bidder hereby agrees to accept part order at Purchasers option without any limitation

whatsoever.

34.2 Any charges quoted extra as lumpsum shall be applicable prorata on value basis in the event of part order.

35.0 COMPLIANCE TO RFQ DOCUMENT

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

36.0 ORDER OF PRECEDENCE OF COMMERCIAL DOCUMENTS

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

i) RFQ

ii) Instructions to Bidders (ITB) & Special Purchase Conditions (SPC)

iii) General Purchase Conditions (GPC)

37.0 RAISING DISPUTES / COMPLAINTS. (APPLICABLE FOR ALL RFQS WHERE INTEGRITY PACT IS APPLICABLE)

MRPL has appointed Independent External Monitors (IEMs). Curriculum vitae of

Independent External Monitors (IEMs) are placed permanently on the home page of MRPL’s website www.mrpl.co.in-Tenders.

Bidders may raise disputes /complaints ,if any ,either with the designated Competent purchase Authority (CPA) related to the tender or with the concerned Director of MRPL or directly with the IEMs C/o CVO,MRPL,Kuthethoor via Katipalla ,Mangalore-575030”

Notes: (i) IEMs would not consider any representation received on the basis of oral submission made by the representing bidder unless additional documents or clarifications have specifically been sought by IEMs from such representing bidders. (ii) IEMs would consider only those representations on post contract issues wherein there is an alleged violation of provisions of IP."

Page 66 of 345

Updated on 13.03.2019 Page 29 of 47

38.0 TERMS & CONDITIONS OF SUPERVISION OF ERECTION, TESTING &

COMMISSIONING) (IF APPLICABLE AS PER MR)

Refer attached Annexure – G.

39.0 TERMS & CONDITIONS OF POST WARRANTY COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT (PWCAMC) (IF APPLICABLE AS PER MR).

Refer attached Annexure – H

40.0 TERMS & CONDITIONS OF TRAINING OF EMPLOYER’S PERSONNEL AT

MANUFACTURER’S WORKS/FACILITIES (IF APPLICABLE AS PER MR).

Refer attached Annexure – I

41.0 TERMS & CONDITIONS FOR SITE WORK (IF APPLICABLE AS PER MR).

Refer attached Annexure – J

42.0 TERMS & CONDITIONS FOR MOVEMENT OF ODC EQUIPMENTS (IF APPLICABLE AS PER MR)

Refer attached Annexure – L

Page 67 of 345

Updated on 13.03.2019 Page 30 of 47

ANNEXURE – A

MICRO & SMALL ENTERPRISES (MSEs)

a. In view of the Public Procurement Policy, 2012 for Micro & Small Enterprises issued by the Ministry of Micro, Small & Medium Enterprises and its subsequent amendments, in case the bidder is a Micro or Small Enterprise 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 or having Udyog Aadhar Memorandum: i) Tender Documents shall be issued to MSEs free of cost. ii) MSEs shall be exempted from payment of EMD. iii) Purchase Preference under Public Procurement Policy, 2012 for MSEs b. Purchase Preference i) The owner reserves the right to allow Micro & Small enterprises as well as MSEs Owned by SC/ST entrepreneur and MSEs Owned by Women, purchase preference as admissible under the prevailing procurement policy for MSEs. ii) The quantity against the item(s) of MR may be split to enable ordering of 25% quantity against the item(s) of MR to MSEs bidder within the price range of L1 bidder’s evaluated price + 15% subject to their matching L1 bidder’s price, inline with purchase preference as admissible under the prevailing procurement policy for MSEs. Accordingly, the quoted prices against various items of MR shall remain valid in case of splitting of quantities of the items in view of the same. Out of this 25% from MSEs, 4% is to be from MSEs owned by SC/ ST entrepreneurs. However, in event of failure of MSEs owned by SC/ ST entrepreneurs to participate in the bidding process or meet the tender requirements and L1 price, 4% will be met from other MSEs. Additionally, out of 25% from MSEs, 3% is to be from MSEs owned by Women. However, in event of failure of MSEs owned by Women to participate in the bidding process or meet the tender requirements and L1 price, 3% will be met from other MSEs. While granting purchase preference as above, procurement of goods through MRs may include certain small work, or some services, which are incidental or consequential to supply of such goods such as transportation, insurance, installation, commissioning, training & maintenance. Clarification: Ø In case where quantity against a line item cannot be split (i.e., minimum 25% to MSEs) or items with single quantity or in grouped item, the complete line item/ group shall be awarded on MSE bidder within the price range of L1 bidder’s evaluated price + 15% subject to their matching L1 bidder’s price. Ø In case, quantity (ies) against an item/ group cannot be split among MSEs owned by SC/ ST entrepreneurs, MSEs owned by Women and non- SC/ ST or non-women MSE entrepreneurs, first opportunity shall be given to MSEs owned by Women than to MSEs owned by SC/ ST entrepreneurs and lastly to other MSEs, within the price range of L1 non-MSE bidder’s evaluated price + 15%.

Page 68 of 345

Updated on 13.03.2019 Page 31 of 47

c) MSE bidders shall submit the following: i) Micro or Small Enterprises shall submit the 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. With effect from 18.09.2015, the MSEs registered under Udyog Aadhar Memorandum are also eligible to avail benefits under PP Policy for MSEs. Accordingly, Udyog Aadhar Memorandum stating bidder’s registration in Micro & Small category shall also be considered.

ii) Micro & Small Enterprises shall be considered as owned by SC/ ST Entrepreneurs as per the below definition:

In case of proprietary MSE, proprietor should be SC/ST.

In case of partnership MSE, the SC/ST partner(s) should be holding at least 51% shares in the unit.

In case of Limited companies, at least 51% share should be held by SC/ ST shareholder(s). In order for MSE owned by SC/ST Entrepreneurs to qualify for benefits available under Public Procurement Policy for MSEs order 2012 to SC/ST Entrepreneurs, the MSE shall additionally submit a relevant SC/ ST certificate in the name of SC/ ST proprietor or partner(s) holding minimum 51% shares in case of partnership or person(s) holding minimum 51% shares in limited companies, issued by any of the following:

District Magistrate/ Additional District Magistrate/ Collector/ Deputy Commissioner/ Deputy Collector/ Ist Class Stipendiary Magistrate/ City Magistrate/ Sub-Divisional Magistrate/ Taluka Magistrate/ Executive Magistrate/ Extra Assistant Commissioner (not below the rank of Ist Class Stipendiary Magistrate).

Chief Presidency Magistrate/ Additional Chief Presidency Magistrate/ Presidency Magistrate.

Revenue Officers not below the rank of Tehsildar Sub-Divisional Officer of the area where the candidate and/ or his family normally resides.

Administrator/ Secretary to Administrator/ Development Officer (Lakshadweep Islands).

iii) Micro & Small Enterprises shall be considered as owned by Women Entrepreneurs as per the below definition:

In case of proprietary MSE, proprietor should be Women.

In case of partnership MSE, the Women partner(s) should be holding at least 51% shares in the unit. In case of Limited companies, at least 51% share should be held by Women shareholder(s).

In order for MSE owned by Women Entrepreneurs to qualify for benefits available under Public Procurement Policy for MSEs order 2012 to Women Entrepreneurs, the MSE shall additionally submit the following:

In case of a proprietorship firm, the name and address of proprietor, and certified copy of Bank Account Details.

In case bidder is a partnership firm, certified copy of the partnership deed. In case of company (whether private or public), certified copy of the `Certificate of Incorporation' together with certified copy of Memorandum/Articles of Association.

Page 69 of 345

Updated on 13.03.2019 Page 32 of 47

iv) The above documents submitted by the bidder shall be duly certified (in original) by a Notary Public or 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. v) If the bidder does not provide the appropriate document or any evidence to substantiate the above, then it will be presumed that he does not qualify for any preference admissible in the Public Procurement Policy, 2012. Government of India has implemented the Trade Receivables Discounting System (TReDS). TReDS is an institutional mechanism set up in order to facilitate the financing of trade receivables of MSMEs from corporate buyers through invoice financing by multiple financiers. MRPL is in the process of registering on the following TReDS Platform: A.TReDS Limited Website:www.invoicemart.com

Address : A.TReDS Ltd., A3, 11thFloor, Ashar IT Park, Road no. 16Z, Wagle Industrial Estate, Thane (West) – 400 604

Page 70 of 345

Updated on 13.03.2019 Page 33 of 47

ANNEXURE - B

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. For such sub-supplies / services, Commercial Terms & Conditions of the RFQ shall stand modified to the following extent: 1. PRICING:

1.1 Unit and total price on FOT Despatch Point basis including packing and forwarding charges.

1.2 Details of Taxes and duties (rates) payable extra on the finished goods, applicable on Indian sub-suppliers

1.3 Separate and clear break-up of charges for inland transportation is to be quoted by the bidder.

1.4 Materials if ordered against the RFQ are required to be dispatched on door delivery basis through a reliable bank approved Road Transport Company.

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

2. CURRENCY OF QUOTE:

The quoted price of sub-supplies/ services shall be in Indian Rupees only.

3. AWARD OF ORDER:

Foreign Principal shall be the single point responsible Vendor. Single Purchase order shall be issued on the foreign principal clearly indicating the sub-supplier’s / sub-contractor’s name, material and corresponding price in Indian Rupees.

In case, separate order on Indian counterpart for Indian sourced supply / services (in INR) is requested by the bidder, then they shall provide the complete details of their Indian counterpart together with their GSTIN and other details so that separate order shall be placed by MRPL on Indian counterpart directly.

In such scenario, Indian vendor shall directly raise tax invoices appropriately in favour of MRPL and directly payment will be made to them for the same.

4. DELIVERY:

The delivery period for sub-supplies shall be on FOT site basis within specified delivery period for foreign bidder as per Terms of RFQ/Bidding document.

5. PRICE REDUCTION SCHEDULE:

PRS shall be applicable in totality on foreign scope + Indian sourced component / site work for delay in supply of goods/ site work either by foreign principals or Indian counterpart.

6. PAYMENT TERMS:

Payment of Indian sub supplies/Services

- 85% through E-Payment with taxes and duties will be paid against receipt of Indian sourced goods/material at project site.

- 10% against receipt of all Indian supplies at site and delivery of main equipment by foreign bidder, as per Terms of bidding document and completion of site work, wherever applicable.

Page 71 of 345

Updated on 13.03.2019 Page 34 of 47

- 5% on submission of Final/As built Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per VDR specified in Purchase Requisition, by main bidder.

Note

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

In case of Foreign bids with Indian sub supplies, the payment terms of Foreign bidder against shipping documents stands reduced by 5% which shall be released as follows:

5% payment shall be released thru wire transfer, on delivery of main equipment by foreign principal (as per terms of enquiry document) as well as receipt of Indian supplies at site.

The payments shall be made after adjustment of Price Reduction Schedule.

If foreign principal delivers all their foreign sourced goods with Indian sourced delivery yet to be completed and further requests for release of last 10% payment, then this last 10% shall be released to foreign principal against the submission of bank guarantee for this 10% of order value valid for 03 months from CDD plus 1 month claim period or till completion of indian sourced items whichever is later.

7. CONTRACT PERFORMANCE BANK GUARANTEE:

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

Page 72 of 345

Updated on 13.03.2019 Page 35 of 47

ANNEXURE – C

LIST OF BULK ITEMS (FOR PBG & PRS PURPOSE)

A) PIPING

1. Pipes

2. Fittings

3. Flanges (All kinds/ types)

4. Gaskets

5. Bolts & Nuts

6. Valves of all kind

7. Strainer

8. Steam Traps

9. Steam and Condensate Manifolds

10. Spring Hangers

11. Hose and Hose Couplings

B) ELECTRICAL

1. LT Cable

2. FLP Lighting Fixtures and Control Gears

3. Communication Cables

4. Junction Box

C) INSTRUMENTATION

1. Signal & Thermocouple Cables

2. Copper Tubes

3. SS Tubes

4. Tube Fittings

5. Instrument Valves and Manifolds

6. Instrument Junction Box

7. Rupture Disc

8. Gauge Glass & Cocks

9. Pressure Gauges, Differential Pressure Gauges, Draft Pressure Gauges

10. RTD, Thermocouples and Thermowells

11. Temperature Gauges

12. Tank Level Indicator. (Float Type)

13. Orifice Plates & Flanges

Page 73 of 345

Page 36 of 47

ANNEXURE – D

TRC obtained by the Non-Resident from Government of Foreign Country shall contain the following particulars:

(a) Name of the assessee;

(b) Status (individual, company, firm etc.) of the assessee;

(c) Nationality (in case of individual);

(d) Country or specified territory of incorporation or registration (in case of others);

(e) Assessee’s tax identification number in the country or specified territory of residence or in case no such number, then, a unique number on the basis of which the person is identified by the Government of the country or the specified territory;

(f) Residential status for the purposes of tax;

(g) Period for which the certificate is applicable; and

(h) Address of the applicant for the period for which the certificate is applicable;

Page 74 of 345

Page 37 of 47

ANNEXURE – E

“FORM NO. 10F [See sub-rule (1) of rule 21AB]

Information to be provided under sub-section (5) of section 90 or sub-section (5) of section 90A of the Income-tax Act, 1961

I………………. *son/daughter of Shri………………. in the capacity of………………. (designation) do provide the following information, relevant to the previous year………………. *in my case/in the case of………………. for the purposes of sub-section (5) of * section 90/section 90A:-

Sl.No. Nature of information : Details#

(i) Status (individual; company, firm etc.) of the assessee :

(ii) Permanent Account Number (PAN) of the assessee if allotted :

(iii) Nationality (in the case of an individual) or Country or specified territory of incorporation or registration (in the case of others)

:

(iv) Assessee’s tax identification number in the country or specified territory of residence and if there is no such number, then, a unique number on the basis of which the person is identified by the Government of the country or the specified territory of which the assessee claims to be a resident

:

(v) Period for which the residential status as mentioned in the certificate referred to in sub-section (4) of section 90 or sub-section (4) of section 90A is applicable

:

(vi) Address of the assessee in the country or territory outside India during the period for which the certificate, mentioned in (v) above, is applicable

:

2. I have obtained a certificate to in sub-section (4) of section 90 of sub-section (4) of section 90A from the Government of………………. (name of country or specified territory outside India)

F.NO.142/16/2013-TPL]/SO 2331(E)

Signature:……………….

Name:……………….

Address:……………….

Permanent Account Number:……………….

Verification

Page 75 of 345

Page 38 of 47

I………………. do hereby declare that to the best of my knowledge and belief what is stated above is correct complete and is truly stated.

Verified today the………………. day of………………..

……………….

Signature of the person providing the information

Place:……………….

Notes :

1. *Delete whichever is not applicable.

2. #Write N.A. if the relevant information forms part of the certificate referred to in sub-section (4) of section 90 or sub-section (4) of section 90A.

Page 76 of 345

Page 39 of 47

ANNEXURE - F

COMPLIANCE TO REQUIREMENT TO RFQ DOCUMENT

RFQ No : ITEM: We * hereby agree to fully comply with, abide by and accept without variation, deviation or reservation all technical, commercial and other condition whatsoever of the Bidding Documents including all Addenda / Corrigenda / Clarifications issued. Any and all deviations, variations, objections or reservations whatsoever hereto set out, given or indicated in our offer, clarifications, correspondence, communications, or otherwise stands null and void.

** For & on behalf of

Authorised signatory

* Here fill in the name of bidder. ** The Compliance Letter must be signed by the person (s) authorised to sign the bid.

Page 77 of 345

Page 40 of 47

ANNEXURE – G

T&C’S FOR SUPERVISION OF ERECTION, TESTING & COMMISSIONING

1. Bidder shall quote per diem charges which shall include lodging, boarding, medical, local transport, all insurances including Bidder’s personnel and third party insurance, all other incidental charges and all taxes / duties / cess / levies / fees, etc. except GST (for bidders registered in India) which shall be quoted extra and shall be payable against submission of Invoice as per GST Invoicing rules.

2. Tax(s) as per Government policy shall be deducted at source by Purchaser while making payments against each invoice.

3. For Foreign Bidders : To & fro air fare by economy class through most economical route and/or AC 2 Tier by Train Fare(*) upto Mangaluru will be reimbursed at actual. Local transportation in bidder’s country shall be to bidder’s account.

4. For Indian Bidders: To & fro air fare by economy class through most economical route and/or AC 2 Tier by Train Fare (*) upto Mangaluru, will be reimbursed at actual.

(*)In case a bidder travel’s by any other mode of transport, the payment shall be made against documentary evidence subject to maximum of AC 2 Tier train fare.

5. Per diem charges shall be payable from the day bidder’s person reaches site upto the day he leaves the site. No payment will be made for travel days/period.

6. In case bidder’s representative is not called for during Intervening weekly off/Holidays, the same shall be payable at the normal rate of site services. However, in case Seller’s representative is called at site during weekly off/Holiday, the same shall be paid @ overtime rate quoted extra by bidder.

7. In case bidder’s representative takes leave, per diem charges for that day shall not be payable.

8. Working hours prevailing at site, normally 8 hours/day - Monday through Saturday and holidays as applicable to Purchaser’s site personnel shall apply.

9. Selection of Foreign/ Indian supervisory personnel shall be left to Owner’s/Purchaser’s choice.

10. Vendor’s supervisory personnel shall observe/abide by site working conditions prevailing at the existing site, safety codes, Indian laws and local laws.

11. A notice period of 15 days will be given for mobilization of supervisory personnel for supervision of erection.

12. Validity period of per diem rate shall be upto the end of guarantee period. Further, in case services for supervision are required after the guarantee period, suitable escalation shall be as per mutually agreed terms.

13. Payment: 100% against submission of monthly bills and time sheets certified by the Engineer-in-Charge.

14. Requirement of Employment Visa for Foreign Nationals

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

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

Page 78 of 345

Page 41 of 47

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

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

Bidders are advised in their own interest to check latest Visa rules from Indian Embassy/ High Commission in their country in case foreign nationals are required to be deputed to Indian during execution of the Order.

CHARGES FOR SUPERVISION OF ERECTION/TESTING/COMMISSIONING:

S. No. Description Vendor’s Reply/Information

(____________) Currency

1. Per diem charges (per person) for 8 hours work on normal working days (Monday to Saturday)

Quoted in Price Schedule 2. Overtime rate / hour beyond normal 8 hours work on normal working days.

3. Overtime rate/hour for work on Sundays / holidays (as applicable at Project site).

4. Applicable Rate of GST

Notes:

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

2. Quoted per diem rate shall be considered in the evaluation as per RFQ Document.

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

Page 79 of 345

Page 42 of 47

ANNEXURE – H

TERMS & CONDITIONS FOR POST WARRANTY ANNUAL MAINTENANCE CONTRACT a) Please quote for the Post Warranty Annual Maintenance Contract as per scope

defined in Material Requisition. Please furnish the year wise Break-up in the Price Schedule.

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

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

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

e) Within 2 weeks of placement of Order for AMC, Seller shall submit CPBG for 5% of the Maximum annual AMC amount which shall be valid for the entire AMC period plus 2 months claim period.

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

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

Page 80 of 345

Page 43 of 47

ANNEXURE - I

TERMS & CONDITIONS FOR TRAINING OF OWNER PERSONNEL AS PER MR AT VENDOR'S WORKS/TRAINING FACILITY.

1. Bidder shall quote Training charges of Owner's Operation and Maintenance personnel at Bidder's works/training facility on lump-sum basis for each trainee.

2. Economy Class Air-fare, accommodation & local conveyance shall be reimbursed at actuals, by Owner.

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

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

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

Page 81 of 345

Page 44 of 47

ANNEXURE - J

TERMS & CONDITIONS FOR SITE WORK 1. The Vendor shall perform their jobs in eco-friendly manner and in consonance with the

objectives of MRPL Refinery environment management system.

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

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

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

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

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

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

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

9. Water & Power

9.1 WATER

Construction water shall not be provided by Owner/Purchaser. However Water for Hydrotest & pre-commissioning/ commissioning shall be provided on free of charge basis, based on availability.

9.2 POWER

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

Page 82 of 345

Page 45 of 47

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

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

10. MRPL may permit the bidder, reasonably required land (subject to availability), free of any liability to establish a temporary site office, fabrication yard and storage area at the job site, at the discretion of Engineer-in-charge. MRPL shall not permit any land at site to be used for residential purposes nor shall otherwise provide or arrange any land for temporary accommodation of the bidder’s personnel or labour.

The bidder shall at its own cost and initiative arrange land for residential accommodation for its staff and workers and the quoted price shall be deemed to include the same.

11. All Cranes, handling equipment etc. as required, shall be arranged by Vendor at his cost.

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

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

14. The Contractor shall adhere to the Health, Safety and Environment (HSE) management system as per specification no. 6-82-0001, OISD Guidelines 192 and OISD Guidelines 207, enclosed.

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

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

17. TAXES & DUTIES

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

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

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

18. REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN NATIONALS

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

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

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

Page 83 of 345

Page 46 of 47

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

18.4 Bidders are advised in their own interest to check latest Visa rules from Indian Embassy/ High Commission in their country in case foreign nationals are required to be deputed to Indian during execution of the Order.

Page 84 of 345

Page 47 of 47

ANNEXURE - K

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

FORMAT OF AFFIDAVIT

AFFIDAVIT OF...................................................... S/o D/o ................................................ , resident of ............................................................. EMPLOYED AS ............................................WITH .................................................................................... HAVING OFFICE AT ............................................................................................................PIN ……….

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

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

2. Bidding entity M/s _________ is not involved in any case of transgression in terms of Integrity Pact submitted for Bidding Document no: ------------------------------------------------------------------- for --------------------------------------------------------------------------------for BS-VI PROJECTS OF M/S MRPL

3. I depose accordingly,

DEPONENT

VERIFICATION

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

Verified at ............................... on this .......................day of ........................ 20 .........

DEPONENT

[On non-judicial stamp paper of appropriate value & duly notarized]

Page 85 of 345

Pag

e 86 of 345

FORM-R

DECLARATION OF BLACKLISTING BY ANY GOVT DEPARTMENT / PSU

(ON LETTERHEAD OF BIDDER)

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

delisted or blacklisted by any government department / Public Sector

Undertaking on due date of submission of bid.

For & on behalf of

Authorised signatory of Bidder

Page 87 of 345

FORM-S DECLARATION

BIDDING DOCUMENT NO.: PROJECT : BS-VI PROJECT OF MANGALORE REFINERY LIMITED We confirm that we are not under any liquidation, court receivership or similar proceedings.

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

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

Page 88 of 345

Page 1 of 6

Annexure-X

PURCHASE PREFERENCE LINKED TO LOCAL CONTENT- 2017

(PPLC-2017)

“MoPNG has notified the purchase preference (linked with local content) for the procurement

of goods and services under Oil & Gas Projects in India. Under this Policy, the bidders are

allowed to avail the purchase preference linked with attaining the stipulated Local content.

Project owner reserves the right to allow Manufacturers or Suppliers or Service providers,

purchase preference as admissible under the prevailing policy, subject to their complying

with the requirements/ conditions defined herein and submitting documents required to

support the same.

In order to avail the Purchase preference under this policy, bidder shall achieve minimum

Local Content (LC) of 22%. The Policy shall be implemented in the following manner:

a) In case the lowest (L1) bidder meets the stipulated LC criteria, the order shall be

awarded to such bidder.

b) In case none of the bidders meets the stipulated LC criteria, the order shall be

awarded to the lowest bidder.

c) In case the lowest bidder does not meet the stipulated LC criteria, the bidders shall

be ranked in the ascending order of evaluated prices and next bidder meeting

minimum stipulated LC and with his evaluated price within a price band of (+) 10% of

lowest bidder’s evaluated price, shall be given opportunity to supply 50% of the

requirement by matching the lowest bidder’s evaluated price. However, if 50%

quantity works out to a fraction of quantity, the bidder shall be considered for next

higher quantity. In case the quantity cannot be split, the order shall be placed with the

entire quantity.

d) In case there are more than one bidder within the price band of (+) 10% of lowest

bidder’s evaluated price, they shall be ranked in ascending order of their evaluated

prices. The opportunity of matching the price shall be accorded starting from the

lowest bidder out of these bidders and in case of his refusal, to the next bidder, and

so on.

e) In case none of the bidders who meet the stipulated LC criteria agree to match the

lowest price, the natural lowest bidder will be awarded the job.

f) The option in case of MSE bidders qualifying under both Policies, namely, Purchase

Preference under the Public Procurement Policy - 2012 (PPP-2012) for MSE bidders

and Purchase Preference Linked with Local Content (PP-LC 2017) shall be exercised

as under:

i. The MSE bidder can avail only one out of the two applicable purchase

preference policies, i.e., PP-LC 2017 or PPP-2012 and therefore, bidder will be

required to furnish the option under which he desires to avail purchase

preference. This option must be declared within the offer and in case bidder fails

Page 89 of 345

Page 2 of 6

to do so although he is eligible for both the Policies, EIL shall evaluate his offer

considering PPP-2012 as the default chosen option.

In case a MSE bidder opts for preference under PPP-2012, he shall not be

eligible to claim benefit under PP-LC 2017 (irrespective of the fact whether he

furnishes the details of LC in his offer and this LC meets the stipulated LC

criteria).

ii. In case a MSE bidder opts for purchase preference based on PP-LC 2017, he

shall not be entitled to claim benefit of purchase preference benefit as applicable

for MSE bidders under PPP-2012. However, the exemptions from furnishing

Bidding Document fee and Bid security shall continue to be available to such a

bidder.

g) In view of the above, the bidder’s quoted prices against various items of enquiry shall

remain valid even in case of splitting of quantities of the items, except in case of

items where the quantity cannot be split since these are to be awarded in a Lot or as

a package or Group.

h) While evaluating the bids, for price matching opportunities and distribution of

quantities among bidders, the order of precedence shall be as under:

MSE bidder (PPP-2012)

PP-LC complied bidder (PP-LC)

Examples of Purchase Preference:

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

Divisible item L1 bidder is non MSE, non PP-LC bidder L2 bidder is PP-LC (within 10%) L3 bidder is MSE bidder (within 15%) MSE bidder shall be given preference to match the L1 price. If bidder matches the L1 price, order shall be placed on him for the quantity specified in the bidding document. For the balance quantity (i.e. 50% of tendered quantity/value) option for matching the L1 price shall be given to L2 bidder (PP-LC). Balance quantity shall be awarded to natural lowest bidder. For further clarification, in case an item has quantity 4 nos. then 1 no. can be given to MSE bidder, 2 to PP-LC bidder and left out 01 no. to natural L1 bidder. Note: The above two examples are not applicable to the Works Contracts since the Purchase Preference under PPP-2012 is not applicable to works contracts.

Page 90 of 345

Page 3 of 6

i) In case lowest bidder is a MSE bidder, the entire work shall be awarded to him

without resorting to purchase preference to bidders complying with Local Content.

j) In case lowest bidder is a PP-LC bidder, purchase preference shall be resorted to

MSE bidder as per provisions specified in the enquiry document w.r.t. PPP-2012

only.

k) Certification of Local Content:

Manufacturers of goods and/or providers of service, seeking Purchase Preference under the

policy, shall be obliged to certify the LC of goods, service or EPC contracts as under:

At bidding stage:

Bidder shall furnish the percentage of the local content, taking into account the factors and

criteria listed out in the policy. These details shall be required only at aggregate level like

supply value, transport value and other heads given in the price schedule.

The bidder claiming the PP-LC benefit shall be required to furnish an undertaking on

bidder’s letterhead confirming his meeting the Local Content and this undertaking

shall be certified as under:

Where the total quoted value is less than INR 5 Crore:

The LC content shall be self-assessed and certified by the authorized signatory of the

bidder, signing the bid.

Where the total quoted value is INR 5 Crore or above:

i. The Proprietor and an independent Chartered Accountant, not being an

employee of the firm, in case of a proprietorship firm.

ii. Any one of the partners and an independent Chartered Accountant, not being

an employee of the firm, in case of a partnership firm.

iii. Statutory auditors in case of a company. However, where statutory auditors

are not mandatory as per laws of the country where bidder is registered, an

independent chartered accountant, not being an Employee of the bidder’s

organization.

Note: 1. Sample format for calculation of LC is enclosed as Annexure II. Bidder to sign the

declaration on Annexure-II with seal and stamp and to submit with unpriced part of the bid.

2. LC of goods shall be computed on the basis of the cost of domestic components in goods, compared to the whole cost of product. The whole cost of product shall be constituted of the cost spent for the production of goods, covering: direct component (material) cost; direct manpower cost, factory overhead cost and shall exclude profit, company overhead cost and taxes for the delivery of goods.

3. However, LC of service shall be calculated on the basis of the ratio of service cost of domestic component in service to the total cost of service. The total cost of service shall be constituted of the cost spent for rendering of service, covering: a) cost of component (material) which is used; b) manpower and consultant cost; cost of working equipment/facility; c) general service cost, excluding profit, company overhead cost, taxes and duties.

The onus of submission of appropriately certified documents lies with the bidder and the purchaser shall not have any liability to verify the contents and will not be responsible for the same.

Page 91 of 345

Page 4 of 6

However, in case the procuring company has any reason to doubt the authenticity of the Local Content, it reserves the right to obtain the complete back up calculations before award of work failing which the bid shall be rejected. After award of contract:

Where the estimated value is less than INR 5 Crore:

The LC certificate shall be submitted along with each invoice duly self-certified by the

authorized signatory of the bidder.

Estimated value is INR 5 Crore or above:

Supplier shall provide the necessary local-content documentation to the statutory

auditor, who shall review and determine that local content requirements have been

met, and issue a local content certificate to that effect on behalf of procuring

company, stating the percentage of local content in the goods or service measured.

However, procuring company shall also have the authority to audit as well as

witness production processes to certify the achievement of the requisite local

content and/or to obtain the complete back up calculation before award of

work failing which the bid shall be rejected and appropriate action may be

initiated against the bidder.

Failure of bidder in complying with the local content post award:

In case a bidder, who has specified in his bid that the bid meets the minimum Local Content

specified in the enquiry document, fails to achieve the same, the following actions shall be

taken by the procuring company:

a. Pre-determined penalty @ 10% of total contract value.

b. Banning business with the supplier/contractor for a period of one year.

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

document shall be modified to the extent that the 10% payment out of this milestone

payment shall be released after completion of this milestone as well as submission of

certification towards achievement of Local Content, as per provision of enquiry document.

Alternatively, this payment can be released against submission of additional bank guarantee

valid till completion schedule, plus 3 months or as required by purchasing company.

Purchase Preference in case where Negotiation is also required:

In case purchase preference is applicable, but negotiation is to be conducted with L1 bidder, negotiation shall be carried out. MSE and/or LC-complied bidder shall be offered to match the negotiated prices (even if, post negotiation, they are higher by more than 10% as compared to L1 bidder provided they were within 10% of L1 bidder as per original quoted prices) and left out quantity, if any, as per provisions of enquiry document shall be awarded to that bidder.

Page 92 of 345

Page 5 of 6

Declaration Form for availing purchase preference

Sr. no.

Paramter Declaration Remarks

1 Whether bidder is an MSE bidder?

Yes/ No If yes- Necessary documents to be attached along with unpriced part of the bid.

2

Whether bidder wants avail purchase preference under Public Procurement Policy-2012? (PPP-2012)

Yes/ No

If yes- Bidder will not be entitled for Purchase Preference Linked with Local Content-2017. (PP-LC 2017)

3

Whether bidder wants avail Purchase Preference Linked with Local Content-2017? (PP-LC 2017)

Yes/ No

If yes- 1. Bidder will not be entitled for purchase preference under Public Procurement Policy-2012? (PPP-2012) 2. Bidder shall furnish the percentage of Local Content with declaration that the percentage of Local Content is calculated as per the calculation methodology given herewith. 3. The minimum requirement of Local Content is 22% to avail Purchase Preference Linked with Local Content Policy-2017.

Note: While evaluating the bids, for price matching opportunities and distribution of quantities among bidders, the order of precedence shall be as under: 1. MSE bidder (PPP-2012) 2. PP-LC complied bidder (PP-LC) The bidder claiming the PP-LC benefit shall be required to furnish an undertaking on bidder’s letterhead confirming his meeting the Local Content and this undertaking shall be certified as under:

Where the total quoted value is less than INR 5 Crore: The LC content shall be self-assessed and certified by the authorized signatory of the bidder, signing the bid.

Where the total quoted value is INR 5 Crore or above: i. The Proprietor and an independent Chartered Accountant, not being an employee

of the firm, in case of a proprietorship firm. ii. Any one of the partners and an independent Chartered Accountant, not being an

employee of the firm, in case of a partnership firm. iii. Statutory auditors in case of a company. However, where statutory auditors are not

mandatory as per laws of the country where bidder is registered, an independent chartered accountant, not being an Employee of the bidder’s organization.

Bidder’s signature: __________________________________ (With Seal/ Stamp)

Page 93 of 345

Page 6 of 6

Annexure-II LC of Goods: Table: Sample Calculation Methodology of Local Content- Goods [Only for reference- Do not quote the prices in below table]

Name of manufacturer Calculation of manufacturer cost per ne unit of product

Cost component Cost (Domestic Component)

Cost (Imported Component)

Cost total Rs./ US$

% domestic component

a b c=a+b d=a/c

i. Direct material cost ii. Direct Labor cost iii. Factory overhead iv. Total Production cost

Note: % of LC goods= Total cost (iv c)- Total imported cost (iv b) x 100

Total Cost (iv c)

% of LC goods= Total domestic component cost (iv a) x 100

Total Cost (iv c)

We confirm that we achieve ______ Percentage of local content and it is calculated as per above calculation methodology. Bidder’s signature: __________________________________ (With Seal/ Stamp)

Page 94 of 345

Pag

e 95 of 345

Pag

e 96

 of 

345

Pag

e 97 of 345

Pag

e 98

 of 

345

Pag

e 99 of 345

Pag

e 10

0 o

f 34

5

Pag

e 101 of 345

Pag

e 10

2 o

f 34

5

Pag

e 103 of 345

Pag

e 10

4 o

f 34

5

Pag

e 105 of 345

Pag

e 10

6 o

f 34

5

Pag

e 107 of 345

Pag

e 10

8 o

f 34

5

Pag

e 109 of 345

Pag

e 11

0 o

f 34

5

Pag

e 111 of 345

Pag

e 11

2 o

f 34

5

Pag

e 113 of 345

Pag

e 11

4 o

f 34

5

Pag

e 115 of 345

Pag

e 11

6 o

f 34

5

VENDOR FORM FOR ELECTRONIC FUNDS TRANSFER PAYMENT & TAX DETAILS Please use additional copies of this form if your Company has additional Branches/ Divisions dealing with MRPL/ if

Material/ Service/ Invoice will be provided from different GST Nos. Vendor data - ver-6

To: GGM - Materials

Mangalore Refinery & Petrochemicals Ltd., Kuthethoor P.O., via Katipalla, Mangalore. (Karnataka), Pin Code-575030, INDIA

The following is a confirmation/ updation of our bank account details and I/we hereby affirm our choice to opt for payment of amounts due to us under various contracts through electronic mode.

1. Vendor/ Contractor particulars:

(i) Name of the Company:

(ii) Corporate Identity No. (CIN)

(iii) Existing Vendor Code (given by MRPL)

(iv) Complete Postal Address:

(v) Pin code/ ZIP code:

(vi) Telephone nos. (with country/area codes):

(vii) Fax No.: (with country/area codes):

(viii) Cell phone Nos.:

(ix) Contact persons /Designation:

(x) Email IDs:

2.Bank Account Particulars:

(i) Name of the Account holder:

(ii) Complete Bank Account No. (for Electronic Funds Transfer):

(iii) Account type :

(iv) Bank Name :

(v) Bank Branch:

(vi) Bank Branch Contact Nos.:

(vii) 11 Digit IFS Code (for Bank Branches in India)

(viii) Swift Code (for Bank Branches not in India)

3. Tax Registration numbers: *(Please fill in the applicable fields and attach relevant proofs)

(i) Income Tax PAN no.:

(ii) Vendor type as per GST Act (tick any one) Registered Not Registered Compounding SEZ

(iii) GST No.:

(iv) Registered address as per GST No.

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

Accounts Deptt. 1.

2.

Material Dispatch Deptt./ Services Deptt. 1.

2.

4. Organization information (MSMEs refer to Micro, Small and Medium Enterprises Development Act, 2006):

(i) Company /Partnership Firm /Proprietary Concern / Society/Trust /NGO/Others (Please Specify):

(ii)

Whether Proprietor/ Partner belongs to SC/ ST category. (Please specify names and percentage of shares held by SC/ST Partners):

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

(iv) Name of MSME Registering Body (NSIC/ DIC/ KVIC/KVIB etc.):

(v) MSME Registration no. (with copy of registration)

(vi) Udyog Aadhaar Memorandum no.

I/we hereby confirm that the particulars given above are correct and complete and also undertake to advise any future changes to the above details. Original Notarized copy of MSME registration is attached.

______________________________________ Name, Seal & Signature of Authorised Signatory with date

Certified that the Particulars as in Sr. No. 2 above are correct as per our records __________________________ Bank Seal & Signature with date

Page 117 of 345

1

PROFORMA OF BANK GUARANTEE

(FOR EARNEST MONEY DEPOSIT AS APPLICABLE)

(On non-judicial paper of appropriate value)

To

Mangalore Refinery and Petrochemicals Limited

BS-VI PROJECTS

Mangalore

Dear Sirs,

In consideration of Mangalore Refinery and Petrochemicals Limited , having its Registered Office at Kuthethoor P.O Via Katipalla , Mangalore - (hereinafter called “the Owner” which expression shall include its successors and assigns), having agreed interalia to consider the tender of ……………………………………….. (Name of the Tenderer) having its Head Office/Registered Office at ……………………………………. (Address of the Tenderer) (hereinafter called the “Tenderer” which expression shall include its successors and assigns), for the work of………………………… (Name of the Project/ Work) at………………………….. to be awarded under Tender No…………………. …. Upon the Tenderer furnishing an undertaking from the Bank as hereinafter appearing in lieu of cash deposit of the Earnest Money.

We …………………………………………………… (Name of the Bank), a Bank Constituted/Registered under the ……………. Act, having our Head Office/Registered Office at ………………………………… (hereinafter called the “Bank” which expression shall include its successors and assigns), at the request of the Tenderer and with the intent to bind the Bank and its successors and assigns do hereby unconditionally and irrevocably undertake to pay the Owner at Mangalore forthwith on first demand without protest or demur or proof or satisfaction or condition and without reference to the Tenderer, all sums payable by the Tenderer as and by way of Earnest Money to the Owner, upto an aggregate limit of (Amount in figures and words).

AND THE BANK DOTH HEREBY FURTHER AGREES AS FOLLOWS:

1. This Guarantee/Undertaking shall be a continuing guarantee and shall remain in full force and effect for all claims r demands made by the Owner on the Bank until the Owner discharges this Guarantee/Undertaking subject, however, that the Owner shall have no claims under this Guarantee/Undertaking after the midnight of ………………….200…………….. or any written extension(s) thereof.

PROVIDED that if the aforesaid work tendered for or any part thereof shall be awarded to the Tenderer on or before the said date, whether on the basis of accompanying tender or any other basis, then the validity of this guarantee/undertaking shall stand automatically extended for all claims and demands made by the Owner for further three months.

2. The Owner shall have the fullest liberty without reference to the Bank and without affecting in any way the liability of the Bank under this Guarantee/Undertaking at any time and/or from time to time any wise to postpone and/or vary any of the powers, rights, and obligations exercisable by the Owner against the Tenderer and either to enforce or to forbear from enforcing all or any of the terms and conditions of or governing the said Tender and/or any contract consequent upon any award of work or the said Earnest Money Deposit or the securities available to the Owner or any of them and the Bank shall not be released from its liability under these Presents and the Liability of the Bank hereunder shall remain in full force and effect notwithstanding any exercise by the Owner of the liberty with reference to any or all the matters aforesaid or by reason of any other act, matter or thing whatsoever which under law relating to the sureties or otherwise which could, but for this provision have the effect of releasing the Bank from all or any of its obligations hereunder or any part thereof, and the Bank specifically waives any and all contrary rights whatsoever.

3. It shall not be necessary for the Owner to proceed against the Tenderer before proceeding against the Bank and the Guarantee/Undertaking herein contained shall be enforceable against the Bank as principal debtor notwithstanding the existence of any other undertaking or security for any indebtedness of the Tenderer to the Owner and notwithstanding that any such security shall at the time when claim is made against the Bank or proceedings taken against the Bank hereunder, be outstanding or unrealised.

4. The amount stated by the Owner in any demand, claim or notice made with reference to this guarantee shall as between the Bank and the Owner for the purpose of these Presents be conclusive of the amount payable by the Bank to the Owner hereunder.

5. The liability of the Bank to the Owner under this Guarantee/Undertaking shall remain in full force and effect notwithstanding the existence of any difference or dispute between the Tenderer and the Owner, the Tenderer and the Bank and/or the Bank and the Owner or otherwise howsoever touching these Presents or the liability of the

Page 118 of 345

2

Tenderer to the Owner, and notwithstanding the existence of any instructions or purported instructions by the Tenderer or any other person to the Bank not to pay or for any cause withhold or defer payment to the Owner under these Presents, with the intent that notwithstanding the existing of such difference, dispute or instructions, the Bank shall be and remain liable to make payment to the Owner in terms thereof.

6. This Guarantee/Undertaking shall not be determined or affected by the liquidation or winding up or dissolution or change of constitution or insolvency of the Tenderer or any change in the legal constitution of the Bank or the Owner.

7. Without prejudice to any other mode of service, a demand or claim or other communication may be transmitted by the Owner to the Bank either by post or by fax. If transmitted by fax, the transmission shall be complete as soon as acknowledged by the Bank.

8. Notwithstanding anything contained herein:

(i) The Bank’s liability under this guarantee/undertaking shall not exceed (Amount in figures & words);

(ii) The guarantee/undertaking shall remain in force upto___________ and any extension(s) thereof; and

(iii) The Bank shall be released and discharged from all liability under this guarantee/undertaking unless a written claim or demand is issued to the Bank on or before____________ or the date of expiry of any extension(s) thereof if this guarantee/undertaking has been extended.

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

This________________day of____________20______.

Yours faithfully

Signature:_________________

Name & Designation:______________

Name of the Branch:_______________

Page 119 of 345

Pag

e 120 of 345

CORPORATE GUARANTEE

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

Whereas:

The Beneficiary floated a public tender dated _____________no. ____________________ for __________________________________ (Purpose).The Bidder has submitted its quotation dated _____ and has represented to the Beneficiary that the Bidder is the wholly owned subsidiary/Group Company/affiliate of the Guarantor and that the Bidder has access to and the Guarantorshall make available necessary financial and technical support as required by the Bidder for successful execution of the contract, if awarded to the Bidder, for the Purpose.Accordingly, the Guarantor is ready and willing to give this Corporate Guarantee on the terms and conditions hereinafter contained.

We, the Guarantor are hereby recording the terms and conditions governing our obligations under this Guarantee with the intent of being legally bound by the same and hereby agree, covenant and bind ourselves as follows:-

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

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

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

Page 121 of 345

cost and time implications. The decision of the Beneficiary with respect to breach/failure by the Bidder shall be final and binding on the Guarantor.

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

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

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

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

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

(a) Any change in the Articles of Association or Bye-Laws or constitution of the Bidder or the Guarantor.

(b) Any amendment to the contract (including any extension of time) or any waiver granted to the Bidder.

(c) The dissolution, amalgamation, reconstruction or reorganization of the Bidder or the Guarantor.

9. NOTICE:

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

For Guarantor

Attention of

Mailing Address

Email Address

Page 122 of 345

Fax No.

For Beneficiary

Attention of

Mailing Address

Email Address

Fax No.

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

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

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

13. GOVERNING LAW AND JURISDICTION:

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

14. DISPUTE RESOLUTION:

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

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

For and on behalf of Guarantor, Witness

_______________________ Signature :

(Signature)Name :

Corporate SealDesignation :

Date:

Page 123 of 345

Page 124 of 345

Page 125 of 345

Page 126 of 345

Page 127 of 345

Page 128 of 345

Page 129 of 345

MANGALORE REFINERY AND PETROCHEMICALS LIMITED

PROJECTS

GENERAL PURCHASE CONDITIONS (INDIGENOUS)

INDEX

1. DEFINITIONS 38. HEADINGS 2. REFERENCE FOR DOCUMENTATION 39. ARBITRATION

3. CONFIRMATION OF ORDER 40. JURISDICTION 4. SALES CONDITIONS 5. COMPLETE AGREEMENT 6. INSPECTION - CHECKING - TESTING 7. OFFICIAL INSTITUTIONAL TESTING

8. PROGRESS SCHEDULE & EXPEDITING 8. WEIGHTS & MEASUREMENTS 9. DESPATCH INSTRUCTIONS 10. OILS & LUBRICANTS 11. SPARE PARTS 12. PACKING AND MARKING 13. SHIPMENT AND SHIPMENT NOTICES 14. CONTROL REGULATIONS 15. TRANSIT RISK INSURANCE 16. RESPECT FOR DELIVERY DATES 17. DELAYED DELIVERY 18. DELAYS DUE TO FORCE MAJEURE 19. REJECTION, REMOVAL OF REJECTED

GOODS AND REPLACEMENT

20. TRANSFER OF PROPERTY FROM

THE VENDOR TO THE OWNER 21. PRICE 22. TERMS OF PAYMENT 23. INVOICING AND NEGOTIATION OF DOCUMENTS 25 RECOVERY OF SUMS DUE 26. CHANGES 27. CANCELLATION 28. PATENTS AND ROYALTIES 29. PERFORMANCE GUARANTEE 30. NON-WAIVER 31. NON-ASSIGNMENT 32. PART ORDER / REPEAT ORDER 33. VENDOR’S DRAWINGS AND

DATA REQUIREMENT 34. TECHNICAL INFORMATION 35 SERVICES OF VENDOR’S PERSONNEL 36. VENDOR’S LIABILITIES 37. OWNER’S MATERIAL

Page 130 of 345

1. DEFINITIONS:

The following expressions used in these General Purchase Conditions and the Purchase Order shall have the meaning indicated against each of them :

“OWNER / CLIENT“ : OWNER/CLIENT means Mangalore Refinery and Petrochemicals Limited, a company incorporated in India having its registered office at Kuthethoor, P.O. Via: Katipalla, Mangalore- 575 030, acting through Consultant for the Projects of Mangalore Refinery and Petrochemicals Limited., at Mangalore and shall include its successors and assigns.

“GOODS/MATERIALS”: Goods and/or materials shall mean any of the articles, materials, Machinery, Equipment, Supplies, drawings, data and other property and all services including but not limited to design, delivery, installation, inspection, testing and commissioning specified to complete the order.

“VENDOR/ SELLER / SUPPLIER”: Vendor/ SELLER / Supplier shall mean the Person, firm or OWNER to whom this Purchase Order is issued.

“Contractual Delivery Date”: Contractual Delivery date is the date on or before which goods shall be delivered F.O.T despatching point/destination in accordance with the terms of the Purchase Order. The contractual delivery date/period is inclusive of all the lead time for engineering, procurement of raw materials, manufacturing, inspection, testing packing and any other activities whatsoever required to be accomplished for effecting the delivery at the agreed delivery point.

“Procurement co-ordinators/ Managers and Consultants”: Owner’s authorized representative appointed as procurement co-ordinators/ Manager and Consultants. “INSPECTORS”: Inspectors deputed by Owner or procurement co-ordinator / managers and consultants.

“PROJECT”: Projects of Mangalore Refinery and Petrochemicals Limited at Kuthethoor, P.O. Katipalla, Mangalore- 575 030 “Purchase Order”: Purchase Order shall mean the Order placed on the Vendor for supply of material/services and shall include the general conditions, bidding conditions, specific conditions, material requisition/Purchase requisition, drawings, Price schedule and subsequent amendments mutually agreed upon. It may also be referred as order or contract.”

2. REFERENCE FOR DOCUMENTATION:

Purchase Order number must appear on order confirmation correspondence, drawings, invoices, shipping notes, packing and/ or any documents or paper connected with the Order. 3. CONFIRMATION OF ORDER:

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

4. SALES CONDITIONS:

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

Page 131 of 345

5. COMPLETE AGREEMENT:

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

6. INSPECTION-CHECKING-TESTING:

The equipment, materials and workmanship covered by the Purchase Order are subject to inspection and testing at

any time prior to shipment and/or despatch and to final inspection within a reasonable time after arrival at the place of

delivery. Inspectors shall have the right to carry out the inspection and testing which will include the raw materials at

manufacturer’s shop, at fabricator’s shop and at the time of actual despatch before or after completion of packing.

All tests, mechanical and/or others and particularly those required by codes will be performed at Vendor’s expenses and in accordance with Inspector’s instructions. The Vendor will also bear the expenses concerning preparation and rendering of tests as may be required by Boiler Inspectorate or such other statutory testing agencies or by any other reputed Inspection agencies as may be nominated by the Owner For non-IBR items, inspecting authority shall be Owner/ CONSULTANT

The salaries and fees of Inspectors and their travelling, lodging and boarding expanses will not be borne by the Vendor ( unless inspection becomes infructuous due to any omission or commission on the part of the Vendor ). Before shipping or despatch, the equipment and/or materials will have to be checked and stamped by Inspectors who are authorised also to forbid the use and despatch of any equipment and/or materials which during tests and inspection fail to comply with the specification, codes and testing requirements.

The Vendor shall :

- Inform Procurement Coordinator/Managers at least eight days in advance of the exact place, date and

time of rendering the equipment or materials for required inspection.

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

Even if the Inspections and tests are fully carried out, Vendor would not be absolved to any degree from his responsibilities to ensure that all equipments and materials supplied comply strictly with requirements as per agreement both during constructions, at the time of delivery, inspection, on arrival at site and after its erection or start-up and guarantee period as stipulated in Clause 29 herein.

The Vendor’s responsibility will not be lessened to any degree due to any comments made by Procurement Coordinators/Managers and Inspectors on the Vendor’s drawings or specifications or by inspectors witnessing any chemical or physical tests. In any case, the equipment must be in strict accordance with the Purchase Order and/or its attachments failing which the Owner shall have the right to reject the goods and hold the Vendor liable for non-performance of contract.

7. OFFICIAL INSTITUTIONAL TESTING:

In addition to testing and inspection by Inspectors mentioned above, Lloyds register Industrial services or similar institutional agencies like Boiler-Inspectorate may be assigned for official testing of all coded equipment. The Vendor shall ensure that all Procedures for preparation and Performance of test prescribed by such institution shall be completed scrupulously.

The Vendor is required to send to such institutions as may be designed by the Owner at least three sets of fabricated / manufactured drawings for each equipment and calculations. All manufacturer’s mill test certificates and analytical reports from material laboratories in respect of all raw material and components employed shall have to be presented to such Institution’s Inspectors in the number of copies required. Vendor shall be responsible for any delay in submission of necessary certificates. The Vendor shall maintain close liaison with Procurement Co-ordinators and Institution’s Inspectors to maintain Schedule and delay, if any, in this process will not be taken into consideration as a cause of Force Majeure.

Page 132 of 345

9. PROGRESS SCHEDULE & EXPEDITING

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

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

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

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

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

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

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

9. WEIGHTS AND MEASUREMENTS:

All weights and measurements recorded by Procurement Coordinators/Managers on receipt of goods at the site will be treated as final.

Vendor’s shipping documents and Invoices must contain the following data : I) Unit net weight II) Unit gross weight (packing included) III) Dimensions of packing

10. DESPATCH INSTRUCTIONS:

10.1 Unless Otherwise specifically advised in writing goods shall not be despatched without prior Inspection, testing and Release Order/Materials Acceptance Certificates issued by Inspectors.

10.2 Vendor shall exercise due care and ensure that the consignment shall be booked under appropriate railway classification, failing which any additional freight incurred by Owner due to Vendor’s booking the material under a wrong classification shall be to Vendor’s account.

10.3 The goods shall be consigned in the name of consignee viz.

GGM (Projects) Projects Department, Mangalore Refinery and Petrochemicals Limited,.

Kuthethoor P.O, Via: Katipalla, Mangalore- 575030, Karnataka By the most economical and expeditious mode of transport to the destination as applicable for respective mode of despatches as follows : (a) By Rail in wagon load consignment to :

Projects Department, Mangalore Refinery and Petrochemicals Limited, Mangalore, Karnataka

(b) By road transport to : Projects Department, Mangalore Refinery and Petrochemicals Limited, Mangalore, Karnataka

Page 133 of 345

10.4 Owner/procurement coordinators/manager reserve the rights to advise any change in despatching point/destination and/or mode of transport as may be required . Any extra expenditure on this account supported by documentary evidence, will be reimbursed by the Owner.

11. OILS & LUBRICANTS:

The first filling of oils and lubricants, if any, required for every equipments shall be included in the price . The Vendor shall also recommend the quality / quantity of oils and lubricants required for one year continuous operation. 12. SPARE PARTS:

The Vendor must furnish itemwise and priced list of spare parts required for two years operation of the equipment and prime movers also. The Vendor shall provide the necessary cross - sectional drawing to identify the spare parts numbers and their location as well as an inter changeability chart. 13. PACKING AND MARKING:

All fragile and exposed parts will be packed with care and the packages shall bear the words “WITH CARE” both in English and Hindi. All nozzle, pipes and all sheets shall be marked with strips bearing progressive numbers.

All nozzle holes and openings as also all delicate surfaces shall be carefully protected against bad weather. Flange faces of all nozzles shall be protected by blanks.

All threaded fittings shall be greased and provided with plastic caps.

All manufactured surfaces shall be painted with rust proof paint. Equipment / materials shall be protected by suitable coat of paint and all bright parts protected from rust by application of anti rust coating as may be necessary. All machined surfaces shall be suitably protected.

All small pieces shall be packed in cases. All equipments / materials shall be suitably packed for rail, road or other appropriate transport. The packing shall be strong enough to ensure safe preservation up to the final point of destination.

The Vendor shall be held liable for all damages or breakage to the goods due to defective or insufficient packing as well as for corrosion due to insufficient protection.

On three sides of the packages the following marks shall appear clearly visible and in indelible paint at Vendor’s care and expenses.

From : (Vendor)

Page 134 of 345

To

: Mangalore Refinery and Petrochemicals Limited,. Projects Department,

Kuthethoor P.O, Via: Katipalla, Mangalore-

575 030

Order No.: Rev.No.:

Item : Net Weight

Kgs.

Gross Weight Kgs.

Case No. Dimensions :

of Total cases :

Page 135 of 345

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

14. SHIPMENT AND SHIPMENT NOTICES:

The Vendor shall make shipment only after prior approval by inspectors whenever specifically mentioned. In the event of the Vendor having been advised to hold shipment(s) for any reason whatsoever the Vendor shall hold the materials in his/its ware house for at least 30 days without any compensation or without prejudice to any reduction in price already accrued on account of delays.

Immediately after shipment, Vendor shall inform despatch particulars to the Owner/procurement coordinators hereunder : 2 copies to the GM ( Projects ) Mangalore Refinery and Petrochemicals Limited, (Name of the Project), Kuthethoor P.O, Via: Katipalla, Mangalore- 575 030, Karnataka

3 copies to Consultant, Shipping Department, New Delhi.

2 copies to Consultant (stores) (Name of the Project) of MRPL, Kuthethoor P.O, Via: Katipalla, Mangalore- 575 030, Karnataka

15. CONTROL REGUALTIONS :

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

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

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

18. DELAYED DELIVERY:

The time and date of delivery of stores/materials/ equipment as stipulated in the Order shall be deemed to be the essence of the contract.. In case of delay in execution of the order beyond the date of delivery stipulated in the order or any extensions sanctioned, the Owner may at his option either :

(i) Accept delayed delivery at prices reduced by a sum equivalent to half percent (1/2%) of the value of any goods not delivered for every week of delay or part thereof, limited to a maximum of 5% of the total order value.

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

Page 136 of 345

19. DELAYS DUE TO FORCE MAJEURE:

19.1 In the event of causes of Force Majeure occurring within the agreed delivery terms, the delivery dates can be extended by

the Purchaser on receipt of application from the VENDOR without imposition of price reduction. Only the following shall be considered as force majeure:

a) Act of terrorism;

b) Riot, war, invasion, act of foreign enemies, hostilities (whether war be declared or not), civil war, rebellion, revolution, insurrection of military or usurped power;

c) Ionizing, radiation or contamination, radio activity from any nuclear fuel or from any nuclear waste from the combustion of nuclear fuel, radioactive toxic explosive or other hazardous properties of any explosive assembly or nuclear component;

d) Epidemics, earthquakes, flood, fire, hurricanes, typhoons or other physical natural disaster, but excluding weather conditions regardless of severity; and

e) Freight embargoes, strikes at national or state-wide level or industrial disputes at a national or state-wide level in any country where Works are performed, and which affect an essential portion of the Works but excluding any industrial dispute which is specific to the performance of the Purchase Order.

19.2 For the avoidance of doubt, inclement weather, third party breach, delay in supply of materials (other than due to a nationwide transporters’ strike) or commercial hardship shall not constitute a Force Majeure event.

19.3 The VENDOR must advise the Purchaser by a registered letter duly certified by a statutory authorities, the beginning and the end of the delay immediately, but in no case later than 10 days of the beginning and end of each cause of Force Majeure condition as defined above.

19.4 The extension of time shall be the sole remedy of the VENDOR for any delay under this clause and the VENDOR shall not be entitled in addition to or in lieu of such extension to claim any damages or compensation on any account whatsoever whether under the law governing contracts or any other law in force, and the VENDOR hereby waives and disclaims any and all contrary rights.

19.5 In case force majeure conditions persists for period exceeding 02 (Two) Months, the Purchaser reserves the right to cancel the Purchase order or part of it.

20. REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT:

In case the testing and inspection at any stage by Inspectors reveal that the equipment, material and workmanship do not comply with the specification and requirements, the same shall be removed by the Vendor at his/its own expense and risk within the time allowed by the Owner. The Owner shall be at liberty to dispose of such rejected goods in such a manner as he may think appropriate. In the event the Vendor fails to remove the rejected goods within the period as aforesaid, all expenses incurred by the Owner for such disposal shall be to the account of the Vendor. The freight paid by the Owner, if any, on the inward journey of the rejected materials shall be reimbursed by the Vendor to the Owner before the rejected materials are removed by the Vendor.

The Vendor shall have to proceed with the replacement of that equipment or part of the equipment at MRPL stores / site, if so required by the Owner, without claiming any extra payment. The time taken for replacement in such event will not be added to the contractual delivery period. Any rejection, removal of rejected goods/material and replacement shall be applicable only up to guarantee period or extended guarantee period as applicable. 21. TRANSFER OF PROPERTY FROM THE VENDOR TO THE OWNER.

The transfer of property shall be deemed to have taken place as follows subject to the provisions herein contained :

21.1 F.O.T. dispatch point: On handing over the equipment to the carrier against receipt and such receipt

having been passed over to the Owner.

Page 137 of 345

21.2 F.O.T. Project site : On receipt of material at Project site.

21.3 Equipment sent freight/ carriage paid to the

Refinery site: On receipt of goods at site.

21.4 Equipment erected by the Vendor; on acceptance at job site.

21.5 Equipment commissioned by the Vendor : On taking over by the Owner for regular operation after test

run at maximum capacity for specified period satisfactorily performed. 22. PRICE:

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

a) Firm and not subject to escalation for any reasons whatsoever till the execution of entire order even though it might be necessary for the order execution to take longer than the delivery period specified in the order. b) Inclusive of adequate road/ rail worthy packing and forwarding charges upto effecting delivery at F.O.T. despatch point in all cases and railway freight whenever F.O.T/ F.O.R. destination delivery terms are agreed to but exclusive of transit insurance.

c) Exclusive of Central/State Sales Tax, Excise Duty and or such imposts which are leviable by law on sales of finished goods to Owner and/or Octroi duty, if any, leviable at destination/ project site. The nature and extent of such levies shall be shown separately.

23 TERMS OF PAYMENT:

Payment against invoice shall normally be made within 30 days of receipt and acceptance of equipment/materials at site. However, Owner may consider payment of 90 percent against despatch documents balance 10 percent within 30 days of receipt and acceptance of equipment / materials at site, provided the value of Purchase Order exceed Rs. 50000/.

The Excise Duty, Service Tax, and Karnataka VAT shall not be included in the quoted prices and shall be payable at actuals. The amount of Excise Duty, Service Tax, and VAT shall only be payable against submission of Cenvatable/ Vatable invoices.

The Vendor shall as a precondition to any Payment exceeding 90% (Ninety percent) of the total contract value, furnish to the Owner in cash or in bank guarantee from a Scheduled/ Nationalised Bank in a form approved by the Owner for an amount of 10% of the contract value as security for the due performance of all the Vendor’s liability in terms of and/or in connection with the contract. This security will be released after the expiry of the period of performance guarantee. The financial settlement of Vendor’s Invoice is liable to be withheld in the event the Vendor has not complied with submission of drawing, data and such documentation as called for in Purchase Order and/or as required otherwise.

24. INVOICING & NEGOTIATION OF DOCUMENTS

Invoices and other documents shall be sent as hereunder :

i) -Original + 1 copy to GM ( Finance ),

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

ii) - 2 copies to GM ( Projects),

Page 138 of 345

Mangalore Refinery and Petrochemicals Limited, (Name of the Project) Kuthethoor P.O, Via: Katipalla, Mangalore- 575 030, Karnataka , alongwith technical catalogues, Inspection certificate

(iii) 2 copies to ( concerned Consultant )

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

Original invoice alongwith RR/GC note and Inspection certificate etc. should be sent to: WILL BE INFORMED LATER

with a stipulation that the Bankers shall send prompt advice upon the receipt of documents to the GM ( Finance ), Mangalore Refinery and Petrochemicals Limited, (Name of the Project ), Kuthethoor P.O., Via: Katipalla, Mangalore- 575 030, Karnataka

i) 1 copy shall be directly sent to GM ( Finance) ,

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

ii) 2 copy to GM (Projects), Mangalore Refinery and Petrochemicals Limited,

(Name of the Project), Kuthethur P.O, Via: Katipalla, Mangalore- 575 030, Karnataka

iii) 2 copies to (concerned Consultant )

25. RECOVERY OF SUMS DUE:

Whenever any claim against the Vendor for payment of sum of money arises out of or under the contract, the Owner

shall be entitled to recover such sums from any sum then due or which at any time thereafter may become due from

the Vendor under this or any other contract with the Owner including right to en-cash the CPBG. In the event of

encashment of CPBG the VENDOR shall restore the same to its original amount and should this sum be not sufficient

to cover the recoverable amount, the Vendor shall pay to the Owner on demand the balance remaining due.

26. CHANGES

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

27.1 CANCELLATION FOR DEFAULT

27.1.1 The Owner reserves the right to cancel the Purchase Order or any part thereof and shall be entitled to rescind the Purchase Order wholly or in part by a written notice of 10 days to the Vendor if:

a) The Vendor fails to comply with the terms of the Purchase Order.

b) The Vendor fails to adhere to delivery schedule of manufacturing and fails to deliver the goods on time and/or replace the rejected goods promptly.

c) The Vendor becomes bankrupt or goes into liquidation.

d) The Vendor makes a general assignment for the benefit of creditors.

e) A receiver is appointed for any of the property owned by the Seller.

Page 139 of 345

27.1.2 Upon receipt of the said cancellation notice, the Vendor shall discontinue all work on the Purchase Order and matters connected with it.

27.1.3 The Owner in that event will be entitled to procure the material in the open market and recover excess payment over the Vendor’s agreed price, if any, from the Vendor reserving to itself the right to forfeit the /Contract Performance Bank Guarantee (CPBG), if any.

28. PATENTS AND ROYALTIES:

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

29. PERFORMANCE GUARANTEE:

The Vendor shall guarantee that any and all materials used in execution of the Purchase Order shall be in strict

compliance with characteristics, requirements and specifications agreed upon and that the same shall be free from

any defects. Checking of the Vendor’s drawings by Procurement Co-ordinators/Managers and their approval and

permission to ship or despatch the equipment and materials guaranteed by Inspectors shall not relieve the Vendor

from any part of his/its responsibilities of proper fulfillment of the requirement. The Vendor will guarantee that all

materials and equipment shall be repaired or replaced as the case may be, at his own expense in case the same have

been found to be defective in respect of materials, workmanship or smooth and rated operation within a period of 12

months after the same have been put in service or 18 months from the date of shipment, whichever is earlier.

The guarantee period for the replaced parts shall be 12 months starting from the date on which the replacements are put in service. Acceptance by the Owner or Inspectors of any equipment and materials or their replacement will not relieve the Vendor of his/its responsibility concerning the above guarantee.

The Vendor shall furnish a Bank Guarantee (as per proforma attached as Appendix- 1 to GPC) to support Vendor’s performance along with the payment documents for the first consignment . This bank guarantee shall remain in force for the entire period covered in Performance Guarantee plus three months. Any shortfall in the value of the BG as a result of encashment by the Owner either in full or in terms of Vendor’s performance shall be made good by the Vendor within one week there of.

30. NON-WAIVER:

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

Page 140 of 345

31. NON ASSIGNMENT:

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

Vendor hereby agrees to accept part order at Owner’s option without any limitation whatsoever and also accept repeat order(s) within the period of Twelve months from the date of original purchase order on same unit prices, terms and conditions.

33. VENDOR’S DRAWING AND DATA REQUIREMENT:

The Vendor shall submit drawings, data and documentation in accordance with but not limited to what is specified in

the requisition and/or in the Vendor drawings and data form attached to the Purchase Order and as called for in

Clause 8, under the heading Expediting, above. Types, quantities and time limits of submitting this must be respected

in its entirety failing which the Purchase Order shall not be deemed to have been executed for all purposes including

settlement of payment since the said submission is an integral part of Purchase Order execution.

34 TECHNICAL INFORMATION:

Drawings, specifications and details shall be the property of the Owner and shall be returned by the Vendor on demand . The Vendor shall not make use of drawings and specifications for any purpose at any time save and except for the purpose of the Owner.

The Vendor shall not disclose the technical information furnished to or gained by the Vendor under or by virtue of or

as a result of the implementation of the Purchase Order to any person, firm or body or Corporate authority and shall

make all endeavors to ensure that the technical information is kept CONFIDENTIAL. The technical information

imparted and supplied to the Vendor by the Owner shall at all times remain the absolute property of the Owner. 35. SERVICES OF VENDOR PERSONNEL:

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

36. VENDOR’S LIABILITY

The Vendor’s workmen or employees shall under no circumstances be deemed to be in Owner’s employment and the Vendor shall hold himself responsible for any claims which they or their heirs, dependents or personal representatives may have or make for damages or compensation for anything done or committed to be done in the course of carrying out of the work covered by this Purchase Order, whether arising on Owner’s premises or elsewhere and agrees to Indemnify the Owner against any such claim or claims if made against the Owner and all cost (as between attorney and client) of proceedings, suits or action which the Owner may incur or sustain in respect of the same. The Vendor shall also procure and keep in force at his own cost comprehensive automobile Liability insurance for adequate coverage in respect of all his vehicles visiting or plying in project premises. The Vendor shall also be responsible for compliance of existing laws in respect of their workmen and employees.

Page 141 of 345

37. OWNER’S MATERIAL

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

b) Wherever possible, the material shall be consigned to Vendor’s siding. In the event the Vendor does not have any siding or for any reasons, materials cannot be consigned to Vendor’s siding,, the same shall be consigned to the public siding/goods depot to be specifically confirmed by Vendor. Loading/Unloading and any handling from the siding/destination shall be arranged by the Vendor at his responsibility and cost.

c) The Vendor shall give a firm and binding list of Owner’s issue of materials and the desired schedule of its delivery to shop floor strictly in accordance with the sequence of fabrication vis-a vis the contractual delivery period.

d) Unused materials or scrap from material supplied by the Owner to the Vendor shall be returned by the Vendor to the Owner or if the Owner so directs the Vendor may dispose of the same by sale or otherwise on such terms and conditions as the Owner may stipulate and the Vendor shall pay to the Owner the sale proceeds of the material so disposed off by sale deducting there from expenses incurred by the Vendor on such sale, the quantum of such deduction to be mutually agreed upon in advance between the Owner and the Vendor.

38. HEADINGS:

The headings of the conditions hereof shall not affect construction thereof. 39 ARBITRATION: .Sole Arbitration Clause:

For indigenous contracts upto Rs.1.00 crore ‘Sole Arbitration’ clause will be applicable.

“Except as otherwise provided elsewhere in the contract, if any dispute, difference, question or disagreement arises between the parties hereto or their respective representatives or assigns, at any time, in connection with the construction, meaning, operation, effect, interpretation or arising out of the contract or breach thereof, the same shall be referred to Arbitration of a Sole Arbitrator appointed by the Managing Director of MRPL.

It is also agreed that there will be no objection for appointment of an employee of MRPL as a Sole Arbitrator who also may or may not hold shares of MRPL. a) Appointment of Arbitrator shall be made within 30 days of the receipt of the arbitration notice.

b) If the Arbitrator so appointed dies, resigns, incapacitated or withdraws for any reason from proceedings, it shall be lawful for the Managing Director of MRPL to appoint another person in his place in the same manner as aforesaid. Such person shall proceed with the reference from the stage where his predecessor had left if both parties consent for the same, otherwise, he shall proceed de novo.

c) It is a term of the contract that the party invoking arbitration shall specify all disputes to be referred to

arbitration at the time of invocation of arbitration and not thereafter.

d) It is also a term of the contract that neither party to the contract shall be entitled for any interest on the

amount of the award.

e) The arbitrator shall give reasoned award and the same shall be final, conclusive and binding on the

parties.

Page 142 of 345

f) The venue of the arbitration shall be the place from where the purchase order/contract has been placed/made.

g) The fees of the arbitrator, costs and other expenses incidental to the arbitration proceedings shall be

borne equally by the parties.

h) Subject to as aforesaid, the provisions of the Arbitration and Conciliation Act, 1996 and any statutory

modifications or re-enactment in lieu thereof shall apply to the arbitration proceedings under this clause.”

Two Arbitrators And An Umpire Clause:

a)For global tenders and Indigenouus Orders exceeding Rs 01 Crore , the following Arbitration clause will be applicable.

Except as otherwise provided elsewhere in the contract, if any dispute, difference question or disagreement arises between the parties hereto or their respective representatives or assigns, at any time, in connection with construction, meaning, operation, effect, interpretation or arising out of the contract or breach thereof, the same shall be decided by an Arbitral Tribunal consisting of three Arbitrators. Each party shall appoint one Arbitrator and the Arbitrators so appointed, shall appoint the third Arbitrator who will act as presiding Arbitrator.

a. Appointment of Arbitrator shall be made within 30 days of the receipt of the arbitration notice.

b. In case a party fails to appoint an arbitrator within 30 days from the date of receipt of the request to do so by the other party or two Arbitrators so appointed fail to agree on the appointment of third Arbitrator within 30 days from the date of their appointment, upon request of a party, the Chief Justice of High Court or any person or institution designated by him within whose jurisdiction the subject contract has been placed/made, shall appoint the Arbitrator/Presiding Arbitrator upon request of any of the parties.

c. If any Arbitrator dies, resigns, becomes incapacitated or withdraws for any reason from the proceedings, it shall be lawful for the Arbitrators to appoint another person in his place in the same manner as aforesaid. The Arbitration shall proceed from the stage where it had stopped if both parties consent for the same, otherwise, it shall proceed de novo.

d. It is a term of the contract that the party invoking arbitration shall specify all disputes to be referred to

arbitration at the time of invocation of arbitration and not thereafter.

e. It is also a term of the contract that neither party to the contract shall be entitled for any interest on the

amount of the award.

f. The Arbitrators shall give a reasoned award and the same shall be final, conclusive and binding on the

parties.

g. The venue of the arbitration shall be the place from where the purchase order/contract has been

placed/made.

h. The fees of the Arbitrators, shall be born by the parties nominating them and the fees of Presiding

Arbitrator and costs and expenses incidental to Arbitrators shall be borne equally by the parties.

i. Subject to as aforesaid, the provisions of the Arbitration and Conciliation Act, 1996 and any statutory

modifications or re-enactment in lieu thereof shall apply to the arbitration proceedings under this clause.

d) Arbitration Clause applicable in case of Purchase Orders / Contracts on Public Sector Enterprises: In the

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

Page 143 of 345

40. JURISDICTION

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

Page 144 of 345

APPENDIX-1 TO GPC PROFORMA OF BANK GUARANTEE

(PERFORMANCE) (On non-judicial stamp paper of appropriate value)

To

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

Dear Sirs,

In consideration of the Mangalore Refinery and Petrochemicals Limited, ( Name of the Project ), Kuthethoor P.O,

Via: Katipalla, Mangalore- 575 030, Karnataka (India) (hereinafter called — “ The OWNER” which expression shall

include its successors and assigns having awarded______________________________________________work to

M/s(Name)___________________________________________________________(Constitution)______________ _____________________________________ (Address) ________________________________________________ (hereinafter referred to as “the Supplier” which

expression shall wherever the subject or context so permits include its successors and assigns) a supply contract in terms interalia, of the OWNER(s) letter No.................... dated ......... and the General Purchase Conditions of the OWNER and upon the condition of Supplier’s furnishing security for the Performance of the Supplier’s obligations and/or discharge of the Supplier’s liability under and/or in connection with the said supply contract upto a sum of Rs. .............. only amounting to 10% (ten percent) of the total contract value.

We _____________________ (name) a body corporate registered/constituted under the laws of ____________(hereinafter called “the Bank” which expression shall include its successors and assigns) with the intent to bind the Bank and its successors and assigns, hereby undertake to pay the OWNER at ______________ (place) on first demand in writing without protest or demur or proof or condition any and all amounts from time to time demanded by the OWNER from the Bank with reference to this Guarantee/Undertaking upto an aggregate limit of Rs ___________ (Rupees __________________________________only) AND the Bank doth hereby further agree as follows:

1. This Guarantee/Undertaking shall be a continuing Guarantee/ Undertaking and shall remain valid and

irrevocable for all claims of the OWNER and liabilities of the Supplier arising upto and until midnight of ............ provided that the Bank shall upon the written request of the OWNER made within 6 (six) months of the said date extend this Guarantee/Undertaking by a further 6 (six) months from the said date, within which the OWNER may make a demand hereunder.

2. This Guarantee/Undertaking shall be in addition to any other guarantee or security whatsoever that the OWNER may now or at any time anywise have in relation to the Supplier’s obligations liabilities under and/or in connection with the said supply contract and the OWNER shall have full authority to take recourse to or reinforce this security in preference to the other security(ies) at its sole discretion, and no failure on the part of the OWNER in enforcing or requiring enforcement of any other security shall have the effect of releasing the Bank from its full liability hereunder.

3. The OWNER shall be at liberty without reference to the Bank and without affecting the full liability of the Bank hereunder to take an other security in respect of the Supplier’s obligation 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 to release or to forebear from enforcement of all or any of the obligations of the Supplier under the said supply contract and/or the remedies of the OWNER under any other Security(ies) now or hereafter held by the OWNER and no such dealing(s), variation(s), reduction(s) or other indulgence(s) or arrangement(s) with the Supplier or release or forebearance

whatsoever shall have the effect of releasing the Bank from its full liability to the OWNER hereunder or prejudicing rights of the OWNER against the Bank.

4. This Guarantee/Undertaking shall not be determined or affected by the liquidation or winding up,

dissolution, or change of constitution or insolvency of the Supplier.

Page 145 of 345

5. Bank hereby waives all rights at any time inconsistent with the terms of this Guarantee/Undertaking and the obligations of the Bank in terms hereof shall not be anywise affected or suspended by reasons of any dispute or disputes having been raised by the Supplier (whether or not pending before any Arbitrator, Officer, Tribunal or Court) or any denial of liability by the Supplier or any other order or Communication whatsoever by the Supplier stopping or preventing or purporting to stop or prevent any payment by the Bank to the OWNER in terms hereof.

6. Notwithstanding anything contained herein: (a) The Bank’s liability under this Guarantee/Undertaking shall not exceed Rs. . . . . . . . . . . . . . . . (Rupees . .

. . . . . . . . . . . . . . . . . . . . . . only), (b) This Guarantee/Undertaking shall remain in force upto . . . . . . . . . and any extension(s) thereof; and (c) The Bank shall be released and discharged from all liability under this Guarantee/Undertaking

unless a written claim or demand is issued to the Bank on or before . . . . . . . . . . . . or the date of expiry of any extension(s) thereof if this Guarantee/Undertaking has been extended.

7. The Bank doth hereby declares that Shri _________________(name & designation of the person authorised to sign on behalf of the Bank) is authorised to sign this Guarantee/Undertaking on behalf of the Bank and to bind the Bank thereby.

Yours faithfully,

(Signature)

NAME & DESIGNATION NAME OF THE BANK

NOTE

1. This Guarantee/Undertaking is not to be witnessed.

2. This Guarantee is required to be stamped as an agreement according to the stamp duty act.

3. This Guarantee is required to be sent by Vendor’s Bankers directly to the Owner.

Page 146 of 345

PROFORMA OF BANK GUARANTEE

(ADVANCE)

(On non-judicial paper of appropriate value)

B.G. No. DATED: TO M/s Mangalore Refinery and Petrochemicals Limited, Kuthethoor P.O. Via Katipalla, Moodapadav MANGALORE-575 030 Karnataka, INDIA.

THIS GUARANTEE executed at ………………. (Place of execution) this _____ day of 2009. by___________(Bank),______________________________________(Address), and having its Head Office at ……………………..(hereinafter referred to as “BANK”) which expression shall, unless repugnant to the context or contrary to the meaning thereof, include its successors and assigns for the benefit of and in favour of Mangalore Refinery And Petrochemicals Limited, a Company incorporated in India and having its Registered Office at Kuthethoor P.O., Via: Katipalla, Moodapadav, Mangalore-575 030, Karnataka, India (hereinafter referred to as “ the Purchaser”), which expression shall, unless repugnant to the context or contrary to the meaning thereof, include its successors and assigns

WHEREAS the Purchaser has placed a Purchase Order No._______ dated _________(hereinafter called “the Purchase Order”) for a total value of ___________( _______________________________Only) for the supply of ________________________________________(Material), with ______________________________(Seller), having its Registered/Corporate Office at ______________________________(hereinafter referred to as “the Seller) which expression shall, unless repugnant to the context or contrary to the meaning thereof, includes its successors and assigns.

AND WHEREAS one of the conditions of the Purchase Order placed with the Seller is that the Purchaser should make an advance payment of ___________(____________________Only) being ______% (_________ percent) of the Purchase Order value against an indemnity in the form of a BANK Guarantee from a BANK and in a form acceptable to the Purchaser. AND WHEREAS the Seller has requested BANK to issue such guarantee for _____________(__________________Only) for a period upto ……………..(Date of expiry) in favour of the Purchaser.

NOW THIS GUARANTEE WITNESSETH that in consideration of the Purchaser having at the request of the Seller, agreed to accept a Guarantee from BANK in respect of __________(____________________Only) required by the Seller from the Purchaser towards -------(---- percent) of the Purchase Order value as advance payment against supply of________________________________________(Material) as per the terms and conditions of the Purchase Order. BANK hereby undertake to make payment to the Purchaser without protest or demur and without recourse to the Seller and/or other Authorities upto and not exceeding altogether a sum of __________(_______________________Only) being the amount of _____% (_____Percent) of the Purchase Order value. The decision of the Purchaser as to whether the terms and conditions of the Purchase Order have been observed or not shall be final and binding on the BANK.

The Purchaser may, without affecting BANK’s liabilities and obligations hereunder, grant time or enter into other indulgence or compound with the Seller or enter into any agreement or agree to forbear or to enforce any of the terms and conditions of the Purchase Order against the Seller or agree to vary any of the terms and conditions of the Purchase Order. This Guarantee shall not be affected by any change in the constitution of the Purchaser or the Bank or the Seller

Page 147 of 345

and shall remain in full force and effect until the liabilities of the Bank are discharged by the Purchaser.

For the purpose of giving effect to this guarantee, the Purchaser is entitled to act as if BANK were the Principal Debtor and BANK hereby waives all and any of its rights to surety-ship.

This Guarantee shall continue to be in force notwithstanding the discharge of the Seller by operation of law and shall cease only on payment of the full amount hereby secured by BANK to the Purchaser and also the claim of the Purchaser against the Seller in respect of the Purchase Order is fully satisfied. The validity of the guarantee shall be extended upon request from the Seller from time to time.

This Guarantee issued by BANK shall be in addition to and not in substitution of any other guarantee or Security given or to be given by the Seller to the Purchaser in respect of the Purchase Order.

Demand or claim hereunder shall be deemed effective when served by hand or sent by Registered post to BANK, addressed as aforesaid.

The BANK’s liability under this Guarantee is restricted to _________ (________________________________ Only). Unless previously cancelled by the Purchaser, this guarantee shall remain in force upto ________ (Date of expiry) and shall stand cancelled on the expiry of the said period unless extended at the instance of the Seller.

Unless a demand or claim under this guarantee is made on BANK in writing within three months from the date of expiry of this guarantee, all the rights of the Purchaser against BANK shall be forfeited and BANK shall be relieved and discharged from all its liabilities hereunder. These presents shall be governed by and construed in accordance with the Indian Law.

BANK hereby declares that it has the power to issue this Guarantee and the undersigned is / are fully authorised to sign and execute the same vide Power of Attorney dated …………………………issued to me/us by the Bank. Notwithstanding anything contained hereinabove - a) Our liability under this guarantee is restricted to _________ (_________________________ Only) b) This guarantee shall be valid upto ________ (Date of expiry) and c) We are liable to pay the guaranteed amount or any part thereof under this guarantee only and only if you file

/ serve upon us a written claim or demand on or before ________ (3 months from the date of expiry)

SIGNED AND DELIVERED /(Persons duly authorised by banks)

PLACE: DATE: WITNESS

1. ..................... (Signature) ...................... (Name and Address)

2. ..................... (Signature)

..................... (Name and Address) NOTE

1. This Guarantee is required to be stamped as an agreement according to the stamp duty act.

2. Bank shall provide details viz Contact Person, Phone No., Fax No., E-mail-ID, Address of regional/ controlling office of issuing bank for verifications of authenticity of bank guarantee.

3. The Advance Bank Guarantee shall be strictly as per above proforma and shall be through branches of Indian

Public Sector Banks operating in vendor’s country or the same shall be counter guaranteed by a branch of any Indian Bank in vendor’s country.

Page 148 of 345

4. Bank Guarantee from Indian branches of foreign (vendor’s) banks will be accepted only if the Indian branch of

the Bank is recognised as Scheduled Bank by Reserve Bank of India. However, Bank Guarantee from foreign branch will be accepted only if the same is countersigned by their Indian branch or by any Scheduled Indian Bank.

5. This Bank Guarantee shall be sent by the bank directly to: GGM (Projects)

Mangalore Refinery and Petrochemicals Ltd. (Name of the Project)

Kuthethoor P.O, Via: Katipalla, Mangalore-575 030

Karnataka, India.

Page 149 of 345

Dated 02‐06‐2014  Page 1 

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 150 of 345

Dated 02‐06‐2014  Page 2 

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 151 of 345

Dated 02‐06‐2014  Page 3 

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 3070 2232.

Page 152 of 345

Thi

s dr

awin

g an

d de

sign

it c

over

s ar

e pr

oper

ty o

f E

NG

INE

ER

S IN

DIA

LIM

ITE

D. T

hey

are

mer

ely

loan

ed o

n th

e bo

rrow

er's

exp

ress

agr

eem

ent t

hat i

t will

not

be

repr

oduc

ed, c

opie

d, e

xhib

ited

nor

used

exce

pt in

the

limite

d w

ay a

nd p

riva

te u

se p

erm

itted

by

wri

tten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for

the

inte

nded

use

. EIL

-164

1-51

5 R

ev.0

A4-

210x

297

EIL

- 5

88 A

- 2

16 x

279

ENGINEERS INDIA LIMITED

NEW DELHI

Project:

Client:

MRPL BSVI PROJECT

MRPL

Requisition No. Rev

B038-000-WL-MR-3280 B

Page 1 of 10

MATERIAL REQUISITION (TOP SHEET)

ITEM: SAMPLE BOMB &SAMPLING SYSTEM

Issue Status 1. -> Entire Requisition Issued

2. -> Only Revised Pages are Issued

(Fill 1 or 2 from below in this bracket)

DOCUMENT NUMBER(Always quote this document number given below as reference)

B038 000 WL 3280MR 13/06/2019 16/43B

JOB NO. UNIT/AREA

COST CENTRE

DOCCODE

SR.NO. REV DATE ORIGINATINGDIVN./DEPT

VENDOR NAME VENDOR CODE

Material to be delivered at (job site) MRPL, MANGALORE within the delivery period specified in the "Request For

Quotation" (RFQ).

Notes :

This page is a record of all the Revisions of this Requisition.

The nature of the Revision is briefly stated in the "Details" column below, the Requisition in its entirety shall beconsidered for contractual purposes.

When a Requisition is revised, only the revised pages may be issued.

When revised pages only are issued, the revised pages shall form part of the original Requisition. The original requisition alongwith the revised pages shall be considered in its entirety for contractual purposes.

A

B

22/05/2019

13/06/2019

ISSUED FOR BIDS

REVISED AND ISSUED FOR BIDS

[ ]

Vendors are required to quote strictly as per technical specifications / notes stipulated in the material requisition. Theoffers with deviations are likely to be summarily rejected.

1.

2.

3.

4.

5.

MR Category :II

RPS

RPS

RP

RP

RP/MK

RP/MK

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

REV. DATE BY CHK. APPD. DETAILS

Page 153 of 345

Thi

s dr

awin

g an

d de

sign

it c

over

s ar

e pr

oper

ty o

f E

NG

INE

ER

S IN

DIA

LIM

ITE

D. T

hey

are

mer

ely

loan

ed o

n th

e bo

rrow

er's

exp

ress

agr

eem

ent t

hat i

t will

not

be

repr

oduc

ed, c

opie

d, e

xhib

ited

nor

used

exce

pt in

the

limite

d w

ay a

nd p

riva

te u

se p

erm

itted

by

wri

tten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for

the

inte

nded

use

. EIL

-164

1-51

5 R

ev.0

A4-

210x

297

EIL

- 5

88 A

- 2

16 x

279

ENGINEERS INDIA LIMITED

NEW DELHI

Project:

Client:

MRPL BSVI PROJECT

MRPL

Requisition No. Rev

B038-000-WL-MR-3280 B

Page 2 of 10

LIST OF ATTACHMENT

DOCUMENT TITLESR. NO DOCUMENT NO.REVISION

NO. DATE 1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

JOB SPECIFICATION FOR SAMPLEBOMB AND SAMPLNG CONNECTION

SPECIAL INSTRUCTIONS TO VENDOR

SCHEMATIC SAMPLING SYSTEMDRAWINGS

TECHNICAL NOTES FOR PIPES

TECHNICAL NOTES FOR VALVES

TECHNICAL NOTES FORFLANGES,SPECTACLE BLINDS ANDDRIP RINGS

TECHNICAL NOTES FOR BUTTWELDED, SOCKET WELDED ANDSCREWED FITTINGS

TECHNICAL NOTES FOR HOSES &HOSE COUPLINGS

SPECIFICATION FOR QUALITYMANAGEMENT SYSTEM REQUIREMENTSFROM BIDDERS

SPECIFICATION FOR DOCUMENTATIONREQUIREMENTS FROM SUPPLIERS

INSPECTION AND TEST PLAN FORSEAMLESS PIPES

INSPECTION AND TEST PLAN FORVALVES

INSPECTION & TEST PLAN FORFORGED, SEAMLESS AND WELDEDFITTINGS

INSPECTION AND TEST PLAN FORFLANGES, SPECTACLE BLINDS ANDDRIP RINGS

INSPECTION & TEST PLAN FOR HOSEPIPES AND COUPLING

STANDARD SPECIFICATION FORPOSITIVE MATERIALIDENTIFICATION (PMI) ATSUPPLIER'S WORK

DATA SHEET FOR SAMPLE BOMB &SAMPLING SYSTEM

ADDITIONAL TECHNICALREQUIREMENTS

VENDOR DATA REQUIREMENTS FORFOR SAMPLE BOMB & SAMPLINGSYSTEM

P&ID FOR SAMPLE BOMB & SAMPLINGSYSTEM

PROCEDURE FOR FINALDOCUMENTATION

B038-6-44-3280

B038-000-MRPL-SIV-3280

B038-000-MRPL-SCH-3280

6-44-0051

6-44-0052

6-44-0053

6-44-0054

6-44-0064

6-78-0001

6-78-0003

6-81-0003

6-81-0004

6-81-0005

6-81-0006

6-81-0135

6-81-0001

B038-000-16-43-DS-3280

B038-000-16-43-ATR-3280

B038-000-16-43-VDR-3280

B038-79-41-SAMPLING-P&ID

SPC-00009

0

1

0

6

7

6

6

2

1

1

5

6

7

5

3

3

0

B

0

0

0

22/05/2019

25/09/2014

13/07/2017

25/09/2014

25/09/2014

30/03/2018

12/03/2015

12/03/2015

19/09/2016

14/11/2018

14/11/2018

14/11/2018

14/11/2018

19/09/2016

22/05/2019

13/06/2019

14/05/2019

01/09/2015

Page 154 of 345

Thi

s dr

awin

g an

d de

sign

it c

over

s ar

e pr

oper

ty o

f E

NG

INE

ER

S IN

DIA

LIM

ITE

D. T

hey

are

mer

ely

loan

ed o

n th

e bo

rrow

er's

exp

ress

agr

eem

ent t

hat i

t will

not

be

repr

oduc

ed, c

opie

d, e

xhib

ited

nor

used

exce

pt in

the

limite

d w

ay a

nd p

riva

te u

se p

erm

itted

by

wri

tten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for

the

inte

nded

use

. EIL

-164

1-51

5 R

ev.0

A4-

210x

297

EIL

- 5

88 A

- 2

16 x

279

ENGINEERS INDIA LIMITED

NEW DELHI

Project:

Client:

MRPL BSVI PROJECT

MRPL

Requisition No. Rev

B038-000-WL-MR-3280 B

Page 3 of 10

LIST OF ATTACHMENT

DOCUMENT TITLESR. NO DOCUMENT NO.REVISION

NO. DATE 22

23

24

25

26

STANDARD MATERIAL SPECIFICATIONFOR WET H2S AND HIC RESISTANCEMATERIALS

FUGITIVE EMISSION REQUIREMENTSFOR VALVES

JOB SPECIFICATION AND SCOPE OFWORKS OF INSTRUMENTATION FORSAMPLE BOMB & SAMPLING SYSTEM

THERMOWELL

TECHNICAL COMPLIANCE FORMAT(PIPING) SAMPLE BOMB ANDSAMPLING SYSTEM

IN-043-REV 3

B038-000-16-43-SP-0002

B038-000-16-51-SP-3280

7-52-0035

B038-000-16-43-TCL-3280

3

0

0

4

A

25/05/2018

22/05/2019

25/04/2018

22/05/2019

Page 155 of 345

Thi

s dr

awin

g an

d de

sign

it c

over

s ar

e pr

oper

ty o

f E

NG

INE

ER

S IN

DIA

LIM

ITE

D. T

hey

are

mer

ely

loan

ed o

n th

e bo

rrow

er's

exp

ress

agr

eem

ent t

hat i

t will

not

be

repr

oduc

ed, c

opie

d, e

xhib

ited

nor

used

exce

pt in

the

limite

d w

ay a

nd p

riva

te u

se p

erm

itted

by

wri

tten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for

the

inte

nded

use

. EIL

-164

1-51

5 R

ev.0

A4-

210x

297

EIL

- 5

88 A

- 2

16 x

279

ENGINEERS INDIA LIMITED

NEW DELHI

Project:

Client:

MRPL BSVI PROJECT

MRPL

Requisition No. Rev

B038-000-WL-MR-3280 B

Page 4 of 10

MR ATTACHMENTSR.NO. DETAIL DESCRIPTION QTY. U. RATE TOT.VALUE CDD

AMC FOR 1ST YEAR AS PER CLAUSE NO. 7.0 OF SPECIALINSTRUCTIONS FOR VENDOR (B038-000-MRPL-SIV-3280)

AMC FOR 2ND YEAR AS PER CLAUSE NO. 7.0 OF SPECIALINSTRUCTIONS FOR VENDOR (B038-000-MRPL-SIV-3280)

AMC FOR 3RD YEAR AS PER CLAUSE NO. 7.0 OF SPECIALINSTRUCTIONS FOR VENDOR (B038-000-MRPL-SIV-3280)

AMC FOR 4TH YEAR AS PER CLAUSE NO. 7.0 OF SPECIALINSTRUCTIONS FOR VENDOR (B038-000-MRPL-SIV-3280)

AMC FOR 5TH YEAR AS PER CLAUSE NO. 7.0 OF SPECIALINSTRUCTIONS FOR VENDOR (B038-000-MRPL-SIV-3280)

INSTALLATION AND SUPPLY OF 6 NOS DISPENSING STATIONS,EXHAUST SYSTEM WITH DUCTING AND CANOPY AS PER CLAUSE NO.5.0 OF SPECIAL INSTRUCTIONS FOR VENDOR (B038-000-MRPL-SIV-3280)

SAMPLING SYSTEM , TAG NO: SC-338001, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338002, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338003, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338004, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338005, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338006, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338007, DETAILS AS PER

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

*PS0075AMC1STZB5A

*PS0075AMC2NDZB5A

*PS0075AMC3RDZB5A

*PS0075AMC4THZB5A

*PS0075AMC5THZB5A

*PS0075INSTALZB5A

*PS0075ZSC001ZB5A

*PS0075ZSC002ZB5A

*PS0075ZSC003ZB5A

*PS0075ZSC004ZB1A

*PS0075ZSC005ZB1A

*PS0075ZSC006ZB5A

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1

2

3

4

5

6

7

8

9

10

11

12

ITEMCODE

Page 156 of 345

Thi

s dr

awin

g an

d de

sign

it c

over

s ar

e pr

oper

ty o

f E

NG

INE

ER

S IN

DIA

LIM

ITE

D. T

hey

are

mer

ely

loan

ed o

n th

e bo

rrow

er's

exp

ress

agr

eem

ent t

hat i

t will

not

be

repr

oduc

ed, c

opie

d, e

xhib

ited

nor

used

exce

pt in

the

limite

d w

ay a

nd p

riva

te u

se p

erm

itted

by

wri

tten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for

the

inte

nded

use

. EIL

-164

1-51

5 R

ev.0

A4-

210x

297

EIL

- 5

88 A

- 2

16 x

279

ENGINEERS INDIA LIMITED

NEW DELHI

Project:

Client:

MRPL BSVI PROJECT

MRPL

Requisition No. Rev

B038-000-WL-MR-3280 B

Page 5 of 10

MR ATTACHMENTSR.NO. DETAIL DESCRIPTION QTY. U. RATE TOT.VALUE CDD

DATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338008, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338009, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338010, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338011, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338012, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338013, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338014, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338015, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338016, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338017, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338018, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338019, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

*PS0075ZSC007ZB5A

*PS0075ZSC008B51A

*PS0075ZSC009B51A

*PS0075ZSC010ZA5A

*PS0075ZSC011ZB1A

*PS0075ZSC012ZB1A

*PS0075ZSC013ZB1A

*PS0075ZSC014ZB1A

*PS0075ZSC015ZB1A

*PS0075ZSC016B46A

*PS0075ZSC017B46A

*PS0075ZSC018B46A

*PS0075ZSC019B47A

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

13

14

15

16

17

18

19

20

21

22

23

24

25

ITEMCODE

Page 157 of 345

Thi

s dr

awin

g an

d de

sign

it c

over

s ar

e pr

oper

ty o

f E

NG

INE

ER

S IN

DIA

LIM

ITE

D. T

hey

are

mer

ely

loan

ed o

n th

e bo

rrow

er's

exp

ress

agr

eem

ent t

hat i

t will

not

be

repr

oduc

ed, c

opie

d, e

xhib

ited

nor

used

exce

pt in

the

limite

d w

ay a

nd p

riva

te u

se p

erm

itted

by

wri

tten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for

the

inte

nded

use

. EIL

-164

1-51

5 R

ev.0

A4-

210x

297

EIL

- 5

88 A

- 2

16 x

279

ENGINEERS INDIA LIMITED

NEW DELHI

Project:

Client:

MRPL BSVI PROJECT

MRPL

Requisition No. Rev

B038-000-WL-MR-3280 B

Page 6 of 10

MR ATTACHMENTSR.NO. DETAIL DESCRIPTION QTY. U. RATE TOT.VALUE CDD

SAMPLING SYSTEM , TAG NO: SC-338020, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338021, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338022, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338023, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338024, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338025, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338026, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338027, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338028, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338029, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338030, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338031, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338032, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

*PS0075ZSC020B27A

*PS0075ZSC021A46A

*PS0075ZSC022A46A

*PS0075ZSC023ZB1A

*PS0075ZSC024A47A

*PS0075ZSC025A46A

*PS0075ZSC026A46A

*PS0075ZSC027ZB1A

*PS0075ZSC028B46A

*PS0075ZSC029A47A

*PS0075ZSC030A46A

*PS0075ZSC031ZB1A

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

26

27

28

29

30

31

32

33

34

35

36

37

ITEMCODE

Page 158 of 345

Thi

s dr

awin

g an

d de

sign

it c

over

s ar

e pr

oper

ty o

f E

NG

INE

ER

S IN

DIA

LIM

ITE

D. T

hey

are

mer

ely

loan

ed o

n th

e bo

rrow

er's

exp

ress

agr

eem

ent t

hat i

t will

not

be

repr

oduc

ed, c

opie

d, e

xhib

ited

nor

used

exce

pt in

the

limite

d w

ay a

nd p

riva

te u

se p

erm

itted

by

wri

tten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for

the

inte

nded

use

. EIL

-164

1-51

5 R

ev.0

A4-

210x

297

EIL

- 5

88 A

- 2

16 x

279

ENGINEERS INDIA LIMITED

NEW DELHI

Project:

Client:

MRPL BSVI PROJECT

MRPL

Requisition No. Rev

B038-000-WL-MR-3280 B

Page 7 of 10

MR ATTACHMENTSR.NO. DETAIL DESCRIPTION QTY. U. RATE TOT.VALUE CDD

SAMPLING SYSTEM , TAG NO: SC-338033, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338034, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338045, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338046, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338051, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338053, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338054, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338066, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338069, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-338070, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-914010, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-914011, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-914401, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

*PS0075ZSC032ZB1A

*PS0075ZSC033ZB1A

*PS0075ZSC034ZB1A

*PS0075SC0045ZB1A

*PS0075ZSC046ZB1A

*PS0075ZSC051ZB1A

*PS0075ZSC053A46A

*PS0075ZSC054A47A

*PS0075ZSC066ZB1A

*PS0075ZSC069ZE3M

*PS0075ZSC070B51A

*PS0075ZSC010ZA1A

*PS0075ZSC011ZA1A

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

38

39

40

41

42

43

44

45

46

47

48

49

50

ITEMCODE

Page 159 of 345

Thi

s dr

awin

g an

d de

sign

it c

over

s ar

e pr

oper

ty o

f E

NG

INE

ER

S IN

DIA

LIM

ITE

D. T

hey

are

mer

ely

loan

ed o

n th

e bo

rrow

er's

exp

ress

agr

eem

ent t

hat i

t will

not

be

repr

oduc

ed, c

opie

d, e

xhib

ited

nor

used

exce

pt in

the

limite

d w

ay a

nd p

riva

te u

se p

erm

itted

by

wri

tten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for

the

inte

nded

use

. EIL

-164

1-51

5 R

ev.0

A4-

210x

297

EIL

- 5

88 A

- 2

16 x

279

ENGINEERS INDIA LIMITED

NEW DELHI

Project:

Client:

MRPL BSVI PROJECT

MRPL

Requisition No. Rev

B038-000-WL-MR-3280 B

Page 8 of 10

MR ATTACHMENTSR.NO. DETAIL DESCRIPTION QTY. U. RATE TOT.VALUE CDD

SAMPLING SYSTEM , TAG NO: SC-914407, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-914411, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-914412, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-914413, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-914414, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-914415, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-914416, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-914418, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SC-914421, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SPARE-1, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SPARE-2, DETAILS AS PERDATASHEETB038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SPARE-3, DETAILS AS PERDATASHEETB038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SPARE-4, DETAILS AS PERDATASHEETB038-000-16-43-DS-3280.

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

*PS0100ZSC401ZA5A

*PS0075ZSC407A28A

*PS0075ZSC411A21N

*PS0075ZSC412A21N

*PS0075ZSC413A28A

*PS0075ZSC414A28A

*PS0075ZSC415A28A

*PS0075ZSC416A28A

*PS0075ZSC418A19A

*PS0075ZSC421A28A

*PS0075SPARE1B46A

*PS0075SPARE2B47A

*PS0075SPARE3A46A

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

51

52

53

54

55

56

57

58

59

60

61

62

63

ITEMCODE

Page 160 of 345

Thi

s dr

awin

g an

d de

sign

it c

over

s ar

e pr

oper

ty o

f E

NG

INE

ER

S IN

DIA

LIM

ITE

D. T

hey

are

mer

ely

loan

ed o

n th

e bo

rrow

er's

exp

ress

agr

eem

ent t

hat i

t will

not

be

repr

oduc

ed, c

opie

d, e

xhib

ited

nor

used

exce

pt in

the

limite

d w

ay a

nd p

riva

te u

se p

erm

itted

by

wri

tten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for

the

inte

nded

use

. EIL

-164

1-51

5 R

ev.0

A4-

210x

297

EIL

- 5

88 A

- 2

16 x

279

ENGINEERS INDIA LIMITED

NEW DELHI

Project:

Client:

MRPL BSVI PROJECT

MRPL

Requisition No. Rev

B038-000-WL-MR-3280 B

Page 9 of 10

MR ATTACHMENTSR.NO. DETAIL DESCRIPTION QTY. U. RATE TOT.VALUE CDD

SAMPLING SYSTEM , TAG NO: SPARE-5, DETAILS AS PERDATASHEETB038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SPARE-6, DETAILS AS PERDATASHEETB038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SPARE-7, DETAILS AS PERDATASHEETB038-000-16-43-DS-3280.

SAMPLING SYSTEM , TAG NO: SPARE-8, DETAILS AS PERDATASHEETB038-000-16-43-DS-3280.

SAMPLING SYSTEM, TAG NO: SC-18001, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM, TAG NO: SC-18002, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM, TAG NO: SC-18003, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM, TAG NO: SC-26001, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM, TAG NO: SC-26002, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM, TAG NO: SC-26003, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM, TAG NO: SC-332101, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM, TAG NO: SC-332102, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM, TAG NO: SC-332103, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

*PS0075SPARE4A47A

*PS0075SPARE5B19A

*PS0075SPARE6A28A

*PS0075SPARE7ZB1A

*PS0075SPARE8ZE3M

*PS0075SC1801A19A

*PS0075SC1802A19A

*PS0075SC1803B19A

*PS0075SC2601A19A

*PS0075SC2602A19A

*PS0075SC2603B19A

*PS0075ZSC101ZB1A

*PS0075ZSC102ZB1A

2 NOS

1 NOS

2 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

64

65

66

67

68

69

70

71

72

73

74

75

76

ITEMCODE

Page 161 of 345

Thi

s dr

awin

g an

d de

sign

it c

over

s ar

e pr

oper

ty o

f E

NG

INE

ER

S IN

DIA

LIM

ITE

D. T

hey

are

mer

ely

loan

ed o

n th

e bo

rrow

er's

exp

ress

agr

eem

ent t

hat i

t will

not

be

repr

oduc

ed, c

opie

d, e

xhib

ited

nor

used

exce

pt in

the

limite

d w

ay a

nd p

riva

te u

se p

erm

itted

by

wri

tten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for

the

inte

nded

use

. EIL

-164

1-51

5 R

ev.0

A4-

210x

297

EIL

- 5

88 A

- 2

16 x

279

ENGINEERS INDIA LIMITED

NEW DELHI

Project:

Client:

MRPL BSVI PROJECT

MRPL

Requisition No. Rev

B038-000-WL-MR-3280 B

Page 10 of 10

MR ATTACHMENTSR.NO. DETAIL DESCRIPTION QTY. U. RATE TOT.VALUE CDD

SAMPLING SYSTEM, TAG NO: SC-332104, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM, TAG NO: SC-332105, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

SAMPLING SYSTEM, TAG NO: SC-332106, DETAILS AS PERDATASHEET B038-000-16-43-DS-3280.

Item Description:

Item Description:

Item Description:

*PS0075ZSC103ZB1A

*PS0075ZSC104ZB1A

*PS0075ZSC105ZB1A

*PS0075ZSC106ZB1A

1 NOS

1 NOS

1 NOS

1 NOS

77

78

79

80

ITEMCODE

Page 162 of 345

JOB SPECIFICATION FOR SAMPLE BOMB AND SAMPLING SYSTEM

DOCUMENT No.

B038-6-44-3280 Rev. 0

Page 1 of 5

0 22.05.2019 ISSUED AS JOB SPECIFICATION RPS RP RP/MK

Rev. No

Date Purpose Prepared

by Checked

by Approved

by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

JOB SPECIFICATION FOR SAMPLE

BOMB AND SAMPLING SYSTEM

Page 163 of 345

JOB SPECIFICATION FOR SAMPLE BOMB AND SAMPLING SYSTEM

DOCUMENT No.

B038-6-44-3280 Rev. 0

Page 2 of 5

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

CONTENTS

SECTION DESCRIPTION 1.0 SCOPE 2.0 TECHNICAL REQUIREMENTS 3.0 SCOPE OF SUPPLY

4.0 INSPECTION AND TESTING 5.0 WARRANTY

Page 164 of 345

JOB SPECIFICATION FOR SAMPLE BOMB AND SAMPLING SYSTEM

DOCUMENT No.

B038-6-44-3280 Rev. 0

Page 3 of 5

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

1.0 SCOPE

This specification covers the minimum requirements for procurement, fabrication, testing and supply of Sample Bomb & Sampling systems, Dispensing Stations and Canopy Exhaust Systems.

2.0 TECHNICAL REQUIREMENTS

The sample bomb and sampling system is required to collect the sample from the process lines for the laboratory testing purpose at various locations in Process units. Dispensing Stations and Canopy Exhaust Systems will be installed at QC laboratory building at MRPL for testing of process fluid collected in Sample Bomb.

2.1 Sample Bomb & Sampling System

Design, fabrication and inspection of the unit shall be as per the specifications and the latest edition of the following codes and standards as applicable:

a) ASME B-31.3 Process Piping, ASME code for Pressure

Piping

b) ASME SEC VIII Div.2 Boiler and Pressure vessel code.

c) ASME SEC IX Welding and brazing qualification. 2.1.1 Sample bomb shall be suitable for the design pressure, temperature and the

capacity as per the attached data sheet. 2.1.2 Material of construction shall be as per the attached data sheets. 2.1.3 Material shall be tested as per relevant ASTM standards for Chemical and

Physical properties including destructive and non-destructive tests, including any test mentioned in the data sheets.

2.1.4 All welding work, edge preparation, welding, finishing and heat treatment for

stress relieving are to be done as per ASME Code Sec VIII Div. 2 and Sec. IX. Welding shall be performed by qualified welders with ASME certification.

2.1.5 Assembly and Fabrication shall be carried out strictly adhering to the design,

drawing and specification conforming to the relevant standard and ASME code requirements.

2.1.6 Assembly of the equipment shall be carried out in a clean room under strict

supervision.

2.1.7 Bidder shall furnish Instruction Manual/ Catalogue along with the offer.

2.1.8 All SW/SCRWD end connections/ fittings shall be as per ASME B16.11. All BW end connections shall be as per ASME B16.25 and All Flanged Connection shall be as per ASME B16.5.

2.1.9 All BW joints shall be 100% Radiographed and Fillet welds shall be 100% DP/

MP checked.

Page 165 of 345

JOB SPECIFICATION FOR SAMPLE BOMB AND SAMPLING SYSTEM

DOCUMENT No.

B038-6-44-3280 Rev. 0

Page 4 of 5

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

2.1.10 All Castings shall undergo 100% radiographic examination. Radiography

procedure, areas of casting to be radiographed shall be as per ASME B16.34 Annexure-B. Radiography shall be done by X-ray/Gamma ray to get the required sensitivity.

2.1.11 Stainless steel items

a) All Austenitic Stainless steel items shall be supplied in solution annealed

condition. b) After any weld repair, Solution annealing for stainless steel items shall be

carried out again. c) For all Austenitic Stainless Steel items Intergranular Corrosion Test shall be

conducted as per following:-

- ASTM A 262 Practice 'B' with acceptance criteria of "60MILS/YEAR (MAX.)" for all materials – pipes, forged, rolled, wrought and casting.

OR

- ASTM A 262 practice 'E' with acceptance criteria of "NO CRACKS AS OBSERVED FROM 20X MAGNIFICATION" for all material other than casting & "MICROSCOPIC STRUCTURE TO BE OBSERVED FROM 250X MAGNIFICATION".

- For IGC test, two sets of samples shall be drawn from each solution treatment lot, one set corresponding to the highest carbon content and other set to the highest pressure rating/pipe thickness. When testing is conducted as per ASTM A 262 Practice “E”, photograph of microscopic structure shall be submitted for record.

2.1.12 Valves, Fittings, Flanges, Pipes and hoses shall comply the technical notes,

document no. 6-44-0052 rev 7,6-44-0053 rev 6,6-44-0054 rev 6,6-44-0051 rev 6 and 6-44-0064 rev 2 respectively, attached with the MR.

3.0 SCOPE OF SUPPLY 3.1 Vendor’s scope of supply shall include supply of Sample Bomb & Sampling

systems, Dispensing Stations and Canopy Exhaust Systems including block valves (supply, return, vent, bypass valves – outside the enclosure, needle valves inside the enclosure etc.), Cylinder Valves, dip tube, tubing, sample bottle, flexible hose connection, quick connect fitting, PI, TI, Thermowell, etc. in complete form as per schematic drawing attached with MR. In addition to the connecting Flanges & Counter Flanges for connection from/ to process, Level Gauges & other items as per Schematic Drawings provided.

3.2 Sample bomb with Sampling System shall be fixed on a stainless steel panel mounted on stainless steel stand/frame and provided with stainless steel cabinet suitable for open/ close arrangement for taking samples. All flanged connections shall be provided outside the enclosure. The height of the enclosure shall be such that the Sample bomb is approximately at an elevation of 1200 mm from the grade/ platform level on which the enclosure is located.

Page 166 of 345

JOB SPECIFICATION FOR SAMPLE BOMB AND SAMPLING SYSTEM

DOCUMENT No.

B038-6-44-3280 Rev. 0

Page 5 of 5

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

4.0 INSPECTION AND TESTING

4.1 All others items shall be tested as per Manufacturer standard. Bidder to furnish details of the testing carried out for the items.

4.2 Test reports shall be supplied for all mandatory tests as per relevant material specifications. Test reports shall also be supplied for hydrostatic test and any other supplementary test as specified in the requisition.

4.3 Material test certificates (The chemical composition, physical properties and heat

treatment) shall be furnished for all pressure containing parts. Material test certificates for other parts shall also be furnished for verification during inspection.

4.4 EIL/Purchaser’s authorized representative reserves full right to witness stage

wise inspection of all mandatory/ supplementary tests.

4.5 Each sample bomb and sampling system shall have corrosion resistant tag etched on the body marked with Item tag no. Paint or ink used for marking shall not contain any harmful metal or metallic salt.

4.6 All sample bombs and sampling systems shall be dry, clean and free from

moisture, dirt and loose foreign materials of any kind. All end connections shall be properly closed with wooden plank or any suitable material to avoid ingress of foreign matters. All sampling system shall be protected from rust, corrosion and mechanical damage during transportation, shipment and storage.

5.0 WARRANTY

5.1 Vendor shall have final and total responsibility for the design fabrication and

Performance of all equipment’s supplied under this specification.

5.2 Vendor shall warrant the equipment furnished by him and the performance of the said equipment in line with purchase specification/material requisition.

Page 167 of 345

SPECIAL INSTRUCTIONS TO

VENDOR

DOCUMENT No.

B038-000-MRPL-SIV-3280 Rev. 1

Page 1 of 6

SPECIAL INSTRUCTIONS TO VENDOR

(SAMPLE BOMB AND SAMPLING SYSTEM - CAT-II)

Page 168 of 345

SPECIAL INSTRUCTIONS TO

VENDOR

DOCUMENT No.

B038-000-MRPL-SIV-3280 Rev. 1

Page 2 of 6

1.0 Evaluation Methodology for this MR:

1.1 MR shall be evaluated as a single Lot & all items in this MR shall be ordered on a

single party. Bidders to accordingly quote for all items in this MR to be considered

for evaluation. If any item/Tag is not quoted by a bidder, such an offer shall be

rejected.

1.2 Supply & Installation of Sample Dispensing Stations, Exhaust system (with Ducting

& Canopy) shall be inclusive & shall be part of evaluation.

1.3 Supply of all mandatory Spares indicated, shall be inclusive & shall be part of

evaluation.

1.4 All inspection charges shall be inclusive & shall be part of base price.

1.5 AMC Charges shall be quoted by the bidder & the same shall be part of evaluation.

2.0 Inspection Methodology:

2.1 Inspection schedule shall be intimated to MRPL at least 15 days prior to the date of

inspection along with all approved drawings. MRPL may at their discretion

participate in the Inspection. This shall be in addition to the TPIA inspection

specified vide B038-000-16-43-ATR-3280 & other documents.

2.2 All Cylinder valves shall be helium leak tested as per ASME Sec. V, Subsection A,

Article 10 (Detector Probe Technique), Appendix IV at a minimum of 25% of the

allowable (rated) cold working pressure. Test duration shall be 12 min. The valve

shall show no leakage. No leakage is defined as a total leakage rate of less than

0.0001 ml/s of helium.

2.3 Hydro test shall be performed on 100% body of Shutoff valves (Supply, Return,

Bypass, and vent) at 1.5 times the rated pressure as per B16.34. Hoses shall also be

hydro tested at 1.5 times the rated Pressure along with end connections.

2.4 Positive Material Identification (PMI) shall be performed at Supplier's Works.

3.0 Name Plate Philosophy:

3.1 Each sample bomb and sampling system shall have corrosion resistant tag etched on

the body marked with Item tag no. Paint or ink used for marking shall not contain

any harmful metal or metallic salt.

3.2 Inside the sampling enclosure: sampling & other operating instructions shall be

etched on SS Plate (Black Background & white lettering) & firmly riveted. The

operating instructions plate shall also include Schematic of the System (located

inside enclosure) along with component identifications.

Page 169 of 345

SPECIAL INSTRUCTIONS TO

VENDOR

DOCUMENT No.

B038-000-MRPL-SIV-3280 Rev. 1

Page 3 of 6

3.3 Outside the Door of each Sampling enclosure, the Tag Numbers & Service

description shall be etched on SS Plates (Black background with white lettering) &

shall be firmly riveted to the door of the enclosure.

3.4 Each Sampling System and Station shall be supplied complete with 2 Nos. Sample

Bombs. Each of the Sample Bomb shall be permanently etched with the Tag Number

& Service Description followed by - 1 or 2 (“- 1” for Sample Bomb-1 & “- 2” for

Sample Bomb-2). Sample Bombs for Products shall have different type of end

fittings w.r.t other Sample Bombs (to avoid Sample bombs from getting mixed-up &

to avoid cross-contamination).

4.0 Mandatory Spares:

The following shall be supplied as Mandatory spares along with the complete Lot.

4.1 21 Nos. Spare Sample Bombs (1 No SS321, all others SS316L). Sample Bombs in

SS316L shall be: 10Nos for 300ml & 10 Nos of 500ml.

4.2 20 Nos. Hoses (1 No SS321, all others SS316L)

4.3 100% of each type of Valves (Valves located inside enclosure, for valves that are

part of each Sample Bomb & Valves that are part of dispensing Unit.)

4.4 100% of each type of Quick Connect Fittings (QC fittings located inside enclosure,

for QC fittings that are part of each Sample Bomb & for QC fittings that are part of

dispensing Unit)

4.5 2 Nos. Dispensing Tube for each Dispenser (Total 12 Nos. spare dispensing tubes)

4.6 10% of each type of Pressure Gauges (for each Range & model)

4.7 100% O-Rings

5.0 Specific Requirements:

5.1 Supply and Installation at MRPL QC Lab of 6 Nos. Dispensing Stations (2 Nos. for

Gas, 2 Nos. for Liquid HC and 2 Nos. for Amine / Process Water) shall be in

bidder’s scope.

5.2 Exhaust System with ducting and canopy (FRP/SS) for safe dispensing shall be

supplied & installed by the Bidder at QC Lab (MRPL) to take away exhaust fumes

(during the course of sample dispensing to bladder) to a location at least 3 meter

above the height of the building.

5.3 Material of hose, Quick Connect Fittings, Instrument Tubing, Instrument Tube

Fittings, Needle Valves and Sample Bomb shall be min SS316L (except for SC-

338069 which shall be in SS321). This is required to ensure standardisation of spares

Page 170 of 345

SPECIAL INSTRUCTIONS TO

VENDOR

DOCUMENT No.

B038-000-MRPL-SIV-3280 Rev. 1

Page 4 of 6

& for interchangeability of parts. This requirement overrides any other requirements

specified elsewhere.

5.3.1 Material of Hose shall be Close pitch butt welded annular corrugations, heavy wall SS316L tube (no interlocking) with double SS 316 braiding for all Tags except SC-338069.

5.3.2 Material of Hose shall be Close pitch butt welded annular corrugations, heavy wall SS321 tube (no interlocking) with double SS 316 braiding for SC-338069.

5.4 Each Sampling System / Station shall be supplied complete with 2 Nos. Sample

Bombs.

5.5 Each sample handling station shall have its own isolation Valves (outside the

enclosure – as per P&ID’s), Flow Control needle valves for controlling flow, venting,

and isolating the system from the process (inside the enclosure) in addition to

Cylinder isolation Needle Valves (part of Sample Bomb/Cylinder), Quick Connect

Fittings, Sample Cylinders (2 Nos. per Sample Handling Station) & end flanges

(including Counter Flanges).

5.6 The system shall include provisions for flow bypassing of the cylinder (external to

enclosure) and for depressurizing the system before cylinder removal (inside the

enclosure).

5.7 The sample handling stations shall include facility for securely /rigidly holding the

sample cylinder during sampling. Firm & proper holding arrangements shall be

provided for the hoses, as well.

5.8 Needle Valves shall be provided with round metallic handle (which shall not allow

for the usage of F-keys), i.e., these shall be with the Non-rotatable SS Stem.

5.9 Each sampling station shall have flexible hose connection for the sample cylinder.

Quick disconnect connections shall be used and shall be capable of self-sealing with

the ability to withstand internal pressure when disconnected from the cylinder.

5.10 Sample Bombs shall be provided with rigid metallic handle to facilitate easy

handling/carrying of the same.

5.11 Each sample cylinder shall be provided with end-cap secured to respective sample

cylinder using SS chain. This shall be used to close the cylinder ends during

transportation – to avoid damages/entry of dirt.

5.12 Sample Bomb capacity shall be as follows (which shall over-ride any other

requirements specified in this MR):

5.12.1 For Gas Samples: 300 cc 5.12.2 For Water / Amine Samples: 300 cc 5.12.3 For Liquid Hydrocarbons: 500 cc

Page 171 of 345

SPECIAL INSTRUCTIONS TO

VENDOR

DOCUMENT No.

B038-000-MRPL-SIV-3280 Rev. 1

Page 5 of 6

5.13 The pressure rating for Closed Sampling system shall be 1500 psig at -20 to 150 deg

F (105.46 Kg/cm2g at -29 to 66 deg C) except for SC-338069 for which pressure

rating shall be 2500 psig at -20 to 100 deg F (175.76 Kg/cm2g at -29 to 66 deg. C).

5.14 Type of valves in closed sampling system shall be as follows (Note):

5.14.1 Shut off valves & bypass Valves (outside the enclosure): as per respective

P&ID’s

5.14.2 Flow Control Valves (inside the enclosure) & Sample Bomb/Cylinder valves: Needle Valves

Note: Valves that are part of Sample Handling System/ Flow control/isolation in Benzene Circuits are to be provided with Bellow Seal Valves (including for all dispensing units).

5.15 Sample Handling System shall be housed inside a covered SS enclosure, with a front

open able door. All materials (including hinges) shall be of SS, as a minimum.

5.16 Pressure Gauge shall be provided inside the SS enclosure. It shall be possible to see,

the inlet pressure, return pressure and vent line pressure using suitable line-up.

5.17 For all instrument (Pressure Gauge, Thermowell, Temperature Gauge, Level Gauge,

Tubes, Needle Valves, Tube Fittings, etc) related specifications refer B038-000-16-

51-SP-3280.

6.0 Sample Bomb (Sample Cylinder) Unloading Station / Dispenser:

6.1 Sample cylinder (Sample Bomb) unloading stations shall be supplied with mounting

stand & shall be firmly affixed to wall.

6.2 Sample cylinder (Sample Bomb) unloading stations shall allow direct dispensing of

sample from sample cylinder to a laboratory apparatus / bladder.

6.3 Sample unloading station shall be complete with a Pressure Gauge.

6.4 Sample cylinder (Sample Bomb) Unloading station shall be as per Schematic

provided.

6.5 Material of Unloading station shall be SS316L/SS321, as per Sample Bomb/ Sample

Cylinder type.

6.6 Unloading Station shall be suitable for the highest pressure rating of sample bomb

considered (it shall also be able to dispense the low pressure samples collected).

Page 172 of 345

SPECIAL INSTRUCTIONS TO

VENDOR

DOCUMENT No.

B038-000-MRPL-SIV-3280 Rev. 1

Page 6 of 6

6.7 End connection to purchaser from the Unloading Station shall be Tube connection

using dispensing tube (bidder’s scope of supply).

6.8 Sample cylinder (Sample Bomb) unloading Station shall be suitable for connection

size and end type of each of the Sample cylinder (sample Bomb) types supplied.

7.0 AMC:

7.1 Rates for 5 year Annual Maintenance shall be separately furnished by the bidder.

Purchase Order for AMC may be placed separately by MRPL, prior to completion of

Warranty period. Price break-up for each year shall be furnished by the Bidder.

Payments will be on quarterly basis, based on the certification of work.

7.2 Bidder shall undertake at least 1 service visit in a quarter (4 times in a Year) for the

duration of AMC, which shall start post completion of warranty period.

7.3 AMC shall be inclusive of unlimited spare part support (without any charges to

MRPL) in addition to the quarterly visits. Bidder shall ensure that all Sampling

stations, Dispensing Stations & Sample Bombs supplied by the Bidder shall be in

proper working condition as part of AMC.

7.4 AMC Charges will be part of evaluation.

8.0 Warranty:

Bidder shall undertake at least 1 service visit in a quarter (5 times in 15 Months) post commissioning. Bidder shall ensure that all Sampling stations supplied by the Bidder shall be in proper working conditions throughout the duration of Defect Liability Period.

Page 173 of 345

PI

Inside the SS Enclosure (by Bidder)

Outside the SS Enclosure (by Bidder)As per P&ID

VENT

Operating Instructions

& Sample Schematic

QC1

When Sample is not being taken, Outlet connection QC1 shall be engaged with Inlet Connection QC2.

•300 cc for Water / Liquid Amine / Gas•500 cc for liquid H d b

Sample Bomb Locking Arrangements

RETURN Drawing for Types-BHydrocarbon

QC2

SUPPLYNote: 1. Hoses to be firmly supported along it’s length.2. Rigid Holding arrangements to be provided for Sample Bomb (Mechanically).3. QC1 & QC2: Quick Connect Fitting.

Needle Valve

Gate Valve

Q Q Q gPI= Pressure Gauge.

4. Enclosure shall have a front Openable Door.

Pag

e 174 of 345

C174
Textbox
DOCUMENT No. B038-000-MRPL-SCH-3280 Rev. 0
C174
Textbox
All the Supply, Return and Vent/Blowdown flange connections shall be at right side of SS Enlosour when viewing from front openable door.

PI

Inside the SS Enclosure (by Bidder)

Outside the SS Enclosure (by Bidder)As per P&ID

VENT

Operating Instructions

& Sample Schematic

QC1

When Sample is not being taken, Outlet connection QC1 shall be engaged with Inlet Connection QC2.

•300 cc for Water / Liquid Amine / Gas•500 cc for liquid H d b

Sample Bomb Locking Arrangements

RETURN Drawing for Types-KHydrocarbon

Line expanded

QC2

TW

Line expanded to 4” & provided with Flanged Thermowell

SUPPLYNote: 1. Hoses to be firmly supported along it’s length.2. Rigid Holding arrangements to be provided for Sample Bomb (Mechanically).3. QC1 & QC2: Quick Connect Fitting.

TW

Needle Valve

Gate Valve

Q Q Q gPI= Pressure Gauge.

4. Enclosure shall have a front Openable Door.

Pag

e 175 of 345

C174
Textbox
DOCUMENT No. B038-000-MRPL-SCH-3280 Rev. 0
C174
Textbox
All the Supply, Return and Vent/Blowdown flange connections shall be at right side of SS Enlosour when viewing from front openable door.

PI

Inside the SS Enclosure (by Bidder)

Outside the SS Enclosure (by Bidder)

VENT / RETURN / BLOWDOWN

Operating Instructions

& Sample Schematic

QC1

When Sample is not being taken, Outlet connection QC1 shall be engaged with Inlet Connection QC2.

•300 cc for Water / Liquid Amine / Gas•500 cc for liquid H d b

Sample Bomb Locking Arrangements

Drawing for Types - D & QHydrocarbon

QC2 Note: 1. Hoses to be firmly supported along it’s length.

SUPPLY

2. Rigid Holding arrangements to be provided for Sample Bomb (Mechanically).3. QC1 & QC2: Quick Connect Fitting.

PI= Pressure Gauge.4. Enclosure shall have a front Openable Door.5 For Type-Q additional Level Gauge Pressure Gauge

Needle Valve

Gate Valve

5. For Type-Q, additional Level Gauge, Pressure Gauge (along with isolation Valve & 2 Valve manifold) & Thermowell are in Bidder’s scope – Refer P&ID.

Pag

e 176 of 345

C174
Textbox
DOCUMENT No. B038-000-MRPL-SCH-3280 Rev. 0
C174
Textbox
All the Supply, Return and Vent/Blowdown flange connections shall be at right side of SS Enlosour when viewing from front openable door.

PI

Inside the SS Enclosure (by Bidder)

Outside the SS Enclosure (by Bidder)

VENT / RETURN / BLOWDOWN

Operating Instructions

& Sample Schematic

QC1

When Sample is not being taken, Outlet connection QC1 shall be engaged with Inlet Connection QC2.

•300 cc for Water / Liquid Amine / Gas•500 cc for liquid H d b

Sample Bomb Locking Arrangements

Drawing for Types - GHydrocarbon

Line expanded

QC2

TW

Line expanded to 4” & provided with Flanged Thermowell

SUPPLYNote: 1. Hoses to be firmly supported along it’s length.2. Rigid Holding arrangements to be provided for Sample Bomb (Mechanically).3. QC1 & QC2: Quick Connect Fitting.

TW

Needle Valve

Gate Valve

Q Q Q gPI= Pressure Gauge.

4. Enclosure shall have a front Openable Door.

Pag

e 177 of 345

C174
Textbox
DOCUMENT No. B038-000-MRPL-SCH-3280 Rev. 0
C174
Textbox
All the Supply, Return and Vent/Blowdown flange connections shall be at right side of SS Enlosour when viewing from front openable door.

Inside the SS Enclosure (by Bidder)

Outside the SS Enclosure (by Bidder)

VENT / BLOWDOWN

Operating Instructions

& Sample Schematic

QC1

PI When Sample is not being taken, Outlet connection QC1 shall be engaged with Inlet Connection QC2.

PI

•300 cc for Water / Liquid Amine / Gas•500 cc for liquid H d b

Sample Bomb Locking Arrangements

RETURN Drawing for Type SC-4Hydrocarbon

QC2

SUPPLYNote: 1. Hoses to be firmly supported along it’s length.2. Rigid Holding arrangements to be provided for Sample Bomb (Mechanically).3. QC1 & QC2: Quick Connect Fitting.

Needle Valve

Gate Valve

Q Q Q gPI= Pressure Gauge.

4. Enclosure shall have a front Openable Door.

Pag

e 178 of 345

C174
Textbox
DOCUMENT No. B038-000-MRPL-SCH-3280 Rev. 0
C174
Textbox
All the Supply, Return and Vent/Blowdown flange connections shall be at right side of SS Enlosour when viewing from front openable door.

PI

Inside the SS Enclosure (by Bidder)

Outside the SS Enclosure (by Bidder)

VENT / BLOWDOWN

Operating Instructions

& Sample Schematic

QC1

When Sample is not being taken, Outlet connection QC1 shall be engaged with Inlet Connection QC2.

•300 cc for Water / Liquid Amine / Gas•500 cc for liquid H d b

Sample Bomb Locking Arrangements

Drawing for Tags SC-18001, SC-18002, SC-18003, SC-26001,

Hydrocarbon

RETURN

SC-26002, & SC-26003

QC2

SUPPLYNote: 1. Hoses to be firmly supported along it’s length.2. Rigid Holding arrangements to be provided for Sample Bomb (Mechanically).3. QC1 & QC2: Quick Connect Fitting.

Needle Valve

Gate Valve

Q Q Q gPI= Pressure Gauge.

4. Enclosure shall have a front Openable Door.

Pag

e 179 of 345

A239
Inserted Text
ggafsg
A239
Typewritten Text
A239
Typewritten Text
A239
Typewritten Text
A239
Typewritten Text
A239
Typewritten Text
A239
Typewritten Text
A239
Typewritten Text
A239
Typewritten Text
C174
Textbox
DOCUMENT No. B038-000-MRPL-SCH-3280 Rev. 0
C174
Textbox
All the Supply, Return and Vent/Blowdown flange connections shall be at right side of SS Enlosour when viewing from front openable door.

Inside the SS Enclosure (by Bidder)

Outside the SS Enclosure (by Bidder)

VENT / BLOWDOWN

Operating Instructions

QC1

& Sample Schematic

PI When Sample is not being taken, Outlet connection QC1 shall be engaged with Inlet Connection QC2.

PI

•300 cc for Water / Liquid Amine / Gas•500 cc for liquid H d b

Sample Bomb Locking Arrangements

Drawing for Type - SC-6 Hydrocarbon

RETURN

QC2

SUPPLYNote: 1. Hoses to be firmly supported along it’s length.2. Rigid Holding arrangements to be provided for Sample Bomb (Mechanically).3. QC1 & QC2: Quick Connect Fitting.

Needle Valve

Gate Valve

Q Q Q gPI= Pressure Gauge.

4. Enclosure shall have a front Openable Door.

Pag

e 180 of 345

C174
Textbox
DOCUMENT No. B038-000-MRPL-SCH-3280 Rev. 0
C174
Textbox
All the Supply, Return and Vent/Blowdown flange connections shall be at right side of SS Enlosour when viewing from front openable door.

PI

Dispensing Unit (with Sample Bomb Connected)

PI

Dispensing Unit (without the Sample Bomb)

VentVent

PI

NITROGEN Supply NITROGEN

Supplypp y

Note: a) Unloading Station connection shall match

with the Connections of Sample Bombswith the Connections of Sample Bombs (Sample Cylinders) supplied under this MR.

b) All items indicated in the drawing are in Bidder’s scope of Supply & Installation.p pp y

Needle Valve

Pag

e 181 of 345

C174
Textbox
DOCUMENT No. B038-000-MRPL-SCH-3280 Rev. 0

ENGINEERS

TECHNICAL NOTES FOR 5fg-ar I~-3dg INDIA LIMITED PIPES

IA GoN of Indo Undeflakng)

STANDARD SPECIFICATION No.

6-44-0051 Rev. 6 Page 1 of 10

lebri ch i•JA

TECHNICAL NOTES FOR PIPES

6 25.09.14 REVISED AND ISSUED AS STANDARD SPECIFICATION SH' K ATD(‘'\:' SC

5 31.12.13 REVISED AND ISSUED AS STANDARD SPECIFICATION UK SH AK RN SC

4 04.07.08 REVISED AND ISSUED AS STANDARD SPECIFICATION RN SC DM VC

3 15.03.00 REVISED AND ISSUED AS STANDARD SPECIFICATION RN BRB NS AS

2 04.04.94 HYDROTEST & I.G.C. TEST CLAUSES REVISED

AKG BPV GRR AS

Rev. No

Date Purpose Prepared

by Checked

by

Standards Committee Convenor

Standards Bureau

Chairman

Approved by

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

Page 182 of 345

ENGINEERS TECHNICAL NOTES FOR INDIA LIMITED

PIPES IA Govt ot Intha Undertalfing)

STANDARD SPECIFICATION No.

6-44-0051 Rev. 6 Page 2 of 10

rivvottt.1.5trool,

Abbreviations:

ANSI American National Standards Institute API American Petroleum Institute ASME American Society of Mechanical Engineers ASTM American Society for Testing & Materials BHN Brinell Hardness Number BIS Bureau of Indian Standards E.FS.W Electric Fusion Weld E.R.W Electric Resistance Weld HAZ Heat Affected Zone HIC Hydrogen Induced Cracking IBR Indian Boiler Regulations IGC Inter Granular Corrosion IS Indian Standard LT Low Temperature MR Material Requisition NACE MR National Association of Corrosion Engineers : Material Requirement NB Nominal Bore NPT Nominal Pipe Thread PMI Positive Material Identification PR Purchase Requisition SMYS Specified Minimum Yield Strength SS Stainless Steel

Piping Standards Committee

Convenor : Mr. R. Nanda

Members : Mr. M. Ismaeel Mr. Amrendra Kumar Mr. G. Balaji Mr. K.J. Harinarayanan (HMTD) Mr. P P Lahiri / Mr. S. Ghoshal (SMMS) Mr. S. Mukherjee (Construction) Mr. K.V.K. Naidu (Projects)

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

Copyright EIL — All rights reserved

Page 183 of 345

$;fgW 2154- 1+fV7R rwnrt ,151,70541,

ENGINEERS TECHNICAL NOTES FOR INDIA LIMITED IA Govl of lodia Undeftalong)

STANDARD SPECIFICATION No.

6-44-0051 Rev. 6 Page 3 of 10

PIPES

CONTENTS

1.0 GENERAL 4

2.0 IBR PIPES 6

3.0 ACCEPTABLE DEVIATIONS 7

4.0 HYDROSTATIC TEST 7

5.0 MARKING AND DESPATCH 10

6.0 REFERENCES 10

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

Copyright EIL —All rights reserved

Page 184 of 345

ENGINEERS TECHNICAL NOTES FOR 2f5le'g INDIA LIMITED PIPES

IA Govl ol lnaia Undertakog)

STANDARD SPECIFICATION No.

6-44-0051 Rev. 6 Page 4 of 10

1.0 GENERAL

1.1

A11 pipes and their dimensions, tolerances, chemical composition, physical properties, heat treatment, hydrostatic test and other testing and marking requirements shall conform to the latest codes and standards specified in the material requisition (MR). Supplier shall strictly comply with MR/PR stipulations and no deviations shall be permitted. Post Order Concession/Deviation Permit 5-0000-0180-F1 as mentioned in Cl. 5.18 of Specification for Quality Management System Requirements from Bidders (6-78-0001) is not applicable.

1.2 Testing

1.2.1 Test reports shall be supplied for all mandatory tests as per the applicable material specifications. Test reports shall also be furnished for any supplementary tests as specified in the MR & Clauses 1.10 & 1.11.

1.2.2 Material test certificates (physical property, chemical composition & heat treatment report) shall also be furnished for the pipes supplied.

1.2.3 PMI shall be performed as per the scope and procedures as defined in the spec for PMI at Supplier's Works (6-81-0001).

1.2.4 Refer to specification nos. 6-81-0002 and 6-81-0003 for Inspection & Test plans for welded pipes and seamless pipes respectively.

1.3 Manufacturing Processes

1.3.1 Steel made by acid Bessemer process shall not be acceptable.

1.3.2 A11 longitudinally welded pipes should employ only automatic welding.

1.4 Pipe shall be supplied in single or double random length of 4 to 7 and 7 to 14 meters respectively.

1.5 a. Seamless and E.R.W. pipes shall not have any circumferential seam joint in a random length. However, in case of E.FS.W pipe, in one random length one welded circumferential seam of same quality as longitudinal weld is permitted. This weld shall be at least 2.5 m from either end. The longitudinal seams of the two portions shall be staggered by 90°. Single random length in such cases shall be 5 to 7 m.

b. Unless otherwise mentioned in the respective material code, E.FS.W pipes < 36" shall not have more than one longitudinal seam joint and E.FS.W pipes 36" shall not have more than two longitudinal seam joints.

1.6 Pipe with screwed ends shall have NPT external taper pipe threads conforming to ASME/ANSI B1.20.1 up to 1.5" NB & IS 554 for 2" to 6" NB.

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

Page 185 of 345

wlrrT t,vcrtV ItISOIstt)

ENGINEERS TECHNICAL NOTES FOR INDIA LIMITED PIPES IA Govt ol Intlia Gott000k,o9)

STANDARD SPECIFICATION No.

6-44-0051 Rev. 6 Page 5 of 10

1.7 Pipe with beveled ends shall be in accordance with ASME B16.25. Weld contours shall be as follows:

Material Wall Thickness Weld Contour

Carbon Steel (Except Low Temp. Carbon Steel)

Up to 22 mm Figure 2 Type A

> 22 mm Figure 3 Type A

Alloy Steel, Stainless Steel & Low Temp. Carbon Steel

Up to 10 mm Figure 4

> 10 mm & Up to 25 mm Figure 5 Type A

> 25 mm Figure 6 Type A

1.8 Galvanized pipes shall be coated with zinc by hot dip process conforming to IS 4736 / ASTM A 153.

1.9 All austenitic stainless steel pipes shall be supplied in solution annealed condition. All types of 321 or 347 stainless steel pipes shall be in a stabilized heat treated condition. Stabilizing heat treatment shall be carried out subsequent to the normal solution annealing. Soaking time & holding temp. for stabilizing heat treatment shall be 4 hrs & 900°C respectively.

1.10 I.G.C. Test for Stainless Steels

1.10.1 For all austenitic stainless steel pipes inter-granular corrosion test shall have to be conducted as per following:

ASTM A262 Practice "B" with acceptance criteria of "60 mils/year (max.)". OR

ASTM A262 Practice E with acceptance criteria of no cracks at 20X magnification and microstructure to be observed at 250X magnification shall ensure the absence of any cracks/ fissures. When testing is conducted as per practice 'E' photograph of microstructure shall be submitted for record.

1.10.2 When specifically asked for in MR for high temperature application of some grades of austenitic stainless steel (eg.SS 309, 310, 316, 316H etc.) ASTM A262 Practice "C" with acceptance criteria of "15 mils/year (max.)" shall have to be conducted.

1.10.3 For the IGC test as described in 1.10.1 & 1.10.2, two sets of samples shall be drawn from each solution annealing lot; one set corresponding to highest carbon content and the other set corresponding to the highest pipe thickness.

All welded pipes indicated as `CRY0' & `LT' in MR shall be impact tested per requirement & acceptance criteria of ASME B31.3. The impact test temperature shall be -196°C & -45°C for stainless steel and carbon steel respectively unless specifically mentioned otherwise in MR.

1.12 NACE/HIC Requirements

1.12.1 Pipes under "NACE" category and those designated as "HIC1" shall meet the requirements given in NACE MR-0103 unless mentioned otherwise.

1.12.2 Pipes made from plates and designated as "HIC1" shall meet the HIC requirements of EIL specification 6-79-0013 unless mentioned otherwise.

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

Page 186 of 345

`511 ENGINEEFZS TECHNICAL NOTES FOR 5fga 02-eg INDIA LIMITED

Ift Govt of UnciertaNingf PIPES

STANDARD SPECIFICATION No.

6-44-0051 Rev. 6 Page 6 of 10

1.11UR ertcnt ,TR,1-4.1)

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

1.14 For black or galvanized pipes to IS 1239, the minimum percentage of elongation shall be 20%.

1.15 All 1Cr-V2Mo and 11/4Cr-1/4Mo seamless pipes shall be normalised and tempered.

1.16 For all welded alloy steel pipes with mandatory requirement of heat treatment and radiography, radiography shall be performed after heat treatment.

1.17 For Hydrogen service pipes following special requirements shall also be met:

1.17.1 All carbon steel pipes having wall thickness 9.53 mm (0.375") and above shall be normalised. Cold drawn pipes shall be normalised after the final cold draw pass for all thicknesses.

1.17.2 All alloy steel (Cr-Mo) pipes shall be normalised and tempered. The normalising and tempering shall be a separate heating operation and not a part of the hot forming operation. The maximum room temperature tensile strength shall be 100,000 psig.

1.17.3 For carbon steel Pipes, hardness of weld and HAZ shall be 200 BHN (max.). For alloy steel Pipes, hardness of weld and HAZ shall be 225 BHN (max.).

1.17.4 For all austenitic stainless steels, the weld deposit shall be checked for ferrite content. A Ferrite No.(FN) not less than 3% and not more than 10% is required to avoid sigma phase embrittlement during heat treatment. FN shall be determined by Ferritescope prior to post weld heat treatment.

1.17.5 For all Carbon steel and Alloy steel pipes with wall thickness over 20mm, Charpy-V Notch impact testing shall be carried out in accordance with paragraph UG-84 of ASME Section VIII, Div-1 for weld metal and base metal from the thickest item per heat of material and per heat treating batch. Impact test specimen shall be in complete heat treated condition and accordance with ASTM A370. Impact energies at 0°Celsius shall average greater than 27J (20 ft-lb) per set of three specimens, with a minimum of 19J (15 ft-lb).

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

2.0 IBR PIPES

2.1 IBR Documentation

2.1.1 Pipes under purview of IBR shall be accompanied with IBR certificate original in Form III-A duly approved and countersigned by IBR authority/local authority empowered by the Central Boiler Board of India(Photocopy of the original certificate duly attested by the local boiler inspector where the supplier is located is the minimum requirement for acceptance) or Form III-D [for well known pipe manufacturers as per IBR] signed by Manufacturer's authorized representative. Well known pipe manufacturers, as recognized by IBR, shall submit a duly attested copy of Form XVI-G along with Form

2.1.2 For materials 11/4Cr - V2Mo (ASTM A335 Gr.P11 / A691 Gr.11/4Cr), 21/4Cr - 1Mo (ASTM A335 Gr.P22 / A691 Gr.21/4Cr) & 9Cr -1Mo-V (A335 Gr.P91/A691 Gr.91), Form III-A approved by IBR shall include the tabulation of Et, Sc & Sr values for the entire temperature range given below. Et, Sc & Sr values shall be such that throughout the temperature range

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

Page 187 of 345

$R-ar 22-eg 1.177, rrmrr an s~›

ENGINEERS TECHNICAL NOTES FOR INDIA LIMITED IA Govt ot India Undertalfingt

STANDARD SPECIFICATION No.

6-44-0051 Rev. 6 Page 7 of 10

PIPES

E,/ 1.5

Sr / 1.5

Sc

where ,

SA Allowable stress at the working metal temperature. Yield point (0.2% proof stress at the working metal temperature)

S, The average stress to produce elongation of 1%(creep) in 100000 hrs at the working metal temperature.

Sr The average stress to produce rupture in 100000 hrs at the working metal temperature and in no case more than 1.33 times the lowest stress to produce rupture at this temperature.

SA (psi)

Temp(°F) Material

500 600 650 700 750 800 850 900 950 1000 1050 1100

A335 Gr.P11 17200 16700 16200 15600 15200 15000 14500 12800 9300 6300 4200 2800

A691 Gr.11/4Cr 18900 18300 18000 17600 17300 16800 16300 15000 9900 6300 4200 2800

A335 Gr.P22 / A691 Gr.21/4Cr

17900 17900 17900 17900 17900 17800 14500 12800 10800 7800 5100 3200

A335 Gr.P91/ A691 Gr.91

28100 27700 27300 26700 25900 24900 23700 22300 20700 18000 14000 10300

Note : SA values shall be as per the latest edition prevai ing.

2.2 For carbon steel pipes under IBR the chemical composition shall conform to the following:

Carbon (max)

0.25% Others (S, P, Mn) As prescribed in IBR.

The chemical composition as indicated in this clause is not applicable for pipes other than IBR services.

3.0 ACCEPTABLE DEVIATIONS

3.1 Pipes to IS 3589 Gr.410 are acceptable in place of IS 3589 Gr.330.

3.2 Pipes of Grades SS317 of corresponding material are acceptable in place of Grades SS316 or SS316(2.5 Mo min.).

3.3 Pipes of Grades SS317L of corresponding material are acceptable in place of Grades SS316L or SS316L(2.5Mo min.).

3.4 Seamless pipes are acceptable in place of welded pipes except in the case of welded SS321/SS321H pipes with nominal thickness greater than 9.53mm.

4.0 HYDROSTATIC TEST

4.1 A11 pipes shall be hydrostatically tested.

SA

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

Page 188 of 345

~_le7 e5•

ENGINEERS TECHNICAL NOTES FOR INDIA LIMITED

PIPES IA Govt of Incha Undertalting)

STANDARD SPECIFICATION No.

6-44-0051 Rev. 6 Page 8 of 10

4.2 The mill test pressure shall be as follows:

4.2.1 Seamless, E.R.W. & Spiral Welded

a) Carbon Steel

Material Std. Test Pressure Std.

ASTM A106 Gr.B ASTM A530

API 5L Gr.B, Seamless API 5L

API 5L, E.R.W. API 5L

API 5L, Spiral API 5L

ASTM A333 Gr.3 & 6, Seamless ASTM A530

ASTM A333 Gr.3 & 6, E.R.W. ASTM A530

b) Seamless Alloy Steel

Material Std. Test Pressure Std.

ASTM A335 Gr.P1, P12, P11, P22, P5, P9 ASTM A530

ASTM A268 TP 405, TP410 ASTM A530

c) Seamless Stainless Steel

Material Std. Test Pressure Std.

ASTM A312 Gr.TP 304, 304L, 316L, 316H, 321, 347

304H, 316, ASTM A999

d) Seamless Nickel Alloy

Material Std. Test Pressure Std.

ASTM B161 UNS No. 2200 ASTM B161

ASTM B165 UNS No. 4400 ASTM B165

ASTM B167 UNS No. 6600 ASTM B167

ASTM B407 UNS No. 8800 ASTM B407

e) Welded Nickel Alloy

Material Std. Test Pressure Std.

ASTM B725 UNS No. 2200,4400 ASTM B725

ASTM B517 UNS No. 6600 ASTM B517

ASTM B514 UNS No. 8800 ASTM B514

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

Copyright EIL — All rights reserved

Page 189 of 345

41 ENGINEERS TECHNICAL NOTES FOR 01 -eg INDIA LIMITED PIPES

IA Govt of Indo UnclertaNngt

STANDARD SPECIFICATION No.

6-44-0051 Rev. 6 Page 9 of 10

4.2.2 Electric Fusion Welded

a) Carbon Steel & Alloy Steel E.FS.W (16" & above)

Material Std. Test Pressure Std.

API 5L Gr.B P = 2ST/D ASTM A671 Gr.CC65, 70 (C1.32) S = 90% of SMYS ASTM A672 Gr.C60, 65, 70 (CI.12,22) Except for API 5L Gr.B ASTM A671 Gr.CF60, 65, 66, 70 (C1.32) S = 85% of SMYS ASTM A691 Gr.V2Cr, 1Cr, 11/4Cr, 21/4Cr, For API 5L Gr.B SCr, 9Cr (C1.42) T = Nominal Wall Thickness

D = O.D of Pipe

b) Stainless Steel E.FS.W (2" to 6")

The hydrostatic test pressure in kg/cm2 for the following materials shall be as given below :

Material Gr.1 :ASTM A312 TP 304 / 304H / 316 / 316H / 321 / 347 welded. Material Gr.2 :ASTM A312 TP 304L / 316L welded.

Size Pipe Schedule : 10S Pipe Schedule : 40S Pipe Schedule : 80S

Material Gr. 1

Material Gr.2

Material Gr.1

Material Gr.2

Material Gr.1

Material Gr.2

2" 100 80 155 130 230 190

3" 80 60 155 130 230 190

4" 80 50 155 130 230 190

6" 65 35 90 75 155 130

c) Stainless Steel E.FS.W (8" and above).

Material Std. Test Pressure Std.

ASTM A358 TP 304L, 304, 304H, 316L, 316, 316H, 321, 347 (Classes 1, 3 & 4)

P = 2ST/D S = 85% of SMYS T = Nominal Wall Thickness D = O.D of Pipe

ASTM A358 TP 304L, 304, 304H, 316L, 316, 316H, 321, 347 (Classes 2 & 5)

P = 2ST/D S = 72% of SMYS T = Nominal Wall Thickness D = 0.D of Pipe

4.2.3 Carbon Steel Pipes to BIS Standards

Material Std. Test Pressure Std.

IS 1239 IS 1239

IS 3589 IS 3589

4.3 Hydrostatic pressure testing shall be performed using iron free water, which is clean and free of silt. Maximum chloride content in water for hydrostatic testing for SS piping shall be 50 ppm.

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

Page 190 of 345

STANDARD SPECIFICATION No. ENGINEERS TECHNICAL NOTES FOR

OrcRes INDIA LIMITED 1.1,P+,,M11 J457,01/ IA GoN ol India UnclettaMing)

PIPES 6-44-0051 Rev. 6 Page 10 of 10

5.0 MARKING AND DESPATCH

5.1 All pipes shall be marked in accordance with the applicable codes, standards and specifications. In addition the purchase order number, the item code & special conditions like "IBR", "CRY0", "NACE", "H2" etc. shall also be marked.

5.2 Pipes under "IBR","CRY0", "NACE" & "H2" shall be painted with one circumferential stripe of colour red, light purple brown, canary yellow & white respectively for easy identification. Width of stripe shall be 12mm for pipe sizes lens than 3" and 25mm for pipes 3" and above.

5.3 Paint or ink for marking shall not contain any harmful metal or metallic salts such as zinc, lead or copper which cause corrosive attack on heating.

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

5.5 Pipes shall be protected from rust & corrosion.

5.6 Rust preventive used on machined surfaces to be welded shall be easily removable with a petroleum solvent and the same shall not be harmful to welding.

5.7 Both ends of the pipe shall be protected with the following material:

Plain end

Plastic cap Bevel end

Wood, Metal or plastic cover Threaded end

Metal or plastic threaded cap

5.8 Pipes may be provided with plastic push-fit type end caps/ steel caps without belt wire.

5.9 Steel end protectors to be used on galvanized pipes shall be galvanized. Plastic caps can also be used as end protectors for galvanised pipe ends.

6.0 REFERENCES

6.1 6-81-0001: Specification for Positive Material Identification (PMI) at Supplier's Works.

6.2 6-81-0002: Inspection & test plan for welded pipes.

6.3 6-81-0003: Inspection & test plan for seamless pipes.

6.4 6-79-0013: Material requirements for carbon steel components used in sour service for petroleum refinery environments

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

Page 191 of 345

ENGINEER INDIA LIMI

STED FOR VALVES

(A Govt of India Undertaking)

STANDARD SPECIFICATION No.

6-44-0052 Rev. 7 Page 1 of 12

TECHNICAL NOTES fg0j1 fetWeg

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

01/4 ‘)t.144<-1 MI RN

RN ATD SC DM ND

RN SC DM VC

RN BRB NS MI

AKG NS GRR AS

Prepared by

Checked by

Standards Committee Convenor

Standards Bureau

Chairman

7 13.07.17

6 04.08.10

5 04.07.08

4 15.11.00

3 04.04.94

REVISED AND ISSUED AS STANDARD SPECIFICATION REVISED AND ISSUED AS STANDARD SPECIFICATION REVISED AND ISSUED AS STANDARD SPECIFICATION REVISED AND ISSUED AS STANDARD SPECIFICATION

ISSUED IN LINE WITH GENERAL REVISION

Rev. No

Date Purpose

Approved by

vilcni rduAluiii*

TECHNICAL NOTES FOR VALVES

Page 192 of 345

STANDARD SPECIFICATION No.

6-44-0052 Rev.7 Page 2 of 12

TECHNICAL NOTES FOR VALVES

ENGINEERS taleg INDIA LIMITED

ailErf t-recnr11513‘grai (A Govt of India Undertaking)

Abbreviations:

AARH : Arithmetic Average Roughness Height ANSI American National Standards Institute API American Petroleum Institute ASME : American Society of Mechanical Engineers ASTM : American Society for Testing & Materials BGO Bevel Gear Operator BHN Brinnel Hardness Number BIS Bureau of Indian Standards BS • British Standard BVIS ▪ Bureau Veritas Industrial Services BW • Butt Weld CAT • Category CEIL • Certification Engineers International Limited CS Carbon Steel DFT Dry Film Thickness DNV Det Norske Veritas DP Dye-Penetrant eDMS : Electronic Document Management System IBR Indian Boiler Regulations IGC Inter Granular Corrosion IS Indian Standard LT • Low Temperature LTCS • Low Temperature Carbon Steel MOV • Motor Operated Valve MP • Magnetic Particle MR • Material Requisition NDT • Non Destructive Testing PMI • Positive Material Identification PO Purchase Order PR Purchase Requisition RFQ Request for Quotation SCRD : Screwed SS Stainless Steel SW Socket Weld

Piping Standards Committee

Convenor : Mr M. Ismaeel

Members : Mr. Amrendra Kumar Mr. G. Balaji Mr. Udayan Chakravarty Mr. K.J. Harinarayanan (S&ME) Mr. S. Ghoshal (Process-2) Mr. G.K. Iyer (Projects) Mr. Pankaj Kumar Rai (Construction)

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

Page 193 of 345

1f lots ENGINEERS TECHNICAL NOTES Igar 0151-e-G INDIA LIMITED FOR VALVES

tole,r rievore tri.ltrovn)

STANDARD SPECIFICATION No.

6-44-0052 Rev.7 Page 3 of 12

(A Govt of India Undertaking)

CONTENTS

1.0 GENERAL 4

2.0 DOCUMENTATION 4

3.0 DESIGN AND CONSTRUCTION 5

4.0 OPERATION 9

5.0 INSPECTION AND TESTING 9

6.0 RADIOGRAPHY OF CAST VALVES 10

7.0 IBR CERTIFICATION 11

8.0 MARKING 11

9.0 DESPATCH 11

10.0 ATTACHMENTS 12

11.0 REFERENCES 12

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

Copyright EIL — All rights reserved

Page 194 of 345

LIIdel ENGINEERS TECHNICAL NOTES $1gziT tif4leg INDIA LIMITED FOR VALVES

IA Govt of India Undertaking)

STANDARD SPECIFICATION No.

6-44-0052 Rev.7 Page 4 of 12

MIRFC eleax, 45134115-41)

1.0 GENERAL

1.1

Vendor shall supply valves in accordance with the valve specification sheets along with auxiliaries, if any, such as gear operator, bypasses, drains, locking arrangements etc. wherever specified in the specification sheets, subject notes and other enclosures to the material requisition (MR).

1.2 Vendor shall quote in strict accordance with the valve data / specification sheets, subject technical notes and all other enclosures to the MR. For 'Cat-I valves', no deviations whatsoever shall be accepted. Post Order Waiver/ Deviation format 5-0000-0180-F1 as mentioned in Cl. 5.17 of specification for Quality Management System Requirements from Bidder (6-78-0001) is not applicable for Cat-I valves. For Cat-II Valves, if exceptions/ deviations become absolutely must, the same shall be requested as explained in clause 2.3.6 giving reasons for seeking such exceptions/ deviations.

1.3 All codes and standards for manufacture, testing, inspection etc. shall be of latest editions as on issue date of RFQ.

2.0 DOCUMENTATION

2.1 All document submissions to EIL shall be through EIL eDMS.

2.2 For 'Cat-I' valves, no documents shall be submitted with the offer.

2.3 For 'Cat-IF valves, vendor shall submit the following documents with the offer:

2.3.1 Manufacturer's complete descriptive and illustrative catalogue / literature.

2.3.2 Detailed dimensioned cross section drawing with parts / material lists, weight etc.

2.3.3 Drawings for valves with accessories like gear operator, hydraulic / pneumatic operator, motor, extension bonnet, extended stems with stands, bypass etc. giving major salient dimensions.

2.3.4 One copy of the valve specification sheets signed as "Accepted" by the manufacturer. Deviations, if any shall be marked as applicable on the valve specification sheet.

2.3.5 If the valve is regretted or has no deviation, the manufacturer shall write clearly on valve specification sheets as "Regret" or "No Deviation".

2.3.6 For 'CAT-II' valves, if there is any deviation, the same shall be listed clausewise.

2.3.7 On failure to submit documents as specified in clauses 2.1.1 to 2.1.6 above, the offer is likely to be rejected.

2.4 The following documents shall be submitted through eDMS of EIL after placement of the order:

2.4.1 For Cat-I valves to manufacturers' standard specified in MR/valve specification sheet, detailed dimensioned cross section drawing with parts, materials, weight, etc. shall be submitted for records/information.

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

Page 195 of 345

laffaad ENGINEERS TECHNICAL NOTES $/fg-ar

kites INDIA LIMITED FOR VALVES (A Govt of India undertaking)

STANDARD SPECIFICATION No.

6-44-0052 Rev.7 Page 5 of 12

(Merl e4tax,...13,63.0

2.4.2 For 'Cat-II' valves, Vendor shall submit for review drawings mentioned in clauses 2.1.2 & 2.1.3 before start of manufacture. No other drawings shall be submitted for review.

2.4.3 Test report shall be supplied for all mandatory tests as per the applicable code. Test reports shall also be furnished for any supplementary tests as specified in clauses 3.13, 3.14 & 3.15.

2.4.4 Material test certificates (physical properties, chemical composition & heat treatment report) of the pressure containing parts shall be furnished for the valves supplied. Material test certificates for the other parts shall also be furnished for verification during inspection.

2.5 In addition to submissions through EIL eDMS, Catalogues/Drawings shall be in submitted in hard copies (6 sets) and soft copies (2 CDs/DVDs) along with delivery for Purchaser's record for all categories/types of valves.

3.0 DESIGN AND CONSTRUCTION

3.1 Valve shall be designed, manufactured, tested, inspected and marked as per the manufacturing standards, design codes and standards indicated in the respective valve specification sheets. Any conflict between the requisition, enclosures, specification sheets and referred standards/ codes shall be brought to the notice of the purchaser for clarifications and resolution, before proceeding with the manufacture. The purchaser's decision shall be final and binding to the vendor. The drawings submitted for review shall not include any deviations except as communicated in writing in Deviation permits. The Drawings shall be reviewed only for design and construction features.

3.2 All flanged valves shall have flanges integral (except forged valves) with the valve body. Flange face finish shall be normally specified in the valve specification sheet as 125 AARH etc. The interpretation for range of face finish shall be as follows:

Stock Finish

: 1000 p. in AARH max. 125 AARH

: Serrations with 125 to 250 p in AARH 63 AARH

: 32 to 63 p. in AARH

33 For all weld end valves with bevel end as per ASME B 16.25, the contour of bevel shall be as follows:

Material Wall Thickness Weld Contour

Carbon Steel (Except Low Temp. Carbon Steel)

Upto 22 mm Figure 2 Type A

> 22 mm Figure 3 Type A

Alloy Steel, Stainless Steel & Low Temp. Carbon Steel

Upto 10 mm Figure 4

> 10 mm & Upto 25 mm Figure 5 Type A

> 25 mm Figure 6 Type A

Valve ends shall match thickness of the connecting pipe. Sloping of inside contour of valves shall be done wherever necessary to achieve this.

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

Copyright EIL — All rights reserved

Page 196 of 345

ENGINEERS r..11 feitReg INDIA LIMITED

411M eiecnte J ,,RfrA IA Govt or India Undertaking)

TECHNICAL NOTES FOR VALVES

STANDARD SPECIFICATION No.

6-44-0052 Rev.7 Page 6 of 12

3.4 For flanged valves with ring joint flanges the hardness shall be as follows:

Flange Material Min. Hardness of Groove (BHN)

Carbon Steel 140

1% Cr to 5% Cr, 9% Cr 150

Type 304, 316, 321, 347 160

Type 304L, 316L 140

3.5 Following requirements for check valves shall be met over and above the valve specification sheet requirements:

3.5.1 Unless specified otherwise in the data sheet all check valves 3" & above (except in 900#, 1500# & 2500# rating) shall have a drain boss at location "G" (Refer Fig.No.1 of ASME B16.34) where pocket is formed in valve body. A tapped drain hole with plug shall be provided as per ASME B 16.34. Threads shall be as per ASME B 1.20.1 (Taper) NPT.

3.5.2 For heavy check valves, provisions shall be available for lifting by way of lugs, eye bolts and other such standard devices.

3.6 If an overlay weld-deposit is used for the body seat ring seating surface, the corrosion resistance of the seat ring base material shall be at least equal to the corrosion resistance of the material of the shell.

3.7 Following valve bypass requirements shall be met:

3.7.1 By-pass requirement for Gate valves shall be as follows unless otherwise mentioned.

ASME 150 Class ASME 300 Class ASME 600 Class ASME 900 Class ASME 1500 Class ASME 2500 Class

On sizes 26" and above On sizes 16" and above On sizes 6" and above On sizes 4" and above On sizes 4" and above On sizes 3" and above

3.7.2 The by-pass piping arrangement shall be such that clearance between main valve body and by-pass assembly shall be the minimum possible for layout reasons. Vendor shall follow the sketch enclosed in Specification No. 6-44-0052-Al.

3.7.3 By-pass valve shall be a globe valve. The sizes shall be as under:

On main valve 4" 1/2" On main valve 6" to 8" 3/4" On main valve 10" & above 1"

By-pass piping shall be of same metallurgy as main valve. The by-pass piping, fittings and valve tag numbers shall be as specified in Specification No. 6-44-0052-A2. In case details of by-pass arrangement for any Valve tag number is missing, Vendor shall bring the same to notice of EIL and provide by-pass as per details specified.

3.7.4 Vendor shall supply the by-pass valve duly tested and fitted to the main valve. Valves with by-pass shall have the direction of flow marked on the main valve. By-pass attachment to the

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

Page 197 of 345

,31 Ogell ttfaeg

IA Govt of India Undertaking)

TECHNICAL NOTES FOR VALVES

STANDARD SPECIFICATION No.

6-44-0052 Rev.7 Page 7 of 12

ENGINEERS INDIA LIMITED

main valve body shall not be screwed. All fillet welds for by-pass installation shall be 100% examined by DP/MP test and Butt-weld joints shall be 100% examined by radiography.

3.8 Valve body / bonnet shall be forged / cast as specified. Forgings are acceptable in place of casting but not vice-versa.

3.9 Stem shall be forged or machined from forged / rolled bar. No casting is permitted. However, integral stem of cast material is acceptable for Plug valves.

3.10 Stelliting / hardfacing by deposition, shall be minimum 1.6 mm.

3.11 Renewable seat rings shall be seal welded for valves of size 3" and above to prevent loosening in service.

3.12 For Low Temperature & Cryogenic valve requirements, refer Specification.No.6-44-0052-A3 unless otherwise specified.

3.13 For Hydrogen service valve requirements, refer Specification.No.6-44-0052-A4 unless otherwise specified.

3.14 Valves under `NACE' category shall meet the requirements specified in MR-0103 unless otherwise specified.

3.15 For all austenitic stainless steel valves Inter Granular Corrosion (IGC) test shall be conducted as per the following:

3.15.1 ASTM A262 Practice 'B' with acceptance criteria of '60 mils/year (max.)' for all materials -forged, rolled, wrought and casting.

Or ASTM A262 Practice `E' with acceptance criteria of 'No cracks as observed from 20X magnification' for all materials other than castings. 'Microscopic structure to be observed from 250X magnification' in addition.

3.15.2 When specifically asked for in MR for high temperature application of some grades of austenitic stainless steel (eg. SS309, 310, 316, 316H etc.) ASTM A262 Practice 'C' with acceptance criteria of ' 15 mils/year (max.)' shall be conducted.

3.15.3 For the IGC test as described in Clauses 3.15.1 & 3.15.2, two sets of samples shall be drawn from each solution annealing lot. One set shall correspond to the highest Carbon content and the other to the highest pressure rating. When testing is conducted as per practice `E', photograph of the microscopic structure shall be submitted for record.

3.16 All types of 321 or 347 stainless steel valves shall be in a stabilised heat treated condition. Stabilising heat treatment shall be carried out subsequent to the normal solution annealing. Soaking temperature and holding time for stabilising heat treatment shall be 900°C and 4 hours respectively.

3.17 Spiral wound bonnet gaskets are to be provided with inner/outer ring except when encapsulated gaskets type body-bonnet joints are employed. Outer ring may be avoided in case of non-circular spiral wound gasket used in 150# valve provided the outermost layer of spiral touches the bolts ascertaining the centering.

3.18 All Stainless Steel Castings shall be solution heat treated.

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

Copyright EIL —All rights reserved

Page 198 of 345

IrkRer eteakeott3tratTO (A Govt of India Undertaking)

101 tGI J ENGINEERS Ogen EtOleg INDIA LIMITED S TECHNICAL NOTES

FOR VALVES

STANDARD SPECIFICATION No.

6-44-0052 Rev.7 Page 8 of 12

3.19 Only normalized and tempered material shall be used in the following specifications :

Castings A217 Gr.WC1, A217 Gr.WC4, A217 Gr.WC5, A217 Gr.WC6, A217 Gr.WC9, A217 Gr.C5, A217 Gr.C12

Forgings : A182 Gr.F11 C1.2, A182 Gr.F12 C1.2

3.20 Ball / Plug / Butterfly Valves

3.20.1 As a prequalification, fire safe test as per API 607 / API 6FA / BS EN ISO 10497 (Supersedes BS 6755 Part II) shall be carried out on soft seated ball, plug & butterfly valves and also on lubricated plug valves The test shall be witnessed and certified by a third party inspection agency like Lloyds, BVIS, DNV or EIL/ CEIL unless otherwise specified. The vendor has to submit test certificate for the particular design of the valve offered, if fire safe design is required as per the Valve Material Specification sheet..

3.20.2 Each valve shall be supplied with a lever / wrench except for gear operated / motor operated valves.

3.20.3 Soft-seated ball, plug & butterfly valves shall be supplied with antistatic devices.

3.20.4 BW / SW end ball valves shall have a 100 mm long seamless pipe nipple welded to each end of the valve. Nipples are to be welded prior to assembling Teflon seats / seals. Specifications of the nipples shall be as indicated in the MR.

3.20.5 The face-to-face dimensions of all ball valves shall be same as those of gate valves of the corresponding ANSI class (except 10" onwards in Class 150 where the face-to-face dimensions shall be as per API 6D long pattern).

3.20.6 The ball of ball valve shall not protrude outside the end flanges of valve.

3.20.7 Ball valves shall be of floating ball/trunnion mounted type as per following:

150#

8" & below

Floating ball 10" & above

Trunnion mounted

300#

4" & below

Floating ball 6" & above

Trunnion mounted

600# 1.5" & below Floating ball & above 2" & above Trunnion mounted

3.20.8 Unless otherwise specified in the data sheets, bore of all reduced bore ball valves shall be limited to one size lower than the nominal bore.

3.21 The MOVs are to be installed in an open area and the actuators shall be suitable for all weather conditions. The testing of complete assemblies of MOVs along with the actuators shall be done by the supplier at his works.

3.22 Ends of flanged valves of 22" size shall match corresponding flanges to MSS-SP44 unless otherwise specified.

3.23 Yoke material shall be same as bonnet material where maximum temperature specified is more than 427°C.

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

Page 199 of 345

ENGINEERS TECHNICAL NOTES /gar Ea& INDIA LIMITED FOR VALVES (A Govt. of India undertaking,

STANDARD SPECIFICATION No.

6-44-0052 Rev.7 Page 9 of 12

(ORR MEW MI 3‘17.3)

4.0 OPERATION

4.1 Gear operation shall be provided as under:

Valve Type Class Size Requiring Gear-Operator

Gate Valve, Globe Valve & Diaphragm Valve

150 Class 12" and larger

300 Class 12" and larger

600 Class 10" and larger

900 Class 6" and larger

1500 Class 3" and larger

2500 Class 3" and larger

Ball Valve / Plug Valve (Other than pressure balance plug valves)

150 Class 6" and larger

300 Class 6" and larger

600 Class 4" and larger

900 Class 3" and larger

1500 Class 3" and larger

Butterfly Valve 150, 300 Class 6" and larger

For sizes lower than these ranges, hand wheel / lever / wrench shall be provided. For pressure balance plug valves manufacturer's recommendation shall be acceptable provided the requirements specified in clause 4.6 are met.

4.2 Gear operator shall be provided, with position indicators for open / close positions and with limit stops. (Limit stops are not applicable for gate and globe valves).

4.3 Where gear operator is not called for as per Clause 4.1 but vendor recommends a gear operator, the same shall be highlighted.

4.4 Gear operator shall be so designed as to operate effectively with the differential pressure across the closed valve equal to the cold non-shock pressure rating.

4.5 Ball, plug and butterfly valves, shall have "Open" position indicators with limit stops.

4.6 Hand wheel diameter shall not exceed 750mm and lever length shall not exceed 500mm on either side. Effort to operate shall not exceed 35 Kg at handwheel periphery. However, failing to meet the above requirements, vendor shall offer gear operated valve and quote as per clause 4.3.

5.0 INSPECTION AND TESTING

5.1 Every valve shall be subjected to all the mandatory tests and checks called in the respective codes / data sheet by EIL inspection or any third party as approved by the purchaser. For IBR valves refer clause 7.0.

5.2 Every valve, its components and auxiliaries must be subjected to all the mandatory tests and checks called for in the respective codes, data sheets etc. by the manufacturer.

5.3 Though the extent of inspection shall be as under, exact extent with hold points shall be decided by EIL regional inspection office and recorded in the form of inspection plan. In case of third party inspection, the inspection plan shall be approved by the purchaser.

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

Page 200 of 345

Reie? ENGINEERS Ogelf idaeg INDIA LIMITED

eIreel ,tooe MI OW.) IA Govt of India Undertaking)

(7-A TECHNICAL NOTES FOR VALVES

STANDARD SPECIFICATION No.

6-44-0052 Rev.7 Page 10 of 12

Forged Valves:

1. Visual and dimensional inspection.

2. Review of material test certificates.

3. Any mandatory or supplementary test.

4. Hydrostatic test on 10% valves selected on random basis.

5. Strip check is required for 1% of total ordered quantity of Gate & Globe valves (min. 1 No.) for each Valve sheet no., however, strip check is not required for CS/ Brass/ Bronze material valves with 13% Cr/ Brass/ Bronze trims.

Cast Steel Valves:

1. Visual and dimensional inspection.

2. Review of material test certificates.

3. Review of radiographs/radiographic reports or any other NDT tests wherever applicable as per data sheet.

4. Any mandatory or supplementary test.

5. Hydrostatic test 100% for body, 10% other test.

6. Strip check is required for 1% of total ordered quantity of Gate & Globe valves (min. 1 No.) for each Valve sheet no., however, strip check is not required for CS/ Brass/ Bronze material valves with 13% Cr/ Brass/ Bronze trims.

Samples for strip check shall be selected at random and shall generally be in the highest size in the lot.

5.4 In case of motor operated or actuator operated valves, functional / operational checks as per the requirements of the specifications shall be made on each valve.

6.0 RADIOGRAPHY OF CAST VALVES

6.1 Valve castings shall undergo radiographic examination as specified below.

Material Rating Size Range Radiography

All 150# 24" and below NIL**

26" and above* 100%

300# 16" and below NIL**

18" and above 100%

600# & above All sizes 100%

* No radiography is required for valves of size 26" and above in cooling water service.

**For sizes 24" & below in 150# and 16" & below in 300#, radiography percentage if specifically mentioned in individual valve material spec sheet shall govern.

Radiography specified as random 10% or 20% etc. in the respective valve data sheet implies 10% or 20% etc. of number of valves ordered against each item number with a minimum of one valve against each item.

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

Copyright EIL — All rights reserved

Page 201 of 345

rn~rel fEff5teg

ENGINEERS TECHNICAL NOTES INDIA LIMITED (A Govt of India Unclertalcing)

STANDARD SPECIFICATION No.

6-44-0052 Rev.7 Page 11 of 12

FOR VALVES

6.2 Radiography procedure, areas of casting to be radiographed shall be as per ASME B 16.34 and acceptance criteria shall be as per ASME B 16.34 Annexure-B. However for areas of casting to be radiographed for types of valves not covered in ASME B 16.34, vendor shall radiograph castings in line with ASME B 16.34.

6.3 For random radiography wherever specified in individual data sheets, the sampling shall be per size of the quantity ordered for each foundry.

6.4 Radiography wherever specified in the data sheets or as per clause 6.1 shall be done by X-ray / 'y-ray to get the required sensitivity.

7.0 IBR CERTIFICATION

7.1 For valves described "IBR", valves shall be in accordance with the latest IBR (Indian Boiler Regulation) including the requirements specified in the specification.

7.2 For SW / BW end carbon steel valves under IBR, the chemical composition shall conform to the following:

Carbon (Max) Others (S, P, Mn)

0.25% As per IBR

7.3 Valves coming under the purview of "IBR"(Indian Boiler Regulations) shall each be individually accompanied by IBR certificate original in Form III-C duly approved by IBR authority / local authority empowered by the Central Boiler Board of India. Photocopy of original certificate duly attested by the local boiler inspector where the supplier is located is the minimum requirement for acceptance.

7.4 All "IBR" valves shall be painted red in body-bonnet / body-cover joint.

8.0 MARKING

8.1 Valve markings, symbols, abbreviations etc. shall be in accordance with MSS-SP-25 or the standard referred in specification sheet as applicable. Vendor's name, valve rating, material designation, nominal size, direction of flow (if any) etc. shall be integral on the body.

8.2 Each valve shall have a corrosion resistant tag giving size, valve tag / code no., securely attached to the valve body.

8.3 Paint or ink for marking shall not contain any harmful metal or metal salts such as zinc, lead or copper which cause corrosive attack on heating.

8.4 Carbon Steel / Alloy Steel valves shall be painted with one coat of inorganic zinc silicate (minimum DFT 65 to 75 microns).

9.0 DESPATCH

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

9.2 Valves shall be protected from rust, corrosion and any mechanical damage during transportation, shipment and storage.

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

Page 202 of 345

,511faeie`i Q41 k1Rs

ENGINEERS TECHNICAL NOTES INDIA LIMITED (A Govt of India Undertaking)

STANDARD SPECIFICATION No.

6-44-0052 Rev.7 Page 12 of 12

Lfth FOR VALVES

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

9.4 Each end of valve shall be protected with the following materials:

Flange Face

Wood or Plastic Cover Bevelled End

Wood or Plastic Cover SW & SCRD. End

Plastic Cap

9.5 End protectors of wood / plastic to be used on flange faces shall be attached by at least three bolts and shall not be smaller than the outside diameter of the flange. However, plastic caps for SW & SCRD end valves shall be press fit type.

9.6 End protectors to be used on bevelled end shall be securely and tightly attached.

9.7 For special service valves additional requirement for despatch shall be as prescribed in data sheet.

10.0 ATTACHMENTS

6-44-0052-A 1 Bypass Piping Arrangement

6-44-0052-A2 Specifications for Bypass Piping, Fittings and Valves

6-44-0052-A3 Special Requirements for Low Temperature and Cryogenic Valves

6-44-0052-A4

11.0 REFERENCES

6-78-0001

6-78-0003

6-81-0001

6-81-0004

Special Requirements for Hydrogen Service Valves

Specification for Quality management system requirements from bidders

Specification for documentation requirements from suppliers

Specification for Positive Material Identification (PMI) at Supplier's Works

Inspection and Test plan for Valves

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

Page 203 of 345

L2 Pipe bend

L7 (minimum)

Bevel Gear Operator (BGO)

L6

L5

L4 300 mm (approx.)

for BOO valves Globe valve as per spec. sht. indicated in the MR.

L3

ote-8

150 mm (approx.)

for non-BOO valves

Flow

L1 (minimum possible)

The orientation & location of handwheel of bevel gear operator & the bypass arrangement shall be strictly as per this sketch.

NOTES : 1.

1514-zA ENGINEERS BYPASS PIPING 51guttf54-ag INDIA LIMITED ARRANGEMENT (4.,,,,,N,L15,78..) (A Govt of India Undertaking)

STANDARD SPECIFICATION No.

6-44-0052-Al Rev.7 Page 1 of 1

BYPASS PIPING ARRANGEMENT

2. The bypass connection ends shall be socket welded upto 600# and butt welded for 900# and above rating.

3. The bypass arrangement shall be properly clamped to & supported by the body of the main valve.

4. Basic design of bypass shall be to MSS-SP-45.

5. Material of bypass pipe & 90° elbows shall be same or equivalent to the body material as indicated in Specification No. 6-44-0052-A2.

6. This sketch is applicable for both BGO & NON-BGO Valves.

7. Vendor shall furnish dimensions Ll to L8.

8. Stem shall not be horizontal in the case of CRYO Valves

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

Copyright EIL — All rights reserved

Page 204 of 345

ENGINEERS SPECIFICATIONS FOR BYPASS STANDARD SPECIFICATION No.

INDIA LIMITED PIPING, FITTINGS AND VALVES 6-44-0052-A2 Rev.7 (A Govt of India Undertaking)

Page 1 of 3

SPECIFICATIONS FOR BYPASS PIPING, FITTINGS AND VALVES

Class (Main Valve Sht.no.) Pipe Fittings Bypass Valve

Sht.no. A1A(51301), A3A(51321), A9A(51301), A10A(51301), Al 1A(51301), A33A(51301), B1A(51401), B9A(51401), D1A(51501), D9A (51501)

ASTM A106 Gr.B (SMLS) 0.5"-0.75": S160 1.0"-1.5" : XS

ASTM A105 0.5"-0.75": SW 6000# 1.0"-1.5" : SW 3000#

52001

A6A(51301), B6A(51401) ASTM A106 Gr.B (SMLS) 0.5"-0.5" : XXS 0.75"-1.5": S160

ASTM A105 0.5"-0.5" : SW 9000# 0.75"-1.5": SW 6000#

52001

A13A(51301), B13A(51401) ASTM A106 Gr.B (SMLS) 0.5"-1.5" : XXS

ASTM A105 0.5"-1.5" : SW 9000#

52001

A2A(51302), B2A(51402), D2A (51502)

ASTM A106 Gr.B (SMLS)- IBR 0.5"-0.75": S160 1.0"-1.5" : XS

ASTM A105 - IBR 0.5"-0.75": SW 6000# 1.0"-1.5" : SW 3000#

52002

A4A (51303), B4A (51403), D4A (51503)

ASTM A333 Gr.6 (SMLS)- LT 0.5"-0.75": S160 1.0"-1.5" : XS

ASTM A350Gr.LF2- LT 0.5"-0.75": SW 6000# 1.0"-1.5" : SW 3000#

52003

A5A (51304), BSA (51404), D5A (51504)

ASTM A106 Gr.B (SMLS) -H2 0.5"-0.75": S160 1.0"-1.5": XS

ASTM A105 - H2 0.5"-0.75": SW 6000# 1.0"-1.5" : SW 3000#

52004

A7A (51307) ASTM A106 Gr.B (SMLS) 0.5"-0.75" : S160 1.0"-1.5": XS

ASTM A105 0.5"-0.75": SW 6000# 1.0"-1.5" : SW 3000#

52007

Al6A (51311), B16A (51411), D16A (51511)

ASTM A106 Gr.B (SMLS) - NACE 0.5"-0.5" : XXS 0.75"-1.5": S160

ASTM A105 - NACE 0.5"-0.5" : SW 9000# 0.75"-1.5": SW 6000#

52011

A19A (51313), B19A (51413), D19A (51513)

ASTM A106 Gr.B (SMLS) 0.5"-0.75" : 5160 1.0"-1.5": XS

ASTM A105 0.5"-0.75": SW 6000# 1.0"-1.5" : SW 3000#

52013

ElA (51601), FlA (51701) ASTM A106 Gr.B (SMLS) 0.5"-1.5" : S160

ASTM A234 Gr.WPB/ ASTM A105 0.5"-1.5" : BW, S160

52101

E2A (51602), F2A (51702) ASTM A106 Gr.B (SMLS) - IBR

1.5 S160 0.5"-" :

ASTM A234 Gr.WPB/ ASTM A105 - IBR 0.5"-1.5" : BW, S160

52102

E5A (51604), F5A (51704) ASTM A106 Gr.B (SMLS) - H2 0.5"-1.5" : S160

ASTM A234 Gr.WPB/ ASTM A105 - H2 0.5"-1.5" : BW, S160

52104

E9A (51605), F9A (51705)

ASTM A106 Gr.B (SMLS) 0.5"-1.5" : SCH XXS

ASTM A234 Gr.WPB/ ASTM A105 0.5"-1.5" : BW, SCH XXS

52105

E19A (51613), F19A (51713)

ASTM A106 Gr.B (SMLS) 0.5"-1.5" : SCH XXS

ASTM A234 Gr.WPB/ ASTM A105 0.5"-1.5" : BW, SCH XXS

52113

I etecnie ref 34ore)

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

Copyright EIL — All rights reserved

Page 205 of 345

STANDARD SPECIFICATION No. 01 el ENGINEERS SPECIFICATIONS FOR BYPASS

INDIA LIMITED PIPING, FITTINGS AND VALVES 6-44-0052-A2 Rev.7 (A Govt of India Undertaking)

Page 2 of 3

Class (Main Valve Sht.no.) Pipe Fittings Bypass Valve

Sht.no.

A5Y (51384), A33Y (51384) ASTM A106 Gr.B ;(SMLS) 0.5"-1.5" : S160 '

4

ASTM A105 0.5"-1.5" : SW 6000# 52085

MD (51330), BM (51430), D1D (51530)

ASTM A335Gr.P11(SMLS) 0.5"-0.75" : S160 1.0"-1.5": XS

ASTM A182 Gr.F11C1.2 0.5"-0.75": SW 6000# 1.0"-1.5" : SW 3000#

52030

D2D (51531)

ASTM A335Gr.P11 (SMLS) - IBR 0.5"-0.75" : S160 1.0"-1.5": XS

ASTM A182 Gr.F11C1.2 - IBR 0.5"-0.75": SW 6000# 1.0"-1.5" : SW 3000#

52031

B5D (51432), D5D (51532) ASTM 335Gr.P11(SMLS)- H2 0.5"-0.75" : S160 1.0"-1.5": XS

ASTM A182 Gr.F11C1.2 - H2 0.5"-0.75": SW 6000# 1.0"-1.5" : SW 3000#

52032

BlE (51433) ASTM A335Gr.P22(SMLS) 0.5"- 0.75" : S160 1.0"-1.5": XS

ASTM A182 Gr.F22C1.3 0.5"-0.75": SW 6000# 1.0"-1.5" : SW 3000#

52033

D5E (51534) ASTM A335Gr.P22(SMLS) - H2 0.5"-0.75" : S160 1.0"-1.5": XS

ASTM A182 Gr.F22C1.3 - H2 0.5"-0.75": SW 6000# 1.0"-1.5" : SW 3000#

52034

A4F (51336), B4F (51436) ASTM A335 Gr.P5(SMLS) 0.5"-0.75" : S160 1.0"-1.5": XS

ASTM A182 Gr.F5 0.5"-0.75": SW 6000# 1.0"-1.5" : SW 3000#

52036

B3F (51436) ASTM A335 Gr.P5(SMLS) 0.5"-1.5" : XXS

ASTM A182 Gr.F5 0.5"-1.5" : SW 9000#

52036

A4G (51339), B4G (51439) ASTM A335 Gr.P9(SMLS) 0.5"-0.75" : S160 1.0"-1.5": XS

ASTM A182 Gr.F9 0.5"-0.75: SW 6000# 1.0"-1.5" : SW 3000#

52039

F2D (51731) ASTM A335 Gr.P11 (SMLS) - IBR 0.5"-1.5" : S160

ASTM A234Gr.WP11C1.1/ A182 Gr.F11C1.2 - IBR 0.5"-1.5" : BW, S160

52131

E5E (51634)

ASTM A335 Gr.P22(SMLS) - H2 0.5"-0.75" : S160 1.0"-1.5": XS

ASTM A234Gr.WP22C1.1/ A182 Gr.F22C1.3 - H2 0.5"-0.75" : BW, S160 1.0"-1.5" : BW, XS

52134

A1K (51345), A3K (51345), B1K (51445), D1K (51545)

ASTM A312 TP304(SMLS) 0.5-0.75" : 80S 1.0"-1.5": 40S

ASTM A182 Gr.F304 0.5"-1.5" : SW 3000# 52045

A2K (51346), B2K (51446), D2K (51546)

ASTM A312 TP304(SMLS) - CRY() 0.5"-0.75" : 80S 1.0"-1.5": 40S

ASTM A182 Gr.F304 - CRYO 0.5"-1.5" : SW 3000#

52046

B4K (51448), B5K (51448) ASTM A312 TP304H (SMLS) 0.5"-1.5" : 80S

ASTM A182 Gr.F304H 0.5"-1.5": SW 3000#

52048

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

Page 206 of 345

dl (anen eienne aA 3vpRil

ENGINEERS SPECIFICATIONS FOR BYPASS STANDARD SPECIFICATION No.

INDIA LIMITED PIPING, FITTINGS AND VALVES 6-44-0052-A2 Rev.7 (A Govt of India Undertaking)

Page 3 of 3

Class (Main Valve Sht.no.) Pipe Fittings Bypass Valve

Sht.no.

A6K (51350), B6K (51450) ASTM A312 TP304L (SMLS) 0.5"-0.75" : 80S 1.0"-1.5": 40S

ASTM A182 Gr. Gr.F304L 0.5"-1.5": SW 3000#

52050

AIM (51361), B1M (51461) ASTM A312 TP316(SMLS) 0.5"-0.75" : 80S 1.0"-1.5": 40S

ASTM A182 Gr.F316 0.5"-1.5": SW 3000# 52061

B5M (51462)

ASTM A312 TP316H (SMLS) - H2 0.5"-0.75" : 80S 1.0"-1.5": 40S

ASTM A182 Gr.F316H - H2 0.5"-1.5": SW 3000# 52062

B3M (51463) ASTM A312 TP321(SMLS) 0.5"-0.75" : 80S 1.0"-1.5": 40S

ASTM A182 Gr.F321 0.5"-1.5": SW 3000# 52063

A1N (51366), 131N (51466) ASTM A312 TP 316L (SMLS) 0.5"-0.75" : 80S 1.0"-1.5": 40S

ASTM A182 Gr.F316L Gr. 0.5"-1.5": SW 3000#

52066

B6N (51471) ASTM A312 TP316L (SMLS) 0.5"-0.75" : 80S 1.0"-1.5": 40S

ASTM A182 Gr.F316L 0.5"0.5"-1.5": SW 3000#

52071

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

Copyright EIL — All rights reserved

Page 207 of 345

ENGINEERS SPECIAL REQUIREMENTS FOR STANDARD SPECIFICATION No.

51g-zufMiH6i

5Veg INDIA LIMITED LOW TEMPERATURE & 6-44-0052-A3 Rev.7 (A Govt of Me Undertaking) CRYOGENIC VALVES Page 1 of 2

own ,limiwre Mn .3P011)

SPECIAL REQUIREMENTS FOR LOW TEMPERATURE & CRYOGENIC VALVES

1.0 SCOPE

All valves of Low Temperature Carbon Steel (LTCS) and all grades of austenitic SS (CRYO) material are categorized as cryogenic valves. All these valves shall have extended bonnet as per BS 6364 except check valves.

Following qualification criteria shall be met by the valve vendors to quote valves for cryogenic services:

2.0 QUALIFICATION CRITERIA

i) Both cryogenic test (clause 2.1) and reference list (clause 2.2) together shall be considered for vendor qualification and vendor shall furnish the same, along with his offer.

ii) Vendors who do not have cryogenic test reports and reference list covering valves of all sizes, materials and ratings required by MR, should confirm / furnish the following for consideration of their offer:

a. Evidence of having conducted successfully at least one cryogenic test as per BS 6364. Test certificate shall be furnished with the offer.

b. Vendor shall confirm to conduct cryogenic test per clauses 2.1 & 2.3 for the remaining valves not later than 12 weeks from the date of purchase order.

c. Vendor shall also furnish reference list for valves supplied for non-cryo service if reference list referred in 2.2.1 does not cover all the sizes of MR.

Offers of vendors who do not comply with above requirements would be rejected.

2.1 Cryogenic Test

Vendors to furnish copies of cryogenic test certificate for tests conducted as per details given below:

2.1.1 Test shall be as per BS 6364.

2.1.2 Test temperature, unless specifically called for otherwise in the individual MR, shall be -45°C for LTCS and -196°C for all grades of austenitic stainless steel.

2.1.3. Tests carried out on a particular size of one type of valve, pressure rating and material shall qualify all sizes equal to and below the test valve size for the same type, pressure rating and material. In case of austenitic SS any one grade would qualify for all other grades of austenitic SS.

2.1.4. Tests should have been witnessed and certified by any one of the following third party inspection agencies; M/s Lloyd, BV, DNV, TUV or EIL/ CEIL.

2.1.5. Cryogenic test need not be conducted for every order. Test conducted previously and witnessed by inspection agencies listed above shall be considered acceptable and need not be repeated.

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

Page 208 of 345

Gil eiC1 ENGINEERS SPECIAL REQUIREMENTS FOR STANDARD SPECIFICATION No.

Ogeg tame g INDIA LIMITED LOW TEMPERATURE & 6-44-0052-A3 Rev.7 IA Govt of India Undertaking) CRYOGENIC VALVES Page 2 of 2

eieEDIZ an 3.7.1)

2.2 Reference List

Vendor shall furnish reference list for valves supplied for cryogenic service indicating the name of client, year of supply, size, material, pressure rating, type of valve and quantity.

2.3 Post Order Testing Procedure

2.3.1. Before conducting post order testing, vendor shall submit the following for approval:

a. Test procedure (as per BS 6364). b. Cross-section drawing of the valve with material of construction. c. Schematic of test rig (as per BS 6364) with complete details.

2.3.2. Test has to be conducted irrespective of the service on largest size for each type of valve and for each material and class rating. Vendor shall offer one, two or three valves for selection of test valve by inspector depending upon whether quantity of largest valve in the order is one, two or three and more than three respectively.

In the event of failure of the test valve to meet the specification requirements, the vendor shall conduct test on two more valves. These two valves which pass test successfully, are of lower size, then the qualification will be valid only to sizes upto which test has been conducted successfully.

2.3.3. In case of non-conductance of cryogenic test(s) within 12 weeks or failure in the test(s) conducted after receipt of order, the owner reserves the right to invoke any of the provisions of the purchase order including cancellation of the purchase order at the risk and cost of vendor.

3.0 Bonnet extension, wherever specified in the valve sheet to BS 6364 shall be for "non cold box application" unless otherwise specified in the MR. Even if not called for in valve sheet, valves indicated as "LT" or "CRYO" shall be supplied with bonnet extension.

4.0 Bonnet and Gland extension joints shall be of butt welded/integrally cast construction. I

5.0 Repair welding procedure for austenitic stainless steel valves in "CRYO" service shall have to be qualified for impact test as per ASME B31.3. Minimum acceptable impact energy shall be 20 J or lateral expansion of 0.38 mm at temperature of -196°C.

6.0 Wherever impact test of SS studs / nuts is called for in the data sheet, the impact value shall be 27 J at the intended service temperature specified in the data sheets.

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

Page 209 of 345

‘31 Ogelftlf5teg

OMR e9eeR2,1313‘10.1)

STANDARD SPECIFICATION No. ENGINEERS SPECIAL REQUIREMENTS FOR INDIA LIMITED HYDROGEN SERVICE VALVES 6-44-0052-A4 Rev.7 (A Govt of India Undertaking)

Page 1 of 2

SPECIAL REQUIREMENTS FOR HYDROGEN SERVICE

1.0 GENERAL

1.1

These requirements are applicable for valves used in Hydrogen service. These are in addition to the requirements described in "Technical Notes for Valves" Spec. No. 6-44-0052, and shall be read in conjunction with this specification.

1.2 All cast valve flanges & bodies with flange rating of Class 900 or greater shall be examined in accordance with paragraphs 7.2 through 7.5 of Appendix-VII of ASME SEC-VIII, DIV.1, regardless of casting quality factor.

1.3 Body / bonnet / cover joints & stuffing box of all valves shall have low emission. One valve per metallurgy, per rating, per size shall be helium leak tested as per ASME Sec.V, Subsection A, Article 10 (Detector Probe Technique), Appendix IV at a minimum of 25% of the allowable (rated) cold working pressure. Selection of valves for helium leak test shall be at random. Test duration shall be as follows:

Test Duration in Minutes

Nominal Size Pressure Class

Upto 300 600 800 & 900 1500 2500

Upto 2" 3 6 9 12 12

3" to 6" 6 9 12 15 18

8" to 16" 9 9 12 15 18

18" to 24" 9 12 15 18 21

The valve shall show no leakage. No leakage is defined as a total leakage rate of less than 0.0001 ml/s of helium.

2.0 Only normalized and tempered material shall be used in the following specifications:

Castings A217 Gr.WC1, A217 Gr.WC4, A217 Gr.WC5, A217 Gr.WC6, A217 Gr.WC9, A217 Gr.C5, A217 Gr.C12

Forgings A182 Gr.F11 C1.2

3.0 CS & AS VALVES

3.1 Bend test and Magnetic Particle inspection of the entire surface of body and bonnet casting shall be in accordance with ASTM A217. Supplementary requirement S3 & S4 evaluation of magnetic particle, inspection shall be in accordance with MSS-SP-53 except that no linear discontinuities shall be allowed.

3.2 The Brinell hardness of heat treated casting shall not exceed 200 BHN for carbon steel & 225 for alloy steel.

3.3 Repair to defective casting shall be outlined in writing to the purchaser before repair starts. Repair method to be approved prior to welding.

3.4 Casting shall be preheated to a minimum of 400°F prior to welding and all Chromium- Molybdenum alloys shall be postweld heat treated after welding is complete. Stress relieving is essential for welds.

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

Page 210 of 345

t3t

Oge.il fell5reg (777.1) STANDARD SPECIFICATION No.

ENGINEERS SPECIAL REQUIREMENTS FOR INDIA LIMITED HYDROGEN SERVICE VALVES 6-44-0052-A4 Rev.7 IA Govt of India Undertaking)

Page 2 of 2

3.5 Carbon steel shall be normalised and alloy steels shall be normalised & tempered.

3.6 Dye Penetrant test of welds shall be in accordance with ASTM B165 Procedure B-2. Interpretation as per Appendix-8 of ASME-VIII Div. 1.

3.7 The tensile stress for AS shall be less than 100,000 psi.

3.8 Charpy V-notch impact testing is to be done for valve material (average 20 ft-lb for set of 3 [minimum value 15 ft-lb] at 30°F).

3.9 For radiography and acceptance criteria for valve castings, refer Cl. 4.2.

4.0 SS VALVES

4.1 Valve casting shall be in solution heat treated and pickled condition.

4.2 Critical body and bonnet casing section typically defined by ASME B 16.34 shall be radiographed and shall meet ASTM E446 (upto 2" thick) Category A, B & CA Level 2, Category CB, OC & CD Level 3, Category D, B & F Level 0. For wall thickness 2" to 4.5" comparable plates of ASTM E186 shall be used. ASTM E94 and ASTM E142 shall be used for recommended practice & controlling quality of radiography as guide. The entire surface of all castings shall be dye-penetrant inspected after pickling.

4.3 Welds shall be 100% radiographed and evaluated in accordance with paragraph 344.5 of ASME B31.3 with a minimum casting quality factor of 0.95. Dye Penetration test shall be as per ASTM E165 Procedure B-2, Interpretation as per Appendix-8 of ASME-VIII Div.l.

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

Page 211 of 345

TECHNICAL NOTES FOR STANDARD SPECIFICATION No.

, k31 ENGINEERS $'1g-af INDIA LIMITED FLANGES, SPECTACLE BLINDS 6-44-0053 Rev. 6

IA GoN of Inda Undeflakng) AND DRIP RINGS Page 1 of 7

4ct-cb(Net cs)(Yi • •

f-41 n 1 Cfriel Chr FU I 1T

TECHNICAL NOTES FOR FLANGES, SPECTACLE BLINDS AND DRIP RINGS

6 25.09.14 REVISED & ISSUED AS STD SPECIFICATION SH i AK /RN ATNNo SC

5 31.12.13 REVISED & ISSUED AS STD SPECIFICATION UK SH AK RN SC

4 04.07.08 REVISED & ISSUED AS STD SPECIFICATION RN SC DM VC

3 01.11.00 REVISED & ISSUED AS STD SPECIFICATION RN BRB NS MI

2 04.04.94 I.G.C. TEST CLAUSE REVISED AKG BPV GRR AS

Standards Standards

Rev. No

Date Purpose Prepared

by Checked

by

Committee Convenor

Bureau Chairman

Approved by

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

Copyright EIL—All rights reserved

237,1,17 ,151 ,R,A)

Page 212 of 345

ENGINEERS TECHNICAL NOTES FOR STANDARD SPECIFICATION No.

INDIA LIMITED FLANGES, SPECTACLE BLINDS 6-44-0053 Rev. 6 AND DRIP RINGS Page 2 of 7

5gar fa2eg 1.1r, vomooJosnytt IA Govt ot InO. Undellakoog)

Abbreviations:

AARH Arithmetic Average Roughness Height ANSI American National Standards Institute API American Petroleum Institute ASME American Society of Mechanical Engineers ASTM American Society for Testing & Materials AWWA American Water Works Association BHN Brinell Hardness Number HIC Hydrogen Induced Cracking IBR Indian Boiler Regulations IGC Inter Granular Corrosion IS Indian Standard MR Material Requisition MSS Manufacturer's Standardization Society NACE MR National Association of Corrosion Engineers : Material Requirement PMI Positive Material Identification

Piping Standards Committee

Convenor : Mr. R. Nanda

Members : Mr. M. Ismaeel Mr. Amrendra Kumar Mr. G. Balaji Mr. K.J. Harinarayanan (HMTD) Mr. P P Lahiri / Mr. S. Ghoshal (SMMS) Mr. S. Mukherjee (Construction) Mr. K.V.K. Naidu (Projects)

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

Page 213 of 345

k31•-1 ENGINEERS TECHNICAL NOTES FOR STANDARD SPECIFICATION No.

$gt-LIE IM2-- INDIA LIMITED FLANGES, SPECTACLE BLINDS 6-44-0053 Rev. 6 11, Tool ol InO. Undonok ■o9) AND DRIP RINGS Page 3 of 7

1.41,1c,,DrO0,13OO,-.0

CONTENTS

1.0 GENERAL 4

2.0 IBR REQUIREMENTS 6

3.0 ACCEPTABLE DEVIATIONS 6

4.0 MARKING AND DESPATCH 7

5.0 REFERENCES 7

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

Page 214 of 345

ENQNEERS TECHNICAL NOTES FOR STANDARD SPECIFICATION No.

INDIA LIMITED FLANGES, SPECTACLE BLINDS 6-44-0053 Rev. 6 f 1

$fg-z-1 d2-'dg .117,1 rfrforr onJO'SOff in Go■ft of Indo Uncleflak,o9) AND DRIP RINGS Page 4 of 7

1.0 GENERAL

1.1 All items, their dimensions, tolerances, chemical composition, physical properties, heat treatment and testing etc. shall conform to the latest codes and standards specified in the requisition. Supplier shall strictly comply with MR/PR stipulations and no deviations shall be permitted. Post Order Concession/Deviation Permit 5-0000-0180-F1 as mentioned in Cl. 5.18 of Specification for Quality Management System Requirements from Bidders (6-78-0001) is not applicable.

1.2 Testing

1.2.1 Test reports shall be supplied for all mandatory tests as per the relevant material specifications. Test reports shall also be furnished for any supplementary tests as specified in the requisition & Clauses 1.11, 1.12 & 1.15.

1.2.2 Material test certificates (physical property, chemical composition & heat treatment report) shall also be furnished for the flanges supplied.

1.2.3 Positive Material Identification (PMI) shall be performed as per the scope and procedures as defined in the `Specification for Positive Material Identification (PMI) at Supplier's Works' (No. 6-81-0001).

1.2.4 Refer to specification no. 6-81-0006 for Inspection and Test plans for flanges, spectacle blinds & drip rings.

1.3 Ends of weld neck flanges shall be beveled to suit the schedule / thickness of matching pipe, as specified in the requisition.

1.4 Bevel end details for welding neck flanges shall be as per ASME B16.25. Contour of bevel end shall be as follows:

Material Wall Thickness Weld Contour

Carbon Steel (Except Low Temp. Carbon Steel)

Upto 22 mm Figure 2 Type A

> 22 mm Figure 3 Type A

Alloy Steel, Stainless Steel & Low Temp. Carbon Steel

Upto 10 mm Figure 4

> 10 mm & Upto 25 mm Figure 5 Type A

> 25 mm Figure 6 Type A

1.5 Bore of socket weld flanges & reducing blind flanges shall suit the outside diameter and schedule / thickness of matching pipe.

1.6 Bore of slip on flanges shall suit the outside diameter of matching pipe.

1.7 Flange face finish shall be normally specified in the requisition as serrated finish, 125 AARH etc. The interpretation for range of face finish shall be as follows: Stock Finish Serrated Finish/125 AARH 63 AARH

1000 1.1 in AARH max. Serrations with 125 to 250gin AARH 32 TO 63 µ in AARH

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

Page 215 of 345

+31 ENGINEERS TECHNICAL NOTES FOR STANDARD SPECIFICATION No.

$'g-arWes INDIA LIMITED FLANGES, SPECTACLE BLINDS 6-44-0053 Rev. 6 1.41771 051 A

1.8 Galvanized flanges shall be coated with zinc by hot dip process conforming to IS 4736 / ASTM A153.

1.9 Ends of screwed flanges unless otherwise specified shall have taper threads as per ASME/ANSI B1.20.1 (upto 1.5" NB) & IS 554 (for 2" to 6" NB).

1.10 For ring joint flanges, blinds and spacers the hardness shall be as follows:

Flange Material Min. Hardness of Groove (BHN)

Carbon Steel 140

1% Cr to 5%, 9% Cr 150

Type 304, 316, 321, 347 160

Type 304L, 316L 140

1.11 For ring joint flanges, blinds and spacers, the hardness shall be recorded in the test report.

1.12 NACE/HIC Requirements

1.12.1 Flanges, blinds, drip rings under "NACE" category and those designated as "HIC1" shall meet the requirements given in NACE MR-0103 unless otherwise specified.

1.12.2 Flanges, blinds, drip rings made from plates and designated as "HIC1" shall meet the HIC requirements of EIL Specification 6-79-0013 unless otherwise specified.

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

1.14 I.G.C. Test for Stainless Steels:

1.14.1 For all austenitic stainless steel flanges, blinds, drip rings & Fig.8 flanges intergranular corrosion test shall have to be conducted as per following:

ASTM A262 Practice `B' with acceptance criteria of "60 mils/year (max.)". OR

ASTM A262 Practice E with acceptance criteria of no cracks at 20X magnification and microstructure to be observed at 250X magnification shall ensure the absence of any cracks/ fissures. When testing is conducted as per practice 'E' photograph of microstructure shall be submitted for record.

1.14.2 When specifically asked for in requisition for high temperature application of some grades of austenitic stainless steel (like SS309, 310, 316, 316H etc.) ASTM A262 Practice 'C' with acceptance criteria of "15 mils/year" shall have to be conducted.

1.14.3 For the IGC test as described in 1.14.1 & 1.14.2 two sets of samples shall be drawn from each solution treatment lot; one set corresponding to highest carbon content and the other corresponding to the highest rating / thickness.

1.15 All types of 321 or 347 stainless steel flanges shall be in a stabilized heat treated condition. Stabilizing heat treatment shall be carried out subsequent to the normal solution annealing. Soaking temperature and holding time for stabilizing heat treatment shall be 900 C and 4 hours respectively.

Gol ol ind. Undenak.9) AND DRIP RINGS Page 5 of 7

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

Page 216 of 345

ENGINEERS TECHNICAL NOTES FOR STANDARD SPECIFICATION No.

1NDIA LIMITED FLANGES, SPECTACLE BLINDS 6-44-0053 Rev. 6 t31

$gelE f22e5 el,ntetvrst,,cmt IA Govt ot Indo Undertaltng) AND DRIP RINGS Page 6 of 7

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

1.17 AWWA C207 flanges shall be hub type.

1.18 Dimensions for handle projection for Spacers & Blinds shall be as specified in EIL Std. 7-44- 0166.

1.19 Flanges of 22" size shall be as per MSS-SP44 unless otherwise specified

1.20 All 1Cr-V2Mo and 11/4Cr-'/2Mo flanges shall be normalised and tempered.

1.21 Ring Joint Fig-8 Flanges, Spacers & Blinds shall be female type only.

1.22 The handle for spacers & blinds for classes 900# & above shall be designed by the vendor. The handle may be integral or attached to the line blank / spacer by welding. In case of attachment by welding heat treatment & welding shall be in accordance with B31.3.

1.23 For Hydrogen service following special requirements shall also be met:

a. All carbon steel flanges having wall thickness 9.53 mm and above shall be normalised. The normalising heat treatment shall be a separate heat treatment operation and not a part of the hot forming operation.

b. All alloy steel (Cr-Mo) flanges shall be normalised and tempered. The normalising and tempering shall be a separate heat treatment operation and not a part of the hot forming operation.

c. For all carbon steels and alloy steels with wall thickness over 20mm, Charpy-V Notch impact testing shall be carried out in accordance with paragraph UG-84 of ASME Section VIII, Div-1 per heat of material and per heat treating batch. Impact test specimen shall be in accordance with ASTM A370. Impact energies at 0 C shall average greater than 27J (20 ft-lb) per set of 3 specimens, with a minimum of 19J (15ft-lb).

2.0 IBR REQUIREMENTS

2.1 IBR Documentation

2.1.1 Flanges coming under the purview of IBR (Indian Boiler Regulations) shall be accompanied with IBR Certificate original in Form III C duly approved and countersigned by IBR authority/ local authority empowered by Central Boiler Board of India. Photocopy of original certificate duly attested by the local boiler inspector where the supplier is located is the minimum requirement for acceptance.

2.2 For carbon steel pipes under IBR the chemical composition shall conform to the following: Carbon (max) 0.25% Others (S, P, Mn) • As prescribed in IBR.

The chemical composition as indicated in this clause is not applicable for pipes other than IBR services.

3.0 ACCEPTABLE DEVIATIONS

3.1 Blind Flanges and Spacers & Blinds if specified as plate materials are acceptable in forging materials also in the corresponding material grades.

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

Page 217 of 345

ENGINEERS TECHNICAL NOTES FOR STANDARD SPECIFICATION No.

faaes INDIA LIMITED FLANGES, SPECTACLE BLINDS 6-44-0053 Rev. 6 IA Govt ol Indo Undertakingt AND DRIP RINGS Page 7 of 7

3.2 Flanges/Spectacle Blinds/Drip rings of Grades SS317 of corresponding material are acceptable in place of Grades SS316 or SS316(2.5Mo min.).

3.3 Flanges/Spectacle Blinds/Drip rings of Grades SS317L of corresponding material are acceptable in place of Grades SS316L or SS316L(2.5Mo min.).

4.0 MARKING AND DESPATCH

4.1 A11 items shall be legibly and conspicuously stamped in accordance with the requirements of applicable ASME, API and MSS Standards. In addition, EIL item code, purchase order number & special conditions like "IBR", "CRY0", "NACE" "H2" etc. shall also be stamped.

4.2 A11 items coming under the purview of "IBR", "CRYO" , "NACE" & "H2"(hydrogen) shall be painted with one stripe of colour red, light purple brown, canary yellow & white respectively for easy identification. Width of stripe shall be 25mm and it shall be painted longitudinally across the complete thickness of flange other than hub.

4.3 Paint or ink for marking shall not contain any harmful metal or metal salts such as zinc, lead or copper which cause corrosive attack on heating.

4.4 All items shall be dry, clean and free from moisture, dirt and loose foreign materials of any kind.

4.5 All items shall be protected from rust, corrosion and mechanical damage during transportation, shipment and storage.

4.6 Rust preventive on machined surfaces to be welded shall be easily removable with a petroleum solvent and the same shall not be harmful to welding.

4.7 Each end of flange shall be protected with the following materials:

Flange face

Wood, metal or plastic cover Bevelled end

Wood, metal or plastic cover Threaded end

Plastic plug Socket welding end

Plastic cover or plug

4.8 Each size of flanges, blinds, etc. shall be supplied in separate packagings marked with the purchase order number, item code number, material specification, size and rating.

5.0 REFERENCES

6-81-0001 Specification for Positive Material Identification (PMI) at Supplier's Works.

6-81-0006 Inspection & test plan for flanges, spectacle blinds & drip rings

6-79-0013 Material requirements for carbon steel components used in sour service for petroleum refinery environments

7-44-0162 Standard for Spacers & Blinds 26" (150CL, 300CL & 600CL FF)

7-44-0164 Standard for Spacers & Blinds 26" (For AWWA Flanges)

7-44-0166 Dimensions for Handle projection for Spacers & Blinds 1/2"-24"

1.117,1217-,5W.13tt0.11

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

Page 218 of 345

,,cnf1,151,Pqd,,)

TECHNICAL NOTES FOR BUTT ENGINEERS INDIA LIMITED WELDED, SOCKET WELDED

IA Govt ol Intha UnooOok,o9) AND SCREWED FITTINGS

STANDARD SPECIFICATION No.

6-44-0054 Rev. 6 Page 1 of 9

-rEFW1 rc-R dcb-ilcb1

TECHNICAL NOTES FOR BUTT WELDED, SOCKET WELDED AND

SCREWED FITTINGS

6 25.09.14 REVISED AND ISSUED AS STD SPECN SH .AK jRN ATD4 SC

5 31.12.13 REVISED AND ISSUED AS STD SPECN UK SH AK RN SC

4 04.07.08 REVISED AND ISSUED AS STD SPECN RN SC DM VC

3 15/03/00 REVISED AND ISSUED AS STD SPECN RN BRB NS AS

2 04/04/94 HYDROTEST AND I.G. TEST CLAUSE REVISED

AKG BPV GRR AS

Rev. No

Date Purpose Prepared

by Checked

by

Standards Comm ittee Convenor

Standards Bureau

Chairman

Approved by

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

Page 219 of 345

ENG1NEERS TECH. NOTES FOR BUTT

fg-;fr Êtfai INDIA LIMITED WELDED, SOCKET WELDED AND SCREWED FITTINGS

STANDARD SPECIFICATION No.

6-44-0054 Rev. 6 Page 2 of 9

1.12R ,,c»,.13,70.1/

Abbreviations:

AARH Arithmetic Average Roughness Height ANSI American National Standards Institute API American Petroleum Institute ASME American Society of Mechanical Engineers ASTM American Society for Testing & Materials BHN Brinell Hardness Number CS Carbon Steel DP Dye Penetrant HAZ Heat Affected Zone HIC Hydrogen Induced Cracking IBR Indian Boiler Regulations IGC Inter Granular Corrosion IS Indian Standard LT Low Temperature MP Magnetic Particle MR Material Requisition MSS Manufacturer's Standardisation Society NACE MR National Association of Corrosion Engineers : Material Requirement NB Nominal Bore PMI Positive Material Identification PO Purchase Order PR Purchase Requisition SMYS Specified Minimum Yield Strength SS Stainless Steel

Piping Standards Committee

Convenor : Mr. R. Nanda

Members : Mr. M. Ismaeel Mr. Amrendra Kumar Mr. G. Balaji Mr. K.J. Harinarayanan (HMTD) Mr. P P Lahiri / Mr. S. Ghoshal (SMMS) Mr. S. Mukherjee (Construction) Mr. K.V.K. Naidu (Projects)

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

Copyright EIL —All rights reserved

Page 220 of 345

ENGNEERS TECH. NOTES FOR BUTT

5tgu fa7tn

aeg INDIA LIMITED WELDED, SOCKET WELDED AND SCREWED FITTINGS

STANDARD SPECIFICATION No.

6-44-0054 Rev. 6 Page 3 of 9

1.17,1 ,rcnr1,1111.~1/

CONTENTS

1.0 GENERAL 4

2.0 IBR REQUIREMENTS 8

3.0 ACCEPTABLE DEVIATIONS 9

4.0 MARKING AND DESPATCH 9

5.0 REFERENCES 9

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

Copyright EIL — All rights reserved

Page 221 of 345

k71 ENGINEERS TECH. NOTES FOR BUTT

Og'-ar 22-'dg INDIA LIMITED WELDED, SOCKET WELDED G" Unde""g) AND SCREWED FITTINGS

STANDARD SPECIFICATION No.

6-44-0054 Rev. 6 Page 4 of 9

1.0 GENERAL

1.1 Chemical composition, physical properties, tests, dimensions and tolerances, heat treatment and marking shall conform to the applicable latest codes / standards / specifications as specified in the material requisition (MR). Supplier shall strictly comply with MR/PR stipulations and no deviations shall be permitted. Post Order Concession/Deviation Permit 5- 0000-0180-F1 as mentioned in Cl. 5.18 of Specification for Quality Management System Requirements from Bidders (6-78-0001) is not applicable.

1.2 Testing

1.2.1 Test reports shall be supplied for all mandatory tests as per the material specifications. Test reports shall also be furnished for any supplementary tests as specified in the MR, Clauses 1.7.8, 1.9, 1.10 & 1.11. Material test certificates (physical properties, chemical composition & heat treatment report) shall also be furnished for fittings supplied.

1.2.2 Positive Material Identification (PMI) shall be performed as per scope and procedures defined in the Specification for Positive Material Identification (PMI) at Supplier's Works (6-81- 0001).

1.2.3 Refer to specification no.6-81-0005 for Inspection and Test plan for forged, seamless and welded fittings.

1.3 All fittings shall be seamless in construction unless otherwise specified. If fittings are specified as welded, the same shall conform to clause 1.7.

1.4 Outside diameters and wall thickness (unless otherwise mentioned) of butt welded fittings shall be in accordance with ASME B36.10 and ASME B36.19 as applicable.

1.5 For reducing butt weld fittings having different wall thicknesses at each end, the greater wall thickness of the fitting shall be employed and inside bore at each end shall be matched with the specified inside diameter.

1.6 Beveled ends for all fittings shall conform to ASME B16.25. Contour of bevel shall be as follows:

Material Wall Thickness Weld Contour

Carbon Steel (Except Low Temp. Carbon Steel)

Upto 22 mm Figure 2 Type A

> 22 mm Figure 3 Type A

Alloy Steel, Stainless Steel & Low Temp. Carbon Steel

Upto 10 mm Figure 4

> 10 mm & Upto 25 mm Figure 5 Type A

> 25 mm Figure 6 Type A

1.7 Welded Fittings

1.7.1 A11 welded fittings shall be double welded. Inside weld projection shall not exceed 1.6 mm. Welds shall be ground smooth at least 25 mm from the ends.

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

Page 222 of 345

ENGINEERS TECH. NOTES FOR BUTT

INDIA LIMITED WELDED, SOCKET WELDED (A G" "d" Unde"''') AND SCREWED FITTINGS

STANDARD SPECIFICATION No.

6-44-0054 Rev. 6 Page 5 of 9

1.11,1 051~,

1.7.2 For fittings made out of welded pipe, the welded pipe shall be double welded type & shall be manufactured with the addition of filler metal.

1.7.3 Welded tees shall not be of fabricated (stub-in) type.

1.7.4 All welded fittings shall be normalized & 100% radiographed by X-ray on all welds made by fitting manufacturers & also on the parent materials.

1.7.5 Welded pipes employed for manufacture of fittings shall be made by automatic welding only.

1.7.6 Specified heat treatment for carbon steel & alloy steel fittings shall be carried out again after weld repairs.

1.7.7 Irrespective of the material code requirement, all welded fittings indicated in the MR as "Cryo"& "LT" shall meet impact test requirements of ASME B3I .3. The impact test temperature shall be -196°C & -45°C for stainless steel & carbon steel respectively unless specifically mentioned otherwise in the MR.

1.8 Stainless Steel Fittings

1.8.1 All stainless steel fittings shall be supplied in solution heat treated condition.

1.8.2 Solution annealing for stainless steel fittings shall be carried out again after weld repairs.

1.8.3 For all stainless steel fittings Inter Granular Corrosion (IGC) test shall have to be conducted as per the following:

ASTM A 262 Practice "B" with acceptance criteria of "60 mils/year (max.)". Or

ASTM A262 Practice E with acceptance criteria of no cracks at 20X magnification and microstructure to be observed at 250X magnification shall ensure the absence of any cracks/ fissures. When testing is conducted as per practice 'E' photograph of microstructure shall be submitted for record.

1.8.4 When specifically asked for in MR for high temperature application of some grades of austenitic stainless steel (eg. SS309, 310,316,316H etc.) ASTM A 262 Practice "C" with acceptance criteria of "15 mils/year" shall have to be conducted.

1.8.5 For the IGC test as described in Clauses 1.8.3 & 1.8.4, two nets of samples shall be drawn from each solution treatment lot, one set corresponding to the highest carbon content and other set to the highest fitting thickness.

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

1.9 NACE/HIC Requirements

1.9.1 Fittings under "NACE" category or those designated as "HIC1" shall meet the requirements of NACE MR-0103 unless otherwise specified.

1.9.2 Fittings made from plates and designated as "HIC1" shall meet the HIC requirements of EIL specification 6-79-0013 unless otherwise specified.

1.10 Thickness/schedule lower or higher than specified for the finished product shall not be accepted.

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

Page 223 of 345

k31 ENQNEERS TECH. NOTES FOR BUTT 5g"arfaidles INDIA LIMITED WELDED, SOCKET WELDED

°Rna" Unde"«ng) AND SCREWED FITTINGS

STANDARD SPECIFICATION No.

6-44-0054 Rev. 6 Page 6 of 9

For manufacturing of elbows from pipes, same size of pipe as that of elbow shall be used and the nominal wall thickness of the starting pipes shall have positive tolerance only. However, where the manufacturer has an established automatic/semi-automatic process for the manufacture of elbows, the starting pipe may be permitted to be of Iower size with higher schedule as required. Starting pipe of higher size than that of the elbow shall not be permitted.

1.11 The gasket contact surfaces of stub ends shall be flat with face finish specified in the requisition. Interpretation on the specified face finish is as follows: 125 AARH Serrations with 125 to 250 µ in AARH

1.12 Seamless stub ends shall not have any welds on the body. Stub ends shall be long pattern type.

1.13 Galvanized fittings shall be coated with zinc by hot dip process conforming to IS 4736 / ASTM A153.

1.14 Threaded ends shall have NPT taper threads in accordance with ASME/ANSI B1.20.1 up to 1.5" NB & IS 554 from 2" to 6" NB.

1.15 Unless and otherwise specified in the MR, all socket welded and screwed fittings shall be in accordance with ASME B16.11 to the extent covered in the specification except for unions which shall be in accordance with MSS-SP-83.

1.16 Special fittings like weldolet, sockolet, sweepolet, latrolet, elbolet etc., the dimensions of which are not covered in ASME, MSS-SP & EIL Standards, shall be as per manufacturer's std. Contours of these fittings shall meet the requirements of ASME B31.3. Manufacturer shall submit drawings / catalogues of these items for records after acceptance of offer.

1.17 Length of all long half couplings shall be 100 mm unless otherwise specified in the MR.

1.18 For reducers to manufacturers' standard, length of reducer shall not be less than 0.7D where D is the outside diameter of the larger end.

1.19 All seamless pipes employed for manufacturing of fittings shall be required to have undergone hydrostatic test to ASTM A 530. Welded pipes employed for manufacture of fittings shall be tested as given below :

Welded Pipe Employed For Manufacture Of Welded Fittings. Test Criteria

ASTM A671 Gr. C65,70 (C1.32) ASTM A672 Gr. C60,65,70 (C1.12, 22) ASTM A671 Gr. CF60,65,70,66 (C1.32) ASTM A691 Gr. 1/2Cr, 1Cr, 11/4Cr, 21/4Cr, 5Cr, 9Cr (C1.42), 91 (C1.42)

P=2ST/D S = 90% of SMYS. T = Nom. Wall Thickness D = 0.D. of Pipe.

API 5L ASTM A358 TP 304, 304L, 304H, 318, 318L, 318H, 321, 347 (C1.1, 3, 4)

P=2ST/D S = 85% of SMYS. T = Nom. Wall Thickness D = 0.D. of Pipe.

ASTM B725 ASTM B725

ASTM B517 ASTM B517

ASTM B514 ASTM B514

1.20 The bevel ends of all butt weld fittings shall undergo 100% MP / DP test.

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

Copyright EIL — All rights reserved

Page 224 of 345

ENGINEEFZS TECH. NOTES FOR BUTT

Ii Odie`g cw INDIA LIMITED WELDED, SOCKET WELDED Unde"") AND SCREWED FITTINGS

STANDARD SPECIFICATION No.

6-44-0054 Rev. 6 Page 7 of 9

1.177, 2:12.72 ,151~)

1.21 Abbreviations for ends of swages and nipples shall be as follows: PBE

Plain Both Ends TBE

Threaded Both Ends TOE

Threaded One End TSE

Threaded Small End TLE

Threaded Large End

1.22 All types of SS321 or SS347 fittings shall be in stabilized heat treated condition. Stabilizing heat treatment shall be carried out subsequent to normal solution annealing. Soaking temperature and holding time for stabilizing heat treatment shall be 900°C and 4 hours respectively.

1.23 For Hydrogen service fittings following special requirements shall also be met:

a. All carbon steel fittings having wall thickness 9.53 mm (0.375") and above shall be normalised. Cold drawn fittings shall be normalised after the final cold draw pass for all thicknesses. In addition, fittings made from forgings shall have Carbon- 0.35 % max. and Silicon- 0.35 % max. The normalising heat treatment shall be a separate heating operation and not a part of the hot forming operation

b. All alloy steel (Cr-Mo) fittings shall be normalised and tempered. The normalising and tempering shall be a separate heating operation and not a part of the hot forming operation. The maximum room temperature tensile strength shall be 100,000 psi.

c. For carbon steel fittings, hardness of weld and HAZ shall be 200 BHN (max.). For alloy steel fittings, hardness of weld and HAZ shall be 225 BHN (max.).

d. For all austenitic stainless steels, the weld deposit shall be checked for ferrite content. A Ferrite No.(FN) not lens than 3% and not more than 10% is required to avoid sigma phase embrittlement during heat treatment. FN shall be determined by Ferritescope prior to post weld heat treatment.

e. For all Carbon steel and Alloy steel fittings with wall thickness over 20mm, Charpy-V Notch impact testing shall be carried out in accordance with paragraph UG-84 of ASME Section VIII, Div-1 for weld metal and base metal from the thickest item per heat of material and per heat treating batch. Impact test specimen shall be in complete heat treated condition and accordance with ASTM A370. Impact energies at 0°Celsius shall average greater than 27J (20 ft-lb) per set of three specimens, with a minimum of 19J (15 ft-lb).

1.24 For all welded alloy steel fittings with mandatory requirements of heat treatment and radiography, radiography shall be performed after heat treatment.

1.25 All 1Cr-0.5Mo & 1.25Cr-0.5Mo fittings shall be normalized and tempered. All 2.25Cr- 1 Mo, 5Cr-0.5Mo, 9Cr- 1 Mo & 9Cr- 1 Mo-V welded fittings shall be normalized and tempered.

1.26 Fitting material as per ASTM A234 Gr.WP5/WP9/WP91, wherever specified, shall be as per 'Cl.lt, unless otherwise specified.

1.27 Materials designated as structural steel grades like IS 2062, SA 36 etc. or similar specification are not permitted for manufacture of fittings.

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

Page 225 of 345

ENGINEERS TECH. NOTES FOR BUTT

Ofa j -egIw INDIA LIMITED WELDED, SOCKET WELDED 'flnd" Unde"") AND SCREWED FITTINGS

STANDARD SPECIFICATION No.

6-44-0054 Rev. 6 Page 8 of 9

I MTA <7,7.1,711,~

2.0 IBR REQUIREMENTS

2.1 IBR Documentation Required

2.1.1 Fittings under the purview of "IBR" (Indian Boiler Regulations) shall be accompanied with original IBR certificate in Form III-C duly approved and countersigned by IBR authority / local authority empowered by Central Boiler Board of India. Photocopy of the original certificate duly attested by the local boiler inspector where the supplier is located is the minimum requirement for acceptance.

2.1.2 For materials 11/4Cr - 1/2Mo (ASTM A 234Gr.WP11 & ASTM A234 Gr.WP11W) & 21/4Cr - 1Mo (ASTM A 234 Gr.WP22 & ASTM A234 Gr. WP22W) & 9Cr-lMo-V (A234 Gr.WP91/ A234Gr.WP91W),where fittings are manufactured from pipe, Form III-C approved by IBR shall include the tabulation of Et, Sc, & Sr values for the entire temperature range given below. Et, S„ & Sr values shall be such that throughout the temperature range

Et / 1.5

S, / 1.5

Sc

SA

SA Allowable stress at the working metal temperature. E, Yield point (0.2% proof stress at the working metal temperature) Sc The average stress to produce elongation of 1%(creep) in 100000 hrs at

the working metal temperature. Sr The average stress to produce rupture in 100000 hrs at the working metal

temperature and in no case more than 1.33 times the lowest stress to produce rupture at this temperature.

SA (psi)

Temp( F) Material

500 600 650 700 750 800 850 900 950 1000 1050 1100

A234Gr.WP11/ A234Gr.WP11W

21700 20900 20500 20100 19700 19200 18700 13700 9300 6300 4200 2800

A234Gr.WP22 / A234Gr.WP22W

17900 17900 17900 17900 17900 17800 14500 12800 10800 7800 5100 3200

A234Gr.WP91/ A234Gr.WP91W

28100 27700 27300 26700 25900 24900 23700 22300 20700 18000 14000 10300

Note : SA values shall be as per the latest edition prevailing.

2.2 For carbon steel pipes under IBR the chemical composition shall conform to the following:

Carbon (max) 0.25% Others (S, P, Mn) As prescribed in IBR.

The chemical composition as indicated in this clause is not applicable for pipes other than IBR services.

3.0 ACCEPTABLE DEVIATIONS

3.1 Seamless fittings are acceptable in place of welded fittings, however, welded fittings are not acceptable in place of seamless fittings. Forged fittings are acceptable in place of wrought

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

Page 226 of 345

aj ENGINEERS TECH. NOTES FOR BUTT

51g-ar fa -eg INDIA LIMITED WELDED, SOCKET WELDED IA

5" °"'" Un0 en'''9) AND SCREWED FITTINGS

STANDARD SPECIFICATION No.

6-44-0054 Rev. 6 Page 9 of 9

fittings. However, wrought seamless fittings are acceptable in place of forgings only in case of swages.

3.2 Fittings of Grades SS317 of corresponding material are acceptable in place of Grades SS316 or SS316(2.5Mo min.).

3.3 Fittings of Grades SS317L of corresponding material are acceptable in place of Grades SS316L or SS316L(2.5Mo min.).

4.0 MARKING AND DESPATCH

4.1 Each fitting shall be legibly and conspicuously stamped in accordance with the requirements of applicable standards along with special condition like "IBR", "Cryo", "NACE" and "H2" etc.

4.2 Steel die marking with round bottom punch may be permitted on body of butt weld CS & lower alloy steel fittings, but for SS & higher alloy steel fittings, the same should be marked by electro-etching only.

4.3 Paint or ink for marking shall not contain any harmful metals or metal salts such as Zinc, Lead or Copper which causes corrosive attack on heating.

4.4 Fittings shall be dry, clean and free of moisture, dirt and loose foreign materials of any kind.

4.5 Fittings shall be protected from rust, corrosion and mechanical damage during transportation, shipment and storage.

4.6 Rust preventive used on machined surfaces to be welded shall be easily removable with a petroleum solvent and the same shall not be harmful to welding.

4.7 Fittings coming under the purview of "IBR", "CRYO" , "NACE" & "H2"(hydrogen) shall be painted with one circumferential stripe of colour red, light purple brown, canary yellow & white respectively for easy identification. Width of stripe shall be 12mm for sizes less than 3" and 25mm for sizes 3" and above. Stripe shall be located centrally for elbows, diagonally for caps, at the larger end for reducing fittings, longitudinally for couplings and at one end near to the bevel/socket/screwed end for other fittings.

4.8 Each end of fitting shall be protected with a wood, metal or plastic cover.

4.9 Each size of fitting shall be supplied in separate packaging marked with the purchase order number, item code number, material specification, size and schedule / thickness / rating. For small quantities, fittings of different sizes may be packed in separate packing size-wise and there packing may be packed in a bigger package/ container clearly identifying the contents.

5.0 REFERENCES

6-81-0001

6-81-0005

6-79-0013

: Specification for Positive Material Identification (PMI) at Supplier's Works

Inspection & test plan for forged, seamless and welded fittings

Material requirements for carbon steel components used in sour service for petroleum refinery environments

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

Page 227 of 345

ei IfgarfaI54-eu

TECHNICAL NOTES FOR STANDARD SPECIFICATION No.

6-44-0064 Rev. 2 Page 1 of 5 (A Govt. India undertaking)

ENGINEERS INDIA LIMITED HOSES & HOSE COUPLINGS

fl—

2 30.03.18 REVISED & ISSUED AS STANDARD

SPECIFICATION PK

1 28.03.13 REVISED & ISSUED AS STANDARD

SPECIFICATION UK

0 29.06.09 ISSUED AS STANDARD SPECIFICATION PK

Rev. No

Date Purpose Prepared

by

1■

K1 MI RN

SH RN ATD DM

RN SC ND

Checked by

Standards Standards Committee Bureau Convenor Chairman

Approved by

0.q -etw entiicriTr fa-R rich's" l et) l I dui I ul q I

TECHNICAL NOTES FOR HOSES & HOSE COUPLINGS

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

Page 228 of 345

STANDARD SPECIFICATION No. ENGINEERS TECHNICAL NOTES FOR

e.11 ailez INDIA LIMITED Wren ewaiirinLyknai) IA Govl of India Undertaking)

HOSES & HOSE COUPLINGS 6-44-0064 Rev. 2 Page 2 of 5

Abbreviations:

AARH Arithmetic Average Roughness Height ASME American Society of Mechanical Engineers CS Carbon Steel eDMS Electronic Document Management System MR Material Requisition PMI Positive Material Identification

Piping Standards Committee

Convenor : Mr. M. Ismaeel

Members : Mr. Amrendra Kumar Mr. G. Balaji Mr. Udayan Chakravarty Mr. K.J. Harinarayanan (S&ME) Mr. Mr. S. Ghosal (Process-2) Mr. G.K. Iyer (Projects) Mr. Pankaj Kr. Rai (Construction)

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

Page 229 of 345

dalfaei& ENGINEERS TECHNICAL NOTES FOR INDIA LIMITED HOSES & HOSE COUPLINGS

Govt of India Urdertaking)

STANDARD SPECIFICATION No.

6-44-0064 Rev. 2 Page 3 of 5

CONTENTS

1.0 PURPOSE & SCOPE 4

2.0 TECHNICAL REQUIREMENTS 4

3.0 DOCUMENTATION 4

4.0 TESTING & INSPECTION 4

5.0 MARKING & DESPATCH 5

6.0 ATTACHMENTS 5

7.0 ATTACHMANTS FOR MR 5

8.0 REFERENCES 5

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

Page 230 of 345

STANDARD SPECIFICATION No. ENGINEERS TECHNICAL NOTES FOR

DUI 1;f5teg INDIA LIMITED ,A Gov! d India Undertakingj HOSES & HOSE COUPLINGS 6-44-0064 Rev. 2

Page 4 of 5

1.0 PURPOSE & SCOPE

These Technical Notes shall form part of Material Requisition as well as the Purchase Requisition for Hoses & Hose couplings. These shall also serve as reference for Materials Engineer and Inspection. These notes cover the technical requirements, documentation, inspection, testing, marking and dispatch requirements for hoses and hose couplings. Supplier shall strictly comply with MR/PR stipulations and no deviations shall be permitted.

2.0 TECHNICAL REQUIREMENTS

2.1 Hose material and Ends thereof shall be as per Material Requisition (MR).

2.1.1 The material composition, physical properties, heat treatment, mandatory tests, dimensions and tolerances and marking shall conform to the applicable codes/standards/specifications.

2.2 Hoses shall be suitable for outdoor installation in an atmosphere containing hydrocarbon vapour, steam etc. The outer cover shall be resistant to ageing, abrasion & weather effects etc.

2.3 Flanges for flanged hoses shall be in accordance with ASME B 16.5 unless specified otherwise in the requisition. Flange finish shall be as specified in the requisition. The interpretation for range of face finish shall be as follows:

Serrated/Smooth/125AARH: 125 to 250 micro inch AARH.

2.4 Hose end connections shall be supplied as per MR.

2.5 CS Fittings(hose couplings, clamps, claws, nozzles etc.) shall be cadmium chromium Plated.

2.6 Manufacturer shall guarantee suitability of hoses for the service and working conditions (design pressure, design temperature) as specified in Data sheet of hoses and hose couplings.

3.0 DOCUMENTATION

3.1 No documents shall be submitted along with the offer. However, vendor shall submit the following documents for records through EIL eDMS:

Duly signed and stamped data sheet for hoses & hose couplings. Vendor's catalogue/ drawings showing detailed dimensions along with material for different parts. Material test certificates as applicable; test reports of mandatory tests, hydrotest and special tests as per applicable specifications and standards.

3.2 In addition to submissions through eDMS, the following documents shall be submitted in hard copies (6 sets) and soft copies (2 CDs/DVDs) along with the delivery of respective items:

Vendor's catalogue/ drawings showing detailed dimensions along with material for different parts.

4.0 TESTING & INSPECTION

4.1 All hoses shall be tested at 2 times the design Pressure along with end connections.

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

Page 231 of 345

$1g-ar 056 .177R e8rnn2 ...pm.)

ENGINEERS TECHNICAL NOTES FOR INDIA LIMITED IA Govl of Ind. Undertaking)

HOSES & HOSE COUPLINGS

STANDARD SPECIFICATION No.

6-44-0064 Rev. 2 Page 5 of 5

Eta

4.2 Steam resistance test, vacuum test and electrical continuity test shall be carried out as applicable in Clauses 4.2.1 & 4.2.2 and shall fulfill the requirements of the applicable design code/specifications.

4.2.1 Electrical continuity test shall be conducted on all individual non-metallic hoses.

4.2.2 Vacuum test shall be conducted on all individual metallic and rubber hoses intended for steam service. For rubber hoses intended for steam service, steam resistance test shall also be conducted.

4.3 Flanges shall be so aligned so that the deviations measured in any direction do not exceed 0.5°.

4.4 The length of the finished hose assembly shall not differ from the specified length by more than ±1%. Hose assembly shall be measured after being subjected to the various tests. Tolerances shall be as per specified design code.

4.5 Positive Material Identification (PMI) shall be performed as per the scope and procedures as defined in the 'Specification for Positive Material Identification (PMI) at Supplier's Works (No. 6-81-0001).

4.6 Refer Specification no 6-81-0135 for 'Inspection & Test Plan for Hose Pipes and Couplings'.

5.0 MARKING & DESPATCH

5.1 All hoses along with their couplings shall be dry, clean and free from moisture, dirt and loose foreign material of any kind. All hoses shall be suitably packed and protected to avoid damage during transportation, shipment and storage.

5.2 Each hose shall have a weatherproof tag attached with a corrosion resistant metal wire. The weatherproof tag shall be embossed with item code, size of hose and length of hose. In addition, all hoses shall be clearly marked with service and maximum working pressure at both ends.

6.0 ATTACHMENTS

6-44-0064-A1 Sketches for hoses and hose couplings (End details)

7.0 ATTACHMENTS FOR MR

Format No.3-1643-0095: Data sheet for hoses and hose couplings

8.0 REFERENCES

6-81-0001 Specification for Positive Material Identification (PMI) at Supplier's Works

6-81-0135 Inspection & Test Plan for Hose Pipes and Couplings

6-78-0001 Specification for Quality Management System Requirements from Bidders

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

Page 232 of 345

Page 233 of 345

QMSStandardsCommittee

1 12.03.15 General Revision

QMS

QMS0 04.06.09 Issued as Standard Specification

Standards

Standards SCT

NDCommittee

Committee

Rev.No Date Purpose Prepared by Checked

by

StandardsCommitteeConvener

StandardsBureau

Chairman

QMSStandardsCommittee

MPJ

SC

ENGINEERSlakgINDIA LIMITED

(A Gavt at India Undertaking)

SPECIFICATION FOR QUALITYMANAGEMENT SYSTEMREQUIREMENTS FROM

BIDDERS

STANDARD SPECIFICATION No.

6-78-0001 Rev. 1Page 1 of 7

mren ewaire mjvam)

64)(11 Chrlf qu i ciall -51-04ffu tea aliikrrat t ?drift'

SPECIFICATION FOR QUALITYMANAGEMENT SYSTEM

REQUIREMENTS FROM BIDDERS

Approved by

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

Copyright EIL — All rights reserved

Page 234 of 345

ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

INDIA LIMITED SYSTEM 6-78-0001 Rev. 1lft2 (AG'"ind'Undelt6ung) REQUIREMENTS FROM BIDDERS Page 2 of 7

Abbreviations:

CV Curriculum Vitae

ISO International Organization for Standardization

MR Material Requisition

PO Purchase Order

PR Purchase Requisition

QA Quality Assurance

QMS Quality Management System

QMS Standards Committee

Convener: Mr. M.P. Jain

Members: Mr. A.K. Chaudhary (Insp.)Mr. S.K. Kaul (C&P)Mr. R.K. Trivedi (Engg.)Mr. Ravindra Kumar (Const.)Mr. Tilak Raj (Projects)Mr. Vinod Kumar (CQA)

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

Page 235 of 345

ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

INDIA LIMITED SYSTEM 6-78-0001 Rev.'A

Govt At ' nth' Und"k"V) REQUIREMENTS FROM BIDDERS Page 3 of 7Igar llks

Oiren

CONTENTS

Clause Title Page

No.

1.0 SCOPE 4

2.0 DEFINITIONS 4

3.0 REFERENCE DOCUMENTS 4

4.0 QUALITY MANAGEMENT SYSTEM — GENERAL 4

5.0 QUALITY SYSTEM REQUIREMENTS 4

6.0 AUDITS 7

7.0 DOCUMENTATION REQUIREMENTS 7

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

Page 236 of 345

el ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

$1g-zg faReg INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1

own 120.2 .I J40.9) IA GOVt of India Undertaking) REQUIREMENTS FROM BIDDERS Page 4 of 7

1.0 SCOPE

This specification establishes the Quality Management System requirements to bemet by BIDDER for following purpose:

• QMS requirements to be met by suppliers/contractors after award of work/during contract execution.

2.0 DEFINITIONS

2.1 Bidder

For the purpose of this specification, the word "BIDDER" means the person(s), firm,company or organization who is under the process of being contracted by EIL /Owner for delivery of some products (including service). The word is consideredsynonymous to supplier, contractor or vendor.

2.2 Project Quality Plan

Document tailored from Standard Quality Management System Manual of BIDDER,specifying how the quality requirements of the project will be met.

2.3 Owner

Owner means the owner of the project for which services / products are beingpurchased and includes their representatives, successors and assignees.

3.0 REFERENCE DOCUMENTS

6-78-0002

Specification for Documentation Requirements fromContractors

6-78-0003

Specification for Documentation Requirements from Suppliers

4.0 QUALITY MANAGEMENT SYSTEM — GENERAL

Unless otherwise agreed with EIL / Owner, the BIDDER proposed quality systemshall fully satisfy all relevant requirements of ISO 9001 "Quality ManagementSystems — Requirements." Evidence of compliance shall be current certificate ofquality system registration to ISO 9001 or a recent compliance audit recommendingregistration from a certification agency. The quality system shall provide theplanned and systematic control of all quality related activities for execution ofcontract. Implementation of the system shall be in accordance with BIDDER'SQuality Manual and PROJECT specific Quality Plan.

5.0 QUALITY SYSTEM REQUIREMENTS

5.1 BIDDER shall prepare and submit for review / record, Project Quality Plan / QualityAssurance Plan for contracted scope / job. The BIDDER'S Quality Plan shalladdress all of the applicable elements of ISO 9001, identify responsible partieswithin BIDDER'S organization, for the implementation / control of each area,reference the applicable procedures used to control / assure each area, and verifythe documents produced for each area. The Project Quality Plan shall necessarilydefine control or make reference to the relevant procedures, for design andengineering, purchase, documentation, record control, bid evaluation, inspection,production/manufacturing, preservation, packaging and storage, quality control at

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

Copyright EIL — All rights reserved

Page 237 of 345

ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1(A Gavt of India undertaking' REQUIREMENTS FROM BIDDERS Page 5 of 7

construction site, pre-commissioning, commissioning and handing over (asapplicable) in line with contract requirement and scope of work.

5.2 BIDDER shall identify all specified or implied statutory and regulatory requirementsand communicate the same to all concerned in his organization and his subcontractor's organization for compliance.

5.3 BIDDER shall deploy competent and trained personnel for various activities forfulfillment of PO / contract. BIDDER shall arrange adequate infrastructure and workenvironment to ensure that the specification and quality of the deliverable aremaintained.

5.4 BIDDER shall do the quality planning for all activities involved in delivery of order.The quality planning shall cover as minimum the following:

ResourcesProduct / deliverable characteristics to be controlled.Process characteristics to ensure the identified product characteristics are

realizedIdentification of any measurement requirements, acceptance criteriaRecords to be generatedNeed for any documented procedure

The quality planning shall result into the quality assurance plan, inspection and testplans (ITPs) and job procedures for the project activities in the scope of bidder.These documents shall be submitted to EIL/Owner for review/approval, beforecommencement of work.

5.5 Requirements for sub-contracting / purchasing of services specified in contract /tender shall be adhered to. In general all outsourced items will be from approvedvendors of EIL. Wherever requirements are not specified, or approved sub vendorsdo not exist, the sub-contractor shall establish and maintain a system for purchasing/ sub-contracting to ensure that purchased product / service conforms to specifiedrequirements. Criteria for selection of sub-contractor, evaluation, re-evaluation,maintenance of purchasing data and verification of purchased product (sub-contractor services), constitute important components of this requirement.

5.6 BIDDER shall plan and carry production and service provision under controlledconditions. Controlled conditions shall include, as applicable

the availability of information that describes the characteristics of the productthe availability of work instructionsthe use of suitable equipmentthe availability and use of monitoring and measuring devicesthe implementation of monitoring and measurementthe implementation of release, delivery and post-delivery activities

5.7 BIDDER shall validate any processes for production and service provision whereresulting output cannot be verified by subsequent monitoring and measurement.This includes any process where deficiencies become apparent only after theproduct is in use or service has been delivered.

5.8 BIDDER shall establish a system for identification and traceability of product /deliverable throughout product realization. Product status with respect to inspectionand testing requirements shall be identified.

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

Page 238 of 345

ei ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

lge.ji id5fez INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1IA Govt of India undettaking) REQUIREMENTS FROM BIDDERS Page 6 of 7

Oren erRRIZ .71.1.113,70

5.9 BIDDER shall identify, verify, protect and safeguard EIL / Owner property (material /document) provided for use or incorporation into the product. If any Owner / EILproperty is lost, damaged or otherwise found to be unsuitable for use, this shall bereported to the EIL / Owner.

5.10 BIDDER shall ensure the conformity of product / deliverable during internalprocessing and delivery to the intended destination. Requirements mentioned in thetender shall be adhered to.

5.11 BIDDER shall establish system to ensure that inspection and testing activities arecarried out in line with requirements. Where necessary, measuring equipmentsshall be calibrated at specified frequency, against national or internationalmeasurement standards; where no such standard exists, the basis used forcalibration shall be recorded. The measuring equipments shall be protected fromdamage during handling, maintenance and storage.

5.12 BIDDER shall ensure effective monitoring, using suitable methods, of the processesinvolved in production and other related processes for delivery of the scope ofcontract.

5.13 BIDDER shall monitor and measure the characteristics of the product/deliverable toverify that product requirement has been met. The inspection (stage as well asfinal) by BIDDER and EIL / Owner personnel shall be carried out strictly as per theITPs forming part of the contract. Product release or service delivery shall notproceed until the planned arrangements have been satisfactorily completed, unlessotherwise approved by relevant authority and where applicable by Owner / EIL.

5.14 BIDDER shall establish and maintain a documented procedure to ensure that theproduct which does not conform to requirements is identified and controlled toprevent its unintended use or delivery

5.15 All non-conformities (NCs) / deficiencies found by the BIDDER'S inspection /surveillance staff shall be duly recorded, including their disposal action shall berecorded and resolved suitably. Effective corrective and preventive action shall beimplemented by the BIDDER so that similar NCs including deficiencies do not recur.

5.16 All deficiencies noticed and reported by EIL / Owner shall be analyzed by theBIDDER and appropriate corrective and preventive actions shall be implemented.BIDDER shall intimate EIL / Owner of all such corrective and preventive actionimplemented by him.

5.17 BIDDER should follow the standards, specifications and approved drawings.Concessions/Deviations shall be allowed only in case of unavoidable circumstances.In such situations Concession/deviation request must be made by the BIDDERthrough online system of EIL eDMS. URL of EIL eDMS ishttp://edocx.eil . co . in/vportal.

5.18 BIDDER shall have documented procedure for control of documents.

5.19 All project records shall be carefully kept, maintained and protected for any damageor loss until the project completion, then handed over to EIL / Owner as per contractrequirement (Refer Specification Nos. 6-78-0002 - Specification for DocumentationRequirements from Contractors and 6-78-0003 - Specification for DocumentationRequirements from Suppliers), or disposed as per relevant project procedure.

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

Page 239 of 345

ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1(A Goof of India UndertakIngi REQUIREMENTS FROM BIDDERS Page 7 of 7

eiJrIft kif51ft.wirer riraxem3Tmil

6.0 AUDITS

BIDDER shall plan and carry out the QMS audit for the job. Quality audit programmeshall cover design, procurement, construction management and commissioning asapplicable including activities carried out by sub-vendors and sub-contractors. Thisshall be additional to the certification body surveillance audits carried out underBIDDER'S own ISO 9001 certification scheme.

The audit programmes and audit reports shall be available with bidder for scrutinyby EIL / Owner. EIL or Owner's representative reserves the right to attend, as awitness, any audit conducted during the execution of the WORKS.

In addition to above EIL, Owner and third party appointed by EIL/Owner may alsoperform Quality and Technical compliance audits. BIDDER shall provide assistanceand access to their systems and sub-contractor / vendor systems as required for thispurpose. Any deficiencies noted shall be immediately rectified by BIDDER.

7.0 DOCUMENTATION REQUIREMENTS

BIDDER shall submit following QMS documents immediately after award of work(Within one week) for record / review by EIL / Owner.

Organization chart (for complete organization structure and for the project)Project Quality Plan/Quality Assurance PlanJob specific Inspection Test Plans, if not attached with PRJob ProceduresInspection/Test Formats

In addition to above QMS documents, following documentation shall be maintainedby the BIDDER for submission to EIL / Owner on demand at any point of time duringexecution of the project.

Quality ManualCertificate of approval for compliance to ISO: 9001 standardProcedure for Control of Non-conforming ProductProcedure for Control of DocumentsSample audit report of the QMS internal and external audits conducted duringlast one yearCustomer satisfaction reports from at least 2 customers, during the last oneyearProject QMS audit reportTechnical audit reports for the projectCorrective action report on the audits

Documents as specified above are minimum requirements. BIDDER shall submitany other document/data required for completion of the job as per EIL/Ownerinstructions.

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

Page 240 of 345

1 12.03.15 General Revision

C)(415----2QMS QMS

Standards StandardsCommittee Committee

SC

∎31 ENGINEERSligar lafgesW INDIA LIMITED

(411W1 292,51V MIJ‘10571) Govt o India Undertalongj

SPECIFICATION FORDOCUMENTATION

REQUIREMENTS FROMSUPPLIERS

STANDARD SPECIFICATION No.

6-78-0003 Rev. 1Page 1 of 8

affrirewufat 74ER

*mat t feituSPECIFICATION FOR

DOCUMENTATION REQUIREMENTSFROM SUPPLIERS

QMS QMS0 04.06.09 Issued as Standard Specification

Standards Standards SCT NDCommittee Committee

Rev.No Date Purpose Prepared Checked

by by

Standards StandardsComm ifte BureauConvener Chairman

Approved by

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

Page 241 of 345

STANDARD SPECIFICATIONNo.

6-78-0003 Rev. 1Page 2 of 8

(t,ft. ENGINEERS1i laWGNIIY INDIA LIMITEDogire, efiTIWAnowAl (A Govt of Into Undertaking(

SPECIFICATION FORDOCUMENTATION

REQUIREMENTS FROMSUPPLIERS

Abbreviations:

DCI - Document Control Index

eDMS - Electronic Document Management System

FOA Fax of Acceptance

HOD Head of Division / Department

IC Inspection Certificate

IRN Inspection Release Note

ITP Inspection and Test Plan

LOA Letter of Acceptance

MOU Memorandum of Understanding

MR Material Requisition

PO Purchase Order

PR Purchase Requisition

PVC Polyvinyl Chloride

QMS Quality Management System

TPIA Third Party Inspection Agency

URL Universal Resource Locator

QMS Standards Committee

Convener: Mr. M.P. Jain

Members: Mr. A.K. Chaudhary (Insp.)Mr. S.K. Kaul (C&P)Mr. R.K. Trivedi (Engg.)Mr. Ravindra Kumar (Const.)Mr. Tilak Raj (Projects)Mr. Vinod Kumar (CQA)

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

Page 242 of 345

SPECIFICATION FORDOCUMENTATION

REQUIREMENTS FROMSUPPLIERS

STANDARD SPECIFICATIONNo.

6-78-0003 Rev. 1Page 3 of 8

ei ENGINEERSOaez idiWIeg INDIA LIMITED

011E71 ewaxedaagem) (A Govt of India Undertaking)

CONTENTS

Clause Title PageNo.

1.0 SCOPE 42.0 DEFINITIONS 43.0 REFERENCE DOCUMENTS 44.0 DOCUMENTATION REQUIREMENTS 4

Attachments

Format for completeness of Final Documentation Format No. 3-78-0004

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

Copyright EIL — All rights reserved

Page 243 of 345

ENGINEERSINDIA LIMITED(A Govt of Intha Undertakongt

SPECIFICATION FORDOCUMENTATION

REQUIREMENTS FROM

STANDARD SPECIFICATIONNo.

6-78-0003 Rev. 1dol

5'gzir tlf5ltuI.VOM

SUPPLIERS Page 4 of 8

1.0 SCOPE

This specification establishes the Documentation Requirements from Suppliers.

All documents/data against the PO / PR / MR shall be developed and submitted toEIL/Owner by the suppliers for review / records, in line with this specification.

2.0 DEFINITIONS

2.1 Supplier

For the purpose of this specification, the word "SUPPLIER" means the person(s),firm, company or organization who is under the process of being contracted by EIL /Owner for delivery of some products (including service). The word is consideredsynonymous to bidder, contractor or vendor.

2.2 Owner

Owner means the owner of the project for which services / products are beingpurchased and includes their representatives, successors and assignees.

3.0 REFERENCE DOCUMENTS

6-78-0001 Specification for Quality Management System Requirementsfrom Bidders

4.0 DOCUMENTATION REQUIREMENTS

4.1 Documents/Data to be Submitted by the Supplier

4.1.1 The Supplier shall submit the documents and data against the PO/PR/MR as per thelist given in respective PO/PR/MR.

4.1.2 Review of the supplier drawings by EIL would be only to review the compatibility withbasic designs and concepts and in no way absolve the supplier of hisresponsibility/contractual obligation to comply with PR requirements, applicablecodes, specifications and statutory rules/regulations. Any error/deficiency noticedduring any stage of manufacturing/execution/installation shall be promptly correctedby the supplier without any time and cost implications, irrespective of comments onthe same were received from EIL during the drawing review stage or not.

4.1.3 Unless otherwise specified, submission of documents for Review/Records shallcommence as follows from the date of Fax of Intent / Letter of Intent/ Fax ofAcceptance (FOA)/ Letter of Acceptance (LOA):

QMS - 1 weekDrawing/Document Control Index - 2 weeksOther Documents/Drawings - As per approved Drawing/Document Control

Index/Schedule

4.1.4 Documents as specified in PO/PR/MR are minimum requirements. Supplier shallsubmit any other document/data required for completion of the job as per EIL/Ownerinstructions.

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

Copyright EIL — All rights reserved

Page 244 of 345

'7f 11I OfiTt cYeawlnn

ENGINEERSINDIA LIMITED(A Govt of India UndenakIngi

SPECIFICATION FORDOCUMENTATION

REQUIREMENTS FROMSUPPLIERS

STANDARD SPECIFICATIONNo.

6-78-0003 Rev. 1Page 5 of 8

4.2 Style and Formatting

4.2.1 All Documents shall be in ENGLISH language and in M.K.S System of units.

4.2.2 Before forwarding the drawings and documents, contractor shall ensure that thefollowing information are properly mentioned in each drawing:

Purchase Requisition NumberName of Equipment / PackageEquipment / Package Tag No.Name of ProjectClientDrawing / Document TitleDrawing / Document No.Drawing / Document Revision No. and Date

43 Review and Approval of Documents by Supplier

4.3.1 The Drawing/Documents shall be reviewed, checked, approved and dulysigned/stamped by supplier before submission. Revision number shall be changedduring submission of the revised supplier documents and all revisions shall behighlighted by clouds. Whenever the supplier require any sub-supplier drawings to bereviewed by EIL, the same shall be submitted by the supplier after duly reviewed,approved and stamped by the supplier. Direct submission of sub-supplier's drawingswithout contractor's approval shall not be entertained.

4.4 Document Category

4.4.1 Review Category

Following review codes shall be used for review of supplier Drawings/Documents:

Review Code 1 No comments. Proceed with manufacture/fabrication as per the document.

Review Code 2 Proceed with manufacture/fabrication as percommented document. Revised documentrequired.

Review Code 3 Document does not conform to basicrequirements as marked. Resubmit for review

R Document is retained for Records. Proceedwith manufacture/fabrication.

V Void

4.5 Methodology for Submission of Documents to EIL/Owner

4.5.1 Document Control Index (DCI)

Supplier shall create and submit Document Control Index (DCI) for review based onPO/PR/MR along with schedule date of submission of each drawing/document on EILeDMS. The DCI shall be specific with regard to drawing/document no. and the exacttitle. Proper sequencing of the drawings/documents should be ensured in scheduledate of submission.

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

Page 245 of 345

r1.7-14 ENGINEERS51g-a feff5leg INDIA LIMITED

1.17,124ifflsrefloJOORI1 IA GUN. of India Undertaking,

SPECIFICATION FORDOCUMENTATION

REQUIREMENTS FROMSUPPLIERS

STANDARD SPECIFICATIONNo.

6-78-0003 Rev. 1Page 6 of 8

4.5.2 Submission of Drawings/Documents

Drawings/documents and data shall be uploaded on the EIL eDMS Portal as per DCI.The detail guidelines for uploading documents on EIL eDMS Portal are available onfollowing URL

http://edocx.eil.co.in/vportal

4.5.3 Statutory Approvals

Wherever approval by any statutory body is required to be taken by Supplier, theSupplier shall submit copy of approval by the authority to EIL.

4.5.4 Details of Contact Persons of Supplier

After placement of order supplier shall assign a Project Manager for that order. Thedetails are to be filled online through the portal. The details include e-mail address,mailing address, telephone nos., fax nos. and name of Project Manager. All the systemgenerated emails pertaining to that order shall be sent to the assigned ProjectManager.

4.5.5 Schedule and Progress Reporting

Supplier shall submit monthly progress report and updated procurement, engineeringand manufacturing status (schedule vs. actual) every month, beginning within 2 weeksfrom FOA/LOA. In case of exigencies, EIL/Owner can ask for report submission asrequired on weekly/fortnightly/adhoc basis depending upon supply status and suppliershall furnish such reports promptly without any price implication. Format for progressreport shall be submitted by the Supplier during kick off meeting or within one week ofreceiving FOA/LOA, whichever is earlier.

4.5.6 Quality Assurance Plan/Inspection and Test Plan

Inspection and test plans (ITP) attached if any, to the MR/PR are to be followed.However for cases wherein ITPs have not been attached with MR/PR, Supplier shallsubmit within one week of receiving FOA/LOA, the Quality Assurance Plan formanufacturing, covering quality control of critical bought out items/materials,inspection & testing at various stages of production, quality control records and siteassembly & testing as may be applicable to the specific order and obtain approvalfrom concerned Regional procurement Office of EIL/third party inspection agency, asapplicable.

For Package equipment contracts, the supplier shall prepare a list of items/equipments and their inspection categorization plan for all items included in the scopeof supply immediately after receipt of order and obtains approval for the same fromEIL. The items shall be categorized into different categories depending upon theircriticality for the scope of inspection of TPIA and/or EIL.

4.5.7 Inspection Release Note (IRN)/ Inspection Certificate (IC)

IRN/ IC shall be issued by EIL Inspector/ third party inspection agency on the basis ofsuccessful inspection, review of certificates as per specifications & agreed quality plan(as applicable) and only after all the drawings/documents as per DCI are submittedand are accepted under review code-1 or code R. Supplier shall ensure that necessarydocuments/manufacturing and test certificates are made available to EIL/TPIA as andwhen desired.

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

Page 246 of 345

ENGINEERSOgell 0151jeg INDIA LIMITED

IA Govt of India Unclettalong)1.127, owtore o43frosso

SPECIFICATION FORDOCUMENTATION

REQUIREMENTS FROMSUPPLIERS

STANDARD SPECIFICATIONNo.

6-78-0003 Rev. 1Page 7 of 8

Note: Non fulfilling above requirement shall result into appropriate penalty or with-holding of payment as per conditions of PO/PR/MR.

4.5.8 Transportation Plan

Transportation Plan for Over Dimensional Consignments (ODC), if any, shall besubmitted within 2 weeks of receiving FOA/LOA, for approval. Consignment withparameters greater than following shall be considered as over dimensional.

Dimensions: 4 meters width x 4 meters height x 20 meters length

Weight : 32 MT

4.6 Final Documentation

4.6.1 As Built Drawings

Shop changes made by Supplier after approval of drawings under `Code 1' by EIL anddeviations granted through online system , if any, shall be marked in hard copies ofdrawings which shall then be stamped 'As-built' by the supplier. These 'As-built'drawings shall be reviewed and stamped by EIL Inspector/ TPIA also. Supplier shallprepare scanned images files of all marked — up 'As — built' drawings. SimultaneouslySupplier shall incorporate the shop changes in the native soft files of the drawingsalso.

4.6.2 As Built Final Documents

As built final documents shall be submitted as listed in PO/PR/MR.

4.6.3 Packing/Presentation of Final Documents

Final Documents shall be legible photocopies in A4, A3 size only. Drawings will beinserted in plastic pockets (both sides transparent, sheet thickness minimum 0.1 mm)with an extra strip of 12 mm wide for punching so that drawings are well placed.

Final Documentation shall be bound in Hard board Plastic folder(s) of size 265 mm x315 mm (10 1 /2 inch x 12 1 /2 inch) and shall not be more that 75 mm thick. It may be ofseveral volumes and each volume shall have a volume number, index of volumes andindex of contents of that particular volume. Where number of volumes are more,90mm thickness can be used. Each volume shall have top PVC sheet of minimum0.15 mm thick duly fixed and pressed on folder cover and will have 2 lever clip. Incase of imported items documents, 4 lever clip shall also be accepted. All four cornersof folders shall be properly metal clamped. Indexing of contents with page numberingmust be incorporated by supplier. Spiral/Spico bound documents shall not beacceptable. As mentioned above, books should be in hard board plastic folders withsheets punched and having 2/4 lever clips arrangement.

Each volume shall contain on cover a Title Block indicating package Equipment TagNo. & Name, PO/Purchase Requisition No., Name of Project and Name of Customer.Each volume will have hard front cover and a reinforced spine to fit thickness of book.These spines will also have the title printed on them. Title shall include also volumenumber (say 11 of 15) etc.

4.6.4 Submission of Soft Copies

Supplier shall submit to EIL, the scanned images files as well as the native files ofdrawings/documents, along with proper index.

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

Page 247 of 345

SPECIFICATION FORDOCUMENTATION

REQUIREMENTS FROMSUPPLIERS

STANDARD SPECIFICATIONNo.

6-78-0003 Rev. 1Page 8 of 8

C,'(L:ED'D ENGINEERSINDIA UMITEDIA Govt of India Undertaking)

ligar idf5lesI MT riernfO7IJOCFAI

In addition to hard copies, Supplier shall submit electronic file (CD-ROM) covering softcopies of all the final drawings and documents, all text documents prepared oncomputer, scanned images of all important documents (not available as soft files), allrelevant catalogues, manuals available as soft files (editable copies of drawings/textdocuments, while for catalogues/manuals/proprietary information and data, PDF filescan be furnished).

All the above documents shall also be uploaded on the EIL eDMS portal.

4.6.5 Completeness of Final Documentation

Supplier shall get the completeness of final documentation verified by EIUTPIA andattach the Format for Completeness of Final Documentation (Format No. 3-78-0004)duly signed by EIL Inspector or TPIA as applicable to the document folder.

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

Page 248 of 345

$afg7:11 tel5legMen eRali• 4,30.0

ENGINEERS COMPLETENESS OF FINAL

INDIA LIMITED DOCUMENTATION(A Gort of hula Undertakog)

fEr)

COMPLETENESS OF FINAL DOCUMENTATION

Name of Supplier/Contractor

Customer

Project

EIL's Job No.

Purchase Order No./Contract No.

Purchase Requisition No./Tender No. Rev. No. :

Name of the Work/Equipment

Tag. No.

Supplier's/ Contractor'sWorks Order No.

Certified that the Engineering Documents/ Manufacturing & Test Certificates submitted by thesupplier are complete in accordance with the Vendor Data Requirements of PurchaseRequisition.

Signature

Date

Name

Designation

Department

Signature

Date

Name

Designation

Department

Supplier/Contractor EIL/TPIA

arTilittl/APPROVED

gTffTeR/ Sig eilegiltktvi .

4/ Name: ......... .. . ......................

f4-41--/ Date: ..... ••••••• .... ........................

Copyright EIL — All rights reservedFormat No. 3-78-0004, Rev. 1/ 12.03.2015

Page 249 of 345

$11g-ar tigitg 011,771 eiro,r1 399.3)

ENGINEERS INDIA LIMITED IA Govt of India Undettalong)

INSPECTION AND TEST PLAN FOR

SEAMLESS PIPES

STANDARD SPECIFICATION NO.

6-81-0003 Rev. 5

Page 1 of 6

44\9 fkturir trtuur

INSPECTION AND TEST PLAN FOR

SEAMLESS PIPES

5. 19.09..2016 REVISED AND RE-ISSUED TKK HP

4. 17.06..2013 REVISED AND RE-ISSUED TKK RKS

3 15.07.2011 REVISED AND RE-ISSUED TKK SCG

2 30.06.2010 REVISED AND RE-ISSUED RK VKJ

1 28.09.2007 REVISED AND RE-ISSUED PD RB

Rev. No. Date Purpose

Prepared By

Checked By

(2' 'Ff---- RN

.

SCG DM

AKC DM

SKP ND

MVKK VC

Standards Committee Standards Bureau Convenor Chairman

Approved by

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

Page 250 of 345

al

$1g-ZIT kit154tt WWI MOsIVOIIJOI/Fil)

ENGINEERS INDIA LIMITED IA Goa of Indio Undertaking)

INSPECTION AND TEST PLAN FOR

SEAMLESS PIPES

STANDARD SPECIFICATION No.

6-81-0003 Rev. 5

Page 2 of 6

Abbreviations:

CELL Certification Engineers International Limited MRT Mechanical Run Test CIMFR Central Institute of Mining & Fuel Research NDT Non Destructive Testing CE Carbon Equivalent • NPSH Net Positive Suction Head DFT Dry Film Thickness PO Purchase Order DPT Dye Penetrant Testing PESO Petroleum Explosive Safety Organization DHT De-hydrogen Heat Treatment PQR Procedure Qualification Record ERTL Electronics Regional Test Laboratory PR Purchase Requisition FCRI Fluid Control Research Institute PMI Positive Material Identification HT Heat Treatment RT Radiography Testing HIC Hydrogen Induced Cracking SSCC Sulphide Stress Corrosion Cracking ITP Inspection and Test Plan TC Test Certificate

Ingress Protection TPI or TPIA Third Party Inspection Agency IHT Intermediate Heat Treatment UT Ultrasonic Testing IC Inspection Certificate VDR Vendor Data Requirement IGC Inter Granular Corrosion WPS Welding Procedure Specification MPT/MT Magnetic Particle Testing WPQ Welders Performance Qualification MTC Material Test Certificate

Inspection Standards Committee

Convenor : Mr. R.K. Singh

Members: Mr. Rajeev Kumar Mr. Himangshu Pal Mr. Neeraj Mathur Mr. T Kamalakannan Mr. Mahendra Mittal Mr. Deepak Gupta (Project)

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

Copyright EIL — All rights reserved

Page 251 of 345

INDIA ENGINEERS

LIMITED (WM MOM OANInall IA Govt of India Undertaking)

INSPECTION AND TEST PLAN FOR

SEAMLESS PIPES

STANDARD SPECIFICATION No.

6-81-0003 Rev. 5 Page 3 of 6

1.0 SCOPE

This Inspection and Test Plan covers the minimum testing requirements of Seamless Pipes.

2.0 REFERENCE DOCUMENTS

PO/PR/Standards referred therein/ Job specifications /Approved documents.

3.0 INSPECTION AND TEST REQUIREMENTS

SL. STAGE/ACTIVITY NO. CHARACTERISTICS QU AN UM

CHECK OF RECORD

SCOPE OF INSPECTION SUB

SUPPLIER SUPPLIER EIL/ TPIA

1.0 Procedure

1.1 Hydrostatic Test, Heat Treatment, NDT and

Other Procedures Documented Procedures 100% Procedure

Documents - H R

2.0 Material Inspection

2.1 Raw Material Inspection Review of MTC for Chemical, Mechanical Properties, size &

steel making process, etc. 100% Test

Certificates - H

3.0 In Process Inspection

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

Copyright EIL — All rights reserved

Page 252 of 345

ENGINEERS INDIA LIMITED IA Govt of India Undedalong)

INSPECTION AND TEST PLAN FOR

SEAMLESS PIPES

STANDARD SPECIFICATION No.

6-81 -0003 Rev. 5

Page 4 of 6

ID1 I

SL. NO. STAGE/ACTIVITY CHARACTERISTICS QUANTUM OF

CHECK RECORD SCOPE OF INSPECTION

SUB SUPPLIER SUPPLIER EIL/ TPIA

3.1 Heat Treatment Normalizing, Tempering, Solution Annealing, Stabilization Heat Treatment etc. as applicable

100% HT chart - H R

3.2 NDT

As applicable Surface & Internal Imperfections PR / Purchase Specification NDT Reports - H R

3.3 Identification of Test Samples

Product Chemical, Tensile, Hardness, Impact, IGC and Other

test as applicable

Lot as per specification Test Reports - H H

(Note-1)

3.4 Product Analysis Chemical Composition Lot as per specification Test Reports - H R

3.5 Destructive Testing Tensile, Hardness, Impact, IGC and Other test as applicable

Lot as per specification Test Reports - H H

(Note-1)

3.6 Galvanizing (If Applicable) Integrity Of Galvanised Coating 100%

Inspection Report - H R

4.0 Final Inspection

4.1 Hydrostatic Testing Leak Check 100 % Test Report - H RW

(Note 1)

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

Page 253 of 345

STANDARD SPECIFICATION No.

6-81-0003 Rev. 5

Page 5 of 6

eit4 ENGINEERS Og ern f51 INDIA LIMITED

(A Govt. of India Undettaking)

INSPECTION AND TEST PLAN FOR

SEAMLESS PIPES

SL. NO.

STAGE/ACTIVITY • CHARACTERISTICS

QUANTUM OF CHECK

RECORD SCOPE OF INSPECTION

SUB SUPPLIER SUPPLIER EIL/ TPIA

4.2 Visual and Dimensional

Inspection (VDI)

Surface Condition, Straightness, End Finish,

Bevel Angle, Root Face, Outer Dia., Thickness,

Length, End Finish, Marking,

End Caps etc

100% Inspection Report

- H RW

(Note 1)

'

4.3 Weight Checking as

applicable Weight 100% By Supplier H

Inspection

Report - -

4.4 PMI Check Chemical Check As Per EIL, Spec.

6-81-0001 Inseport pection

r - H

RW

4.5 Final Stamping Stamping of Accepted Pipes

Stamping of Pipes which are witnessed by EIL/TPIA..0ther pipes to have suppliers identification

Inspection Report - H H

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

Page 254 of 345

ENGINEERS INDIA LIMITED Ogar fa5teg

Wren e,virrke J,77.1) Govt of 1000 Undertaking)

STANDARD SPECIFICATION No.

6-81-0003 Rev. 5

Page 6 of 6

INSPECTION AND TEST PLAN FOR

SEAMLESS PIPES

SL. NO. STAGE/ACTIVITY CHARACTERISTICS QUANTUM OF

CHECK RECORD SCOPE OF INSPECTION

SUB SUPPLIER SUPPLIER EIL/ TPIA

5.0 Painting

5.1 Rust Preventive Coating

& Color Coding (As applicable)

Visual & Color Coding as applicable 100% Inspection

Report - W -

6.0 Documentation & IC

6.1 Documentation & Inspection Certificate(IC)

Review of Stage Inspection Reports / Test Reports & Issue of

IC 100% Supplier TC

& IC - H H

Legend: H- Hold (Do not proceed without approval), P-Perform, RW - Random Witness (As specified or 10% ( min.1 no. of each size and type of Bulk item)), R-Review, W-Witness (Give due notice, work may proceed after scheduled date).

NOTES (As applicable): 1. Carbon Steel Pipes (Other than LTCS & Pipes for special services like NACE, H2, HIC, etc.) up to size 12" will be accepted on review of Supplier Test

Certificates. Supplier Test Certificate to be reviewed by EIL/TPIA. 2. This document describes the generic test requirements. Any additional test or Inspection scope if specified in contract documents shall also be

applicable.(Unless otherwise agreed upon) 3. Acceptance Norms for all the activities shall be as per PO/PR/STANDARDS referred there in /Job Specification /Approved Documents. 4. For orders placed on stockist, items shall be accepted based on manufacturer's TC with EN 10204 type 3.2 certification from EIL approved suppliers.

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

Page 255 of 345

■_71 I for.fvfn.1)

ENGINEERS INDIA LIMITED (A Govt of India Undertaking}

INSPECTION AND TEST PLAN FOR

VALVES

STANDARD SPECIFICATION NO.

6-81-0004 Rev. 5

Page 1 of 7

fktorr a -crteTur

INSPECTION AND TEST PLAN FOR

VALVES

5. 17.06,2013 REVISED AND RE-ISSUED TKK RKS SCG DM

4 15.07.2011 REVISED AND RE-ISSUED TKK SCG AKC DM

3 30.06.2010 REVISED AND RE-ISSUED RKB VKJ SKP ND

2 31.01.2008 REVISED AND RE-ISSUED CS SS MVKK VC

1 05.10.2005 QUANTUM OF CHECK & SCOPE OF INSPECTION REVISED SS MVKK SY VJN

Rev. No. Date Purpose

Prepared by

Checked by

Standards Committee Convenor

Standards Bureau Chairman

Approved by

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

Page 256 of 345

fg-zrr iffaeg eieM1,751,275141

STANDARD SPECIFICATION NO.

6-81-0004 Rev. 5

Page 2 of 7

ei ENGINEERS INDIA LIMITED IA Govt of India Undertaking)

INSPECTION AND TEST PLAN FOR

VALVES

Abbreviations:

CEIL Certification Engineers International Limited MRT Mechanical Run Test

CIMFR Central Institute of Mining & Fuel Research NDT Non Destructive Testing

CE Carbon Equivalent NPSH Net Positive Suction Head

DFT Dry Film Thickness PO Purchase Order

DPT Dye Penetrant Testing PESO Petroleum Explosive Safety Organization

DHT De-hydrogen Heat Treatment PQR Procedure Qualification Record

ERTL Electronics Regional Test Laboratory PR Purchase Requisition

FCRI Fluid Control Research Institute PMI Positive Material Identification

HT Heat Treatment RT Radiography Testing

HIC Hydrogen Induced Cracking SSCC Sulphide Stress Corrosion Cracking

ITP Inspection and Test Plan TC Test Certificate

IP Ingress Protection TPI or TPIA Third Party Inspection Agency

IHT Intermediate Heat Treatment UT Ultrasonic Testing

IC Inspection Certificate VDR Vendor Data Requirement

IGC Inter Granular Corrosion WPS Welding Procedure Specification

MPT/MT Magnetic Particle Testing WPQ Welders Performance Qualification

MTC Material Test Certificate

Inspection Standards Committee

Convenor : Mr. S C Gupta

Members:

Mr. R.K. Singh

Mr. Rajeev Kumar Mr. Himangshu Pal Mr. Neeraj Mathur

Mr. T Kamalakannan Mr. Deepak Gupta (Project) Mr. Mayank Jain

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

Page 257 of 345

k31 eJ ENGINEERS fg- zrr la154tg INDIA LIMITED

(A Govt of India Undertaking)

INSPECTION AND TEST PLAN FOR

VALVES

STANDARD SPECIFICATION NO.

6-81-0004 Rev. 5

Page 3 of 7

1.0 SCOPE

This Inspection and Test Plan covers the minimum testing requirements of Valves.

2.0 REFERENCE DOCUMENTS

PO/PR/Standards referred therein/ Job specifications /Approved documents.

3.0 INSPECTION AND TEST REQUIREMENTS

SL NO

STAGE/ ACTIVITY CHARACTERISTICS QUANTUM OF

CHECK RECORD

SCOPE OF INSPECTION

SUB SUPPLIER

SUPPLIER EIL/TPIA

1.0 Procedure

1.1

Hydrostatic Test, Heat Treatment, NDT,

Helium Leak Test And

Other Procedures

Documented Procedures 100% Procedure Documents

- H R

1.2 WPS,PQR & WPQ Welding Parameters & Qualification Record

100% WPS,PQR

&WPQ - H

W- New R- Existing

1.3 Pre-Qualification Tests Fire safe,

Cryogenic & Other Test as applicable

As per PR / Purchase Specification

Acceptance Report

- H H

(If new)

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

Page 258 of 345

17177R FRIVU ‘7,1.3,195 +1)

STANDARD SPECIFICATION NO.

6-81-0004 Rev. 5

Page 4 of 7

k31 elei ENGINEERS

la 5V--ar faireg INDIA LIMITED IA Govt Al India Undertaking)

INSPECTION AND TEST PLAN FOR

VALVES

SL NO

STAGE/ ACTIVITY CHARACTERISTICS QUANTUM OF

CHECK RECORD

SCOPE OF INSPECTION

SUB SUPPLIER

SUPPLIER EIL/TPIA

2.0 Material Inspection

2.1. Castings & Forgings

(Body, Bonnet, Disc, Stem, Body ring)

Chemical ,Mechanical , Heat Treatment,

NDT,IGC & Other Properties as applicable

100% Test

Certificates H R R

2.2 Castings & Forgings

(Body, Bonnet, Disc, Stem, Body ring) Visual & Dimension 100%

Inspection Report

H H -

2.3. Body and Bonnet Castings Radiography Examination

As per PR / Purchase Specification

Films and report

H R R

2.4 Bars for Trim material Chemical Analysis Each Heat Test

Certificates& Lab Report

H R -

2.5 Gaskets, Gear units, Fasteners, Gland,

Packings, etc. Physical / Chemical

Properties 100%

Test Certificates& Lab Report

H R -

2.6 Actuators as applicable Performance ,

Statutory Certificates as 100% nspection

Test Certificates , Inspection

report

H H R

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

Page 259 of 345

,511faJt.-1' IHIF kora,' MI ,10, H )

ENGINEERS INDIA LIMITED (A Goer of India Undertaking)

INSPECTION AND TEST PLAN FOR

VALVES

STANDARD SPECIFICATION NO.

6-81-0004 Rev. 5

Page 5 of 7

SL NO

STAGE/ ACTIVITY CHARACTERISTICS QUANTUM OF

CHECK RECORD

SCOPE OF INSPECTION

SUB SUPPLIER

SUPPLIER EIL/TPIA

3.0 In Process Inspection

3.1 Welding Welding Parameters as

per WPS / PQR 100%

Inspection Reports

- H -

3.2 Machining of components Visual / Dimension 100% Inspection

Reports - H -

4.0 Final Inspection

4.1 Hydrostatic / Pneumatic Test and

Helium Leak test as applicable Leak Check

As per PR / Purchase Specification

Test Report - (Note 1) H

RW

4.2 Visual / Dimension Surface & Dimension Check

100% Test Report - H RW

(Note 1)

4.3 Functional Test for Actuator Operated

Valves Satisfactory Performance

100% Test Report - H RW

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

Copyright EL — All rights reserved

Page 260 of 345

14-7,eWOwmt JxRIM

STANDARD SPECIFICATION NO.

6-81-0004 Rev. 5

Page 6 of 7

ENGINEERS 5fgziT 254-"d5 INDIA LIMITED

(A Govt of India Undertaking(

INSPECTION AND TEST PLAN FOR

VALVES

SL NO

STAGE/ ACTIVITY CHARACTERISTICS QUANTUM OF

CHECK RECORD

SCOPE OF INSPECTION SUB

SUPPLIER SUPPLIER EIL/TPIA

4.4 PMI Check Chemical

As per EIL Spec. 6-81-0001

Inspection Report

- H RW

4.5 Strip Check(As applicable) Verify Components & Differential hardness if

applicable

As per PR / Purchase Specification

Inspection Report

- H RW

(Note 1)

4.6 Final Stamping Stamping Of Accepted

Valves

Stamping of Valves which are witnessed

by EIL/TPIA.

Inspection rt Report

- H H

(Note-1)

5.0 Painting

5.1 Painting and Color coding as applicable Visual / DFT Check 100% Inspection

Report - H -

6.0 Documentation & IC

6.1 Documentation & Inspection

Certificate(IC)

Review of Stage Inspection Reports /

Test Reports & Issue of IC

100% Supplier TC

& IC - H H

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

Copyright EIL — All rights reserved

Page 261 of 345

eleage ,711,5R17,17

STANDARD SPECIFICATION NO.

6-81-0004 Rev. 5

Page 7 of 7

k3t ei ENGINEERS $'fgar 254-eg INDIA LIMITED

IA Govt of India UndettakIng)

INSPECTION AND TEST PLAN FOR

VALVES

Legend: H- Hold (Do not proceed without approval), P-Perform, RW - Random Witness (As specified or 10% ( min.1 no. of each size and type of Bulk item)), R-Review, W-Witness (Give due notice, work may proceed after scheduled date).

NOTES (As applicable): 1. For Non NACE &Non Hydrogen service Carbon Steel Valves up to size 12" will be accepted on review of Supplier Test Certificates. Supplier Test

Certificate to be reviewed by EIL/TPIA. 2. This document describes the generic test requirements. Any additional test or Inspection scope if specified in contract documents shall also be

applicable.(Unless otherwise agreed upon) 3. Acceptance Norms for all the activities shall be as per PO/PR/STANDARDS referred there in /Job Specification /Approved Documents.

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

Copyright EIL — All rights reserved

Page 262 of 345

OWN e,00, emit AI

ENGINEERS INDIA LIMITED (A Govt of InOta Unclettakong)

INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.

FOR 6-81-0005 Rev. 6

FORGED, SEAMLESS & WELDED FITTINGS Page 1 of 7

Qu1/44, 444%9 1-4 t4z. fkrerrI fkftur trtuur I

INSPECTION AND TEST PLAN FOR

FORGED, SEAMLESS & WELDED FITTINGS

(021111 -10 ( 6 19.09.2016 REVISED AND RE-ISSUED TKK HP RKS fr•)‘_ -

RN

5. 17.06.2013 REVISED AND RE-ISSUED TKK RKS SCG DM

4 15.07.2011 REVISED AND RE-ISSUED TKK SCG AKC DM

3 30.06.2010 REVISED AND RE-ISSUED RKB VKJ SKP ND

2 31.01.2008 REVISED AND RE-ISSUED CS SS MVKK VC

Rev. No. Date Purpose Prepared

by Checked

by

Standards Committee Convenor

Standards Bureau Chairman

Approved by

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

Page 263 of 345

1632e.le1 $1gzir54teg

I.„,„ 7R45,7 d'A NAM

ENGINEERS INDIA LIMITED IA Govt of India Undenakind)

INSPECTION AND TEST PLAN FOR

FORGED, SEAMLESS & WELDED FITTINGS

STANDARD SPECIFICATION No.

6-81-0005 Rev. 6

Page 2 of 7

Abbreviations:

CELL Certification Engineers International Limited MRT Mechanical Run Test CIMFR Central Institute of Mining & Fuel Research NDT Non Destructive Testing CE Carbon Equivalent NPSH Net Positive Suction Head DFT Dry Film Thickness PO Purchase Order DPT Dye Penetrant Testing PESO Petroleum Explosive Safety Organization DHT De-hydrogen Heat Treatment PQR Procedure Qualification Record ERTL Electronics Regional Test Laboratory PR Purchase Requisition FCRI Fluid Control Research Institute PMI Positive Material Identification HT Heat Treatment RT Radiography Testing HIC Hydrogen Induced Cracking SSCC Sulphide Stress Corrosion Cracking ITP Inspection and Test Plan TC Test Certificate IP Ingress Protection TPI or TPIA Third Party Inspection Agency DIT Intermediate Heat Treatment UT Ultrasonic Testing IC Inspection Certificate VDR Vendor Data Requirement IGC Inter Granular Corrosion WPS Welding Procedure Specification MPT/MT Magnetic Particle Testing WPQ Welders Performance Qualification MTC Material Test Certificate

Inspection Standards Committee

Convenor : Mr. R.K. Singh

Members: Mr. Rajeev Kumar Mr. Himangshu Pal Mr. Neeraj Mathur Mr. T Kamalakannan Mr. Mahendra Mittal Mr. Deepak Gupta (Project)

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

Copyright EIL — AU rights reserved

Page 264 of 345

$ud1c ei ENGINEERS lapteg INDIA LIMITED

own Fresre 451 MOM) f A Govt. of India Undettakingt

INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.

FOR 6-81-0005 Rev. 6 FORGED, SEAMLESS & WELDED FITTINGS Page 3 of 7

1.0 SCOPE

This Inspection and Test Plan covers the minimum testing requirements of Forged, Seamless & Welded Fittings.

2.0 REFERENCE DOCUMENTS

PO/PR/Standards referred therein/ Job specifications /Approved documents.

3.0 INSPECTION AND TEST REQUIREMENTS

SL NO. STAGE/ ACTIVITY CHARACTERISTICS QUANTUM OF

CHECK RECORD

SCOPE OF INSPECTION SUB

SUPPLIER SUPPLIER EIL/TPIA

1.0 Procedure

1.1 Heat Treatment / NDT Documented Procedures 100% Procedure Documents - H R

1.2 WPS,PQR & WPQ Welding Parameters & Qualification 100% WPS,PQR

&WPQ - H

W- New R- Existing ( Qualified

under reputed TPIA)

2.0 Material Inspection

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

Copyright EIL — All rights reserved

Page 265 of 345

k31 $1g-ar fElf51ft.

Pen FOMre ON)

ENGINEERS INDIA LIMITED Pt Govt. of India Undertaking)

INSPECTION AND TEST PLAN FOR

FORGED, SEAMLESS & WELDED FITTINGS

STANDARD SPECIFICATION No.

6-81-0005 Rev. 6 Page 4 of 7

1.51.M)

SL NO. STAGE/ ACTIVITY CHARACTERISTICS QUANTUM OF

CHECK RECORD SCOPE OF INSPECTION

SUB SUPPLIER SUPPLIER EIL/TPIA

2.1

Raw Material Identification (Billets, Rounds, Pipes, Coil, Plates,

etc.) (** Special services like NACE,

H2,HIC, UOP, AXEN, etc)

Review of MTC's for Chemical, Mechanical Properties, Prop size & steel

making process, etc. .

100%

Mill test certificate, Supplier's Inspection

Report

- H

RW-For CS W- For AS, SS, LTCS & CS with special services **

3.0 In Process Inspection

3.1 Forming &Welding Forming & Welding Parameters 100% Supplier's

records - H -

3.2 Ferrite Check Of SS Welds (If Applicable) % Ferrite Check

Inspection 100% Report - H R

3.3 Heat Treatment Stress Reliving, Normalising,

Tempering, Solution Annealing, Stabilization Heat Treatment etc. as applicable

100% HT chart / Report

-

.

H R

3.4 NDT- RT As Applicable

Surface & Internal Imperfections

As per PR/Purchase Specification

RT Film & Reports

- H R (Film

Review)

3.5 NDT-UT (as applicable) Surface & Internal Imperfections

As per PR/Purchase Specification UT Report - H R

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

Copyright EIL — All rights reserved

Page 266 of 345

INSPECTION AND TEST PLAN FOR

FORGED, SEAMLESS & WELDED FITTINGS

ENGINEERS it5:1-ag INDIA LIMITED ertowetOiagOviil IA Govt. of India Undedoking)

STANDARD SPECIFICATION No.

6-81-0005 Rev. 6

Page 5 of 7

SL NO.

STAGE/ ACTIVITY CHARACTERISTICS QUANTUM OF

CHECK RECORD

SCOPE OF INSPECTION SUB

SUPPLIER SUPPLIER EIL/TPIA

3.6 NDT-DPT / MPT of bevel ends Surface / sub surface defects 100% Test Report - H RW

3.7 Identification of Test Samples

Product Chemical, Tensile, Hardness, Impact, IGC and

Other test as applicable

Lot as per specification

Test Reports

_ H

H

3.8 Product Analysis (as applicable) Chemical Composition per PR/Purchase As p Specification

Test Reports - H R

3.9 Destructive Testing

Tensile, Hardness, Impact, IGC and Other test as

applicable 100% Reports

Test - H

H

3.10 Galvanizing

(If Applicable) Integrity Of Galvanised

Coating 100%

Inspection Report - . H -

4.0 Final Inspection

4.1 Visual and Dimension Size, Thickness / Schedule,

Dimensions, Surface quality, Marking, etc.

100% Inspection

Report rt - H RW

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

Page 267 of 345

15dfflziE4 Ifezir ElPeg

I HIM

ENGINEERS INDIA LIMITED 1A Gov/ 01 InOa UnOeilakong)

INSPECTION AND TEST PLAN FOR

FORGED, SEAMLESS & WELDED FITTINGS

STANDARD SPECIFICATION No.

6-81-0005 Rev. 6

Page 6 of 7

SL NO. STAGE/ ACTIVITY CHARACTERISTICS QUANTUM

CHECK OF RECORD SCOPE OF INSPECTION

SUB SUPPLIER SUPPLIER EIL/TPIA

4.2

Hardness testing on fittings

(** Special services like NACE, H2,HIC, UOP,AXEN,etc)

Hardness value of base metal & Weld / HAZ as applicable

Random 10% Test report - H

R-For CS SS & RW- For AS, LTCS & CS with special services **

4.3 PMI Check

Chemical Check As Per EIL Spec.

6-81-0001 Inspection

report - RW H

4.4 Final Stamping Stamping of Accepted

Fittings

Stamping of Fittings which are witnessed

by EIL/TPIA.

Inspection Report

- H H

5.0 Painting

5.1 Shot Blasting

Rust Preventive Coating & Color Coding

Visual & Color Coding as applicable

100% Inspection

Report - W -

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

Copyright EIL — All rights reserved

Page 268 of 345

dalel fg-ZITial5te'S

IA Govt. of India Undertaking)

ENGINEERS INDIA LIMITED frp

INSPECTION AND TEST PLAN FOR

FORGED, SEAMLESS & WELDED FITTINGS

STANDARD SPECIFICATION No.

6 -81 -0005 Rev. 6

Page 7 of 7

NO. SL STAGE/ ACTIVITY CHARACTERISTICS

QUA C

HECK OF RECORD SCOPE OF INSPECTION

. SUB SUPPLIER

SUPPLIER EIL/TPIA

6.0 Documentation & IC

6.1 Documentation & Inspection

Certificate(IC)

Review of Stage Inspection Reports / Test Reports &

Issue of IC 100%

Supplier TC & IC

- H H

Legend: H- Hold (Do not proceed without approval), P-Perform, RW - Random Witness (As specified or 10% ( min.1 no. of each size and type of Bulk item)), R- Review, W-Witness (Give due notice, work may proceed after scheduled date).

NOTES (As applicable): 1. This document describes the generic test requirements. Any additional test or Inspection scope if specified in contract documents shall also be applicable.( unless

otherwise agreed upon) 2. Acceptance Norms for all the activities shall be as per PO/PR/STANDARDS referred there in /Job Specification /Approved Documents. 3. For orders placed on stockist, items shall be accepted based on manufacturer's TC with EN10204 type 3.2 certification from EIL approved suppliers. 4. For welded fittings, it is recommended to use low hydrogen consumable for AS, SS 410 fittings & HIC resistant consumable for HIC service fittings. 5. EIL / TPIA reserves the right to check raw material consumption and traceability records.

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

Page 269 of 345

STANDARD SPECIFICATION No.

6-81-0006 Rev. 4

Page 1 of 6

0 el ENGINEERS 51g-zir IW1-g INDIA LIMITED

IA Govt of India Undertaking)

INSPECTION AND TEST PLAN FOR

FLANGES, SPECTACLE BLINDS & DRIP RINGS

traql, 4cicinv1 - f01 74 it.i R1 i i.)

'Tor trteTur 479T

INSPECTION AND TEST PLAN FOR

FLANGES, SPECTACLE BLINDS & DRIP RINGS

4. 17.06.2013 REVISED AND RE-ISSUED TKK RKS ( ' SCG DM

3 15.07.2011 REVISED AND RE-ISSUED TKK SCG AKC DM

2 30.06.2010 REVISED AND RE-ISSUED RKB VKJ SKP ND

1 28.09.2007 REVISED AND RE-ISSUED PD RB MVKK VC

0 23.04.2002 ISSUED FOR IMPLEMENTATION NKN SPS AKB SB

Rev. No.

Date Purpose Prepared

by Checked

by

Standards Committee Convenor

Standards Bureau Chairman

Approved by

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

Page 270 of 345

$1g-ar ENGINEERS

tifglft ,Men 2:12277 an J931.11 IA Govt of India Undeltalongt

INDIA LIMITED INSPECTION AND TEST PLAN

FOR FLANGES, SPECTACLE BLINDS & DRIP RINGS

STANDARD SPECIFICATION No.

6-81-0006 Rev. 4

Page 2 of 6

Abbreviations:

CEIL Certification Engineers International Limited MRT Mechanical Run Test

CIMFR Central Institute of Mining & Fuel Research NDT Non Destructive Testing

CE Carbon Equivalent NPSH Net Positive Suction Head

DFT Dry Film Thickness PO Purchase Order

DPT Dye Penetrant Testing PESO Petroleum Explosive Safety Organization

DHT De-hydrogen Heat Treatment PQR Procedure Qualification Record

ERTL Electronics Regional Test Laboratory PR Purchase Requisition

FCRI Fluid Control Research Institute PMI Positive Material Identification

HT Heat Treatment RT Radiography Testing

HIC Hydrogen Induced Cracking SSCC Sulphide Stress Corrosion Cracking

ITP Inspection and Test Plan TC Test Certificate

IP Ingress Protection TPI or TPIA Third Party Inspection Agency

IHT Intermediate Heat Treatment UT Ultrasonic Testing

IC Inspection Certificate VDR Vendor Data Requirement

IGC Inter Granular Corrosion WPS Welding Procedure Specification

MPT/MT Magnetic Particle Testing WPQ Welders Performance Qualification MTC Material Test Certificate

Inspection Standards Committee

Convenor : Mr. S C Gupta

Members:

Mr. R.K. Singh

Mr. Rajeev Kumar Mr. Himangshu Pal Mr. Neeraj Mathur

Mr. T Kamalakannan Mr. Deepak Gupta (Project) Mr. Mayank Jain

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

Copyright EIL — All rights reserved

Page 271 of 345

STANDARD SPECIFICATION No.

6-81-0006 Rev. 4

Page 3 of 6

ei ENGINEERS INDIA LIMITED • ,i19 eiegner t75I IA Govt of india Undertaking)

INSPECTION AND TEST PLAN FOR

FLANGES, SPECTACLE BLINDS & DRIP RINGS

1.0 SCOPE

This Inspection and Test Plan covers the minimum testing requirements of Flanges, Spectacle Blinds & Drip Rings.

2.0 REFERENCE DOCUMENTS

PO/PR/Standards referred therein/ Job specifications /Approved documents.

3.0 INSPECTION AND TEST REQUIREMENTS

SL NO.

STAGE/ ACTIVITY CHARACTERISTICS QUANTUM OF

CHECK RECORD

SCOPE OF INSPECTION

SUB SUPPLIER

SUPPLIER EIL/TPIA

1.0 Procedure

1.1 Heat Treatment, NDT and Other Procedures

Documented Procedures 100% Procedure Documents

- H R

1.2 WPS,PQR & WPQ Welding Parameters & Qualification Record

100% WPS,PQR

&WPQ - H

W- New R- Existing

2.0 Material Inspection

2.1 Raw Material Inspection Chemical & Mechanical

Properties 100% Test Certificates - H R

3.0 In Process Inspection

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

Page 272 of 345

INSPECTION AND TEST PLAN FOR

FLANGES, SPECTACLE BLINDS & DRIP RINGS

STANDARD SPECIFICATION No.

6-81-0006 Rev. 4

Page 4 of 6

~eln ENGINEERS INDIA LIMITED

riecnw Jcraril

IA Govt of Ind Undertaking)

SL NO.

CHARACTERISTICS QUANTUM OF

CHECK RECORD

SCOPE OF INSPECTION

STAGE/ ACTIVITY SUB SUPPLIER

SUPPLIER EIL/TPIA

3.1 Welding / Forging Forging /Welding

Parameters 100%

Inspection Reports

- H -

3.2 Heat Treatment

Stress Relieving, Normalising, Tempering,

Solution Annealing, Stabilization Heat Treatment etc. as

applicable

100% HT chart - H R

3.3 Identification of Test

Samples

Product Chemical, Mechanical, Impact, IGC

and Other test as applicable 100% Test Reports - H

H (Note-1)

3.4 Product Analysis (As applicable)

Chemical Composition Specification

As per PR/Purchase Reports Test Repo - H R

3.5 Destructive Testing Mechanical, Impact, IGC

and Other test as applicable 100% Test Reports - (Note-1)

H H

3.6 NDT as applicable Surface & Internal

Imperfections As per PR/Purchase

Specification NDT Reports - H R

3.7 Galvanizing

(If Applicable) Integrity Of Galvanised

Coating 100%

Report Inspection Repo - H -

4.0 Final Inspection

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

Copyright EIL — All rights reserved

Page 273 of 345

■31 ENGINEERS INDIA LIMITED

43,foosfit IA Govt of India UndeflakIngt

INSPECTION AND TEST PLAN FOR

FLANGES, SPECTACLE BLINDS & DRIP RINGS

STANDARD SPECIFICATION No.

6-81-0006 Rev. 4

Page 5 of 6

SL NO.

STAGE/ ACTIVITY CHARACTERISTICS QUANTUM OF

CHECK RECORD

SCOPE OF INSPECTION

SUB SUPPLIER

SUPPLIER EIL/TPIA

4.1. Final Inspection

1.Visual 2. Dimensions 3.Hardness 4. Marking etc

100% Inspection Report - H H

(Note-1)

4.2 PMI Check

Chemical Check As Per EIL Spec.

6-81-0001 Inspection report - H RW

4.3 Final Stamping Stamping Of Accepted

Items

Stamping of Items which are witnessed

by EIL/TPIA. Inspection Report - H

H (Note — 1)

5.0 Painting

5.1 Rust Preventive Coating

& Color Coding Visual & Color Coding as

applicable 100% Inspection Report - H -

6.0 Documentation & IC

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

Copyright EIL — All rights reserved

Page 274 of 345

0 el

• t NfZA eivone dri

ENGINEERS INDIA LIMITED (A Govt of India Undertaking)

INSPECTION AND TEST PLAN FOR

FLANGES, SPECTACLE BLINDS & DRIP RINGS

STANDARD SPECIFICATION No.

6-81-0006 Rev. 4

Page 6 of 6

SL NO.

STAGE/ ACTIVITY CHARACTERISTICS QUANTUM OF

CHECK RECORD

SCOPE OF INSPECTION

SUB SUPPLIER

SUPPLIER EIL/TPIA

6.1 Documentation &

Inspection Certificate(IC)

Review of Stage Inspection Reports / Test Reports &

Issue of IC 100% Supplier TC & IC - H H

Legend: H- Hold (Do not proceed without approval), P-Perform, RW - Random Witness (As specified or 10% ( min.1 no. of each size and type of Bulk item)), R-Review, W-Witness (Give due notice, work may proceed after scheduled date).

NOTES (As applicable):

1. For Non NACE & Non Hydrogen service Carbon Steel Flanges, Spectacle Blinds & Drip Rings up to size 24"-300ANSI Class Will be accepted on review of Supplier Test Certificates. Supplier Test Certificate to be reviewed by EIL/TPIA.

2. This document describes the generic test requirements. Any additional test or Inspection scope if specified in contract documents shall also be applicable.( unless otherwise agreed upon)

3. Acceptance Norms for all the activities shall be as per PO/PR/STANDARDS referred there in /Job Specification /Approved Documents.

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

Copyright EIL — All rights reserved

Page 275 of 345

>flyer ,lecrne vretekr,

STANDARD SPECIFICATION No.

6-81-0135 Rev.2

Page 1 of 5

INSPECTION AND TEST PLAN FOR HOSES AND COUPLINGS

1 ei ENGINEERS Ifgar f&51-eg INDIA LIMITED

IA Govt of India Undertaking)

Ovi tileti -74 coLA41

f4-414i-ur a -crteur

INSPECTION AND TEST PLAN FOR

HOSE PIPES AND COUPLING

A,M.44,641.4/ „—A

2 17.06.2013 REVISED AND RE-ISSUED TKK RKS SCG DM

1 13.07.11 REVISED AND RE-ISSUED TKK SCG AKC DM

0 28.09.07 Issued for implementation PD RB MVKK VC

Rev. No.

Date Purpose Prepared

by Checked

by

Convenor Standards Committee

Chairman Standards Bureau

Approved by

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

Page 276 of 345

Ofbrd-g VRT riecnte trn

■511 4 x ENGINEERS INSPECTION AND TEST PLAN FOR INDIA LIMITED IA Govt of India Undertaking) HOSES AND COUPLINGS

STANDARD SPECIFICATION No.

6-81-0135 Rev.2

Page 2 of 5

Abbreviations:

CELL Certification Engineers International Limited MRT Mechanical Run Test CIMFR Central Institute of Mining & Fuel Research NDT Non Destructive Testing CE Carbon Equivalent NPSH Net Positive Suction Head DFT Dry Film Thickness PO Purchase Order DPT Dye Penetrant Testing PESO Petroleum Explosive Safety Organization DHT De-hydrogen Heat Treatment PQR Procedure Qualification Record ERTL Electronics Regional Test Laboratory PR Purchase Requisition FCRI Fluid Control Research Institute PMI Positive Material Identification HT Heat Treatment RT Radiography Testing HIC Hydrogen Induced Cracking SSCC Sulphide Stress Corrosion Cracking ITP Inspection and Test Plan TC Test Certificate IP Ingress Protection TPI or TPIA Third Party Inspection Agency IHT Intermediate Heat Treatment UT Ultrasonic Testing IC Inspection Certificate VDR Vendor Data Requirement IGC Inter Granular Corrosion WPS Welding Procedure Specification MPT/MT Magnetic Particle Testing WPQ Welders Performance Qualification MTC Material Test Certificate

Inspection Standards Committee

Convenor : Mr. S C Gupta

Members:

Mr. R.K. Singh Mr. Neeraj Mathur Mr. Mayank Jain

Mr. Rajeev Kumar Mr. Himangshu Pal Mr. T Kamalakannan Mr. Deepak Gupta (Project)

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

Copyright EIL — All rights reserved

Page 277 of 345

(az1 eENGINEERS ifaf54-g INDIA LIMITED

Govt of India UndertakIng)

INSPECTION AND TEST PLAN FOR HOSES AND COUPLINGS

STANDARD SPECIFICATION No.

6-81-0135 Rev.2

Page 3 of 5

1.0 SCOPE:

This Inspection and Test Plan covers the minimum testing requirements of Hose pipes and Couplings

2.0 REFERENCE DOCUMENTS:

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

3.0 INSPECTION AND TEST REQUIREMENTS:

SL NO.

STAGE/ ACTIVITY CHARACTERISTICS QUANTUM OF

CHECK RECORD

SCOPE OF INSPECTION SUB

SUPPLIER SUPPLIER EIL/TPIA

1.0 Procedure

1.1 Hydrostatic Test & NDT Procedure Documented Procedures 100% Procedure Documents

- H R

1.2 WPS,PQR &WPQ Welding Parameters & Qualification Record

100% WPS,PQR

&WPQ - H

R- Existing W-For New

2.0 Material Inspection

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

Copyright EIS — All rights reserved

Page 278 of 345

ENGINEERS ,1 INDIA LIMITED

Govt at India Undertaking)

INSPECTION AND TEST PLAN FOR HOSES AND COUPLINGS

STANDARD SPECIFICATION No.

6-81-0135 Rev.2

Page 4 of 5

SL NO.

STAGE/ ACTIVITY CHARACTERISTICS QUANTUM OF

CHECK RECORD

SCOPE OF INSPECTION SUB

SUPPLIER SUPPLIER EIL/TPIA

2.1 Incoming materials

(Rubber hose/ SS pipe/SS wire braiding/ Flanges/ coupling)

Chemical & Mechanical Properties.

& IGC (For SS Items if applicable.)

100% Test

certificates H H R

3.0 In Process Inspection

3.1 Welding Welding Parameters as per

WPS / PQR 100%

Inspection Reports

- H

3.2 NDT as applicable _ Weld soundness 100% Test Reports - H R

4.0 Final Inspection

4.1 Hydrostatic/Pneumatic Testing Leak Check 100%

Test Report - H R

4.2 Vacuum test Steam Continuity other tests as applicable

Steam Resistance, Electrical Leak & Soundness Check 100% Test Report - H R

4.3 Visual and Dimensional Inspection Surface Condition &

Dimensions 100% Inspection

Report - H R

4.4 PMI Check Chemical Check As Per EIL Spec.

6-81-0001 Inspection

report - H R

4.5 Final Stamping Stamping Of Accepted Items 100% Inspection

Report - H -

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

Copyright EIL — All rights reserved

Page 279 of 345

ei 12-ar fdfit- g

r mon rreotre att Jr1-45,11

ENGINEERS INDIA LIMITED (A Govt of India Undertaking)

INSPECTION AND TEST PLAN FOR HOSES AND COUPLINGS

STANDARD SPECIFICATION No.

6-81-0135 Rev.2

Page 5 of 5

SL NO.

STAGE/ ACTIVITY CHARACTERISTICS QUANTUM OF

CHECK RECORD

SCOPE OF INSPECTION SUB

SUPPLIER SUPPLIER EIL/TPIA

5.0 Painting

5.1 Painting & Color Coding Visual ,DFT & Color Coding

as applicable 100%

Inspection Report

- H -

6.0 Documentation & IC

6.1 Documentation & Inspection

Certificate(IC)

Review of Stage Inspection Reports / Test Reports & Issue

of IC 100%

Supplier TC & IC

- H H

Legend: H- Hold (Do not proceed without approval), P-Perform, RW - Random Witness (As specified or 10% ( min.1 no. of each size and type of Bulk item)), R-Review, W-Witness (Give due notice, work may proceed after scheduled date).

NOTES (As applicable): 1. This document describes the generic test requirements. Any additional test or Inspection scope if specified in contract documents shall also be applicable.( unless

otherwise agreed upon) 2. Acceptance Norms for all the activities shall be as per PO/PR/STANDARDS referred there in /Job Specification /Approved Documents.

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

Copyright EIL — All rights reserved

Page 280 of 345

■311 ENGINEERS

Ogeg fai5ieg LJMITED I MKT, Mn1512 011 A Govt of Indict Undertaking)

STANDARD SPECIFICATION FOR POSITIVE MATERIAL IDENTIFICATION (PMI) AT

SUPPLIER'S WORKS

STANDARD SPECIFICATION No.

6-81-0001 Rev. 3

Page 1 of 8

fir ~i~fYnc~i 110111010 111+1 4.11 116t111

fe4hr

STANDARD SPECIFICATION

FOR POSITIVE MATERIAL

IDENTIFICATION (PMI)

AT SUPPLIER'S WORKS

3 19.09.16. REVISED AND RE-ISSUED TKK RKS RN

2 20.10.11 REVISED AND RE-ISSUED RKS SCG AKC DM

1 15.07.08 REVISED AND RE-ISSUED NKR SSL SKP VC

0 07.12.00 ISSUED AS STANDARD SPECIFICATION AKC AKB AKB MI

Rev. No

Date Purpose Prepared

by Checked

by

Standards Committee Convenor

Standards Bureau

Chairman

Approved by

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

Page 281 of 345

401 ei sigez

INFer eRmiletel39RIMI

ENGINEERS INDIA LIMITED (A Govt d tie Undertaking)

STANDARD SPECIFICATION FOR POSITIVE MATERIAL IDENTIFICATION (PMI) AT

SUPPLIER'S WORKS

STANDARD SPECIFICATION No.

6-81-0001 Rev. 3

Page 2 of 8

Abbreviations:

API American Petroleum Institute AS Alloy Steel HIC Hydrogen Induced Cracking LSTK Lump Sum Turn Key NACE National Association of Corrosion Engineers PMI Positive Material Identification RTJ Ring Type Joint Sch Schedule SS Stainless Steel TPI or TPIA Third Party Inspection Agency

Inspection Standards Committee

Convenor: Mr.R K Singh

Members: Mr. Rajeev Kumar Mr. Himangshu Pal Mr. Neeraj Mathur Mr. T Kamalakannan Mr. Mahendra Mittal Mr. Deepak Gupta (Project)

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

Copyright EIL — All rights reserved

Page 282 of 345

,311ae, O1 ii id1151-eg

(KU( t.larolZeimanO.1)

ENGINEERS INDIA LIMITED (A Govt of Info Undertaking)

STANDARD SPECIFICATION FOR POSITIVE MATERIAL IDENTIFICATION (PMI) AT

SUPPLIER'S WORKS

STANDARD SPECIFICATION No.

6-81-0001 Rev. 3

Page 3 of 8

CONTENTS

1.0 SCOPE 4

2.0 REFERENCE DOCUMENTS 4

3.0 DEFINITIONS 4

4.0 PMI EXAMINATION 5

5.0 ACCEPTABLE METHODS FOR PMI 5

6.0 EXTENT OF PMI EXAMINATION 6

7.0 ACCEPTANCE CRITERIA .6

8.0 REJECTION CRITERIA ... ...... .... ..... ............ ...... ... ...... ............... ..... . ......... ..8

9.0 RECORDING AND DOCUMENTATION 7

10.0 MARKING 7

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

Copyright EIL — All rights reserved

Page 283 of 345

STANDARD SPECIFICATION FOR POSITIVE MATERIAL IDENTIFICATION (PMI) AT

SUPPLIER'S WORKS

15inazieT ENGINEERS O1 ii INDIA LIMITED

MKT, oxemeenoqwwo IA Govt A Inds Undertaking)

STANDARD SPECIFICATION No.

6-81-0001 Rev. 3

Page 4 of 8

1.0 SCOPE

1.1

This specification applies to the requirements for Positive Material Identification (PMI) to be performed at the Supplier's works on Metallic Materials procured either directly by the Owner/EIL/ LSTK contractor or indirectly through the sub-Suppliers.

1.2 This specification covers the procedures and methodology to be adopted to assure that the chemical composition of the material is consistent with the material specifications as specified in purchase documents using 'Alloy Analyzer' at the time of fmal inspection before dispatch.

13

The scope of this specification shall include but shall not be limited to Positive Material Identification (PMI) to be performed on Materials listed below:

1.3.1 For alloy Steel materials as below: Alloy Steel Pipes including Clad Pipes

- Alloy Steel Flanges & Forgings - Alloy Steel Fittings including Clad Fittings

Alloy Steel Fasteners - Alloy Cast & Forged steel valves

Alloy Steel Instrumentation Items (Control Valves, Safety Valves etc.) - Longitudinal Pipe & Fittings Welds. - Gaskets (for Ring Type Joints)

1.3.2 For Carbon Steel materials as below: - All Carbon Steel Piping items under NACE or MC or 112 or Wet Hydrogen Sulfide

(1-12S), Hydrofluoric acid (HF), Sulfuric acid (H2 SO4) services etc. - Carbon Steel flanges and valves (Rating 900# and above)

Following items shall be excluded from scope of PMI examination.

Gaskets other than for Ring Type Joints - Internal Components of Valves

1.4 All grades of material supplies including Stainless Steels shall be liable for PMI test at site. In case of any defective materials being found at site, the Supplier shall be responsible to effect replacement of such defective materials at project site without any delays to the satisfaction of E1L site RCM (Resident Construction Manager).

2.0 REFERENCE DOCUMENTS

2.1 API Recommended Practice 578 (First Edition, May 1999) - Material Verification Program for New and Existing Alloy Piping Systems.

3.0 DEFINITIONS

3.1 Supplier: Any Supplier or Manufacturer on whom an order is placed for the supply of referred items. This definition shall also include any sub-Supplier or manufacturer on whom a sub-order is placed by the Supplier.

3.2 Inspection Lot: A group of items offered for inspection covered under same size, Heat and Heat treatment lot.

33 Alloy Material: Any metallic material (including welding filler materials) that contains alloying elements such as Chromium, Nickel, Molybdenum or Vanadium, which are intentionally added to enhance mechanical or physical properties and/or corrosion resistance.

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

Page 284 of 345

lagtael *Igelf ti5teg

1.12n 2 IETIWQRJ■10.11 (A Govt Of India undenaong)

ENGINEERS INDIA LIMITED

STANDARD SPECIFICATION FOR POSITIVE MATERIAL IDENTIFICATION (PMI) AT

SUPPLIER'S WORKS

STANDARD SPECIFICATION No.

6-81-0001 Rev. 3

Page 5 of 8

4.0 PMI EXAMINATION

4.1 The Supplier shall submit a procedure of PMI to comply with the requirements of this Specification. Approval of PMI Procedure shall be obtained from Owner / EIL / TPIA prior to commencing manufacture / inspection of product.

4.2 PMI examination of materials is independent of any certification, markings or colour coding that may exist and is aimed at verifying that the alloy used are as per specified grades.

4.3 The Supplier shall identify all incoming alloy materials and maintain full traceability of all alloy materials, including all off-cuts. Transfer of identification marks shall be undertaken prior to cutting to ensure maintenance of identification on off-cuts.

4.4 The Supplier shall ensure that all alloy materials are segregated and stored in separately identified locations to prevent the mix up of materials of different alloy specifications or alloy material with carbon steel. Non ferro-magnetic materials shall be segregated at all times from ferro-magnetic materials.

4.5 PMI examination is subject to surveillance inspection by Owner / EIL / TPIA.

5.0 ACCEPTABLE METHODS FOR PMI

5.1 The method used for PMI examination shall provide a quantitative determination of the alloying elements like Chromium, Nickel, Molybdenum or Vanadium in Alloy Steel items.

5.2 Instruments or methods used for PMI examination shall be able to provide quantitative, recordable, elemental composition results for positive identification of alloying elements present.

5.3 The acceptable instruments for alloy analyzer shall be either "Portable X-Ray fluorescence" or "Optical Emission" type each capable of verifying the percentage of alloy elements within specified range.

5.4 Chemical spot testing, magnets, alloy sorters and other methods using eddy current or triboelectric testing methods are not acceptable for PMI examination.

5.5 The PMI instrument used shall have the sensitivity to detect the alloying elements in the specified range.

5.6 All PMI instruments shall have been serviced within a 6 month period of the time of use to verify the suitability of batteries, sources etc., and the data of the last service shall be stated on the PMI Report Form (Sample enclosed).

5.7 Each analyzer must be calibrated according to the manufacturer's specification at the beginning and end of each shift. Instrument must be checked against known standard for each alloy type to be inspected during the shift.

5.8 Certified samples, with full traceability, of a known alloy materials shall be available for use as a random spot check on the instrument calibration.

5.9 The surfaces to be examined shall be prepared by light grinding or abrasive paper and solvent cleaner. Evidence of Arc burn resulting from examination shall be removed by light grinding or abrasive paper. No permanent marks, which are injurious to the usage of product in service, are acceptable.

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

Copyright EIL—All rights reserved

Page 285 of 345

STANDARD SPECIFICATION FOR POSITIVE MATERIAL IDENTIFICATION (PMI) AT

SUPPLIER'S WORKS

t11 t—ft- ENGINEERS **gel' fililegW INDIA LIMITED

IvilVA PROW =Jowl/ (A Govt d b16H Undertakmg)

STANDARD SPECIFICATION No.

6-81-0001 Rev. 3

Page 6 of 8

5.10 Alloy Steel ring type joint Gaskets shall be inspected by using portable X-Ray fluorescence instrument.

5.11 Testing shall be done as per the procedures outlined by the manufactures of alloy analyzer being used. Modification of these procedures if any must be approved by Owner/EIL.

5.12 The persons performing PMI shall demonstrate their capabilities to the satisfaction of Owner/EIL/TPIA visiting engineer. If the Supplier has qualified operator on their rolls, he may perform the examination. Otherwise PMI examination shall be sub-contracted to an independent testing agency approved by EIL.

5.13 Whenever material is identified as not meeting requirements by the visiting engineer a rejection note shall be issued.

6.0 EXTENT OF PMI EXAMINATION

Following sampling plans shall be applicable for PMI examination of various items.

A. Flanges, Fittings 100% Valves, RTJ Gaskets

B. Pipes 100% (for pipes procured from traders).

2 random samples drawn from each Size/Heat/Lot (for pipes procured directly from mills)

C. Fasteners

Lot Size

Upto 100 101 to 500 501 and above

Note:

Sample Size

2% (Min 2) 1% (Min 3) 0.5% (Min 5)

a. For Welded Pipes and Fittings, PMI shall be performed on Base Metal as well as weldments.

7.0 ACCEPTANCE CRITERIA

7.1 Base Metal

PMI test results showing presence of characteristic elements upto 10% less than the minimum specified value in the material specification and upto 10% more than the maximum specified value in the material specification shall be acceptable.

7.2 Deposited Weld Metal

For deposited weld metal using welding consumables matching with base metals, the recorded presence of characteristic elements upto 12.5% less than the minimum specified value in the welding consumable specification and upto 12.5% more than the maximum specified value in the welding consumable specification shall be acceptable.

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

Page 286 of 345

5.1geal laZg (wed ereenZeld3O0en) In Govt or India UndertakIng)

7-77 ENGINEERS INDIA LIMITED

STANDARD SPECIFICATION FOR POSITIVE MATERIAL IDENTIFICATION (PMI) AT

SUPPLIER'S WORKS

STANDARD SPECIFICATION No.

6-81-0001 Rev. 3

Page 7 of 8

8.0 REJECTION CRITERIA

8.1 If PMI test results fall outside the acceptable range as specified in 7.0 above, the supplier shall obtain a quantitative check analysis performed by a laboratory acceptable to Owner / EIL / TPIA for a complete chemical analysis. Alternatively, the item can be tested with a spark analyser for verification. Results of this analysis shall be submitted to Owner / EIL / TPIA for final decision.

Decision of Owner / EIL / TPIA shall be final in this regard.

8.2 If any sample drawn to PMI test on the basis of percentage selection as per 6.0 above, fails to meet specification requirements, 100% of items of lot shall be tested for PMI by supplier. Any failure thereafter during sample check shall mean rejection of whole lot.

9.0 RECORDING AND DOCUMENTATION

The results of PMI examination shall be recorded in a Report Format as enclosed with this specification.

10.0 MARKING

10.1 All alloy materials tested by PMI shall be identified using either of the following methods by indicating "PMI OK"

a) Bar Code/Hologram Sticker b) A low stress stamp marking

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

Page 287 of 345

STANDARD SPECIFICATION FOR POSITIVE MATERIAL IDENTIFICATION (PMI) AT

SUPPLIER'S WORKS

lafitzArtft ENGINEERS ogeil ElfiThegW7 INDIA LIMITED

1.1■2i1 MOW 4,13,R1.0 (A Govt d India Undertaking)

STANDARD SPECIFICATION No.

6-81-0001 Rev. 3

Page 8 of 8

POSITIVE MATERIAL IDENTIFICATION REPORT BULK MATERIALS

Page of

Project: Client Job No.

PMI Report No. Supplier/Sub-Supplier

Purchase Order No. Testing Agency

Purchase Requisition No:

PMI Location

Bulk Item Type (as per Requisition)

Material Specification/Grade

Number of items in Lot

Requisition Item No./ Description Major content, Weight Percent Remarks Accept/Reject

Element Cr

Cb Ni Mo V Ti*

/

Nb **

Specified Range

Actual observations

1.

2.

3.

4.

5.

6.

7.

8.

Instrument Type / ID

Last Service Date Inspection Agency Witnessed By

To be reported in case of SS321 Material * * To be reported in case of SS347 Material

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

Page 288 of 345

:

:

: 0 22-05-2019 RPS RP RP/MK

: REV ISSUED FOR BIDS PRE. BY CHECKED BY APPROVED BY

SAMPLE

BOMB/SAMPLE

BOTTLE MATERIAL

(NOTE-10)

HOSE MATERIAL

(WHEREVER APPLICABLE)PIPE/ NIPPLE/ NOZZLE FLANGE/FITTINGS

QUICK

COUPLING/ADA

PTER COUPLER

VALVE BODY & TRIM MATERIAL

7 *PS0075ZSC001ZB5A D 1 0.75 338-1177 2-P-3380101-B5A B5A HYDROGENFLGD,300#, SW,

RF/125AARH300 20 45 26 120 52 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LHYDROGEN 300

8 *PS0075ZSC002ZB5A D 1 0.75 338-1101 2-P-3380102-B5A B5A HYDROGENFLGD,300#, SW,

RF/125AARH300 19.3 45 26 120 52 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LHYDROGEN 300

9 *PS0075ZSC003ZB5A D 1 0.75 338-1102 2-P-3380209-B5A B5A HYDROGENFLGD,300#, SW,

RF/125AARH300 17.4 45 26 130 52 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LHYDROGEN 300 NOTE-9

10 *PS0075ZSC004ZB1A G 1 0.75 338-1105 8-P-3380501-B1A-IH B1AFULL RANGE

NAPHTHA

FLGD,300#, SW,

RF/125AARH300 10 100 38.7 210 77.4 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316L500 NOTE-8

11 *PS0075ZSC005ZB1A K 1 0.75 338-1106 8-P-3380602-B1A-IH B1A SHU FEEDFLGD,300#, SW,

RF/125AARH300 31.1 100 38.4 145 76.8 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316L500 NOTE-8

12 *PS0075ZSC006ZB5A Q 1 0.75 338-1107 6-P-3380714-B5A-IH B5ALCN SPLITTER

FEED

FLGD,300#, SW,

RF/125AARH300 19.7 167 38.4 182 76.8 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LHYDROGEN 500 NOTE-8

13 *PS0075ZSC007ZB5A G 1 0.75 338-1108 6-P-3380813-B51A-IH B51ASHU SULFIDING/

STRIPPING

FLGD,300#, SW,

RF/125AARH300 15.2 370 25.8 425 51.6 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LHYDROGEN (PWHT) 300

14 *PS0075ZSC008B51A G 1 0.75 338-11082-CBD-3380813-B51A-

IHB51A SHU STRIPPING

FLGD,300#, SW,

RF/125AARH300 20.1 200 38.4 250 76.8 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LHYDROGEN (PWHT) 300 NOTE-8

15 *PS0075ZSC009B51A G 1 0.75 338-11082-CBD-3380812-B51A-

IHB51A SHU STRIPPING

FLGD,300#, SW,

RF/125AARH300 23.5 195 38.4 250 76.8 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LHYDROGEN (PWHT) 300 NOTE-8

16 *PS0075ZSC010ZA5A K 1 0.75 338-1110 2-P-3381004-A5A A5A SWEET FUEL GASFLGD,150#, WN,

RF/125AARH150 8.1 45 11.7 158 23.4 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LHYDROGEN 300 NOTE-9

17 *PS0075ZSC011ZB1A B 1 0.75 338-1111 4-P-3381106-B1A B1A LCNFLGD,300#, SW,

RF/125AARH300 13.7 40 23 124 46 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316L500 NOTE-9

18 *PS0075ZSC012ZB1A K 1 0.75 338-1111 6-P-3381112-B1A-IH B1A HCN HDS FEEDFLGD,300#, SW,

RF/125AARH300 28.6 228 38.7 243 77.4 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316L500 NOTE-8

19 *PS0075ZSC013ZB1A K 1 0.75 338-1114 8-P-3381402-B1A-IH B1A HCN HDS FEEDFLGD,300#, SW,

RF/125AARH300 28.3 226 38.7 241 77.4 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316L500

20 *PS0075ZSC014ZB1A K 1 0.75 338-1114 6-P-3381409-B1A-IH B1A HCN HDS FEEDFLGD,300#, SW,

RF/125AARH300 28 226 38.7 241 77.4 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316L500

21 *PS0075ZSC015ZB1A K 1 0.75 338-1115 1 1/2-P-3381501-B1A B1A GASOLINE HEELFLGD,300#, SW,

RF/125AARH300 26.5 55 38.7 226 77.4 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316L500 NOTE-9

22 *PS0075ZSC016B46A K 1 0.75 338-1121 3-PW-3382116-B46A B46A SOUR WATERFLGD,300#, SW,

RF/125AARH300 15.3 55 20.7 70 41.4 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LAXEN-3 (HIC) 300

23 *PS0075ZSC017B46A B 1 0.75 338-1122 2-P-3382405-B46A B46A LEAN AMINEFLGD,300#, SW,

RF/125AARH300 18.8 45 23.9 65 47.8 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LAXEN-3 (HIC) 300

24 *PS0075ZSC018B46A B 1 0.75 338-1122 3-P-3382204-B46A B46A RICH AMINEFLGD,300#, SW,

RF/125AARH300 14.6 38 20.8 65 41.6 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LAXEN-3 (HIC) 300

25 *PS0075ZSC019B47A D 1 0.75 338-1122 6-P-3382202-B47A-IT B47A RECYCLE GASFLGD,300#, SW,

RF/125AARH300 14.6 38 20.3 169 40.6 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LAXEN-4 (HIC + H2) 300

26 *PS0075ZSC020B27A D 1 0.75 338-1123 8-P-3382302-B27A-IT B27A RECYCLE GASFLGD,300#, SW,

RF/125AARH300 14.2 42 20.3 90 40.6 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316L

AXEN-2 (WET H2S+

H2)300

27 *PS0075ZSC021A46A B 1 0.75 338-1124 3-PW-3382401-A46A A46A WASH WATERFLGD,150#, WN,

RF/125AARH150 5 45 14 120 28 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LAXEN-3 (HIC) 300

28 *PS0075ZSC022A46A B 1 0.75 338-1124 3-P-3382401-A46A A46A LEAN AMINEFLGD,150#, WN,

RF/125AARH150 6 45 13.5 65 27 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LAXEN-3 (HIC) 300

29 *PS0075ZSC023ZB1A K 1 0.75 338-1125 6-P-3382507-B1A-IH B1A HCN PRODUCTFLGD,300#, SW,

RF/125AARH300 15 196 23 269 46 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316L500 NOTE-9

30 *PS0075ZSC024A47A K 1 0.75 338-1127 1 1/2-P-3382705-A47A A47ASOUR PURGE

GAS

FLGD,150#, WN,

RF/125AARH150 9.4 42 13 217 26 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LAXEN-4 (HIC + H2) 300 NOTE-9,

SC-338022

SC-338021

SC-338024

B038-000-16-43-DS-3280, REV.0

LOCATION

PROJECT

CLIENT

MR SR.

NO.

JOB NO

REMARKS

CAPACITY OF

SAMPLE BOMB/

SAMPLE BOTTLE

(ml)

MATERIAL SPECIFICATION

SPECIAL SERVICE

REQUIREMENTS

OPERATING

TEMP.

(0 C)

OPERATING

PRESS.

(Kg/cm2g)

END TYPETAG NO. (NOTE-

12)

TYPE (NOTE-

12)

P & ID NOS

(NOTE-12)SERVICE

DESIGN

PRESS.

(Kg/cm2g)

DESIGN

TEMP.

(0 C)

PMS CLASSPROCESS LINE NO.

B038

MRPL BS VI PROJECT

MRPL

MANGALORE

DATA SHEET FOR SAMPLE BOMB AND SAMPLING SYSTEM

CLASS

RATING

(NOTE-10)

ITEM CODE

SC-338016

SC-338015

SC-338017

SC-338006

SC-338009

SC-338010

SC-338013

SC-338007

SC-338005

HYDRO TEST

PRESS.

(Kg/cm2g)

(NOTE-11)

SC-338019

CLOSE PITCH BUTT WELDED

ANNULAR CORRUGATIONS,

HEAVY WALL SS316L TUBE

(NO INTERLOCKING) WITH

DOUBLE SS316L BRAIDING

SC-338020

SC-338001

SC-338003

QTY

(nos.)

END

SIZE NB

(in)

SC-338004

SC-338002

SC-338014

SC-338012

SC-338011

SC-338008

SC-338023

SC-338018

SHEET 1 OF 4

Page 289 of 345

:

:

: 0 22-05-2019 RPS RP RP/MK

: REV ISSUED FOR BIDS PRE. BY CHECKED BY APPROVED BY

SAMPLE

BOMB/SAMPLE

BOTTLE MATERIAL

(NOTE-10)

HOSE MATERIAL

(WHEREVER APPLICABLE)PIPE/ NIPPLE/ NOZZLE FLANGE/FITTINGS

QUICK

COUPLING/ADA

PTER COUPLER

VALVE BODY & TRIM MATERIAL

B038-000-16-43-DS-3280, REV.0

LOCATION

PROJECT

CLIENT

MR SR.

NO.

JOB NO

REMARKS

CAPACITY OF

SAMPLE BOMB/

SAMPLE BOTTLE

(ml)

MATERIAL SPECIFICATION

SPECIAL SERVICE

REQUIREMENTS

OPERATING

TEMP.

(0 C)

OPERATING

PRESS.

(Kg/cm2g)

END TYPETAG NO. (NOTE-

12)

TYPE (NOTE-

12)

P & ID NOS

(NOTE-12)SERVICE

DESIGN

PRESS.

(Kg/cm2g)

DESIGN

TEMP.

(0 C)

PMS CLASSPROCESS LINE NO.

B038

MRPL BS VI PROJECT

MRPL

MANGALORE

DATA SHEET FOR SAMPLE BOMB AND SAMPLING SYSTEM

CLASS

RATING

(NOTE-10)

ITEM CODE

HYDRO TEST

PRESS.

(Kg/cm2g)

(NOTE-11)

QTY

(nos.)

END

SIZE NB

(in)

31 *PS0075ZSC025A46A K 1 0.75 338-11271 1/2-PW-3382712-

A46AA46A SOUR WATER

FLGD,150#, WN,

RF/125AARH150 9.6 55 13.3 70 26.6 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LAXEN-3 (HIC) 300

32 *PS0075ZSC026A46A G 1 0.75 338-1127 3-PW-3382702-A46A A46A SOUR WATERFLGD,150#, WN,

RF/125AARH150 6 53 8 70 16 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LAXEN-3 (HIC) 300

33 *PS0075ZSC027ZB1A K 1 0.75 338-1128 3-P-3382802-B1A-IH B1A MCN HDS FEEDFLGD,300#, SW,

RF/125AARH300 24.9 83 33.7 98 67.4 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316L500 NOTE-8

34 *PS0075ZSC028B46A K 1 0.75 338-11321 1/2-PW-3383215-

B46AB46A SOUR WATER

FLGD,300#, SW,

RF/125AARH300 15 55 20.6 70 41.2 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LAXEN-3 (HIC) 300 NOTE-8

35 *PS0075ZSC029A47A K 1 0.75 338-1133 1 1/2-P-3383303-A47A A47AMCN STABILIZER

OFFGAS

FLGD,150#, WN,

RF/125AARH150 10.5 55 12.6 181 25.2 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LAXEN-4 (HIC + H2) 300 NOTE-9

36 *PS0075ZSC030A46A K 1 0.75 338-11341 1/2-PW-3383401-

A46AA46A SOUR WATER

FLGD,150#, WN,

RF/125AARH150 12.4 55 14.5 70 29 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LAXEN-3 (HIC) 300 NOTE-8

37 *PS0075ZSC031ZB1A K 1 0.75 338-1136 4-P-3383608-B1A-IS B1ABENZENE

SPLITTER REFLUX

FLGD,300#, SW,

RF/125AARH300 16 80 23 95 46 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316L500 NOTE-8, 9

38 *PS0075ZSC032ZB1A B 1 0.75 338-1137 1 1/2-P-3383705-B1A B1ABENZENE RICH

CUT

FLGD,300#, SW,

RF/125AARH300 25.6 40 38.7 117 77.4 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316L500 NOTE-8, 9

39 *PS0075ZSC033ZB1A K 1 0.75 338-11371 1/2-P-3383707-B1A-

ISB1A

BENZENE RICH

CUT

FLGD,300#, SW,

RF/125AARH300 28.1 132 38.7 147 77.4 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316L500 NOTE-8

40 *PS0075ZSC034ZB1A D 1 0.75 338-1138 6-P-3383816-B1A B1A

RECOMBINED

OFFSPEC

PRODUCT

FLGD,300#, SW,

RF/125AARH300 11.5 40 23 152 46 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316L500 NOTE-8, 9

41 *PS0075SC0045ZB1A B 1 0.75 338-1111 3-P-3381121-B1A B1ALCN RECYCLE TO

PFCCU

FLGD,300#, SW,

RF/125AARH300 10.7 74 23 124 46 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316L500

42 *PS0075ZSC046ZB1A B 1 0.75 338-1115 3-P-3381505-B1A B1AUNTREATED

HCN

FLGD,300#, SW,

RF/125AARH300 22.5 40 38.7 228 77.4 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316L500 NOTE-9

43 *PS0075ZSC051ZB1A D 1 0.75 338-1170 3-P-3387001-B1A B1A HYDROCARBONFLGD,300#, SW,

RF/125AARH300 7.3 AMB-160 16.3 200 32.6 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316L500

44 *PS0075ZSC053A46A D 1 0.75 338-1169 3-P-3386902-A46A A46A RICH AMINEFLGD,150#, WN,

RF/125AARH150 7.8 AMB-55 13 200 26 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LAXEN-3 (HIC) 300

45 *PS0075ZSC054A47A K 1 0.75 338-1173 3-PW-3387314-A47A A47A SOUR WATERFLGD,150#, WN,

RF/125AARH150 6.7 55 8.7 80 17.4 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LAXEN-4 (HIC + H2) 300

46 *PS0075ZSC066ZB1A D 1 0.75 338-1138 6-P-3383806-B1A B1ARECOMBINED

PDT

FLGD,300#, SW,

RF/125AARH300 11.5 40 23 167 46 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316L500 NOTE-8, 9

47 *PS0075ZSC069ZE3M Q 1 0.75 338-111812-P-3381701/1801-

E3M-IHE3M

HCN HDS

EFFLUENT

FLGD,1500#, WN,

RTJ/63AARH1500 19.6 319 89.2 455 178.4 SS321

CLOSE PITCH BUTT

WELDED ANNULAR

CORRUGATIONS,

HEAVY WALL SS321

TUBE (NO

INTERLOCKING) WITH

DOUBLE SS321

BRAIDING

ASTM A 312 TP 321, SCH 80S,

BE, SEAMLESS

ASTM A 182

GR.F321

ASTM A 182

GR.F321

BODY-ASTM A 182 GR.F321,

TRIM-STELLITED, STEM-F321500

48 *PS0075ZSC070B51A Q 1 0.75 338-11308-P-3322904/3001-

B51A-IHB51A MCN HDS FEED

FLGD,300#, SW,

RF/125AARH300 18.7 193 44.6 276 89.2 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LHYDROGEN (PWHT) 500

49 *PS0075ZSC010ZA1A SC-4 1 0.75914-

1168/11264-FG-914-0007-A1A-IT A1A VAP LPG

FLGD,150#, WN,

RF/125AARH150 7 58 17 80 34 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316L- 300

50 *PS0075ZSC011ZA1A SC-4 1 0.75914-

1168/11268-FG-914-0001-A1A-IT A1A FUEL GAS

FLGD,150#, WN,

RF/125AARH150 3.5 40 6 80 12 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316L- 300

51 *PS0100ZSC401ZA5A SC-4 1 0.75914-

1168/11401-P-914-4002-A5A A5A HYDROGEN

FLGD,150#, WN,

RF/125AARH150 1.5-20 45 26 65 52 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LHYDROGEN 300

52 *PS0075ZSC407A28A SC-4 1 0.75914-

1168/11456-P-914-4019-A28A A28A AMINE

FLGD,150#, WN,

RF/125AARH150 7.3 44 12.2 65 24.4 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LHIC 300

53 *PS0075ZSC411A21N SC-4 1 0.75914-

1168/11481.5-P-914-4043-A21N A21N AMINE

FLGD,150#, WN,

RF/125AARH150 6.6 50 10.7 150 21.4 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316L300

SC-338031

SC-338032

SC-914407

SC-338051

SC-338053

SC-338054

SC-338028

SC-338045

SC-338033

SC-338026

SC-338027

CLOSE PITCH BUTT WELDED

ANNULAR CORRUGATIONS,

HEAVY WALL SS316L TUBE

(NO INTERLOCKING) WITH

DOUBLE SS316L BRAIDING

CLOSE PITCH BUTT

WELDED ANNULAR

CORRUGATIONS,

HEAVY WALL SS316L

TUBE (NO

INTERLOCKING) WITH

DOUBLE SS316L

BRAIDING

SC-914010

SC-914011

SC-338029

SC-338030

SC-338046

SC-338034

SC-338070

SC-338069

SC-338025

SC-338066

SC-914401

SC-914411

SHEET 2 OF 4

Page 290 of 345

:

:

: 0 22-05-2019 RPS RP RP/MK

: REV ISSUED FOR BIDS PRE. BY CHECKED BY APPROVED BY

SAMPLE

BOMB/SAMPLE

BOTTLE MATERIAL

(NOTE-10)

HOSE MATERIAL

(WHEREVER APPLICABLE)PIPE/ NIPPLE/ NOZZLE FLANGE/FITTINGS

QUICK

COUPLING/ADA

PTER COUPLER

VALVE BODY & TRIM MATERIAL

B038-000-16-43-DS-3280, REV.0

LOCATION

PROJECT

CLIENT

MR SR.

NO.

JOB NO

REMARKS

CAPACITY OF

SAMPLE BOMB/

SAMPLE BOTTLE

(ml)

MATERIAL SPECIFICATION

SPECIAL SERVICE

REQUIREMENTS

OPERATING

TEMP.

(0 C)

OPERATING

PRESS.

(Kg/cm2g)

END TYPETAG NO. (NOTE-

12)

TYPE (NOTE-

12)

P & ID NOS

(NOTE-12)SERVICE

DESIGN

PRESS.

(Kg/cm2g)

DESIGN

TEMP.

(0 C)

PMS CLASSPROCESS LINE NO.

B038

MRPL BS VI PROJECT

MRPL

MANGALORE

DATA SHEET FOR SAMPLE BOMB AND SAMPLING SYSTEM

CLASS

RATING

(NOTE-10)

ITEM CODE

HYDRO TEST

PRESS.

(Kg/cm2g)

(NOTE-11)

QTY

(nos.)

END

SIZE NB

(in)

54 *PS0075ZSC412A21N SC-4 1 0.75914-1168/

11492-P-914-4040-A21N A21N AMINE

FLGD,150#, WN,

RF/125AARH150 1.2 50 4.2 150 8.4 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316L300

55 *PS0075ZSC413A28A SC-4 1 0.75914-1168/

11494-P-914-4039-A28A-IT A28A ACID GAS

FLGD,150#, WN,

RF/125AARH150 0.8 50 3.5/FV 150 7 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LHIC 300

56 *PS0075ZSC414A28A SC-4 1 0.75914-

1168/11516-P-914-4056-A28A A28A AMINE

FLGD,150#, WN,

RF/125AARH150 6.1 40 13 65 26 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LHIC 300

57 *PS0075ZSC415A28A SC-4 1 0.75914-

1168/11524-P-914-4062-A28A A28A AMINE

FLGD,150#, WN,

RF/125AARH150 0.1 40 3.5 65 7 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LHIC 300

58 *PS0075ZSC416A28A SC-4 1 0.75914-

1168/11533-P-914-4067-A28A A28A AMINE

FLGD,150#, WN,

RF/125AARH150 3.9 AMB-60 8.4 200 16.8 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LHIC 300

59 *PS0075ZSC418A19A SC-4 1 0.75914-

1168/11563-PW-914-4005-A19A A19A SOUR WATER

FLGD,150#, WN,

RF/125AARH150 7.6 AMB-120 12.8 200 25.6 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LPWHT 300

60 *PS0075ZSC421A28A SC-4 1 0.75914-

1168/11456-P-914-4056-A28A A28A AMINE

FLGD,150#, WN,

RF/125AARH150 6.1 40 13 65 26 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LHIC 300

61 *PS0075SPARE1B46A B 1 0.75 - - B46A -FLGD,300#, SW,

RF/125AARH300 22.5 40 38.7 228 77.4 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LAXEN-3 (HIC) 500

62 *PS0075SPARE2B47A D 1 0.75 - - B47A -FLGD,300#, SW,

RF/125AARH300 7.3 AMB-160 16.3 200 32.6 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LAXEN-4 (HIC + H2) 500

63 *PS0075SPARE3A46A G 1 0.75 - - A46A -FLGD,300#, SW,

RF/125AARH300 15.2 370 25.8 425 51.6 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LAXEN-3 (HIC) 500

64 *PS0075SPARE4A47A K 2 0.75 - - A47A -FLGD,300#, SW,

RF/125AARH300 28.6 228 38.7 243 77.4 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LAXEN-4 (HIC + H2) 500

65 *PS0075SPARE5B19A SC-26001 1 0.75 - - B19A -FLGD,300#, SW,

RF/125AARH300 19.7 167 38.4 182 76.8 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LPWHT 500

66 *PS0075SPARE6A28A SC-4 2 0.75 - - A28A -FLGD,150#, WN,

RF/125AARH150 1.2 50 4.2 150 8.4 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LHIC 500

67 *PS0075SPARE7ZB1A SC-6 1 0.75 - - B1A -FLGD,300#, SW,

RF/125AARH300 12 142 15.7 230 31.4 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316L500

68 *PS0075SPARE8ZE3M Q 1 0.75 - - E3M -FLGD,1500#, WN,

RTJ/63AARH1500 19.6 319 89.2 455 178.4 SS321

CLOSE PITCH BUTT

WELDED ANNULAR

CORRUGATIONS,

HEAVY WALL SS321

TUBE (NO

INTERLOCKING) WITH

DOUBLE SS321

BRAIDING

ASTM A 312 TP 321, SCH 80S,

BE, SEAMLESS

ASTM A 182

GR.F321

ASTM A 182

GR.F321

BODY-ASTM A 182 GR.F321,

TRIM-STELLITED, STEM-F321500

69 *PS0075SC1801A19A 1 0.75 11143/4"-P-18-1424-A19A-

ISA19A -

FLGD,150#, WN,

RF/125AARH150 7 65 10 185 20 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LPWHT 300

70 *PS0075SC1802A19A 1 0.75 11153/4"-P-18-1536-A19A-

ISA19A -

FLGD,150#, WN,

RF/125AARH150 8 90 12.1 180 24.2 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LPWHT 300

71 *PS0075SC1803B19A 1 0.75 1113-3 6"-P-18-1342-B19A B19A -FLGD,300#, SW,

RF/125AARH300 12 39 17.5 120 35 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LPWHT 300

72 *PS0075SC2601A19A 1 0.75 26006B3/4"-P-26-0651-A19A-

ISA19A -

FLGD,150#, WN,

RF/125AARH150 7 65 9.5 185 19 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LPWHT 300

73 *PS0075SC2602A19A 1 0.75 26006C3/4"-P-26-0653-A19A-

ISA19A -

FLGD,150#, WN,

RF/125AARH150 1 65 3.5 180 7 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LPWHT 300

74 *PS0075SC2603B19A 1 0.75 26006A-3 4"-P-260718-B19A B19AFLGD,300#, SW,

RF/125AARH300 12 39.3 19.5 120 39 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316LPWHT 300

75 *PS0075ZSC101ZB1A SC-6 1 0.75 332-1200 10-P-3322601-B1A-IH B1AFULL RANGE

NAPTHA

FLGD,300#, SW,

RF/125AARH300 12 142 15.7 230 31.4 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316L500

SC-18002

SC-26002

SC-26001

SC-18003

SC-26003

CLOSE PITCH BUTT WELDED

ANNULAR CORRUGATIONS,

HEAVY WALL SS316L TUBE

(NO INTERLOCKING) WITH

DOUBLE SS316L BRAIDING

SPARE-1

SPARE-2

SPARE-3

SPARE-4

SPARE-5

SPARE-6

SPARE-7

SC-332101

SC-18001

SC-914421

SC-914418

SPARE-8

CLOSE PITCH BUTT WELDED

ANNULAR CORRUGATIONS,

HEAVY WALL SS316L TUBE

(NO INTERLOCKING) WITH

DOUBLE SS316L BRAIDING

SC-914416

SC-914415

SC-914414

SC-914413

SC-914412

SHEET 3 OF 4

Page 291 of 345

:

:

: 0 22-05-2019 RPS RP RP/MK

: REV ISSUED FOR BIDS PRE. BY CHECKED BY APPROVED BY

SAMPLE

BOMB/SAMPLE

BOTTLE MATERIAL

(NOTE-10)

HOSE MATERIAL

(WHEREVER APPLICABLE)PIPE/ NIPPLE/ NOZZLE FLANGE/FITTINGS

QUICK

COUPLING/ADA

PTER COUPLER

VALVE BODY & TRIM MATERIAL

B038-000-16-43-DS-3280, REV.0

LOCATION

PROJECT

CLIENT

MR SR.

NO.

JOB NO

REMARKS

CAPACITY OF

SAMPLE BOMB/

SAMPLE BOTTLE

(ml)

MATERIAL SPECIFICATION

SPECIAL SERVICE

REQUIREMENTS

OPERATING

TEMP.

(0 C)

OPERATING

PRESS.

(Kg/cm2g)

END TYPETAG NO. (NOTE-

12)

TYPE (NOTE-

12)

P & ID NOS

(NOTE-12)SERVICE

DESIGN

PRESS.

(Kg/cm2g)

DESIGN

TEMP.

(0 C)

PMS CLASSPROCESS LINE NO.

B038

MRPL BS VI PROJECT

MRPL

MANGALORE

DATA SHEET FOR SAMPLE BOMB AND SAMPLING SYSTEM

CLASS

RATING

(NOTE-10)

ITEM CODE

HYDRO TEST

PRESS.

(Kg/cm2g)

(NOTE-11)

QTY

(nos.)

END

SIZE NB

(in)

76 *PS0075ZSC102ZB1A SC-6 1 0.75 332-1200 8-P-33262602-B1A-IH B1A LCNFLGD,300#, SW,

RF/125AARH300 11.5 74 17 230 34 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316L500

77 *PS0075ZSC103ZB1A SC-6 1 0.75 332-1200 4-P-3322603-B1A-IH B1A MCNFLGD,300#, SW,

RF/125AARH300 14.5 141 18.4 230 36.8 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316L500

78 *PS0075ZSC104ZB1A SC-6 1 0.75 332-1200 4-P-3322604-B1A-IH B1A HCNFLGD,300#, SW,

RF/125AARH300 13.3 60 19 230 38 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316L500

79 *PS0075ZSC105ZB1A SC-6 1 0.75 332-1201 8-P-3322606-B1A-IH B1AFULL RANGE

NAPTHA

FLGD,300#, SW,

RF/125AARH300 10 45 19 225 38 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316L500

80 *PS0075ZSC106ZB1A SC-6 1 0.75 332-1201 10-P-3322607-B1A-IH B1AFULL RANGE

NAPTHA

FLGD,300#, SW,

RF/125AARH300 12 142 19 230 38 SS316L

ASTM A 312 TP 316L, SCH 80S,

PE, SEAMLESS

ASTM A 182

GR.F316L

ASTM A 182

GR.F316L

BODY-ASTM A 182 GR.F316L,

TRIM-SS316L, STEM-SS316L500

NOTES:-1

2 ALL END CONNECTIONS SHALL BE FLANGED TYPE.3 SAMPLE BOMB WITH SAMPLING SYSTEM SHALL BE FIXED ON A STAINLESS STEEL PANEL MOUNTED ON STAINLESS STEEL STAND/FRAME AND PROVIDED WITH STAINLESS STEEL CABINET SUITABLE FOR OPEN/ CLOSE ARRANGEMENT FOR TAKING SAMPLES. ALL FLANGED CONNECTIONS SHALL BE PROVIDED OUTSIDE THE ENCLOSURE.4 THE HEIGHT OF THE ENCLOSURE SHALL BE SUCH THAT THE SAMPLE BOMB IS APPROXIMATELY AT AN ELEVATION OF 1200 MM FROM THE GRADE/ PLATEFORM LEVEL ON WHICH THE ENCLOSURE IS LOCATED.5 WHERE EVER QUICK CONNECT COUPLINGS ARE SPECIFIED IN THE SAMPLING SYSTEM, THE SAME SHALL BE DESO (DOUBLE END SHUT OFF) TYPE.6 TUBING MATERIAL WHEREVER REQUIRED SHALL BE OF MATERIAL SS316L FULLY ANNEALED,SEAMLESS AND COLD DRAWN AS PER ASTM A 269 .7 VALVES SHALL MEET THE REQUIREMENTS FOR HYDROGEN SERVICE AS SPECIFIED IN 'TECHNICAL NOTES FOR VALVES', DOC. NO. 6-44-0052.8 THIS IS BENZENE SERVICE, ALL NEEDLE AND GATE VALVES FOR THIS SERVICE SHALL BE BELLOW SEAL TYPE AS PER SPECIAL INSTRUCTIONS TO BIDDERS.9

10 THE PRESSURE RATING FOR SAMPLE BOMB(ALONGWITH CONNECTED ISOLATION VALVES) SHALL BE 1500 PSIG EXCEPT FOR SC-338069 FOR WHICH PRESSURE RATING SHALL BE 2500 PSIG.

11 HYDROTEST PRESSURE FOR COMPLETE ASSEMBLY. IN CASE OF ANY CONFLICT AMONGST HYDROTES PRESSURE, THE MOST STRINGENT SHALL GOVERN.12 TYPE OF SAMPLE BOMB & SAMPLING SYSTEM SHALL BE AS PER SCHEMATIC DRAWING (B038-000-MRPL-SCH-3280) ATTACHED WITH MR HOWEVER FOR ADDITIONAL NOTES P&ID SHALL BE REFERRED. 13 ALL THE SUPPLY, RETURN AND VENT/BLOWDOWN FLANGE CONNECTIONS SHALL BE AT RIGHT SIDE OF SS ENLOSOUR WHEN VIEWING FROM FRONT OPENABLE DOOR.

FOR ALL THESE SAMPLE BOMB & SAMPLING SYSTEM, PLEASE REFER DOC. NOS. B038-000-MRPL-SIV-3280, B038-000-MRPL-SCH-3280, P&ID Nos. B038-79-338-0-1191-15/16/17/18, B038-79-914-0-1168 ,B038-79-332-0-1201, B038-79-26-0-26006B, B038-79-26-0-26006C, B038-79-18-0-1114, B038-79-18-0-1115 & DOC. NO. B038-6-44-3280 FOR DETAILES AND SCOPE OF SUPPLY.

CLOSE PITCH BUTT WELDED

ANNULAR CORRUGATIONS,

HEAVY WALL SS316L TUBE

(NO INTERLOCKING) WITH

DOUBLE SS316L BRAIDING

PRODUCT SAMPLE

SC-332106

SC-332105

SC-332104

SC-332103

SC-332102

SHEET 4 OF 4

Page 292 of 345

ADDITIONAL TECHNICAL

REQUIREMENTS

DOCUMENT No.

B038-000-16-43-ATR-3280 Rev. B

Page 1 of 3

B 13/06/2019 REVISED AND ISSUED FOR BIDS RPS RP RP/MK

A 22/05/2018 ISSUED FOR BIDS RPS RP RP/MK

Rev. No Date Purpose Prepared

by Checked

by Approved by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

ADDITIONAL TECHNICAL REQUIREMENTS

Page 293 of 345

ADDITIONAL TECHNICAL

REQUIREMENTS

DOCUMENT No.

B038-000-16-43-ATR-3280 Rev. B

Page 2 of 3

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

ADDITIONAL TECHNICAL REQUIREMENTS (SAMPLE BOMB AND SAMPLING

SYSTEM - CAT-II)

1. Bidder to note that bid evaluation may be carried out without any post bid correspondence.

2. Bidder shall furnish quotations only if he can supply all items as per MR specifications including fulfillment of Qualification criterion. For evaluation methodology refer clause No. 1.0 of B038-000-MRPL-SIV-3280.

3. If the bid does not include complete scope and technical/performance data, proven track record etc., required to be submitted with the bid, the offer shall be liable for rejection.

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

5. Bidder shall confirm compliance to all the specifications/documents as per “List of Attachment” attached with the Material Requisition- B038-000-WL-MR-3280.

6. Sample Bomb & Sampling System shall be as per schematic drawing (B038-

000-MRPL-SCH-3280) attached with MR however for additional notes P&ID shall be referred.

7. Bidder to strictly follow the “SPECIAL INSTRUCTIONS TO VENDOR (B038-000-MRPL-SIV-3280)” attached with MR.

8. Valves shall meet the fugitive emission requirements as specified in Doc. No. B038-000-16-43-SP-0002.

9. Items under “NACE’’ & “HIC1” category shall meet the requirements

specified in MR-0103 unless otherwise specified.

10. Items specified with requirements of “H2” (i.e. HYDROGEN SERVICE) shall meet the requirements specified in Technical notes for Valves; 6-44-0052.

11. Items specified with requirements of “AXN1’’ (i.e. Wet H2S resistant materials) shall meet the requirements of NACE MR0103 and Axens STD. IN-043.

12. Items specified with requirements of “AXN2’’ (i.e. Wet H2S resistant materials +H2) shall meet the requirements of NACE MR0103 and Axens STD. IN-043 for Wet H2S and “H2” as per Technical notes for Valves, 6-44-0052.

13. Items specified with requirements of “AXN3’’ (i.e. HIC resistant materials) shall meet the requirements of NACE MR0103 and Axens STD. IN-043.

Page 294 of 345

ADDITIONAL TECHNICAL

REQUIREMENTS

DOCUMENT No.

B038-000-16-43-ATR-3280 Rev. B

Page 3 of 3

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

14. Items specified with requirements of “AXN4’’ (i.e. HIC resistant materials + H2) shall meet the requirements of NACE MR0103 and Axens STD. IN-043 for HIC and “H2” as per Technical notes for Valves, 6-44-0052.

15. Bidder shall ensure /certify the suitability of all items for the intended service/

process conditions as specified in the MR.

16. Bidder shall furnish detailed drawings along with the offer indicating dimensions of the assembly for reference and drawing shall be submitted for review/approval as per VDR.

17. Inspection shall be carried out by TPIA as per the standard Inspection Test Plan. TPIA shall issue the IRN for all items.

18. Bidder shall ensure that the Final documentation requirement shall be as per “Procedure for Final Documentation, SPC00009 Rev.0”.

19. In case of any conflict amongst documents attached with the MR, the most stringent shall govern and Owner’s / EIL decision shall be final in this regard.

Page 295 of 345

VENDOR DATA REQUIREMENTS

FOR

SAMPLE BOMB & SAMPLING SYSTEM

0 14-MAY-2019 ISSUED FOR BIDS RPS RP RP/MK

Rev.No.

Date Purpose Prepared by Checked by Approved by

VENDOR DATA REQUIREMENTSFOR

SAMPLE BOMB & SAMPLING SYSTEM of 2

Document No.B038-000-16-43-VDR-3280

Rev. 0

Page 1

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

Page 296 of 345

VENDOR DATA REQUIREMENTS

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

Notes :

1. "TICK" denotes applicability.

2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).

3. All post order documents shall be submitted / approved through EIL eDMS portal.

4. Refer - 6-78-0001: Specification for quality management system from Bidders.

5. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.

6. All drawings & documents shall be submitted in A4 or A3 paper sizes. Documents in higher paper size shall

be submitted in exceptional circumstances or as indicated in the MR/Tender.

7. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL & the bidder /

contractor / supplier during finalization of Document Control Index (DCI).

8. Bill of Material shall form part of the respective drawing.

9. Final documentation shall be submitted in hard copy (3 Sets ¿ Hard bound) and soft copy (2 sets of CD/DVD)

in addition to submission through EIL eDMS. The documentation shall be strictly as per MRPL Documentation

Procedure (SPC-00009) which shall supersede any other requirements.

S.NO.

DESCRIPTION WITHBID

POST ORDERREMARKSFOR

REVIEWFOR

RECORD

WITHDATABOOK

(FINAL)

1. Document Control Index

2. Detail Dimensional Drawing and otherparameters for Sample Bomb & SamplingSystem

3. Material Test Certificates (ChemicalComposition, Physical Properties and HeatTreatment), QA/QC Documentation, HydrotestCertificates, Inspection Release Note & all itsAnnexures

VENDOR DATA REQUIREMENTSFOR

SAMPLE BOMB & SAMPLING SYSTEM of 2

Document No.B038-000-16-43-VDR-3280

Rev. 0

Page 2

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

Page 297 of 345

TW

TW

PG

F

PG

OILY WATER SEWER

OILY WATER SEWER

OILY WATER SEWER

OILY WATER SEWER

OILY WATER SEWER

OILY WATER SEWER

NOTE 4

TYPE DLOW TEMPERATURE GAS OR FLASHING LIQUID

NOTE 3

COLD LIQUID LINE

NOTE 8NOTE 10

TYPE FNON HAZARDOUS AND HIGH TEMPERATURE AND HIGH POUR POINT

HOT LIQUID LINE

NOTE 9

TYPE CNON HAZARDOUS AND LOW TEMPERATURE LIQUID SAMPLE

COLD LIQUID LINE

NOTE 9

TYPE BLOW TEMPERATURE GAS OR FLASHING LIQUID

NOTE 2

NOTE 6NOTE 8

NOTE 10

TYPE ANON HAZARDOUS AND LOW TEMPERATURE LIQUID SAMPLE

PERSONALPROTECTION

NOTE 6

NOTE 6

NOTE 1

NOTE 5

NOTE 7

NOTE 2NOTE 3

TYPE ENON HAZARDOUS AND HIGH TEMPERATURE LIQUID SAMPLE

NOTE 5 NOTE 5

HOT LIQUID LINE

DEPRESSURE LINE

NOTE 5

NOTE 5

NOTE 6

NOTE 5

NOTE 5

PERSONALPROTECTION

NOTE 3

NOTE 1

1 - SWAGELOK QUICK-CONNECTS FITTING OR EQUAL.2 - DELTA P DEVICE IS ANY DEVICE OR INSTRUMENT THAT CREATES A PRESSURE DROP TO ENSURE A SUFFICIENT FLOW THROUGH THE LOOP. 3 - USE DOUBLE BLOCK FOR ANY CLASS 900 LINES OR HIGHER AND FOR H2 OR H2S SERVICES. 4 - FOR OPERATING PRESSURE UNDER 125 bar g (125 kg/cm2, 1800 PSIG) USE WITHEY 304L-HDF4-300 SAMPLE BOTTLE OR EQUAL FOR OPERATING PRESSURE 125 bar g (125 kg/cm2, 1800 PSIG) AND ABOVE USE XXS 304L PIPE CYLINDER. 5 - TAKE SAMPLE CONNECTION FROM TOP HORIZONTAL LINE.

WITH 75 mm MINIMUM EXTENSION. 7 - USE OIL FLUSH AFTER SAMPLING HEAVY LIQUID. 8 - ALL SAMPLING BOMBS SHOWN ON THIS PID SHOULD BE EQUIPPED WITH BLOCK VALVES ON EACH SIDE. 9 - THE COOLING BOX SHALL BE INTERNALLY COVERED WITH "EPOXY" THE COIL SHALL BE TUBING SPECIFICATION OR SS. 10- A SUPPORT FOR THE CYLINDER "BOMB" SHALL BE FORESEEN. 11- SAMPLING SYSTEM LENGTH MUST BE MINIMUM TO LIMIT THE PRODUCT LOST WHEN FLUSHING.

NOTE 3

NOTE 4

NOTE

11

NOTE 3

NOTE 3

1/2"

1/2"

3/4"1/2"

Axens Standards Drawings And Specifications

SAMPLING CONNECTIONS 1/4

BESPPID001_GEN_16ST_15.pid_Rev_2.4_04/04/170

FGT UNIT

MANGALORE REFINERY AND PETROCHEMICALS LIMITED (MRPL)PFCC GASOLINE TREATING UNIT

MANGALORE, INDIA

07102_0_16ST_15.pid07102 16ST 015 / 19

1/2"

3/4"

3/4"

3/4"

3/4"

3/4"

3/4"x1/2"

3/4"

1/2"

3/4"

MIN.

3/4"

3/4"

1/2"x3/4"

1/2"

3/4"x1/2" 3/4"x1/2"

OIL

MIN.

3/4"

3/4"

3/4"

3/4"x1/2"

MIN.

1/2"

1/2"

1/2"

MIN.

1/2" NIPPLE

FLEXIBLE HOSE

MIN.

1/2"x3/4"

3/4"

3/4"

MIN.

3/4"

1/2"

MIN.

MIN.

MIN.

MIN.DELTA P DEVICE

1/2"

1/2"

1/2"x3/4"

3/4"x1/2"

3/4"

3/4"

3/4"

3/4"

1/2"

1/2" 1/2"x3/4"

DELTA P DEVICE

00

0710

2_0_

16S

T_15

.pid

Del

iver

able

Prin

t29

/06/

2017

15:

23:2

616

ST

15 /

1907

102

HKH

LWT

0

PROCESS BOOK ISSUE

22/06/17

MIN.

1/2" NIPPLE

MIN.

LOW PRESSURE STEAM

300 CC EVACUATED (VACUUM)OR NITROGEN PURGED

SAMPLE CONTAINER

1/2" NIPPLE

MIN.

MIN.

3/4"

MIN.

1/2" NIPPLE

300 CC EVACUATED (VACUUM)OR NITROGEN PURGED

SAMPLE CONTAINER

MIN.

3/4"

MIN.

3/4"x1/2"

3/4"x1/2"

FLEXIBLE HOSE FLEXIBLE HOSE

FLEXIBLE HOSE

1/2"

1/2"

REV. DATE ISSUES DESCRIPTIONS CHECKEDBY

DRAWNBY

CONTRACTOR :

CLIENT PROJECT NUMBER CLIENT DWG NUMBER

JOB NUMBER UNIT TYPE SHEET REV.

NOTES:

12- CLOSED SAMPLING SYSTEM WITH ENCLOSURE.

NOTE 12

NOTE 12

NF338-1165

SW338-1161

RW338-1161

A11APS

NF338-1165

A11APS

(B)

(F)

(C)

(A)

(C)

(A)

(F)

(B)

NF338-1165

A11APS

(A)

(F)

A11APSNF

338-1165

SW338-1161

RW338-1161

NF338-1165

A11APSIT IS

1

1

UPSTREAM PSDOWNSTREAM PS

UPSTREAM PSDOWNSTREAM PS

GENERAL NOTES:-1. REFER GENERAL NOTES IN P&ID 1101.

1/2"x3/4"

Pag

e 29

8 o

f 34

5

PG

TW

F

TW

PG

TW

TW

OILY WATER SEWER

OILY WATER SEWER

OILY WATER SEWER

OILY WATER SEWER

OILY WATER SEWER

OILY WATER SEWER

TYPE GHIGH TEMPERATURE GAS OR FLASHING LIQUID OR HAZARDOUS LIQUID SAMPLE

TYPE JNON HAZARDOUS AND HIGH TEMPERATURE AND HIGH POUR POINT

NOTE 3

NOTE 7

NOTE 9

NOTE

11

NOTE 6

TYPE HNON HAZARDOUS AND HIGH TEMPERATURE LIQUID SAMPLE

TYPE KHIGH TEMPERATURE GAS OR FLASHING LIQUID OR HAZARDOUS LIQUID SAMPLE

NOTE 3

NOTE 5

NOTE 4

1 - SWAGELOK QUICK-CONNECTS FITTING OR EQUAL.2 - DELTA P DEVICE IS ANY DEVICE OR INSTRUMENT THAT CREATES A PRESSURE DROP TO ENSURE A SUFFICIENT FLOW THROUGH THE LOOP. 3 - USE DOUBLE BLOCK FOR ANY CLASS 900 LINES OR HIGHER AND FOR H2 OR H2S SERVICES.4 - FOR OPERATING PRESSURE UNDER 125 bar g (125 kg/cm2, 1800 PSIG) USE WITHEY 304L-HDF4-300 SAMPLE BOTTLE OR EQUAL FOR OPERATING PRESSURE 125 bar g (125 kg/cm2, 1800 PSIG) AND ABOVE USE XXS 304L PIPE CYLINDER. 5 - TAKE SAMPLE CONNECTION FROM TOP HORIZONTAL LINE.

WITH 75 mm MINIMUM EXTENSION. 7 - USE OIL FLUSH AFTER SAMPLING HEAVY LIQUID. 8 - ALL SAMPLING BOMBS SHOWN ON THIS PID SHOULD BE EQUIPED WITH BLOCK VALVES ON EACH SIDE.9 - THE COOLING BOX SHALL BE INTERNALLY COVERED WITH "EPOXY" THE COIL SHALL BE TUBING SPECIFICATION OR SS. 10- A SUPPORT FOR THE CYLINDER "BOMB" SHALL BE FORESEEN.11- SAMPLING SYSTEM LENGTH MUST BE MINIMUM TO LIMIT THE PRODUCT LOST WHEN FLUSHING.

NOTE 2

PERSONALPROTECTION

NOTE 9

NOTE 9

HOT LIQUID LINE

NOTE 6

NOTE 9

PERSONALPROTECTION

NOTE 8NOTE 10

HOT LIQUID LINE

PERSONALPROTECTION

NOTE 5

DEPRESSURE LINE

NOTE 2NOTE 3

NOTE 5

NOTE 1

NOTE 4

NOTE 5

NOTE 3

NOTE 8NOTE 10

NOTE 1

PERSONALPROTECTION

NOTE 2

FLEXIBLE HOSE

300 CC EVACUATED (VACUUM)OR NITROGEN PURGED

SAMPLE CONTAINER

3/4"

3/4"

3/4"

MIN.

FLEXIBLE HOSE

DELTA P DEVICE

MIN.

00

0710

2_0_

16S

T_16

.pid

Del

iver

able

Prin

t29

/06/

2017

15:

25:4

416

ST

16 /

1907

102

MIN.

MIN.

FLEXIBLE HOSE

MIN.

1/2"

300 CC EVACUATED (VACUUM)OR NITROGEN PURGED

SAMPLE CONTAINER

1/2"

3/4"

HKH

LWT

0

PROCESS BOOK ISSUE

22/06/17

DELTA P DEVICE

MIN.

DELTA P DEVICE

MIN.

OIL

LOW PRESSURE STEAM

1/2" NIPPLE

3/4"

3/4"

3/4"x1/2"

3/4"

3/4"x1/2"

3/4"

3/4"

MIN.

3/4"

3/4"

3/4"

3/4"

3/4"x1/2"

3/4"x1/2"

1/2"x3/4"

3/4"

3/4"3/4"

MIN.

3/4"

3/4"

1/2"x3/4"

3/4"

1/2"

MIN.

3/4"

MIN.

MIN.

3/4"

3/4"x1/2"

MIN.

MIN.

3/4"

1/2"

1/2"

1/2"

3/4"

1/2"

3/4"

1/2" NIPPLE

3/4"

Axens Standards Drawings And Specifications

SAMPLING CONNECTIONS 2/4

BESPPID001_GEN_16ST_16.pid_Rev_2.4_04/04/170

FGT UNIT

MANGALORE REFINERY AND PETROCHEMICALS LIMITED (MRPL)PFCC GASOLINE TREATING UNIT

MANGALORE, INDIA

07102_0_16ST_16.pid07102 16ST 016 / 19

FLEXIBLE HOSE

REV. DATE ISSUES DESCRIPTIONS CHECKEDBY

DRAWNBY

CONTRACTOR :

CLIENT PROJECT NUMBER CLIENT DWG NUMBER

JOB NUMBER UNIT TYPE SHEET REV.

NOTES:

NOTE 12

NOTE 12

12- CLOSED SAMPLING SYSTEM WITH ENCLOSURE.

1/2"

1/2"

NF338-1165

SW338-1161

RW338-1161

A11APS

(A)

(F)

(C)

(B)

SW338-1161

RW338-1161

SW338-1161

RW338-1161

SW338-1161

RW338-1161

NF338-1165(F)

(A)

(A)

(A)

(C)

(C)

(B)

(B)

(B)

A11APS

(RW)

(SW)

(RW)

(SW)

(RW)

(SW)

(RW)

(SW)

(C)

1

1

UPSTREAM PSDOWNSTREAM PS

UPSTREAM PSDOWNSTREAM PSUPSTREAM PS

DOWNSTREAM PS

GENERAL NOTES:-1. REFER GENERAL NOTES IN P&ID 1101.

(OD)

(OD)

(OD)

(OD)

1/2"x3/4" 3/4"

NF338-1165(F)

A11APS

A11APS

1/2"x3/4" 3/4"

NF338-1165(F)

A11APS

Pag

e 29

9 o

f 34

5

Page 300 of 345

LG

TW

PG

TW

LG

PG

PG

OILY WATER SEWER

OILY WATER SEWER OILY WATER SEWER

1 - USE DOUBLE BLOCK FOR ANY CLASS 900 LINES OR HIGHER AND FOR H2 OR H2S SERVICES.2 - THE COOLING BOX SHALL BE INTERNALLY COVERED WITH "EPOXY". THE COIL SHALL BE TUBING SPECIFICATION OR SS.3 - ALL SAMPLE CYLINDERS SHOWN ON THIS SHEET SHOULD BE EQUIPPED WITH BLOCK VALVES ON EACH SIDE.4 - FLASH DRUM ALLOWING MIXED PHASE SEPARATION UNDER FLARE PRESSURE. 1-2 LITERS OF LIQUID ARE EXPECTED BEFORE FEEDING LIQUID TO THE SAMPLING SYSTEM. FABRICATED FROM PIPE OF 4" DIA

5 - TAKE SAMPLE ON THE HORIZONTAL CENTER LINE OF THE PIPE.

ANGLE WITH 75 mm MINIMUM EXTENSION.7 - A SUPPORT FOR THE SAMPLE CYLINDER SHALL BE FORESEEN. 8 - SWAGELOK QUICK COUPLING OR EQUAL.9 - FOR OPERATING PRESSURE UNDER 125 bar g (125 kg/cm2, 1800 PSIG) USE SAMPLE CYLINDER SWAGELOK 304L-HDF4-300 TYPE OR EQUAL. FOR OPERATING PRESSURE 125 bar g (125 kg/cm2, 1800 PSIG) AND ABOVE USE SAMPLE CYLINDER XXS 304L.

TYPE RNON HAZARDOUS AND HIGH TEMPERATURE LIQUID/VAPOR SAMPLE

TYPE QHAZARDOUS AND HIGH TEMPERATURE LIQUID/VAPOR SAMPLE

NOTE 3NOTE 7

NOTE 4

NOTE 5

HOT MIXED PHASE LINE

NOTE 1

PERSONALPROTECTION

NOTE 6

NOTE 4

NOTE 2

NOTE 9

NOTE 8

HOT MIXED PHASE LINE

PERSONALPROTECTION

DEPRESSURE LINE

NOTE 1

NOTE 5

NOTE 2

00

0710

2_0_

16S

T_18

.pid

Del

iver

able

Prin

t29

/06/

2017

15:

14:5

516

ST

18 /

1907

102

Axens Standards Drawings And Specifications

SAMPLING CONNECTIONS 4/4

BESPPID001_GEN_16ST_18.pid_Rev_2.4_04/04/170

FGT UNIT

MANGALORE REFINERY AND PETROCHEMICALS LIMITED (MRPL)PFCC GASOLINE TREATING UNIT

MANGALORE, INDIA

07102_0_16ST_18.pid07102 16ST 018 / 19

HKH

LWT

0

PROCESS BOOK ISSUE

22/06/17

3/4"

3/4"x1/2"

1/2"x3/4"

1/2"x3/4"

3/4"

1/2"

MIN.

1/2"x3/4"

MIN.

1/2"

1/2"

3/4"

1/2"x3/4"

1/2"

3/4"x1/2"

3/4"

3/4"

MIN.

MIN.

1/2" NIPPLE

MIN.

3/4"

FLEXIBLE HOSE

3/4"

FLEXIBLE HOSE

3/4"

1/2"

1/2"x3/4"

1/2"

3/4"

3/4"3/4" 3/4"

3/4"

300 CC EVACUATED (VACUUM)OR NITROGEN PURGED

SAMPLE CONTAINERREV. DATE ISSUES DESCRIPTIONS CHECKED

BYDRAWN

BY

CONTRACTOR :

CLIENT PROJECT NUMBER CLIENT DWG NUMBER

JOB NUMBER UNIT TYPE SHEET REV.

NOTES:

1/2"

SW338-1161

RW338-1161

SW338-1161

RW338-1161

(RW)

(SW)

NF338-1165

A11APS

(C)

(D)

(B)

(A)

(E)

NF338-1165

NF338-1165

2

A11APS

A11A PS

A11APS

A11A PS

GENERAL NOTES:-1. REFER GENERAL NOTES IN P&ID 1101.

(OD)

1

AND 700 MM (T/T).

1/2"x3/4" 3/4"

CBD338-1168-1/2(F)

A11APS

1/2"x3/4"

Pag

e 30

1 o

f 34

5

- REFER TO "GENERAL NOTES ON P&ID 01".GENERAL NOTES:

1. REFER LEGEND P&ID B038-79-338-0-1191-15 TO 1191-18 FOR LOCATINGNOTES:

PIPE THROUGH (A), (B), (C), (D), (E), (F), (SW), (RW), AND (OD).

2. FULL VACUUM AT DESIGN TEMPERATURE.

3. FULL VACUUM AT MAXIMUM OPERATING TEMPERATURE + 15 °C.

4. DURING START UP FULL VACUUM AT AMBIENT TEMPERATURE.

5. FULL VACUUM AT 70 °C .

6. FULL VACUUM AT AMBIENT TEMPERATURE.

Pag

e 30

2 o

f 34

5

Pag

e 30

3 o

f 34

5

Pag

e 30

4 o

f 34

5

Pag

e 30

5 o

f 34

5

Pag

e 30

6 o

f 34

5

Pag

e 30

7 o

f 34

5

Pag

e 30

8 o

f 34

5

Pag

e 30

9 o

f 34

5

Pag

e 31

0 o

f 34

5

Pag

e 311 of 345

Pag

e 312 of 345

Pag

e 313 of 345

Pag

e 314 of 345

Pag

e 315 of 345

Pag

e 316 of 345

Pag

e 317 of 345

STANDARD MATERIAL SPECIFICATIONS

Réf. Rév. Page

IN-043-EN 3 1/8

This document contains confidential proprietary information belonging to Axens. It shall not be disclosed to any third parties without Axens’ prior written consent.

STANDARD MATERIAL SPECIFICATIONS

FOR

WET H2S SERVICES

Application to Carbon Steels

(IN-043)

Page 318 of 345

STANDARD MATERIAL SPECIFICATIONS

Réf. Rév. Page

IN-043-EN 3 2/8

This document contains confidential proprietary information belonging to Axens. It shall not be disclosed to any third parties without Axens’ prior written consent.

Table of Content

1. INTRODUCTION ................................................................................................................ 3

1.1 Scope .......................................................................................................................... 3

1.2 References .................................................................................................................. 3

1.3 Wet H2S damage mechanisms and control philosophy................................................ 4

1.3.1 Sulfide Stress Corrosion Cracking (SSC) ................................................................. 4

1.3.2 Hydrogen Induced Cracking (HIC), Blistering and Stress Oriented Hydrogen Induced

Cracking (SOHIC) .................................................................................................... 4

1.4 Procurement ................................................................................................................ 4

2. WELDING IN WET H2S SERVICE ..................................................................................... 5

3. CATEGORY 1: WET H2S RESISTANT MATERIALS ........................................................ 5

3.1 General requirement for CS materials in wet H2S service ............................................ 5

3.2 Plates, welded pipes and other products originated from plates ................................... 6

3.3 Seamless pipes and seamless tubes ........................................................................... 6

3.4 Forgings, Castings, Fittings and Accessories ............................................................... 6

4. CATEGORY 2: HIC RESISTANT MATERIALS ................................................................. 7

4.1 Plates, welded pipes and other products originated from plates ................................... 7

4.2 Other product forms not originated from plates ............................................................ 7

Page 319 of 345

STANDARD MATERIAL SPECIFICATIONS

Réf. Rév. Page

IN-043-EN 3 3/8

This document contains confidential proprietary information belonging to Axens. It shall not be disclosed to any third parties without Axens’ prior written consent.

1. Introduction

1.1 Scope

The information given hereafter results from Axens/IFPEN experience in the field of refining

units and its aim is to provide appropriate quality and safety level to pressure vessels, piping

elements, heat exchangers, valves, rotating machines and other equipment, made from

carbon steel (CS) material and operated in wet H2S service conditions, even for transient or

short periods of time. This specification is supplementary to the basic requirements for

carbon steels given in Axens IN-042.0 specification. Specific codes, Final User, Owner,

Vendor/Manufacturer of equipment and Engineering Contractor standards may also influence

the choice of materials and methods. In case of discrepancies in the project framework

between the present specification and others, the more stringent criteria shall govern.

Stainless steel materials are not covered in this specification. They are usually considered

more resistant than CS to wet H2S corrosion, but their characteristics shall conform to NACE

MR0103. Where chlorides are present, SS characteristics shall conform to NACE

MR0175/ISO15156 part 3.

1.2 References

NACE International Publication 8X194, 2006, Materials and Fabrication Practices for New

Pressure Vessels Used in wet H2S Refinery Service

NACE Standard MR0103/ISO 17495-1, 2016, Materials Resistant to Sulfide Stress Cracking

in Corrosive Petroleum Refining Environments

NACE Standard SP0472, 2015, Methods and Control to Prevent In-Service Environmental

Cracking of Carbon Steel Weldments in Corrosive Petroleum Refining Environments

NACE Standard MR0175/ISO15156, 2015, Material Requirements for Sulfide Stress

Corrosion Cracking Resistant Metallic Material

API Standard 610/ISO 13709, 2010, Centrifugal Pumps for Petroleum, Petrochemical and

Natural Gas Industries

API Standard 617, 2014, Axial and Centrifugal Compressors and Expander-compressors

API Standard 618, 2008, Reciprocating Compressors for Petroleum, Chemical and Gas

Industry Services

NACE Standard TM0284, 2011, Evaluation of Pipeline and Pressure Vessel Steels for

Resistance to hydrogen-Induced Cracking

NACE Standard TM0177, 2005, Laboratory Testing of Metals for Resistance to Sulfide

Stress Cracking and Stress Corrosion Cracking in H2S Environments

Page 320 of 345

STANDARD MATERIAL SPECIFICATIONS

Réf. Rév. Page

IN-043-EN 3 4/8

This document contains confidential proprietary information belonging to Axens. It shall not be disclosed to any third parties without Axens’ prior written consent.

1.3 Wet H2S damage mechanisms and control philosophy

Process conditions where hydrogen sulfide (H2S) is present together with a free water phase

are necessary for wet H2S damage mechanisms to occur. The diffusion into the steel of

hydrogen generated by corrosion reactions is promoted by the presence of dissolved H2S;

this promotes the development of cracks that appear and propagate through the wall within a

few hours. Continuous as well as transient operations in wet H2S service shall thus be both

considered as wet H2S services. Wet H2S damage mechanisms that are controlled by

application of the present specification are: Sulfide Stress Corrosion Cracking (SSC),

Hydrogen Induced Cracking and blistering (HIC), and Stress Oriented Hydrogen Induced

Cracking (SOHIC). Risks of wet H2S cracking (SSC, HIC and SOHIC) are evaluated by

Axens at the process design stage. This evaluation results in the definition of two categories

for materials of construction:

Category 1: wet H2S resistant materials

Category 2: HIC resistant materials

1.3.1 Sulfide Stress Corrosion Cracking (SSC)

SSC generates cracks in welds, heat affected zones (HAZ) and surrounding base metal of

welded carbon steel constructions where areas of high residual stress and high hardness are

generated during welding operations. Axens aim is to control the risk of SSC by selecting

carbon steel materials with chemistry control of impurities that would otherwise promote the

occurrence of harmful microstructures and of areas of high hardness during welding

operations (Category 1: wet H2S resistant materials), and supplemented by the tempering of

the microstructure after welding operations by application of Post Weld Heat Treatment

(PWHT).

1.3.2 Hydrogen Induced Cracking (HIC), Blistering and Stress Oriented

Hydrogen Induced Cracking (SOHIC)

Hydrogen atoms generated by corrosion phenomenon diffuse through the steel and

recombine into hydrogen gas in the bulk metal at the interface between inclusions and the

steel matrix. Internal pressure increases promote delamination and cavities along elongated

inclusions, parallel to the rolling direction. These mechanisms are a concern for plate

materials where inclusions are elongated by the rolling operations. The selection of carbon

steel with low phosphorous and sulfur levels, and with a control of the shape of inclusions

and HIC testing is necessary for achieving proper resistance to HIC related damage

mechanisms (Category 2: HIC resistant materials). Other product forms different than plates

with resistance to SSC are not as sensitive to HIC related damage mechanisms.

1.4 Procurement

Carbon steel materials to be operated in wet H2S service and covered by the present

document shall not be considered as plain/standard carbon steels within the project

framework. They shall be made traceable, preferably by marking with low stress stamps.

Documentation relative to these materials shall include chemical analyses of carbon,

phosphorus and sulfur, hardness, level of cold work, heat treatment delivery conditions and

result of HIC test when required.

Page 321 of 345

STANDARD MATERIAL SPECIFICATIONS

Réf. Rév. Page

IN-043-EN 3 5/8

This document contains confidential proprietary information belonging to Axens. It shall not be disclosed to any third parties without Axens’ prior written consent.

2. Welding in wet H2S service

Filler metal and weld deposit shall have diffusible hydrogen content typically below

5mL/100g. Nickel content of filler metal also shall remain below 1% and Manganese content

below 1.5%.

Welding Procedure Specification WPS for CS material in wet H2S service shall include

PWHT regardless of construction code requirement. PWHT temperature shall not be less

than 620°C (1150°F) and minimum 93 °C (200°F) preheat temperature should be used for all

welding. Axens requires a hardness survey on preproduction welded coupons to be

conducted. Test indentations should be taken on the weld deposit, Heat Affected Zone (HAZ)

and base metal, in the cap and root of the weld. Welding Procedure Qualification Record

(PQR) shall be documented with hardness survey.

Hardness should be limited to the following after PWHT:

- Base metal: 237HBW (22HRC)

- Weld deposit: 200HBW

- Heat Affected Zone: 237HBW (22HRC)

PWHT shall be applied to welded assemblies for corrosion reasons, and production welds

shall be 100% UT tested. Hardness verification of production welds is required. More

information on welding practice of CS material in wet H2S service can be found in document

NACE SP0472.

3. Category 1: wet H2S resistant materials

3.1 General requirement for CS materials in wet H2S service

This section applies to Category 1: wet H2S resistant materials. In addition to PWHT

requirements and hardness limitations of welded assemblies described in section 2, CS

supplied under this specification shall comply with the following:

- CS must be fully killed,

- CS products shall be supplied in the Normalized or Quench and Tempered condition

regardless of thickness,

- Hardness of CS products (base metal before PWHT) shall be limited below 22HRC (or

237HBW),

- Ni content shall be limited below 1%w,

- Carbon content shall be limited below 0.20%w,

- Carbon Equivalent CE = C + Mn/6 + (Cr +Mo + V)/5 + (Ni + Cu)/15 should be limited:

- Below 0.42% for thickness below 2”

- Below 0.45% for thickness above 2”

- Thermal stress relieving is required for cold worked and cold forged zones, even if not

required by the construction code. Cold deformation above 5% may require recovery

annealing to restore properties of steels.

In addition to the above points, Category 1: wet H2S materials shall have Phosphorous and

Sulfur content limited as described in following sections dedicated to different CS product

forms.

Page 322 of 345

STANDARD MATERIAL SPECIFICATIONS

Réf. Rév. Page

IN-043-EN 3 6/8

This document contains confidential proprietary information belonging to Axens. It shall not be disclosed to any third parties without Axens’ prior written consent.

3.2 Plates, welded pipes and other products originated from plates

Impurity level in carbon steel products originated from plates shall be controlled in order to

avoid the occurrence of brittle phases during welding:

- maximum allowable Phosphorus content 0.020%w

- maximum allowable Sulfur content 0.015%w

As an example, possible designation is ASTM A516 Gr 60 (or P275NH or P275NL1-NL2

according to EN 10028-3) provided that all the requirements given here-above are

guaranteed. Other grades in line with this specification are also acceptable. P275NL2

according to EN 10028-3 can be used without any additional requirement.

3.3 Seamless pipes and seamless tubes

Small and medium size process piping and tubing for heat exchangers shall be of seamless

type whenever possible.

Impurity level in seamless carbon steel pipes and tubes shall be controlled in order to avoid

the occurrence of brittle phases during welding:

- maximum allowable Phosphorus content 0.030%w

- maximum allowable Sulfur content 0.010%w

As an example, possible designation is ASTM A106 Gr B (or P235GH or P265GH according

to EN 10216-2 A2) for seamless piping and ASTM A179 for seamless tubing, provided that

all the requirements given here-above are guaranteed. Other grades in line with this

specification are also acceptable. P235GH and P265GH according to EN 10216-2 can be

used without any additional requirement.

3.4 Forgings, Castings, Fittings and Accessories

Impurity level in carbon steel forgings, castings and fittings not originated from plates shall be

controlled in order to avoid the occurrence of brittle phases during welding:

- maximum allowable Phosphorus content 0.025%w

- maximum allowable Sulfur content 0.020%w

As an example, possible designation is ASTM A105 (or P280GH according to EN 10222-2)

for forgings, ASTM A216 gr. WCB (or GP240GH according to EN 10213) for castings, ASTM

A234 gr. WPB (or P265GH according to EN 10253-2) for fittings, provided that all the

requirements given here-above are guaranteed. Other grades in line with this specification

are also acceptable.

Valves, Pumps and Compressors internals made from carbon steel shall have hardness

limited below 22HRC before PWHT. Other elements not made from carbon steel shall

comply with dedicated section of NACE MR0103 if applicable.

Page 323 of 345

STANDARD MATERIAL SPECIFICATIONS

Réf. Rév. Page

IN-043-EN 3 7/8

This document contains confidential proprietary information belonging to Axens. It shall not be disclosed to any third parties without Axens’ prior written consent.

4. Category 2: HIC resistant materials

4.1 Plates, welded pipes and other products originated from plates

In addition to all the requirements listed in section 2 (Welding in wet H2S service) and

section 3 (Category 1: wet H2S resistant materials), Category 2: HIC resistant material

products originated from plates shall comply with the following:

Killed carbon steel plates shall be obtained by vacuum degassing process. Inclusion shape

control by calcium treatment (or equivalent process) is also required, and impurity level shall

be controlled in order to limit the level of inclusions:

- maximum allowable Phosphorus content 0.010%w

- maximum allowable Sulfur content 0.002%w

- maximum allowable Oxygen content 0.0025% w(target 0.0020%w)

Plates, welded pipes and other products originated from plates shall pass HIC test as per

NACE TM0284. Mill test reports shall include the values for the Crack Length Ratio (CLR),

Crack Sensitivity Ratio (CSR) and Crack Thickness Ratio (CTR).

HIC test results requirements:

- Average CLR ≤ 5% with CLR < 7% for each individual section

- Average CTR < 1.5% with CTR < 2% for each individual section

- Average CSR < 0.5% with CTR < 0.7% for each individual section

The average is the sum of the values obtained on each section divided by the total number of

sections examined (arithmetic mean).

Some steel producers supply HIC resistant plates according to their own standards.

Among them, Axens considers that DICREST 5 of Dillinger Hütte GTS (Germany) and

CarElso60HIC, CarElso65HIC of Industeel (Belgium and France) fulfill the requirements for

Category 2: HIC resistant materials, without any additional requirements (HIC test and other

control methods may be included in producer’s material specification).

4.2 Other product forms not originated from plates

Products that are not originated from plates shall meet the requirements in section 2

(Welding in wet H2S service), and section 3 (Category 1: wet H2S resistant materials) for the

achievement of resistance to HIC related damage mechanisms.

HIC related damage mechanisms are a concern for plate materials. Other product forms that

are not originated from plates (i.e. seamless pipes and tubes, forgings, castings and

accessories) that fulfill the requirements of section 3 (Category 1: wet H2S service – SSC

resistant materials, with reduced phosphorus and sulfur content, low hardness, etc.) are

considered resistant to HIC damage, and HIC testing is not required for these products.

Note 1: The use of plain CS materials (without the requirements given earlier) as defined in

IN-42.0 with a stainless steel SS cladding or weld overlay can be an alternative to Category

1: wet H2S resistant materials and to Category 2: wet H2S service – HIC resistant materials.

Page 324 of 345

STANDARD MATERIAL SPECIFICATIONS

Réf. Rév. Page

IN-043-EN 3 8/8

This document contains confidential proprietary information belonging to Axens. It shall not be disclosed to any third parties without Axens’ prior written consent.

Note 2: Low alloy steels, alloy steels, stainless steels and other alloys do not have intrinsic

resistance to cracking in wet H2S environments, and their characteristics shall conform to

NACE MR0103. Where chlorides are present, SS characteristics shall conform to NACE

MR0175/ISO15156.

Note 3: Quality control based on NACE HIC testing only and without appropriated cleanliness

control (that may lead to pseudo HIC plates) are not considered by Axens as having

sufficient HIC resistance.

Note 4: The final specification concerning P and S impurities content, carbon content, carbon

equivalent (CE), might be reviewed during the call-for-bids by the Engineering Contractor

(based on its own standard if any) following its typical practice for “Piping in Sour Service”. In

case of any discrepancy with the Axens’ specification, decision will be made under

Engineering Contractor responsibility.

Page 325 of 345

FUGITIVE EMISSION

REQUIREMENTS FOR VALVES

DOCUMENT No.

B038-000-16-43-SP-0002 Rev. 0

Page 1 of 2

0 25/05/2018 ISSUED AS JOB SPECIFICATION RPS MKS RP

Rev. No Date Purpose Prepared

by Checked by Approved by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

FUGITIVE EMISSION REQUIREMENTS FOR VALVES

PROJECT : BS-VI PROJECTS OWNER : MRPL- MANGALORE REFINERY JOB No. : B038

Page 326 of 345

FUGITIVE EMISSION

REQUIREMENTS FOR VALVES

DOCUMENT No.

B038-000-16-43-SP-0002 Rev. 0

Page 2 of 2

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Valves, which are specified to meet Fugitive emission requirements in Valve Material Specification sheets shall comply the following:

1. Type Testing of Rising Stem Valves Equipped with Graphite

Packing for Fugitive Emission:

Gate, Globe, Needle valves etc. shall meet the Fugitive Emission requirements as per API Std. 624 (latest edition).

2. Type Testing of Quarter-turn valves for Fugitive Emission:

Ball, Plug, Butterfly valves etc. shall meet the Fugitive Emission requirements as per API Std. 641 (latest edition).

3. Type Testing of valves for Fugitive Emission as per ISO 15848-Part 1:

For valve sizes & ratings, which are not covered in API 624 & API 641, Fugitive Emission requirements shall be met as per ISO-15848-1(latest edition) with “Methane” as test fluid and emission limit shall be restricted to ≤ 100 ppmv.

Page 327 of 345

TECHNICAL COMPLIANCE FORMAT (PIPING)

SAMPLE BOMB AND SAMPLING SYSTEM

Document No.

B038-000-16-43-TCL-3280 Rev A

Page 1 of 2

A 22.05.2019 ISSUED FOR BIDS RPS RP RP/MK

Rev. No

Date Purpose Prepared by Checked by Approved by

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

TECHNICAL COMPLIANCE

DISCIPLINE: PIPING

DOCUMENT No.: B038-000-16-43-TCL-3280

PROJECT: MRPL

MR: SAMPLE BOMB AND SAMPLING SYSTEM

OWNER: MRPL

EIL JOB No.: B038

BIDDER: _____________________________________________

Notes:

1. The bidder shall indicate their reply in the space provided in the Technical Questionnaire. In

case space provided is not adequate, the reply may be furnished separately under suitably

numbered annexes/ attachments duly referred against the comment/ query.

2. The Compliance Statements/ Queries are required to be categorically confirmed/ answered by

the bidder and the completely filled in technical questionnaire shall be submitted together with

the BID.

Bidder’s Signature

& Stamp

Page 328 of 345

TECHNICAL COMPLIANCE FORMAT (PIPING)

SAMPLE BOMB AND SAMPLING SYSTEM

Document No.

B038-000-16-43-TCL-3280 Rev A

Page 2 of 2

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

Sl.No COMMENT / QUERY BIDDER’S CONFIRMATION /

ANSWER

1.0 Bidder to clearly highlight any deviation from the MR requirements on separate sheet. General remarks that “Refer our Offer” for deviations shall not be acceptable. In case, no deviation is provided separately, it shall be construed that offer is strictly in line with MR requirements. Bidder shall note that post-order waivers or deviations shall not be permitted, and therefore, Waiver/ Deviation Request (Format No.5-0000- 0180-F1) attached with Document No. 6-78-0001, is not applicable.

2.0 Bidder shall confirm compliance to all the attachments listed in “List of Attachment” of MR.

3.0 Bidder to submit complete descriptive and illustrative catalogue, detailed dimensional cross sectional drawing with accessories giving major salient dimensions for sample bomb and sampling system with BID.

4.0 Bidder shall ensure /certify the suitability of their offered SAMPLE BOMB AND SAMPLING SYSTEM for the intended service/ process conditions as specified in the datasheet doc. no B038-000-16-43-DS-3280 attached with MR.

5.0 Bidder to categorically confirm compliance to the Additional technical requirements (Doc. No. B038-000-16-43-ATR-3280), various technical specifications & documents attached with the MR. Bidder to submit signed & stamped copy of all documents attached with MR along with BID as a token for compliance.

7.0 Bidder shall provide item wise correlation between offered design/model against each sample bomb and sampling system as per schedule attached with MR.

8.0 Bidder shall note that the height of the enclosure shall be such that the sample bomb is approximately at an elevation of 1200 mm from the grade/ platform level on which the enclosure is located. Bidder to confirm compliance.

Page 329 of 345

JOB SPECIFICATION AND SCOPE OF WORK OF INSTRUMENTATION FOR

SAMPLE BOMB & SAMPLING SYSTEM

Document No.

B038-000-16-51-SP-3280 Rev. 0

Page 1 of 9

0 22.05.2019 ISSUED FOR BIDS AK SB SB

Rev. No

Date Purpose Prepared

by Checked

by Approved

by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

JOB SPECIFICATION AND SCOPE OF WORKS OF

INSTRUMENTATION

FOR

SAMPLE BOMB & SAMPLING SYSTEM

OF

BS VI PROJECT , MRPL

MR No.: B038-000-PA-MR-3280

`

Page 330 of 345

JOB SPECIFICATION AND SCOPE OF WORK FOR INSTRUMENTATION FOR

SAMPLE BOMB & SAMPLING SYSTEM

Document No.

B038-000-16-51-SP-3280 Rev. 0

Page 2 of 9

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

1.0 GENERAL:

1.1 The purpose of this specification is to define general requirements and philosophy of instrumentation for SAMPLE BOMB & SAMPLING SYSTEM.

1.2 This specification and standards and relevant part of this material requisition covers

the design, engineering, supply and testing of Instrumentation system with all accessories and materials, required for SAMPLE BOMB & SAMPLING SYSTEM

1.3 If there is any conflict between this specification, data sheets, related standards,

codes etc. vendor shall refer the matter to owner/consultant for clarification and only after obtaining the same should proceed further.

2.0 SCOPE OF SUPPLY AND WORKS:

2.1 Vendor's scope of instrumentation supply and work shall include the following as a

minimum:

a) Supply of all instruments pressure gauges ,thermowells and Level Gauge (loose supply) along with installation/ hook up materials and mounting accessories as per typical schematic for SAMPLE BOMB & SAMPLING SYSTEM attached (PID) and described elsewhere in this MR and other technical requirements described in various documents attached with MR. etc. This shall include preparation of engineering drawings/ documents, procurement of instrumentation items including specification data sheets, selection of materials, review of vendor and sub-vendor drawings / documents etc. Instruments for different type of sample connections are as follows:

Type of sample connection

Pressure Gauge Thermowell Level Gauge

B Y - -

D Y - -

G Y Y -

H - Y -

K Y Y -

Q Y(2 nos.) Y Y(Loose supply)

SC-4 Y

SC-6 Y

SC-18001/2/3 Y

SC-260001/2/3 Y

Despensing unit Y

b) Submission of all drawings/documents shall be provided by vendor as per Vendor data requirements (Instrumentation) attached with MR.

3.0 DESIGN PHILOSOPHY AND TECHNICAL REQUIREMENTS: 3.1 All instruments shall be weatherproof to IP-65 as per IS/IEC-60529.

3.2 All the instruments shall be supplied from EIL / purchaser's approved vendors only.

Vendor list attached.

Page 331 of 345

JOB SPECIFICATION AND SCOPE OF WORK FOR INSTRUMENTATION FOR

SAMPLE BOMB & SAMPLING SYSTEM

Document No.

B038-000-16-51-SP-3280 Rev. 0

Page 3 of 9

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

3.3 Job specifications for instrument connection on pipes attached with this job specification shall be followed. The minimum flange rating of all instrument nozzles on the vessels shall be 300#.

3.4 Installation drawings for Pressure gauges and Level gauges are attached .Vendor

shall provide installation materials accordingly. All instruments and installation material shall have pressure and temperature rating equal to or better than the corresponding piping rating on which instruments are installed.

3.5 S.S. tag plates shall be provided for all the instruments supplied by vendor.

3.6 Pressure rating of thermowell and flanges shall be minimum 300# rating or higher as

per respective piping specification whichever is higher.

3.7 Submission of filled in data sheets as per ISA format for all instruments shall be provided by the vendor. Vendor shall also indicate make and model numbers of the instruments. Data sheets shall be submitted for Review with one set of technical catalogues of instruments. No datasheet shall be submitted without make and model and catalog.

3.8 Vendor shall furnish filled in data sheets for each tag after, range selection, material

selection etc. These data sheets shall be reviewed after placement of order. Proper selection of instruments, materials etc. shall be vendor's responsibility. Any necessary change required later for meeting the specification shall be done by the vendor without any price or delivery implications. While filling the instruments data sheets, the following shall be taken care:

a) All the relevant data shall be filled in. If any point is not applicable then N/A

shall be indicated. b) Make and model number of the supplied instruments, sensors /probes shall be

indicated with model decoding details for instruments, without model no, data sheets will not be reviewed.

c) Vendor seal with signature shall be provided and sampling vendor shall ensure the correctness of the process data.

Instruments tag numbers /data sheet numbers shall be indicated.

SPECIAL SERVICE REQUIREMENTS Special testing requirements must be followed by the bidder for all the instruments mentioned elsewhere in the MR. Bidder to note that the charges for all the applicable testing requirements shall be included in the base price. i. RADIOGRAPHY REQUIREMENTS:

For all pressure gauges with flanged connection and thermowell tags with ratings ANSI 600# and above and wherever asked for in the respective piping specification sheet, castings and welds shall undergo Radiography as follows: a) 100% radiography testing shall be applied. The radiography procedure and the areas of castings shall be as per ANSI B16.34 and acceptance criteria shall be as per ANSI B16.34 annexure-B. For areas of castings to be radio-graphed for tags not covered as per ANSI B16.34 guidelines, the bidder shall furnish details of the areas to be radio-graphed as per ANSI B 16.34.The price for radiography shall be included. b) Post weld heat treatment (PWHT) shall be provided for welds, where applicable.

Page 332 of 345

JOB SPECIFICATION AND SCOPE OF WORK FOR INSTRUMENTATION FOR

SAMPLE BOMB & SAMPLING SYSTEM

Document No.

B038-000-16-51-SP-3280 Rev. 0

Page 4 of 9

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Radiography shall be carried out after completion of the PWHT/ Stress relieving operation wherever required. ii. For tags in IBR service(e.g. A2A, B2A,D2A) the following requirements

shall be complied a) Carbon content shall not exceed 0.25% for all pipes, fittings, flanges etc. that may require welding. Moreover, for flanges, the sulphur and phosphorous content shall be limited to 0.05% each. b) IBR Form IIIC certification shall be provided for all flanges, fittings and thermowells.

iii. HYDROGEN SERVICE(e.g. Pipe class B5A, B51A)

Whenever instruments are used in hydrogen service, "Special requirement for hydrogen service " as per specification B038-6-44-0082 attached with this MR shall be applicable. Radiography shall also be done as per the requirement given in the specification. iv. HIC / WET H2S SERVICE REQUIREMENTS:

For all pressure gauges with flanged connection and Thermowell tags in HIC / WET H2S service shall comply with Material specifications for Wet H2S/HIC service valves" IN-043-EN attached along with the MR. For A28A, B28A Piping class of SRU (Unit -914) 6-79-0013 shall be followed for HIC requirement. For FGTU (Unit 338), A36A, B36A, D36A piping class (Axens-1 (Wet H2S),for A27A,B27A,D27A,E27A piping class (Axens-2 (Wet H2S+H2) IN043-EN shall be followed. For FGTU (Unit 338), A46A, B46A, D46A piping class (Axens-3 (HIC), for A47A,B47A,D47A,E47A piping class (Axens-4 (HIC+H2) IN-043-EN shall be followed. - Maximum hardness in weld joints shall be limited to 200BHN. -All CS welded pipes, castings & all types of fittings including strainers shall have control to hardness to 200BHN. v. NACE REQUIREMENTS. For all pressure gauges with flanged connection and thermowell under NACE service (as mentioned in the datasheets) the following shall be met: a. Maximum hardness in weld joints shall be limited to 200 BHN. b. Wetted part material shall conform to NACE MR 0103 and compliance certificate shall be furnished. c. All girth weld joints shall be 100% radiographed & all types of welds shall be wet fluorescent MP tested.

d) All welds shall be PWHT irrespective of thickness

3.9 Pressure Gauge

a. Pressure gauge dial shall be 100 MM white of non-rusting material with black figures. Pressure gauge shall have safety type solid front case and blowout protection for operating pressure exceeding 10 Kg/cm2g. Pressure gauge glass shall be shatterproof glass with minimum 3 mm thickness.

b. Pressure gauge shall have 1/2" NPT (M) bottom connection. c. Pressure gauge shall be provided with features like screwed bezel, externally

adjustable zero, over range protection and blow out disc. d. Sensing element (bourdon tube), socket and tip shall be of SS 316 and

movement of SS 304, as a minimum. Case material for pressure gauges shall be SS 304.

Page 333 of 345

JOB SPECIFICATION AND SCOPE OF WORK FOR INSTRUMENTATION FOR

SAMPLE BOMB & SAMPLING SYSTEM

Document No.

B038-000-16-51-SP-3280 Rev. 0

Page 5 of 9

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

e. Pressure gauge shall have an accuracy of ± 1% of URV (Upper Range Value) and range shall be so selected that gauge normally operates in middle third of the range.

f. Pressure gauge shall be suitable for maximum/design pressure or 130% of the range whichever is higher, without any calibration drift.

g. Pressure gauges in pulsating service / vibrating service shall be oil filled. h. Pressure gauges upto 40 kg/cm2 (g) max operating pressures shall use C-Type

Bourdon. Pressure gauges in applications of above 40 kg/cm2 (g) max operating pressures shall use Helical Bourdon.

i. Pulsation dampers (snubber) shall mandatorily be provided for services involving rapidly varying pressures.

j. All pressure gauge dials shall have yellow, green and red color bands to indicate the lower, middle and upper one thirds, respectively, of the calibrated range, keeping the overall dial with white background.

k. All accessories shall be supplied in the installed & pressure set (for gauge savers) condition on the gauge.

l. Selected range of the pressure gauge shall be such that operating range shall be in the range of ½ to 2/3rd of the instrument range.

3.10 Thermowell

a) Thermowell shall be fabricated out of bar stock and shall be minimum SS316 L and provided with 1½" flanged (min. 300# rating) with flange material SS316 L minimum thermo well with ½" NPT (F) connection for temperature gauges as per as per std. 7-52-0035. Screwed thermowell shall not be used.

b) Thermowell and flanges of Thermo well shall be minimum of SS-316 or better to suit the service conditions.

c) Thermowell shall be suitable for insertion of test temperature gauge having sheath of OD of 8 mm minimum.

d) The Thermowell immersion length shall be standard as per refinery philosophy as follows. Line Size: 4” to 6” Immersion Length: 280 mm Line Size: 8” & above Immersion Length: 320 mm

Note: When line sizes are less than 4”, the lines have to be blown up to 4” (min) for Thermowell insertion. Thermowell Stub (on pipe) shall have a total length of 200mm (between flange face and inner wall of pipe) for Thermowell immersion, i.e., with 80 mm of the Thermowell inside the pipe (e.g., incase of 280mm Thermowell U-Length). e) Each Thermowell shall have nameplate firmly details on the Thermowell Stub

on instrument at a visible place and shall furnish the following information (via laser engraving/etching): i) Thermowell Tag No as per datasheets ii) Thermowell immersion length ' U' iii) Material of construction of Thermowell. iv) Thermowell flange material , nominal flange size in inches and rating in

pounds. f) SS 316 blind plug attached with SS Chain (attached to Thermowell) shall be

provided with each thermowell.

3.11 Level Gauges)

a) Level Gauges shall be steel armoured reflex type with body material of SS 316 as a minimum or better corresponding to seal pot material and tempered borosilicate glass. Gauge Glasses shall be of M/s Nihon Klinger / Maxos make only. However for high pressure ratings (above 600#), magnetic type level gauge shall be provided for (E3M , TAG NO. 338132)

Page 334 of 345

JOB SPECIFICATION AND SCOPE OF WORK FOR INSTRUMENTATION FOR

SAMPLE BOMB & SAMPLING SYSTEM

Document No.

B038-000-16-51-SP-3280 Rev. 0

Page 6 of 9

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

b) Level Gauges shall be supplied with off-set type quick closing ball check valve (Gauge Glass and cock type) with carbon steel body and SS 316 trim as a minimum.

c) Level gauge shall be hydrostatically tested up to 72 Kg/cm2 (as a minimum) or up to hydrostatic test pressure of seal pot, whichever is higher. Hydro test certificates shall be furnished.

d) Vessel (Seal Pot) connection for level gauge shall be 3/4" NPT (F) with primary isolation valve and 3/4" spherical union.

e) Studs and bolt material shall be ASTM A193 Gr. B7 and ASTM A194 Gr. 2H respectively.

f) C-C for level gauge shall cover the entire vessel level. g) SS tag plate shall be provided showing C-C length, visible length, density along

with make and model. h) Maximum section length shall be limited to 300mm only. i) Level Gauge material (incl Body & all other metallic parts including Studs &

Bolts) shall be SS316 as a minimum.

4.0 Tag Numbering: 4.1 Instrumentation tag numbering shall be as per attached PID for sample connection

details B038-79-338-0-1196 attached with MR. 5.0 Inspection:

All instruments and system oriented items shall be inspected by TPIA for calibration, factory testing and proper operation prior to despatch as per MR requirements. TPIA inspection shall be in vendor’s scope.

6.0 Mandatory spares Proven Track Record (PTR):

i Level gauge Gaskets, Gauge glasses, valves (for Level Gauges / Rotameter, as

applicable) – 10%, subjected to min 1 No of each type.

ii Gauges, Thermowells– 10%, subjected to min 1 No of each type.

Any instrument in IBR service shall have IBR approval.

7.0 Commissioning Spares & Special Tool & Tackles

Bidder shall supply special tools & tackles and commissioning spares for instrumentation items, required for erection and commissioning of the SAMPLE BOMB & SAMPLING SYSTEM.

8.0 2 Years Operation Spares:

Bidder shall furnish separate list of recommended spares for instruments / system for 2 years operation along with the offer.

9.0 Proven Track Record (PTR):

The instrumentation selected by vendor shall be rugged in design and must be well proven for use in similar applications. Prototype design or instrument of experimental nature or design undergoing testing etc. shall not be selected and supplied by vendor. The instruments as being supplied by vendor should have been operating satisfactorily in hydrocarbon industry like Refinery, Petrochemical and Gas Processing Plants under similar process conditions for at least 6 months.

Page 335 of 345

JOB SPECIFICATION AND SCOPE OF WORK FOR INSTRUMENTATION FOR

SAMPLE BOMB & SAMPLING SYSTEM

Document No.

B038-000-16-51-SP-3280 Rev. 0

Page 7 of 9

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

10.0 Instrument tag numbering philosophy: Instrument tag numbering for pressure

gauges shall be as follows:

1. PI-SC-338xxx(for FGTU unit 338) 2. PI-SC-914xxx(For SRU unit 914) 3. PI-SC-18xxx(For SWS2 unit 18) 4. PI-SC-26xxx(For SWS1 unit 26) 5. PI-SC-332xxx(For Unit 332)

Similar philosophy shall be followed for level gauges & thermowels (TW).

11.0 Tube, tube fitting & needle valve: All tubes shall be 316L stainless steel fully annealed, seamless and cold drawn as per ASTM A269 with 12 mm OD and 1.65 mm thickness (Except sample no SC 338069, for this sampling point all tubes & tube fittings shall be of SS 321).Tubes shall have good surface finish and shall be free from scratches burrs etc. and suitable for bending. Vendor to ensure that all tube unions are raised and are provided in a staggered manner for spanner access. All Tubing shall be clamped in Cable Trays using SS clamps. All Tubing shall be provided with SS Tag plates (tied using SS tie wires) identifying the unique Instrument Tag Number.

SS Tube fittings shall have undergone type testing as per ASTM B117 / ISO 9227 / ISO 12944-6 / ISO 20340 / equivalent for Salt Spray Test, records of which shall be verified as part of TPI inspection. Tube Fittings shall meet the following requirements (as a minimum):

a. Testing should have been done as per ASTM F1387 & type test certification from DNV/TUV/LRIS/third reputed agency shall be available.

b. The fittings shall be flareless design double compression type and consist of four primary components i.e. Body, Nut, Front ferrule and Back ferrule.

c. All fittings shall be suitable for the Tubes as per ASTM A 269/213 tolerances and hardness of tubes will be between HRB 70 to 90 / as per Standard Spec.

d. The basic material for the fittings shall be SS316L (as specified) except for sample no. SC- 338069, Barstock as per ASME A276 / SA 479 and forging shall be as per ASME A182 / SA 182 with min 2 % moly.

e. Heat Code Traceability numbers will be roll marked on the Body and nut. f. The nut shall be silver/moly plated from inside to reduce torque, and prevent galling. g. Front ferrule which is wetted part shall not be hardened by Heat treatment. h. Rear ferrule, which grips the tubing and not typically wetted part shall be significantly

hardened than the tubing, Rear Ferrule hardness (completely/at edges) shall be more than HRC 50. Rear ferrule shall undergo PMI to ensure that characteristics of SS316L/SS321L are not degraded due to heat treatment (if used for the hardening of rear ferrule).

i. The sealing cone of body where front ferrule seats shall be burnished to remove tool marks and to give extra smooth surface for proper sealing.

j. NPT thread shall be as per ANSI B1.20.1 standard. Especially male threads are to be made by Cold rolling method and shall be protected by plastic caps.

k. Spanner hold shall be metric. l. Type approval of Salt spray test according to ASTM B117 / ISO 9227 / ISO 12944-6 /

ISO 20340 / equivalent Following Documents shall be furnished for Tube Fittings (as part of TPI & Final Documentation):

a. Test certificate for Chemical, physical properties, (Heat Code traceability) b. Manufacturer compliance certificate.

Page 336 of 345

JOB SPECIFICATION AND SCOPE OF WORK FOR INSTRUMENTATION FOR

SAMPLE BOMB & SAMPLING SYSTEM

Document No.

B038-000-16-51-SP-3280 Rev. 0

Page 8 of 9

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

c. For all austenitic stainless steel parts Inter Granular Corrosion (IGC) test shall be conducted as per the following :ASTM A 262 Practice “E” with acceptance criteria of “No cracks as observed from 20 X magnification” – Type Test.

d. Salt spray test according to ASTM B117 / ISO 9227 / ISO 12944-6 / ISO 20340 / equivalent.

e. PMI test of Rear ferrule (Random Samples of each types) – if heat treatment is done for hardening of rear ferrule.

12.0 Vendor List:

12.1 Vendor List for Instruments Items are mentioned below:

a) Pressure gauges

i.AN INSTRUMENTS PVT LTD ii.BADOTHERM PROCESS INSTRUMENTS B.V.[UAE] iii.BAUMER TECHNOLOGIES INDIA PVT LTD.[VAPI] iv.BUDENBERG GAUGE CO .LTD v. GAUGES BOURDON(I)PVT LTD (GEN INST.)[PANVEL] vi.GOA INSTRUMENTS INDUSTRIES PVT. LTD.[MAPUSA GOA] vii.H GURU INSTRUMENTS (SOUTH INDIA) PVT. LTD. viii. H. GURU INDUSTRIES[MUZAFFARPUR] ix.MANOMETER (INDIA) PVT.LTD.[THANE] x. PRECISION MASS PRODUCTS PVT.LTD. xi.WALCHANDNAGAR INDUSTRIES LTD(TIWAC DIVN) [DHARWAD] xii.WIKA ALEXANDER WIEGAND & CO GMBH xiii. WIKA INSTRUMENTS INDIA PVT LTD[PUNE] xiv.FORBES MARHSALL(HYD) INDIA PVT LTD.

b) Thermowell

i.AN INSTRUMENTS PVT LTD ii.BADOTHERM PROCESS INSTRUMENTS B.V.[UAE] iii.BAUMER TECHNOLOGIES INDIA PVT LTD.[VAPI] iv.GAUGES BOURDON(I)PVT LTD (GEN INST.)[PANVEL] v. GOA INSTRUMENTS INDUSTRIES PVT. LTD.[MAPUSA GOA] vi.H GURU INSTRUMENTS (SOUTH INDIA) PVT. LTD. vii.H. GURU INDUSTRIES[MUZAFFARPUR] viii. PRECISION MASS PRODUCTS PVT.LTD. ix.WALCHANDNAGAR INDUSTRIES LTD(TIWAC DIVN) [DHARWAD] x. WIKA ALEXANDER WIEGAND & CO GMBH xi.WIKA INSTRUMENTS INDIA PVT LTD[PUNE] xii.FORBES MARHSALL(HYD) INDIA PVT LTD.

c) Level gauges

i.BLISS ANAND PVT. ii. CESARE BONNETTI S.P.A iii.CHEMTROLS SAMIL INDIA PVT. LTD. iv.GAUGES BOURDON (I) PVT. LTD. (GEN. INST.) v. JERGUSON GAUGE & VALVE vi.KLINGER SPA vii.NIHON KLINGAGE CO. LTD. viii. NISAN SCIENTIFIC PROCESS EQUIP. P. LTD. ix.PRATOLINA INSTRUMENTS PVT. LTD. x. PUNE TECHTROL PVT. LTD.

Page 337 of 345

JOB SPECIFICATION AND SCOPE OF WORK FOR INSTRUMENTATION FOR

SAMPLE BOMB & SAMPLING SYSTEM

Document No.

B038-000-16-51-SP-3280 Rev. 0

Page 9 of 9

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

xi.SIGMA INSTRUMENTS PVT. LTD.

ATTACHMENTS:

S. No. Description Document No.

1.1 Thermowell Standard drawing 7-52-0035 Sh 1 of 1 1.2 Pressure Gauges Installation Standard IS-23

1.3 Level Gauges Installation Standard IS-481

1.4 Level Gauges(magnetic ) Installation Standard IS-71

Page 338 of 345

STANDARD No.

7-52-0035 Rev. 4

Page 1 of 3

ISMae ENGINEERS 4igeg 251eg INDIA LIMITED THERMOWELL

efaaslaaa3RaR:0 IA Govt. of India Undettaiang)

45 mm

gb 34 mm

FOR CHAIN TERMINATION (ONLY FOR TEST THERMOWELL)

FULL PENETRATION WELD

CHAIN

PLUG WITH CHAIN

1 1/2" FLANGE

FULL PENETRATION WELD NO WELD MATERIAL PROJECTION BEYOND RF

ID 11 mm

BORE TO BE CONCENTRIC WITH O.D. WITHIN 10% OF

WALL THICKNESS

18 mm

1/2"NPT r-

OD 22 mm

NOTES - 1. THIS STANDARD IS APPLICABLE FOR ; a) TEMPERATURE GAUGES, BEADED TEMPERATURE ELEMENTS AND DUPLEX TEMPERATURE ELEMENTS.

b) THERMOWELL UPTO 1500 CLASS AS PER ASME OR EQUIVALENT.

2. TYPE OF FLANGE SHALL BE RTJ FOR RATING (AS PER ASME CLASS) > 600.

3. DP TEST SHALL BE CARRIED OUT FOR ALL WELD JOINTS.

4. CHAIN AND PLUG SHALL BE APPLICABLE ONLY FOR TEST THERMO1NELLS.

4 25-04-18 REAFFIRMED & REISSUED Manoj ek MN 144)RN

3 21-03-12 REVISED & REISSUED Manoj RG RP/JMS DM

Prepared Checked

by by

Stds. Committee Stds. Bureau Convenor Chairman

Approved by C.nnvrinht Fil - All rinhts rAsprvArf

Purpose Rev.

No. Date

Fnrrnat Nn R-00-0001-F4 RPV

Page 339 of 345

Page 340 of 345

AutoCAD SHX Text
1-1641-0506 REV.0 A4-210x297
AutoCAD SHX Text
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.
AutoCAD SHX Text
NEW DELHI
AutoCAD SHX Text
ENGINEERS INDIA LIMITED
AutoCAD SHX Text
REV.
AutoCAD SHX Text
STANDARD
AutoCAD SHX Text
APPD.
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
BY
AutoCAD SHX Text
REVISION
AutoCAD SHX Text
DATE
AutoCAD SHX Text
REV.
AutoCAD SHX Text
INSTRUMENTATION
AutoCAD SHX Text
B038-000-16-51-IS23
AutoCAD SHX Text
SHEET 1 OF 1
AutoCAD SHX Text
LIST OF ITEMS
AutoCAD SHX Text
UNIT
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
CODE
AutoCAD SHX Text
SIZE
AutoCAD SHX Text
ENDS
AutoCAD SHX Text
QTY.
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
CODE
AutoCAD SHX Text
SIZE
AutoCAD SHX Text
UNIT
AutoCAD SHX Text
ENDS
AutoCAD SHX Text
QTY.
AutoCAD SHX Text
0
AutoCAD SHX Text
0
AutoCAD SHX Text
15/11/17
AutoCAD SHX Text
ISSUED AS JOB STANDARD
AutoCAD SHX Text
RK
AutoCAD SHX Text
SB
AutoCAD SHX Text
SB
AutoCAD SHX Text
I - BY INSTRUMENTATION
AutoCAD SHX Text
P - BY PIPING
AutoCAD SHX Text
51
AutoCAD SHX Text
210
AutoCAD SHX Text
44
AutoCAD SHX Text
1
AutoCAD SHX Text
12
AutoCAD SHX Text
22
AutoCAD SHX Text
7
AutoCAD SHX Text
AutoCAD SHX Text
AutoCAD SHX Text
AutoCAD SHX Text
AutoCAD SHX Text
AutoCAD SHX Text
AutoCAD SHX Text
GATE VALVE
AutoCAD SHX Text
210
AutoCAD SHX Text
FLANGE
AutoCAD SHX Text
CAP
AutoCAD SHX Text
44
AutoCAD SHX Text
51
AutoCAD SHX Text
EQUAL TEE
AutoCAD SHX Text
COUPLING
AutoCAD SHX Text
NIPPLE
AutoCAD SHX Text
PIPE
AutoCAD SHX Text
22
AutoCAD SHX Text
12
AutoCAD SHX Text
7
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
SW
AutoCAD SHX Text
1/2"
AutoCAD SHX Text
FLG X TH (Red)
AutoCAD SHX Text
TH
AutoCAD SHX Text
1 1/2" X 1/2"
AutoCAD SHX Text
1/2"
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
SW
AutoCAD SHX Text
TH
AutoCAD SHX Text
TH X PL
AutoCAD SHX Text
PL
AutoCAD SHX Text
1/2"
AutoCAD SHX Text
1/2"
AutoCAD SHX Text
1/2"
AutoCAD SHX Text
1/2"
AutoCAD SHX Text
A/R
AutoCAD SHX Text
3
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
m
AutoCAD SHX Text
(ON VESSEL/DUCT)
AutoCAD SHX Text
LIQUID/GAS SERVICE
AutoCAD SHX Text
PRESSURE GAUGE
AutoCAD SHX Text
* - STUD NUTS & GASKET BY PIPING
AutoCAD SHX Text
*
AutoCAD SHX Text
SEAL WELD
AutoCAD SHX Text
P
AutoCAD SHX Text
I
AutoCAD SHX Text
SEAL WELD
AutoCAD SHX Text
I
AutoCAD SHX Text
P
AutoCAD SHX Text
* 2- VALVE MANIFOLD BY INST. VENDOR.
AutoCAD SHX Text
210
AutoCAD SHX Text
6
AutoCAD SHX Text
N%%C
AutoCAD SHX Text
NIPPLE
AutoCAD SHX Text
6
AutoCAD SHX Text
PL X PL
AutoCAD SHX Text
1/2"
AutoCAD SHX Text
1

Page 341 of 345

AutoCAD SHX Text
1-1641-0506 REV.0 A4-210x297
AutoCAD SHX Text
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.
AutoCAD SHX Text
NEW DELHI
AutoCAD SHX Text
ENGINEERS INDIA LIMITED
AutoCAD SHX Text
REV.
AutoCAD SHX Text
STANDARD
AutoCAD SHX Text
APPD.
AutoCAD SHX Text
CHECKED
AutoCAD SHX Text
BY
AutoCAD SHX Text
REVISION
AutoCAD SHX Text
DATE
AutoCAD SHX Text
REV.
AutoCAD SHX Text
INSTRUMENTATION
AutoCAD SHX Text
B038-000-16-51-IS71
AutoCAD SHX Text
SHEET 1 OF 1
AutoCAD SHX Text
LIST OF ITEMS
AutoCAD SHX Text
UNIT
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
CODE
AutoCAD SHX Text
SIZE
AutoCAD SHX Text
ENDS
AutoCAD SHX Text
QTY.
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
CODE
AutoCAD SHX Text
SIZE
AutoCAD SHX Text
UNIT
AutoCAD SHX Text
ENDS
AutoCAD SHX Text
QTY.
AutoCAD SHX Text
0
AutoCAD SHX Text
0
AutoCAD SHX Text
15/11/17
AutoCAD SHX Text
ISSUED AS JOB STANDARD
AutoCAD SHX Text
RK
AutoCAD SHX Text
SB
AutoCAD SHX Text
SB
AutoCAD SHX Text
I - BY INSTRUMENTATION
AutoCAD SHX Text
P - BY PIPING
AutoCAD SHX Text
210
AutoCAD SHX Text
I
AutoCAD SHX Text
V
AutoCAD SHX Text
10
AutoCAD SHX Text
AutoCAD SHX Text
AutoCAD SHX Text
GATE VALVE
AutoCAD SHX Text
NIPPLE
AutoCAD SHX Text
790
AutoCAD SHX Text
10
AutoCAD SHX Text
SW
AutoCAD SHX Text
PL X TH
AutoCAD SHX Text
3/4"
AutoCAD SHX Text
3/4"
AutoCAD SHX Text
2
AutoCAD SHX Text
4
AutoCAD SHX Text
LEVEL GAUGE
AutoCAD SHX Text
MAGNETIC TYPE
AutoCAD SHX Text
ON VESSEL / STANDPIPE
AutoCAD SHX Text
P
AutoCAD SHX Text
V
AutoCAD SHX Text
V - BY LEVEL GAUGE VENDOR
AutoCAD SHX Text
P
AutoCAD SHX Text
I
AutoCAD SHX Text
V
AutoCAD SHX Text
V
AutoCAD SHX Text
AutoCAD SHX Text
CAP
AutoCAD SHX Text
77
AutoCAD SHX Text
TH
AutoCAD SHX Text
3/4"
AutoCAD SHX Text
2
AutoCAD SHX Text
77
AutoCAD SHX Text
2"
AutoCAD SHX Text
2"
AutoCAD SHX Text
* - STUD NUTS & GASKET BY PIPING
AutoCAD SHX Text
*
AutoCAD SHX Text
*
AutoCAD SHX Text
SEAL WELD (TYP.)

k3g-ifaelegy ift ENGINEERS geff 251-eg vv: INDIA LIMITED

(71E7f 21E4151? an34ir.1) (A Govt of India Undertaking)

LEVEL GAUGE

ON VESSEL

STANDARD No.

7-52-0481 Rev. 5

Page 1 of 1

P - BY PIPING

I- BY INSTRUMENTATION

V - BY INSTRUMENT VENDOR

LIST OF ITEMS CODE DESCRIPTION SIZE ENDS QTY. UNIT CODE DESCRIPTION SIZE ENDS QTY. UNIT 7 NIPPLE 1/2" THXPL 4 Ne

48 FLANGE 2" X 3/4" FL X TH (Red) 2 Ne

51 CAP 1/2" TH 2 Ne

210 GATE VALVE 1/2" SW 2 Ne

-// . .

24.10.16 Reaffirmed Reissued Manoj MN RN

4 12-10-11 Revised and Reissued Manoj RG RP/JMS DM

Rev. Prepared Checked Stds. Committee Stds. Bureau

No. Date Purpose by by

Convenor Chairman Approved by

Format No R-00-0001-F4 RPV ennvrinht Fli - All rinhts rpsprwm1

Page 342 of 345

STANDARD No.

7-52-0035 Rev. 4

Page 1 of 3

ISMae ENGINEERS 4igeg 251eg INDIA LIMITED THERMOWELL

efaaslaaa3RaR:0 IA Govt. of India Undettaiang)

45 mm

gb 34 mm

FOR CHAIN TERMINATION (ONLY FOR TEST THERMOWELL)

FULL PENETRATION WELD

CHAIN

PLUG WITH CHAIN

1 1/2" FLANGE

FULL PENETRATION WELD NO WELD MATERIAL PROJECTION BEYOND RF

ID 11 mm

BORE TO BE CONCENTRIC WITH O.D. WITHIN 10% OF

WALL THICKNESS

18 mm

1/2"NPT r-

OD 22 mm

NOTES - 1. THIS STANDARD IS APPLICABLE FOR ; a) TEMPERATURE GAUGES, BEADED TEMPERATURE ELEMENTS AND DUPLEX TEMPERATURE ELEMENTS.

b) THERMOWELL UPTO 1500 CLASS AS PER ASME OR EQUIVALENT.

2. TYPE OF FLANGE SHALL BE RTJ FOR RATING (AS PER ASME CLASS) > 600.

3. DP TEST SHALL BE CARRIED OUT FOR ALL WELD JOINTS.

4. CHAIN AND PLUG SHALL BE APPLICABLE ONLY FOR TEST THERMO1NELLS.

4 25-04-18 REAFFIRMED & REISSUED Manoj ek MN 144)RN

3 21-03-12 REVISED & REISSUED Manoj RG RP/JMS DM

Prepared Checked

by by

Stds. Committee Stds. Bureau Convenor Chairman

Approved by C.nnvrinht Fil - All rinhts rAsprvArf

Purpose Rev.

No. Date

Fnrrnat Nn R-00-0001-F4 RPV

Page 343 of 345

FOR CHAIN TERMINATION (ONLY FOR TEST THERMOWELL)

FULL PENETRATION WELD

cp 34 mm CHAIN

PLUG WITH CHAIN

1 1/2" FLANGE

45 mm

\\'

FULL PENETRATION WELD NO WELD MATERIAL

PROJECTION BEYOND RF

ID 7 mm

BORE TO BE CONCENTRIC WITH O.D. WITHIN 10% OF

WALL THICKNESS

CP 16 mm

1/2"NPT

OD 21 mm

latazieq ENGINEERS Ogukitaleg INDIA LIMITED THERMOWELL

WPM FROR7 EMORMI) IA Govt. of India Undertaluo9)

STANDARD No.

7-52-0035 Rev. 4

Page 2 of 3

NOTES - 1. THIS STANDARD IS APPLICABLE FOR ;

a) SINGLE TEMPERATURE ELEMENT.

b) THERMOWELL UPTO 1500 CLASS AS PER ASME OR EQUIVALENT.

2. TYPE OF FLANGE SHALL BE RTJ FOR RATING (AS PER ASME CLASS) > 600.

3. DP TEST SHALL BE CARRIED OUT FOR ALL WELD JOINTS. 4. CHAIN AND PLUG SHALL BE APPLICABLE ONLY FOR TEST THERMOWELLS.

4 25-04-18 REAFFIRMED & REISSUED Manoj *e l> MN

3 21-03-12 REVISED & REISSUED Manoj RG

Rev. Prepared Checked No.

Date Purpose by by

RN

RP/JMS

DM

Stds. Committee Stds. Bureau Convenor Chairman

Approved by Fnrmat Nn R-00-0001 -F4 RAV 0 Convrinht Fli - All rinhts narJarvarl

Page 344 of 345

FULL PENETRATION WELD 2" FLANGE

CP 34 mm

45 mm WELD

A FULL PENETRATION WELD

NO WELD MATERIAL

PROJECTION BEYOND RF

MACHINE TAPER TO BE CONCENTRIC WITH INSIDE DIAMETER WITHIN 10%

OF WALL THICKNESS

KA

d

ID 11 mm A BORE TO BE CONCENTRIC

WITH O.D. WITHIN 10% OF WALL THICKNESS

BAR STOCK

I 0 18 mm

RG RP/JMS VJN

Checked

by

Stds. Committee Stds. Bureau Convenor Chairman

Approved by Convrinht Fll - All rinhtA maarvarl

ENGINEERS INDIA LIMITED BUILT-UP THERMOWELL IA Govt of India Undertaking)

STANDARD No.

7-52-0035 Rev. 4

Page 3 of 3

NOTES:- 1. DP TEST SHALL BE CARRIED OUT FOR ALL WELD JOINTS.

2. TYPE OF FLANGE SHALL BE RTJ FOR RATING (AS PER ASME CLASS) > 600.

4 25-04-18 REAFFIRMED & REISSUED Manoj 4seY

3 21-03-12 REVISED & REISSUED Manoj

Rev. Prepared No. Date Purpose

by

Format No R-00-0001-F4 RPV

MN RN 1‘`) 7

Page 345 of 345