request for quotation (rfq) - Bharat Petroleum

233
Page 1 of 5 1, BHIKAJI CAMA PALACE, NEW DELHI, INDIA REQUEST FOR QUOTATION (RFQ) RFQ No.: SM/A872-020-QF-MR-9130/01 Date: 07.08.2017 To, M/s Client :BHARAT PETROLEUM CORPORATION LIMITED Project: LPG IMPORT TERMINAL FACILITIES PROJECT AT HALDIA MR No.: A872-020-QF-MR-9130 REV. A Item: SCRAPPER TRAP & PIG SIGNALLERS Due Date & Time: 04.10.2017; Up to 1200 Hrs. (IST) UNPRICED BID OPENING: At 1400 Hours (IST) on 05.10.2017 PRE-BID QUERIES Last date for submission of Pre Bid Queries will be 14.09.2017 PRE-BID MEETING : A Pre-bid conference will be held on 15.09.2017at 10:00 Hrs. (IST) at Conference Room, Engineers India Limited 1, Bhikaji Cama Place N.Delhi-110066, India. PRICED BID OPENING: TIME & VENUE SHALL BE INTIMATED LATER. POST BID MEETING: Shall be conducted within 10 days from the date of opening of un-priced bids,if required. GENTLEMEN, 1. Online electronic Bids are requested on behalf of our Client M/s BHARAT PETROLEUM CORPORATION LIMITED under International Competitive Bidding Basis from competent agencies fulfilling Qualification Criteria as per Detailed Notice Inviting Bid (NIB) for the subject item in complete accordance with RFQ Documents/ attachments. 2. Bidders interested to submit their offer can download the complete enquiry document from NIC Portal/ Central Public Procurement Portal (CPPP) i.e. http://eprocure.gov.in/eprocure/app.Also, Bidders are required to upload their bid along with all supporting documents & priced part on the e-tendering website (http://eprocure.gov.in/eprocure/app) only, on or before the due date and time for submission of bid. Bidders are required to register themselves at http://eprocure.gov.in/eprocure/app. No registration fee would be charged from the bidders. 3. Please submit your Acknowledgement against the RFQ on EIL’s website http:tenders.eil.co.inwithin the due date & time, with reasons(s) of not participating in the bidding in case of regret/negative acknowledgment.In case there is no response, the bidder shall be liable for suitable action including review of their enlistment with EIL for the subject item. 4. The bidders are requested to submit any questions by courier/e-mail in the enclosed Form-Ato EIL on or before the date indicated above.

Transcript of request for quotation (rfq) - Bharat Petroleum

Page 1 of 5

1, BHIKAJI CAMA PALACE, NEW DELHI, INDIA

REQUEST FOR QUOTATION (RFQ) RFQ No.: SM/A872-020-QF-MR-9130/01 Date: 07.08.2017

To, M/s

Client :BHARAT PETROLEUM CORPORATION LIMITED

Project: LPG IMPORT TERMINAL FACILITIES PROJECT AT HALDIA

MR No.: A872-020-QF-MR-9130 REV. A Item: SCRAPPER TRAP & PIG SIGNALLERS Due Date & Time: 04.10.2017; Up to 1200 Hrs. (IST)

UNPRICED BID OPENING: At 1400 Hours (IST) on 05.10.2017

PRE-BID QUERIES Last date for submission of Pre Bid Queries will be 14.09.2017

PRE-BID MEETING : A Pre-bid conference will be held on 15.09.2017at 10:00 Hrs. (IST) at Conference Room, Engineers India Limited 1, Bhikaji Cama Place N.Delhi-110066, India.

PRICED BID OPENING: TIME & VENUE SHALL BE INTIMATED LATER.

POST BID MEETING: Shall be conducted within 10 days from the date of opening of un-priced bids,if required.

GENTLEMEN,

1. Online electronic Bids are requested on behalf of our Client M/s BHARAT PETROLEUM CORPORATION LIMITED under International Competitive Bidding Basis from competent agencies fulfilling Qualification Criteria as per Detailed Notice Inviting Bid (NIB) for the subject item in complete accordance with RFQ Documents/ attachments.

2. Bidders interested to submit their offer can download the complete enquiry document from NIC Portal/ Central Public Procurement Portal (CPPP) i.e. http://eprocure.gov.in/eprocure/app.Also, Bidders are required to upload their bid along with all supporting documents & priced part on the e-tendering website (http://eprocure.gov.in/eprocure/app) only, on or before the due date and time for submission of bid. Bidders are required to register themselves at http://eprocure.gov.in/eprocure/app. No registration fee would be charged from the bidders.

3. Please submit your Acknowledgement against the RFQ on EIL’s website http:tenders.eil.co.inwithin the

due date & time, with reasons(s) of not participating in the bidding in case of regret/negative acknowledgment.In case there is no response, the bidder shall be liable for suitable action including review of their enlistment with EIL for the subject item.

4. The bidders are requested to submit any questions by courier/e-mail in the enclosed Form-Ato EIL on

or before the date indicated above.

Page 2 of 5

5. Bidders are required to upload the bid along with all supporting documents including priced part only on the e-tendering website (http://eprocure.gov.in/cppp.), on or before the due date and time for submission of bid. Bidders are required to register themselves at http://eprocure.gov.in/cppp.. No registration fee would be charged from the bidders.

6. Bidders to refer E-Tendering methodology enclosed with this RFQ cover letter. Various links such as

“Help for Contractor”, “Information about DSC”, “FAQ”, “Resources Required”, “Bidders Manual Kit” etc. are available on home page of http://eprocure.gov.in/cppp.facilitating vendors to participate in the bidding process. Bidder are advised to download & utilize the available information/documents under these links for activities like Registration in CPPP, obtaining User ID & Password, uploading & submission of e-bids etc. Bidders are advised in their own interest to carefully go through Instructions for E-tendering and other related document available against various help links so as to ensure that bids are uploaded in E-tendering website well before the closing date and time of bid submission.

7. NIC Portal mandates that the bidders are to be registered on the portal before any enquiry can be

issued to them. In order to expedite issue of enquiries, the enquiry is being issued through EIL Tender Portal and also being published on Central Public Procurement Portal. The enquiry shall be issued to the bidders on the NIC e-Procurement Portal as soon as their registration is completed in the NIC Portal(http://eprocure.gov.in/cppp).

8. All those vendors who have still not registered on the NIC Portal are required to register on the same

(immediately after issue of enquiry on EIL portal but not later than Ten days before the bid due date) for facilitating issue of enquiry to them on the NIC Portal failing which it will not be possible for them to upload their bids. Pursuant to registration, the vendors are also required to login in EIL tender portal and update NIC’s registration details and inform the undersigned regarding the same for the subject enquiry.

In any case, the enquiry shall be issued on NIC portal to NIC registered vendors about Seven days before the bid due date. Therefore, all those bidders who have not complied with the above registration requirements will not be issued this enquiry on NIC portal and will not be eligible to bid. Request for extension in due date of submission of bids due to non-registration or delayed registration in NIC portal shall not be entertained.

9. The bid has to be necessarily submitted on the NIC Portal and only those bidders who are issued the

enquiry through NIC Portal will be eligible to submit their bids. In case a bidder does not register on the NIC Portal and as a consequence, cannot be issued the enquiry through NIC Portal, it shall be deemed that he is not interested in bidding against this enquiry and no further correspondence will be entertained.

10. In future, EIL shall be issuing all enquiries through NIC Portal alone and bidders who do not register with NIC Portal may not be able to submit their bids. Therefore, it is in the interest of the bidders that they register on the NIC Portal at the earliest.

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

the vendor may contact the undersigned.

12. In the event of failure in bidder’s connectivity with EIL/NIC Portal during the last few hours on account of problem on bidders account, they are likely to miss the deadline for bid submission. Due date extension request due to this reason will not be entertained. In view of the same, bidders are advised to upload their bid in advance.

13. Bidders to upload the Un-priced and Priced part of their bids strictly in the respective designated folders in the NIC Portal.

14. Commercial requirements are specified in the attached General Purchase Conditions, Special Purchase Conditions, Instructions to Bidders, Terms & Conditions for Site Work (applicable if MR calls for Scope of Site Work), Terms & Conditions for Supervision of Erection, Testing & Commissioning

Page 3 of 5

(applicable if MR calls for supervision), Terms & Conditions for Hazop Study (applicable if MR calls for Hazop Study), Agreed Terms & Conditions (ATC) questionnaire etc. The ATC should be duly filled in, signed & stamped, scanned and uploaded with your bid.

15. Bidders are advised to submit bids strictly based on the specifications, terms & conditions contained in the RFQ Documents and should not stipulate any deviation.

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

17. The order, if any, will be issued by our above-mentioned client.

18. Delivery Period: 05 Months on FOT dispatch point basis from FOA. The date of LR/GR shall be considered as date of delivery.

19. The offer should be valid for 4 (Four) months from final bid due date.

20. Payment Terms: For Indian Bidders:

Supply: As per Clause No. A-1.2 & Notes (as applicable) of Annexure-I to Special Purchase Conditions (SPC).

21. Part Order: Not Applicable.

22. Repeat Order: Not Applicable.

23. The financial net worth of the Bidder as per the latest audited annual report shall be positive. 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. # 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. Accordingly, the definition of Networth shall be as follows:

Paid up share capital XXXX Add : Share Application Money pending allotment

XXX

Add : Reserves (As defined Above) XXXX Less : Accumulated Losses XX Less : Deferred Revenue Expenditure to the extent not written off

XX

Networth XXXX

24. Where any portion of Instructions to Bidders, Special Purchase Conditions and General Purchase Conditions is repugnant or at variance with any provisions of RFQ Cover Letter, RFQ Cover Letter shall be deemed to over-ride the provision(s) of Instructions to Bidders, Special Purchase Conditions and General Purchase Conditions only to the extent applicable.

25. Purchase preference shall be applicable for this RFQ.Subject to meeting terms and conditions stated in the RFQ document , in present RFQ, items cannot be split (i.e. minimum 20% to MSEs), all items 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. First, the MSE Bidder next to the price of L1 Bidder shall be considered for purchase preference. In case that MSE Bidder, does not match the price, next MSE Bidder (within the price range of L1 Bidder + 15%) shall be considered for matching the L1 Bidder prices and so on. Accordingly, the MSE Bidder who matches the price of L1 Bidder, shall be considered for award of contract. No separate preference will be given to MSE owned by Scheduled Caste & Scheduled Tribe entrepreneurs over MSE owned by general person as quantity cannot be

Page 4 of 5

split in subject Bidding Document.

26. EMD & Bid Document fee is not applicable for this RFQ.

27. 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.

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

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

30. 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.

31. The bidder shall bear all costs associated with the preparation and submission of its bid, and the Purchaser/Consultant shall in no case be responsible or liable for these costs regardless of the conduct or outcome of the bidding process.

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

33. Consortium/ Joint/ Multiple/ alternative bids shall not be acceptable.

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

35. Contact Persons for this RFQ are:

Ms. Sunita Mitra, DGM (C&P), Contact No. 011-2676 3504 & email: [email protected]

Mr. Vivek Dixit, Dy.MGR(C&P), Contact No. 011-2676 3209 & email: [email protected]

*Please specify Ref. No. (SM/A872-020-QF-MR-9130/01) in all Correspondence. THIS IS NOT AN ORDER

Very truly yours, For & On Behalf of BPCL AGM(C&P) ENGINEERS INDIA LIMITED Enclosure: As per List Attached

Page 5 of 5

LIST OF ENCLOSURES

DOCUMENTS

1. Price Schedule Format (For Indian Bidders) 2. Form-A (Format for Pre Bid Queries) 3. Agreed Terms & Conditions (For Indian Bidders) 4. Instructions To Bidders (ITB) 5. Special Purchase Conditions (SPC) + Annexure-I & II to SPC 6. General Purchase Conditions (GPC) 7. Integrity Pact 8. E-Tendering Methodology

9. Technical document: Material Requisition (MR) No. : A872-020-QF-MR-9130 REV. A

Unit Rate Total Amount Unit Freight Total Freight

01.00

01.01 TRAPLN22"X18"

22" X 18" SCRAPER LAUNCHER WITH

PIG SIGNALLER AS PER A872-020-83-41-

DS-0001 & A872-000-16-51-1001

1 NOS

01.02 PIGSIG18

NON INTRUSIVE PIG SIGNALLER AS

PER DATASHEET NO. A872-000-16-51-

DS-1001.

2 NOS

01.03 TRAPREC24"X18"

24" X 18" SCRAPER RECIEVER WITH

PIG SIGNALLER AS PER A872-020-83-41-

DS-0002 & A872-000-16-51-1001

1 NOS

5.00 ______

Quotation for Two Years Operation and

Maintenance Spares (As recommended

by the vendor)

1 LOT

NOTE:

PRICE SCHEDULE FOR INDIAN BIDDERS

RFQ No.: SM/A872-020-QF-MR-9130/01

ITEM: SCRAPPER TRAP & PIG SIGNALLERS

NAME OF BIDDER : M/S

SHALL BE QUOTED IN A SEPARATE ANNEXURE AS PER THE FORMAT "SP-I" ENCLOSED HEREWITH

OFFER REFERENCE NO.:

Sr. No.

as per

MR

1. EVALUATION SHALL BE DONE ON A BOTTOMLINE BASIS .IF BIDDER DOES NOT QUOTE ANY ITEM (INCLUDING FREIGHT CHARGES), THE BID SHALL BE REJECTED.

Description Qty

UOM

Price on FOT Despatch Point Basis including P&F

charges

Design, engineering, manufacture, procurement of materials and bought out components, assembly at shop, inspection, testing at manufacturer's works, packing, delivery & commissioning of the

following, including supply of all commissioning spares & special tools and tackles, first fill of consumables, erection material & documentation as per

the enclosed EIL standard specifications, instructions to vendors, job specification, data sheets etc. and other codes and standards attached or referred in MR. A872-020-QF-MR-9130 REV. A

TOTAL AMOUNT

Item Code / Tag No.

as per MR Freight Charges upto Project site excluding Goods and

Service Tax (GST)

All amount in Indian Rupees (INR)

SHALL BE QUOTED IN A SEPARATE ANNEXURE AS PER THE FORMAT "SP-I" ENCLOSED HEREWITH

FORMAT- SP-I

NAME OF BIDDER: M/S

S. NO. Item Tag Nos. Description of spare

parts

Qty (Unit_____)* Unit Price on FOT Despatch

Point Basis

(INR)

Total Price on FOT Despatch

Point Basis

(INR)

Freight Charges upto Project

site excluding GST (In % of

quoted FOT Despatch Point

Price for Spares)

1 2 3 4 5 6 7

*UNIT TO BE SPECIFIED BY BIDDER

PRICE SCHEDULE FOR 02 YEARS OPERATION & MAINTENANCE SPARES (FOR INDIAN BIDDERS)

RFQ No.: SM/A872-020-QF-MR-9130/01

ITEM: SCRAPPER TRAP & PIG SIGNALLERS

Description of

Imported items

Qty.

(Unit____)

*(1)

HSN CODE BASIC

CUSTOMS DUTY

(%)

(MERIT RATE)

EDU. CESS

ON

CUSTOM

DUTY (%)

IGST (%) TOTAL

DUTY (%)

Rate in Figures Rate in Words

2) Bidder to furnish the above details separatly for each item S. No. of MR.

MERIT RATE OF CUSTOM DUTY INCLUDED IN QUOTED SUPPLY PRICES

TOTAL CIF VALUE

For Item

Sl . No.

as per

MR

DESCRIPTION

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

CIF value of Import Content included in

quoted supply prices for column (2)

Qty.

(In Rs)

DETAILS OF BUILT-IN-CIF VALUE OF IMPORT CONTENT, ITEM DETAILS OF IMPORT CONTENT AND MERIT RATES OF IMPORTS DUTY CONSIDERED AND INCLUDED IN

QUOTED FOT DESPATCH POINT PRICES UNDER PRICE SCHEDULE

ENCLOSURE TO PRICE SCHEDULE FOR SUPPLY (INDIAN BIDDERS) FORMAT - "CIF/CD"

RFQ No.: SM/A872-020-QF-MR-9130/01

ITEM: SCRAPPER TRAP & PIG SIGNALLERS

NAME OF BIDDER: M/S __________________________

Page 1 of 16

LPG IMPORT FACILITIES AT HALDIA OF

BHARAT PETROLEUM CORPORATION LTD. (BPCL)

INSTRUCTIONS TO BIDDERS (ITB)

Page 2 of 16

INDEX

1. SCOPE OF BID .......................................................................................................... 3 2. ELIGIBLE BIDDERS ................................................................................................... 3 3. ONE BID PER BIDDER/ MULTIPLE BIDS .................................................................. 3 4. COST OF BIDDING .................................................................................................... 4 5. SITE VISIT .................................................................................................................. 4 6. CONTENTS OF BIDDING DOCUMENT ..................................................................... 4 7. CLARIFICATION ON BIDDING DOCUMENTS ........................................................... 4 8. AMENDMENT OF BIDDING DOCUMENTS ............................................................... 5 9. LANGUAGE OF BID ................................................................................................... 5 10. DOCUMENTS COMPRISING THE BID ...................................................................... 5 11. BID PRICES ............................................................................................................... 7 12. BID CURRENCY AND PAYMENT .............................................................................. 9 13. BID VALIDITY ............................................................................................................. 9 14. OFFER WITHOUT ANY DEVIATION ........................................................................ 10 15. AGENTS/CONSULTANTS/REPRESENTATIVES/RETAINERS/ASSOCIATES ........ 10 16. SUBMISSION OF BIDS ............................................................................................ 10 17. DEADLINE FOR SUBMISSION OF BID ................................................................... 10 18. UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE ................................. 10 19. MODIFICATION AND WITHDRAWAL OF BIDS ....................................................... 10 20. UN-PRICED BID OPENING ...................................................................................... 10 21. PROCESS TO BE CONFIDENTIAL .......................................................................... 11 22. CONTACTING THE OWNER/ OWNER REPRESENTATIVE ................................... 11 23. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS ............ 11 24. PRICE CHANGES / IMPLICATIONS AFTER OPENING OF TECHNICAL BIDS ...... 11 25. PRICE BID OPENING .............................................................................................. 11 26. ARITHMETIC CORRECTIONS ................................................................................. 12 27. CONVERSION TO SINGLE CURRENCY ................................................................. 12 28. BID REJECTION CRITERIA ..................................................................................... 12 29. PRICE EVALUATION & COMPARISON AND LOADING CRITERIA ........................ 12 30. OTHER CRITICAL POINTS FOR EVALUATION OF OFFER ARE AS UNDER ........ 12 31. PRICE CHANGES / IMPLICATIONS AFTER OPENING OF PRICE BIDS ................ 14 32. AWARD OF WORK .................................................................................................. 14 33. QUANTITY VARIATION............................................................................................ 14 34. OWNER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID..................... 14 35. NOTIFICATION OF AWARD .................................................................................... 15 36. WAIVER OR TRANSFER OF THE AGREEMENT .................................................... 15 37. CARTEL FORMATION ............................................................................................. 15 38. INFORMATION TO BE FURNISHED BY FOREIGN SUPPLIERS/

CONTRACTORS / CONSULTANTS ....................................................................... 15 39. ORDER OF PRECEDENCE ..................................................................................... 16

Page 3 of 16

A. GENERAL

1. SCOPE OF BID

1.1. EIL hereinafter "the Consultant" on behalf of the Purchaser/Owner/BPCL as defined in the

General Purchase Conditions, hereinafter "the Owner" wishes to receive bids as described in the

Bidding Documents hereinafter shall also mean RFQ documents.

1.2. SCOPE OF WORK: The scope of work shall be as defined in the MR included in the RFQ.

1.3. The successful bidder will be expected to complete the Scope of work within the period stated

in Bidding Document.

1.4. Throughout this Bidding Documents, the term "bid" and "tender" and their derivatives ("bidder/

tenderer", "Bid/tendered/tender", "bidding/tendering", etc.) are synonymous, and day

means calendar day. Singular also means plural.

2. ELIGIBLE BIDDERS 2.1 Documents Establishing Bidder's Qualification.

2.1.1 Pursuant to qualification criteria specified in IFB/NIT/RFQ/Bidding document, the bidder shall furnish all necessary supporting documentary evidence to establish the bidders claim of meeting qualification criteria.

2.1.2 The bidder shall furnish, as part of his bid, documents establishing the bidder's eligibility to bid and his qualifications to perform the contract if his bid is accepted.

2.1.3 The documentary evidence of the bidder's qualifications to perform the contract if their bid are accepted, shall establish to the OWNER'S/CONSULTANT'S satisfaction that, the bidder has the financial, technical and productions capacity necessary to perform the contract.

2.1.4 A bidder shall not be affiliated with a firm or entity:

(i.) that has provided consulting services related to the work to the OWNER during the preparatory stages of the works or of the project of which the works form a part, or

(ii.) that has been hired by the OWNER as engineer/consultant for the contract.

2.2 The bidder shall not be under a declaration of ineligibility by OWNER for corrupt or fraudulent

practices as defined at clause no. 24 of SPC.

2.3 The bidders who are on Holiday/Negative/suspension/banning list of OWNER or EIL or MOP &

NG or other oil PSE 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 downloaded from website, offers submitted by such bidders shall also

be not considered for bid opening/evaluation/Award.

3. ONE BID PER BIDDER/ MULTIPLE BIDS

3.1 A bidder (i.e. the bidding entity) shall, on no account submit more than one bid either directly

(as a single bidder or as a member of consortium) or indirectly (as a sub-contractor) failing

which following actions shall be initiated:

(i) All bids submitted by such bidder (say ‘A’) directly & indirectly, shall stand rejected and EMD, if

any, in case of direct bid submitted by bidder ‘A’ shall be forfeited.

(ii) If another bidder (say ‘B’) has proposed bidder ‘A’ as a sub-contractor then bidder ‘B’’s bid shall

also be rejected. However, in case the bidder ‘B’ has also proposed an alternative sub-

contractor who is other than the bidder ‘A’, then bidder ‘B”s bid shall be evaluated with the

Page 4 of 16

proposed alternative sub-contractor only. Hence, every bidder shall ensure in his own interest

that his proposed sub-contractor is not submitting alternative/ multiple

4. COST OF BIDDING 4.1 The bidder shall bear all costs associated with the preparation and submission of the bid, and

OWNER / CONSULTANT, will in no case be responsible or liable for this cost, regardless of the

conduct or outcome of the bidding process.

5. SITE VISIT

5.1. The bidder is advised to visit and examine the site or / locations of warehouse and its surroundings and obtain for itself, at its own responsibility, all the information that may be necessary for preparing the bid and entering into the Contract. The cost of visiting the site shall be at the bidder's own expense.

5.2. The bidder or any of its personnel or agents will be granted permission by the Owner to enter

upon its premises and land for the purpose of such visits, but only upon the express condition

that the bidder, its personnel, and agents will indemnify the Owner and its personnel and agents

from and against all liabilities in respect thereof, and will be responsible for death or personal

injury, loss of or damage to property, and any other loss, damage, costs, and expenses incurred

as a result of the inspection.

5.3. Bidder may contact the following person at site for site visit purpose:

Shri Sunil K Dhakate, Sr. Manager Construction (E&P), Bharat Petroleum Corporation Limited, Haldia Coastal Installation, Patikhali, Durgachak, Haldia, East Medinipur, West Bengal-721602 Mobile No. 09799936500

B. BIDDING DOCUMENTS, CLARIFICATION AND AMENDMENT

6. CONTENTS OF BIDDING DOCUMENT 6.1 Complete Bidding Documents has been hosted on Central Public Procurement Portal (URL:

http://eprocure.gov.in/cppp/app). Notification with CPPP E-tender number for downloading the complete tender from CPPP is also be available on EIL Website http://tenders.eil.co.in/newtenders//other websites mentioned in the RFQ covering letter/Notice Inviting Bid/ Letter Inviting Bid.

6.2 The bidder is expected to examine Bidding Documents, bidding guidelines received from EIL

or available on EIL website, all instructions, formats, terms, specifications and drawings etc., enclosed in the Bidding Documents. The invitation for bid (bidding) together with all its attachment thereto, shall be considered to be read, understood and accepted by the bidder. Failure to furnish all information required by the Bidding Documents or submission of a bid not substantially responsive to the bidding documents in every respect will be at bidder's risk and may result in the rejection of the Bid.

7. CLARIFICATION ON BIDDING DOCUMENTS 7.1 A prospective bidder requiring any information or clarification of the Bidding Documents,

may notify the Consultant in writing by e-mail/fax/post at Consultant's mailing address indicated in the bidding document (Engineers India Limited, Bhikaji Cama Place N.Delhi. Kind Attention: (Name mentioned in RFQ document) Dy. General Manager (C&P)). All question/ queries should

Page 5 of 16

be referred to EIL at least 3 (three) days prior to date of pre-bid meeting. Reply to Pre-Bid Queries shall be hosted on https://eprocure.gov.in/eprocure/app / http://tenders.eil.co.in. The response to pre-bid queries shall not form part of the bidding document unless issued as an amendment. Any modification of the Bidding Document, which may become necessary as a result of the pre-bid discussion, shall be intimated to all bidders through the issue of an Addendum/ Amendment.

8. AMENDMENT OF BIDDING DOCUMENTS 8.1 At any time prior to the deadline for submission of bids, the Owner/Consultant may, for any

reason, whether on its own requirement or in response to a clarification requested by prospective bidders, modify the Bidding Documents by issuing addenda.

8.2 Any addendum thus issued shall be part of the Bidding Documents. The addendum will be hosted on https://eprocure.gov.in/eprocure/app or EIL's website http://tenders.eil.co.in. Bidders are requested to visit the website regularly to keep themselves updated. Bidders have to take into consideration of all the addendum(s) / corrigendum (s) issued/ web hosted, before submitting the bid.

8.3 The Owner/Consultant may, at its discretion, extend the date of submission of Bids in order to allow the bidders a reasonable time to furnish their most competitive bid taking into account the amendments issued.

C. PREPARATION OF BIDS

9. LANGUAGE OF BID 9.1. 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 printed literature 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.

9.2. 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.

10. DOCUMENTS COMPRISING THE BID 10.1 No Physical Bids / Offers shall be permitted. The offers/bids submitted online through Central

Public Procurement Portal (CPPP) of Government of India

(http://eprocure.gov.in/eprocure/app) shall only be considered for evaluation and ordering.

Bidders are required to upload the Bid/offer along with all supporting documents including

Priced bid on the E-Tendering website (http://eprocure.gov.in/eprocure/app) only. However,

bidder are required to submit the following documents in original in the manner prescribed in

the Bidding Document in sealed envelope titled “Original Documents for respective

RFQ/Bidding Document No “and shall be send to Engineers India Limited, Bhikaji Cama

Place N.Delhi . Kind Attention: (Name mentioned in RFQ document) Dy.. General

Manager (C&P) on or before the Bid submission Due Date. However, bidders are required

to upload the scanned copies of all relevant documents on E-tendering website along with the

e-bid.

1. EMD/Bid Security as applicable as per clause no.10.3 below 2. Documentation against Bidder Qualification Criteria (Technical & Commercial)-if applicable. 3. Integrity Pact (as applicable) 4. Any other document to be submitted in original as per Bidding Document/RFQ.

10.2 The bid shall be submitted by uploading relevant document in respective covers provided in the

Page 6 of 16

e-tendering website.

10.2.1 BID SECURITY/EARNEST MONEY DEPOSIT: EMD/Bid Security as applicable

10.2.2 TECHNO-COMMERCIAL/UNPRICED BID: Unpriced Bids shall contain followings;

a. Covering letter of Bid on bidder’s letter head.

b. Master Index / List of enclosures of RFQ and copies of all technical and commercial amendments/addendums/corrigendum issued (if any), duly signed and stamped on each page as a token of having received and read all parts of the bidding document and having accepted and considered the same in preparing their bid.

c. Power of attorney in favour of signatory (ies) of the bid.

d. Integrity Pact duly signed & stamped

e. Price Schedule with prices blanked out mentioning “Quoted / Not Quoted” against each item.

f. Financial details as per Proposal Form F1

g. Qualification Documents duly authenticated against Bidder Qualification Criteria (Experience & Financial).

h. Compliance to Bid requirement as per Proposal Form F2.

i. Agreed Terms & Conditions (For Indian/Foreign Bidder as applicable) along with its Annexure as per Proposal Form F3.

j. Bidder’s declaration that they are not under any liquidation, court receiver ship or similar proceedings as per Format Proposal Form F4.

k. Bidder declaration towards Holiday/Negative/suspension/banning list of OWNER or EIL or MOP & NG or other oil PSE as per Format Proposal Form F5.

l. Terms & Conditions for Supervision (For Indian / Foreign Bidders) duly signed and stamped on each page

m. Duly authenticated MSE certificate (as applicable)

n. All technical documents required as per Material Requisition.

o. Any other information required in the RFQ/ Bidding Documents or considered relevant by the bidder.

10.2.3 PRICE BID: Priced Bid shall consist of Price Schedule Formats duly filled.

No corrections, conditions, additions, deletions or modifications in Price Part are permitted. All corrections in quoted rates must be stamped and signed.

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.

10.3 EARNEST MONEY DEPOSIT/BID SECURITY:

Bidder shall furnish, as part of its Bid, EMD for an amount as indicated in the NIT/NIB/ IFB. If the

Bidder is unable to submit EMD in original within the due date & time, then bidder shall submit

the original EMD within 7 days from the date of unpriced bid opening, provided copy of the

same have been uploaded on E-Tendering Website.

In case the bidder fails to submit the EMD in original within 7 days, then their bid shall

be rejected, irrespective of their status/ ranking in tender and notwithstanding the fact

that a copy of EMD was earlier uploaded by the bidder on E-Tendering Website.

MSE bidders are exempted from EMD submission subject to submission of

documentary evidence.

Page 7 of 16

Owner shall not pay any interest on EMD furnished.

The EMD/Bid Security shall be in favour of the Bharat Petroleum Corporation Limited payable at Noida in the form of crossed demand draft or Bank Guarantees or Standby Letter of Credit (SBLC) in the prescribed pro-forma from Scheduled Commercial banks in India/ Indian Branch of a Foreign Bank recognized as scheduled bank by RBI. The bank guarantee submitted in lieu of EMD shall be valid for 8 (Eight) months more than bid validity. EMD/Bid securities of unsuccessful bidders will be returned upon award of Contract. However, EMD of the successful Bidder will be returned upon the Bidder's executing the Contract, and furnishing the PBG.

The EMD may be forfeited:

If a Bidder withdraws its bid during the period of Bid Validity; or any extension thereto provided by the bidder; or

submits multiple bids / alternative bids; or

If a bidder modifies his bid on his own; or

in case of a successful Bidder, if the Bidder fails, within the specified period:

(a) to submit the order acceptance; and/or

(b) to furnish the PBG.

(c) To accept arithmetical corrections pursuant to clause no. 26 of ITB

11. BID PRICES

11.1. Prices shall be furnished strictly in the appropriate Price Schedule format(s) enclosed with the bidding document. Quoted prices shall be net of discount, if any. Conditional discounts, if offered by a bidder, shall not be considered for evaluation.

11.2. Price quoted by the bidder, shall remain firm & fixed until completion of the contract and will not be subject to any variation, except statutory variation in taxes, duties & levies pursuant to relevant provisions of Special Purchase Conditions.

11.3. The bidder shall quote the price for item in the Price Schedule after careful analysis of cost involved for the performance of complete work considering all parts of the RFQ/Bidding Documents. In case, any activity though specifically not covered but is required to complete the work as per scope of work, scope of supply, specifications, standards, drawings, GPC, SPC or any other part of RFQ Document, the prices quoted shall deemed to be inclusive of cost incurred for such activity.

11.4. Domestic bidder to consider Merit rate of custom duty for their import content. Bidder shall ascertain the applicable merit rate of customs duty and shall be solely responsible towards applicability and correctness of such rates. The evaluation and ordering shall be carried out based on the merit rates of customs duty considered by the bidder. The bidder(s) must indicate quantity, CIF value & rate of custom duty considered in the Price Schedule.

11.5. Indian Bidders shall indicate the following in their offer:

11.6.1 FOT despatch Point price of item including packing & forwarding, (such price to include

fabrication /manufacturing of item, all costs as well as duties and taxes paid or payable on components and raw materials incorporated or to be incorporated in the goods, inspection testing etc.) but excluding applicable taxes and duties on finished goods. Bidder’s prices shall be firm and fixed on account of Foreign Exchange variation due to incorporation of import content, if any.

Page 8 of 16

11.6.2 FOT despatch Point price shall be exclusive of Goods and Service Tax (GST) which will be

applicable on the finished goods.

11.6.3 Item wise Transportation Charges upto respective project site exclusive of Goods and Service Tax (GST).

11.6.4 Site work Prices, if applicable as per MR for the scope of work mentioned in MR / RFQ Documents, exclusive of Goods and Service Tax (GST). All necessary taxes & duties and registration, if required for carrying out the site activities shall be done by the bidder and cost towards the same shall be included in quoted site work prices.

11.6.5 Training , Post Warranty/Annual Maintenance and Per-diem Supervision Charges shall be exclusive of Goods and Service Tax (GST), if applicable as per MR.

11.6.6 Bidder shall indicate the following separately:

11.6.6.1 CIF value (in Indian Rupees) of import for raw material and components incorporated or to be incorporated in the goods and included in quoted price. The bidder shall provide description of such material, quantity, rate, value etc.

11.6.6.2 Merit rate of Import Duties (rate) considered on above CIF value of import for raw material and components and included in the quoted prices.

11.6.6.3 If a bidder does not furnish built-in CIF value and confirmed that quoted prices are

firm and fixed, in that case bidder will not be entitled to claim any variation in the Import Duties even if bidder has quoted their prices considering Import Duties.

11.6.6.4 Foreign Exchange Rate Variation/Custom Duty Variation (On Built-in Import Content):

a. The prices shall be firm and fixed on account of FE variation.

b. Prices shall remain firm and fixed without any escalation except for statutory

variation in customs duty rate up to 2/3rd of delivery period for which the following

methodology shall be followed:

i. Indigenous bidders shall be required to quote their prices including customs

duty (Merit rate) towards their built in import content. Maximum CIF value of

import content in Indian Rupees shall also be furnished by Bidders along with

the merit rate of customs duty considered and list of items to be imported.

ii. Any increase in price due to increase in customs duty rate beyond two-third of

the contractual delivery period will be to supplier’s account. However, any

decrease in price due to decrease in customs duty rate at the time of actual

clearance of imported materials shall be passed on to BPCL.

iii. Variation in price due to customs duty rate will be dealt with separately after

receipt of materials at site against documentary evidence.

11.6.6.5 Variation in price due to customs duty rate will be dealt with separately after receipt of materials at site against documentary evidence.

11.6. Foreign Bidders shall indicate the following in their offer: 11.7.1 Bidders shall submit their prices on FOB -International Port of Exit basis and also quote for

Ocean Freight charges upto the port of entry- Haldia (India) as detailed out in the price schedule.

11.7.2 Order shall be on CFR Haldia port / Kolkata port of entry in India basis, wherein the ocean

Page 9 of 16

transportation from FOB Port of Exit to Haldia Port-/Kolkata in India shall be arranged by the bidders.

11.7.3 The seller shall not be allowed to change port of shipment after quoting unless the seller absorbs any additional cost on account of change.

11.7.4 FOB Prices quoted shall be inclusive of all applicable taxes, packing & forwarding etc. applicable upto FOB - International Port of Exit.

11.7.5 Site work Prices, if applicable as per MR for the scope of work mentioned in MR / RFQ documents exclusive of Goods and Service Tax (GST). All necessary taxes & duties registration, if required for carrying out the site activities shall be done by the bidder and cost towards the same shall be included in quoted site work prices.

Training, Post Warranty/Annual Maintenance and Per-diem Supervision Charges, if applicable as per MR, shall be exclusive of Goods and Services Tax but inclusive of all other taxes & duties if applicable for carrying out the activities.Indian Income Tax applicable rate & concession if any (under Double Taxation Avoidance Agreement (DTAA) etc.). Bidder to provide PAN No. along with offer.

11.7.6 Concessional rate of Custom Duty:

a) The bidder 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.

b) 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.

c) Any Customs Duty applicability on account of any change in the bi-lateral / multi-lateral

agreement shall be to bidder's account.

d) 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 a part of shipping documents.

12. BID CURRENCY AND PAYMENT 12.1 Bidding currency shall be Indian Rupees for Indian bidders and US Dollars / EUROs /

Indian Rupees for foreign bidders in accordance with RBI guidelines.

12.2 A bidder expecting to incur a portion of his expenditure in the performance of Order in more than one currency (limited to maximum two currencies) (In case foreign bidder supply some minor components of supply from their Indian subsidiary/Branch Office) and wishing to be paid accordingly shall indicate the same in the bid. In such a case, the bid shall be expressed in different currencies with the respective amounts in each currency together making up the total price.

12.3 Currency once quoted will not be allowed to be changed. Owner/EIL shall not be compensating for any exchange rate fluctuation.

12.4 Payment shall be released to the supplier in the currency of quote.

13. BID VALIDITY 13.1 The bid shall remain valid for acceptance for period mentioned in RFQ/Notice Inviting Bid

(NIB) from the final bid due date. Owner/EIL shall reject a bid valid for a shorter period being non-responsive.

Page 10 of 16

13.2 In exceptional circumstances, prior to expiry of the original bid validity period, the Owner/EIL may request that the bidder extend the period of validity for a specified additional period. The requests and the responses thereto shall be made in writing (by fax/post/e-mail).

14. OFFER WITHOUT ANY DEVIATION Owner/EIL will appreciate submission of offer based on the terms and conditions in the enclosed SPC, GPC, ITB, Scope of Work, and Technical Specification etc. to avoid wastage of time and money in seeking clarifications on technical/ commercial aspect of the offer. Bids having any deviation to the RFQ Terms & Conditions shall make Bidder’s offer liable for rejection, except deviations for which loading is defined in Clause No. 29 below.

15. AGENTS/CONSULTANTS/REPRESENTATIVES/RETAINERS/ASSOCIATES

Owner would prefer to deal directly with the manufacturers/ principals abroad without involving any Indian agent. Agents/consultants/representatives/retainers/associates bids found at any stage of evaluation i.e. from un-priced bid opening till priced bid opening shall be liable for rejection.

16. SUBMISSION OF BIDS 16.1 No Physical bids / offers shall be permitted. The offers submitted through Central Public

Procurement Portal (CPPP) of Government of India shall only be considered for evaluation & ordering. Bidders are required to upload the bid along with all supporting documents including priced bid on the e-tendering website (http://eprocure.gov.in/eprocure/app) only.

17. DEADLINE FOR SUBMISSION OF BID 17.1 The E-Bids must be submitted on or before the last date and time mentioned in the RFQ.

17.2 The Owner / EIL may, in exceptional circumstances and at its discretion, on giving reasonable

notice to all prospective bidders, extend the deadline for the submission of e-bids in which case all rights and obligations of the Owner /EIL and bidders, previously subject to the original deadline will thereafter be subject to deadline as extended.

18. UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE

18.1 Unsolicited bids or bids being submitted to address other than one specifically stipulated in the bid documents will not be considered for opening / evaluation / award.

19. MODIFICATION AND WITHDRAWAL OF BIDS 19.1 The Bidder may modify or withdraw its Bid after the Bid's submission but prior to the due date

prescribed for submission of Bids by selecting the “Re-Submission” option available in the e-tender portal.

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

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

19.4 There are two specific features in CPPP viz, “Withdraw” and “Re-Submission”. Bidders should not use the feature “withdraw” unless they have decided to withdraw their bids. It is to be noted that once “withdraw” feature is used they will not be allowed to re-submit their bid against this RFQ. In case a Bidder desires to change his bid for any reason before bid due date, Bidder shall use “Re-Submission” feature.

20. UN-PRICED BID OPENING 20.1 The un-priced Bids shall be opened online through e-tender portal, at the specified date and

time given in the RFQ document or extended otherwise. The Bidders who have submitted their Bid will be able to view online the name & status of all the Bidders at their respective windows, after un-priced Bid opening by Owner/Consultant.

Page 11 of 16

20.2 Only those bidders, whose bids meet the qualification criteria and are technically and commercially acceptable, will be informed the date, time and venue for price bid opening.

D. E-BID OPENING AND EVALUATION

21. PROCESS TO BE CONFIDENTIAL

Information relating to the examination, clarifications, evaluation and comparison of bids, and recommendations for the award of Order shall not be disclosed to bidders or any other person officially concerned with such process.

22. CONTACTING THE OWNER/ OWNER REPRESENTATIVE 22.1 From the time of the bid opening to the time of the award, if any bidder wishes to contact the

Owner for any matter relating to the bid, it should done in writing.

22.2 Any effort by a bidder to influence the Owner/EIL in any manner in respect of bid evaluation or award will result in the rejection of that bid.

23. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS 23.1 The Owner/EIL will examine the bids to determine whether they are complete, whether any

computational errors have been made, whether the documents have been properly signed, and whether the bids are generally in order.

23.2 Prior to the detailed evaluation, the Owner/EIL will determine whether each bid is of acceptable quality, is generally complete and is responsive to the RFQ/Bidding Documents. For the purposes of this determination, a responsive bid is one that conforms to all the terms, conditions and specifications of the RFQ/Bidding Documents without deviations, objections, conditionality or reservations.

23.3 Bidder shall not be allowed to submit any Price Implication or Revised Price after submission of Bid, unless there is change in the stipulations of the RFQ/ Bidding Document and such changes are incorporated through an Amendment. In case Exceptions and Deviations submitted by Bidder along with Bid are not considered as acceptable and no Amendment is issued, then in such a case the Bidders would be required to withdraw such Exceptions/Deviations in favour of stipulations of the RFQ/ Bidding document and Bidders would not be eligible for submission of Price Implication/Revised Price, failing which such Bid(s) shall be considered as non responsive and rejected.

23.4 The Owner/EIL determination of a bid's responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. If a bid is not responsive, it will be rejected by the Owner/EIL, and may not subsequently be made responsive by the bidder by correction of the nonconformity.

24. PRICE CHANGES / IMPLICATIONS AFTER OPENING OF TECHNICAL BIDS

24.1 In the event of any suo-moto increase in price sought by a Bidder subsequent to the bid due

date and which is not as a result of any change in scope of supply or terms and conditions, the bid of such a bidder shall be rejected and EMD of that Bidder shall be forfeited by Owner.

24.2 In the event of any suo-moto decrease in price sought by a vendor subsequent to the bid due

date and which is not as a result of any change in scope of supply or terms and conditions, the reduction in price shall not be considered for evaluation however the same shall be considered for ordering in case the bidder happens to be lowest.

25. PRICE BID OPENING 25.1 The Owner/EIL shall inform the time, date and venue for price bid opening to all such bidders

who qualify pursuant to bid evaluation.

25.2 The Owner/EIL will open price bids of all bidders notified to attend price bid opening in presence of authorised bidders' representatives present at the time of priced bid opening. The bidder's

Page 12 of 16

representatives who are present shall sign bid-opening register evidencing their attendance.

25.3 The bidder's name, prices, and such other details as the Owner/EIL, at its discretion, may consider appropriate will be announced and recorded at the time of bid opening.

26. ARITHMETIC CORRECTIONS If there is correction/wrong entry or a difference between the values entered in figures and in words, applicable as per price schedule, the following procedure shall be adopted for evaluation: i) When there is a difference between the rate in figures and in words for an item, the rate

which corresponds to the amount worked out by the Bidder for the item based on the notional quantity specified, shall be taken as correct.

ii) When the rate quoted by the Bidder in figures and words tallies but the amount is

incorrect, the rate quoted by the Bidder shall be taken as correct. iii) When it is not possible to ascertain the correct rate as detailed above, the rate quoted

for the item in words shall be adopted as the quoted rate. iv) If the total amount written against an item does not correspond to the rate written in

figures and if the rate in words is not written by the bidder, then the higher of the rates, i.e. higher of the rate worked out by dividing the amount by the notional quantity and the rate quoted shall be considered for evaluation. In the event that such a bid is determined as the lowest bid, the lower of the rates shall be considered for ordering.

27. CONVERSION TO SINGLE CURRENCY Foreign Bidder’s bids shall be compared on equivalent Indian Rupees basis considering RBI reference rate of foreign exchange published on the day of opening of the Price Bids. In case the RBI reference rate of foreign exchange published on the day of opening is not available, immediate preceding exchange rate published by RBI shall be considered.

28. BID REJECTION CRITERIA The bidders shall adhere to the provisions of the Bidding Document without taking any deviations. In case a bidder retains any deviations to the provisions even after techno-commercial clarifications, the Bid shall be considered to be non-responsive and shall be rejected.

29. PRICE EVALUATION & COMPARISON AND LOADING CRITERIA

29.1 Evaluation criteria for comparison of bids shall be as per Annexure-II of Special Purchase Conditions (SPC).

30. OTHER CRITICAL POINTS FOR EVALUATION OF OFFER ARE AS UNDER

30.1 The prices quoted in the price bid is to be considered for evaluation and no cognizance will be given to the supplementary/supporting document attached to the price bid, break-up of prices, etc.

30.2 In case bidder intend not to quote for certain item/tags/groups as applicable, then the bidder shall mention "Not Quoted (NQ)" in respective cells of price schedule. Wherever cell is found blank in the price schedule, then it shall be treated as "Not Quoted (NQ)" and evaluation of bids shall be carried out accordingly.

30.3 OWNER reserves the right to consolidate the quantities of PO where it is commercially prudent to place single order as per provision of Clause No. 25.0 of SPC. In case L-1 bidder is MSE bidder, shifting shall be done as per provision of Cl. No. 25.0 of SPC only when items are shifting to MSE bidder.

30.4 The Purchase Preference, if applicable, to Central PSUs shall be considered during evaluation of bids as per the existing Govt. Guidelines. However, no Purchase preference to Central PSUs is applicable as on date.

Page 13 of 16

30.5 OWNER shall follow Public Procurement Policy from Micro and Small Enterprises (MSEs)

order 2012, in MRs including MRs where Site Work is also included in the scope. The

same shall be executed as follows:

a. Purchase Preference:

i. For claiming purchase preference, the MSE certificate should be valid as on date of

un-priced bid opening.

ii. Participating Micro and Small Enterprises having evaluated price within price brand

of L1 (evaluated price) + 15% shall also be allowed to supply a portion of requirement

by bringing down their prices to L1 (evaluated) price in a situation where L1 price is

from someone other than a micro and small enterprises and such micro and small

enterprises shall be allowed to supply up to 20% of the total tendered value. In case

of more than one such Micro and Small Enterprises, the supply shall be shared

proportionately (to tendered quantity). Further, out of above 20%, 4% (20% of 20%)

shall be from MSEs owned by SC/ST entrepreneurs. This quota is to be transferred

to other MSEs in case of non-availability of MSEs owned by SC/ST entrepreneurs. It

is clarified that in case, 20% quantity works out to a fraction of quantity, MSEs shall

be considered for next higher quantity.

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.

However, in case where quantity against a line item cannot be split (i.e. minimum 20%

to MSEs) or items with single quantity or in group 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. First, the MSE Bidder next to

the price of L1 Bidder shall be considered for purchase preference. In case that MSE

Bidder, does not match the price, next MSE Bidder (within the price range of L1 Bidder

+ 15%) shall be considered for matching the L1 Bidder prices and so on. Accordingly,

the MSE Bidder who matches the price of L1 Bidder, shall be considered for award of

contract. No separate preference will be given to MSE owned by Scheduled Caste &

Scheduled Tribe entrepreneurs over MSE owned by general person as quantity

cannot be split in such cases.

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

documentary evidence in this regard.

Definition of MSEs owned by SC/ST Entrepreneurs shall be:

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 Private Limited Companies, at least 51% share shall be held by

SC/ST share holder(s).

In order for MSE owned by SC/ST Entrepreneurs to qualify for benefits available under

Public Procurement Policy for MSEs order 2012, 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

Page 14 of 16

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)

c. If the MSE 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.

d. For facilitating promotion and development of micro and small enterprises, BPCL/EIL

is committed to promote the procurement of supplies/ services from MSEs in Orders/

contracts. Accordingly, bidders are also encouraged to promote the same by

considering MSE sub-suppliers/Contractors to the extent possible under the Orders/

Contracts awarded on them. After award of item/work, Supplier/Contractor shall

furnish a statement along-with copies of orders/ FOAs placed by them on their sub-

suppliers/ sub-Supplier/Contractors who are MSEs, to Project Manager.

31. PRICE CHANGES / IMPLICATIONS AFTER OPENING OF PRICE BIDS 31.1 After opening of price bid, if the party increases the price, though within the validity period and

even though the offer remains lowest, the bid should be rejected. Such bidders shall be

debarred for future enquiries for such action of bidders as a penal measure and EMD of such

Bidder shall be forfeited by Owner.

31.2 Suo-moto Price reduction after price bid opening are to be ignored for evaluation. However, if

the same party happens to be the lowest based on original price bids, the benefit of such

reduction may be availed of.

E. AWARD OF CONTRACT

32. AWARD OF WORK

32.1 The Owner will award the order to the successful bidder (s) whose bid has been

determined to be substantially responsive, and/or have been determined as a lowest bid

on least cost basis to Owner and is determined to be qualified to satisfactorily perform the

Order.

33. QUANTITY VARIATION 33.1 The Owner/EIL reserves the right to vary the quantity of goods, if specified in MR, without any

change in quoted unit price or other terms and conditions.

33.2 Owner/EIL reserves the right to delete the requirement of any one or more items of MR without

assigning any reason.

34. OWNER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID The Owner/EIL reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time prior to award of the order without thereby incurring any liability to the affected bidder or bidders or any obligations to inform the affected bidder or bidders of the ground for Owner/EIL's action.

Page 15 of 16

35. NOTIFICATION OF AWARD 35.1 Prior to the expiration of period of bid validity Owner /EIL will notify the successful bidder in

writing by fax/e-mail to be confirmed in writing, that his bid has been accepted. The

notification of award / Fax of Acceptance will constitute the formation of the Order.

35.2 The Delivery Schedule shall commence from the date of notification of award / Fax of

Acceptance (FOA).

35.3 Award of Contract/Order will be by issuing Fax of Acceptance (FOA) of your bid. FOA will

contain price, delivery and other salient terms of bid and RFQ Document.

Bidder will be required to confirm receipt of the same by returning "Copy of the FOA" duly signed and stamped by the bidder as a token of acknowledgement to Owner and EIL. On receipt of acknowledgement without any deviation / condition, detail Purchase Order / Contract will be issued in quadruplicate. Three copies of the same without any condition / deviation will be returned duly signed and stamped by the bidder as a token of acknowledgement to Owner and EIL.

36. WAIVER OR TRANSFER OF THE AGREEMENT 36.1 The successful bidder shall not waive the Agreement or transfer it to third parties, whether

in part or in whole, nor waive any interest that is included in the Agreement without the prior written permission of the Owner.

37. CARTEL FORMATION 37.1 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.

38. INFORMATION TO BE FURNISHED BY FOREIGN SUPPLIERS/ CONTRACTORS / CONSULTANTS

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:

i) 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.

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

Appendix-A 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 assess claims to be a resident for the purposes of tax.

iii) In additional to TRC, bidder in order to claim the benefits of DTAA shall also submit additional

information in form no. 10F (enclosed as Appendix-B). Form 10F has to be signed & verified by the assesses himself.

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.

The above shall be furnished before release of any payment or within one month of the release of Order, whichever is earlier failing submission of the above information, any additional tax liability on purchaser, will be deducted from the payment due to the bidder.

Page 16 of 16

39. ORDER OF PRECEDENCE

The Instructions to Bidders (ITB) shall supplement to the Special Purchase Conditions (SPC) and General Purchase Conditions (GPC). Where any portion of Special Purchase Conditions (SPC) and/or General Purchase Conditions (GPC) is in conflict with or at variance with any provisions of Instructions to Bidders, the provisions of Instructions to Bidders shall over-ride such provision(s) of Special Purchase Conditions (SPC) and /or General Purchase Conditions (GPC), only to the extent of such repugnancy or variation.

Annexure – 1 to ITB

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.

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.

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.

Client: BPCL Proposal Form LPG IMPORT TERMINAL FACILITIES PROJECT AT HALDIA Job Number: A872 Sheet 1 of 5

PROPOSAL FORM F-1

FINANCIAL DETAILS

The Bidder shall indicate herein his annual turnover during immediately preceding 3 financial years based on the audited balance sheet/profit & loss account statement.

FINANCIAL YEAR

ANNUAL TURNOVER

(Indicate Currency)

NET WORTH

(Indicate Currency)

WORKING CAPITAL

(Indicate Currency)

NOTE:

1. Authenticated copies of audited financial statement for immediately preceding 3 financial years are enclosed along with the Bid.

SIGNATURE OF BIDDER : _______________________ NAME OF BIDDER : _______________________ COMPANY SEAL : _______________________

FO

Client: BPCL Proposal Form LPG IMPORT TERMINAL FACILITIES PROJECT AT HALDIA Job Number: A872 Sheet 2 of 5

RM-D

PROPOSAL FORM F-2

COMPLIANCE TO BID REQUIREMENT

ITEM: ________________________________________________ BIDDING DOCUMENT NO.: ___________________________________ We M/s ___________________________________hereby agree to fully comply with, abide by and accept without variation, deviation or reservation all technical, commercial and other conditions whatsoever of the Bidding Documents and Addendum/Amendment/ Corrigendum to the Bidding Documents, if any, for subject work issued by Engineers India Limited.

We hereby further confirm that any terms and conditions if mentioned in our bid (Un-priced as well as Priced Part), shall not be recognised and shall be treated as null and void. SIGNATURE OF BIDDER : _______________________ NAME OF BIDDER : _______________________ COMPANY SEAL : _______________________

Client: BPCL Proposal Form LPG IMPORT TERMINAL FACILITIES PROJECT AT HALDIA Job Number: A872 Sheet 3 of 5

PROPOSAL FORM F-3

Agreed Terms and Conditions (as applicable)- Attached

Client: BPCL Proposal Form LPG IMPORT TERMINAL FACILITIES PROJECT AT HALDIA Job Number: A872 Sheet 4 of 5

PROPOSAL FORM F-4

ITEM: ________________________________________________ BIDDING DOCUMENT NO.: ___________________________________ We confirm that we are not under any liquidation, court receivership or similar proceedings. (_____________________________)

Signatures of the authorised Person) NAME : ________________________ DESIGNATION: __________________ STAMP OF THE BIDDER:

Client: BPCL Proposal Form LPG IMPORT TERMINAL FACILITIES PROJECT AT HALDIA Job Number: A872 Sheet 5 of 5

PROPOSAL FORM F-5

ITEM: ________________________________________________ BIDDING DOCUMENT NO.: ___________________________________ We confirm that we are not under Holiday/Negative/suspension/banning list of OWNER or EIL or MOP & NG or other oil PSE. (_____________________________)

Signatures of the authorised Person) NAME : ________________________ DESIGNATION: __________________ STAMP OF THE BIDDER:

EIL-A872 Page 1 of 12

LPG IMPORT FACILITIES AT HALDIA OF

BHARAT PETROLEUM CORPORATION LTD.

(BPCL)

SPECIAL PURCHASE CONDITIONS (SPC)

EIL-A872 Page 2 of 12

INDEX 1.0 DEFINITIONS .................................................................................................... 3 2.0 SUPPLIER’S SCOPE ........................................................................................ 3

3.0 BID VAILIDTY .................................................................................................... 3 4.0 DELIVERY SCHEDULE / COMPLETION PERIOD ........................................... 4 5.0 DESPATCH INSTRUCTIONS ............................................................................ 4 6.0 PACKING, MARKING AND SHIPMENT .......................................................... 4 7.0 INSURANCE ...................................................................................................... 4

8.0 INSPECTION ..................................................................................................... 5 9.0 INDEPENDENT SUPPLIER ............................................................................... 5 10.0 TAXES & DUITES ............................................................................................. 5 11.0 RECOVERY OF CUSTOM DUTY AND GOODS AND SERVICE TAX (GST) ... 7 12.0 CONTRACT PERFORMANCE BANK GUARANTEE (CPBG): ........................ 7

13.0 PAYMENT TERMS ............................................................................................ 7 14.0 DEDUCTION AT SOURCE ................................................................................ 8

15.0 LIMITATION OF LIABILITY ............................................................................... 8 16.0 STATUTORY APPROVAL ................................................................................ 8 17.0 FINANCIAL DETERRENT FOR VIOLATION OF HSE (applicable only for

case where Site work is involved) .................................................................. 8

18.0 LIEN ................................................................................................................... 8 19.0 Ocean Freight charges (For Foreign bidders) ............................................... 8

20.0 SINGLE ORDER ................................................................................................ 9 21.0 Deleted. ............................................................................................................. 9 22.0 SETTLEMENT OF DISPUTE BETWEEN GOVT. DEPT./ PUBLIC SECTOR

UNDERTAKINGS .............................................................................................. 9 23.0 INTEGRITY PACT / INDEPENDENT EXTERNAL MONITORS ........................ 9

24.0 FRAUDULENT PRACTICES ........................................................................... 10 25.0 INDEMNIFYING CLAUSE: .............................................................................. 10

26.0 EVALUATION CRITERIA FOR COMPARISON OF BIDS .............................. 10 27.0 Bid Rejection Criteria:.................................................................................... 10 EVALUATION CRITERIA FOR COMPARISON OF BIDS............................................. 11

EIL-A872 Page 3 of 12

SPECIAL PURCHASE CONDITIONS (SPC)

1.0 DEFINITIONS

1.1. In addition to meaning ascribed to certain capitalised terms in “General Purchase Conditions

(GPC)”, following initial capitalised terms shall have the meaning as ascribed to such term hereunder. In case any term defined hereunder is also defined in “GPC”, the meaning ascribed to such term hereunder shall prevail:

1.1.1. Definitions

RFQ Documents shall mean documents issued to the bidder

Effective Date shall mean the date on which Supplier’s obligations will commence and that will be date of Fax of Acceptance (FOA).

1.2. Interpretations

1.2.1. Where any portion of the GPC is repugnant to or at variance with any provisions of the SPC then, unless a different intention appears, the provisions of the SPC shall be deemed to govern the provisions of the GPC, and SPC provisions shall prevail to the extent of such repugnancy or variations exist.

1.2.2. In RFQ Documents unless otherwise stated specifically, the singular shall include the plural and vice versa wherever the context so requires.

1.2.3. Notwithstanding the sub-division of the RFQ Documents into separate sections and volumes every part of each shall be deemed to be supplementary to and complementary of every other part and shall be read with and into the Agreement so far as it may be practicable to do so.

1.2.4. All headings, subtitles and marginal notes to the clauses of the GPC, SPC or to the Specifications or to any other part of RFQ Document are solely for the purpose of giving a concise indication and not a summary of the contents thereof, and they shall never be deemed to be part thereof or be used in the interpretation or construction thereof.

1.2.5. The terms fully capitalized and/or initial capitalized shall be interchangeable and shall have the meaning as assigned to fully capitalized term or initial capitalised term.

1.2.6. Except the obligation of payment to Seller, Consultant may discharge all other Purchaser’s obligations. In RFQ documents at all such places where obligations are confined to Purchaser alone such provision to read as ‘Purchaser/Consultant’s’ obligation to the extent the context so means/ requires.

1.2.7. Throughout RFQ Document terms “Letter of Acceptance”, “Letter of Intent”, “Letter of Award”, “Fax of Acceptance” are synonymous.

2.0 SUPPLIER’S SCOPE

Supplier’s scope shall include (a) manufacturing of Items as per Material Requisition including Technical Specifications; (b) preparation of Quality Assurance / Quality control programme; (c) obtaining Consultant’s approval; (d) Inspection by Purchaser’s/Consultant/Agency Designated by Purchaser and obtaining Inspection Release Note; (e) obtaining despatch clearance; (f) Packing; and (g) Loading on truck/trailer and transportation upto site for Indian Bidder/ loading on ship at FOB/FCA port of exit including stowing and Ocean freight charges upto designated Port in India for foreign bidder.

3.0 BID VAILIDTY

3.1 The bid shall remain valid for acceptance for period mentioned in RFQ from the final bid due date. Owner/EIL shall reject a bid valid for a shorter period being non-responsive.

3.2 In exceptional circumstances, prior to expiry of the original bid validity period, the Owner/EIL may request that the bidder extend the period of validity for a specified additional period. The requests and the responses thereto shall be made in writing (by fax/post/e-mail).

3.3 The validity of recommended spares (If applicable as per MR) for 2 years normal operation and maintenance will be 12 months beyond the validity of bid.

EIL-A872 Page 4 of 12

4.0 DELIVERY SCHEDULE / COMPLETION PERIOD

4.1 All goods under the scope of the Supplier shall be delivered as per delivery schedule / completion period specified in Request for Quotation (RFQ) and no variation shall be permitted.

4.2 Failing to meet the delivery schedule / completion period will be subject to Price Reduction and/or other remedies available to the Purchaser in RFQ Documents.

4.3 Price Reduction Schedule (PRS) shall be applicable as per Clause 20 of GPC subject to condition that the contractual delivery/completion date shall be reckoned from the date of Fax of Acceptance in all cases.

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

4.5 For Indian Bidder, date of LR/GR shall be considered as date of delivery or date of receipt of material at site shall be the date of delivery as specified in RFQ Cover Letter /Fax of acceptance/Purchase Order. For Foreign Bidder, date of clean Bill of Lading /Airway Bill shall be considered as date of Delivery.

5.0 DESPATCH INSTRUCTIONS

5.1 Supplier shall obtain despatch clearance from the purchaser prior to despatch.

5.2 Following despatch documents are required to be submitted by the Supplier immediately after shipment is made.

Commercial Invoice

Dispatch instructions/ clearance by Purchaser/Consultant.

Inspection Release Note by Purchaser / Consultant.

LR/ GR / Clean Bill of Lading/Airway Bill.

Packing List

Test Certificates (NDT reports, MTC, etc. as per MR)

Certificate of Measurement and Weight

List of documents as specified in Vendor Data Requirement in Material Requisition & counter signed & stamped by Purchaser / Consultant.

In addition to above documents in case of Foreign Bidder following documents are also required to be submitted ETA Haldia Seaport /Airport (In case of CFR/CPT Contract)

Documents pertaining to ocean/air freight (In case of CFR/CPT Contract)

Country of origin certificate

6.0 PACKING, MARKING AND SHIPMENT

6.1 The Supplier wherever applicable shall after proper painting, pack and crate all goods for sea/road/rail transportation in such a manner so as to protect it from damage and deterioration. The Supplier shall be held responsible for all damages due to improper packing. The Supplier shall ensure sizing or packing of all oversized consignments in such a way that availability of carrier and/or road/rail route is properly taken into consideration.

6.2 Supplier shall comply with the Packing, Marking and Shipping Instructions as in respective documents given as part of RFQ Document.

7.0 INSURANCE

7.1 For cases where only supply is involved and where divisible scope of supply and site work with separate delivery /completion period for respective scope of work is specified, Transit insurance, marine insurance and comprehensive (transit cum marine, storage, erection, till handing over of equipment) insurance, as applicable shall be excluded from the supplier’s scope and, the same shall be arranged by the owner.

EIL-A872 Page 5 of 12

7.2 For purchases involving indivisible/turnkey works where single time schedule of completion is specified, the comprehensive (transit cum marine, storage, erection, till handing over of equipment) insurance shall be in the scope of supplier/contractor.

7.3 However, the insurance required under prevailing Indian laws for Contractor’s personnel, equipment as well as Third Party Insurance shall be arranged by Contractor.

8.0 INSPECTION

8.1 Inspection of Imported Items against orders on Foreign Suppliers shall be carried out by EIL. No additional charges shall be payable to seller on account of the same. In the case of a foreign supplier sourcing items from India, the inspection shall be carried out by EIL, no additional charges shall be payable to seller on account of the same.

8.2 Inspection of items supplied by Indian bidders shall be in the scope of EIL. In case Indian party sourcing materials from abroad, the bidder shall arrange inspection through EIL, if required.

8.3 Travel, Living and Personnel expenses of EIL’s Representative shall be borne by the Owner.

9.0 INDEPENDENT SUPPLIER

It is expressly understood and agreed that Supplier is an independent party and that neither the Supplier/ its personnel are servants, agents or employees of Purchaser/ Consultant nor the Supplier has any kind of interest in other Suppliers.

10.0 TAXES & DUITES

10.1 IMPORT DUTIES (Applicable only for Indian Bidder):

Quoted Price shall be inclusive of Import Duties on the import content if any in the supply. Bidder to indicate CIF value of the import content and applicable merit rate of Import Duties on the import content in the Price Schedule / Annexure-1 to Agreed Terms and Condition. Statutory variation on Import Duties within the 2/3rd of contractual delivery period shall be to Owner’s account against submission of the documentary evidence and shall be given as per CIF value and applicable merit rate of import duties indicated by the bidder in their offer. Any increase in the rate of Import Duties on CIF value beyond the 2/3rd of contractual completion period shall be to bidder’s account. Any decrease in the rate of Import Duties on CIF shall be passed on to the Owner.

Owner shall not issue Project Authority Certificate (PAC) / Import License to the Suppliers.

10.2 GOODS AND SERVICES TAX:

10.2.1 “GST” shall mean Goods and Services Tax charged on the supply of material(s) and services. The term “GST” shall be construed to include the Integrated Goods and Services Tax (hereinafter referred to as “IGST”) or Central Goods and Services Tax (hereinafter referred to as “CGST”) or State Goods and Services Tax (hereinafter referred to as “SGST”) or Union Territory Goods and Services Tax (hereinafter referred to as “UTGST”) depending upon the import / interstate or intrastate supplies, as the case may be. It shall also mean GST compensation Cess, if applicable.

10.2.2 The quoted price shall be deemed to be inclusive of all taxes and duties except “Goods and Services Tax” (hereinafter called GST) (i.e. IGST or CGST and SGST/UTGST applicable in case of interstate supply or intra state supply respectively and GST compensation Cess if applicable).

10.2.3 Contractor/vendor shall be required to issue tax invoice in accordance with GST Act and/or Rules so that input credit can be availed by EIL/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 thereunder, EIL / Client shall not be liable to make any payment on account of GST against such invoice.

10.2.4 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, EIL shall withhold the payment of GST.

10.2.5 GST payable under reverse charge for specified services or goods under GST act or rules, if any, shall not be paid to the contractor/vendor but will be directly deposited to the government by EIL/Client.

EIL-A872 Page 6 of 12

10.2.6 Where EIL/client has the obligation to discharge GST liability under reverse charge mechanism and EIL/client has paid or is /liable to pay GST to the Government on which interest or penalties becomes payable as per GST laws for any reason which is not attributable to EIL/client or ITC with respect to such payments is not available to EIL/client for any reason which is not attributable to EIL/client, then EIL/client shall be entitled to deduct/ setoff / recover such amounts against any amounts paid or payable by EIL/Client to Contractor / Supplier.

10.2.7 The Supplier shall always comply with the requirements of applicable laws and provide necessary documents as prescribed under the Rules & Regulations, as applicable from time to time. In particular, if any tax credit, refund or other benefit is denied or delayed to EIL / Project Owner due to any non-compliance / delayed compliance by the Supplier under the Goods & Service Tax Act (such as failure to upload the details of the sale on the GSTN portal, failure to pay GST to the Government) or due to non-furnishing or furnishing of incorrect or incomplete documents by the Supplier, the Supplier shall be liable to reimburse EIL / Project Owner for all such losses and other consequences including, but not limited to the tax loss, interest and penalty.

10.2.8 Notwithstanding anything contained anywhere in the Agreement, in the event that the input tax credit of the GST charged by the Contractor / Vendor is denied by the tax authorities to EIL / Client for reasons attributable to Contractor / Vendor, EIL / client shall be entitled to recover such amount from the Contractor / Vendor by way of adjustment from the next invoice. In addition to the amount of GST, EIL / client shall also be entitled to recover interest at the rate prescribed under GST Act and penalty, in case any penalty is imposed by the tax authorities on EIL / Project Owner.

10.2.9 TDS under GST, if applicable, shall be deducted 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.

10.2.10 The Contractor will be under obligation for charging correct rate of tax as prescribed under the respective tax laws. Further the Contractor shall avail and pass on benefits of all exemptions/ concessions available under tax laws.

10.2.11 The contractor will be liable to ensure to have registered with the respective tax authorities and to submit self-attested copy of such registration certificate(s) and the Contractor will be responsible for procurement of material in its own registration (GSTIN) and also to issue its own Road Permit/ E-way Bill, if applicable etc.

10.2.12 In case the bidder is covered under Composition Scheme under GST laws, then bidder should quote the price inclusive of the GST (CGST & SGST/UTGST or IGST). Further, such bidder should mention “Cover under composition system” in column for GST (CGST & SGST/UTGST or IGST) of price schedule.

10.2.13 EIL/client will prefer to deal with registered supplier of goods/ services under GST. Therefore, bidders are requested to get themselves registered under GST, if not registered yet. However, in case any unregistered bidder is submitting their bid, their prices will be loaded with applicable GST while evaluation of bid. Where EIL/client is entitled for input credit of GST, the same will be considered for evaluation of bid as per evaluation methodology of tender document.

10.2.14 GST ( Goods & Service Tax ) on Freight:

Quoted Prices shall exclusive of GST (Goods & Service Tax). GST ( Goods & Service Tax ) as billed by the Supplier shall be payable at actuals by EIL/OWNER subject to supplier furnishing the Proper tax invoice as per GST ( Goods & Service Tax ) rule to enable EIL/OWNER to take input tax credit ( if any ) on GST ( Goods & Service Tax ).

10.2.15 GST ( Goods & Service Tax ) on services like supervision, training, AMC, Hazop Study etc

Quoted Prices shall exclusive of GST (Goods & Service Tax). GST ( Goods & Service Tax ) as billed by the Supplier shall be payable at actuals by EIL/OWNER subject to supplier furnishing the Proper tax invoice as per GST ( Goods & Service Tax ) rule to enable EIL/OWNER to take input tax credit ( if any ) on GST ( Goods & Service Tax ).

10.2.16 GST ( Goods & Service Tax ) on Site Work etc

Quoted Prices shall exclusive of GST (Goods & Service Tax). GST ( Goods & Service Tax ) as billed by the Supplier shall be payable at actuals by EIL/OWNER subject to supplier furnishing the Proper tax invoice as per GST ( Goods & Service Tax ) rule to enable EIL/OWNER to take input tax credit ( if any ) on GST ( Goods & Service Tax ).

EIL-A872 Page 7 of 12

10.3 SUPERVISION / TRAINING CHARGES:

Quoted Supervision / Training Charges shall be exclusive of applicable Goods and Service Tax (GST). Indian Bidder to indicate applicable rate of Goods and Service Tax (GST) on Supervision / Training Charges in Price Schedule.

For Foreign Bidder GOODS AND SERVICE TAX (GST) on Supervision / Training Charges shall be paid by the Owner directly.

10.4 SITE WORK:

Quoted Site Work Prices shall be exclusive of applicable Goods and Service Tax (GST). Bidder to indicate applicable rate of Goods and Service Tax (GST) on Site Work Charges in Price Schedule.

For cases where only supply is involved and where divisible scope of supply and site work with separate delivery /completion period for respective scope of work is specified, Bidder to quote their rates exclusive of Goods and Service Tax (GST) at applicable rate.

10.5 ADDITIONAL TAXES & DUTIES (Applicable for Indian Bidder)

Within the contractual delivery period, if any new taxes and/or duties come into force the same will be reimbursed to bidder against documentary evidence. However any new or additional taxes/ duties imposed after contractual delivery shall be to Vendor’s account.

10.6 Cenvat /input tax credit on customs duty is not available to BPCL. However, vendor shall provide cenvatable documents to avail cenvat credit if applicable.

10.7 In case of Foreign Bidder quoted FOB Prices shall be inclusive of all charges inclusive of all applicable taxes & duties, applicable upto FOB International Port of Exit.

10.8 All necessary taxes & duties registration, if required for carrying out the site activities shall be done by the supplier and cost towards the same shall be included in quoted prices.

10.9 Any Statutory variation in Goods and Service Tax, within the contractual delivery date, shall be on owner’s account, against submission of documentary evidence. However, in case of delay in delivery beyond the contractual date, for reasons attributable to seller, any increase in these rates shall be borne by seller, whereas any decrease shall be passed on to the owner

10.10 Further, in case of delay in delivery, due to reasons attributable to seller, any new or additional taxes, duties or levies imposed after the contractual delivery date shall be on seller’s account.

10.11 For the purpose of applicability of statutory variations on taxes and duties (including imposition of any new taxes/duties/levies, etc.) under above terms, each staggered delivery of lots (due in a specific month as per delivery schedule for bulk items) shall be considered as delivery date for the respective lot(s).

11.0 RECOVERY OF CUSTOM DUTY AND GOODS AND SERVICE TAX (GST)

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

12.0 CONTRACT PERFORMANCE BANK GUARANTEE (CPBG):

12.1 Contract Performance Bank Guarantee (CPBG) for 10% of total order value shall be furnished by successful vendors in format attached with GPC for order value above INR 10 Lakh (or equivalent foreign currency) for Limited enquiries, however, CPBG shall be required for all orders irrespective of value for Press enquiries.

12.2 Contract Performance Bank Guarantee (CPBG) shall be furnished by successful vendor within 15 days from the date of Fax of Acceptance.

13.0 PAYMENT TERMS

In partial modification of the payment terms as mentioned in the General Purchase Conditions, the payment terms shall be applicable as per attached Annexure-I to this SPC.

EIL-A872 Page 8 of 12

14.0 DEDUCTION AT SOURCE

14.1 Purchaser will release the payment to the Supplier after effecting deductions as per applicable laws in force.

14.2 Purchaser will release payments to the Supplier after offsetting all dues to the Purchaser payable by the Supplier under the Contract.

15.0 LIMITATION OF LIABILITY

Notwithstanding anything contrary contained herein, the aggregate total liability of Supplier under the Contract or otherwise shall be limited to 100% of contract value. However, neither party shall be liable to the other party for any indirect and consequential damages, loss of profits or loss of production.

16.0 STATUTORY APPROVAL

Approval from any authority (i.e. Inspector of Boiler, Electrical Inspector etc.) required as per

statutory rules and regulations of Central / State Government shall be the responsibility of

supplier and the quoted prices shall be inclusive of the same.

The application on behalf of the OWNER for submission to relevant authorities along with

copies of required certificate complete in all respects shall be prepared and submitted by the

supplier well ahead of time so that the actual construction / commissioning of the work is not

delayed for want of the approval / inspection by concerned authorities. The supplier shall

arrange the inspection of the works by the authorities and necessary coordination and liaison

work in this respect shall be the responsibility of the supplier. Reimbursement by the OWNER

of the statutory fees payable by supplier (as per advance approval of OWNER) may be

provided for, subject to submission of receipt.

The supplier shall carry out any change / addition required to meet the requirements of the

statutory authorities, within the quoted rates. The inspection and acceptance of the work by

statutory authorities shall be the responsibility of the supplier.

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

17.0 FINANCIAL DETERRENT FOR VIOLATION OF HSE (applicable only for case where Site work is involved)

The financial deterrent/ penalty for violation of HSE mentioned elsewhere in the RFQ documents shall be applicable for all case involving Site work.

18.0 LIEN

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

19.0 Ocean Freight charges (For Foreign bidders)

19.1 Order shall be on CFR port of entry in India basis, wherein the ocean transportation from FOB Port of Exit to the designated Indian Port shall be arranged by the bidders. 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 Owner’s nominated Customs House Agent for smooth discharge/delivery of the cargo at the Port of arrival.

19.2 Quoted prices shall be on FOB Port of Exit basis and separate price for Ocean Freight transportation charges shall be quoted. Quoted Ocean freight charges for Break Bulk cargo delivery shall be on FLT (Full Line Terms), i.e., all charges at destination port shall

EIL-A872 Page 9 of 12

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

19.3 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 bidder’s account.

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

20.0 SINGLE ORDER

20.1 A single order, covering the entire scope of work (including supplies and site work/services, as applicable), shall be placed. Split ordering will not be permitted. Complete responsibility shall be taken by main bidder on single point responsibility basis.

20.2 In case, a foreign supplier requests for a separate order on his Indian sub-supplier, the same shall not be accepted. However, 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 and corresponding price along with freight, Taxes & Duties, in Indian Rupees shall be clearly spelt out in the purchase order on foreign supplier. “C” form shall be issued to Indian sub-suppliers.

20.3 Further, obligation of Contract Performance Bank Guarantee & Price Reduction Schedule for complete package shall always be in scope of foreign (principal) Bidder.

20.4 For any liability of Seller (Foreign principal), total order value shall include value of components (Supplies/Services) sourced from India.

21.0 Deleted.

22.0 SETTLEMENT OF DISPUTE BETWEEN GOVT. DEPT./ PUBLIC SECTOR UNDERTAKINGS

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

23.0 INTEGRITY PACT / INDEPENDENT EXTERNAL MONITORS

23.1 Integrity Pact shall be applicable if specified in RFQ documents.

23.2 Proforma of Integrity Pact (IP) attached shall be returned by the Bidder/s along with the bid documents, duly signed by the same signatory who is authorized to sign the bid documents. All the pages of the Integrity Pact shall be duly signed. Bidder's failure to submit the IP duly signed shall result in the bid not being considered for further evaluation.

23.3 Bidders may raise disputes/complaints, if any, with the nominated Independent External Monitor, mentioned below:

Mr. Shantanu Consul No.9 MCHS (IAS officers colony), 16th Main (IAS officers colony), BTM 2nd stage, Bangalore-560076 Mobile No.: 09740069318 [email protected]

EIL-A872 Page 10 of 12

24.0 FRAUDULENT PRACTICES

24.1 The OWNER requires that Bidders/Vendors/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.

24.2 The OWNER will reject a bid for award if it determines that the bidder recommended for award has engaged in fraudulent practices in competing for the Contract in question.

Bidder is required to furnish the complete and correct information/ documents required for evaluation of their bids, if the information/ documents forming basis of evaluation is found to be false/ forged, the same shall be considered adequate ground for rejection of bids and forfeiture of Earnest Money Deposit.

24.3 In case, the information/ document furnished by the Bidder/vendor/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/Vendor/ Contractor without any prejudice to other rights available to OWNER under the contract such as forfeiture of PBG/CPBG, withholding of payment etc.

24.4 In case, this issue of submission of false document comes to the notice after execution of work, OWNER shall have full right to forfeit any amount due to the Bidder/Vendor/Contractor along with forfeiture of PBG/Security Deposit furnished by the Bidder/Vendor/Contractor.

24.5 Further, such Bidder/Vendor/ Contractor shall be put on Blacklist/ Holiday/Negative List of OWNER debarring them from future business with OWNER and EIL for a time period, as per the prevailing policy of OWNER and EIL.

25.0 INDEMNIFYING CLAUSE:

“Any loss or non-availability of input tax credit by the OWNER due to non-compliance of applicable tax laws including but not limited to GST laws in force or otherwise, on the part of VENDOR, an amount equivalent to the liability accruing to the OWNER to the extent of such loss or non-availability of credit or liability accrued shall either stand cancelled or deducted from payment due to the VENDOR or shall be reimbursed from the VENDOR till such default is either rectified or made good by the VENDOR and the OWNER is satisfied that it is in a position to claim valid input tax credit within the time-lines as per applicable laws.

Any cost, liability, dues, penalty, fees, interest as the case may be which accrues to the OWNER at any point of time on account of non-compliance of applicable tax laws or rules or regulations thereof or otherwise due to default on the part of VENDOR shall be borne by the VENDOR. An amount equivalent to such cost, liability, dues, penalty, fees, interest as the case may be shall be reimbursed by the VENDOR within ____ days. Any GST as may be applicable on such recovery of amount shall also be borne by VENDOR and same shall be collected by the OWNER.”

26.0 EVALUATION CRITERIA FOR COMPARISON OF BIDS

Evaluation criteria for comparison of bids shall be as per Annexure-II enclosed.

27.0 Bid Rejection Criteria: The bidders shall adhere to the provisions of the Bidding Document without taking any deviations. In case a bidder retains any deviations to the provisions even after techno-commercial clarifications, the Bid shall be considered to be non-responsive and shall be rejected.

EIL-A872 Page 11 of 12

ANNEXURE-II

EVALUATION CRITERIA FOR COMPARISON OF BIDS

1.1. Where only Indian Bids are under comparison

• Bids shall be evaluated on the basis of net effective price, i.e., landed cost at Site

inclusive of transportation charges and all applicable Goods and Service Tax (GST)etc.

1.2. Where only Foreign Bids are under comparison

• Bids shall be evaluated on CFR basis. In case of pipes wherever the supplier has not indicated stowage charges, the FOB price shall be loaded @ 10% of the bidder’s quoted ocean freight.

• Safeguard duty as applicable as on contractual delivery date as per policy of Government of India shall be considered for evaluation. For the purpose of evaluation, the contractual delivery date shall be established considering delivery period plus (1) one month from the date of priced bid opening

• Comparison shall be done on equivalent Indian Rupees considering RBI reference rate of foreign exchange published on the day of opening of the Price Bids. In case RBI holiday on date of Priced Bid Opening, exchange rates published on immediate preceding day shall be considered.

1.3. Where Indian as well as Foreign Bids are under comparison

Domestic Bidders:

• Bids shall be evaluated on the basis of net effective price, i.e., landed cost at Site

inclusive of transportation charges and all applicable Goods and Service Tax (GST)etc

Foreign Bidders:

• Bids shall be evaluated on the basis of landed cost at Site, considering the following.

a) F.O.B./FCA price quoted by the bidder

b) Ocean/Air freight as quoted by the bidder

c) Marine insurance @ 1% of FOB Value

d) Prevailing merit rate of Customs duty calculated with Landing Charges @1 %

of CIF Value and Goods and Service tax applicable on imports.

e) Port handling charges @ 2% of CIF value

f) Inland freight charges from Port of entry in India to project site(s) @ 1% of landed

cost at Port of Entry,i.e., sl.no.(a)to(e)

g) In case of pipes, where the supplier has not indicated stowage charges, the price

shall be loaded @10% of the bidder’s quoted ocean freight.

h) LC charges@1%ofFOB

i) Safeguard duty as applicable

• Comparison shall be done on equivalent Indian Rupees considering RBI reference rate of foreign exchange published on the day of opening of the Price Bids. In case RBI holiday on date of Priced Bid Opening, exchange rates published on immediate preceding day shall be considered.

1.4. Cost of Mandatory (Insurance) spares if identified in the Material Requisition, commissioning spares and special tools and tackles will be included for price evaluation of bids, but costs of Spares for two years normal operation and maintenance shall be excluded.

EIL-A872 Page 12 of 12

1.5. Bidder (Indian/Foreign) shall quote firm freight charges as per price schedule format/ Agreed Terms & Condition. If a vendor does not quote freight charges bidder shall be asked to absorb the same without any reservation failing which his bid shall be rejected

1.6. Wherever the bidder is required to quote any specific charges as per the scope of Material Requisition including charges towards site work, supervision charges, PWAMC charges, charges towards custom clearance and any other charges, the same shall be added to arrive at the landed cost at site as per the provisions of RFQ document .

1.7. Per Diem rates for supervision, Hazop, Training services etc.:

a) If a vendor does not mention any thing about per diem charges and have not quoted per Diem charges for any of the services, bidder shall be asked to absorb the same (for total number of days for which the services considered for evaluation) without any reservation failing which his bid shall be rejected.

b) In such a case, since the per diem services may increase beyond the number of days specified in the enquiry document, lowest quoted per diem charges (for respective services) by other bidders (Prices quoted by other Indian bidder for order on Indian bidder and prices quoted by other Foreign bidder in case of order on Foreign bidder) shall be taken for negotiation with the bidder, which shall be applicable beyond number of days specified in the enquiry document.

1.8. Any differential in taxes and duties will be cost loaded on case to case basis. However, if a vendor does not quote for taxes and duties in their offer or the vendor 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 as on the date of Priced bid opening.

1.9. Cost of loading towards Technical Parameters (Utilities etc.) wherever applicable shall be carried out.

1.10. Input tax credit shall not be considered for evaluation.

1.10.1. In case the bidder is covered under Composition Scheme under GST laws, then bidder should quote the price inclusive of the GST (CGST & SGST/UTGST or IGST). Further, such bidder should mention “Cover under composition system” in column for GST (CGST & SGST/UTGST or IGST) of price schedule. In such circumstances loading on account of GST shall not be applicable.

Page 1 of 10

Annexure-I to SPC

Job No: A872

PAYMENT TERMS

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 EIL

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, 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 drawing/doc approval not required) against despatch documents

(along with copy of LR/GR and IRN) directly to EIL 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 drawing/doc approval not required) against despatch documents

(along with copy of LR/GR and IRN) directly to EIL 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.

Page 2 of 10

Annexure-I to SPC

Job No: A872

- 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):

- 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 EIL

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:

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:

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.

Page 3 of 10

Annexure-I to SPC

Job No: A872

- 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 EIL

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

Major Raw Material for payment against placement of orders:

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:

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

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 EIL/Client by sub-vendor along with

Insurance policy with the Client as beneficiary to cover all risks during transit and

Page 4 of 10

Annexure-I to SPC

Job No: A872

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 EIL 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).

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 EIL/OWNER, as per

Page 5 of 10

Annexure-I to SPC

Job No: A872

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% 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

- 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% 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)

- 5% 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.

Page 6 of 10

Annexure-I to SPC

Job No: A872

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% 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% 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:

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:

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)

- 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

Page 7 of 10

Annexure-I to SPC

Job No: A872

equivalent amount.

- 55% 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.

- 10% on completion of site work through wire transfer

Major Raw Material for payment against placement of orders:

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:

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:

- 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.

Page 8 of 10

Annexure-I to SPC

Job No: A872

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):

- 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 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:

o 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 (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

Page 9 of 10

Annexure-I to SPC

Job No: A872

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 :

(i) 1ST Milestone payment shall be released only after receipt of CPBG (wherever

applicable) and manufacturing schedule (in template available on eDMS portal).

(ii) Prorata payments shall be applicable on dispatch of equipment. In case of equipment,

prorate shall not be on part of equipment.

(iii) 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

Cenvatable/Duplicate Copy of Excise Invoice / vattable documents (wherever

applicable).

(iv) Payment to indigenous SUPPLIERs shall be released through Electronic Clearing

System (ECS) and to foreign SUPPLIERs, payments other than against shipping

documents, i.e., for Site Work and Supervision/Training etc. shall be through wire

transfer.

(v) Status of bills after submission can be viewed on our website

http://www.engineersindia.com .

(vi) Irrevocable Letter of credit shall be acceptable from foreign Suppliers in place of

Advance Bank Guarantee as well as Contract cum Performance Bank Guarantee.

(vii) 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 within 45 days of receipt of acknowledgement

of FOA/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.

(viii) 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.

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

(x) Supplier shall submit Billing Schedule within three weeks after placement of FOA/PO

(whichever is issued earlier) for EIL/OWNER’s approval (wherever applicable).

Suppliers requiring multiple despatches will restrict the number of despatches to

maximum three, unless agreed otherwise by Project Manager.

(xi) 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.

Page 10 of 10

Annexure-I to SPC

Job No: A872

(xii) 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.

(xiii) 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.

(xiv) Certification for placement of sub-order and/or identification of major raw material, in

the above payment terms, shall be carried out by EIL/TPI agency, as applicable.

EIL-ATC (I)-A872 Rev. 1 Page 1 of 7

BHARAT PETROLEUM CORPORATION LIMITED (Job No. A872)

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

Vendor Name: M/s

RFQ No. :

Vendor’s Offer Ref No. :

Tel. No. __ Mob. No. Fax No.

Contact Person: E-mail

1. ALL CORRESPONDENCE MUST BE IN ENGLISH LANGUAGE ONLY.

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

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

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

4. FAILURE ON THE PART OF VENDOR IN SUBMITTING THIS DULY FILLED-UP "QUESTIONNAIRE WITH UNPRICED BID AND/OR UPLOADING / SUBMITTING INCOMPLETE REPLIES MAY LEAD TO REJECTION OF VENDOR'S QUOTATION”.

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

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

SL. NO.

DESCRIPTION VENDOR’S CONFIRMATION

1. i)

ii)

Quoted supply prices are on FOT Dispatch Point bas is inclusive of Packing & Forwarding.

Confirmed

Specify Dispatch Point

----------------------- 2.

a)

b)

c)

Transportation: Confirm that Transportation upto site shall be arranged by the Supplier on behalf of the Owner.

Confirm firm transportation charges exclusive of Goods and Service Tax (GST), upto project site, have been quoted separately in Price Schedule.

Percentage of Service Tax as applicable extra on Freight

a. Confirmed

b. Confirmed, Quoted in Price Schedule

c. Refer Annexure-A to ATC

3.

Transit Insurance shall be arranged by the client & charges of the same shall also be borne by client.

For LSTK Packages, the comprehensive insurance (transit cum storage, erection, till handing over of equipment) shall be in the scope of Contractor.

Confirmed

EIL-ATC (I)-A872 Rev. 1 Page 2 of 7

SL. NO.

DESCRIPTION VENDOR’S CONFIRMATION

4. Any new or additional taxes/ duties and any increase in the existing taxes/duties imposed after contractual completion period shall be to Vendor’s account whereas any corresponding decrease in the existing taxes/ duties shall be passed on to the Owner.

Confirmed

5. Spares Parts:

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

i) Mandatory Spares are included/quoted as per MR.

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

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

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

v) Confirm validity of recommended spares (if applicable as per MR) for 2 years operation and maintenance will be 12 months over and above the validity of offer.

Confirmed

Confirmed (if Applicable as per MR)

Confirmed (if Applicable as per MR)

Confirmed (if Applicable as per MR)

Confirmed (if Applicable as per MR)

Confirmed (if Applicable as per MR)

6.

a.

b.

c.

e.

Supervision / Participation in Hazop Study / #3D Modelling/Training Charges:

Charges for Supervision / Participation in Hazop Study / Training/ 3D Modeling, if in the scope of the Bidder as per MR have been indicated by bidder separately in the Price Schedule.

Percentage of Goods and Service Tax (GST) as applicable extra on Supervision / Participation in Hazop Study/ Training/ 3D Modelling.

Rate for supervision has been quoted in accordance with the Terms & Conditions for Supervision enclosed with the RFQ Documents. Where erection/ testing/ commissioning supervision, commissioning assistance is required as per RFQ Documents / Material requisition, penalty for non-mobilization/delay in mobilization as per order shall be applicable. The penalty shall generally be 1.5 times the per diem rate for each day of delay of reporting to site and shall be in addition to price reduction for delayed delivery.

Confirmed, Quoted in Price Schedule

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

Confirmed

Noted & Confirmed

EIL-ATC (I)-A872 Rev. 1 Page 3 of 7

SL. NO.

DESCRIPTION VENDOR’S CONFIRMATION

f.

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

Noted & Confirmed

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

Confirmed

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

deliveries / completion as specified in GPC/ SPC/ RFQ Cover sheet. Liquidated damages or penalty are not acceptable.

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

a. Confirmed

b. Confirmed

9. Delivery / Completion Period: Please confirm completion period as specified in the RFQ Document.

Confirmed

10 Payment Term: Confirm acceptance of “Payment Terms” as per respective clause given in RFQ Cover Letter & SPC.

Confirmed

11 Part Order: a) Confirmed acceptance to Part Order (As per MR / RFQ

Requirement). b) The quantities against a particular item will not be split.

Any charges quoted extra as lumpsum shall be applicable prorata on value basis in the event of part order.

a. Confirmed.

b. Confirmed

12 Repeat Order: Confirm Acceptance to Repeat Order as per RFQ Covering Letter / SPC / GPC.

Confirmed

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

Performance Bank Guarantee (CPBG) for 10% of total contract value valid till full g u a r a n t e e period plus three months claim period.

b) The Contract Performance Bank Guarantee shall be strictly as per proforma enclosed with GPC document.

a. Confirmed

b. Confirmed

EIL-ATC (I)-A872 Rev. 1 Page 4 of 7

SL. NO.

DESCRIPTION VENDOR’S CONFIRMATION

14. Guarantee / Warranty Confirm acceptance to Guarantee / Warranty clause as mentioned in the RFQ Covering Letter / GPC/ SPC.

Confirmed

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

Confirmed

16.

a.

b.

c.

d.

Testing and Inspection charges: i) Inspection of items / equipment order by BPCL shall be

carried out by EIL. Bought out components/raw materials shall also be in the scope of EIL. Travel, Boarding & Lodging charges of EIL personnel shall be borne and paid by Owner.

Quoted prices are: i) Inclusive of all testing and inspection charges (if applicable)

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

required in the Material Requisition. iii) Inclusive of all statutory certification charges PESO/CCOE

etc. (if applicable) as required in the Material Requisition Is your shop approved by IBR/CCE authority, if yes, indicate validity.

Inspection for Bought-out Items as well as for the main equipment shall be done by EIL. Prices Towards same shall be borne by Owner and not to be included in the Equipment Prices.

a. Confirmed

b. Confirmed

i) Confirmed

ii) Confirmed

c. i. IBR _(Validity Date) ii. CCE _(Validity Date)

d. Confirmed

17 Import Content: a) If your offer is based on certain imported raw materials

required for equipments/ materials offered, please specify the following :

b) Confirm that quoted prices are based on Merit rate

of Customs duty, , Customs Educational Cess and Goods and Service Tax (GST)as applicable.

c) Indicate rate of Import Duties considered and included in

the quoted prices. d) Indicate br ie f d e s c r i p t i o n / spec i f icat ion wi th

i t e m i ze d CIF value and country of origin of imported material.

e) Indicate classification with tariff no. under which Vendor

intends to import. f) Confirm prices shall be firm on account of variation in

foreign exchange rate. g) Owner shall not provide any import license.

a. Confirmed

b. Refer Price Schedule

c. Refer Price Schedule

d. Refer Price Schedule

e. Confirmed

f. Noted

g. Confirmed

EIL-ATC (I)-A872 Rev. 1 Page 5 of 7

SL. NO.

DESCRIPTION VENDOR’S CONFIRMATION

h) Any upward variation due to change in Customs Duty

classifications shall be absorbed by the vendor. However, any reduction in customs duty due to change in classification shall be passed on to Owner.

i) Statutory variations, if any, in the rate of Import Duties

upto 2/3rd contractual delivery period shall be to Owner’s account.

j) Any increase in price due to increase in the rate of Import

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

k) The CIF Value(s) indicated by the vendor shall be

deemed to be the maximum value(s) for the purpose of payment of variation in custom duty and/or other statutory variations, if any, thereon.

l) Variation in price due to Customs duty rate will be dealt

separately after receipt of material at site, against documentary evidence.

h. Confirmed

i. Confirmed

j. Confirmed

k. Confirmed

l. Confirmed

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

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

i) Instruction to Bidders (ITB)

ii) Special Purchase Condition (SPC)

iii) General Purchase Conditions (GPC)

iv) Terms & Conditions of Site work / HSE

v) Compliance to E-Tendering Instructions

vi) Addendum / Corrigendum / Amendments, if any

vii) RFQ Covering Letter

viii) Terms & Condition of Supervision/ Training Any deviation to Terms & Conditions shall lead to rejection of offer, except deviations for which loading is defined in the RFQ Documents.

Confirmed

Confirmed

Confirmed

Confirmed (if Applicable as per MR)

Confirmed

Confirmed

Confirmed Confirmed (if Applicable as per MR) Noted

EIL-ATC (I)-A872 Rev. 1 Page 6 of 7

SL. NO.

DESCRIPTION VENDOR’S CONFIRMATION

19. Whether any of the Directors of Bidder is a relative of any Director of Owner/EIL or the Bidder is a firm in which any Director of Owner/EIL or his relative is a Partner or the Bidder is a private company in which any director of Owner/EIL is a member or Director.

Confirmed No relation

20. If the bidder / bidder’s proposed subcontractor are on Holiday/Negative list of OWNER or EIL or MOP & NG or other Oil PSE on due date of submission of bid/ during the process of evaluation of the bids, the offers of such bidder(s) 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

Confirmed

21.

21.1

21.2

Please confirm you have uploaded the following in the E- Tendering Portal:

UNPRICED OFFER- without any Deviations & ATC in Unpriced Folder

PRICED FOLDER-Duly filled Price Schedule

Confirmed

Confirmed

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

Confirmed

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

Confirmed

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

Confirmed

25. Confirm that Net worth of the bidder’ company is positive as per the immediate preceding year’s audited annual financial results and the Immediate preceding year’s audited annual financial results have been submitted along with unpriced bid.

Confirmed

26. Bidder to confirm the validity of Bid as per RFQ covering letter.

Confirmed

VENDOR’S NAME:

SIGNATURE & SEAL:

EIL-ATC (I)-A872 Rev. 1 Page 7 of 7

ANNEXURE-A

TO AGREED TERMS & CONDITIONS (FOR INDIAN BIDDERS)

SIGNATURE & SEAL:

BIDDER NAME:

OFFER NO.:

Bidder to furnish the below details & submit the same along with Unprice offer.

1. Despatch Point ----------------------------------

2.

Freight charges Extra Upto Project Site (excluding Goods and Service Tax (GST))

(Bidder to indicate freight charges here only in case not

quoted in Price Schedule)

Quoted in Price Schedule

3. Goods and Service Tax (GST) on Freight charges Extra________%

4. GST Registration Number _____________

5. HSN/SAC Code for Goods/Services ______________

6. Applicable rate of IGST on Interstate Supply

Extra------------------------ %

7.

Applicable rate of CGST & SGST/ UTGST on Intrastate Supply

In case of Intrastate supply,

rate of IGST mentioned above at 6 shall be divided

into CGST & SGST/ UTGST equally for evaluation and

ordering

8.

Whether bidder is registered under Composition Scheme under GST Laws

(In case, bidder does not indicate Yes or No, it will be assumed that bidder is not registered under composition scheme under GST Law)

Yes

No

9.

Goods and Service Tax (GST) on Site Work/Supervision/participation in HAZOP Study/Training/3D Modelling, if applicable

Extra------------------------ %

Note: In case bidder doesn’t furnish any of above details, his offer shall be evaluated as per

provisions of Bidding Document.

1

Bharat Petroleum Corporation Limited

General Purchase Conditions

The following conditions shall be applicable for all procurement unless specifically

mentioned in the Special Purchase Conditions.

INDEX

1. DEFINITIONS

2. REFERENCE FOR DOCUMENTATION

3. RIGHT OF OWNER TO ACCEPT OR REJECT TENDER

4. LANGUAGE OF BID

5. PRICE

6. TAXES AND DUTIES

7. INSPECTION

8. SHIPPING

9. INDIAN AGENT COMMISSION

10. ORDER AWARD / EVALUATION CRITERIA

11. CONFIRMATION OF ORDER

12. PAYMENT TERMS

13. GUARANTEE/WARRANTY

14. PERFORMANCE BANK GUARANTEE

15. PACKING & MARKING

16. DELIVERY

17. UNLOADING AND STACKING

18. TRANSIT INSURANCE

19. VALIDITY OF OFFER

20. DELIVERY DATES AND PRICE REDUCTION SCHEDULE

21. RISK PURCHASE CLAUSE

22. FORCE MAJEURE CLAUSE

23. ARBITRATION CLAUSE

24. INTEGRITY PACT (IP)

25. RECOVERY OF SUMS DUE

26. CONFIDENTIALITY OF TECHNICAL INFORMATION

27. PATENTS & ROYALTIES

28. LIABILITY CLAUSE

29. COMPLIANCE OF REGULATIONS

30. REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT

31. NON-WAIVER

32. NEW & UNUSED MATERIAL

33. PURCHASE PREFERENCE CLAUSE

34. CANCELLATION

35. ANTI –COMPETITIVE AGREEMENTS/ABUSE OF DOMINANT POSITION

36. ASSIGNMENT

37. GOVERNING LAW

38. AMENDMENT

39. SPECIAL PURCHASE CONDITIONS

40. Expediting

41. Spare Part

42. Part order & Repeat Order

43. Oils & Lubricants

44. Jurisdiction

45. Address

2

46. Holiday Listing

47. NOTICES

Bharat Petroleum Corporation Limited

General Purchase Conditions

1. DEFINITIONS :

The following expressions used in these terms and conditions and in the purchase order

shall have the meaning indicated against each of these:

1.1. OWNER: Owner means Bharat Petroleum Corporation Limited (a Government of India

enterprise), a Company incorporated in India having its registered office at Bharat

Bhavan, 4 & 6 Currimbhoy Road, Ballard Estate, Mumbai 400038 and shall include its

successors and assigns (hereafter called BPCL as a short form).

1.2. VENDOR: Vendor means the person, firm or the Company / Corporation to whom this

Request for quotation (RFQ)/purchase order is issued and shall include its successors and

assigns.

1.3. INSPECTOR: Person/agency deputed by BPCL for carrying out inspection,

checking/testing of items ordered and for certifying the items conforming to the purchase

order specifications..

1.4. GOODS / MATERIALS: means any of the articles, materials, machinery, equipments,

supplies, drawing, data and other property and all services including but not limited to

design, delivery, installation, inspection, testing and commissioning specified or required

to complete the order.

1.5. SITE / LOCATION: means any Site where BHARAT PETROLEUM CORPORATION

LTD. desires to receive materials any where in India as mentioned in RFQ.

1.6. “RATE CONTRACT” means the agreement for supply of goods/ materials between

Owner and Vendor, for a fixed period of time (i.e till validity of Rate Contract, with no

commitment of contractual quantity) on mutually agreed terms and conditions. The actual

supply of goods/ materials shall take place only on issue of separate purchase orders for

required quantity as and when required by Owner.

1.7. “FIRM PROCUREMENT” means the agreement between the parties for mutually

agreed terms and conditions with commitment of Quantity Ordered.

2. REFERENCE FOR DOCUMENTATION :

2.1. The number and date of Request for Quotation (CRFQ) must appear on all

correspondence before finalization of Rate Contract / Purchase Order.

3

2.2. After finalization of Contract / Purchase Order: The number and date of Rate Contract /

Purchase Order must appear on all correspondence, drawings, invoices, dispatch advices,

(including shipping documents if applicable) packing list and on any documents or papers

connected with this order.

2.3. In the case of imports, the relevant particulars of the import Licence shall be duly indicated

in the invoice and shipping documents as well as on the packages or consignments.

3. RIGHT OF OWNER TO ACCEPT OR REJECT TENDER :

The right to accept the tender will rest with the Owner.

4. LANGUAGE:

The Bid and all supporting documentation and all correspondence whatsoever exchanged

by Vendor and Owner, shall be in English language only.

5. Price :

Unless otherwise agreed to the terms of the RFQ, price shall be :Firm and no escalation will be

entertained on any ground, except on the ground of statutory levies applicable on the tendered

items.

6. TAXES AND DUTIES :

All vendors shall have VAT / CST/GST/Service tax registration in the concerned State

and vendor shall quote their TIN number in the quotation.

6.1. EXCISE DUTY :

6.1.1. Excise duty extra as applicable at the time of delivery within scheduled delivery period

will be payable by BPCL against documentary evidence. Vendor shall mention in their

offer, the percentage of excise duty applicable at present. Any upward variation in excise

duty rates, beyond the contractual delivery period, shall be to vendor’s account.

6.1.2. In case Excise Duty is not applicable at present : Excise duty due to change in turn over is

not payable. If applicable in future, the same will be borne by vendor.

6.1.3. Owner may shall take CENVAT Credit on the material supplied for both excise duty and

cess component and accordingly Excise duty / Cess should be quoted separately wherever

applicable.

Vendor shall ask the transporter of the goods to hand over the copy of excise invoice

(transporter’s copy) at the time of delivery of goods at owner’s site.

6.2. SALES TAX / VAT/GST :

6.2.1. Sales Tax as applicable at the time of delivery within scheduled delivery period will be

4

payable by BPCL. Vendor shall give details of local sales tax and/or central sales tax

currently applicable in their offer. The rates applicable for “CST without form C”, “CST

with form C" and “VAT” shall be clearly indicated.

6.2.2. Input VAT Credit may be claimed by BPCL, wherever applicable. Vendor shall submit

the TAX invoice.

6.3 Service tax :

All vendors shall have service tax registration wherever applicable. BPCL may also

claim CENVAT Credit on service tax. The vendor should quote service tax separately, if

applicable. Vendor shall submit the TAX invoice. Vendor is required to furnish serially

numbered and signed invoice / bill / challan containing the following details:

a) Name, address and registration number of the service provider b) Name and address of person receiving taxable service c) Description, classification and value of taxable service provided d) Service Tax Payable

6.4 FREIGHT AND OCTROI :

6.4.1 Freight: Firm freight charges to be quoted as indicated in the Tender documents. Freight

shall be payable after receipt of the Material(s) at the site, unless otherwise specified.

6.4.2. Octroi and entry taxes, if any, shall be invoiced separately and shall be re-imbursed by

BPCL at actuals after receipt of the Material(s) at the Site against the submission of

original documentary evidence for proof of payment of the related octroi and entry taxes,

as the case may be.

6.5. NEW STATUTORY LEVIES :

All new statutory levies leviable on sale of finished goods to owner , if applicable are

payable extra by BPCL against documentary proof, within the contractual delivery

period.

6.6 Variation in Taxes/Duties

Any increase/decrease in all the above mentioned statutory levies on the date of delivery

during the scheduled delivery period on finished materials will be on BPCL's account.

Any upward variation in statutory levies after contractual delivery date shall be to

vendor’s account.

7. INSPECTION :

7.1. Materials shall be inspected by EIL / BPCL approved third party inspection agency if

applicable before dispatch of materials. However, arranging and providing inspection

facilities is entirely vendor’s responsibility and in no way shall affect the delivery

schedule.

5

7.2. Scope of Inspection shall be as per RFQ. Our registered third party inspection agencies

are /LRIS/CEIL/DNV///EIL/ as amended time to time unless otherwise specified in the

Special Purchase Conditions.

7.3. Unless otherwise specified, the inspection shall be carried out as per the relevant

standards/scope of inspection provided along with the Tender Enquiry/Purchase Order.

7.4. BPCL may, at its own expense, have its representative(s) witness any test or inspection.

In order to enable BPCL’s representative(s) to witness the tests/inspections. BPCL will

advise the Vendor in advance whether it intends to have its representative(s) be present at

any of the inspections.

7.5. Even if the inspection and tests are fully carried out, the Vendor shall not be absolved

from its responsibilities to ensure that the Material(s), raw materials, components and

other inputs are supplied strictly to conform and comply with all the requirements of the

Contract at all stages, whether during manufacture and fabrication, or at the time of

Delivery as on arrival at site and after its erection or start up or consumption, and during

the defect liability period. The inspections and tests are merely intended to prima-facie

satisfy BPCL that the Material(s) and the parts and components comply with the

requirements of the Contract. The Vendor’s responsibility shall also not be anywise

reduced or discharged because BPCL or BPCL’s representative(s) or Inspector(s) shall

have examined, commented on the Vendor’s drawings or specifications or shall have

witnessed the tests or required any chemical or physical or other tests or shall have

stamped or approved or certified any Material(s).

7.6. Although material approved by the Inspector(s), if on testing and inspection after receipt

of the Material(s) at the location, any Material(s) are found not to be in strict conformity

with the contractual requirements or specifications, BPCL shall have the right to reject

the same and hold the Vendor liable for non-performance of the Contract.

8. SHIPPING :

8.1 SEA SHIPMENT :

All shipment of materials shall be made by first class direct vessels, through the

chartering wing, Ministry of Surface Transport as per procedure detailed hereunder. The

Foreign Supplier shall arrange with Vessels Owners or Forwarding Agents for proper

storage of the entire Cargo intended for the project in a specific manner so as to facilitate

and to avoid any over carriage at the port of discharge. All shipment shall be under deck

unless carriage on deck is unavoidable.

The bills of lading should be made out in favour of `Bharat Petroleum Corporation Ltd..

or order'.

All columns in the body of the Bill of Lading namely marks and nos., material

description, weight particulars etc., should be uniform and accurate and such statements

should be uniform in all the shipping documents. The freight particulars should mention

the basis of freight tonnage, heavy lift charges, if any, surcharge, discount etc. clearly and

separately. The net total freight payable shall be shown at the bottom.

6

SHIPPING DOCUMENTS :

All documents viz. Bill of Lading, invoices, packing list, freight memos, country of

origin certificates, test certificate, drawings and catalogues should be in English

language.

In addition of the bill of lading which should be obtained in three stamped original plus

as many copies as required, invoices, packing list, freight memos,(if the freight

particulars are not shown in the bills of lading), country of origin certificate, test /

composition certificate, shall be made out against each shipment in as many number of

copies as shown below.

The bill of lading, invoice and packing list specifically shall show uniformly the mark

and numbers, contents case wise, country of origin, consignees name, port of destination

and all other particulars as indicated under clause 2. The invoice shall show the unit

rates and net total F.O.B. prices. Items packed separately should also be invoiced and the

value shown accordingly. Packing list must show apart from other particulars actual

contents in each case, net and gross weights and dimensions, and the total number of

packages. All documents should be duly signed by the Vendor's authorised

representatives.

The bill of lading shall indicate the following :

Shipper : Government of India

Consignee : Bharat Petroleum Corporation Ltd.

In case of supplies from USA, Export Licences, if any required from the American

Authorities shall be Obtained by the U.S. Suppliers. If need be assistance for obtaining

such export licences would be available from India Supply Mission at Washington.

8.2 AIRSHIPMENT :

In case of Airshipment, the materials shall be shipped through freight consolidator

(approved by us). The airway bill shall be made out in favour of BHARAT

PETROLEUM CORPORATION LTD.

TRANSMISSION OF SHIPPING DOCUMENTS :

Foreign Supplier shall obtain the shipping documents in seven complete sets including

three original stamped copies of the Bill of Lading as quickly as possible after the

shipment is made, and airmail as shown below so that they are received at least three

weeks before the Vessels arrival. Foreign Supplier shall be fully responsible or any delay

and / or demurrage in clearance of the consignment at the port due to delay in

transmittal of the shipping documents.

If in terms of letter or otherwise, the complete original set of documents are required to

be sent to BPCL through Bank the distribution indicated below will confine to copies of

documents only minus originals.

7

Documents BPCL (Delhi)

Bill of Lading 4 (including 1 original)

Invoice 4

Packing List 4

Freight Memo 4

Country of Origin Certificate 4

Third party inspection certificate 4

Drawing 4

Catalogue 4

Invoice of Third Party 4

for inspection charges whenever applicable.

9. INDIAN AGENT COMMISSION :

Any offer through Indian agents will be considered only after authorization mentioning

them as Indian agents, is received from Vendor. Indian agents commission if applicable

will be payable only in Indian currency. Indian agents should be registered with

Directorate General of Supplies and Disposals, Government of India and agency

commission will be payable only after registration with DGS&D, New Delhi.

10. ORDER AWARD / EVALUATION CRITERIA :

Unless otherwise specified, Order award criteria will be on lowest quote landed price

basis. Landed price will be summation of Basic Price, Packing & Forwarding Charges,

Excise Duty, Sales Tax, Freight, Inspection, Octroi, Supervision of Installation &

Commissioning and other taxes & levies, loading etc, if any, reduced by cenvat/vat credit

as applicable

11. CONFIRMATION OF ORDER :

The vendor shall acknowledge the receipt of the purchase order within 10 days of mailing

the same. The vendor shall sign, stamp the acknowledgement copy of the purchase order

and return the same to BPCL.

12. PAYMENT TERMS :

12.1. Unless otherwise specified, 100% payment shall be made within 30 days from date of

receipt and acceptance of materials at Site against submission of Peformance Bank

Guarantee (PBG) for 10% of basic order value if PBG is applicable for the tender.

12.2. In the case of imports, payment will be made on submission of original documents

directly to Owner (Telegraphic Transfer-TT) or through Bank (Cash against documents-

CAD) or through irrevocable Letter of Credit.

12.3. Unless otherwise mentioned, the specified documents (All documents listed below (one

8

original and two copies)) should be submitted to originator of P.O. (the name and contact

details of whom are given in PO) and payments for despatches will be made by the

originator of Purchase Order :

a) Invoice

b) Excise invoice

c) The Lorry Receipt of the consignment

d) Packing list for the consignment

e) Third Party Inspector’s Certificate covering the invoiced Material(s)/ Release

Note, wherever applicable

f) Manufacturers Test/Composition Certificate, wherever applicable

g) Drawing(s)/Catalogue(s) covering the Material(s) , wherever applicable

h) Guarantee/Warranty Certificate(s), wherever applicable.

i) Original Receipt for Octroi/other statutory levies as applicable.

j) Performance Bank Guarantee as applicable.

13. GUARANTEE/WARRANTY :

13.1. Materials shall be guaranteed against manufacturing defects, materials, workmanship and

design for a period of 30 months from the date of commissioning or 36 months from the

date of dispatch whichever is earlier. Warranty for replacement of material / accessories

should be provided free of charges at our premises. The above guarantee/warranty will

be without prejudice to the certificate of inspection or material receipt note issued by us

in respect of the materials.

13.2. All the materials including components and sub contracted items should be guaranteed by

the vendor within the warranty period mentioned above. In the event of any defect in the

material, the vendor will replace / repair the material at BPCL’s concerned location at

vendor’s risk and cost on due notice.

13.3. In case, vendor does not replace / repair the material on due notice, rejected material will

be sent to the vendor on “Freight to pay” basis for free replacement. Material after

rectification of defects shall be dispatched by the vendor on “Freight Paid” basis.

Alternatively, BPCL reserves the right to have the material repaired / replaced at the

locations concerned, at the vendor’s risk, cost and responsibility.

13.4. The Vendor shall provide similar warrantee on the parts, components, fittings,

accessories etc. so repaired and / or replaced.

14. PERFORMANCE BANK GUARANTEE :

14.1. Vendor will have to provide Performance Bank Guarantee for 10% of the basic value of

purchase order unless otherwise specified. This bank guarantee shall be valid (shall

remain in force) for guarantee period (as mentioned in the guarantee clause), with an

invocation period of six months thereafter. In the case of Indigenous vendors, the

Performance Bank Guarantee shall be given on a non-judicial stamp paper of appropriate

value (currently Rs 100). PBG format is as per Annexure I.

In case, PBG is not provided by the Vendor, 10% of the basic value shall be retained in

lieu of PBG, till the expiry of guarantee and claim period.

9

In the case of imports, the Supplier shall furnish the Performance Bank Guarantee (as per

Annexure I) through the following :

a) Branches of Indian scheduled banks operating in their Country.

b) Foreign bank operating in their Country which is counter guaranteed by branches of

Indian scheduled banks operating in their Country/India.

c) Indian branches of foreign banks.

d) Foreign bank operating in their Country counter guaranteed by their Indian branch

However, in respect of c) and d) above, the Indian branch of foreign banks should be

recognized as scheduled bank by Reserve Bank of India.

14.2. If Vendor wants to submit the PBG at Contract level to avoid multiple number of PBG

(i.e. PBG issued against every purchase/call off order) then the validity of PBG will be

calculated as mentioned below :

14.2.1. Validity of PBG = Rate Contract Issue Date (Start Date of Rate Contract) + Rate

Contract Period (validity of Rate Contract) + Contractual Delivery Period of material +

Contractual Guarantee period + 6 month (for invocation / Claim).

15. PACKING & MARKING :

15.1 PACKING :

15.1.1 Packing shall withstand the hazards normally encountered with the means of transport

for the goods of this purchase order including loading and unloading operation both by

crane and by pushing off.

In the case of imports, all equipments / materials shall be suitably packed in weather

proof, seaworthy packing for ocean transport under tropical conditions and for rail or

road or other appropriate transport in India. The packing shall be strong and efficient

enough to ensure safe preservance upto the final point of destination.

Raw/Solid wood packaging material of imported items has to be appropriately treated &

marked as per International Standard of Phytosanitary Measures (ISPM-15") for material

originating from the contracting countries to the International Plant Protection

Convention or the members of Food & Agriculture Organization. Material from non-

contracting parties would have to be accompanied by a phytosanitary certificate of the

treatment endorsed. The Custom Officer at Indian Port shall not release the material

without appropriate compliance of the above provisions w.e.f. 01.11.2004.

15.1.2 The packing specification incorporated herein are supplementary to the internal and

external packing methods and standards as per current general rules of J.R.A. Good Tariff

Part-I. All packaging shall be done in such a manner as to reduce volume as much as

possible.

15.1.3 Fragile articles should be packed with special packing materials depending on the type of

Materials and the packing shall bear the words "HANDLE WITH CARE GLASS

FRAGILE, DON'T ROLL THIS END UP. THIS END DOWN," to be indicated by

arrow.

10

15.1.4 Chemicals in powder form, catalyst, refractories and like materials etc. shall be packed in

drums, cans and tins only. However, Catalyst may be supplied in Jumbo bags.

15.1.5 The hazardous materials shall be packed in accordance with the applicable rules,

regulations and tariff of all cognizant Government Authorities and other Governing

bodies. It shall be the responsibility of the seller of hazardous materials to designate the

material as hazardous and to identify each material by its proper commodity name and its

hazardous material class code.

15.1.6 All package requiring handling by crane should have sufficient space at appropriate place

to put sling of suitable dia (strength). Iron/Steel angle should be provided at the place

where sling marking are made to avoid damage to package/ equipment while lifting.

15.1.7 Item shipped in bundles must be securely tied with steel wire or strapping. Steel

reinforcing rods, bars, pipes, structural members etc. shall be bundled in uniform lengths

and the weight shall be within the breaking strength of the securing wire or strapping.

In the case of imports, for bundles the shipping marks shall be embossed on metal or

similar tag and wired securely on each end.

15.1.8 All delicate surface on equipment/materials should be carefully protected and printed

with protective paint/compound and wrapped to prevent rusting and damage.

15.1.9 All mechanical and electrical equipment and other heavy articles shall be securely

fastened to the case bottom and shall be blocked and braced to avoid any

displacement/shifting during transit.

15.1.10 Attachments and spare parts of equipment and all small pieces shall be packed separately

in wooden cases with adequate protection inside the case and wherever possible should

be sent along with the main equipment. Each item shall be suitably tagged with

identification of main equipment, item denomination and reference number of respective

assembly drawing. Each item of steel structure and furnaces shall be identified with two

erection markings with minimum lettering height of 15mm. Such markings will be

followed by the collection numbers in indelible ink/paint. A copy of the packing list shall

accompany the materials in each package.

15.1.11 All protrusions shall be suitably protected by providing a cover comprising of tightly

bolted wooden disc on the flanges. All nozzles, holes and openings and also all delicate

surfaces shall be carefully protected against damage and bad weather. All manufactured

surfaces shall be painted with rust proof paint.

In the case of imports, for bulk uniform material when packed in several cases,

progressive serial numbers shall be indicated on each case.

15.1.12 Wherever required, equipment/materials instruments shall be enveloped in polythene

bags containing silicagel or similar dehydrating compound.

15.1.13 Pipes shall be packed as under:

a. Upto 50mm NB in wooden cases/crates.

11

b. Above 50mm NB and upto 100mm NB in bundles and should be strapped at minimum

three places.

c. Above 100mm NB in loose.

15.1.14 Pipes and tubes of stainless steel, copper etc. shall be packed in wooden cases

irrespective of their sizes.

15.1.15 Pipes with threaded or flanged ends shall be protected with suitable caps covers, before

packing.

In the case of imports, all pipes and sheets shall be marked with strips bearing

progressive no.

15.1.16 Detailed packing list in waterproof envelope shall be inserted in the package together

with equipment/materials. One copy of the detailed packing list shall be fastened outside

of the package in waterproof envelope and covered by metal cover.

15.1.17 The supplier shall be held liable for all damages or breakages to the goods due to the

defective or insufficient packing as well as for corrosion due to insufficient protection.

15.1.18 Packaged equipment or materials showing damage defects or shortages resulting from

improper packaging materials or packing procedures or having concealed damages or

shortages, at the time of unpacking shall be to the supplier’s account.

All packages which require special handling and transport should have their Centres of

Gravity and the points at which they may be slung or gripped clearly indicated and

marked “ATTENTION SPECIAL LOAD HANDLE WITH CARE” both in

English/Hindi Languages.

In the case of imports, a distinct colour splash in say red black around each package crate

/ bundle shall be given for identification. 15.1.19 Along with the packed material, supplier should attach material list, manuals/instructions

and also the Inspection certificate/release note, wherever applicable.

15.2. MARKING :

The following details to be written on the side face of packing:

a) Purchase Order Number

b) Vendor Name

c) Batch no with Manufacturing date

d) Procedure (in brief) for handling

e) Date of dispatch etc.

12

15.3 Imported items :

On three sides of the packages, the following marks shall appear, clearly visible, with

indelible paint and on Vendor's care and expenses.

BHARAT PETROLEUM CORPORATION LIMITED

(With detailed address as given in Special Purchase Conditions)

From :

To : Bharat Petroleum Corpn.Ltd.

(With detailed address as given in Special Purchase Conditions)

Order no. Rev. no.

Item :

Equipment Nomenclature :

Net weight : Kgs.

Gross weight : Kgs.

Case No. of Total cases :

Dimensions :

Import Licence No.

NOTE :

Marking shall be bold - minimum letter height 5 cm. For every order and every

shipment, packages must be marked with serial progressive numbering.

Top heavy containers shall be so marked either Top Heavy or Heavy Ends.

When packing material is clean and light coloured, a dark black stencil paint shall be

acceptable. However, where packaging material is soiled or dark, a coat of flat zinc

white paint shall be applied and allowed to dry before applying the specific markings.

In case of large equipments like vessels, heat exchangers, etc. the envelope containing the

documents shall be fastened inside a shell connection, with an identifying arrow sign

"documents" using indelible paint.

16. DELIVERY :

16.1. Unless otherwise mentioned, Vendor is requested to quote their best delivery schedule

from the date of receipt of Purchase order.

16.2. Time being the essence of this contract, the delivery mentioned in the purchase order

shall be strictly adhered to and no variation shall be permitted except with prior

authorization in writing from the Owner. Goods should be delivered, securely packed and

13

in good order and condition, at the place of delivery and within the time specified in the

purchase order for their delivery.

16.3. The contractual delivery period is inclusive of all the lead time for engineering /

procurement of raw material, the manufacturing, inspection / testing, packing,

transportation or any other activity whatsoever required to be accomplished for effecting

the delivery at the required delivery point.

16.4. Unless otherwise specified, Material(s) shall not be despatched without prior inspection

and/or testing and Release Order/Material(s) Acceptance Certificate issued by the

Inspector(s).

16.5. BPCL shall have the right to advise any change in despatch point or destination in respect

of any Material(s). Any extra expenditure incurred by the Vendor on this account

supported by satisfactory documentary evidence, will be reimbursed to the Vendor by

BPCL.

17. UNLOADING AND STACKING :

Unloading and stacking will be arranged by BPCL. The Vendor shall send BPCL

information of the proposed consignment well in advance by telegram/fax/e-mail/courier

to enable BPCL to take necessary action.

18. TRANSIT INSURANCE :

Unless otherwise mentioned,

18.1. Transit Insurance shall be covered by BPCL under Project Insurance Policy.

18.2 In the case of imports, insurance against all marine and transit risk shall be covered under

the Owner's marine policy. However, the Vendor shall ensure that in effecting

shipments clear bill of lading are obtained and the carrier's responsibility is fully retained

on the Carriers so that the consignee's interests are fully secured and are in no way

jeopardized.

18.2. The Vendor shall send BPCL information of the proposed consignment well in advance

by telegram/fax/e-mail/courier to enable BPCL to take necessary action for the transit

insurance of the consignment. Any failure by the Vendor to do so shall place the

consignment at the Vendor’s risk.

18.3. In the case of imports, as soon as any shipment is made, the Foreign Supplier shall send

advance information by way of Telex message to Bharat Petroleum Corporation Ltd.,

(with detailed address as given in Special Purchase Conditions) giving particulars of the

shipments, vessels name, port of shipment, bill of lading number and date, total FOB and

freight value.

19 VALIDITY OF OFFER:

The rates quoted against this tender shall be valid for a period of 120 Days from the date

of opening of the tender unless otherwise specified in the Special Purchase Conditions.

14

20. DELIVERY DATES AND PRICE REDUCTION SCHEDULE :

20.1. The time and date of Delivery of Material(s) as stipulated in the Contract shall be adhered

to on the clear understanding that the Price(s) of the Material(s) has/have been fixed with

reference to the said Delivery date(s).

20.2. If any delay is anticipated by the Vendor in the delivery of the Material(s) or any of them

beyond the stipulated date(s) of Delivery, the Vendor shall forthwith inform BPCL in

writing of such anticipated delay and of the steps being taken by the Vendor to remove or

reduce the anticipated delay, and shall promptly keep BPCL informed of all subsequent

developments.

20.3. The delivery period quoted must be realistic & specific. The inability of successful

Vendors to execute orders in accordance with the agreed delivery schedule will entitle

BPCL, at its options, to :

20.3.1. Accept delayed delivery at prices reduced by a sum equivalent to half percent ( 0.5%) of

the basic value of any goods not delivered for every week of delay or part thereof, limited

to a maximum of 5% of the total basic order value. LR date will be considered as

delivery completion date for calculation of price reduction in the case of ex works

contract. Date of receipt of materials at owners premises shall be considered for

calculation of price reduction for F.O.R destination contract.

In the case of imports, the contractual delivery date shall be considered from the

date of FOA plus the delivery schedule as indicated by the vendors. Further the date of B/L or House airway bill shall be considered to find out the delay with

respect to contractual delivery date for all the contract on FOB/CFR basis . In case of

FOB shipments if the vessel is not available then the intimation by vendors regarding

readiness of the goods for the shipment shall be considered for calculating the delay if

any. So vendor shall inform the readiness of material for shipment on FOB (Free on

Board)basis / FCA (Free on Carrier) basis.

20.3.2. Cancel the order in part or full and purchase such cancelled quantities from elsewhere on

account at the risk and cost of the vendor, without prejudice to its right under 20.3.1

above in respect of goods delivered.

21. RISK PURCHASE CLAUSE :

BPCL reserves the right to curtail or cancel the order either in full or part thereof if the

vendor fails to comply with the delivery schedule and other terms & conditions of the

order. BPCL also reserves the right to procure the same or similar materials/equipment

through other sources at vendor's entire risk, cost and consequences. Further, the vendor

agrees that in case of procurement by the owner from other sources the differential

amount paid by the owner shall be on account of the vendor together with any interest

and other costs accrued thereon for such procurement.

15

22. FORCE MAJEURE CLAUSE :

(A) Definition: The term “Force Majeure” means any event or circumstance or

combination of events or circumstances that affects the performance by the

vendor of its obligations pursuant to the terms of this Agreement (including by

preventing, hindering or delaying such performance), but only if and to the extent

that such events and circumstances are not within the vendor’s reasonable control

and were not reasonably foreseeable and the effects of which the vendor could not

have prevented or overcome by acting as a Reasonable and Prudent person or, by

the exercise of reasonable skill and care. Force Majeure events and circumstances

shall in any event include the following events and circumstances to the extent

they or their consequences satisfy the requirements set forth above in this Clause:

(i) the effect of any element or other act of God, including any storm,

flood, drought, lightning, earthquake, tidal wave, tsunami, cyclone

or other natural disaster;

(ii) fire, accident, loss or breakage of facilities or equipment, structural

collapse or explosion;

(iii) epidemic, plague or quarantine;

(iv) air crash, shipwreck, or train wreck;

(v) acts of war (whether declared or undeclared), sabotage, terrorism

or act of public enemy (including the acts of any independent unit

or individual engaged in activities in furtherance of a programme

of irregular warfare), acts of belligerence of foreign enemies

(whether declared or undeclared), blockades, embargoes, civil

disturbance, revolution, rebellion or insurrection, exercise of

military or usurped power, or any attempt at usurpation of power;

(vi) radioactive contamination or ionizing radiation;

( B) Notice and Reporting:

( i ) The Vendor shall as soon as reasonably practicable after the date

of commencement of the event of Force Majeure, but in any event

no later than two (7) days after such commencement date, notify

the BPCL in writing of such event of Force Majeure and provide

the following information:

(a) reasonably full particulars of the event or circumstance of

Force Majeure and the extent to which any obligation will

be prevented or delayed;

16

(b) such date of commencement and an estimate of the period

of time required to enable the vendor to resume full

performance of its obligations; and

(c) all relevant information relating to the Force Majeure and

full details of the measures the vendor is taking to

overcome or circumvent such Force Majeure.

(ii) The Vendor shall, throughout the period during which it is prevented

from performing, or delayed in the performance of, its

obligations under this Agreement, upon request, give or procure

access to examine the scene of the Force Majeure including such

information, facilities and sites as the other Party may

reasonably request in connection with such event. Access to any

facilities or sites shall be at the risk and cost of the Party

requesting such information and access.

(C) Mitigation Responsibility:

(i) The Vendor shall use all reasonable endeavours, acting as a

Reasonable and Prudent Person, to circumvent or overcome any

event or circumstance of Force Majeure as expeditiously as

possible, and relief under this Clause shall cease to be available to

the Vendor claiming Force Majeure if it fails to use such

reasonable endeavours during or following any such event of Force

Majeure.

(ii) The Vendor shall have the burden of proving that the

circumstances constitute valid grounds of Force Majeure under this

Clause and that it has exercised reasonable diligence efforts to

remedy the cause of any alleged Force Majeure.

(iii) The Vendor shall notify BPCL when the Force Majeure has

terminated or abated to an extent which permits resumption of

performance to occur and shall resume performance as

expeditiously as possible after such termination or abatement.

(D) Consequences of Force Majeure. Provided that the Vendor has

complied and continues to comply with the obligations of this

Clause and subject to the further provisions:

(i) the obligations of the Parties under this Agreement to the

extent performance thereof is prevented or impeded by the event of

Force Majeure shall be suspended and the Parties shall not be

liable for the non-performance thereof for the duration of the

period of Force Majeure; and

(ii) the time period(s) for the performance of the obligations of the

Parties under this Agreement to the extent performance thereof is

17

prevented or impeded by the event of Force Majeure shall be

extended for the duration of the relevant period of Force Majeure

except as provided herein.

(E) Force Majeure Events Exceeding 60 Days

(i) If an event or series of events (alone or in combination) of

Force Majeure occur, and continue for a period in excess of 60

consecutive days, then BPCL shall have the right to terminate this

agreement, whereupon the Parties shall meet to mitigate the

impediments caused by the Force Majeure event.

23. ARBITRATION CLAUSE :

23.1 Any dispute or difference of any nature whatsoever, any claim, cross-claim,

counter-claim or set off of BPCL/Vendor against omission or on account of any

of the parties hereto arising out of or in relation to this Contract shall be referred

to the Sole Arbitration of Director (Marketing) / of BPCL as the case may be or

to some officer of BPCL who may be nominated by them.

23.2. In the event the Arbitrator being unable or refusing to act for any reason whatsoever, the

said Directors of BPCL shall designate another person to act as an Arbitrator in

accordance with the terms of the said Contract/Agreement. The Arbitrator newly

appointed shall be entitled to proceed with the reference from the point at which it was

left by his predecessor.

23.3. It is known to the parties herein that the Arbitrator appointed hereunder is an employee of

the Corporation and may be Share holder of the Corporation.

23.4. The award of the Arbitrator so appointed shall be final, conclusive and binding on all the

parties to the contract and the law applicable to arbitration proceedings will be the

Arbitration and Conciliation Act, 1996 or any other enactment in replacement thereof.

23.5. The language of the proceedings will be in English and the place of proceedings will be

Mumbai.

23.6. The parties hereby agree that the Courts in the city of Mumbai alone shall have

jurisdiction to entertain any application or other proceedings in respect of anything

arising under this Agreement and any Award or Awards made by the Sole Arbitrator

hereunder shall be filed, if required, in the concerned Courts in the City of Mumbai alone.

(legal)

23.6 SETTLEMENT OF DISPUTE BETWEEN GOVT. DEPT. /PUBLIC SECTOR UNDERTAKINGS IN A PURCHASE OR SERVICE CONTRACT :

In the event of any dispute or differences between the VENDOR/ CONTRACTOR/ SUPPLIER and the OWNER, if the VENDOR/ CONTRACTOR/ SUPPLIER is a Government Department, a Government Company or a Undertaking in the public sector, then in suppression of the provisions of clause 23 of the GPC

18

(corresponding clause no of GCC or NIT etc.), stands modified to the following extent:- all disputes and differences of whatsoever nature arising out of or in relation to this Contract/ Agreement or in relation to any subsequent contract/ agreement between the parties shall be attempted to be resolved amicably by mutual discussions between the parties. If they are not settled at the implementation level of officers, then these unresolved disputes/ differences will be referred for resolution by discussions with the concerned Director of BPCL and the concerned Director of vendor/ contractor/ supplier. In case same does not resolve the difference within 30 days, arbitration clause as hereunder would apply. In the event of any dispute or difference relating to the interpretation and application of the provisions of the contract, such dispute or difference shall be referred by either party for Arbitration to the sole Arbitrator in the Department of Public Enterprises to be nominated by the Secretary to the Government of India in-charge of the Department of Public Enterprises. The Arbitration and Conciliation Act, 1996 shall not be applicable to arbitration under this clause. The award of the Arbitrator shall be binding upon the parties to the dispute provided, however, any party aggrieved by such award may make a further reference for setting aside or revision of the award to the Law Secretary, Department of Legal Affairs, Ministry of Law & Justice, Government of India. Upon such reference the dispute shall be decided by the Law Secretary or the Special Secretary/ Additional Secretary, when so authorized by the Law Secretary, whose decision shall bind the Parties finally and conclusively. The parties to the dispute will share equally the cost of arbitration as intimated by the arbitrator.

24. INTEGRITY PACT (IP) :

Vendors are requested to sign & return our pre-signed IP document , if applicable. This

document is essential & binding. Vendor's failure to return the IP document duly signed

along with Bid Document may result in the bid not being considered for further

evaluation.

25. RECOVERY OF SUMS DUE :

Whenever, any claim against vendor for payment of a 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 when at any time thereafter may become due from the vendor under this or any

other contract with the owner and should this sum be not sufficient to cover the

recoverable amount of claim(s), the vendor shall pay to BPCL on demand the balance

remaining due.

19

26. CONFIDENTIALITY OF TECHNICAL INFORMATION :

Drawing, specifications and details shall be the property of the BPCL and shall be

returned by the Vendor on demand. The Vendor shall not make use of drawing and

specifications for any purpose at any time save and except for the purpose of BPCL. The

Vendor shall not disclose the technical information furnished to or organized 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 BPCL shall at all time remain the absolute

property of BPCL. Imparting of any confidential information by the Vendor will be

breach of contract.

27. PATENTS & ROYALTIES :

The vendor shall fully indemnify BPCL and users of materials specified herein/supplied

at all times, against any action, claim or demand, costs and expenses, arising from or

incurred by reasons of any infringement or alleged infringement of any patent, registered

design, trademark or name, copy right or any other protected rights in respect of any

materials supplied or any arrangement, system or method of using, fixing or working

used by the vendor. In the event of any claim or demand being made or action sought

against BPCL in respect of any of the aforesaid matter, the vendor shall be notified

thereof immediately and the vendor shall at his/its own expense with (if necessary) the

assistance of BPCL (whose all expense shall be reimbursed by the vendor) conduct all

negotiations for the settlement of the same and/or litigation which may arise thereof.

28. LIABILITY CLAUSE :

In case where it is necessary for employees or representatives of the Vendor to go upon

the premises of owner, vendor agrees to assume the responsibility for the proper conduct

of such employees/representatives while on said premises and to comply with all

applicable Workmen's Compensation Law and other applicable Government Regulations

and Ordinances and all plant rules and regulations particularly in regard to safety

precautions and fire hazards. If this order requires vendor to furnish labour at site, such

vendor's workmen or employees shall under no circumstances be deemed to be in owner's

employment and vendor shall hold himself responsible for any claim or claims which

they or their heirs, dependent 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 the work covered by the purchase order, whether arising at owner's premises or

elsewhere and agrees to indemnify the owner against any such claims, if made against the

owner and all costs of proceedings, suit or actions which owner may incur or sustain in

respect of the same.

29. COMPLIANCE OF REGULATIONS :

Vendor warrants that all goods/Materials covered by this order have been produced, sold,

dispatched, delivered and furnished in strict compliance with all applicable laws,

regulations, labour agreement, working condition and technical codes and statutory

requirements as applicable from time to time. The vendor shall ensure compliance with

20

the above and shall indemnify owner against any actions, damages, costs and expenses of

any failure to comply as aforesaid.

30. REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT:

In case the testing and inspection at any stage by inspectors reveal that the equipment,

materials and workmanship do not comply with 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 off such rejected goods in such

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 will have to proceed with

the replacement of the equipment or part of equipment without claiming any extra

payment if so required by the owner. The time taken for replacement in such event will

not be added to the contractual delivery period.

31. NON-WAIVER :

Failure of the Owner 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 to insist upon the strict performance

thereof or of any of its or their rights or remedies as to any such goods regardless of when

such goods are shipped, received or accepted nor shall any purported oral modification or

revision of the order by BPCL act as waiver of the terms hereof. Any waiver to be

effective must be in writing. Any lone incident of waiver of any condition of this

agreement by BPCL shall not be considered as a continuous waiver or waiver for other

condition by BPCL.

32. NEW & UNUSED MATERIAL :

All the material supplied by the vendor shall be branded new, unused and of recent

manufacture.

33. PURCHASE PREFERENCE CLAUSE :

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.

Purchase preference to a PSE shall be decided based on the price quoted by PSE as

compared to L1 Vendor at the time of evaluation of the price bid.

Owner reserves its right to allow Micro and Small Enterprises (MSEs) and MSEs

owned by Scheduled Caste (SC) or the Scheduled tribe (ST) entrepreneurs,

purchase preference as admissible/applicable from time to time under the existing Govt.

policy. Purchase preference to a MSE and a MSE owned by SC/ST entrepreneurs

shall be decided based on the price quoted by the said MSEs as compared to L1 Vendor

at the time of evaluation of the price bid.

21

Subject to meeting terms and conditions stated in the tender document including but

not limiting to prequalification criteria, in present tender, as the tendered quantity

cannot be split due to nature of job, MSE shall be allowed for supply and installation

of total tendered quantity provided their quoted price is within a price band of L1 +

15 percent and they match the L1 price. In case of more than one such MSEs are in

the price band of L1 + 15%, then L1 MSE will be offered first and if matches the L1

price, MSE shall be allowed for supply and installation of total tendered quantity. If

L1 MSE does not matches L1 price, other MSES falling in range of L1+15% band

will be offered in order of L2 MSE,L3 MSE etc. until they match L1 price. No

separate preference will be given to MSE owned by Scheduled Caste & Scheduled

Tribe entrepreneurs over MSE owned by general person as quantity cannot be split in

this tender

34. CANCELLATION :

34.1. BPCL reserves the right to cancel the contract/purchase order or any part thereof through

a written notice to the vendor if.

34.1.1. The vendor fails to comply with the terms of this purchase order/contract.

34.1.2. The vendor becomes bankrupt or goes into liquidation.

34.1.3. The vendor fails to deliver the goods on time and/or replace the rejected goods promptly.

34.1.4. The vendor makes a general assignment for the benefit of creditors.

34.1.5. A receiver is appointed for any of the property owned by the vendor.

34.2. Upon receipt of the said cancellation notice, the vendor shall discontinue all work on the

purchase order matters connected with it. BPCL in that event will be entitled to procure

the requirement in the open market and recover excess payment over the vendor's agreed

price if any, from the vendor and also reserving to itself the right to forfeit the security

deposit if any, made by the vendor against the contract. The vendor is aware that the said

goods are required by BPCL for the ultimate purpose of materials production and that

non-delivery may cause lossof production and consequently loss of profit to the BPCL. In

this-event of BPCL exercising the option to claim damages for non delivery other than

by way of difference between the market price and the contract price, the vendor shall

pay to BPCL, fair compensation to be agreed upon between BPCL and the vendor. The

provision of this clause shall not prejudice the right of BPCL from invoking the

provisions of price reduction clause mentioned in 20.3.1 as aforesaid.

35. ANTI –COMPETITIVE AGREEMENTS/ABUSE OF DOMINANT POSITION :

The Competition Act, 2002 as amended by the Competition (Amendment) Act, 2007 (the

Act), prohibits anti- competitive practices and aims at fostering competition and at

22

protecting Indian markets against anti- competitive practices by enterprises. The Act

prohibits anti- competitive agreements, abuse of dominant position by enterprises, and

regulates combinations (consisting of acquisition, acquiring of control and M&A)

wherever such agreements, abuse or combination causes, or is likely to cause, appreciable

adverse effect on competition in markets in India. BPCL reserves the right to approach

the Competition Commission established under the Act of Parliament and file

information relating to anti-competitive agreements and abuse of dominant position. If

such a situation arises, then Vendors are bound by the decision of the Competitive

Commission and also subject to penalty and other provisions of the Competition Act.

36. ASSIGNMENT

The Vendor can / does not have any right to assign his rights and obligations under these

general purchase conditions without the prior written approval of BPCL.

37. GOVERNING LAW

These General Purchase Conditions shall be governed by the Laws of India.

38. AMENDMENT

Any amendment to these General Purchase Conditions can be made only in writing and

with the mutual consent of the parties to these conditions.

39. SPECIAL PURCHASE CONDITIONS

In case of a conflict between the clauses, terms and conditions of General Purchase

Conditions and Special Purchase condition, the clauses, terms and conditions of Special

Purchase Condition will have an overriding effect over General Purchase Conditions and

the same shall be applicable.

40. EXPEDITING

Engineers India Limited have been assigned to expedite both manufacture and shipment of equipment and testing materials covered by the Purchase Order. BPCL/CONSULTANT shall have the free access to Vendor’s shop and/or sub-supplier’s shop at any time and they shall be provided all necessary assistance and information to help them perform their job. In order to facilitate overall execution of the order within the contractual delivery date, Vendor shall furnish to CONSULTANT within 4 weeks of receipt of Purchase Order the required number of copies of documents such as but not limited to schedules/PERT charts, unpriced copies of sub-orders/sub-contracts, phased programme of itemwise manufacturing, testing and delivery and any other information/documentation as may be called for by BPCL/CONSULTANT. Vendor shall furnish Progress Report at the end of each month to CONSULTANT/BPCL

41. OILS & LUBRICANTS The first filling of oils and lubricants, if any required for every equipment shall be included in the price and appropriate products manufactured by

23

Bharat Petroleum Corporation shall be used. In case, the particular oils and lubricants are not manufactured by BPCL, same of other Government Oil Company can be used. The Vendor shall also recommend the quality/quantity of oils and lubricants required for one year continuous operation.

42 SPARE PARTS

The Vendor must furnish itemised and priced list of mandatory spare parts required for two years operation of the main 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 interchange ability chart.

43. PART ORDER/REPEAT ORDER

Vendor hereby agrees to accept part order against tender enquiry at Owner’s option without any limitation whatsoever and also accept repeat order during a period of Twelve months after placement of purchase order at the same unit prices, terms and conditions. All lumpsum charges, if any, shall be pro-rata on value basis on acceptance of part order

44. JURISDICTION The contract shall be governed by and constructed according to the laws in force in INDIA. The contractor hereby submits to the jurisdiction of the Courts situated at New Delhi for the purpose of actions and proceedings arising out of the contract and the courts at New Delhi only will have the jurisdiction to hear and decide such actions and proceedings

45. Address Ch Manager (Pipeline Projects) Bharat Petroleum Corporation Ltd Plot A 5 & 6, sector 1 Noida UP – 201301 Fax – 0120-2474368 Note : Performance bang guarantee shall be mailed to the address given in clasuse no 41

46. Holiday listing:

Holiday Listings policy as per enclosed

24

47. NOTICES

Any notices to be given hereunder by a Party to the other shall be in English and

delivered by hand or sent by courier or facsimile to the other Party at the address

or facsimile number stated below or such other address or number as may be

notified by the relevant Party from time to time:

BPCL

_______________________ _______________________

_______________________

Vendor

_______________________

_______________________

_______________________

Please sign & return all the pages of GPC as a token of your acceptance of all the terms &

conditions as mentioned above.

25

Annexure I

PERFORMANCE BANK GUARANTEE

(On Non-judicial paper for appropriate value)

To,

Bharat Petroleum Corporation Limited

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

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

Dear Sir,

In consideration of the Bharat Petroleum Corporation Limited, (hereinafter called ‘the Company’

which expression shall include its successors and assigns) having awarded to M/s. (Name)

………. (Constitution)………….. (address) ……….(hereinafter referred to as “The vendor”

which expression shall wherever the subject or context so permits include its successors and

assigns) a supply contract in terms interalia, of the Company’s Purchase order No…….. dated

………. and the General and Special Purchase Conditions of the Company and upon the

condition of vendor’s furnishing security for the performance of the vendor’s obligations and/or

discharge of the vendor’s liability under and / or in connection with the said supply contract upto

a sum of Rs.(in figures)…………..Rs(in words)…………………………only amounting to 10%

(ten percent)of the total contract value.

We, (Name)…………..(constitution) ……………(hereinafter called “the Bank” which

expression shall include its successors and assigns) hereby jointly and severally undertake and

guarantee to pay to the Company in -----(Currency) forthwith on demand in writing and without

protest or demur of any and all moneys any wise payable by the Vendor to the Company under in

respect of or in connection with the said supply contract inclusive of all the Company’s losses and

expenses and other moneys anywise payable in respect to the above as specified in any notice of

demand made by the Company to the Bank with reference to this Guarantee upto an aggregate

limit of Rs(in figures)…………Rs(in words)……………………….only.

AND the Bank hereby agrees with the Company that

i. This Guarantee/undertaking shall be a continuing guarantee and shall remain valid

and irrevocable for all claims of the Company and liabilities of the vendor arising

upto and until midnight of …………………………………..

This date shall be 6 months from the last date of guarantee period.

26

ii This Guarantee / Undertaking shall be in addition to any other guarantee or security of

whatsoever that the Company may now or at any time otherwise have in relation to the vendor’s

obligation/liabilities under and /or connection with the said supply contract, and the Company

shall have full authority to take recourse to or reinforce this security in preference to the other

security(ies) at its sole discretion, and no failure on the part of the Company in enforcing or

requiring enforcement of any other security shall have the effect of releasing the Bank from its

liability hereunder.

ii. The Company shall be at liability without reference to the Bank and without effecting

the full liability of the Bank hereunder to take any other security in respect of the

vendor’s obligations and /or liabilities under or in connection with the said supply

contract and to vary the terms vis a vis the vendor of the said supply contract or to

grant time and / or indulgence to the vendor or to reduce or to increase or otherwise

vary the prices of the total contract value or to release or to forbear from enforcement

all or any of the obligations of the vendor under the said supply contract and / or the

remedies of the Company under any other security(ies) now or hereafter held by the

Company and no such dealing(s), variation(s), reduction(s), increase(s) or the

indulgence(s) or arrangement(s) with the vendor or release or forbearance whatsoever

shall have the effect of releasing the Bank from its full liability to the Company

hereunder or of prejudicing rights of the Company against the Bank.

iv. This Guarantee /Undertaking shall not be determined by the liquidation or winding up

ordissolution or change of constitution or insolvency of the vendor but shall in all respects and for

all purposes be binding and operative until payment of all moneys payable to the Company in

terms hereof.

v. The Bank hereby waives all rights at any time inconsistent with the terms of the Guarantee /

Undertaking and the obligations of the Bank in terms hereof shall not be anywise affected or

suspended by reason of any dispute or disputes having been raised by the vendor (whether or not

pending before any Arbitrator, officer, Tribunal or Court) or any denial of liability by the vendor

or any other order of communication whatsoever by the vendor stopping or preventing or

purporting to stop or prevent any payment by the Bank to the Company in terms hereof.

vi. The amount stated in any notice of demand addressed by the Company to the Guarantor as

liable to be paid to the Company by the vendor or as suffered or incurred by the Company on

account of any losses or damages of costs, charges and or expenses shall as between the Bank and

the Company be conclusive of the amount so liable to be paid to the Company or suffered or

incurred by the Company, as the case may be and payable by the Guarantor to Company in terms

hereof.

Yours faithfully,

(Signature)

NAME & DESIGNATION

NAME OF THE BANK

NOTES:

Project Management Consultancy Services for LPG Import facility at

Haldia

MR FOR SCRAPPER LAUNCHER/ RECIEVER

(Document No : A872-020-QF-MR-9130)

Page 1 of 126

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

Table of ContentsDocument Number Rev. Document Title Page

NumberA872-020-QF-MR-9130

A MR FOR SCRAPPER LAUNCHER/ RECIEVER 3

A872-020-QF-GN-9130

A GENERAL NOTES TO MR NO. A872-020-QF-MR-9130 7

A872-020-83-41-DS-0001

A DATA SHEET FOR SCRAPPER LAUNCHER 9

A872-020-83-41-DS-0002

A DATA SHEET FOR SCRAPPER RECIEVER 13

A872-000-16-51-DS-1001

A DATA SHEET FOR PIG SIGNALLERS 17

6-71-0031 5 Standard Specification for scraper traps (onshore). 206-78-0001 1 Specification for quality management system requirements from

bidders30

6-78-0003 1 Specification for documentation requirement from suppliers 376-79-0020 0 Standard specification for surface preparation and protective

coating (new construction)46

A872-020-83-41-VR-9130

A REFERENCE LIST FOR SCRAPPER TRAP AND PIGSIGNALLER (FORM-B)

105

A872-020-83-41-VR-9131

A LIST OF COMMISSIONING SPARES AND ACCESSORIES(FORM-L)

106

A872-020-83-41-VR-9132

A LIST OF SPARES AND ACCESSORIES FOR TWO YEARS OFNORMAL OPERATION (FORM-S)

107

A872-020-83-41-VR-9133

A LIST OF ACCESSORIES AND SPECIAL TOOLS REQUIREDFOR OPERATION AND MAINTENANCE(FORM-J)

108

A872-6-81-0103 0 INSPECTION AND TEST PLAN FOR SCRAPER LAUNCHER/RECIEVER (ONSHORE)

109

A872-6-81-0138 0 INSPECTION AND TEST PLAN FOR PIG SIGNALLERS(ONSHORE)

115

A872-020-QF-CL-9130

A CHECKLIST (TECHNICAL) 120

A872-020-QF-CS-9130

A COMPLIANCE STATEMENT 121

A872-020-83-41-300051

A PIG HANDLING SYSTEM FOR SCRAPER LAUNCHER 122

A872-020-83-41-300052

A PIG HANDLING SYSTEM FOR SCRAPER RECIEVER 123

A872-020-83-41-VDR-9130

A VENDOR DATA REQUIREMENT FOR SCRAPPER TRAP & PIGSIGNALLER

124

Page 2 of 126

ENGINEERS INDIA LIMITED

NEW DELHI Client: BPCL

Project: LPG IMPORT FACILITY AT HALDIA

File Name: C:\Users\C943\Desktop\final MR.pdf

Thi

s dr

awin

g, d

esig

n an

d de

tails

giv

en o

n th

is f

orm

at a

re th

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 t

hey

will

not

be

repr

oduc

ed, c

opie

d, e

xhib

ited

or u

sed,

exc

ept i

n th

e lim

ited

way

per

mitt

ed b

y a

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.1

A4-

210x

297.

Sheet 1 of 4

ITEM DESCRIPTION: SCRAPPER TRAP & PIG SIGNALLERS

GROUP ITEM CODE: DESTINATION: As per Commercial Documents

MR CATEGORY: II DELIVERY PERIOD: As per Commercial Documents

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

14/07/2017 83

JOB NO. UNIT/ AREA

MAINCOST

CENTRE

DOC.CODE

SR. NO. REV. DATE

41

DIVN. DEPT.

ORIGINATOR

NOTES :12

3

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, theRequisition in its entirety shall be considered for contractual purposes.Vendor shall note the MR category and shall submit his offer in line with therequirements included in attached 'Instructions to Bidders'.

REV. DATE BY CHK. APPD. DETAILS

A 14/07/2017 ISSUED FOR BIDSVS SD MSG

MATERIAL REQUISITION (TOP SHEET)

020 QF MR 9130 AA872

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

Page 3 of 126

ENGINEERS INDIA LIMITED

NEW DELHI Client: BPCL

Project: LPG IMPORT FACILITY AT HALDIA

File Name: C:\Users\C943\Desktop\final MR.pdf

Thi

s dr

awin

g, d

esig

n an

d de

tails

giv

en o

n th

is f

orm

at a

re th

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 t

hey

will

not

be

repr

oduc

ed, c

opie

d, e

xhib

ited

or u

sed,

exc

ept i

n th

e lim

ited

way

per

mitt

ed b

y a

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.1

A4-

210x

297.

Sheet 2 of 4

REQUISITION NO. REV.

AA872-020-QF-MR-9130

SR. NO.TAG NO/

ITEM CODE/ [ ID. NO. ] DESCRIPTION QUANTITY

01.00

02.00

03.00

04.00

05.00

06.00

07.00

08.00

09.00

Design, engineering, manufacture,procurement of materials and bought outcomponents, assembly at shop, inspection,testing at manufacturer's works, packing,delivery & commissioning of thefollowing, including supply of allcommissioning spares & special tools andtackles, first fill of consumables,erection material & documentation as perthe enclosed EIL standard specifications,instructions to vendors, jobspecification, data sheets etc. and othercodes and standards attached or referred.

<< DELETED >>

<< DELETED >>

<< DELETED >>

Supply of Two Years Operation andMaintenance Spares, as per enclosedinstructions to vendor<< DELETED >>

<< DELETED >>

<< DELETED >>

Drawings and documents as per attachedVendor Data requirement for all suppliesand services covered above in Sr.Nos.1.00to Sr.No.8.00

Lot

Lot

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

Vendor to note that the numbers given in square '[]' and curly '{}' brackets arenot for their use and meant for store purpose only. Items shall be tagged as permain equipment Tag No. only.

01.01

01.02

01.03

TRAPLN22"X18"

PIGSIG18

TRAPREC24"X18"

22" X 18" SCRAPER LAUNCHER WITH PIGSIGNALLER AS PER A872-020-83-41-DS-0001 &A872-000-16-51-1001

NON INTRUSIVE PIG SIGNALLER AS PERDATASHEET NO. A872-000-16-51-DS-1001.

24" X 18" SCRAPER RECIEVER WITH PIGSIGNALLER AS PER A872-020-83-41-DS-0002 &A872-000-16-51-1001

1 Nos

2 Nos

1 Nos

Page 4 of 126

ENGINEERS INDIA LIMITED

NEW DELHI Client: BPCL

Project: LPG IMPORT FACILITY AT HALDIA

File Name: C:\Users\C943\Desktop\final MR.pdf

Thi

s dr

awin

g, d

esig

n an

d de

tails

giv

en o

n th

is f

orm

at a

re th

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 t

hey

will

not

be

repr

oduc

ed, c

opie

d, e

xhib

ited

or u

sed,

exc

ept i

n th

e lim

ited

way

per

mitt

ed b

y a

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.1

A4-

210x

297.

Sheet 3 of 4

REQUISITION NO. REV.

AA872-020-QF-MR-9130

LIST OF ATTACHMENTS

SL.No. DOCUMENT TITLE DOCUMENT NO.

REVISION

REV. REV. REV. REV.DATE DATE DATE DATE

GENERAL NOTES TO MR NO. A872-020-QF-MR-9130

DATASHEET FOR SCRAPPERLAUNCHERDATASHEET FOR SCRAPPERRECIEVERDATASHEET FOR PIG SIGNALLER

STANDARD SPECIFICATION FORSCRAPPER TRAPS (ONSHORE)SPECIFICATION FOR QUALITYMANAGEMENT SYSTEM REQUIREMENTSFROM BIDDERSSPECIFICATION FOR DOCUMENTREQUIREMENTS FROM SUPPLIERSSTANDARD SPECIFICATION FORSURFACE PREPRATION ANDPROTECTIVE COATING (NEWCONSTRUCTION)

INSPECTION AND TEST PLAN FORSCRAPER LAUNCHER/ RECIEVER(ONSHORE)INSPECTION AND TEST PLAN FORPIG SIGNALLERS

CHECKLIST

REFERENCE LIST FOR SCRAPERTRAP & PIG SIGNALLER (FORM-B)LIST OF COMMISSIONING SPARESAND ACCESSORIES (FORM-L)LIST OF SPARES AND ACCESSORIESFOR TWO YEARS OF NORMALOPERATION (FORM-S)LIST OF ACCESSORIES ANDSPECIAL TOOLS REQUIRED FOROPERATION AND MAINTENANCE(FORM-J)COMPLIANCE STATEMENT

VENDOR DATA REQUIREMENTS FORSCRAPER TRAP & PIG SIGNALLER

PIG HANDLING SYSTEM FORSCRAPER LAUNCHERPIG HANDLING SYSTEM FORSCRAPER RECIEVER

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

A872-020-QF-GN-9130

A872-000-83-41-DS-0001

A872-000-83-41-DS-0002

A872-000-16-51-DS-1001

6-71-0031

6-78-0001

6-78-0003

6-79-0020

A872-6-81-103

A872-6-81-138

A872-020-QF-CL-9130

A872-020-83-41-VR-9130

A872-020-83-41-VR-9131

A872-020-83-41-VR-9132

A872-020-83-41-VR-9133

A872-020-QF-CS-9130

A872-020-83-41-VDR-9130

A872-020-83-41-300051

A872-020-83-41-300052

A

A

A

A

5

1

1

0

0

0

A

A

A

A

12/07/2017

10/07/2017

10/07/2017

11/07/2017

27/03/2017

12/03/2015

12/03/2015

30/08/2012

11/07/2017

11/07/2017

12/07/2017

11/03/2017

11/03/2017

GENERAL

DATASHEET

STANDARD SPECIFICATIONS

Inspection

CHECKLIST

FORMATS

VENDOR DATA REQUIREMENTS

DRAWINGS

Page 5 of 126

ENGINEERS INDIA LIMITED

NEW DELHI Client: BPCL

Project: LPG IMPORT FACILITY AT HALDIA

Sheet 4 of 4

File Name: C:\Users\C943\Desktop\final MR.pdf

Thi

s dr

awin

g, d

esig

n an

d de

tails

giv

en o

n th

is f

orm

at a

re th

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 t

hey

will

not

be

repr

oduc

ed, c

opie

d, e

xhib

ited

or u

sed,

exc

ept i

n th

e lim

ited

way

per

mitt

ed b

y a

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.1

A4-

210x

297.

REQUISITION NO. REV.

AA872-020-QF-MR-9130

LIST OF ATTACHMENTS

SL.No. DOCUMENT TITLE DOCUMENT NO.

REVISION

REV. REV. REV. REV.DATE DATE DATE DATE

In case of any subsequent revision of MR or PR, only revised sheets of theattachments listed above shall be issued alongwith the revision.

GENERAL NOTES:FOR GENERAL NOTES TO MR REFER DOCUMENT NO. A922-020-QF-GN-9130

Page 6 of 126

GENERAL NOTES TO MR

FOR SCRAPER TRAPS AND PIG SIGNALLERS

DOCUMENT No.

A872-020-QF-GN-9130 Rev. A

Page 1 of 2

A 12.07.17 Issued for bids VS AR/NR MSG

Rev. No

Date Purpose Prepared

by Checked

by Approved

by

Format No. EIL 1641-1924 Rev. 1 GENERAL NOTES TO MR NO. A872-000-QF-MR-9130 Copyright EIL – All rights reserved

GENERAL NOTES TO MR NO. A872-020-QF-MR-9130

1.1 Bidder to note that this is a zero deviation bid. Bidder’s offer shall be in total

compliance with all the technical requirements of the Material Requisition.

Company reserves the right to reject any offer without making any reference

to the Bidder, whatsoever.

1.2 Each Scraper Trap shall be supplied with Two (01) nos. duly mounted pig signaler

(Non-Intrusive Type) of corresponding tag number and specifications as per data

sheet no. A872-020-16-51-DS-1001. Price quoted for each scraper trap shall be

inclusive of mounting and testing of corresponding pig signaler (Non-Intrusive Type).

Any bid violating this clause shall not be evaluated.

1.3 Bidder shall quote for all the items of the MR, else bidder’s offer shall not be

considered for evaluation. Order for all the items of this MR shall be placed to a

single bidder.

1.4 Prices quoted against all items shall be inclusive of prices of recommended spares

and accessories required during start-up and commissioning and the list of such

spares shall be furnished as per Form-L. As a minimum, the start-up and

commissioning spares for Scraper Traps & Quick Opening End Closure (QOEC)

shall include 200% extra consumable spares viz. gaskets/ O-rings etc. and price of

such spares shall be included in price of each item.

1.5 All items shall be delivered at Company’s designated storage yard. The destination

for delivery of items are as under:

COMPANY DESIGNATED STORE: LPG IMPORT STORAGE TERMINAL BPCL ,HALDIA , WEST BENGAL, INDIA

1.6 Inspection requirements pertaining to Non-Intrusive Pig Signalers shall be

covered in QAP which shall be reviewed by the Company and finalised post

award.

1.7 Bidders must submit dully filled up and signed data sheets, compliance statement,

check list and forms (Form-B, Form-L, Form-S, & Form-J) along with his offer.

1.8 GA & assembly drawings/ Cross section drawings including part list with material for all the quoted items from proposed manufacturer/ supplier shall be submitted along with their offer.

1.9 Scraper Trap manufacturer shall source the Quick Opening End Closure (QOEC), to be used in Scraper Traps, from EIL approved manufacturers complying with the requirements of specification and data sheets enclosed with MR. Clamp Ring type QOECs are not acceptable. Bidder shall furnish names of proposed manufacturers of QOEC including cross sectional detail drawings with the offer.

Following are the approved manufacturers of QOEC to be mounted on Scraper Traps:-

a) For QOEC:

M/s Forain S.R.L, M/s GD Engineering,

Page 7 of 126

GENERAL NOTES TO MR

FOR SCRAPER TRAPS AND PIG SIGNALLERS

DOCUMENT No.

A872-020-QF-GN-9130 Rev. A

Page 2 of 2

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

M/s Multitex Filtration Engineers Ltd., M/s Peco Facet, M/s Pipeline Engineering M/s TD Williamson Inc Tulsa, U.S.A. M/s Vee Kay Vikram & Company LLP.

b) For non intrusive pig signallers:

Online Electronics Limited, UK

In case bidder proposes QOEC manufacturer or non intrusive Pig Signaler manufacturer other than the above approved vendors, bidder shall submit following documents from the proposed QOEC/ Pig Signaler manufacturer:

Compliance to specification & data sheets enclosed with MR Past Track Record Cross sectional detail drawing

1.10 Pipeline & Pig Details are as under:

Description : Details

Pipeline Specification : ASTM A 671 Gr. CC 70 Cl. 32

Pipeline Diameter (OD) : 18”

Pipeline Wall Thickness (mm) : 9.53

Orientation of pipe (Horizontal/ Vertical) for Pig Signaler to be installed on pipeline

: Horizontal

Pig Material : Low temp Carbon Steel, Steel & Plastic (suitable for line temp.)

Pig Length : Need to follow current industry practice to accommodate all types of tools

Pig Diameter (O.D.) : 90% ~ 100% of Pipeline ID

Pig Velocity (Max.) : 6 m/s

Bolting Material : ASTM A320 Gr. L7 ASTM A194 Gr. 4

1.11 Manufacturer shall submit three (03) hard copies and Compact Disc (CD) of all the documents/ drawings required as per specifications.

In the absence of this information, Company reserves the right to reject

bidder’s offer without any reference to Bidder in this regard.

Page 8 of 126

DATA SHEET FOR SCRAPER

LAUNCHER

DATA SHEET NO.

A872-020-83-41-DS-0001 Rev A

Page 1 of 4

A 10.07.2017 ISSUED FOR BIDS RP SD MSG

Rev. No

Date Purpose Prepared

by Checked

by Approved

by

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

BHARAT PETROLEUM CORPORATION LIMITED

BPCL LPG IMPORT FACILITY AT HALDIA

DATA SHEET FOR SCRAPER LAUNCHER (300# RATING)

Page 9 of 126

DATA SHEET FOR SCRAPER

LAUNCHER

DATA SHEET NO.

A872-020-83-41-DS-0001 Rev A

Page 2 of 4

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

Scraper Launcher for 18” OD Pipeline:

PIPELINE DETAILS

Outside Diameter, mm (inch) 457 (18") Thickness, mm 9.53

Design Pressure (Kg/cm2 g) 35.0 Material ASTM A 671 GR CC 70 CL. 32

Design Temperature(°C) -48 to 65 Service Liquid LPG/Butane/Propane

Design Code ASME

B31.4/31.3 Design Factor 0.5

Corrosion Allowance, mm 0.5

SCRAPER TRAP DETAILS

Scraper Trap Manufacturer ----

Scraper Trap Specification No. 6-71-0031

Type of Scraper Trap Scraper Launcher suitable for intelligent pigging

Corrosion Allowance 3.0 mm

Design Pressure (Kg/cm2 g) 35

Hydro test Pressure (Kg/cm2 g) 52.5

Charpy Impact Test as per clause 3.4 of Specification No.6-71-0031

Required (Note-13)

Hardness Test as per clause 3.5 of Specification No.6-71-0031

Required

Tag Nos. 020-ML-00-101 (With Pig Signallers 020-XXI-1204)

PART NO. ITEM ITEM DESCRIPTION

1. Barrel (NPS 22”)

Pipe – OD 22” (559 mm); Material- ASTM A 671 Gr. CC-70 CL 32; Ends, Type- EFSW (SAWL), BW; Wall Thickness- 10.3 mm (Note-4)

2. Neck (NPS 18”)

Pipe – OD 18” (457 mm); Material- ASTM A 671 Gr. CC-70 CL 32; Ends, Type-EFSW (SAWL), BW; Wall Thickness- 9.53 mm (Note-4)

Flange material- ASTM A350 LF-2 CL.1; Dimension Std. - ASME B16.5 A; Ends, Type- WN, RF, 300#

3. Reducer (NPS 22” X 18”)

Size- 22” (559 mm) X 18” (457 mm); Type- Eccentric-Flat Side Down; Material- ASTM A420 Gr. WPL 6-W as per ASME B 16.9; Ends-BW, WT to match Barrel & Neck respectively

4.

Kicker Connection (NPS 8”) (Weldolet + pipe pup+Flange)

Flange material - ASTM A350 LF-2 CL.1 Dimension Std. - ASME B16.5; Ends, Type- WN, RF, 300#

Pipe –8” (219.1)/WT XS-100mm; Material-ASTM A 333 Gr. 6 (SMLS)

Weldolet – 8” (219.1)/WT XS; Material- ASTM A350 LF-2 CL.1; as per MSS-SP-97

5. Drain Connection (NPS 4”) (Weldolet+pipe+Flange)

Flange material - ASTM A350 LF-2 CL.1 Dimension Std. - ASME B16.5; Ends,Type- WN, RF, 300#

Pipe –4” (114.3)/WT XS-100mm; Material-ASTM A 333 Gr. 6 (SMLS)

Weldolet – 4” (114.3mm)/WT XS; Material- ASTM A350 LF-2 CL.1; as per MSS-SP-97

6. Utility Connection (NPS 4”) (Weldolet+pipe+Flange)

Flange material - ASTM A 350 Gr. LF2 CL1, Dimension Std. - ASME B16.5; Ends,Type- WN, RF, 300#

Pipe –4” (114.3)/WT XS-100mm; Material-ASTM A 333 Gr. 6 (SMLS)

Weldolet – 4” (114.3mm)/WT XS; Material- ASTM A 350 Gr. LF2 CL1 as per MSS-SP-97

7. Vent (On Major Barrel) (NPS 2”) (Weldolet+pipe+Flange)

Flange material - ASTM A 350 Gr. LF2 CL1, Dimension Std. - ASME B16.5; Ends,Type- WN, RF, 300#

Pipe –2” (60.3)/WT XXS-100mm; Material-ASTM A 333 Gr. 6 (SMLS)

Weldolet –2” (60.3mm)/ SCH XXS; Material- ASTM A 350 Gr. LF2 CL1 as per MSS-SP-97

Page 10 of 126

DATA SHEET FOR SCRAPER

LAUNCHER

DATA SHEET NO.

A872-020-83-41-DS-0001 Rev A

Page 3 of 4

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

PART NO. ITEM ITEM DESCRIPTION

8. PSV Connection (NPS 3/4”)

Nippolet –3/4” (26.7mm)/ SCH 160, Material- ASTM A420 Gr. WPL 6 / ASTM A 350 Gr. LF2 CL1 as per MSS-SP-97

9. Pressure Indicator (NPS 2”) (Weldolet+PIPE+Flange)

Flange material - ASTM A 350 Gr. LF2 CL1, Dimension Std. - ASME B16.5; Ends,Type- WN, RF, 300#

Pipe –2” (60.3)/WT XXS-100mm; Material-ASTM A 333 Gr. 6 (SMLS)

Weldolet –2” (60.3mm)/ SCH XXS; Material- ASTM A 350 Gr. LF2 CL1 as per MSS-SP-97.

10. End Closure (Refer Note-11)

Forged; Material- ASTM A 350 Gr. LF2 CL1 Rating-300#

11. Supports Plate-ASTM A516 Gr CC 60-N, Welded

12. By pass (On Minor Barrel) (NPS 2”) (Weldolet+pipe+Flange)

Flange material - ASTM A 350 Gr. LF2 CL1, Dimension Std. - ASME B16.5; Ends,Type- WN, RF, 300#

Pipe –2” (60.3)/WT XXS-100mm; Material-ASTM A 333 Gr. 6 (SMLS)

Weldolet –2” (60.3mm)/ SCH XXS; Material- ASTM A 350 Gr. LF2 CL1 as per MSS-SP-97

13. Pig signaler (note-10)

Welding boss material ASTM A 350 Gr. LF2 CL1 as per MSS-SP-97 and nozzle size as per manufacturer’s standard + Pig signaler (As per Datasheet No. B872-001-83-41-DS-1001)

Pipeline Size

A B C D E F G H I J K L1

18 600 2000 As Per

Std. 1000

By Vendor (Note-9)

500 500 500 700 400

Page 11 of 126

DATA SHEET FOR SCRAPER

LAUNCHER

DATA SHEET NO.

A872-020-83-41-DS-0001 Rev A

Page 4 of 4

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

NOTES:

1. The scraper traps and its components shall be suitable for liquid LPG/propane/butane services as indicated in data sheets. All materials shall be LTCS as indicated in data sheets and all applicable requirements of specification no. 6-71-0031 shall be complied with.

2. The dimensions indicated above are suggested dimensions only. The Manufacturer shall check and provide dimensions suitable for accommodating latest online inspection tool (longest). Final dimensions shall be approved by Company.

3. Orientation of all the nozzles are indicative and shall be confirmed by Company during manufacturer’s drawing approval stage.

4. Indicated wall thicknesses for body & neck are minimum required thicknesses. Manufacturer shall check the same based on pipeline design conditions and manufacturing requirements, and submit necessary calculations to Company for approval.

5. Flanges welded on Scraper trap shall have smooth face finish to 125 AARH.

6. Scraper trap shall be provided with suitable handling system for retraction, insertion & launching of pigs including instrumented pigs (such as basket / tray; retracting rod/ mechanism etc.) from the trap as per drawing no. A872-020-83-41-300051 and clause 4.11 of specification no. 6-71-0031. Price of scraper trap shall be inclusive of pig handling system; however pig lifting devices (davit etc.) are not in vendor’s scope of supply.

7. Prices for scraper trap shall be inclusive of supply, mounting and testing of 01 no. pig signalers (NON-Intrusive type).

8. All dimensions for flanges shall be as per ASME B 16.5

9. These dimensions shall be decided by Manufacturer and approved by Company.

10. Location of non-Intrusive type pig signaler shall be provided at minor barrel and shall be decided by the manufacturer and approved by Company.

11. Quick opening end closure shall be designed as per ASME SEC VIII DIV. I. The selected wall thickness of end closure hub shall be taken as per ASME B 31.4/31.3 & ASME SEC. VIII DIV. I, whichever is higher.

12. Scraper Trap shall be designed for a vacuum of 1 mBar (a).

13. All the materials of scraper trap assembly including pipes, fittings, flanges and QOEC etc

shall be suitable for intended design temp and pressures as indicated in data sheets. The

charpy-V notch testing shall be conducted at minus (-) 48 °C for sizes 2” and above. The

values shall be minimum 16 J with an average 20 J.

14. The entire scraper traps assembly shall be provided with anti sweat type (Insulation) of

25mm thick by other agencies, accordingly all the projections of nozzles connection shall be

Page 12 of 126

DATA SHEET FOR SCRAPER

RECEIVER

DATA SHEET NO.

A872-020-83-41-DS-0002 Rev A

Page 1 of 4

A 10.07.2017 ISSUED FOR BIDS RP SD MSG

Rev. No

Date Purpose Prepared

by Checked

by Approved

by

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

BHARAT PETROLEUM CORPORATION LIMITED

BPCL LPG IMPORT FACILITY AT HALDIA

DATA SHEET FOR SCRAPER RECEIVER (300# RATING)

Page 13 of 126

DATA SHEET FOR SCRAPER

RECEIVER

DATA SHEET NO.

A872-020-83-41-DS-0002 Rev A

Page 2 of 4

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

Scraper Receiver for 18” OD Pipeline:

PIPELINE DETAILS

Outside Diameter, mm (inch)

457 (18") Thickness, mm 9.53

Design Pressure (Kg/cm2 g) 35 Material ASTM A 671 Gr. CC 70 Cl 32

Design Temperature(°C) (-)48 to 65 Service Liquid LPG/Propane/Butane

Design Code ASME

B31.4/31.3 Design Factor 0.5

Corrosion Allowance, mm 0.5

SCRAPER TRAP DETAILS

Scraper Trap Manufacturer ----

Scraper Trap Specification No. 6-71-0031

Type of Scraper Trap Scraper Receiver suitable for intelligent pigging

Corrosion Allowance 3.0 mm

Design Pressure (kg/cm2 g) 35

Hydro test Pressure (kg/cm2 g) 52.5

Charpy Impact Test as per clause 3.4 of Specification No.6-71-0031

Required (note-13)

Hardness Test as per clause 3.5 of Specification No.6-71-0031

Required

Tag Nos. 020-MR-00-101

(With Non-Intrusive Pig Signallers 020-XXI-1202)

PART NO. ITEM ITEM DESCRIPTION

1. Barrel (NPS 24”)

Pipe – OD 24” (610 mm); Material- ASTM A 671 Gr. CC 70 Cl.32 Ends, Type- EFSW (SAWL), BW, Wall Thickness- 11.13 mm (Note-4)

2. Neck (NPS 18”)

Pipe – OD 18” (457 mm); Material- ASTM A 671 Gr. CC 70 Cl.32, Ends, Type- EFSW (SAWL), BW

Wall Thickness- 9.53 mm (Note-4) Flange material- ASTM A350 LF-2 CL.1; Dimension Std. - ASME B16.5; Ends, Type- WN, RF, 300#

3. Reducer (NPS 24” X 18”)

Size- 24” (610 mm) X OD 18” (457 mm); Type- Concentric; Material- ASTM A 420 Gr. WPL6 as per ASME B 16.9; Ends- BW, WT to match Barrel & Neck respectively

4. Bypass Connection (NPS 8”) (Weldolet+pipe+Flange)

Flange material - ASTM A350 LF-2 CL.1 Dimension Std. - ASME B16.5; Ends, Type- WN, RF, 300#

Pipe –8” (219.1)/WT XS-100mm; Material-ASTM A 333 Gr. 6 (SMLS)

Weldolet – 8” (219.1)/WT XS; Material- ASTM A350 LF-2 CL.1; as per MSS-SP-97

5. Drain Connection (NPS 4”) (Weldolet+pipe+Flange)

Flange material - ASTM A350 LF-2 CL.1 Dimension Std. - ASME B16.5; Ends,Type- WN, RF, 300#

Pipe –4” (114.3)/WT XS-100mm; Material-ASTM A 333 Gr. 6 (SMLS)

Weldolet – 4” (114.3mm)/WT XS; Material- ASTM A350 LF-2 CL.1; as per MSS-SP-97

6. Utility Connection (NPS 4”) (Weldolet+pipe+Flange)

Flange material - ASTM A 350 Gr. LF2 CL1, Dimension Std. - ASME B16.5; Ends,Type- WN, RF, 300#

Pipe –4” (114.3)/WT XS-100mm; Material-ASTM A 333 Gr. 6 (SMLS)

Weldolet – 4” (114.3mm)/WT XS; Material- ASTM A 350 Gr. LF2 CL1 as per MSS-SP-97

7.

Vent (On Major Barrel) (NPS 2”) (Weldolet+pipe+ Flange)

Flange material - ASTM A 350 Gr. LF2 CL1, Dimension Std. - ASME B16.5; Ends,Type- WN, RF, 300#

Pipe –2” (60.3)/WT XXS-100mm; Material-ASTM A 333 Gr. 6 (SMLS)

Weldolet –2” (60.3mm)/ SCH XXS; Material- ASTM A 350 Gr. LF2 CL1 as per MSS-SP-97

8. PSV Connection (NPS 3/4”)

Nippolet –3/4” (26.7mm)/ SCH 160, Material- ASTM A420 Gr. WPL 6 / ASTM A 350 Gr. LF2 CL1 as per MSS-SP-97

Page 14 of 126

DATA SHEET FOR SCRAPER

RECEIVER

DATA SHEET NO.

A872-020-83-41-DS-0002 Rev A

Page 3 of 4

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

PART NO. ITEM ITEM DESCRIPTION

9. Pressure Indicator (NPS 2”) (Weldolet+pipe+ Flange)

Flange material - ASTM A 350 Gr. LF2 CL1, Dimension Std. - ASME B16.5; Ends,Type- WN, RF, 300#

Pipe –2” (60.3)/WT XXS-100mm; Material-ASTM A 333 Gr. 6 (SMLS)

Weldolet –2” (60.3mm)/ SCH XXS; Material- ASTM A 350 Gr. LF2 CL1 as per MSS-SP-97.

10. End Closure (Refer Note-11)

Forged; Material- ASTM A 350 Gr. LF2 CL1; Rating-600#

11. Supports Plate- ASTM A516 Gr. 60, Welded

12. Vent (On Minor Barrel) (NPS 2”) (Weldolet+ Flange)

Flange material - ASTM A 350 Gr. LF2 CL1, Dimension Std. - ASME B16.5; Ends,Type- WN, RF, 600#

Weldolet –2” (60.3mm)/ SCH XXS; Material- ASTM A 350 Gr. LF2 CL1 as per MSS-SP-97

13. Pig signaler As per Datasheet No A872-020-83-41-DS-1001

14. Filtering Basket ASTM A516 Gr. 60-N

Pipeline Size

A B C D E F G H I J K L1

18 600 2000 As Per

Std. 2500

By Vendor (Note-9)

500 500 500 2300 400

NOTES:

1. The scraper traps and its components shall be suitable for liquid LPG/propane/butane services as indicated in data sheets. All materials shall be LTCS as indicated in data sheets and all applicable requirements of specification no. 6-71-0031 shall be complied with.

2. The dimensions indicated above are suggested dimensions only. The Manufacturer shall check and provide dimensions suitable for accommodating latest online inspection tool (longest). Final dimensions shall be approved by Company.

Page 15 of 126

DATA SHEET FOR SCRAPER

RECEIVER

DATA SHEET NO.

A872-020-83-41-DS-0002 Rev A

Page 4 of 4

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

3. Orientation of all the nozzles are indicative and shall be confirmed by Company during manufacturer’s drawing approval stage.

4. Indicated wall thicknesses for body & neck are minimum required thicknesses. Manufacturer shall check the same based on pipeline design conditions and manufacturing requirements, and submit necessary calculations to Company for approval.

5. Flanges welded on Scraper trap shall have smooth face finish to 125 AARH.

6. Scraper trap shall be provided with suitable handling system for retraction, insertion & launching of pigs including instrumented pigs (such as basket / tray; retracting rod/ mechanism etc.) from the trap as per drawing no. A872-020-83-41-300052 and clause 4.11 of specification no. 6-71-0031. Price of scraper trap shall be inclusive of pig handling system; however pig lifting devices (davit etc.) are not in vendor’s scope of supply.

7. Prices for scraper trap shall be inclusive of supply, mounting and testing of 01 no. pig signalers (non - Intrusive type).

8. All dimensions for flanges shall be as per ASME B 16.5

9. These dimensions shall be decided by Manufacturer and approved by Company.

10. Location of non Intrusive type pig signaler shall be provided at minor barrel and shall be decided by the manufacturer and approved by Company.

11. Quick opening end closure shall be designed as per ASME SEC VIII DIV. I. The selected wall thickness of end closure hub shall be taken as per ASME B 31.4/31.3 & ASME SEC. VIII DIV. I, whichever is higher.

12. Scraper Trap shall be designed for a vacuum of 1 mBar (a).

13. All the materials of scraper trap assembly including pipes, fittings, flanges and QOEC etc

shall be suitable for intended design temp and pressures as indicated in data sheets. The

charpy V notch testing shall be conducted at minus (-) 48 °C for sizes 2” and above. The

values shall be minimum 16 J with an average 20 J.

14. The entire scraper traps assembly shall be provided with anti sweat type (Insulation) of

25mm thick by other agencies, accordingly all the projections of nozzles connection shall be

extended

Page 16 of 126

DATA SHEET FOR PIG SIGNALLER

(NON-INTRUSIVE TYPE)

DATA SHEET No.

A872-000-16-51-DS-1001, Rev A

Page 1 of 3

A 11.07.2017 Issued for Bids SS SK PKS

Rev Date Revisions By Chk Approved

Format No. EIL 1641-1924 Rev. 1

Copyright EIL – All rights reserved

Pig Signaller Make & Model (VENDOR TO ADVICE)

Pig Signaller Tag Nos.

020-XXI-1201 020-XXI-1202 020-XXI-1203 020-XXI-1204

General

Service Natural Gas

Area Classification Zone 2,Gr. IIA/ IIB, T3 as per IEC 60079

Pig Detection At Passage

Sensing Element

Type Non-intrusive

Sensor Element Piezo electrical crystal

Sensor repeatability 1% Minimum

Detection Passive acoustics based (Ultrasonic type)

Connection Universal Clamp-on type

Self testing capability Required

Detection Speed (Vendor to Advice)

Signal Output 2 No. Potential free contact (DPDT)(1NO +1 NC) (24 VDC 2A)

Housing Hermetically sealed SS316

Terminal Box

Body Material SS316 as a minimum.

Degree of Protection Explosion proof with IP65 as per IEC 60529

Power Supply (BY Purchaser) 230 VAC UPS 50 Hz. ( Vendor shall generate suitable voltage as required )

Signal Interface To PLC for pig detection through potential free contacts.

Cable Entry

1 Nos. power ½” NPTF / 3 Nos. Signal ½” NPTF.

Cable glands shall be Double compression type with PVC shroud, explosion proof.

Page 17 of 126

DATA SHEET FOR PIG SIGNALLER

(NON-INTRUSIVE TYPE)

DATA SHEET No.

A872-000-16-51-DS-1001, Rev A

Page 2 of 3

A 11.07.2017 Issued for Bids SS SK PKS

Rev Date Revisions By Chk Approved

Format No. EIL 1641-1924 Rev. 1

Copyright EIL – All rights reserved

Cables

Vendor to provide sensor cable between sensor & termination box. Vendor to consider a length of 5 meters between sensor & termination box.

All cables shall be terminated in terminal strips. Flying leads shall not be provided. Separate terminal strips to be considered for power & signals.

Earthing Shall be provided as per IEC 60364.

Local Indicator

Required Green LED for Power Available Red LED for Pig detection Amber for Sensor Fault.

Local Reset Button Required (Mushroom head) with cover.

Terminal Box Mounting Stantion mounted, vendor to provide suitable mounting brackets & accessories.

INSPECTION AND TESTS

The Manufacturer shall perform all inspections and tests as per the requirements of this

specification and the relevant codes, standards and specifications, prior to shipment at his

Works. Such inspections and tests shall be, but not limited to, the following:

All pig signallers shall be visually inspected. The internal and external surfaces shall be

free from any strikes, gouges and other detrimental defects. The surfaces shall be

thoroughly cleaned and free from dirt, rust and scales.

Testing and assembly procedure shall be detailed by Manufacturer; approved by the Company and implemented during the work. Welding Inspection and testing shall be performed before any coating or painting is applied.

SPARES AND ACCESSORIES

Manufacturer shall furnish list of recommended spares and accessories for pig signallers required during start-up and commissioning and supply of such spares shall be included in the price quoted by Manufacturer. Manufacturer shall furnish list of recommended spares and accessories required for two

years of normal operation and maintenance of pig signallers and price for such spares

shall be quoted separately. Manufacturer shall provide special tools required for operation

and maintenance as a part of supply, this includes but not limited to

Any type of communicator/ cables/ connectors for configurations;

Any Special tools required for maintenance like special type of Allen Key etc.

Notes:

1. Reference has been made in this specification to the latest edition (edition enforce at the time of issue of enquiry) of the following codes, standards and specifications.

2. The Pig Signaller shall be capable of detecting all type of pigging devices as indicated in the mechanical section.

Page 18 of 126

DATA SHEET FOR PIG SIGNALLER

(NON-INTRUSIVE TYPE)

DATA SHEET No.

A872-000-16-51-DS-1001, Rev A

Page 3 of 3

A 11.07.2017 Issued for Bids SS SK PKS

Rev Date Revisions By Chk Approved

Format No. EIL 1641-1924 Rev. 1

Copyright EIL – All rights reserved

3. The Pig Signaller shall be clamped to the external surface of the pipe or the launcher's / receivers minor chamber through which the pig is passing.

4. Documentation (Hard copies / soft copies etc.) to be submitted by Manufacturer to Company is summarized below.

Manufacturer shall submit the following documents ( in English only) :

a) General arrangement drawings with overall dimensions and cross-sectional drawings.

b) Power consumption details.

c) Reference list of similar supplies of pig signaller which have successfully been commissioned & working satisfactorily for 6 months as on bid due date shall be furnished including Project, Year of supply, Client, Size and Service for the last seven years

d) Sectional arrangement drawings showing all parts with reference numbers and material specification including mounting details of pig signallers on the pipeline.

e) Cable connection details and cable specification.

f) Test Certificates.

g) Manual for installation, erection instructions, maintenance and operation instructions.

h) Manufacturer shall provide standard installation drawing for mounting of sensor on pipe, which should indicate the welding details of the support brackets to the pipe as a minimum

Page 19 of 126

5 27-03-17 REVISED & REISSUED AS STANDARD SPECIFICATION ST

4 13-03-12 REVISED & REISSUED AS STANDARD SPECIFICATION

GD

3 22-11-06 REVISED & REISSUED AS STANDARD SPECIFICATION MKM

2 15-10-01 REVISED & REISSUED AS STANDARD SPECIFICATION MKM

1 01-09-98 REVISED & REISSUED AS STANDARD

SPECIFICATION SM

Rev. No

Date Purpose Prepared by

A t\ \ v . \ R m pA SKJ VM DM

VM

AS VC

KKS SJ GRR

TBG VC AS

Standards Standards Committee

Bureau Convenor

Chairman

Approved by

Checked by

STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.

ige.z tial ENGINEERS

STANDARD

INDIA LIMITED SCRAPER TRAPS 6-71-0031 Rev. 5 IA Govt of India Undertaking) (ONSHORE) Page 1 of 10 i4417-, eilage ,5107M14,

T -- IT R Iti* km iiiicn 1-11-4*

Cd-e170

STANDARD SPECIFICATION FOR

SCRAPER TRAPS (ONSHORE)

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

Page 20 of 126

STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No. ENGINEERS

Ifgar tlajeg INDIA LIMITED SCRAPER TRAPS 6-71-0031 Rev. 5 IA Gov! of India Undeltak,N) (ONSHORE) Page 2 of 10

■ 4117M 2i7E1S17151,7215-7, ,

Abbreviations:

API American Petroleum Institute ASME American Society of Mechanical Engineers ASTM American Society for Testing and Materials MSS-SP Manufacturers Standardization Society — Standard Practice NDT Non Destructive Testing OD Outside Diameter QOEC Quick Opening End Closure SAW Submerged Arc Welded SMYS Specified Minimum Yield Strength SSPC Steel Structures Painting Council

Pipeline Engineering Standards Committee

Convenor : Mr. Vinay Mittal

Members : Mr. Brij Raj Meena Mr. M. S. Gunjiyal Mr. Gagan Deep Singh Mr. Raj Kishore Mr. S Ghosal (Process-2) Mr. Rajeev Kumar (PDD) Mr. RK Singh (Inspection) Mr. KVK Naidu (Projects)

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

Page 21 of 126

el MIJVTiAI

ENGINEERS STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.

INDIA LIMITED SCRAPER TRAPS 6-71-0031 Rev. 5 IA Govt of India Undeltaking) (ONSHORE) Page 3 of 10

CONTENTS

1.0 SCOPE 4

2.0 REFERENCE DOCUMENTS 4

3.0 MATERIALS 5

4.0 DESIGN AND CONSTRUCTION REQUIREMENTS 5

5.0 INSPECTION AND TESTS 7

6.0 TEST CERTIFICATES 8

7.0 PAINTING, MARKING AND SHIPMENT 8

8.0 SPARES 9

9.0 DOCUMENTATION 9

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

Copyright EIL — All rights reserved

Page 22 of 126

STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.

-elf ‘.33rae...lel. ENGINEERS

0g efiteg eftent,fil,IMA

INDIA LIMITED SCRAPER TRAPS 6-71-0031 Rev. 5 IA G. a4 hcla Undenak.g) (ONSHORE) Page 4 of 10

1.0 SCOPE

This specification covers the minimum requirements for design, manufacture, testing and supply of scraper launching and receiving traps to be installed in onshore pipeline systems transporting non-sour hydrocarbons in liquid or gaseous phase including Liquefied Petroleum Gas (LPG).

2.0 REFERENCE DOCUMENTS

Reference has also been made in this specification to the latest edition (edition enforce at the time of issue of enquiry) of the following Codes, Standards and Specifications.

d. ASME B 16.9

e. ASME B 16.11

f. ASME B 16.25

g. ASME B 16.47

h. API 1104

i. MSS-SP-53

Pipeline Transportation Systems for Liquid and Slurries.

Gas Transmission and Distribution Piping Systems.

Pipe Flanges and Flanged Fittings: NPS 1/2 through NPS 24 Metric/Inch Standard

Factory made Wrought Steel Butt Welding Fittings.

- Forged Fittings, Socket- Welding and Threaded.

Butt-welding Ends.

- Large Diameter Steel Flanges

- Specification for Welding Pipeline and Related Facilities.

Quality Standard for Steel Castings and Forgings for Valves, Flanges and Fittings and other Piping Components —Magnetic Particle Examination Method.

- Specification for High Test Wrought Butt Welding Fittings.

Integrally Reinforced Forged Branch outlet Fittings- Socket Welding, Threaded & Butt Welding Ends.

Steel Structures Painting Council-Visual Standard.

- Boiler and Pressure Vessel Code - Rules for Construction of Pressure Vessels

Boiler and Pressure Vessel Code - Welding and Brazing Qualification

Specification for Piping Fittings of Wrought Carbon Steel and Alloy Steel for Moderate and High Temperature Service.

- Standard Test Methods and Definitions for Mechanical Testing of Steel Products.

a. ASME B 31.4

b. ASME B 31.8

C. ASME B 16.5

c. MSS-SP-75

d. MSS-SP-97

1. SSPC-VIS-I

m. ASME Sec VIII

n. ASME Sec IX

o. ASTM A 234

P. ASTM A-370

In case of conflict between the requirements of this specification and the Codes, Standards and Specifications referred to in this specification, the requirements of this specification shall govern.

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

Page 23 of 126

STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.

0 el ENGINEERS ogexiapreg INDIA LIMITED

SCRAPER TRAPS 6-71-0031 Rev. 5 Govt of Ind. Undedak , n9) (ONSHORE) Page 5 of 10 Oren eielaTe C.51,215.

3.0 MATERIALS

3.1 Materials of main components used in manufacture of traps shall be as indicated in the Data Sheet. Other components shall be as per Manufacturer's Standard (suitable for the service conditions indicated in Data Sheet) and shall be subject to approval by Company. In addition, the material shall also meet the requirements specified hereinafter.

The SMYS of steel used for manufacture of Quick Opening End Closure (QOEC) shall be as indicated in data sheet.

3.2 Carbon Steel used in the manufacture of traps and end closures shall be fully killed.

3.3 Material of the ends to be field welded by Company shall have carbon equivalent less than or equal to 0.45, based on check analysis for each heat of steel, calculated according to the following formula:

CE=C+Mn

+Cr+ Mo +V

+Ni+ Cu

6 5 15

3.4 Charpy V-notch test shall be conducted on each heat of steel used in the manufacture of pressure containing parts of Scraper Traps. The test procedure shall conform to ASTM A370. Unless specified otherwise, the Charpy V-notch test shall be conducted at 0° C. Results of Charpy test shall be recorded.

The average absorbed impact energy values of three full-sized specimens of base metal, weld metal and HAZ shall be 27 Joules, unless otherwise indicated in the Data Sheet. The minimum impact energy value of any one specimen of the three specimens analyzed as above, shall not be less than 22 Joules.

When Low Temperature Carbon Steel (LTCS) materials are specified in Data Sheet or offered by Manufacturer, the Charpy V-notch test requirements of applicable material standard shall be complied with.

3.5 Hardness test shall be carried out as per ASTM A 370 for each heat of steel used in the manufacture of pressure containing parts of traps. A full thickness cross section shall be taken for this purpose and the maximum hardness of base metal, weld metal and HAZ of all the pressure containing parts shall not exceed 248 HV10. Hardness shall be recorded.

4.0 DESIGN AND CONSTRUCTION REQUIREMENTS

4.1 Scraper traps shall be designed and manufactured in accordance with the provisions of Codes, Standards and Specifications referred in clause 2.0 of this specification. In addition, design parameters indicated in the data sheets, shall be taken into account for design of scraper traps.

4.2 The scraper traps shall be suitable for handling scraper / cleaning / gauging / batching / instrumented pigs and shall conform to the minimum dimensions given in scraper trap data sheets. Dimensions not shown specifically in the Data Sheet shall be as per manufacturer's standard and shall be subject to approval by Company.

4.3 The cylindrical portion of the trap shall be designed as per design code and design factor indicated in the Data Sheet. Scraper trap shall be provided at the end with Quick Opening End Closure (QOEC) as indicated in Data Sheet. Quick end closure shall be designed, as per ASME Sec. VIII, Div. 1 with allowable stress level limits/design factor applicable for traps, for the design conditions indicated in the Data Sheet. A corrosion allowance, as indicated in the Data Sheet shall be considered in design of the traps and closures. Quality of welding shall be such that weld efficiency factor of 1.0 is achieved.

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

Page 24 of 126

er17,17M1,7,151,

ENGINEERS STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.

fg-eii Rift INDIA LIMITED SCRAPER TRAPS 6-71-0031 Rev. 5 IA Go. of Ind. UndeOaktng) (ONSHORE) Page 6 of 10

4.4 The trap body/neck diameter and minimum length shall be as indicated in the Data Sheets. Circumferential weld on scraper trap body and neck shall not be permitted.

4.5 Concentric or eccentric reducer used in the manufacture of traps shall be seamless type for sizes upto and including NPS 16 and welded type for sizes NPS 18 and above. Reducers shall conform to ASME B 16.9/ MSS-SP-75 as indicated in the data sheet. End thicknesses of reducer shall match with the adjoining body/ neck thickness.

4.6 Connections for vents and drains shall be provided on each trap. Sizes for vents and drains shall be as indicated in Data Sheet. The traps shall be provided with a suitable slope and the drain location shall be such that complete drainage of the trap is possible.

4.7 All branch connections shall be made by weldolet/nippolet/sockolet or by extrusion as indicated in Scraper Trap Data Sheet. All weldolets shall conform to MSS-SP-97 and all nippolets shall be as per Manufacturer's Standard. The extruded openings shall be adequately heat-treated and stress relieved.

Stub-in or pipe-to-pipe connection shall not be used for making branch connections.

4.8 End connections of traps shall be flanged or butt-welded as indicated in data sheets.

a) Flanged end, if specified, shall have flanges as per ASME B16.5 for sizes upto NB 600 mm (24") excluding NB 550 mm (22") and as per MSS-SP-44/ASME B16.47 Series A for sizes NB 550 mm (22") and for NB 650 mm (26 inches) and above. Flange face shall be either raised face or ring joint type (RTJ) as indicated in Data Sheet. Flange face finish shall be serrated or smooth as indicated in Data Sheet. In case of RTJ flanges, the groove hardness shall be minimum 140 BHN.

b) Butt weld ends, if specified, shall have ends prepared as per ASME B 16.25. However, end preparation for butt-welding ends having unequal thicknesses with respect to connecting pipe shall be as per ASME B31.4/ ASME B31.8, as applicable.

4.9 The quick opening end closure shall be of clamp ring/band-lock type or equivalent design and shall consist of a safety pressure release system allowing the opening only when there is no pressure in the trap. End closure shall be hand operated by a single lever operation and operable by one operator. End closures of size NB 600 (24") and above shall be fitted with worm gear operator for the opening of the closure. Hinge of the closure shall be so designed that the weight of the end closure is fully supported without sagging. Screwed type or plug-in type of end closures are not permitted.

4.10 Receiving traps shall be provided with a pig signaller at a location indicated in the Scraper Trap Data Sheet. Pig signaller shall be suitable for bi-directional operation and shall have visual flag and manual reset mechanism. The pig signaller shall also have provision for remote indication, when indicated in Pig Signaller Data Sheet. The pig signaller shall conform to the requirements of relevant pig signaller specification and data sheet.

4.11 The pig receiving traps shall be equipped with a half internal removable filtering basket consisting of a punched plate with at least five rows of drain holes. The filtering basket shall slide on guides/rails or wheels and in all cases the material of the parts being in contact with each other shall be of anti-spark type. The filtering basket shall be provided with suitable stops. Lock bracket shall be provided to such that the basket does not slide within the trap. Rear end of the basket shall be provided with suitable lug to enable retrieval of the basket by hooks. The handling system (for inserting and retracting the scraper and instrumented pigs from the trap) shall be complete with handling devices. In case any rails are required for sliding of the handling system, the same shall be provided by the scraper trap manufacturer.

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

Page 25 of 126

STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No. ENGINEERS Ilgar Meg INDIA LIMITED SCRAPER TRAPS 6-71-0031 Rev. 5

IA Go. of Ind. Undeltaking) (ONSHORE) Page 7 of 10 ,17251.7 411,1C1,4)

4.12 Fabricated steel supports, minimum two numbers at suitable spacing shall be provided with traps for mounting on concrete blocks. These supports will not be subjected to pipeline anchorage forces and shall be free sliding supports. Support base plate shall not have any holes. No foundation bolts shall be supplied. The material of support shall be compatible with trap material for welding purposes. All welds shall be examined by magnetic particle method.

4.13 Completed assembly shall be stress relieved as per the provisions of applicable design codes.

4.14 All welds shall be made by welders and welding procedures qualified in accordance with the provisions of ASME Sec. IX. The procedure qualification shall also include impact test and hardness test when required as per Clause 3.4 and 3.5 of this specification and shall meet the requirements as specified therein.

4.15 Repair by welding on parent metal is not allowed. Repair of welds by welding shall be carried out only after specific approval by Company's Inspector for each repair. The repair welding shall be carried out by the welders and welding procedures duly qualified as per ASME Sec. IX and records for each repair shall be maintained. The repair welding procedure qualification shall also include impact test and hardness test when required as per Clause 3.4 and 3.5 of this specification and shall meet the requirements as specified therein. Radiography and heat treatment shall be repeated after the weld repair.

4.16 The tolerance on internal diameter and out of roundness at the ends for the welding end of the neck (at the end where connecting pipeline will be welded) shall be as per applicable connected pipe specification as indicated in the Data Sheet.

5.0 INSPECTION AND TESTS

5.1 The manufacturer shall perform all inspection and tests as per the requirements of this specification and the relevant codes, standards and specifications, prior to shipment at his Works. Such inspections and tests shall be, but not limited to, the following:

5.1.1 All traps shall be visually inspected. The internal and external surfaces of the scraper traps shall be free from any strikes, gouges and other detrimental defects.

5.1.2 Dimensional check shall be carried out as per the Company approved drawings.

5.1.3 Chemical composition and mechanical properties shall be checked as per relevant material standards and this specification, for each heat of steel used.

5.1.4 Hydrostatic test shall be conducted for all scraper traps complete in all respects including QOEC, including mounting of pig indicators at a pressure equal to 1.25 & 1.5 times the design pressure for liquid & gas service respectively unless otherwise indicated in the data sheet. The test pressure shall be maintained and held for a minimum period of one hour.

5.1.5 All butt welds shall be 100% radiographically inspected. Procedure and acceptance criteria shall be as per API 1104.

5.1.6 Ultrasonic or magnetic particle inspection shall be carried out on all welds, which in Company Inspector's opinion cannot be radiographically inspected. Procedure and acceptance criteria shall be as per ASME Sec. VIII, Appendix U and Appendix VI respectively.

5.1.7 All finished wrought weld ends shall be 100% ultrasonically inspected for lamination type defects for a distance of 50mm from the end. Any laminations larger than (1/4") 6.35 mm shall not be acceptable.

5.1.8 All forgings shall be wet magnetic particle examined on 100% of the forged surfaces. Method and acceptance shall comply with MSS-SP-53.

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

Page 26 of 126

STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.

sL1f fdal ENGINEERS

eg INDIA LIMITED SCRAPER TRAPS 6-71-0031 Rev. 5 (A Go. of Inda Undorfak(og) (ONSHORE) Page 8 of 10 efecoreffswfrarA,

5.1.9 A minimum of two closing and opening cycles shall be performed and correct operation of both quick opening closure and safety system shall be ascertained.

5.2 Company's Inspector reserves the right to perform stage wise inspection and witness tests, including hydrostatic test, as indicated in specification at Manufacturer's Works prior to shipment. Manufacturer shall give reasonable notice of time and shall provide without charge reasonable access and facilities required for inspection, to the Company's Inspector.

Inspection and tests performed/witnessed by Company's Inspector shall in no way relieve the Manufacturer's obligation to perform the required inspections and tests and of specific integrity of the scraper traps.

6.0 TEST CERTIFICATES

Manufacturer shall furnish the following certificates:

a) Test certificates relevant to the chemical and mechanical properties of the materials used for manufacture of trap as per relevant standards and this specification.

b) Hydrostatic test certificates.

c) Test Reports on radiography, ultrasonic inspection and magnetic particle examination.

d) Test Reports on heat treatment carried out, if any.

e) Welding procedures and welders qualification reports.

The certificates shall be considered valid only when signed by Company's Inspector. Only those traps which have been inspected and certified by the Company's Inspector shall be dispatched from Manufacturer's works.

7.0 PAINTING, MARKING AND SHIPMENT

7.1 After all inspection and tests required have been carried out; all external surfaces shall be thoroughly cleaned to remove grease, dust and rust. Surface preparation shall be carried out by shot blasting to SP-10 in accordance with "Steel Structures Painting Council Visual Standard-SSPC-VIS-1". Machined parts shall be coated with anti-rust removable paint and non-machined parts shall be applied with two coats of protective paint. Manufacturer shall indicate the type of paint used in the drawings submitted for approval.

7.2 Before shipment, traps shall be properly packed against damage during transportation. All machined surfaces subject to corrosion during transit shall be well protected by coat of grease or other suitable material. All traps shall be provided with suitable protectors, for flange faces, securely attached to the traps. Bevel ends shall be protected with metallic or high impact plastic bevel protectors.

7.3 Marking shall be done on a stainless steel plate and affixed to the trap body by means of corrosion resistant fasteners. Marking shall include the following:

a) Manufacturer's Name

b) Trap/Neck diameter, thickness

c) Material

d) ASME Class Rating

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

Page 27 of 126

STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No. 0 ei ENGINEERS

Og-en Raft INDIA LIMITED SCRAPER TRAPS 6-71-0031 Rev. 5 (A Govt of India Undeftaking) (ONSHORE) Page 9 of 10 COI, eiroveculs:rzAvo

e) Tag Number

0 Design pressure

g) Design Temperature

h) Year of manufacture

i) Empty weight of the trap assembly.

8.0 SPARES

8.1 Manufacturer shall recommend and quote separately the spares for traps required for two (2) years of normal operation with special attention to consumable items such as gaskets, seals, etc. for end closure.

8.2 Manufacturer shall recommend and quote unit price separately for the accessories and special tools required for operation & maintenance of the traps.

8.3 Manufacturer shall recommend and supply the spares for Scraper Traps required for start-up & commissioning. As a minimum, the same shall include 200% extra consumable spares viz. gasket/ 0-rings etc. and price of all such spares shall be included in the quoted price.

9.0 DOCUMENTATION

Documentation to be submitted by Manufacturer to Company is summarized below. Number of Copies (Hard copies / soft copies etc.) shall be as indicated in CONTRACT document.

9.1 At the time of bidding, Manufacturer shall submit the following documents:

a) General arrangement drawing of scraper trap, quick opening end closure and pig signallers with overall dimensions and list of spares as per clause no. 8.0.

b) Reference list of similar supplies for the past five years including project, client, year of supply, client, location, size, rating, service and contact person.

9.2 After placement of order, the Manufacturer shall submit the following drawings, documents and specifications for company's information & review:

a) Trap assembly and sectional drawings showing all parts and accessories with materials and dimensions.

b) Support Assembly drawing. Hydrotest load on both the supports of the Scraper Trap.

c) Arrangement & details of foundation bolts for pig handling and lifting system, where applicable.

9.3 Prior to shipment, the Manufacturer shall submit the following:

a) Test certificates as listed in clause 6.0 of this specification.

b) Manual for installation, erection instructions, maintenance and operations instructions including a list of recommended spares for the scraper traps.

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

Page 28 of 126

STANDARD SPECIFICATION FOR

t.7̀iliaziel ENGINEERS SCRAPER TRAPS

Ogar Ett51g INDIA LIMITED

1.12A efecr,,151,,P, (ONSHORE)

STANDARD SPECIFICATION No.

6-71-0031 Rev. 5 Page 10 of 10

9.4 Final drawings/ documents as indicated in clause no. 9.2 above shall be submitted in soft format also.

9.5 All documents shall be in English Language only.

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

Copyright EIL — All rights reserved

Page 29 of 126

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 30 of 126

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 31 of 126

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 32 of 126

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 33 of 126

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 34 of 126

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 35 of 126

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 36 of 126

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 37 of 126

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 38 of 126

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 39 of 126

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 40 of 126

'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 41 of 126

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 42 of 126

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 43 of 126

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 44 of 126

$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 45 of 126

siitaet5Keg

RI AQFIV CA ,

ENGINEERSSTANDARD SPECIFICATION

INDIA LIMITED FOR SURFACE PREPARATIONIA GOO Of N. Undeflangl AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 1 OF 59

(Cr)

tin a K4

1-49-br

(7q. Wu! tg)

STANDARD SPECIFICATION

FOR

SURFACE PREPARATION

AND PROTECTIVE COATING

(NEW CONSTRUCTION)

6-44-0004 REV. 3 REVISED, RE-0 30.08.12 NUMBERED 8 ISSUED AS STANDARD A.SRIDHAR R.CHAUDHURY P.P.LAHIRI D.MALHOTRA

SPECIFICATION

Rev.No Date Purpose Prepared

by Checked byStandards StandardsCommittee BureauConvenor Chairman

Approved by

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

Page 46 of 126

02-zieLa ENGINEERS STANDARD SPECIFICATION$1?-eir la Me ear INDIA LIMITED FOR SURFACE PREPARATION

HIM eknillcIAJAA.M IA GNI al India LInderlaIm9/ AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 2 OF 59

Abbreviations:

AS Alloy SteelCS Carbon SteelDFT : Dry Film ThicknessDM De-mineralizedGI Galvanized IronID Internal DiameterIRN Inspection Release NoteLTCS : Low Temperature Carbon SteelMS Mild SteelNB Nominal BoreOD Outside DiameterRCC : Reinforced Cement ConcreteSS Stainless SteelTSAC : Thermally Sprayed Aluminium CoatingWFT : Wet Film Thickness

SMMS Standards Committee

Convener : Mr. P.P. Lahiri

Members : Mr. A. Amin (SMMS)Mr. R. Chaudhury (SMMS)Mr. S. Ghosal (SMMS)Mr. G.S. Hegde (SMMS)Mr. P. Saha (SMMS)Mr. R Nanda (Piping)Mr. Raj Kishore (Pipeline)Mr. A.K. Gupta (HMTD)Mr. S. Mukharjee (Construction)Mr. A.R. Purushottam (POSD)Mr. R. Muthulingam (Inspection)Mr. M.P. Jain (Projects)

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

Page 47 of 126

OfteituvaNEERs STANDARD SPECIFICATIONlaiReedi INDIA LIMITED FOR SURFACE PREPARATION

PIM FRW ZIRJR140 IA Go.4 ei India unden.lono AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 3 OF 59

CONTENTS

SL. DESCRIPTION PAGENO NO.

1.0 General 42.0 Scope 43.0 Reference Codes & Standards 64.0 Equipment 75.0 Surface Preparation, Shop Primer,Coating Application & Repair and Documentation 76.0 Paint Materials 167.0 Coating Systems 218.0 Coating System for Gratings, Rolling & Stationery Ladders, Spiral Stairways and

Hand Rails in All Location 239.0 Coating System for Offsite Area (Inland Plants) 2410.0 Coating System For Unit Areas as well as DM, CPP, Cooling Tower of Inland Plants

and for All Areas (Unit, Offsite, DM, CPP, etc.) of Coastal Plants 2511.0 Coating System for Effluent Treatment Plant (ETP) 2712.0 External Coating Systems for Uninsulated Carbon Steel and Low Alloy Steel Storage

Tanks (For All Plant Locations, Coastal or Inland) - All Process Units & Off-Sites 2813.0 Internal Coating Systems for Carbon Steel and Low Alloy Storage Tanks - All

Process Units & Off-Sites 3014.0 Coating Systems for External Side of Underground Carbon Steel Plant Piping and

Underground Vessels 3215.0 Coating Under Insulation (Coastal Or Inland Plants) All Units Areas & Off-Sites 3316.0 Coating System for Carbon Steel Components of Coolers / Condensers (Internal

Protection) for Fresh Water Service 3417.0 Coating System (Internal Protection) for Galvanized or Non Ferrous or Stainless

Steel/ Duplex Stainless Steel Components of Coolers/ Condensers for Fresh WaterService 35

18.0 Storage 3519.0 Colour Code 3520.0 Identification of Vessels, Piping etc 4221.0 Painting for Civil Defence Requirements 4222.0 Quality Control, Inspection and Testing 4223.0 Guarantee 4624.0 Qualification Criteria of Painting Contractor/Sub-Contractor 4625.0 Qualification/Acceptance Criteria for Paint Coating System 4626.0 Method of Sampling & Dispatch for Laboratory Testing 48

Annexure-I Specification For TSAC 50

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

Page 48 of 126

StilMziet- ENONEERS STANDARD SPECIFICATIONOar iiiRtg Ter INDIA LIMITED FOR SURFACE PREPARATION

own ARAW/INJOSA) /A Govt a htha Unden•ingi AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 4 OF 59

1.0 GENERAL

1.1

This technical specifications shall be applicable for the work covered by the contract, andwithout prejudice to the provisions of various international codes of practice, standardspecifications etc. It is understood that contractor shall carry out the work in all respects withthe best quality of materials and workmanship and in accordance with the best engineeringpractice and instructions of Engineer-In-Charge.

1.2 Wherever it is stated in the specification that a specific material is to be supplied or a specificwork is to be done, it shall be deemed that the same shall be supplied or carried out by thecontractor.

Any deviation from this standard without written deviation permit from appropriateauthority will result in rejection of job.

1.3 This specification coven the requirement for protective coating for new construction.

2.0 SCOPE

2.1 Scope of work covered in the specification shall include, without being limited to thefollowing.

2.1.1 This specification defines the requirements for surface preparation, selection and applicationof primers and paints on external surfaces of equipment, vessels, machinery, piping, ducts,steel structures, external & internal protection of storage tanks for all services and chimneysif any. The items listed in the heading of tables of paint systems is indicative only, however,the contractor is fully responsible for carrying out all the necessary painting, coating andlining on external and internal surfaces as per the tender requirement.

2.2 Extent of Work

2.2.1 The following surfaces and materials shall require shop, pre-erection and field painting:

All uninsulated Carbon Steel & Alloy Steel equipments like vessels, Columns, storageTanks, Exchangers if any, parts of boilers etc.

All uninsulated carbon steel and low alloy plant and related piping, fittings and valves(including painting of identification marks), furnace ducts and stacks.

All insulated parts of vessels, boilers, chimneys, stacks, piping and steam piping and ifany other insulated items present.

All items contained in a package unit as necessary.

All structural steel work, pipe, structural steel supports, walkways, handrails, ladders,platforms etc.

Flare lines, external surfaces of MS chimney with or without refractory lining andinternal surfaces of MS chimney without refractory lining. (If present)

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

Page 49 of 126

0a-zetaENGINEERS STANDARD SPECIFICATION51gar fatilegW INDIA WIRD FOR SURFACE PREPARATION

laiRrIMENVOIMBIll (A GoN ot India undertaiongi AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 5 OF 59

Identification of colour bands on all piping as required including insulated aluminiumclad, galvanized, SS and nonferrous piping.

Identification lettering/ numbering on all painted surfaces of equipment/piping insulatedaluminium clad, galvanized, SS and non-ferrous piping.

Marking / identification signs on painted surfaces of equipment/piping includinghazardous service.

Supply of all primers, paints and all other materials required for painting (other thanOwner supplied materials)

Over insulation surface of equipments and pipes wherever required.

Painting under insulation for carbon steel, alloy steel and stainless steel as specified.

Painting of pre-erection/fabrication and Shop primer.

Repair work of damaged pre-erection/ fabrication and shop primer and weld joints in thefield/site before and after erection as required.

All CS Piping, equipments, storage tanks and internal surfaces of RCC tanks in ETPplant.

Quality control, testing and inspection during all stages of work (surface preparation,application of coating and testing of furnished coating).

2.2.2 The following surfaces and materials shall not require painting in general. However, if thereis any specific requirement by the owner, the same shall be painted as per the relevantspecifications:

Uninsulated austenitic stainless steel.

Plastic and/or plastic coated materials

c. Non-ferrous materials like aluminum, Cu-Ni alloy, galvanized steel.

2.3 Documents

2.3.1 The contractor shall perform the work in accordance with the following documents issued tohim for execution of work.

Bill of quantities for piping, equipment, machinery and structures etc.

Piping Line List.

c. Painting specifications including special civil defence requirements.

2.4 Unless otherwise instructed, final paint coating (i.e., application of field primer,wherever required, intermediate and top coats) on pre-erection/ shop primed

Format No. 8-00-0901-F1 Rev. 0 Copyright EIL —All rights reserved

Page 50 of 126

151fraeLA ENGINEERS STANDARD SPECIFICATIONItgar 'Matt INDIA umnB) FOR SURFACE PREPARATION

(NM Fletifie Maga,/ IA Gobi al India uncienaton9/ AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 6 OF 59

equipments shall be applied at site, only after all welding, testing on systems arecompleted as well as after completion of steam purging wherever required .

2.5 Changes and deviations required for any specific job due to clients requirement or otherwiseshall be referred to E1L for deviation permit.

3.0 REFERENCE CODES & STANDARDS

3.1 Without prejudice to the provision of Clause 1.1 above and the detailed specifications of thecontract, latest editions of the following codes and standards are applicable for the workcovered by this contract.

IS-5 : Colour codingRAL DUTCH : International Standard for colour shade (Dutch Standard)IS-101 : Methods of test for ready mixed paints and enamelsIS-2379 : Indian Standard for Pipe line identification-colour codeISO-12944 : Corrosion Protection of steel Structures by Protective Paint

SystemASTM-Vol 6.01&6.03 : American standard test methods for Paints and Coatings.ANSI A 13.1 : Scheme for identification of piping systems: American

National Standards InstitutionSSPC : Steel Structures Painting Council

3.2 Surface Preparation Standards

The latest editions of any of the following standards shall be followed for surfacepreparation:

3.2.1 ISO 8501-1 / SIS-05 59 00: ISO standard for Preparation of steel substrates beforeapplication of paints and related products. This standard contains photographs of the variousstandards on four different degrees of rusted steel and as such is preferable for inspectionpurpose by the Engineer-In-Charge.

3.2.2 Steel Structures Painting Council, U.S.A. (Surface Preparation Specifications (SSPC-SP).

3.2.3 National Association of Corrosion Engineers, U.S.A., (NACE).

3.2.4 Various International Standards equivalent to Swedish Standard for surface preparations aregiven in Table-I.

3.3 The contractor shall arrange, at his own cost, to keep a set of latest edition of above standardsand codes at site.

3.4 The paint manufacturer's instructions shall be followed as far as practicable at all times forbest results. Particular attention shall be paid to the following:

Instructions for storage to avoid exposure as well as extremes of temperature.

Surface preparation prior to painting shall be followed as per Table 8.0 to 16.0 ofthis standard shall be followed.

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

Page 51 of 126

1511teTa ENONEERS STANDARD SPECIFICATIONoga naleuw INDIA umn-ED FOR SURFACE PREPARATION

Men KROP7m3R6311 IA GOY/ India Undatalang/ AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 7 OF 59

Mixing and thinning.

Application of paints and recommended limit on time intervals in between coats.

4.0 EQUIPMENT

4.1 All tools, brushes, rollers, spray guns, blast material, hand power tools for cleaning and allequipments, scaffolding materials, shot & grit blasting equipments & air compressors etc.required to be used shall be suitable for the work and all in good order and shall be arrangedby the contractor at site and in sufficient quantity. The manufacturer's test certificates / datasheets for all the above items shall be reviewed by Engineer-in-charge at site before start ofwork.

4.2 Mechanical mixer shall be used for paint mixing operations in case of two pack systemsexcept that the Engineer-In-Charge may allow the hand mixing of small quantities at hisdiscretion in case of specific requirement for touch up work only.

5.0 SURFACE PREPARATION, SHOP PRIMER COATING APPLICATION & REPAIRAND DOCUMENTATION

5.1 General

5.1.1 In order to achieve the maximum durability, one or more of following methods of surfacepreparation shall be followed, depending on condition of surface to be painted and asinstructed by Engineer-In-Charge. Adhesion of the paint film to surface depends largely onthe degree of cleanliness of the metal surface. Proper surface preparation contributes more tothe success of the paint protective system.

Abrasive blast cleaning

Mechanical or power tool cleaning

5.1.2 Mill scale, rust, rust scale and foreign matter shall be removed fully to ensure that a clean anddry surface is obtained. Unless otherwise specified, surface preparation shall be done as perprovisions of relevant tables given elsewhere in this specification. The minimum acceptablestandard, in case of thermally sprayed metal coatings, in case of mechanical or power toolcleaning it shall be St. 3 or equivalent. In case of blast cleaning it shall be Sa 2-1/2 as perSwedish Standard SIS-055900 (latest edition) or SSPC-SP or ISO 8501-01.Blast cleaningshall be Sa 3 as per Swedish Standard in case thermally sprayed metal coatings.

Before surface preparation by blast cleaning, the surface shall be degreased by aromaticsolvent to remove all grease, oil etc.

5.1.3 Irrespective of whether external or internal surface to be coated, blast cleaning shall not beperformed where dust can contaminate surfaces undergoing such cleaning or during humidweather conditions having humidity exceed 85%. In case of internal coating of storage tanks,dehumidifier shall be used, to control humidity level below 60%. Dehumidifier shoulddepress the dew point of air in the enclosed space, sufficient enough so as to maintain it 3°C

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

Page 52 of 126

Oa ft ENGINEERS STANDARD SPECIFICATIONOg a 'Meg INDIA LIMITED FOR SURFACE PREPARATION

MON FIXOW COIORFM /A Govt kW Undertaking) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 8 OF 59

below the metal substrate temperature during centre period of blasting and coatingapplication. During the interval time between application of primer coat and subsequentintermediate and top coats or between blast cleaning completion and start of application ofprimer coat, dehumidifier unit should be in continuous operation to ensure that nocondensation occurs on substrate.

Dehumidifier should be able to maintain grain drop (moisture removal) at the rate of 25grains per pound of air per hour. Dehumidifier should have capacity of at least 2 air changesper hour of the enclosed space. All necessary psychometric data should be collected bycontractor for the given site conditions before starting operation of dehumidifier to ensurethat desired values of dew point, moisture content in enclosed scope is achieved.

Dehumidification to be maintained round the clock for surface preparation and painting tillthe total coating application is over.

Dehumidifier shall not be stopped under any condition till the entire blasted surface is primedto the satisfaction of the technical representative of the paint manufacturer interested withquality assurance for the work. In case the dehumidifier breaks down in middle of the job, thesame shall be replaced at the risk and the cost of the contractor and the entire unfinishedwork shall be repeated.

5.1.4 The Engineer in-charge shall have the right to disallow usage of dehumidifier if theperformance is not meeting the specified requirements. Under such circumstances thecontractor shall remove the equipment and replace the same with another equipment toprovide satisfactory results without any additional cost to the owner.

5.1.5 Irrespective of the method of surface preparation, the first coat of primer must be applied byairless spray/ air assisted conventional spray if recommended by the paint manufacturer ondry surface. This should be done immediately and in any case within 4 hours of cleaning ofsurface. However, at times of unfavorable weather conditions, the Engineer-In-Charge shallhave the liberty to control the time period, at his sole discretion and/or to insist on re-cleaning, as may be required, before primer application is taken up. In general, duringunfavorable weather conditions, blasting and painting shall be avoided as far as practicable.

5.1.6 The external surface of R.C.C. chimney to be painted shall be dry and clean. Any looseparticle of sand, cement, aggregate etc. shall be removed by scrubbing with soft wire brush.Acid etching with 10-15% HCL solution for about 15 minutes shall be carried and surfacemust be thoroughly washed with water to remove acid & loose particles and then driedcompletely before application of paint.

5.2 Procedure for Surface Preparation

5.2.1 Air Blast Cleaning with abrasives

The surfaces shall be blast cleaned using one of the abrasives like angular chilled cast iron orsteel grit, copper slag or Nickel slag, Al 203 particles at pressure of 7kg/cm 2 at an appropriatedistance and angle depending of nozzle size maintaining constant velocity and pressure.Chilled cast iron or steel shall be in the form of shot or grit of size in the range of G16 — G42conforming to SSPC AB I and 5250 grade size of steel shots (maximum) to obtain a desiredsurface profile of 35-50 microns trough to peak. For all other abrasives, size shall be in the

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

Page 53 of 126

aielMENGINEERS STANDARD SPECIFICATIONIguemegwir INDIA LIMITED FOR SURFACE PREPARATION

Men AMR =MOM (A GS of India UndedaIngl AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 9 OF 59

range of G16 — G24. The combination of steel grits and shots shall be normally in the ratio of3:1. The quality of abrasives shall be free from contaminants and impurities and shall meetthe requirements of SSPC AB I . Compressed air shall be free from moisture and oil. Theblasting nozzles should be venturi style with tungsten carbide or boron carbide as thematerials for liners. Nozzles orifice may vary from 3/16" to %". On completion of blastingoperation, the blasted surface shall be clean and free from any scale or rust and must show agrey white metallic luster. Primer/first coat of paint shall be applied within 4 hours of surfacepreparation. Blast cleaning shall not be done outdoors in bad weather without adequateprotection or when there is dew on the metal, which is to be cleaned. Surface profile shall beuniform to provide good key to the paint adhesion (i.e. 35 to 50 microns). If possiblevacuum collector shall be installed for collecting the abrasives and recycling.

5.2.2 Mechanical or Power Tool Cleaning

Power tool cleaning shall be done by mechanical striking tools, chipping hammers, grindingwheels or rotating steel wire- brushes. Excessive burnish of surface shall be avoided as it canreduce paint adhesion. On completion of cleaning, the detached rust mill scale etc. shall beremoved by clean rags and /or washed by water or steam and thoroughly dried withcompressed air jet before application of paint.

5.3 Non-Compatible Shop Coat Primer

For equipments on which application of total protective coating (Primer + Intermediate + topcoat) is carried out at shop, compatibility of finish coat with primer should be checked withpaint manufacturer. If the shop coat is in satisfactory condition showing no major defect uponarrival at site, the shop coat shall not be removed.

5.4 Shop coated equipments (coated with Primer & Finishing coat) should not be repainted unlesspaint is damaged. Repair shall be carried out as per Table 7.2 of paint systems dependingupon compatibility of paint.

5.5 Shop primed equipment and surfaces will only be 'spot cleaned' in damaged areas by meansof power tool brush cleaning or hand tool cleaning and.then spot primed before applying onecoat of field primer unless otherwise specified. If shop primer is not compatible with fieldprimer then shop coated primer should be completely removed before application of selectedpaint system for particular environment.

5.6 For Package units/equipment, shop primer should be as per the paint system given in thisspecification. However, manufacturer's standard can be followed after review.

As mentioned in section 2.4, all coating application at field (field primer, intermediate andtop coat) on equipments, structures, piping, etc, shall be carried out only after its erection andall welding, testing, steam purging (wherever carried out) have been completed.

5.7 Coating Procedure and Application

All paint coatings shall be applied by airless spray excepting at the following specialcases where application can be carried out by brush subject to suitability of theapplication of the paint product by brush.

Spot repairStripe coating on edges

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

Copyright EIL — MI rights reserved

Page 54 of 126

samzEift. ENGINEERS STANDARD SPECIFICATION51?eg faitegW: INDIA LIMITED FOR SURFACE PREPARATION

MUT fIRIVOIMIPM (A Ga.( al Oda undenakm AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 10 OF 59

- Small bore parts not suitable for spray application.

Irregular surfaces such as sharp edges, welds, small brackets, and interstices may stripecoated to ensure specified DFT is achieved. Paint manufacturer recommendationshould be followed before deciding for brush application.

5.7.1 Surface shall not be coated in rain, wind or in environment where injurious airborne elementsexists, when the steel surface temperature is less than 5°F above dew point when the relativehumidity is greater than 85% or when the temperature is below 40°F and when theambient/substrate temp is below the paint manufacturer's recommended temperature ofapplication and curing. De-humidifier equipment shall be used to control RH and Dew point.The paint application shall not be done when the wind speed exceeds 20km per hour.

5.7.2 Blast cleaned surface shall be coated with one complete application of primer as soon aspracticable but in no case later than 4 hrs the same day.

5.7.3 To the maximum extent practicable, each coat of material shall be applied as a continuousfilm uniform thickness free of probes. Any spots or areas missed in application shall berecoated and permitted to dry before the next coat is applied. Applied paint should have thedesired wet film thickness.

5.7.4 Each coat shall be in proper state of cure or dryness before the application of succeedingcoat. Material shall be considered dry for recoating when an additional coat can be appliedwithout the development of any detrimental film irregularities, such as lifting or loss ofadhesion of the under coat. Manufacturer instruction shall be followed for inter coat interval.

5.7.5 When the successive coat of the same colour have been specified, alternate coat shall betinted, when practical, sufficiently to produce enough contrast to indicate complete coverageof the surface. The tinting material shall be compatible with the material and not detrimentalto its service life and shall be recommended by the original paint manufacturer.

5.7.6 Airless spray application shall be in accordance with the following procedure: as per steelstructure paint Manual Vol.1 & Vol.2 by SSPC, USA, Air less spray relies on hydraulicpressure rather than air atomization to produce the desired spray. An air compressor orelectric motor is sued to operate a pump to produce pressures of 1000 to 6000 psi. paint isdelivered to the spray gun at this pressure through a single hose within the gun, a single paintstream is divided into separate streams, which are forced through a small orifice resulting inatomization of paint without the use of air. This results in more rapid coverage with less overspray. Airless spray usually is faster, cleaner, more economical and easier to use thanconventional air spray.

Airless spray equipment is mounted on wheels, and paint is aspirated in a hose that suckspaint from any container, including drums. The unit shall have in built agitator that keep thepaint uniformly mixed during the spraying. The unit shall consist of in built strainer. Usuallyvery small quantity of thinning is required before spray. In case of high build epoxy coating(two pack). 30:1 pump ratio and 0.020-0.023" tip size will provide a good spray pattern.Ideally fluid hoses should not be less than 3/8" ID and not longer than 50 ft to obtainoptimum results.

In case of gun choking, de-choking steps shall be followed immediately.

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

Page 55 of 126

1512-ada INGINEERS STANDARD SPECIFICATION#arepeow INDIA umirED FOR SURFACE PREPARATION

OfferleIRPRIM3aqi/ IA Gov1 a/ India UnclettSagl AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 11 OF 59

5.7.7 Brush application of paint shall be in accordance with the following:

Brushes shall be of a style and quality that will enable proper application of paint.

Round or oval brushes are most suitable for rivets, bolts, irregular surface, andrough or pitted steel. Wide flat brushes are suitable for large flat areas, but theyshall not have width over five inches.

Paint shall be applied into all corners.

Any runs or sags shall be brushed out.

There shall be a minimum of brush marks left in the applied paint.

Surfaces not accessible to brushes shall be painted by spray, doubers, or sheepkin.

5.7.8 For each coat the painter should know the WFT corresponding to the specified DFT andstandardize the paint application technique to achieve the desired WFT. This has to beensured in the qualification trial.

5.8 Drying of Coated Surfaces

5.8.1 No coat shall be applied until the preceding coat has dried. The material shall be considereddry for re-coating when another coat can be applied without the development of any filmirregularities such as lifting or loss of adhesion of undercoats. Drying time of the applied coatshould not exceed maximum specified for it as a first coat; if it exceeds the paint material haspossibly deteriorated or maxing is faulty.

5.8.2 No paint shall be force dried under conditions which will cause chalking, wrinkling,blistering formation of pores, or detrimentally affect the conditions of the paint.

5.8.3 No drier shall be added to paint on the job unless specifically called for in the manufacturer'sspecification for the paint.

5.8.4 Paint shall be protected from rain, condensation, contamination, snow and freezing until dryto the fullest extent practicable.

5.9 Spot Repair of Damaged Primer

5.9.1 Where pre erection shop primer has been damaged at isolated localized spots during handlingand transportation, or after erection / welding, the repair of damaged coating of pre-erection /pre-fabrication or shop primer shall be done as given below and as per the Table 7.2 of thisspecification.

5.9.2 Repair of damaged inorganic zinc silicate pre-erection / pre-fabrication or shop primer(F9) after erection / welding in the design temperature of -90°C to 400°C and damagedsilicone aluminium (F-12) pre-erection / pre-fabrication or shop primer after erection /welding for design temperature range of 401 — 550 °C.

Surface Preparation: Quickly remove the primer from damaged area by mechanical scrapingand emery paper conforming to SSPC-SP-3 to expose the white metal. Blast clean the

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

Page 56 of 126

0R-4:Aft ENGINEERS STANDARD SPECIFICATIONSiga tilaiegel INDIA LIMITED FOR SURFACE PREPARATION

11412712013Valgarff / IA Gott of Ha undertaking) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 12 OF 59

surface, if possible. Feather the primed surface over the intact adjacent surface surroundingthe damaged area by emery paper.

Primer coating: One coat of F-9 shall be applied wherever damage was observed on pre-erection / pre fabrication or shop primer of inorganic zinc silicate coating (F-9). Similarlyone coat of F-12 shall be applied wherever damage observed on pre-erection / pre-fabrication shop primer of silicone aluminium (F-12).

5.9.3 Wherever if damaged areas are found extensive and spread over large areas, then entire pre-erection / pre-fabrication or shop primer shall be removed by blasting to achieve SSPC-SP-10 then entire blasted surface shall be primed again with F-9 or F-12 as applicable for theintended design temp. (See note under table 7.2).

5.10 Paint Application

5.10.1 Shop priming/pre-erection priming with F9 or F12 shall be done only on blasted surface(SSPC-SP-10)

5.10.2 Shop priming / pre-erection priming with F9 or F 12 shall be done only with airless spray.

5.10.3 Assessment of Painting Requirement

The paint system to be applied for a specific job shall be arrived at sequentially as givenbelow:

- Identify the environment from area classification details and chose the appropriate table.

- Identify the design temperature from the technical documents

- Identify the specific field paint system and surface preparation requirement from the aboveidentified table and temperature range.

- Identify the shop priming requirement from Table 7.1 based on compatibility of the abovepaint system.

- Identify the need of repair of shop primer and execute as per Table 7.2.

5.11 Documentation / Records

5.11.1 A written quality plan with procedure for qualification trials and for the actual workincluding test and inspection plan & procedure for approval before start of work.

5.11.2 Daily progress report with details of weather conditions, particular of applications, no ofcoats and type of materials applied, anomalies, progress of work versus program.

5.11.3 Results of measurement of temperatures relative humidity, surface profile, film thickness,holiday detection, adhesion tests with signature of appropriate authority.

5.11.4 Particulars of surface preparation and paint application during trials and during the work.

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

Page 57 of 126

02zielt. ENGINEERSSTANDARD SPECIFICATION

I@Tif WeVITIV INDIA LIMITED FOR SURFACE PREPARATIONINIPPIFIRINVMMICID (A Gov of Inda Underliong) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 13 OF 59

5.11.5 Details of non-compliance, rejects and repairs.

5.11.6 Type of testing equipments and calibration.

5.11.7 Code and batch numbers of paint materials used.

The coating applicator must maintain a job record consisting of all the information as per5.11.2 -5.11.7 above as well as the approved procedure of work (5.11.1 above). The jobrecord consisting of information as required in accordance to 5.11.2 — 5.11.7 shall be enteredon daily basis and should be daily signed by Engineer-in-charge.

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

Page 58 of 126

1515036a ENGINEERS STANDARD SPECIFICATIONKiegW WA LIMITED FOR SURFACE PREPARATION

l aildleRzer7013Rdill Cdd d India Underldm9) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 14 OF 59

TABLE-1 (FOR CLAUSE 5.0)

SURFACE PREPARATION STANDARDS

SI.No. DESCRIPTION

VARIOUS INTERNATIONALSTANDARDS (EQUIVALENT) REMARKSISO 8501-1/

SIS-05 59 00SSPC-SP,

USANACE,

USA

1

Manual or hand toolcleaning

Removal of loose rust, loosemill scale and loose paint,chipping, scrapping,standing and wire brushing.Surface should have a faintmetallic sheen

ST.2 SSPC-SP-2 --

This method isapplied when thesurface is exposed tonormal atmosphericconditions whenother methods cannotbe adopted and alsofor spot cleaningduring maintenancepainting.2

Mechanical or power toolcleaning

Removal of loose rust loosemill scale and loose paint todegree specified by powertool chipping, de-scaling,sanding, wire brushing andgrinding, after removal ofdust, surface should have apronounced metallic sheen.

ST.3 SSPC-SP-3 --

3

Dry abrasive Blast cleaning

There are four commongrades of blast cleaning

3.1

White metal

Blast cleaning to white metalcleanliness. Removal of all.visible rust. Mill scale, paint& foreign matter 100%cleanliness with desiredsurface profile.

SA 3 SSPC-SP-5 NACE#1

Where extremelyclean surface can beexpected for prolonglife of paint system.

3.2

Near white metal

Blast cleaning to near whitemetal cleanliness, until atleast 95% of each element ofsurface area is free of allvisible residues with desiredsurface profile. SA 21/4 SSPC-SP-10 NACE#2

The minimumrequirement forchemically resistantpaint systems such asepoxy, vinyl,polyurethane basedand inorganic zinc.silicatelicate paints, alsofor conventional paintsystems used underfairly corrosiveconditions to obtaindesired life of paintsystem.

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

Page 59 of 126

Isdozesk-r ENGINEERS STANDARD SPECIFICATIONfatalegwv INDIA mem FOR SURFACE PREPARATION

laiRn FRaW !NW) GoA a/ India Undenaly.91 AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 15 OF 59

SI.No. DESCRIPTION

VARIOUS INTERNATIONALSTANDARDS (EQUIVALENT) REMARKS

ISO 8501-1/SIS-05 59 00

SSPC-SP,USA

NACE,USA

3.3

Commercial Blast

Blast cleaning until at leasttwo-third of each element ofsurface area is free of allvisible residues with desiredsurface profile.

SA 2 SSPC-SP-6 NO.3

For steel required tobe painted withconventional paintsfor exposure tomildly corrosiveatmosphere for longerlife of the paintsystems.

3.4

Brush-off Blast

Blast cleaning to white metalcleanliness, removal of allvisible rust, mill scale, paint& foreign matter. Surfaceprofile is not so important

SA 1 SSPC-SP-7 NO.4

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

Page 60 of 126

15illtea ENGINEERS STANDARD SPECIFICATIONItgai Bakst INDIA map FOR SURFACE PREPARATION

Men eiMEORMCFM (A Govt of India Undertalung) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 16 OF 59

6.0 PAINT MATERIALS

Paint manufacturers shall furnish the characteristics of all paints materials on original printedliterature, alongwith the test certificate for all specified characteristics given in thisspecification. All the paint materials shall be of first quality and conform to the followinggeneral characteristics as per the tables 6.1, 6.2, 6.3 and 6.4.

PAINT MATERIALS

TABLE No. 6.1 PRIMERS

SI.No.

DESCRIPTION P-2 P-4 P-6 P-7

1 Technical name

Chlorinatedrubber ZincPhosphate primer.

Etchprimer/washprimer

Epoxy zincphosphate primer

ZINGA,LOCKTITE orZRCcold galvanizing

2 Type and composition

Single pack, airdrying chlorinatedrubber basedmediumplasticised withunsaponifiableplasticizer,pigmented withzinc phosphate.

Two packpolyvinyl butyralresin mediumcured withphosphoric acidsolutionpigmented withzinc tetroxychromate.

Two componentpolyamine curedepoxy resinmedium,pigmented withzinc phosphate.

One packSynthetic Resinbased zincgalvanizingcontaining min92% of electrolyticzinc dust of99.95% purity.

3 Volume Solids % 40±3 10±1 50±1 37%

4DFT (Thy Filmthickness) per coat inmicrons

40-45 8-10 40-50 40-50p

5 Theoritical coveringcapacity in M2/coat/ litre 8-10 8-10 8-10 4m2/kg

6 Weight per litre inkgs/litre 1.3±0.05 1.2±0.05 1.4±0.05 2.67 kg at 15°C

7 Touch dry at 30°C(minimum) 30 minutes 2 hrs. After 30 min. 10 minutes

8 Hard dry at 30°C(maximum.) 8 hrs. 24 hrs. 8 hrs 24 hrs.

9 Overcoating interval Min.: 8 hrs Min: 4-6 hrs. Min.:Shrs. Min.:4 hrs

10 Pot life at 30°C for twocomponent paints

NotApplicable Not applicable 6 - 8 hrs. Unlimited

11 Temperature (Resistance(minimum)

60 °CDry service

NADry service

80°CDry service

50°CDry service

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

Page 61 of 126

15ifiziEgftENIONEERS STANDARD SPECIFICATIONstar taRegWINDIA LIMITED FOR SURFACE PREPARATION

011iTIF01112451W1, (A GM al Se Undertab19) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 17 OF 59

PAINT MATERIALS

TABLE No. 6.2 FINISH PAINTS

SI.No

DESCRIPTION F-2 F-3 F-6A/I3 F-6C F-7

1 Technical nameAcrylicPolyurethanefinish paint

Chlorinatedrubber basedfinish paint

Epoxy-High Build.coati ngSolvent lessepox coating

High build coaltar epoxycoating.

2 Type andcomposition

Two-packaliphaticisocynatecured acrylicfinish paint.

Single packplasticisedchlorinatedrubber basedmedium withchemical andweatherresistantpigments.

F-6A Two-packAromatic aminecured epoxy resinmedium suitablypigmented.F-6B: polyamidecured epoxy resinmedium suitablypigmented

Two pack,cured withAmineAdduct;catalyzedepoxy resinsuitably.pigmented

Two packpolyamidecured epoxyresin blendedwith coaltarmedium,suitablypigmented

3 Volume Solids % 40 ± 3 38±2 60±3 99+1 65±3

4DFT (Dry Filmthickness) per coat inmicrons

30-40g 30-40 100-125g 200-500 100-125g

5Theoritical coveringcapacity inM2/coat/litre

11-15 11-15 5-6 2-3 5.2-6.5

6 Weight per liter inkgs/litre 1.15±0.03 1.150.03 1.41+0.03 1.40+0.03 1.40±0.03

7 Touch dry at 30°C 30 minutes 30 minutes. 3 hrs. 3 hrs. 4 hrs.

8

Hard dry at 30°C(max)Full cure at 30°C (forimmersion/ hightemperature service)

8 hrs 8 hrs16 hrs

5 days 16 hrs48 hrs

5 days

9 Over-coating intervalat 30°C

Min.12 hrs. Min.:Overnight

Min.: OvernightMax.: 5 days

Min.: 8 hrs.Max.: 48 hrs.

Min.: 24 hrsMax.: 5 days.

10Pot life (approx.) at30°C for twocomponent paints

6-8 hrs. otapplicable 4-6 hrs 30 minutes 4-6 hrs.

11

TemperatureResistance(minimum)

80 °CDry service

min

60 °CImmersion

service80°C

Dry service

120°C(Diyservice),

50°C(Immersion

service)

125°CImmersion

service

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

Page 62 of 126

Owes ENGINERS STANDARD SPECIFICATIONoges kveg INDIA Limo) FOR SURFACE PREPARATION

Wien diereer eagatale deort d India Undertaking) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 18 OF 59

PAINT MATERIALS

TABLE No. 6.3 FINISH PAINTS

SI.No DESCRIPTION F-8 F-9 F-11 F-12

1 Technical name

Self priming typesurface tolerant

high build epoxycoating (complete

rust controlcoating).

Inorganic zincsilicate coating

Heat resistantsynthetic mediumbased two pack

Aluminium paintsuitable upto

250°C dry temp.

Heat resistantsilicone

Aluminium paintsu table upto

500 °i C dry temp.

2 Type & composition

Two pack epoxyresin based

suitablepigmented and

capable ofadhering tomanually

prepared surfaceand old coating.

A two pack airdrying self curing

solvent basedinorganic zinc

silicate coating withminimum 80% zinccontent on dry film.

The final cure ofthe dry film shallpass the MEK rub

test.

Heat resistantsynthetic mediumbased two pack

Aluminium paintsuitable upto

250°C.

Single packsilicone resinbased medium

with Aluminiumflakes.

3 Volume Solids % 7813 60±3 3810.03 2012

4DFT (Dry Filmthickness) per coat inmicrons

100-125 65-75p 15-20g 15-20g

5Theoritical coveringcapacity in M2/coat/litre

6.0-7.2 8-9 10-12 8-10

6 Weight per liter inkgs/litre 1.4110.03 2.310.03 0.95±0.03 1.0010.03

7 Touch dry at 30°C(maximum) 3 hrs. 30 minutes. 3 hrs. 30 minutes.

8

Hard dry at 30°C(maximum)Full cure 30°C (forimmersion thightemperature service)

24 hrs

5days

12

NA

12 hrs

NA

24 hrs

NA

9 Over-coating interval Min.: 10 hrs Mm.: 12 hrsMb. . at 20°C& 50 % RH 24 lin Mb.: 24 hrs

10 Pot life at 30°C for twocomponent paints 90 minutes. 4-6 hrs. Not applicable Not applicable

11 TemperatureResistance (minimum)

80 °CDry service

400 °CDry service

250°CDry service

500°CDry service

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

Page 63 of 126

ate ENGINEERSazir Wear INDIA LIMITED

NOM MN ?AMMO (A GS of kola tAlerlicing)

STANDARD SPECIFICATIONFOR SURFACE PREPARATIONAND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 19 OF 59

PAINT MATERIALS

TABLE No. 6.4 FINISH PAINTS

SI.No

DESCRIPTION F-14 F-15 F-16 F-17

1 Technical name Polyamine curedcoal tar epoxy

Two-componentEpoxy phenoliccoating cured withPolyamine adducthardner system(primer +intermediate coat+ finish paint)

Ambient temperaturecuring Poly Siloxanecoating/High buildcold aapplied inorganiccopolymer basedaluminium coatingsuitable for under.Insulation coating ofCS and SS piping forhigh temperatureservice.

Two componentsolvent free typehigh build epoxyphenolic/novalacepoxy phenoliccoating cured withPolyamine adducthardner system

2 Type & composition

Speciallyformulatedpolyamine curedcoal tar epoxysuitable forapplication underinsulation

Two pack ambienttemperature curingepoxy phenoliccoating systemsuitable forapplication underinsulation ofCS/SS piping

Amercoat 738 fromPPG Protective &Marine Coatings orIntertherm 751 CSA ofInternational (AkzoNobel). Note: 6

Two componentsolvent free typehigh build epoxyphenolic/novalacepoxy phenoliccoating cured withPolyamine adducthardner system

3 Volume Solids % 70±3 70±3 60±2 98-100

4DFT (Dry Filmthickness) per coat inmicrons

100-125 75-100 75-100 125- 150

5Theoritical coveringcapacity in M2/coat/litre

5-8 4-5 7.0- 9.0 6.5 - 8

6 Weight per liter inkgs/litre (mix paint) 1.4540.03 1.650.03 1.3 1.7

7 Touch dry at 30°C(maximum) 4 hrs 3 hrs 1 hr 2 hrs

8

Hard dry at 30°C(maximum)Full cure 30°C (forimmersion Thightemp. service)

24 hrs

168 hrs (7 days)

24 hrs

168 hrs (7 days)

16 hrs

-

24 hrs

168 hrs (7 days)

9 Over-coating interval Min. 6 hrsMax.S days

Min. 36 hrsMax.21 days

Min.16 hrsMax. Not applicable

Min. 16 hrsMax.21 days

10Pot life at 30°C fortwo componentpaints

4 hrs 4-6 hrs 1 hr 1 hr

11

TemperatureResistance

-45°C to 125°Cunder insulationAnd immersion

-45°C to 150°Cunder insulation &

immersion(Note: 5)

upto 400 °C for C.Steel & S. Steel forIntertherm 751 CSAupto 480 °C for C.

Steel & upto 600 °Cfor S. Steel forAmercoat 738

-45°C to 150°C forimmersion service

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

Page 64 of 126

0151-43-eta ENGINEERSSTANDARD SPECIFICATION

Igtlf Emegw INDIA LIMIIID FOR SURFACE PREPARATIONIMWIFIRMFMWD IA Gobi of Incl. Unded*V AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 20 OF 59

NOTES (for tables 6.1 to 6.4):

Covering capacity and DFT depends on method of application. Covering capacityspecified above are theoretical. Allowing the losses during application, min specifiedDFT should be maintained.

All primers and finish coats should be cold cured and air drying unless otherwisespecified.

All paints shall be applied in accordance with manufacturer's instructions for surfacepreparation, intervals, curing and application. The surface preparation, quality andworkmanship should be ensured. In case of conflict between this specification andmanufacturer's recommendation, the same shall be clarified through EIL SMMSdepartment.

Technical data sheets for all paints shall be supplied at the time of submission ofquotations.

F-15: Two-component Epoxy phenolic coating cured with Polyamine adduct hardnersystem (primer + intermediate coat + finish paint) suitable upto 225°C (Intertherm 228from M/s Akzo Nobel Coatings India Pvt Ltd. Bangalore). For all other companies, thetemperature resistance shall be a maximum of 150°C.

F-16: Ambient temperature curing epoxy poly siloxane Coating or high build coldapplied inorganic co-polymer based aluminium coating.

Amercoat 738 from PPG Protective & Marine coatings. Mumbai, is suitable up to480°C for CS surfaces and 600°C for SS surfaces.

Intertherm 751 from Akzo Nobel Coatings India Pvt Ltd. Bangalore, Inorganic co-polymer cold applied Aluminium spray coating is suitable upto 400°C of CS & SSsurfaces.

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

Page 65 of 126

fit ENGINEERS STANDARD SPECIFICATIONligar ta2eg ie INDIA LIMITED FOR SURFACE PREPARATION

1 11101.124112=3WRI■ IA Gen a/ Ind4a Undertalng) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 21 OF 59

7.0 COATING SYSTEMS

The coating system should be selected based on the Plant location as given below:

Classification based on Plant Location:

a) Plant located in Inland area (more than 50 km from coast);Environment Classification — Industrial

For offsite areas: Table 9.0 to be followed

For all unit areas including DM,CPP and Cooling Tower: Table 10.0 to befollowed

b) Plant located on sea coast or within 50 km from sea coast;Environment classification- Industrial marine

-

For offsite area, as well as all unit area including DM, CPP, Cooling Tower:Table 10.0 to be followed

c) For external surface of above ground tanks, table 12.0 to be followed for alllocations (Inland or coastal)

Notes:

Coating systems (Primers, Finish Paints etc.) based on Areaclassification/environments/Applications are tabulated in Table 8.0 to Table 17.0

Primers & Finish paints covered in Tables 8.0 to 17.0 are listed in Table 7.1.

3. Repair of Pre-Erection/Pre-Fabrication & Shop priming after erection/ welding shall bedone as per Table 7.2.

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

Page 66 of 126

el ENGINEERS STANDARD SPECIFICATION

lita Raft INDIA LIMITED FOR SURFACE PREPARATION

imeneRanuoim IA GNI d Undertakng) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 22 OF 59

TABLE 7.1: LIST OF PRIMERS & FINISH COATS COVERED IN TABLE NOS. 8 to 18.0

PRIMERS

P-2 Chlorinated rubber zinc Phosphate Primer

P-4 Etch Primer/Wash Primer

P-6 Two component Epoxy Zinc Phosphate Primer cured with polyamine hardener

P-7Single pack, cold galvanizing compounds containing minimum 92% electrolytic zinc in dry film.

make ZINGA, LOCKTITE (of HENKEL) or ZRC

FINISH COATS / PAINTS

F-2 Two component Acrylic — Polyurethane finish paint

F-3 Chlorinated Rubber finish paint

F-6A High Build Epoxy finish coating cured with polyamine hardener

F-6B High Build Epoxy finish coating cured with polyamide hardener

F-6C Solvent less Epoxy Coating cured with poly amine hardener

F-7 High. build Coal Tar epoxy coating cured with polyamine hardener

F-8 Self priming surface Tolerant High Build epoxy coating. cured with polyamine hardener

F-9 Two component Inorganic Zinc Silicate coating

F-11 Heat resistant synthetic medium based Aluminium paint

F-12 Two component Heat resistant Silicone Aluminium paint.

F-14 Specially formulated coal tar epoxy coating. cured with polyamine hardener

F-15 Two component Epoxy phenolic coating cured with Polyamine adduct hardener system

F-16Engineered Epoxy poly Siloxane Coating or high build cold applied inorganic co-polymer based

aluminium coating

F-17Two component solvent free type high build epoxy phenolic/novalac epoxy phenolic coating cured

with Polyamine adduct hardener system

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

Page 67 of 126

latrazieLre ENGINEERS STANDARD SPECIFICATIONlgaf Efieg NDIA LIMITED FOR SURFACE PREPARATION

lageR21201701JMAI (A Govt Lea Undertakin) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 23 OF 59

TABLE 7.2 REPAIR OF PRE-ERECTION/PRE-FABRICATION OR SHOP PRIMERAFTER ERECTION/WELDINGFor all un-insulated CS, LTCS & low allow steel items in all Environments

SI.No. Design Temp. in °C Surface

Preparation Coating SystemTotal DFTin Microns

(min.)Remarks

7.2.1 -90 to 400 SSPC-SP-3 1 coat of F-9 65-75 See notebelow and

7.2.2 401 to 550 SSPC-SP-3 1 coat of F-12 20 clause 5.9.3

NOTES

1 The application and repair of pre-erection/pre-fabrication or Shop Primer given in above tablesshall be done for all the items to be painted. In case the damages of primer are severe and spreadover large area, entire primer shall be removed by blasting to achieve SSPC-SP-10 and surfacesto be primed again with F-9 or F-12 as applicable.

TABLE 8.0 COATING SYSTEM FOR GRATINGS, ROLLING & STATIONERYLADDERS, SPIRAL STAIRWAYS AND HAND RAILS IN ALL LOCATION

SI.No.

DesignTemp. in

°CCoating System Total DFT

in Microns (min.)

8.1 Up to 60

Hot Dip Galvanizing to 80-85 microns (600-610gm/m2)as per IS 4759, 2629, 4736, 2633 +

1 coat of P-6 @ 40u DFT/coat + 1 coat of F-2 @ 40microns DFT/coat

80 microns of finish coat(excluding the thickness of(excluding

)

NOTES:

1 No galvanized specimen shall have thickness less than 80 microns.

2 Repair of the damaged area of galvanized coatings due to welding during erection shall becarried out as per recommended practice IS 11759 using cold galvanizing spray process.Organic Paint systems are not acceptable for repair.

3 After repair of damaged galvanized coating by Cold Galvanized, the repaired area shall be topcoated with paint system as given in Table 8.0 above (i.e., 1 coat of P-6 @ 40g DFT/coat + 1coat of F-2 @ 40g DFT/coat).

4 Approved Cold Galvanizing manufacturers are ZINGA, LOCKTITE or Z.R.C.

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

Page 68 of 126

PlitiegaENONIEERS STANDARD SPECIFICATIONOga ft W INDIA UMITED FOR SURFACE PREPARATION

AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 24 OF 59

lam mewl:limn.) IA Gal of w. undmanno

TABLE 9.0 COATING SYSTEM FOR OFFSITE AREA (INLAND PLANTS)For external surfaces of Un-insulated & aboveground (atmospheric exposure)Structures, Piping, Vessels, Equipments, Pumps, etc. (Note-1); (For Carbon Steel,LTCS & Low Alloy Steel). See Note Below*

SI.No.

DesignTemp. in

° C

SurfacePreparation &

Pre-erection/ShopPrimer

Coating System(Post-erection / Field)

Total FinalDFT

in Microns(min.)

RemarksPrimer Finish Coat

9.1 -90 to -15SSPC-SP-10;

lcoat of F-9 @65-75p DFT/coat

None None 65-75No over-coating to bedone on

lead to mudcracking.

F-12 shall beambienttemperaturecuring type

9.2 -14 to 60SSPC-SP-10;

1 coat of F-9 @65-75p DFT/coat

None I coat of F-2 @40p DFT/coat

F-9 as it will105-115

9.3 61 to 80SSPC-SP-10;

lcoat of F-9 @65-75g OFT/coat

None 1 coat of F-2 @40g DFT/coat 105-115

9.4 81 to 250SSPC-SP-10;

I coat of F-9 @65-75p DFT/coat

None

2 coats of F-1120p

DFT@/coat;(2x20=40)

105

9.5 251 to 400SSPC-SP-10;

1 coat of F-9 @65-75p DFT/coat

None

2 coats of F-12@ 20p

DFT/coat(2x20=40)

105-115

9.6 401 to 550SSPC-SP-10;

lcoat of F-12 @20g DFT/coat

None2 coats of F-12@20g DFT/coat

(2x20=40)60

* Flare line within unit or offsite areas shall be coated as per Clause 10.3 of Table 10.0, buthaving finish coat of 2 coats of F-12.

NOTES:

1 The list of items given in the heading of the above table is not exhaustive. There may be moreitems for a particular contract where these specifications are used. The Contractor is fullyresponsible for completing painting including prefabrication primer for all the items suppliedand fabricated through his scope of work as per tender document.

2 If the Pre-erection/Pre-fabrication & Shop Primer has already been completed, the same shall notbe repeated again in the field. In case the damages of primer are severe and spread over largeareas, the engineer-in-charge may decide & advise re-blasting and priming again. Repair of pre-fabrication/pre-erection primer, if required, shall be done as per Table 7.2.

3 In case of Paint systems as per SI. Nos. 9.5 and 9.6, the color bands shall be applied over theAluminum paint as per the Color coding requirement for specific service of piping given inClause 19.0.

4 All coating system including surface preparation, primer, and finish coat for piping shall be doneat field only.

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

Page 69 of 126

15Naega- ENGNEERSSTANDARD SPECIFICATION

5litaf talateltli INDIA LMTED FOR SURFACE PREPARATIONeRternorni IA God al Indo Undenalogl AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 25 OF 59

TABLE 10.0 COATING SYSTEM FOR UNIT AREAS AS WELL AS DM, CPP,COOLING TOWER OF INLAND PLANTS AND FOR ALL AREAS (UNIT,OFFSITE, DM, CPP, etc.) OF COASTAL PLANTS

For external surfaces of un-insulated and above ground (atmospheric exposure)structures, piping, vessels, equipments, external surface of MS chimney/stacks,RCC chimney, internal surface of MS chimney without refractory lining, towers,columns, pumps, compressors, blowers etc. of carbon steel, LTCS & low alloysteels (note-1)

SI.No.

DesignTemp. in °C

Surface Preparation &Pre-erection/Shop

Primer

Coating System(Post-erection / Field)

Total DFTin

Microns(min.)

RemarksPrimer Finish Coat

10.1 -90 to -15SSPC-SP-10;

lcoat of F-9 @65-75g DFT/coat

None None 65-75No over-

coating to bedone onF 9 as it willlead to mudcracking.

temperaturecuring type

c) Finish coatincludingprimercompatiblewith finishcoat (i.e. fieldprimer) shallbe applied atsite only.Finishcoating is notpermitted atequipmentmanufactureshop.

10.2 -14 to 80SSPC-SP-I 0;

lcoat of F-9 @65-75p DFT/coat

1 coat of P-6@ 40 p

DFT/coat

2 coats of F-6A@ 100 g

DFT/coat + 1coat of F-2 @4 0p DFT/coat;(2x100 + 40=

240)

F-12 shallbe ambient

345_355

10.3 81 to 400SSPC-SP-10;

lcoat of F-9 @65-75p DFT/coat

None

2 coats of F-12@ 20p

DFT/coat2x20=40

105-115

10.4 401 to 550SSPC-SP-10;

lcoat of F-12 @20p DFT/coat

None

2 coats of F-12@ 20p

DFT/coat;(2x20=40)

60

NOTES:

The list of items given in the heading of the above table is not exhaustive. There may be moreitems for a particular contract where these specifications are used. The Contractor is fullyresponsible for completing painting including prefabrication primer for all the items suppliedand fabricated through his scope of work as per tender document.

If the Pre-erection/Pre-fabrication & Shop Primer has already been completed, the same shall notbe repeated again in the field. In case the damages of primer are severe and spread over large

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

Page 70 of 126

ail-ileaENGINEERS STANDARD SPECIFICATION Eififtw INDIA LIMITED FOR SURFACE PREPARATION

imprriWREM3001411 (A GS of In& Undertalargl AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 26 OF 59

areas, the engineer-in-charge may decide & advise re-blasting and priming again. Repair of pre-fabrication/pre-erection primer, if required, shall be done as per Table 7.2.

For external surface of MS chimney with or without refractory lining and for internal surfacewithout refractory lining, paint system as per 10.3 above shall be followed.

For external surface of RCC Chimney, 2 coats of F-6 @ 10012 DFT/coat to obtain total DFT of200 p. shall be applied after proper surface preparation as per guidelines in 5.1.6.

In case of paint systems as per SI. Nos. 10.3 and 10.4, the colour bands shall be applied over theAluminum paint as per the Color coding requirement for specific service of piping given inClause 19.0.

All coating system including surface preparation, primer, finish coat for piping shall be done atsite/field only.

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

Page 71 of 126

OWIETte. ENONEERS STANDARD SPECIFICATION1ga fa2e3 WV INDIA LIMITED FOR SURFACE PREPARATION

Olen eiROIMMICR)A GM a/ Incia Undertalong) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 27 OF 59

TABLE 11.0 COATING SYSTEM FOR EFFLUENT TREATMENT PLANT (ETP)

SI.No.

Design Temp.in °C Surface Preparation

Coating System TotalDFT inMicrons(min.)

RemarksPrimer Finish Coat

11.1For Extemal Surfaces of C.S./M.S. items: Screens, Walk way bridges, Baffles, Dual media filters,Vertical pumps, piping in treated effluent sump, bio sludge pump, Screw pump and pump house, CStanks, sumps and vessels.

-14 to 80 SSPS-SP-101 coat of F-9@ 65-75gDFT/coat

2 coats ofF-6A @100gDFT/coat + 1

of F-2 @coat40g

DFT/coat;(2x100+40=2

40)

305-315 -

11.2 For Internal Surfaces of CS/MS Items: Bio-sludge sump, Fil er feed sump, Process sump, Sanitarysump, Transfer ump, Sludge, Slop oil tank, scrapping mechanism in Clarifier

-14 to 80 SSPS-SP-101 coat of F-9@ 65-75gDFT/coat.

3 coats ofF-6A @100g

DFT/coat(3x100=300)

365-375 Note:1

11.3 All R.C.C./concrete surfaces exposed to effluent water / liquid such as tanks, structures, drains etc. inProcess sump, TPI separator (Process and Oil), Aeration Tank and Transfer sump etc.

-14 to 80

Blast cleaning to SSPC-SPguide lines and Acidetching with 10-15% HCIacid followed by thoroughwater washing.

Epoxy Screed lining

applied as per

3mm

Epoxy screedlining shall be

specificmanufacturerand Engineer-in-Chargeinstructions

11.4 C.S/M.S Dual media filters (Internal), Chemical dosing tanks(intemal such as Di-AmmoniumPhosphate (DAP) and Urea

Up to 60 SSPC-SP-10Natural Rubber Lining(As per IS 4682, Part 1) 4.5mm

NaturalRubber lining

shall beapplied as per

specificmanufacturerand Engineer-

in-Chargeinstructions

NOTES

1. The paint /coating manufacturers shall provide their Quality control test certificate of coatingmaterials (F-6A) for immersion service of the exposed effluent given in 11.2.

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

Page 72 of 126

azdZICS ENGNEERS STANDARD SPECIFICATIONOa' 111e W INDIA LIMITED FOR SURFACE PREPARATION

(02,121POIRCOMWM (A Sort el In& Undeftmg ) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 28 OF 59

TABLE 12.0 EXTERNAL COATING SYSTEMS FOR UNINSULATED CARBON STEELAND LOW ALLOY STEEL STORAGE TANKS (For all plant locations, coastalor inland)

All Process Units & Off-sites

SI.No.

Design Temp.in °C

SurfacePreparation

(Field)

Coating system (Field)(see note 1 below)

TotalDFT

inMicrons(min.)

Remarks

Primer Finish Coat

12 1'All external surfaces of shell, wind girders, appurtenances, roof tops of all above ground tank including top

.side of external and internal floating roof and associated external structural works.

12.1.1 -14 to 80 SSPC-SP-10lcoat of F-9 @ 65-75pDFT/coat + lcoat of P-6@ 40p DFT/ coat ;

2 coats of F-6A @100p DFT /coat + 1coat of F-2 @ 40pDFT/ coat;

345-355

F-6 shouldbe suitable

foroccasional

waterimmersion

12.1.2 81 to 150 SSPC-SP-101 coat of F-15 primer @80p DFT/ coat + 1 coatof F-15 intermediatecoat @ 80p DFT/coat ;

1 coat of F-15 finishcoat @80p DFT/ coat +lcoat of F-2 @ 40pDFT/ coat;

280 -

12.1.3 151 to 500 SSPC-SP-10 lcoat of F-9 @ 65-75pDFT/coat

2 coats of F-12 @20 pDFT/ coator

1 coat of F-16 @ 50 pDFT / coat

105or

115 -

12.2 External surfaces of bottom pla e (soil side) for all storage tanks.

12.2.1 -14 to 80 SSPC-SP-10 1 coat of F-9 @65-75p DFT/ coat

3 coats of F-7@ 100pDFT/coat (3x100=300)

365_375

F-7 shouldbe suitable

forimmersionservice of

theproducts

given

12.2.2 81 to 150 SSPC-SP-10

1 coat of F-15 primer @80p DFT/ coat + 1 coatof F-15 intermediatecoat @ 80p DFT/coat ;(80+80=160)

1 coat of F-15 finishcoat @ 80p DFT/ coat 240 -

12.2.3 151 to 550 SSPC-SP-10 1 coat of F-16 @ 125 pDFT /coat

1 coat of F-16 @ 125 pDFT /coat 250 -

12.3 For underside of the bottom plate (in case tank is not lifted during PWHT) (see Note 2c)

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

Page 73 of 126

5Rizth ft ENGINEERS

1@U Elffleg NDIA LIMITED

leiarr FIROIMIWII IA Gut d India Undedalung)

STANDARD SPECIFICATIONFOR SURFACE PREPARATIONAND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 29 OF 59

For CSSSPC SP-6Commercial

Productsfrom

JOTUN or

12.3.1 -180 to 650 Blast 1 coat of inert polymericmatrix coating @ 125 u

2 coats of inertpolymeric matrixcoating @ 125 Ft

350-400

HI-TEMPcoatings or

SKFORMULA TIONS are

recommended.

For SSSSPC SP-1with non-chlochloridesolvent

NOTES

All paint coating application including primer for tankage shall be carried out at field aftererection and completion of all welding.

For underside of bottom plate :Painting shall be carried out before laying of bottom plate for tanks with Non-Post WeldHeat Treatment (PWHT).For tanks with PWHT, painting shall be carried out after PWHT.

c) In case tank is not lifted during PWHT then painting shall be applied before laying of bottomplate, clause no. 12.3.1 shall be followed.

Caution: PWHT temperature shall not exceed 650°C.

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

Page 74 of 126

151fizieta ENCINEERS STANDARD SPECIFICATION

Oga tiRegs INDIA LMTED FOR SURFACE PREPARATIONINF 212(INVINMER) (A Gout of kb Undettiong) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 30 OF 59

TABLE 13.0 INTERNAL COATING SYSTEMS FOR CARBON STEEL AND LOW ALLOYSTORAGE TANKS

All Process Units & Off-sites

SI.No.

DesignTemp. in °C

SurfacePreparation

(Field)

Coating system (Field)(see note 1 below)

TotalDFT

inMicrons(min.)

Remarks

Primer Finish Coat

CRUDE OIL, ATF, TURPENTINE OIL, LUBRICAT NG OIL AND VEGETABLE OILUnderside of floating roof, internal surface of cone roof, inside of bottom plate, Internal surfaces of Shell

13.1 - including wetted and free board height, oil side surfaces of deck plates, oil side surfaces of pon oons,roof structures, structural steel, ladders and other CS internals

1 coat of F-15intermediate coat @

13.1.1 -14 to 90 SSPC-SP-10 1 coat of F-15 primer a—800 DFT/ coat 800 DFT/coat + 1 coat

of F-15 finish coat @240-300 -

80p DFT/ coat,

PETROLEUM PRODUCTS & INTERMEDIATES like LDO, HSD , GAS OIL, FEEDS ofFCC-PC, FCC-LCO, VGO-HDT, ISOM, DHDT, REFORMATE, DCU, NHT & GASOLINE,

13.2 NAPHTHA, ISOMERATE AND KEROSENE.Underside of Floating roofs, internal surface of cone roof, inside of bottom plate, internal surfaces ofBare shell for full height, underside of floating roof, oil side surfaces of deck plates, oil side surfaces ofpontoons, support structures and ladders etc.

13.2.I -14 to 45 SSPC-SP-10 I coat of F-9 @

75 0 DFT/coat - 75 Note 2

1 coat of F-15

13.2.2 46 to 90 SSPC-SP-10 1 coat of F-15 primer @

80p DFT/ coat

intermediate coat @80p DFT/coat + 1 coatof F-15 finish coat @

240-300 -

800 DFT/ coat;

13.3 POTABLE AND FIRE WATERAll internal surfaces, accessories and roof structures of Cone and Dome roof tanks

13.3.1 -14 to 60 SSPC-SP-10 1 Coats of P-6 @

100 0 DFT/coat;

2 Coats of F-6A @1000 DFT/ Coat;

(2x100=200)300-350 Note-4

13.4 DE-MINERALIZED (DM) WATERAll internal surfaces, accessories and roof structures of Cone and Dome roof tanks

13.4.1 -14 to 60 SSPC-SP-i0 1 Coats of P-6 @

1000 DFT/coat;

2 coats of F-6C @200p DFT/ coat;

(2x200=400)400-450 -

1 coat of F-15intermediate coat @

13.4.2 61 to150 SSPC-SP-10 1 coat of F-15 primer @

800 DFT/ coat800 DFT/coat + 1 coatof F-15 finish coat @ 240-300

800 DFT/ coat;(80+80=160)

13.5 HYDROCHLORIC ACID (HCI) 10 %All internal surfaces, accessories and roof structures of Cone and Dome roof tanks

13.5.1 -14 to 60 SSPC-SP-10 None Natural Rubber Lining 4.5 mm -

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

Page 75 of 126

ofteiftENGINEERS STANDARD SPECIFICATIONogaiEgRegewr INDIA um-rED FOR SURFACE PREPARATION

114M MK,'"UMR0 IA GS of Undertaiong) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 31 OF 59

13.6AGGRESSWE SOLVENTS LIKE HEXANE, HEXENE, BENZENE, XYLENE AND TOLUENEAll internal surfaces, accessories and roof structures of Cone and Dome roof tanks

13.6.1 -14 to 65 SSPC-SP-10 1 coat of F-9 @ 75p

DFT/ coat --- 75

13.7 ETHYLENE GLYCOL (EG) TANKSInternal shell-full height, bottom plate, underside of roof and all accessories

13.7.1 All SSPC-SP-10 None

3 coats of vinylchloride co-polymerAMERCOAT 23 @

75p /Coat;(3x75=225)

225 -

13.8 Inside pontoon and inside of double deck of all floatingroofs13.8.

1 - 14 to 80 SSPC-SP-3 1 coat of F-8 @ 100p 1 coat of F-8 @ 100pDFT/coat DFT/coat 200

13.9 WET SLOPS, AMINE soluCons, SOUR WATER , WATER DRAW OFFAll internal surfaces, accessories and roof structures of Cone and Dome roof tanks

13.9.1 -14 to 90 SSPC-SP-]0 1 coat of F-15 primer @

80p DFT/ coat

1 coat of F-15intermediate coat @

80p DFT/coat + 1 coatof F-15 finish coat @

80p DFT/ coat;(80+80=160)

240

13.10

VACUUM RESIDUE, FUEL OIL , DRY SLOP, BITUMEN AND OTHER HIGH TEMPERATUREHYDROCARBON LIQUIDSUnderside of floating roof, internal surface of cone roof, bottom plate, inside of bare shell — includingwetted and non wetted surfaces, oil side surfaces of deck plates, oil side surfaces of pontoons, roofstructures, structural steel and ladders

13.10.1 Up to 150°C SSPC-SP-10 1 coat of F-17 primer

@ 125p DFT/ coat

1 coat of F-17intermediate coat @

125p DFT/coat + 1 coatof F-17 finish coat@125p DFT/ coat.

(125+125=250)

375 _.. N..ote:3

13.11 ALKALIS UP TO 50 % CONCENTRATIONAll internal surfaces, accessories and roof structures of Cone and Dome roof tanks

13.111 Up to 60°C SSPC-SP-10 1 coat of F-15 primer

80p DFT/ coatmer @ 2 Coats of F-6 A @

100p DFT/coat;(2x100=200)

280-100 -

NOTESI. All paint coating application including primer shall be carried out after erection and completion

of all welding work at site.

F-6A should be suitable and resistant for immersion service for the respective Hydrocarbons.

This system can be used where maximum operating temperature is below 150°C and designtemperature is upto 200°C. Cases of operating temperature > 150°C are not covered in this spec,such cases shall be covered in the job specifications.

4 F-6 A shall be suitable for drinking water service and should have competent authoritycertification.

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

Page 76 of 126

ateaftINGINEERSSTANDARD SPECIFICATION

Igar fitileuW WA LIMITED FOR SURFACE PREPARATIONIiik717421191PONAZIPI) IA GM al Ma Undslasn91 AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 32 OF 59

TABLE 14.0 COATING SYSTEMS FOR EXTERNAL SIDE OF UNDERGROUNDCARBON STEEL PLANT PIPING AND UNDERGROUND VESSELS

SI.No.

DesignTemp. in

°C

SurfacePreparation

&Shop Primer

Coating system (Field) Total FinalDFT

in Microns(min.)

RemarksSurfacePreparation &

min.)Finish Coat

14.1 Underground carbon steel plant piping

14.1.1 25 to 65 ---

SSPC-SP-10;

1 coat of syntheticfast drying primer25 @it DFT/ coat

I layer of coaltar tapecoating @ 2mm +1

coat of synthetic fastdrying primer 25 @u

OFT/ coat + 1 layer ofcoal tar tape coating @

2mm /layer as perEIL Standard

Specification No6-79-0011

4 mm

The primerDFT is notmeasurable.

Reconciliationprimer shallbe done bycoverage of

maximum 10sq.m/litre

14.2.1 66 to 150 ---

SSPC-SP-10;

1 coat of F-17primer @ 125u

DFT/ coat

1 coat of F-17intermediate coat @125u DFT/coat + Icoat of F-17 finish

coat @125u DFT/ coat

375 -

14.2.2 151 to 400 ---

SSPC-SP-10;

1 coat of F-I6primer @l25µ

DFT/ coat

1 coat of F-16 finishcoat @125u DFT/ coat 250 -

14.3 External side of un-insulated underground storage vessels

14.3.1 -40 to 80

SSPC-SP-10;

I coat of F-9@

65-75u DFT/coat

-- 3 coats of F-7 @ 100uDFT/coat 365-375 -

14.3.2 81 to 150

SSPC-SP-10;

1 coat of F-17primer @

125u DFT/coat

---

I coat of F-17intermediate coat @125u DFT/coat + 1coat of F-17 finishcoat @12512 DFT/ coat

375 -

143.3 151 to 400

SSPC-SP-10;

I coat of F-16primer @

125u DFT/coat

--- 1 coat of F-16 finishcoat @125u DFT/ coat 250 -

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

Page 77 of 126

sfillteifitENONEERS STANDARD SPECIFICATIONazo eies INDIA utsiTED FOR SURFACE PREPARATION

IMIPWd3,0111 IA GOA d loan Undeglaan9) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 33 OF 59

TABLE 15.0

COATING UNDER INSULATION (COASTAL OR INLAND PLANTS). ALLUNITS AREAS & OFF-SITESFor insulated Piping, Equipments, Storage vessels, tanks, Columns etc of CarbonSteel, LTCS, Low Alloy Steel & Stainless Steels

SI.No.

DesignTemp. in °C

SurfacePreparation &

Pre-erection/Shop

Primer

Coating System(Post-erection / Field)

TotalFinalDFT

inMicrons(min.)

RemarksPrimer/

Intermediate Finish Coat

15.1 Carbon steel, LTCS and low Alloy steel Piping

15.1.1 -45 to 120SSPC-SP-10;

'coat of F-15 @75p DFT/coat

1 coat of F-15 @75p DFT/coat

2 coats of F-15 @75p DFT/coat;

(2x75= 150)225- 250 -

15.1.2 121-540SSPC-SP-10;

'coat of F-12 @20p DFT/coat

None2coat of F-I2 @20p DFT/coat;

(2x20=40)60 -

15.2 Carbon steel, LTCS and low Alloy steel - Storage vessels, Reactors, Columns & Equipments

15.2.1 -45 to 120SSPC-SP-10;

'coat of F-15 @75p DFT/coat

1 coat of F-15 @75p DFT/coat

2 coats of F-15 @75p DFT/coat;

(2x75= 150)225- 250 -

15.2.2 121 to 540

Temporary oilbased varnishcoating to beprovided fortransport and

storage

Thermally Sprayed Aluminium coating(TSAC)

Refer ANNEXURE-I - -

153 Stainless Stee (SS) including Alloy-20 piping (Note:2)

15.3.1 -180 to Zero

For CSSSPC SP-6

Commercial Blast 1 coat of inertpolymeric matrixcoating @ 125 p

2 coats of inertpolymeric matrixcoating @ 125 p

350-400

Products fromJOTUN or HI-

TEMP coatings orSK

FORMULATIONSare recommended.

For SSSSPC SP-1 with

non-chloridesolvent

15.3.2 0 to 125

SSPC-SP-10(15-25p surface

profile)1 coat of F-15@80 p DFT/coat

1 coat of F-15intermediate coat

@80 p DFT/coat

1 coat of F-15finish coat@ 80

p DFT/coat;240

If the piping &equipments arealready erected

then surface shallbe prepared bycleaning with

emery paper and wash/flush with

chloride free DMwater followed by

wiping withorganic solvent

15.3.3 126 to 400SSPC-SP-10

1 coat of F-16 @125 g DFT/coat

None 1 coat of F-16 @125 0 DFT/coat 250

Not recommendedfor operatingtemperature

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

Page 78 of 126

laizEtha ENGINEERS STANDARD SPECIFICATIONGlga tiOtegmv INDIA UNITED FOR SURFACE PREPARATION

1011PFT 21R077 ttUatf 0 IA Govl of Yea Undetlicingi AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 34 OF 59

15.3.4 401 to 600

SSPC SP-10;1 coat of

Amercoat 738@125 it DFT/coat

NoneI coat of

Amercoat 738@125 g DFT/coat

250

between60 - 120 °C

15.4 Coating system for Cyclic Service of Carbon Steel, LTCS, Low Alloy Steel & Stainless Steel

15.4.1 - 40 to 150

SSPC-SP-10(15-25g surface

profile)1 coat of F-15 @80 p DFT/coat

1 coat of F-15intermediate coat@ 80g DFT/coat

1 coat of F-15finish coat @

80m DFT/coat;240

Apcothem EPN200 of M/s Asian

Paints LtdOR

Equivalent

15.4.2 -180 to 650

For CSSSPC SP-6

Commercial Blast 1 coat of inertpolymeric matrixcoating @ 125 g

2 coats of inertpolymeric matrixcoating @ 125 g

350-400

Products fromJOTUN or HI-

TEMP coatings orSK

FORMULATIONSare recommended.

For SSSSPC SP-1 with

non-chloridesolvent

15.5 No painting is required for insulated Monel, Incoloy and Nickel lines.

NOTES

"Cyclic Service" is characterized by rapid temperature fluctuation.The blast cleaning abrasives for SS and Alloy steel surfaces shall be Aluminium oxidegrits/shots or garnet.

3. In case of overlapping of temperature ranges as mentioned in 15.4.1 and 15.4.2, clause 15.4.1shall be followed.

TABLE 16.0 COATING SYSTEM FOR CARBON STEEL COMPONENTS OF COOLERS /CONDENSERS (INTERNAL PROTECTION) FOR FRESH WATER SERVICEFresh Water boxes, channels, partition plates, end covers and tube sheets etc.

SI.No.

DesignTemp. in .C

Surface Preparation& Pre-erection/Shop

Primer

Coating System(Post-erection / Field)

TotalFinal DFTin Microns

(min.)

RemarksPrimer Finish paint

16.1 Up to 80 °C SSPC-SP-10 1 coat of F-15@ 80 microns

2 coats of F-15 @80p DFT/coat; 240

16.2 80 to 140 SSPC-SP-10

1 coat of GlassFibre ReinforcedNovolac epoxy of

1.5 mm DFT

1500 -

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

Page 79 of 126

laitairiENONEERS STANDARD SPECIFICATION5fgaitameni, INDIA umiTED FOR SURFACE PREPARATION

MR" eleanSFM (A Gm 0/ India Undertiongi AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 35 OF 59

TABLE 17.0 COATING SYSTEM (INTERNAL PROTECTION) FOR GALVANIZED ORNON FERROUS OR STAINLESS STEEL/ DUPLEX STAINLESS STEELCOMPONENTS OF COOLERS/ CONDENSERS FOR FRESH WATERSERVICE

SI.No.

DesignTemp. in °C

Surface Preparation& Pre-erection/Shop

Primer

Coating System(Post-erection / Field)

Total FinalDFT

in Microns(min.)

RemarksPrimer Finish paint

17.1 Up to 80 Sweep Blasting 1 coat of F-15 @80g DFT/coat;

1 coat of F-15 @80g DFT/coat; 160 -

17.2 80 to 140 Sweep Blasting ---

I coat of GlassFibre ReinforcedNovolac epoxy of

1.5 mm DFT

1500 -

18.0 STORAGE

18.1 All paints and painting materials shall be stored only in rooms to be arranged by contractorand approved by Engineer-in-charge for the purpose. All necessary precautions shall betaken to prevent fire. The storage building shall preferably be separate from adjacentbuilding. A signboard bearing the word "PAINT STORAGE - NO NAKED LIGHT -HIGHLY INFLAMABLE" shall be clearly displayed outside. Manufacturer'srecommendation shall be followed for storage of paint materials.

19.0 COLOUR CODE

The following colour coding system shall be followed. However alternate colour coding mayalso be followed as per Owner's colour coding practice/scheme.

19.1 IDENTIFICATION

The system of colour coding consists of a ground colour and secondary colour bandssuperimposed over the ground colour. The ground colour identifies the basic nature of theservice and secondary colour band over the ground colour distinguishes the particular service.The ground colour shall be applied over the entire length of the un-insulated pipes. Forinsulated lines ground colour shall be provided as per specified length and interval to identifythe basic nature of service and secondary colour bands to be painted on these specified lengthto identify the particular service. Above colour code is applicable for both unit and offsitepipelines.

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

Page 80 of 126

,S RS STANDARD SPECIFICATION0?atitatuvoy INDIA LIMITED FOR SURFACE PREPARATION

Sifflirel3qtall IA Govt d Irda Undenkr9) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 36 OF 59

COLOUR CODING

SR.No.

SERVICE RECOMMNDED COLOUR FORPAINT SYSTEM

RAL COLOUR CODE

BASECOLOUR

BANDCOLOUR

HYDROCARBON LINES (UNINSULATED)

1 CRUDE SOUR Dark Admiralty grey with 1 orange band 7012 20112 CRUDE SWEET Dark Admiralty grey with I red band 7012 30013 LUBE OILS Dark Admiralty grey with 1 green band 7012 60104 FLARE LINES Heat Resistant Aluminium 90065 LPG Orange with 1 oxide red band 2011 30096 PROPYLENE Orange with 2 blue bands 2011 50137 NAPTHA Orange with 1 green band 2011 60108 M.S. Orange with 1 dark admiralty grey band 2011 70129 AV.GASOLINE (96 RON) Orange with 1 band each of green, white

and red bands2011 6010 9010 3001

10 GASOLINE (regular, leaded) Orange with 1 black band 2011 900511 GASOLINE (premium,

leaded)Orange with 1 blue band 2011 5013

12 GASOLINE (white) Orange with 1 white band 2011 901013 GASOLINE (Aviation

100/130)Orange with 1 red band 2011 3001

14 GASOLINE (Aviation115/145)

Orange with 1 purple band 2011 4006

15 N-PENTANE Orange with 2 blue bands 2011 501316 DIESEL OIL (White) Oxide red with 1 white band 3009 901017 DIESEL OIL (Black) Oxide red with 1 yellow band 3009 102318 KEROSENE Oxide red with 1 green band 3009 601019 HY.KEROSENE Oxide red with 2 green bands 3009 601020 DISUFIDE OIL (EX-

MEROX)Oxide red with 1 black band 3009 9005

21 M.T.0 Oxide red with 3 green bands 3009 601022 DHPPA Oxide red with 2 white bands 3009 901023 FLUSHING OIL Oxide red with 2 black bands 3009 900524 LAB FS Oxide red with 2 dark admiralty grey

bands3009 7012

25 LAB RS Oxide red with 3 dark admiralty greybands

3009 7012

26 LAB (Off. Spec) Oxide red with 1 light grey band 3009 703527 N-PARAFFIN Oxide red with 1-blue band 3009 501328 HEAVY ALKYLATE Oxide red with red band 3009 300129 BLOW DOWN, VAPOR

LINEOff white / Aluminum with 1-Brownband

9006 8004

30 SLOWDOWN Off white / Aluminum with 2 brownbands

9006 8004

31 A.T.F. Leaf brown with 1 white band 8003 901032 TOULENE Leaf brown with 1 yellow band 8003 102333 BENZENE Leaf brown with 1 green band 8003 601034 LAB PRODUCT Leaf brown with 1 blue band 8003 501335 FUEL OIL Black with 1 yellow band 9005 1023

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

Page 81 of 126

OfraeliftENGINEERS STANDARD SPECIFICATIONogeg gaituw INDIA umn-ED FOR SURFACE PREPARATION

INIMMER1101MOR0 IA GOA d India Undedakingl AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 37 OF 59

36 FULE OIL (Aromatic rich) Black with 2 yellow bands 9005 102337 ASPHALT Black with 1 white band 9005 901038 SLOP AND WASTE OILS Black with 1 orange band 9005 201139 SLOP AROMATICS Black with 2 orange bands 9005 2011

CHEMICAL LINES

40 TRI-SODIUM PHOSPHATE Canary yellow with 1 violet band 1012 500041 CAUSTIC SODA Canary yellow with 1 black band 1012 900542 SODIUM CHLORIDE Canary yellow with 1 white band 1012 901043 AMMONIA Canary yellow with 1 blue band 1012 501344 CORROSION INHIBITOR Canary yellow with 1 Aluminum band 1012 900645 HEXAMETA PHOSPHATE Canary yellow with 2 black bands 1012 900546 ACID LINES Golden Yellow with 1 red band 1004 300147 RICH AMINE Canary yellow with 2 blue bands 1012 501348 LEAN AMINE Canary yellow with 3 blue bands 1012 501349 SOLVENT Canary yellow with 1 green band 1012 601050 LCS Canary yellow with 1 smoke grey 1012 7031

WATER LINES

51 RAW WATER Sky blue with 1 black band 5015 900552 INDUSTRIAL WATER Sky blue with 2 signal red band 5015 300153 TREATED WATER Sky blue with 1 oxide red band 5015 300954 DRINKING WATER Sky blue with 1 green band 5015 601055 COOLING WATER Sky blue with 1 light brown band 5015 101156 SERVICE WATER Sky blue with 1 signal red brown 5015 300157 TEMPERED WATER Sky blue with 2 green bands 5015 6010

58 DM WATER Sky blue with 1 aluminum band 5015 900659 DM WATER ABOVE 150°F Sky blue with 2 black bands 5015 9005

60 SOUR WATER Sky blue with 2 yellow bands 5015 101361 STRIPPED WATER Sky blue with 2 blue bands 5015 501362 ETP TREATED WATER Sky blue with 2 oxide red bands 5015 3009

FIRE PROTECTION SYSTEM (ABOVE GROUND)

63 FIRE WATER FOAM &EXTINGUISHERS

Post office red 3002

AIR & OTHER GAS LINES (UNINSULATED)

64 SERVICE MR Sea green with 1 signal red band 6018 300165 INSTRUMENT AIR Sea green with 1 black band 6018 900566 NITROGEN Sea green with 1 orange band 6018 201167 FREON Sea green with 1 yellow band 6018 102368 CHLORINE Canary yellow with 1 oxide band 1012 300969 SO2 Canary yellow with 2 white bands 1012 901070 H2S Orange with 2 red oxide bands 2011 300971 GAS (Fuel) Orange with 1 aluminum band 2011 900672 GAS (Sour) Orange with 2 aluminum bands 2011 9006

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

Page 82 of 126

olgra14 ENGINEERS STANDARD SPECIFICATIONogatimever NA UNITED FOR SURFACE PREPARATION

1 4*Vi MeRnm agara) (AGutsneauncleilaking) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 38 OF 59

73 GAS (Sweet) Orange with 2 signal red band 2011 300174 HYDROGEN Orange with 1 light green band 2011 6021

STEAM AND CONDENSATE LINES (UNINSULATED)

75 HP STEAM Off white / Aluminum with 1 yellow band 9006 102376 MP STEAM Off white / Aluminum with 1 red band 9006 300177 MLP STEAM Off white / Aluminum with 1 orange band 9006 201178 LP STEAM Off white / Aluminum with 1 light green

band9006 6021

79 CONDENSATE Sky blue with 1 white band 5015 901080 CONDENSATE ABOVE

150°FSky blue with 3 oxide red band 5015 3009

81 BFW Sky blue with 2 red bands . 5015 3001Note: For all insulated steam lines, the colour coding shall be follow as given for un insulated lines with thespecified length of color bands.

INSULATED HYDROCARBON PIPING

82 IFO SUPPLY 1Black ground colour with 1 yellow bandin centre 102390059

83 IFO RETURN Black ground colour with 1 green band incentre

9005 6010

84 HPS Black ground colour with 1 red band incentre

9005 3001

85 BITUMEN Black ground colour with 2 red bands incentre

9005 3001

86 CLO Black ground colour with 1 brown bandin centre

9005 8004

87 VB TAR Black ground colour with 2 brown bandsin centre

9005 8004

88 VR AM (BITUMEN / VBUFEED)

1 Black ground colour with 1 blue bandin centre

9005 5013

89 VR BH 1 Black ground colour with 2 blue bandsin centre

9005 5013

90 VAC. SLOP 1 Black ground colour with 1 white bandin centre

9005 9010

91 SLOP 1 Black ground colour with 1 orange bandin centre

9005 2011

92 CRUDE SWEET 1 Dark admiralty grey ground colour with1 red band in centre

7012 3001

93 CRUDE OUR 1 Dark admiralty grey ground colour with1 orange band in centre

7012 2011

94 VGO / HCU 1 Oxide red ground colour with 2 steelgrey bands in centre

3009 7011

95 OHCU BOTOM / FCCUFEED

1 Oxide red ground colour with 2 steelgrey bands in centre

3009 7011

UNINSULATED EQUIPMENTS, TANKS AND STRUCTURES

96 HEATER STRUCTURE Steel grey 701197 HEATER CASING Heat resistant aluminium 900698 VESSELS & COLUMNS Aluminium 9006

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

Page 83 of 126

15ilfraqt ENGINEERSSTANDARD SPECIFICATION

igeg Eveglief INDIA umiTED FOR SURFACE PREPARATIONINA/ 2ROWMACNI) IA Cal el India Undertaking) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 39 OF 59

99 HYDROGEN BULLETS Pink 3014100 LPG VESSELS Oxide red 3009101 SO2 VESSEL Canary yellow 1012102 HEAT EXCHANGER Heat resistant aluminium 9006103 FO TANK AND HOT

TANKSBlack 9005

104 ALL OTHER TANKS Aluminum / Off white 9006105 CAUSTIC / AMINE / ACID

TANKSGolden yellow 1004

106 SOUR WATER Sky Blue 5015107 OUTER SURFACE IN

BOILER HOUSEHeat resistant aluminum 9006

108 COMPRESSORS ANDBLOWERS

Dark admiralty grey 7012

109 PUMPS Navy blue 5014110 MOTORS & SWITCH GEAR Bluish green 5024111 HAND RAILING Signal red 3001112 STAIRCASE, LADDER

AND WALKWAYSBlack 9005

113 LOAD LIFTINGEQUIPMENT ANDMONORAILS ETC

Leaf brown 8003

114 GENERAL STRUCTURE Black 9005

PIPES AND FITTINGS OF ALLOY STEEL AND SS MATERIAL IN STORE

115 IBR Signal red 3001116 9Cr-lMo Verdigris green 6021117 5Cr-0.5Mo Satin blue 5012118 2 1 ,4Cr-1 Mo Aircraft yellow 1026119 1,,4Cr- 1/2 Mo Traffic Yellow 1023120 SS-304 Dark blue grey 5008121 SS-316 Dark violet 4005122 SS-321 Navy blue 5014

SAFETY COLOUR SCHEMES

123 DANGEROUSOBSTRUCTION

Black and alert orange band 9005 2008

124 DANGEROUS OREXPOSED PARTS OFMACHINERY

Alert orange 2008

Note: All LPG service PSVs shall be painted Deep Blue.

All drains & Vents shall be painted in Main line colour.The colour code scheme is for identification of piping service group, It consists of a groundcolour and 1 / 2 colour bands.

19.2 Ground ColourOn uninsulated pipes, the entire pipe has to be painted in ground colour., and on metal claddedinsulated lines, minimum 2M long portion should be painted.

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

Page 84 of 126

el ENGNERS STANDARD SPECIFICATIONlazir faiatowNDIAumn-ED FOR SURFACE PREPARATION

7ROW ,a MOM IA God d Ada Undertaking / AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 40 OF 59

19.3 Colour BandsLocation of colour bands:

At Battery LimitsIntersection points & change of direction points in pipingMidway of piping section, near valves, across culvertsAt 50 M interval on long stretch pipesAt starting and termination points.

Minimum width:

NB Width75 mmNB X 25 MMNB X 18 MMNB X 15 MM

3" and belowAbove 3" to 6"Above 6" to 12"Above 12"

II! Note:For insulated pipes, NB indicatesOD of the insulation

Sequence :Colour bands shall be arranged in sequence showing Table above and the sequence follows thedirection of flow. The width of the l st Band to 2nd band is 4:1,

!!! Note : Wherever deemed required by Process Department or Safety, pipes handling hazardoussubstances will be given hazard marking of 30 mm wide diagonal stripes of Black and Golden Yellowas per IS : 2379.

19.4 Special Camouflage Painting for Uninsulated Crude and Product Storage Tanks.

Paint specification shall be as per standards.

Camouflage painting scheme for Defense requirement in irregular patches will be applied with3 colours

Dark Green Light green Medium Brown5

3 2

The patches shall be irregular and asymmetrical and inclined at 30 to 60 Degrees.

Patches should be continuous at surface meeting lines / points.

Slits / holes shall be painted in dark green shade.

Width of patches shall be 1 to 2 meters.

19.5 Identification Markings on Equipment / Piping

Equipment tag Numbers shall be Stenciled / neatly painted using normal 'Arial' LetteringStyle on all equipment and piping (Both insulated & uninsulated) after completion of all paintworks. Lettering colour shall be either BLACK or WHITE, depending upon the background,so as to obtain good contrast.

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

Page 85 of 126

02-zieLft ENGINEERS STANDARD SPECIFICATIONIgZIT gate* WA LIMITED FOR SURFACE PREPARATION

IMEAMIIInM 3AIFAI IA GoN d India Undeoliongl AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 41 OF 59

Operations Group shall specify location.

Sizes shall be:Columns, Vessels, Heaters: 150 mmPumps and other M/c 50 mmPiping OD / 2 with Maximum 100 MM.Storage Tanks (As per Drawings)

19.6. Colour Coding for Control Valve

Carbon steel body - Light grey

Alloy steel body - Canary yellow

Stainless steel body - Natural

The actuator of the Control valve shall be painted as :

Direct action (open on air failure) valves - Green

Reverse acting (close on air failure 1 valves - Red

The painting Status shall be comprehensively updated every 6 months for compliance

19.7 Colour Coding for Structural & Others

SINo

Item Color

1 Pipe rack structurals Dark Admiraltry Grey2 Chequered Plate ( Both faces) Black3 Grating Black4 Ladder Rungs & Railing Vertical Posts Black5 Hand Rail, Middle rail, Toe Plate Signal Red6 Ladder Verital Posts Signal Red7 Building Structurals, Steel Columns; brackets,

beams, bracings, roof trusses, purlings, sidegirts, louvers, stringers

Dark Admiratry Grey

8 OverHead Monorail Signal Red9 Gantry Girder & Monorail Dark Green10 Monorail Stopper Plates Signal Red.11 Coke Cutting System Signal red12 EOT / HOT Cranes Canary Yellow13 Transformers, & Battery room structurals Dark Admiraltry Grey

14 Electrical Motors Dark Blue

Indicative

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

Page 86 of 126

OWES ENGINEERS STANDARD SPECIFICATIONSaga €10e3W INDIA LIMITED FOR SURFACE PREPARATION

PRA panne an) IA Govt Crl hda Undertakng ) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 42 OF 59

20.0 IDENTIFICATION OF VESSELS, PIPING ETC

20.1 Equipment number shall be stencilled in black or white on each vessel, column, equipment &machinery (insulated or uninsulated) after painting. Line number in black or white shall bestencilled on all the pipe lines of more than one location as directed by Engineer-In-Charge;Size of letter printed shall be as below:

Column & Vessels 150mm (high)Pump, compressor & other machinery 50mm (high)Piping 40-150 mm

20.2 Identification of Storage Tanks

The storage tanks shall be marked as detailed in the drawing.

21.0 PAINTING FOR CIVIL DEFENCE REQUIREMENTS

21.1 Following items shall be painted for camouflaging if required by the client.All ColumnsAll tanks in OffsitesLarge VesselsSpheres

21.2 Two coats of selected finishing paint as per defense requirement shall be applied in aparticular pattern as per 20.3 and as per the instructions of Engineer-In-Charge.

21.3 Method of Camouflaging

21.3.1 Disruptive painting for camouflaging shall be done in three colours in the ratio of 5:3:2 (allmatte finish).

Dark Green Light Green Dark Medium Brown5

3 2

21.3.2 The patches should be asymmetrical and irregular.

21.3.3 The patches should be inclined at 30° to 60° to the horizontal.

21.3.4 The patches should be continuous where two surfaces meet at an angle.

21.3.5 The patches should not coincide with corners.

21.3.6 Slits and holes shall be painted in dark shades.

21.3.7 Width of patches should be 1 to 2 meters.

22.0 QUALITY CONTROL, INSPECTION AND TESTING

22.1 All painting materials including primers and thinners brought to site by contractor forapplication shall be procured directly from manufactures as per specifications and shall be

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

Page 87 of 126

OPzEtt, ENGINEERS STANDARD SPECIFICATION laatuilir INDIA UMITED FOR SURFACE PREPARATION

1142710IROW WWI/ IA Gait pi India Uadettiong) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 43 OF 59

accompanied by manufacturer's test certificates. Paint formulations without certificates arenot acceptable (see section 24.0).

22.2 The contractor must produce Test Certificate from Pre Qualified Paint Manufacturer forvarious tests as detailed out in section 25.1 of this document, for each batch & for eachcategory of product. The Engineer-in-Charge shall have the right to test wet samples of paintfrom each batch at random for verifying quality of paint supplied. Contractor shall arrange tohave such tests, when called for by Engineer-in-Charge, performed at his cost any one of theindependent laboratories listed in the 25.1 of this document.

Samples for the test will be drawn at random in presence Engineer-in-Charge or hisrepresentations. Following tests to be carried out if called for by Engineer-in-Charge:

Specific Gravity- % solids by weight (% zinc content in case of inorganic or organic zinc primer)

Drying time (touch dry & full curing)- Adhesion

Flexibility- Hardness

Storage stability (pot life)

Test methods for above tests shall be as per relevant ASTM or ISO Standard.

22.3 The painting work shall be subject to inspection by Engineer-In-Charge at all times. Inparticular, following stage-wise inspection will be performed and contractor shall offer thework for inspection and approval of every stage before proceeding with the next stage. Therecord of inspection shall be maintained in the registers. Stages of inspection are as follows:

Surface preparationPrimer application

(c) Each coat of paint

During surface preparation, following tests are to be carried out:

Test for absence oil & grease after degreasing before blasting as per procedure given insec 6.7 of Annexure-I of this specification (specification for thermally sprayedAluminium Coating).Tests for surface finish of blasted surface shall be done by visual inspection using SSPC-VISI. Clear cellophane tape test as per ISO 8502-3 shall be used to confirm absence ofdust on blasted surface. Checks shall be done on each component atleast once per 200 m2of blasted surface and minimum of 3 checks per shift.Test for presence of soluble salt as per method ISO 8502-9. Maximum allowable saltcontent shall be considered 20 mg/m 2 (2 mg/cm 2). Checks shall be done on eachcomponent atleast once per 200 m2 of blasted surface and minimum of 3 checks per shift.In case salt exceeds specified limit, the contaminated surface shall be cleaned by methodas per Annexure-C of IS 12944-4 (water cleaning). After cleaning surface shall beretested for salt after drying.Blast profile measurement — This shall be done as described in sec 6.2 of Annexure-I ofthis specification (Specification for thermally sprayed Aluminium).Test for blasting Media and Blasting air- this shall be done as described in sec 6.6 ofAnnexure-I of this specification (Specification for thermally sprayed Aluminium).

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

Page 88 of 126

161daelela, ENGINEERS STANDARD SPECIFICATIONOgzir tapeg w NDR

LIDFOR SURFACE PREPARATION

Mien FIRM WWI) IA Gad of Nu Uncle/01V AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 44 OF 59

In addition to above, record should include type of shop primer already applied on equipmente.g. zinc silicate, or zinc rich epoxy, or zinc phosphate.

Any defect noticed during the various stages of inspection shall be rectified by the contractorto the entire satisfaction of Engineer-In-Charge before proceeding further. Irrespective of theinspection, repair and approval at intermediate stages of work, contractor shall be responsiblefor making good any defects found during final inspection/guarantee period/defect liabilityperiod as defined in general condition of contract. Dry film thickness (DFT) shall be checkedand recorded after application of each coat and extra coat of paint should be applied to make-up the DFT specified without any extra cost to owner, the extra coat should have priorapproval of Engineer-in-charge.

22.4 Primer Application

After surface preparation, the primer should be applied to cover the crevices, corners, sharpedges etc. in the presence of inspector nominated by Engineer-In-Charge.

22.5 The shades of successive coats should be slightly different in colour in order to ensureapplication of individual coats, the thickness of each coat and complete coverage should bechecked as per provision of this specification. This should be approved by Engineer-In-Charge before application of successive coats.

22.6 The contractor shall provide standard thickness measurement instrument with appropriaterange(s) for measuring.

Dry film thickness of each coat, surface profile gauge for checking of surface profile in caseof sand blasting. Holiday detectors and pinhole detector and protector whenever required forchecking in case of immersion conditions.

22.7 Prior to application of paints on surfaces of chimneys, the thickness of the individual coatshall be checked by application of each coat of same paint on M.S.test panel. The thickness ofpaint on test panels shall be determined by using gauge such as 'Elkometer'. The thickness ofeach coat shall be checked as per provision of this specification. This shall be approved byEngineer-In-Charge before application of paints on surface of chimney.

22.8 At the discretion of Engineer-In-Charge, the paint manufacturer must provide the experttechnical service at site as and when required. This service should be free of cost and withoutany obligation to the owner, as it would be in the interest of the manufacturer to ensure thatboth surface preparation and application are carried out as per their recommendations. Thecontractor is responsible to arrange the same.

22.9 Final inspection of finished coating shall consist of measurement of:Paint dry film thickness (DFT),Adhesion, and,

3) Holiday detection check as well as for finish and workmanship.

1) Coating DFT measurement shall be as per ISO 2808. Type II electromagnetic gaugesshould be used for ferrous substrates. DFT gauge calibration, number of measurement

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

Page 89 of 126

agraes ENGINEERS STANDARD SPECIFICATIONazit ta5tegWV INDIA LIMITED FOR SURFACE PREPARATION

ilMwegawo (A GM of Inda Undertalcmg) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 45 OF 59

shall be as per SSPC-DA 2. Measured DFT shall be within + 10% of the dry filmthickness, specified in the specifications.

Adhesion of the primer to the steel substrate and intercoat adhesion of the subsequentcoat(s) after curing for at least a week after application of the topcoat shall be examined bya knife test in accordance with ASTM D 6677. For the knife test, if the rating is better than8, the adhesion is considered acceptable. The adhesion is destructive and tested areas shallbe repaired afterward using the spot repair procedure. Alternatively, the applicator mayperform the adhesion test on a steel coupon coated using the same surface preparation andcoating application procedure as the work piece. Adhesion testing shall be carried out foreach component at least once per 200 m2 (2000 ft2) of coated surface.

Holiday testing shall be conducted in accordance with NACE SP 0188. For immersionservices, 100% of coated area shall be inspected for holidays. For atmospheric exposure,10% of coated area which must include weld seams, corners and edges to be holidaytested. Voltage at which test is to be carried out will depend upon DFT of coating beingtested and shall be as per NACE SP 0188. Any holiday is unacceptable and should bemarked and repaired immediately.

22.10 The contractor shall arrange for spot checking of paint materials for Specific gravity, glowtime (ford cup) and spreading rate.

22.11 Final Inspection of coating system

A final inspection shall be conducted prior to the acceptance of the work. The coatingcontractor and the facility owner shall both be present and they shall sign an agreed inspectionreport. Such reports shall include:General

Names of the coating contractor and the responsible personnelDates when work was performed

Coating Materials- Information on coating materials being applied- Condition of coating materials received

Environmental Conditions- Weather and ambient conditions- Coating periods

Surface PreparationCondition of surface before preparationTools and methods used to prepare surfaceCondition of surface after preparation

Coating Application- Equipment used- Mixing procedure prior to application- Coating application techniques used

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

Page 90 of 126

15i1frita ENGINEERS STANDARD SPECIFICATION

V_IF INDIA UNITED FOR SURFACE PREPARATIONle FROWCPWO (A Gpi of Irda usertakm9) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 46 OF 59

TestingType and calibration of inspection instruments usedType of quality control tests performed, and results

23.0 GUARANTEE

23.1 The contractor shall guarantee that the chemical and physical properties of paint materials usedare in accordance with the specifications contained herein/to be provided during execution ofwork.

24.0 QUALIFICATION CRITERIA OF PAINTING CONTRACTOR/SUB-CONTRACTOR

Painting contractor who is awarded any job for EL, Projects under this standard must havenecessary equipments, machinery, tools and tackles for surface preparation, paint applicationand inspection. The contractor mush have qualified, trained and experienced surfacepreparator, paint applicator, inspector and supervisors. The contractor supervisor, inspector,surface preparator and paint applicator must be conversant with the standards referred in thisspecification.

25.0 QUALIFICATION/ACCEPTANCE CRITERIA FOR PAINT COATING SYSTEM

25.1 Pre-Qualification of Paint Coating Manufacturer and his Products

Paint Coating manufacture meeting the following requirements shall be considered for supplyof their products. Contractor is advised to select coating manufacturer. Only after obtainingprequalification from EL for the manufacturer based on following requirements. Even thosemanufacturers, whose names are appearing elsewhere in the tender document, under the list of"EIL's Recommended or Approved Vendors", will also be required to meet the followingprequalification requirements.

Manufacturer should have been in continuous business of paint coating formulation andmanufacturer for at least past 5 years.

Manufacturer should posses past experience of supplying his products to hydrocarbonprocessing industry or offshore platforms in the past 5 years.

- Coating manufacturer should have supplied at least 10000 litre of an individual productto hydrocarbon processing industry or offshore platform.

The manufacturer's manufacturing procedure & QA/QC system shall meet ISO 9001requirements and preferably should posses ISO 14000 certificate.

The Quality control set up should be manned by qualified paint technologists whose biodata should be sent along with quality control organization chart.

Pre-Qualification Testing:Manufacturer should have got his products tested at least one time in last 3 years at areputed independent laboratory for the following test items. Test certificates which aremore than 3 years old will not be considered.

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

Page 91 of 126

OFEET ENONEERS STANDARD SPECIFICATIONIariaffleg41, INDIA UNITED FOR SURFACE PREPARATION

iwnewa.mgarm IA Gart Inda Undertaar0 AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 47 OF 59

Test Test MethodSpecific gravity ASTM D 1475Dipping properties ASTM D 823Film characteristics -Solids content by weight ASTM D 2369Drying time ASTM D 1640Flexibility ASTM D 1737/ D 522Hardness ASTM D 3363Adhesion ASTM D 2197Abrasion resistance ASTM D 968/ D 1044DFT/coat As per SSPC guidelinesStorage Stability ASTM D 1849Resistance to moisture vapour permeability for 2000 hrs ASTM D 2247Cyclic Test for the duration of 4200 h (25 cycles a 168hours)

ISO 7253, ASTM G53

% Zn in Dry film for Inorganic ZincSilicate primer

-

Chemical Resistance test- 10% & 40% NaOH (applicable only for F-6 & F-15)- 10% H2SO4 (applicable only for F-6 & F-15)- 10 % Nitric Acid test (applicable only for F-6 & F-15)- Benzene / Toluene (applicable only for F-6 & F-15)- Kerosene (applicable only for F-6 & F-15)- Sea water (applicable only for F-6 & F-15)- MIBK test (applicable only for F-6 & F-15)

ASTM D 543

Resistance to water using water immersion (applicableonly for F6-, F-7, F-8, F-14 & F-15)

ASTM D 870

Dry Heat Resistance test(applicable only for F-9, F-6A/B, F-2, F-15, F-16,polysiloxane, heat resistance Al silicone)Thermal shock resistance test(only for F-9, F-6, polysiloxane)

ASTM D2485 - 91

Each coating product to be qualified shall be identified by the following

An infrared scan (fingerprint), for Part A and B, each component as per ASTMD 2621

Specific gravity of Base and curing agent (Ref. ISO 2811)3) Ash content (ASTM D1650), volatile and non-volatile matters (ISO 3251) of each

component

The identification shall be carried out on the batch, which is used for the Pre-qualification testing. Pre-qualification of the products shall be carried out at anindependent laboratory.

Test shall be carried out at any one of the following laboratories and tests to be witnessed &certified by third party inspection agency (TUV, BV, DNV).

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

Page 92 of 126

000:eftENGINEERS STANDARD SPECIFICATIONsiges eg W: WA LIMITED FOR SURFACE PREPARATION

men eeteRtel3AARI (A God d( Undell/A1A) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 48 OF 59

IICT, HyderabadHBTI, KanpurDMSRDE, KanpurBIS LaboratoriesUICT, Matunga, MumbaiRITES, KolkataPDIL, SindriNTH, Kolkata

Contractor shall furnish to EIL for approval/ acceptance of all necessarydocuments/information including test certificates to prove that the paint manufacturers, fromwhom he intends to procure paint products, meet the various requirements for fulfilling thepre-qualification criteria as given under section 25.1 above. The paint manufacturer shall bequalified and approved for supply after review/assessment of the submission made by thecontractor.

25.2 Information to be furnished during delivery of coating system:

Contractor along with delivery of paint material has to furnish following information frompaint manufacturer to EIL for acceptance/approval of products.

Batch test certificates (Batch Testing)

Along with delivery to site of the paint products from pre-qualified coating manufacturer.Contractor has to produce test certificate from paint manufacturer for each batch and foreach category of product for the following test items. Test to be witnessed & certifiedby third party inspection agency. All test results must mention clearly the batch no. andcategory of product tested. Tests to be conducted for following properties:

Infrared scan for Part A and B, each component- Specific Gravity- % solids by weight (% zinc content in case of inorganic or organic zinc primer)

Product information sheet/ technical data sheet for each category of product.

26.0 METHOD OF SAMPLING & DISPATCH FOR LABORATORY TESTING(Pre-Qualification tests (sec. 25.1), Batch testing (sec. 25.2) and Inspection testing (sec.22.0))

26.1 Samples of coating materials should be submitted to the Govt. laboratory in sealed containerswith batch no. and test certificate on regular format of manufacturer's testing laboratory. Thesampling shall be certified and sealed by a certifying agency.

26.2 All test panels should be prepared by Govt. testing agency coloured photographs of testpanels should be taken before and after the test and should be enclosed along with test report.

Sample batch no. and manufacturer's test certificate should be enclosed along with thereport. Test report must contain details of observation and rusting if any, as per the testingcode.

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

Page 93 of 126

Oftieta ENGINEERS STANDARD SPECIFICATIONTif Ell5leg4TV WA LIMITED FOR SURFACE PREPARATIONMien a21017 ./L7RIM IA GM of India Undeddimal AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 49 OF 59

26.3 Manufacturers should intimate the company, details of sample submitted for testing, name ofGovt. testing agency, date, contact personnel of the govt. testing agency. At the end of thetest the manufacturer should submit the test reports to the company for approval.

26.4 Coating systems for panel test shall be decided after discussion with EIL

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

Page 94 of 126

151Rat ENGINEERS STANDARD SPECIFICATION11;471E1071ft%, INDIA LIMITED FOR SURFACE PREPARATION

MM.'MOWS° IA GM India Underlimg ) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 50 OF 59

ANNEXURE-I

SPECIFICATION FOR THERMALLY SPRAYED ALUMINIUM (TSA) COATING

1.0 SCOPE

The following sections outlines the requirement of supply, application and testing of thermallysprayed aluminum coatings (TSAC) for corrosion protection of insulated carbon steel pipingand equipments with design temperature not exceeding 540 ° C.

2.0 ITEMS TO BE THERMALLY SPRAYED

Steel Structures/equipments to be protected by TSAC shall be as per Tables 15.0 of thisstandard specification. Structures, components thermally sprayed shall not have any uncoatedarea or shall not be in mechanically connected by flanges etc to any uncoated bare steel work.Such adjacent areas to TSA coated areas, if not coated by TSA shall have suitable paintcoating system as per the standard specification.

3.0 TSAC REQUIREMENTS

3.1 Surface Preparation

All the parts to be sprayed shall be degreased according to SSPC-SP 1. The absence of oil andgrease after degreasing shall be tested by method given elsewhere in the specification (ReferSec. 6.7). Thereafter the surface to be abrasive blasted to white metal finish as per NACE1/SSPC-SP 5 for marine and immersion service. Using SSPC VIS 1, it is to be visuallyassessed that the blast cleaned surface meets requirement of SSPC-SP 5. Thereafter clearcellophane tape test as per ISO 8502-3 shall be used to confirm absence of dust on the blastedsurface Finally blasted surface shall be tested for presence of soluble salts as per method ISO8502-9. Maximum allowable salt content shall be considered 50mg/m 2 . (5 micrograms/cm2).In case salt content exceeds specified limit. The contaminated surface shall be cleaned bymethod as per Annex C of IS 12944-4 (Water Cleaning). After cleaning the surface shall beretested for salt content after drying. Testing shall be carried out at least on each component,once per 200 m2 and a min of 3 times per shift during progress of work.

The blasting media shall be either chilled iron or angular steel grit as per SSPC-AB-3 of meshsize G-16 to G-40. Copper, Nickel slag, Garnet or Aluminum Oxide as abrasives will also besuitable having mesh size in the range of G16 to G24 (10-30 mesh), conforming to SSPC-AB-1. Mesh size shall be required as appropriate to the anchor tooth depth profile requirement andblasting equipment used. The blasted surface should be having angular profile depth not lessthan 65 microns with sharp angular shape but shall not exceed 85 microns. The profile depthshall be measured according to NACE standard RP 0287 (Replica Tape) or ASTM D 4417method B (Profile depth gauge).

For manual blasting one profile depth measurement shall be taken every 10-20 m 2 of blastedsurface.

Surface preparation shall be completed in one abrasive blast cleaning operation whereverpossible.

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

Page 95 of 126

agraift ENGINEERS STANDARD SPECIFICATION$1g a fifReall INDIA UNITED FOR SURFACE PREPARATION

(NMI MIRMIARI/ (A Gout al lita Underlakin3) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 51 OF 59

If rust bloom (visual appearance of rust) appears on the blast cleaned surface before thermalspraying, the affected area shall be reblasted to achieve specified degree of cleanliness afterwhich only thermal spraying shall commence.

Air blasting pressure at nozzle shall be normally maintained at 100 psi. Air pressure andmedia size should be reduced and adjusted to preclude damage/distortion to thin gaugematerials. Blasting time on work piece should be adjusted to only clean the surface and cutrequired anchor tooth with minimum loss of metal. Blast angle should be as close toperpendicular as possible but in no case greater than ± 30 ° from perpendicular to worksurface. Blasting media must be free of debris, excessive fines, and contaminants such asNaCI and sulfur salts (Ref. SEC 6.0 of this Spec). Blast cleaning shall not be performed whenthe surfaces to be blasted are wet or less than 5°C above dew point temperature or when therelative humidity in the vicnicity of the work is greater than 90%.

3.1.1 Blasting Equipment

The TSAC applicator shall use mechanical (centrifugal wheel) or pressure pot blast cleaningequipment and procedures. Suction blasting equipment shall not be used. Sec 6.6.2 shall beused to validate clean and dry air.

3.1.2 Feed Stock

The feed stock shall be in the form of wire. The feed stock shall be 99.5% aluminum ofcommercial purity grade, its composition shall be in accordance with requirement of BS 1475or ASTM B833 or ISO 209-1 type Al (wrought aluminum and aluminum alloys, wire). Wireshall be supplied in protective wrapping indicating batch number and other details.

3.1.3 Thickness Requirement

The nominal thickness of finished TSAC shall be 250 microns having minimum value of 225microns at low thickness areas (valleys) and not more than 275 microns at peak areas.

The finished thickness shall be measured using SSPC-PA 2 type 2 fixed probe gauge(Magnetic Gauge).

3.1.4 Coating Bond Strength Requirement

The TSAC coating shall have a minimum individual tensile-bond strength value of 1000 psifor flame sprayed and 1500 psi for arc sprayed coating with an average of 2000 psi for arcsprayed coatings. Minimum tensile bond strength should be achieved by proper anchor toothprofile of blasted surface, laying down the TSA thickness in multiple passes and carrying outTSA application under controlled environment

3.1.5 Porosity

All thermally sprayed metallic coatings will have porosity. For thermally sprayed aluminumcoatings porosity shall not exceed 15% of total surface area for flame sprayed coating and 8%for arc spray coating.

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

Page 96 of 126

lafteleENIONEERS STANDARD SPECIFICATIONes iiptew INDIA umn-ED FOR SURFACE PREPARATION(MRPI FRaRVINJWMil IA GO. Dna Wean) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 52 OF 59

4.0 THERMAL SPRAY APPLICATION PROCEDURE

Items in the atmospheric zone to be coated by TSA shall be applied by either Flamespray or Arc spray method only. For coating under insulation, application shall be byarc wire method.

4.1 Equipment Set Up

4.1.1 Thermal spray equipment shall be set up calibrated, operated (1) according to manufacturerinstructions/technical manuals and also TSAC applicators refinement thereto and (2) asvalidated by Procedure Qualification (Sec 7.0 of this specification).

4.1.2 Spray Parameters

Spray parameters (see 4.1.3 below) and thickness of each crossing pass shall be set and shallbe validated with bend test (See 6.5 of this Spec).

4.1.3 Spray Parameters

Spray Parameters Method of Application

Arc voltageArc wire Spray Flame Wire Spray

27 V -Air pressure 80 psi 80 psi

Steel surface cleanliness NACE-1 white metal NACE-1 white metal /or Near white metal

Steel surface profile 75 microns (minimum) 75 microns (min.)Arc current 250-280A -

Coating thickness 225 microns (nominal) 225 microns(Nominal)Coating adhesion > 1500 psi (Total coating),see 3.1.4 >1000 psiCoating porosity Less than 8% Less than 15%.

Spray distance (spray Gunwork piece) 6-8" 5-7"

Spray Pass width 40mm 20 mm

The above parameters to be validated with a bend test by the contractor before start of work(for details of bend test see Sec 6.5 of this Spec).

4.2 Post Blasting Substrate Condition and Thermal Spraying Period.

4.2.1 The steel surface temperature shall be at least 5°C above dew point of ambient air temperature.

Steel substrate surface temperature shall be recorded by with a contact pyrometer.Thermal spraying should commence within 15 minutes from the time of completion of blasting

4.2.2 Holding Period

Time between the completion of final anchor tooth blasting and completion of thermalspraying of blasted surface should be no more than four hours. If within this period rust bloomappears Sec 4.4.1of this specification will apply.

Format No. 8-00.0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 97 of 126

azdzieft ENGINEERS STANDARD SPECIFICATION1&11€151erilV INDIA LIMITED FOR SURFACE PREPARATION

imerreRaRtitM11711 IA Gat al InCia UNIeltaking) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 53 OF 59

4.3 Pre-Heating

For flame spraying, the initial starting area of 1-2 square feet to be preheated to approx.120°Cto prevent condensation of moisture in the flame on the substrate. For arc spraying thepreheating is not required.

4.4 Thermal Spraying

Spraying should commence only after validation of equipment set up by procedurequalification test and spray parameter validation tests described in Sec 7.0 and 6.5respectively. Thermal spraying must commence within 15 minutes from the time ofcompletion of blast cleaning

The specified coating thickness shall be applied in several crossing passes. The coating bondstrength is greater when the spray passes are kept thin. Laying down an excessively thick spraypass increases the internal stresses in TSAC and decreases the bond strength of total TSAC.The suitable thickness for crossing passes shall be determined by procedure qualification testdescribed in Sec 7.0 of this specification.

For manual spraying, spraying to be done in perpendicular crossing passes to minimize thinspots in coating. Approx. 75-100 microns of TSAC shall be laid down in each pass.

The surface geometry of the item or area to be sprayed should be inspected before application.The spraying pass and sequence shall be planned according to following.

Maintain Gun as close to perpendicular as possible and within ± 30° from perpendicular tothe substrate.Maintain nominal standoff distance and spray pass width as given below:

Spray method Standoff (Inches) Spray pass width(Inches)

Arc Wire 6-8 1 'A( 40mm )Flame wire 5-7 %( 20mm )

4.4.1 Rust Bloom (Visual appearance of rust or Discoloration)

If Rust bloom appears on the blasted surface before thermal spraying, the affected area shall bereblasted to achieve the specified level of cleanliness.

If Rust bloom in form of discoloration, or any blistering or a degraded coating appears at anytime during application of TSAC, then spraying shall be stopped and acceptable sprayed areashall be marked off. The unsatisfactory areas shall be repaired to the required degree of surfacecleanliness and profile.

Blast the edges of the TSAC to provide for 2-3" feathered area overlap of the new work intoexisting TSAC.

Then apply TSAC to the newly prepared surfaces and overlap the existing TSAC to the extentof feathered edge so that overlap is a consistent thickness.

Format No. 8-00-0001-F1 Rev. 0 Copyright Ell. —AI rights reserved

Page 98 of 126

latazidie ENGINEERS STANDARD SPECIFICATIONsigtaReW INDIA LIMITED FOR SURFACE PREPARATION

2174WZAJWIRD (A Go..4 Inda Undedalungl AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 54 OF 59

4.4.2 Masking

Masking all those parts and surfaces which are not required to be thermally sprayed asinstructed by purchaser should be inspected by applicator to ensure that they are properlymarked and covered by purchaser.

Complex geometries (flanges, valve manifolds, intersections) shall be masked by applicator tominimize overspray i.e. TSAC applied outside spray parameters (primarily gun to substratedistance and spray angle).

4.4.3 TSAC Finish

The deposited TSAC shall be uniform without blisters, cracks, loose particles, or exposed steelas examined with 10 X magnification.

5.0 SEALER

Sealant shall be applied after satisfactory application of TSAC and completion of all testingand measurements of the finished TSAC as per Sec 6.0 of this specification.

For shop workSealer shall be applied immediately after thermal spraying and for field worksealer shall be applied within 8 hours. The sealcoat shall be thin enough to penetrate into thebody of TSAC.

The sealant shall be Silicone Alkyd Aluminium paint having DFT not more than 35-40 micron.Typically seal coat shall be applied at a spreading rate resulting in theoretical 38 microns DFT.The seal coat shall be applied in accordance with SSPC-PA 1 and the paint manufacturerinstruction for sealing.

6.0 TESTING AND MEASUREMENT SCHEDULE

6.1 Surface Finish

That the blasted cleaned surface meets the required criteria (NACE 1/SSPC-SP 5) shall bevisually inspected using SSPC-VIS 1. The clear cellophane-tape test as per ISO 8502-3 shallbe used to confirm absence of dust or foreign debris on the cleaned surface. Checks shall bedone on each component at least once per 200 m2 of blasted surface and minimum of 3 checksper shift.

6.2 Blast Profile Measurement: (In-Process testing during actual production before applicationof TSA coating)

The angular profile depth measurement shall be done by profile tape as per method NACEStandard RP 0287 or ASTM D 4417 method B (Profile depth gauge micrometer). Spotmeasurement shall be carried out every 15m2 of blasted surface. At each spot threemeasurements shall be taken over an area of 10 cm 2 and average of measurements to berecorded and reported.If profile is <65 microns blasting shall continue till grater than 65 microns depth profile isachieved.

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

Page 99 of 126

Oftela ENGINEERS STANDARD SPECIFICATIONfelliteCe INDIA LIMITED FOR SURFACE PREPARATION

awn maw nem) (A Gem al inda Underlikog AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 55 OF 59

6.3 TSAC Thickness (In-Process Testing For finished coating during regular production)

6.3.1 TSAC finished thickness shall be measured using SSPC-PA 2 type 2 fixed probe gauge.

6.3.2 For flat surfaces, measurements shall be taken along a straight measurement line, onemeasurement line for every 15 m2 of applied TSAC shall be selected along which 5measurements to be taken at 25 mm internal and average to be reported.

6.3.3 For curved surface or complex geometry, 5 measurements shall be taken at a spot measuring10 cm2 in area. One spot to be taken for every 15 m2 of applied TSAC area.

6.3.4 The TSAC thickness in surface changes or contour changes, welds and attachments shall bealso measured and reported.

6.3.5 If TSAC is less than specified minimum thickness, apply additional TSAC until specifiedthickness range is achieved.

6.3.6 All locations and values of TSAC thickness measurements shall be recorded in Job Record(JR).

6.4 Tensile Bond Testing (In-Process testing for finished coating during regular production)

Tensile Bond strength of the TSAC finish coat shall be determined according toASTM D 4541 using a self-aligning adhesion tester.

One measurement shall be made every 50 m2. If tensile bond at any individual spotis less than 1000 psi for flame sprayed coating and 1500 psi for arc sprayed coatingthe degraded TSAC shall completely removed and reapplied.

The tensile bond portable test instrument to be calibrated according to ASTM C 633

6.5 Bend Tests

Bend test shall be carried out at beginning of each work shift. Bend tests shall also beconducted on sample coupons before start of thermal spraying work to qualify the following asmentioned earlier in this specification.

To qualify spray parameters and thickness of each crossing pass.

6.5.1 Test Procedure

Five corrosion control steel coupons each of dimension 50 mm x 150 mm x 1.3 mmthk. to be prepared.

Surface shall be prepared by dry abrasive blast cleaning as per this specification.

TSAC shall be applied as per specified thickness range. TSAC should be sprayed incrossing passes laying down approx. 75-100 microns in each pass.

TSAC applied coupons shall be bent 180 ° around a 13 mm diameter mandrel.

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

Page 100 of 126

g,,ENGINEERS(gale tiregw INDIA LMTED

STANDARDSTANDARD SPECIFICATIONFOR SURFACE PREPARATION

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 01411MeRePWW) IA Govt al India Undertiong) AND PROTECTIVE COATINGPAGE 56 OF 59

e) Bend test shall be considered passed if on bend radius there is

- No cracking or spalling or lifting by a knife blade from the substrate- Only minor cracking that cannot be lifted from substrate with a knife blade.

Bend test fails if coating cracks with lifting from substrate.

6.6 Tests for blasting media, blasting air

6.6.1 Blasting Media (For every fresh batch of media and one random test during blasting)

Blasting Media shall be visually inspected for absence of contamination and debris using 10 Xmagnification.

Inspection for the absence of oil contamination shall be conducted using followingprocedure :

Fill a small clean 200 ml bottle half full of abrasive.

Fill the bottle with potable water, cap and shake the bottle.

Inspect water for oil film/slick. If present, the blasting media is not to be used.

Soluble salt contamination if suspected shall be verified by method ASTM D 4940. Ifpresent, media to be replaced.

c) Clean blasting equipment, especially pot and hoses, and then replace blasting mediaand retest.

6.6.2 Test for Blasting Air (Once Daily before start of blasting and once at random during blasting)

The air for blasting shall be free from moisture and oil. The compressor air shall be checkedfor oil and water contamination per ASTM D 4285.

6.7 Test for presence of oil/grease and contamination

The steel substrate after degreasing as per SSPC-SP 1 shall be tested as per followingprocedure to validate absence of oil and grease contamination.

Visual inspection - Continue degreasing until all visible signs of contamination are removed.Conduct a solvent evaporation test by applying several drops or a small splash of residue-freetrichloromethane on the suspect area especially pitting, crevice corrosion areas or depressedareas. An evaporation ring formation is indicative of oil and grease contamination.Continue degreasing and inspection till test is passed.

7.0 TSAC APPLICATOR QUALIFICATION

Following tests to be carried out as part of procedure qualification test for the applicator.Thickness measurementCoating bond strengthPorosity test

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

Page 101 of 126

loirif&JelitENIGINERS STANDARD SPECIFICATIONgtIf WegNEW INDIA LIMITED FOR SURFACE PREPARATION

MDR [111,3M11/ IA Gael d hdia Underlain)) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 57 OF 59

Bend strength

TSAC applicator's surface finishing and application process and equipment set up, calibrationand operation shall be qualified by application of TSA on a reference sample which shall beused as a comparator to evaluate the suitability of application process. Only that applicator willbe permitted to carry out the work when test specimens coated by the applicator meets thedesired requirements as cited below.

The sample shall be made of a steel plate measuring approx. 18"x 18" x Vo" thick. If the actualwork is less than 1/4" thick then the sample to be made from material of representativethickness.

The surface preparation, TSAC application shall be made with actual field equipments andprocess/spray parameters and procedures as per the specification. The depth profile of blastedsurface, TSAC coating thickness for each cross pass and total thickness range shall be as perspecification.

The surface preparation and thermal spraying shall be carried out in representativeenvironmental conditions spraying with makeshift enclosure.

7.1 After application of coating, thickness and tensile bond measurements shall be made infollowing manner.

Divide the sample piece into four quadrants.

Measure thickness along the diagonal line of each quadrant.

Four each quadrant five in-line thickness measurements at 1" interval shall be doneusing SSPC -PA 2 type 2 fixed probe gauge. Thus a total of four "five in line"thickness measurements to be done for the whole sample.

One tensile bond measurement using ASTM D 4541 type III or IV portable selfaligning test instrument to be done at centre of each quadrant. Total of 4 measurementsfor the sample.

One porosity evaluation test by Metallographic examination shall be conducted todemonstrate the achievement of porosity within the limits specified. Sample shall beprepared for Metallographic examination as per ASTM E — 3.

The procedure shall be considered qualified if thickness and tensile-bond strength andporosity values meet the specification requirement.

7.2 Bend test: Bend test shall be carried out as detailed at sec. 6.5 of this specification.

Applicators thermal spray equipment set-up, operation and procedure of application includingin-process QC checkpoints adopted during procedure qualification as described above shouldbe always subsequently followed during entire duration of work.

8.0 DOCUMENTATION

The following information shall be provided by TSAC applicator before award of work.

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

Page 102 of 126

SfilOze ift ENONEERS STANDARD SPECIFICATIONligaf 215leg ire INDIA WAITED FOR SURFACE PREPARATION

1411PMFIRFROMPI) IA &vet Incha Undertaang/ AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 58 OF 59

TSAC application process consisting of equipment capabilities and their technicalparameters, feed stock material and source of procurement.

Detailed application procedure and in-process quality control check points for (a)surface preparation (b) thermal spraying (c) seal coats.

Type and specification of instruments to be deployed for measurement of blast profiledepth, TSAC thickness and tensile bond.

Paint manufacturer data sheet for the selected sealing coat to be applied.

9.0 RECORDS

The TSAC applicator shall maintain job record to record production and QCinformation. All the results of the tests and quality control checks shall be entered inthe record for each component/part thermally sprayed. All the result of tests(thickness, tensile bond, bend tests) and other validation tests (e.g. procedurequalification test, test for surface cleanliness after abrasive blasting, test forcleanliness of abrasives and air) shall also be recorded and duly signed by owner.

All the information mentioned in Sec 8.0 above should also form part of the Jobrecord.

Any modification affected after procedure qualification in the procedure, QC, sprayparameter, equipment spec to the original information (submitted before award of thework) must also form part of Job record.

10.0 WARRANTY

The TSAC applicator shall warrant the quality of material used by providing the purchaserwith a certificate of materials used to include

Spray feed stock: Alloy type/designation, Lot Number, wire diameter, chemicalanalysis, name of supplier, manufacturer.

Sealant: Name of manufacturer, application data sheet.

11.0 SAFETY

The TSAC applicator shall follow all safety procedures required by the purchaser/owner.Owner shall also give compliance requirement to be followed by applicator. The applicatorshall follow all appropriate regulatory requirements.

12.0 CODES AND STANDARDS

This specification shall apply in case of conflict between specification and followingapplicable standards:

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

Page 103 of 126

(3ti1tael4t ENGINEERS STANDARD SPECIFICATION5gaia2egwiNDIA umn-ED FOR SURFACE PREPARATION

Wen FRa W ',AMER) IA Govi al India Undeltalangl AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 59 OF 59

AWS C. 2.17 Recommended Practice for Electric arc Spray.ASTM C 633 Test Method for Adhesive/Cohesive Strength of Flame Sprayed Coatings.

ASTM D 4285 Method for indicating Oil or Water in Compressed Air.ASTM D 4417 Test Method for Field Measurement of Surface Profile of Blasted Steel.

BS 2569 Specification for Sprayed Metal Coating.NACE Standard RP

0287Field Measurement of Surface Profile of Abrasive Blast Cleaned SteelSurfaces Using a Replica Tape.

ASTM D 4541Test method for Pull-Off Strength of Coating Using Portable AdhesionTesters.

ANSI/AWS C2.18Guide for the Protection of Steel with Thermal Spray Coatings ofAluminum, Zinc and Their Alloys and Composites.

NACE No. 12/AWSC2.23M/SSPC-CS

23.00

Specification for the application of thermal spray coatings (Metallizing) ofaluminum, zinc, and their alloys and composites for the corrosionprotection of steel.

SSPC Publication The inspection of coatings and linings: A Handbook of Basic practice forInspectors, Owners, and Specifiers.

SSPC-AB 1 Mineral and Slag Abrasives.SSPC-AB 3 Ferrous Metallic Abrasives.SSPC-PA 1 Shop, Field, and Maintenance Painting of Steel.SSPC-PA 2 Measurement of Dry Coating Thickness with Magnetic Gages.

NACE No. 1/SSPC-SP 5

White Metal Blast Cleaning.

NACE No. 2/SSPC-SP 10

Near —White Metal Blast Cleaning.

SSPC-VIS 1Guide and Reference Photographs for Steel Surfaces Prepared by DryAbrasive Blast Cleaning.

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

Page 104 of 126

FORM – B

REFERENCE LIST OF PREVIOUS SUPPLIES OF SCRAPER TRAPS AND PIG SIGNALLERS FOR THE LAST SEVEN YEARS (Note-1)

Sl. No.

Project Client

(Company name,

Address, email ID, contact

phone no.)

Equipment (Scraper

Trap) (Note-2)

Size Rating Material,

API 5L Gr.

Quantity (Nos.)

Service Year of supply

Name of pig signaller

manufacturer

Purchase Order

(Note-3)

Inspection Release

Note (Note-3)

Note: 1. Separate lists shall be furnished for Scraper Traps and Pig Signallers.

2. Scraper Trap type i.e. Uni-directional or Bi-directional shall be specified for each supply.

3. Copy of Purchase orders and inspection release notes along with sectional drawings shall be enclosed.

To be filled, signed and stamped by Bidder.

Bidder’s seal Signature of Bidder

Page 105 of 126

FORM – L

LIST OF COMMISSIONING SPARES AND ACCESSORIES FOR START UP & COMMISSIONING

Sl. No. Item No. Description Quantity Per Scrapper Trap

Total Quantity item wise

1 01.01 Gaskets/ O - rings for QOEC 2 No.s (2) 2

2 01.02 Gaskets/ O - rings for QOEC 2 No.s (2) 2

Note:

1) As a minimum, the commissioning spare shall include 200% extra consumable spares viz. Gaskets/ O-rings etc.

2) Bidder shall list commissioning spares and accessories for start up & commissioning, in addition to spares listed in Note (1).

3) Prices of spares shall be included in the quoted price for the corresponding item.

To be filled, signed and stamped by Bidder.

Bidder’s seal Signature of Bidder

Page 106 of 126

FORM – S

LIST OF SPARES AND ACCESSORIES FOR TWO YEARS OF NORMAL OPERATION

Sl. No. Item No. Description Quantity

To be filled, signed and stamped by Bidder.

Bidder’s seal Signature of Bidder

Page 107 of 126

FORM – J

LIST OF ACCESSORIES AND SPECIAL TOOLS REQUIRED FOR OPERATION & MAINTENANCE

Sl. No. Item No. Description Quantity

To be filled, signed and stamped by Bidder.

Bidder’s seal Signature of Bidder

Page 108 of 126

INSPECTION TEST PLAN

FOR SCRAPER LAUNCHER/RECEIVER (ON SHORE)

SPECIFICATION NO.

A872-6-81-0103 Rev. 0

Page 1 of 6

0 11.07.2017 Issued as Job Specific ITP HKM HP HP

Rev. No.

Date Purpose Prepared by Checked by Approved by

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

INSPECTION AND TEST PLAN

FOR

SCRAPER LAUNCHER/RECEIVER (ONSHORE)

PROJECT : LPG IMPORT FACILITY AT HALDIA

OWNER : BPCL

CONSULTANT : ENGINEERS INDIA LIMITED

JOB NO. : A872

Page 109 of 126

INSPECTION TEST PLAN

FOR SCRAPER LAUNCHER/RECEIVER (ON SHORE)

SPECIFICATION No.

A872-6-81-0103 Rev. 0

Page 2 of 6

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

Copyright EIL – All rights reserved

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

Page 110 of 126

INSPECTION TEST PLAN

FOR SCRAPER LAUNCHER/RECEIVER (ON SHORE)

SPECIFICATION No.

A872-6-81-0103 Rev. 0

Page 3 of 6

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

Copyright EIL – All rights reserved

1.0 SCOPE:

This Inspection and Test Plan covers the minimum testing requirements of Scrapper Launcher/Receiver (On Shore)

2.0 REFERENCE DOCUMENTS:

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

3.0 INSPECTION AND TEST REQUIREMENTS:

S.

NO STAGE/ACTIVITY CHARACTERISTICS

QUANTUM

OF CHECK

FORMAT OF

REPORT

SCOPE OF INSPECTION

SUB

SUPPLIER SUPPLIER EIL/TPIA

1.0 PROCEDURES

1.1 Hydro-test, Heat Treatment, NDT and

other procedures (as applicable) Documented Procedures 100%

Procedure

Documents - H R

1.2 WPS/ PQR /WPQ Documented procedures. 100% Procedure

documents - H

R-Existing

W-New

2.0 MATERIAL INSPECTION

2.1 Plates, Pipes, Tubes, forgings, Fittings,

Fasteners, Gaskets, etc. (Refer Note-3)

Chemical, Physical and other

properties as per purchase

specification

100% Mill Test

Certificates H H R

2.2

Welding Consumables

Chemical and Physical Properties as

applicable 100%

Batch

Certificates W R R

Page 111 of 126

INSPECTION TEST PLAN

FOR SCRAPER LAUNCHER/RECEIVER (ON SHORE)

SPECIFICATION No.

A872-6-81-0103 Rev. 0

Page 4 of 6

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

Copyright EIL – All rights reserved

S.

NO STAGE/ACTIVITY CHARACTERISTICS

QUANTUM

OF CHECK

FORMAT OF

REPORT

SCOPE OF INSPECTION

SUB

SUPPLIER SUPPLIER EIL/TPIA

3.0 IN PROCESS INSPECTION

3.1

Material identification for Pressure

Parts

(Plates, Pipes)

Review of Test Certificates,

Markings, Visual and Dimensional

inspection, identity co-relation &

Transfer of identification marks

100%

Material

Clearance

Record

- H H

3.2

Material identification for Pressure

Parts

(Forgings, Fittings, Fasteners, Gaskets,

etc.)

Review of Test Certificates,

Markings, identity co-relation 100%

Material

Clearance

Record

- H R

3.3 Non Pressure Parts

(Supports, Internals, etc.) Review of Test Certificates 100%

Material Test

Certificates - W -

3.4 Inspection of Formed Components

NDT of weld seam, as applicable 100% NDT Report /

RT Films - W R

NDT On knuckle portion after

forming - inside & outside 100% NDT Report - W R

HT (as applicable) 100% HT Graph &

record - W R

Test coupon, if applicable 100% Test Report - W W

Visual & Dimensional Inspection

(Min. Thickness, profile, ovality

etc.)

100% Test Report - H W

3.5 Weld Edge & Set up of pressure parts

Visual & dimensional, Weld edge,

root gap, offset, alignment,

cleanliness etc.

100% Inspection

Report - W -

Page 112 of 126

INSPECTION TEST PLAN

FOR SCRAPER LAUNCHER/RECEIVER (ON SHORE)

SPECIFICATION No.

A872-6-81-0103 Rev. 0

Page 5 of 6

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

Copyright EIL – All rights reserved

S.

NO STAGE/ACTIVITY CHARACTERISTICS

QUANTUM

OF CHECK

FORMAT OF

REPORT

SCOPE OF INSPECTION

SUB

SUPPLIER SUPPLIER EIL/TPIA

NDT (as applicable) 100% Inspection

Report - W -

3.6 Intermediate Inspection of Welds

Visual, Interpass temperature, DPT

as applicable 100%

Inspection

Report - W -

Heat Treatment as applicable 100% HT Graph &

record - W R

3.7 Inspection of finished welds

Visual inspection for reinforcement,

undercuts, surface defects, etc. 100%

Inspection

Report - W -

Non Destructive Testing 100% NDT Report /

RT Films - W R

3.8 Visual and dimension check before

PWHT (as applicable)

Dimensions, Surface defects,

Completeness of equipment. 100%

Inspection

report - H R

3.9 Pneumatic Test of RF Pads Leak Test 100% Inspection

Report - H R

3.10 PMI as applicable PMI

Each

component &

weld

Inspection

Report H W R

4.0 FINAL INSPECTION

4.1 Visual & Dimensional Inspection after

PWHT

Dimensions, Surface defects,

Completeness of equipment,

Hardness etc.

100% Inspection

Report - H H

4.2 Hydrostatic Test Leak Check 100% Inspection

Report - H

H

Page 113 of 126

INSPECTION TEST PLAN

FOR SCRAPER LAUNCHER/RECEIVER (ON SHORE)

SPECIFICATION No.

A872-6-81-0103 Rev. 0

Page 6 of 6

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

Copyright EIL – All rights reserved

S.

NO STAGE/ACTIVITY CHARACTERISTICS

QUANTUM

OF CHECK

FORMAT OF

REPORT

SCOPE OF INSPECTION

SUB

SUPPLIER SUPPLIER EIL/TPIA

5.0 Painting

5.1 Final painting (As applicable)

Visual inspection (after surface

preparation and final painting for

workmanship, uniformity) 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%

Manufacturer

TC & IC - H H

6.2 Final Document submission Compilation of Inspection reports

,drawings, etc as per VDR / PR 100%

Final data

folder

/Completeness

certificate

- 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.

Page 114 of 126

INSPECTION AND TEST PLAN

FOR

PIG SIGNALLERS

STANDARD SPECIFICATION No.

A872-6-81-0138 Rev 0

Page 1 of 5

0 11.07.2017 Issued as Job Specific ITP HKM HP HP

Rev. No.

Date Purpose Prepared

by Checked

by

Approved by

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

INSPECTION AND TEST PLAN

FOR

PIG SIGNALLERS

PROJECT : LPG IMPORT FACILITY AT HALDIA

OWNER : BPCL

CONSULTANT : ENGINEERS INDIA LIMITED

JOB NO. : A872

Page 115 of 126

INSPECTION AND TEST PLAN

FOR

PIG SIGNALLERS

STANDARD SPECIFICATION No.

A872-6-81-0138 Rev 0

Page 2 of 5

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

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

Page 116 of 126

INSPECTION AND TEST PLAN

FOR

PIG SIGNALLERS

STANDARD SPECIFICATION No.

A872-6-81-0138 Rev 0

Page 3 of 5

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

1.0 SCOPE

This Inspection and Test Plan covers the minimum inspection and testing requirements for Pig Signallers

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 and other

procedures (as applicable)

Documented Procedures 100%

Procedure

Documents -- H R

1.2 WPS/ PQR /WPQ Documented procedures. 100% Procedure

documents - H

R-Existing

W-New

2.0 Material Inspection

2.1 Plates, Pipes, Forgings for Trigger,

Mounting Nozzle, Gaskets, Visual

Indicator, Limit Switch, Fasteners etc

Chemical Properties

Tensile/Impact/Hardness/HIC &

other applicable tests

NDT (As applicable)

As per

Purchase

specification

Material Test

Certificates /

Lab Test

Reports

H H R

3.0 In Process Inspection

3.1 Identification of Plates & Pipes for

pressure parts

Review of test certificates & Co-

relation of marking 100%

Inspection

report - H -

Page 117 of 126

INSPECTION AND TEST PLAN

FOR

PIG SIGNALLERS

STANDARD SPECIFICATION No.

A872-6-81-0138 Rev 0

Page 4 of 5

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

SL.

NO. STAGE/ACTIVITY CHARACTERISTICS

QUANTUM

OF

CHECK

RECORD

SCOPE OF INSPECTION

SUB

SUPPLIER SUPPLIER EIL/ TPIA

3.2 Machining of Components Visual & Dimensional 100%

Suppliers

Records - H -

3.3 Inspection of Welds Visual

Applicable NDT 100%

Inspection

reports / RT

Film

- H R

3.4 Heat Treatment Heat treatment as applicable

100% HT

Chart/Record -- H

R

4.0 Final Inspection

4.1

Functional Test Satisfactory Performance 100% Test Reports -- H R

4.2

Hydrostatic Test Leak Check 100% Test Reports - H R

4.3

Visual and Dimensional Inspection Dimensions & Completeness of

Assembly 100% Inspection

Record -- H R

5.0

Painting

5.1 Corrosion Resistant Painting & / or

Antifouling Coating ( As Applicable) Painting Scheme

Visual Check

Final DFT Check

100% Inspection

Record - H -

6.0 Documentation & IC

Page 118 of 126

INSPECTION AND TEST PLAN

FOR

PIG SIGNALLERS

STANDARD SPECIFICATION No.

A872-6-81-0138 Rev 0

Page 5 of 5

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

SL.

NO. STAGE/ACTIVITY CHARACTERISTICS

QUANTUM

OF

CHECK

RECORD

SCOPE OF INSPECTION

SUB

SUPPLIER SUPPLIER EIL/ TPIA

6.1 Final Documentation & Inspection

Certificate(IC)

Issue of IC & Final document

completeness certificate As per PR

IC &

Document

completeness

certificate

- 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.

Page 119 of 126

CHECK LIST

DOCUMENT NO.

A872-000-QF-CL-9130

Page 1 of 1

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

REQN. FOR : SCRAPER TRAPS AND PIG SIGNALLERS

PROJECT: LPG IMPORT TERMINAL FACILITY AT BPCL HALDIA

Check List

Sl No. Description Yes No 1 Reference list of previous supplies (as per Form- B) with supporting

documents (i.e. copies of un priced purchase order and inspection release note with sectional drawing) for last seven years for scraper traps & pig signallers enclosed.

2 Compliance Statement duly filled and signed by bidder enclosed 3 Filled -up Data Sheets, duly signed and stamped enclosed 4 GA & assembly drawings/cross section drawings including part list

with material for Scraper traps, Pig handling system and Pig signallers with overall dimensions enclosed from proposed manufacturer/supplier.

5 List of recommended commissioning spares and accessories (Form

– L) enclosed.

6 List of spares and accessories recommended for two (2) years of

normal operation (Form - S) enclosed.

7 List of accessories & special tools required for operation &

maintenance (Form - J) enclosed.

8 Other technical details such as vendor's product catalogues,

manufacturing facility etc. enclosed

Note: 1 Bidder to Tick in the Yes/No Box as appropriate 2 Offer received without duly filled up compliance statement and without required

information/documents & drawings as asked for above is liable for rejection without reverting back to the bidder

Bidder’s seal Signature of Bidder

Page 120 of 126

COMPLIANCE STATEMENT

DOCUMENT NO.

A872-000-QF-CS-9130

Page 1 of 1

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

REQN. FOR : SCRAPER TRAPS AND PIG SIGNALLERS

PROJECT: LPG IMPORT TERMINAL FACILITY AT BPCL HALDIA

Compliance Statement

Sl. No.

Requirement Bidder’s Confirmation

1.

Bidder confirms that all materials proposed by the bidder are same/equivalent/superior to those specified in data sheets/ specifications/ Addendum.

2.

This is a Zero-Deviation Bid. Bidder confirms that the offer is in total compliance with the technical requirements of the Material Requisition. Bidder confirms that no deviation(s) has been expressed or implied any where in the offer.

3. Bidder confirms that all spares and accessories required for 2 years of normal operation (as per Form-S) have been quoted separately as per price performa enclosed with RFQ.

4. Bidder confirms that prices for start-up/commissioning spares and accessories have been included in the quoted items (as per Form-L).

5. Bidder confirms that accessories & special tools required for operation & maintenance (as per Form-J) have been quoted separately as per price performa enclosed with RFQ.

6. Bidder confirms that in the event of securing order for the requisitioned item(s), good for manufacturing drawings of ordered item(s) shall have complete details with dimensions, part list and material list including back-up calculations in the first submission, failing which the vendor shall be solely responsible for any likely delay in delivery of item(s).

Bidder's Signature with stamp

Note: The above compliance shall be signed by the Scraper trap manufacturer.

Page 121 of 126

A872-020-83-41-300051PIG HANDLING SYSTEM FOR

The

draw

ing,

des

ign

and

deta

ils g

iven

on

this

form

at a

re th

e pr

oper

ty o

f E

NG

INE

ER

S IN

DIA

LIM

ITE

D.

They

are

mer

ely

loan

ed o

n th

e bo

rrow

er's

exp

ress

agr

eem

ent t

hat

they

will

not

be

repr

oduc

ed, c

opie

d, e

xhib

ited

or u

sed,

exc

ept i

n th

e lim

ited

way

per

mitt

ed b

y a

writ

ten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for t

he in

tend

ed u

se.

APPROVEDCHKBYREVISIONDATEREV.

SCRAPER LAUNCHERCLIENTJOB NO

PROJECT: LPG IMPORT TERMINAL FACILITY

: BPCL , HALDIA: A872 (020-ML-00-101)

Page 122 of 126

A872-020-83-41-300052PIG HANDLING SYSTEM FOR

The

draw

ing,

des

ign

and

deta

ils g

iven

on

this

form

at a

re th

e pr

oper

ty o

f E

NG

INE

ER

S IN

DIA

LIM

ITE

D.

They

are

mer

ely

loan

ed o

n th

e bo

rrow

er's

exp

ress

agr

eem

ent t

hat

they

will

not

be

repr

oduc

ed, c

opie

d, e

xhib

ited

or u

sed,

exc

ept i

n th

e lim

ited

way

per

mitt

ed b

y a

writ

ten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for t

he in

tend

ed u

se.

APPROVEDCHKBYREVISIONDATEREV.

SCRAPER RECEIVERCLIENTJOB NO

PROJECT: LPG IMPORT TERMINAL FACILITY

: BPCL , HALDIA: A872 (020-MR-00-101)

Page 123 of 126

VENDOR DATA REQUIREMENTS

FOR

SCRAPPER TRAPS

A 14-JUL-2017 ISSUED FOR BIDS VS DM SD

Rev.No.

Date Purpose Prepared by Checked by Approved by

VENDOR DATA REQUIREMENTSFOR

SCRAPPER TRAPS of 3

Document No.A872-020-83-41-VDR-9130

Rev. A

Page 1

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

Page 124 of 126

VENDOR DATA REQUIREMENTS

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

Notes :

S.NO.

DESCRIPTION WITHBID

POST ORDERREMARKSFOR

REVIEWFOR

RECORD

WITHDATABOOK

(FINAL)

1. Design calculations

2. General arrangement Drawing of Scraper &QOEC.

3. Reference list supply of similar supplies sincelast Five year

4. Support assembly drawings

5. Arrangement and details of foundation bolt ofpig handling and lifting system (as applicable)

6. Welding procedure and method of manufacturefor all phase of manufacture

7. List of recommended spares required duringstart up & commissioning ,2 year of normaloperation and maintenance and List ofaccessories & special tools required foroperation & maintenance

8. Installation, Operation & Maintenance manualscontaining all certified drawing and documentsincluding prolonged storage procedure

9. Quality Assurance Plan

10. Test certificates : Material Test Certificates (Required duringInspection)

11. Test certificates : Non destructive test reports (Required duringInspection)

12. Test certificates : Hydrostatic Test Certificate (Required duringInspection)

13. Test certificates : Mechanical Performance TestReports

(Required duringInspection)

14. Test certificates : Dimensional check (Required duringInspection)

15. Test certificates : Any other Test report (Required duringInspection)

16. Bill of Materials

17. Painting Procedure

18. As built drawings

19. Weight of assembly

20. Other Electrical / Instrumentation Documents Refer RespectiveSpecification

VENDOR DATA REQUIREMENTSFOR

SCRAPPER TRAPS of 3

Document No.A872-020-83-41-VDR-9130

Rev. A

Page 2

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

Page 125 of 126

1. "TICK" denotes applicability.

2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).

3. All post order documents shall be submitted / approved through EIL eDMS portal.

4. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to

submission through EIL eDMS.

5. Refer - 6-78-0001: Specification for quality management system from Bidders.

6. Refer - 6-78-0002: Specification for documentation requirements from Contractors.

7. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.

8. 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.

9. 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).

10. "@" indicates submission of documents to Inspection Agency.

11. Bill of Material shall form part of the respective drawing.

12. Instrumentation

13. Pipeline

VENDOR DATA REQUIREMENTSFOR

SCRAPPER TRAPS of 3

Document No.A872-020-83-41-VDR-9130

Rev. A

Page 3

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

Page 126 of 126