“Supply of Pipe Fittings” - iocl tenders

68
TENDER NO. : JRMM188170 INDIAN OIL CORPORATION LIMITED Gujarat Refinery TENDER NO. : JRMM188170 Supply of Pipe FittingsINVITED BY: DEPUTY GENERAL MANAGER (MATERIALS-PURCHASE) INDIAN OIL CORPORATION LTD. (IOCL) GUJARAT REFINERY PO: JAWAHARNAGAR VADODARA PIN: 391320 Page 1 of 25

Transcript of “Supply of Pipe Fittings” - iocl tenders

TENDER NO. : JRMM188170

INDIAN OIL CORPORATION LIMITED Gujarat Refinery

TENDER NO. : JRMM188170

“Supply of Pipe Fittings”

INVITED BY:

DEPUTY GENERAL MANAGER (MATERIALS-PURCHASE) INDIAN OIL CORPORATION LTD. (IOCL)

GUJARAT REFINERY PO: JAWAHARNAGAR

VADODARA PIN: 391320

Page 1 of 25

TENDER NO. : JRMM188170

INDEX SR. DOCUMENT FORMAT PAGE NO.

1. COVERING LETTER FOR TENDER PDF 1

2. INDEX PDF 2

3. NOTICE INVITING TENDER (NIT) PDF 3

4. PRE QUALIFICATION CRITERIA PDF 4-5

5. GENERAL INSTRUCTION TO BIDDERS PDF 6-14

6. INSTRUCTION FOR RAISING INVOICE FOR GST IN MATERIALS PURCHASE CONTRACTS PDF 15

7. EVALUATION CRITERIA FOR COMPARISON OF BIDS PDF 16

8. TENDER CONDITIONS FOR BENEFITS/PREFERENCE FOR MICRO & SMALL ENTERPRISES (MSES)

PDF 17-20

9. PURCHASE PREFERENCE (LINKED WITH LOCAL CONTENT) 2017 (PP-LC) PDF 21-22

10. INVITATION LETTER FOR DIGITAL SIGNATURE CERTIFICATE (DSC) REQUIREMENT FORPROSPECTIVE FOREIGN BIDDER

PDF 23

11. TENDER CONDITIONS WITH IMPLEMENTATION OF INSOLVENCY AND BANKRUPTCYCODE, 2016 (IBC)

PDF 24

12. SCOPE OF SUPPLY CUM TECHNICAL SPECIFICATION DOCUMENTS PDF 25 onwards

13. PRICE SCHEDULE FORMAT-PRICED XLS (UPLOADED SEPARATELY AS BOQ)

14. PROFORMA FOR DECLARATION ON ACCEPTANCE OF TENDER SCOPE, SPECIFICATIONS,

TERMS & CONDITIONS

XLS Refer Sheet 1 “Decl. & Accept.-on-Tender-

T&C” in XLS file named “Bid_Documents”

15. SPECIAL TERMS & CONDITIONS OF TENDER XLS Refer Sheet 2 “Special Terms & conditions” in

XLS file named “Bid_Documents”

16. AGREED TERMS AND CONDITIONS (INDIGENOUS)/ (IMPORT) XLS Refer Sheet 3(a) “ATC(ind)”/3(b) “ATC

(Imp)” in XLS file named “Bid_Documents”

17. PROFORMA FOR DEVIATIONS LIST: TECHNICAL & COMMERCIAL XLS Refer Sheet 4(a) “Deviations_Technical”/ 4(b)

“Deviations_Commercial” in XLS file named

“Bid_Documents”

18. PROFORMA FOR DETAILS OF PQC DOCUMENTS DETAILS XLS Refer Sheet 5 “PQC Doc- details” in XLS file

named “Bid_Documents”

19. UN PRICE SCHEDULE FORMAT XLS Refer Sheet 6 “Un priced-BOQ” in XLS file

named “Bid_Documents”

20. PROFORMA FOR DECLARATION OF HOLIDAY LISTING XLS Refer Sheet 7 “Holiday-list-declaration” in XLS

file named “Bid_Documents”

21. GST DETAILS XLS Refer Sheet 8 “GST Details” in XLS file named

“Bid_Documents”

22. PROFORMA FOR BANK MANDATE DETAILS, IOCL APPROVED TRANSPORTERS LIST, LIST

OF IOCL APPROVED TPI AGENCIES

PDF (UPLOADED SEPARATELY AS ADDITIONAL

DOCUMENT)

23. GENERAL PURCHASE CONDITIONS & BG FORMATS PDF (UPLOADED SEPARATELY AS ADDITIONAL

DOCUMENT)

24. SPECIAL INSTRUCTIONS TO BIDDERS PDF (UPLOADED SEPARATELY AS ADDITIONAL

DOCUMENT)

25. INTEGRITY PACT AGREEMENT FORMAT (If applicable) PDF (UPLOADED SEPARATELY AS ADDITIONAL

DOCUMENT)

List of IOCL directors is available at https://www.iocl.com/AboutUs/Management.aspx ALL ABOVE DOCUMENTS FORM PART OF THE TENDER DOCUMENTS. In the event of any irreconcilable conflicts , the hierarchy for the acceptance shall be – (i) Scope of Supply Cum Technical Specifications documents. (ii) Special Terms & Conditions of Tender (iii) Agreed Terms & Conditions (Indigenous) / Agreed Terms & Conditions (Import) (iv) General Purchase Conditions.

Page 2 of 25

TENDER NO. : JRMM188170

1. NOTICE INVITING TENDER (NIT)– E-TENDERTENDER NO. : JRMM188170

Indian Oil Corporation Limited, a Company incorporated in India and having its registered office at G-9, Ali Yavar Jung Marg, “Western Express Highway”, Bandra (East), Mumbai-400 051 invites E-tender under SINGLE BID (PART-I: Techno-Commercial Bid & Price Bid) from bonafide experienced Bidder of sound financial standing and reputation for the job(s) defined in this tender covering following items. The details of the tender are given below:

Material Description Supply of Pipe Fittings Quantity As per BOQ/Enquiry document

Type of Tender Open tender

EMD Amount (in INR)

Rs.12359.00/-

EMD exempted categories: Micro & Small Enterprises (MSE) as mentioned in “TENDER CONDITIONS FOR BENEFITS/PREFERENCE FOR MICRO & SMALL ENTERPRISES (MSEs)”, Central/State PSUs & Govt. Organizations and JVs of IOCL. Please refer “General Instruction to bidders” for information on EMD submission.

TENDER DOWNLOAD/ SALE PERIOD

Please refer “Critical Dates table” in Tender Details at e-tender Portal

BID SUBMISSION PERIOD Please refer “Critical Dates table” in Tender Details at e-tender Portal

Pre Bid Meeting Not applicable

BID OPENING DATE & TIME Please refer “Critical Dates table” in Tender Details at e-tender Portal Tender will be opened online on https://iocletenders.nic.in/, on or after mentioned date & time.

Address of the Tender Issuing Authority : Deputy General Manager(Materials-Purchase), GUJARAT REFINERY, PO: JAWAHARNAGAR, VADODARA-391320 GUJARAT, Phone- +91-2652237265 /2237269 / 2237256 /2237251 E-mail : [email protected]; [email protected];[email protected]; [email protected] • Tender document (Non-Transferable) can be downloaded from IOCL e-tendering web

site https://iocletenders.nic.in/ • Offer shall be submitted ONLY through online mode on above given IOCL e-tendering

website. • Bids in physical form sent through fax / email / courier / post will not be acceptable.

Note :- Non Press E-tenders/Any Addendum / Corrigendum / Sale date extension in respect of above tender shall be issued on our website : https://iocletenders.nic.in only and no separate notification shall be issued in the press. Bidders are therefore requested to regularly visit our website to keep themselves updated.

Place: Vadodara DEPUTY GENERAL MANAGER (MATERIALS-PURCHASE)

Page 3 of 25

TENDER NO. : JRMM188170

2.0 PRE-QUALIFICATION CRITERIA(PQC): 2.1 TECHNICAL CRITERIA:

Not Applicable

2.2 FINANCIAL CRITERIA

The annual turnover of the bidders during any of the preceding three financial years should be at least Rs. /-

2.3 COMMERCIAL EXPERIENCE CRITERIA:

For experience, the order(s) executed by the bidder, during the last five years ending on the last day of the month immediately preceding the month in which the last date of bid submission falls on FOR / FOB Dispatch Point basis, should be as under:

Three orders each executed for “Fittings of carbon steel/ alloy steel/ stainless steel metallurgy” where executed value is not less than the amount equal to Rs. 3,06,134.00/-

OR

Two orders each executed for “Fittings of carbon steel/ alloy steel/ stainless steel metallurgy” where executed value is not less than the amount equal to Rs.4,08,178.00 /-

OR

One order executed for “Fittings of carbon steel/ alloy steel/ stainless steel metallurgy” where executed value is not less than the amount equal to Rs.5,10,223.00 /-

NOTE:-

1. FOB/FOR Dispatch point price (inclusive of P&F and TPI charges, if any) shall be considered for arrivingat the executed order value. However, in case any other cost component like Freight charges, Taxes &Duties etc. are not indicated separately and are already included in the Purchase Order Value, as evidentfrom the submitted Purchase order copies, then executed order value shall include such inclusive costcomponents also for the purpose of PQC evaluation.

2. Foreign orders in currency other than USD shall be converted to USD on the date of the said PurchaseOrder (Global Tenders). Orders in currency other than INR shall be converted to INR on the date of the saidPurchase Order (National Tenders).RBI reference rate shall be considered for forex conversion.

3. For fulfilling the commercial experience criteria any one of the following documents are to be submittedalong-with the un-priced bid as valid proof for meeting the criteria:

a) Purchase Order copy along with Invoice(s) with self-certification by the bidder that supplies againstthe invoices covering the “similar order” have been executed to the required value.

b) Purchase Order copy along with Bank Certificate indicating payment against the PO.

Page 4 of 25

TENDER NO. : JRMM188170

c) Execution certificate by client with order value.

d) IOCL executed Purchase Orders.

e) Any other document in support of order execution like TPI release note, etc.

4. For fulfilling the financial criteria, any one of the following are to be submitted along-with the un-priced bid

as valid proof for meeting the criteria:

a) An audited balance sheet of the bidder.

b) Published Annual report.

c) In case the balance sheet is available in the public domain the same shall be accepted, necessary link to be uploaded by the bidder.

OTHER NOTE:-

(A). The requirement for submission of audited financial statement is sometimes not accepted by some foreign bidders due to their internal / local regulation (particularly in case such bidders are subsidiaries of other foreign company). Instead of this they prefer to submit CEO / CFO certificate (the parent company for itself or for its subsidiary) for their turnover or the financial statement.

In such case CEO / CFO’s certificate in original from the company or from the parent company (in case bidder is a subsidiary) stating the turnover of the bidding entity along with a declaration that the bidding company is not in a position to submit its financial statement as per the local / internal regulation (clearly specifying the applicable regulation) with an endorsement by Chartered Accountant / Statutory Auditor / Certified Public Accountant (not being an employee or a Director or not having any interest in the bidder(s) company /firm) may be accepted. Wherever Chartered Accountant / Statutory Auditor / Certified Public Accountant (not being an employee or a Director or not having any interest in the bidder(s) company / firm) is not in a position to endorse such CEO / CFO’s certificate due to local regulations, CEO / CFO’s certificate in original without endorsement may be accepted provided a reference of the local regulation restricting this endorsement is given in the CEO / CFO certificate. (B). Similarly in case where the bidder cites the reasons of Non Disclosure Agreement (NDA) for its inability to submit necessary documents in support of meeting the experience criteria, a certificate, in original, certifying all the required information, issued by CEO / CFO of the company along with a declaration that the bidding company is not in a position to submit the required documents owing to the NDA with an endorsement by Chartered Accountant / Statutory Auditor /Certified Public Accountant (not being an employee or a Director or not having any interest in the bidder(s) company / firm) may be accepted.

Wherever Chartered Accountant / Statutory Auditor / Certified Public Accountant (not being an employee or a Director or not having any interest in the bidder(s) company / firm) is not in a position to endorse such CEO / CFO’s certificate due to local regulations, CEO / CFO’s certificate in original without endorsement may be accepted provided a reference of the local regulation restricting this endorsement is given in the CEO / CFO certificate.

5. In case a foreign bidder submits any of the Pre Qualification support documents in any language other than English, then it will be the responsibility of such foreign vendor to also provide the English translation copy of the same duly certified, stamped and signed by their Local Chamber of Commerce.

6. Bids submitted on consortium and joint -ventures basis are not acceptable, unless otherwise specified in the Tender.

Page 5 of 25

TENDER NO. : JRMM188170

7. IOCL reserves the right to complete the evaluation based on the details furnished with the bid without seeking any additional information.

8. A Company (bidder) shall not be allowed to use the credentials of its parent or any group company to meet

the Experience Criteria.

9. Submission of authentic documents in time is the prime responsibility of the bidder.

a. Wherever IOCL has concern or apprehension regarding the authenticity/correctness of any document, IOCL reserves the right of getting the documents cross verified from the document issuing authority.

10. The bidder entity should ensure that only one bid is submitted by them directly or by their Agents* on behalf of the bidder entity or as a Consortium Partner ( if applicable in tender). In case it is found that bidder entity has submitted more than one bid, all their bids in the tender are liable for rejection.

* Agents for the above purposes would be one who agrees and is authorized to act on behalf of another, a Principal, to legally bind an individual in particular business transactions with third parties pursuant to an agency relationship. Submission of bids by different offices / branches of the bidder entity will be considered as bids from the same bidder entity and will be liable for rejection.

11. Offer from the following type of bidders will not be considered:

(a) Bidder(s) who are undergoing insolvency resolution process or liquidation or bankruptcy proceeding under Insolvency and Bankruptcy Code, 2016 (Code). (b) Bidder(s) whose insolvency resolution process or liquidation or bankruptcy proceeding is initiated under the Code at any stage of evaluation of the bid.

Page 6 of 25

TENDER NO. : JRMM188170

3. GENERAL INSTRUCTIONS TO BIDDERS:

3.1 The Bids shall be uploaded in 2 (TWO) COVERS (COVER-1: Techno-Commercial Bid and COVER-2: Price Bid) in case of Two bid Tender and in 1 (ONE) COVER in case of Single bid Tender in electronic form only through Indian Oil e-tendering system on IOCL E-Tendering website ( https://iocletenders.nic.in/)

COVER -1: Techno-Commercial Bid i.e. Un-Priced Bid should contain: i. Online EMD / Scanned Copy of EMD Instrument : Demand draft/Bankers

Cheque/Bank Guarantee (if applicable)

ii. Bid_Documents XLS file containing sheets as under, duly filled as applicable and digitally signed as bidder’s acceptance and confirmation : a. Sheet 1 “Decl. & Accept.-on-Tender-T&C” - PROFORMA FOR DECLARATION ON

ACCEPTANCE OF TENDER SCOPE, SPECIFICATIONS, TERMS & CONDITIONS b. Sheet 2 “Special Terms & Conditions”- SPECIAL TERMS & CONDITIONS OF TENDER c. Sheet 3(a) “ATC(ind)”/3(b) “ATC(Imp)”- AGREED TERMS AND CONDITIONS

(INDIGENOUS)/ (IMPORT) d. Sheet 4(a) “Deviations_Technical”/ 4(b) “Deviations_Commercial”- PROFORMA

FOR DEVIATIONS LIST: TECHNICAL & COMMERCIAL e. Sheet 5 “PQC Doc- details”- PROFORMA FOR PQC DOCUMENTS DETAILS, if applicable as

per Tender. f. Sheet 6 “Un priced-BOQ” - UN PRICE SCHEDULE FORMAT. g. Sheet 7 “Holiday-list-declaration- PROFORMA FOR DECLARATION OF HOLIDAY LISTING h. Sheet 8 “GST Registration Details” – Goods & Service Tax (GST) Registration Details

iii. Documents towards fulfillment of Pre-Qualification Criteria of the Tender (If

applicable as per Tender) as per details submitted in Sheet 5 “PQC Doc- details”- PROFORMA FOR PQC DOCUMENTS DETAILS

iv. On date valid copy of MSE certificate (if applicable) and /or Bank details as per format given in additional documents (if applicable). IN CASE THESE DOCUMENTS ARE NOT APPLICABLE, PLEASE UPLOAD A PDF FILE, ONLY INDICATING “NOT APPLICABLE”

v. Any other documents IF specifically asked to be uploaded, in the relevant packet.

COVER-2: PRICED BID should contain: i. Prescribed Price Schedule (BOQ) with Prices. The priced BOQ should be

uploaded strictly as per format available with the tender in the website failing which the offer is liable for rejection. “The Prices should be quoted in ‘Price BOQ’ only and should not be quoted in any other document”

Page 7 of 25

TENDER NO. : JRMM188170 NOTE: In case of Single bid Tender, the Price Bid shall also be a part of Cover-1.

In case of Single bid Tender, if the bidder is silent on any Tender Clause which calls for commercial loading, it will be assumed that the bidder has not accepted the specific clause and specified commercial loading shall be done for evaluation purpose. No confirmation shall be sought by IOCL after opening of bids.

3.2 A) In case Earnest Money Deposit (EMD) is applicable in the tender as per NIT, the

following shall be applicable for INDIAN BIDDERS

a) EMD amount upto Rs. 1 lac. : EMD to be submitted through online payment at IOCL e-tender portal along with the offer. EMD payment through Demand Draft, Bankers Cheque and Swift Transfer shall not be accepted.

b) EMD amount more than Rs. 1 lac. : EMD can be submitted through online payment at IOCL e-tender portal along with the offer or through Bank Guarantee (BG). Validity of BG in lieu of EMD shall be 3 months beyond bid validity. Bank Guarantee must be strictly as per IOCL format as per Annexure-A of IOCL GPC. Scanned Copy of EMD instrument i.e. Bank Guarantee has to be uploaded in the un-priced bid and the bidder should also ensure that the above mentioned Original BG in physical form duly enclosed in a sealed envelope super-scribed with “Offline EMD”, Bidder’s Name, Tender No., Bid Submission End Date & Item, is received at the Office of DY GENERAL MANAGER MATERIALS (PURCHASE), Indian Oil Corporation Ltd., Gujarat Refinery, P.O. Jawaharnagar, Dist. Vadodara – 391 320 as per following schedule:

I. Single Bid Tenders: Before due date and time of opening of bids. II. Two Bid Tenders: Within 7 working days from the date of opening of technical bids. Note: i) For the purpose of receipt of BG, the time recorded in the Receipt / DAK section against receipt shall be considered as receipt time. ii) Only those Physical BG instruments found matching with the copy submitted in the e- portal shall be considered as valid. IOCL shall not be responsible for postal/courier delay, non-receipt or loss in transit. IN CASE BIDDER DOES NOT SUBMIT EMD AS MENTIONED ABOVE, THEN THE BID SHALL BE LIABLE FOR REJECTION.

3.2 B) In case Earnest Money Deposit (EMD) is applicable in the tender as per NIT, the following shall be applicable for FOREIGN BIDDERS

a) EMD amount upto Rs. 1 lac. : EMD to be submitted through online payment at IOCL e-tender portal along with the offer. EMD payment through Demand Draft/ Bankers Cheque/Swift Transfer shall also be accepted.

b) EMD amount more than Rs. 1 lac. : EMD can be submitted through online payment at IOCL e-tender portal along with the offer/Demand Draft/Swift Transfer or Bank

Page 8 of 25

TENDER NO. : JRMM188170

Guarantee(BG). Validity of BG in lieu of EMD shall be 3 months beyond bid validity. Bank Guarantee must be strictly as per IOCL format as per Annexure-A of IOCL GPC. In case of submission of physical EMD instrument i.e. Demand Draft/ Bankers Cheque/Bank Guarantee, scanned Copy of EMD instrument has to be uploaded in the un-priced bid and the bidder should also ensure that the Original EMD instrument in physical form duly enclosed in a sealed envelope super-scribed with “Offline EMD”, Bidder’s Name, Tender No., Bid Submission End Date & Item, is received at the Office of DY GENERAL MANAGER MATERIALS (PURCHASE), Indian Oil Corporation Ltd., Gujarat Refinery, P.O. Jawaharnagar, Dist. Vadodara – 391 320 as per following schedule:

I. Single Bid Tenders: Before due date and time of opening of bids. II. Two Bid Tenders: Within 7 working days from the date of opening of technical bids. Note: i) For the purpose of receipt of Physical EMD instrument, the time recorded in the Receipt / DAK section against receipt shall be considered as receipt time. ii) Only those Physical EMD instrument found matching with the copy submitted in the e- portal shall be considered as valid. IOCL shall not be responsible for postal/courier delay, non-receipt or loss in transit.

EMD shall be in equivalent US Dollar. Based on authorization by foreign bidder, their Indian associates may be allowed to submit EMD in INR in form of only Online payment at IOCL e-tender portal.

IN CASE BIDDER DOES NOT SUBMIT EMD AS MENTIONED ABOVE, THEN THE BID SHALL BE LIABLE FOR REJECTION.”

3.3 The IOCL Banker’s details required for issue of Bank Guarantees Only are as under:

Bank Name : State Bank of India Account Number : 10135305063 Bank IFSC code : SBIN0000568 Branch Name : Gujarat Refinery Address : Bajwa Branch, PO. Jawaharnagar (Adjacent to Indian Oil Corporation Ltd. Administrative Building), Vadodara, Gujarat 391320

Please ensure to indicate Tender No., Bankers name, contact person name, phone, email, and Fax No. on Bank Guarantee covering letter of the Bank and on envelop, to expedite BG confirmation from your bankers, as required by IOCL.

BGs less than Rs. 1 cr may be accepted from any scheduled bank (including nationalized banks, other scheduled commercial banks, scheduled cooperative banks and scheduled regional rural banks) as appearing in the Second Schedule to the RBI Act 1934. BGs of Rs. 1 cr and above may be accepted, which is issued by any of the following Banks:

Page 9 of 25

TENDER NO. : JRMM188170 1. Allahabad Bank 2. Bank of Baroda 3. Bank of India 4. Bank of Maharashtra 5. Canara Bank 6. Central Bank of India 7. Corporation Bank 8. Indian Bank 9. State Bank of Bikaner & Jaipur 10. State Bank of Hyderabad 11. State Bank of India 12. State Bank of Mysore 13. State Bank of Patiala 14. State Bank of Travancore 15. UCO Bank 16. Union Bank of India 17. United Bank of India 18. Vijaya Bank 19. Andhra Bank 20. Dena Bank 21. IDBI Bank 22. Indian Overseas Bank 23. Oriental Bank of Commerce 24. Punjab & Sind Bank 25. Punjab National Bank 26. Syndicate Bank 27. ICICI Bank 28. HDFC Bank 29. Kotak Mahindra Bank 30. South Indian Bank 31. Federal Bank 32. Exim Bank 33. ING Vysya Bank 34. Axis Bank 35. Yes Bank 36. Citi Bank n.a. 37. HSBC Bank 38. Deutsche Bank ag 39. Bank of America n.a 40. Royal Bank of Scotland 41. BNP Paribas 42. Bank of Nova Scotia 43. Bank of Tokyo-Mitsubishi UFJ Ltd. 44. Mizuho Corporation Bank Ltd 45. Barclays Bank Plc 46. ANZ Bank 47. JP Morgan Chase Bank 48. Standard Chartered Bank 49. DBS Bank 50. First Rand Bank BGs from any bank other than above can be accepted only if the same is counter-guaranteed by any of the above 50 banks. In case the vendor is submitting Bank Guarantee towards EMD or Performance, as per tender conditions, the vendor to also ensure that The rating of bank sanctioning the BG should not fall below the rating of 'A' from Moody's or equivalent (from other rating agency) in case of foreign bank and rating of at least 'AA' from CRISIL or equivalent (from

Page 10 of 25

TENDER NO. : JRMM188170 other rating agency) in case of Indian banks during the tenor of the BG. In case the rating falls below threshold level at any time during the tenor of BG, the party will arrange to replace the BG, at its own cost, through any of the bank acceptable to IOC.

3.4 Offer shall be submitted ONLY through online mode on above given IOCL e-tendering

website as per the “Critical Dates” mentioned in the Tender details at IOCL e-tender portal. The UNPRICED BIDS shall be opened on or after the date and time indicated in “Critical dates”. IOCL reserves the right to extend the Tender due date before bid opening. The PRICED BIDS of the Techno-Commercially acceptable bidders shall be scheduled for opening, at IOCL e-tender portal on a suitable date, and shall be opened online on or after this scheduled date at IOCL e-tender portal.

3.5 Bids in physical form sent through fax / email / courier / post will not be acceptable.

3.6 Bids will be accepted only through the IOCL e-tender portal. Online bids to be

submitted well in advance to avoid any last minutes hurdles or inconvenience. Please note that that tender issuing authority is not responsible for the delay / non downloading of tender document by the recipient due to any problem in accessing the e-tender website. The tender issuing authority is also not responsible for delay in uploading bids due to any problem in the e-tender website.

3.7 In case of involvement of foreign vendors, tenders can be submitted either by the

vendor directly or by their Indian agent on behalf of them, but not both. The Indian agent should represent only one vendor and he is not allowed to quote on behalf of another vendor for subsequent or parallel tender for the same job.

3.8 Demand draft/banker’s pay order/banker’s cheque for EMD (if & as applicable)

should be in “New CTS-2010 compliant format” in favor of Accounts Officer, IOCL, Gujarat Refinery payable at Vadodara.

3.9 Release of EMD : a. EMD of bidders disqualified during techno-commercial bid evaluation shall be released

immediately after approval of Price Bid Opening. b. EMD of bidders qualified in the techno-commercial bid but unsuccessful in the price bid

stage shall be released immediately after final approval of the ordering proposal by the competent authority.

c. EMD of the successful bidder shall be released after receipt of an acceptable PBG. In case PBG is not applicable, EMD of successful bidder shall be returned after ordering.

3.10 EMD exempted categories: Micro & Small Enterprises (MSE) as mentioned in “TENDER CONDITIONS FOR BENEFITS/PREFERENCE FOR MICRO & SMALL ENTERPRISES (MSEs)”, Central/State PSUs & Govt. Organizations and JVs of IOCL. IOCL reserves the right to allow purchase preference to MSEs, DMEPs (if applicable as per tender) and to JV Companies as per IOCL policy in vogue.

3.11 Please quote your rates, other charges and applicable taxes in the space provided in the Prescribed Price Schedule (Priced BOQ) and Agreed Terms & Conditions, as applicable.

Page 11 of 25

TENDER NO. : JRMM188170

3.12 In case any Taxes, freight and other components asked for in the Tender are not

indicated by the Bidder, the same shall be considered to be borne by the Bidder.

3.13 Techno-Commercially acceptable bids shall be evaluated based on evaluation criteria, Commercial loadings will be as per scope of the tender. The GST rates and HSN/SAC codes quoted by the bidder shall be treated as final. Any higher rate of tax actually invoiced shall be adjusted in price. Generally the lowest bid (Item-wise) shall be accepted, unless otherwise specified/decided by IOCL in its own Interest. Foreign bids shall be compared considering Bill Selling Rate released by SBI on the date of Price bid opening.

In case of tie of evaluated cost between two or more bidders, discount may be taken

from all the L1 bidders through price negotiation. In case, there is still a tie, quantity may be equally divided amongst the bidders. In case, quantity cannot be divided, the bidder with maximum turnover may be ordered the full quantity.

3.14 Bidders must submit specific loss control aspects of the offered materials.

3.15 Only Biodegradable / recyclable / reusable type packing material should be used for

supply of materials.

3.16 Suo-moto increase in price or withdrawing of Offer within the validity period shall not be allowed and the Offer shall be rejected. Further the vendor shall be liable for action as per Holiday Listing Procedure of IOCL. Suo-moto price reduction by a supplier shall not be considered for evaluation. However, if the same supplier happens to get the order based on original price bids, the benefit of such reduction shall be availed of for placement of order.

3.17 On account of exigencies, in case bids have to be revalidated before PBO beyond the

originally sought validity, the same may be allowed with or without change in prices. However, IOCL reserves the right to cancel such tender and refloat the same.

3.18 Negotiations shall not be conducted with bidders as a matter of routine. However, IOCL

reserves the right to conduct Negotiations.

3.19 IOCL reserves the right to make any changes in the terms and conditions of Enquiry and to accept or reject any bid or all the bids without assigning any reason and without incurring any liability to the affected bidder(s). IOCL reserves the right to reject, accept or prefer any tender or to abort the bidding process without assigning any reason whatsoever.

3.20 Tender can be abandoned without assigning any reason and no compensation shall be paid

for the efforts made by the bidder.

3.21 Although normally the lowest responsive bid amongst the bids submitted by bidders are considered by IOCL to be qualified and competent shall be preferred, IOCL reserves the right not to accept the lowest bid if in its opinion this is not in the interests of IOCL.

Page 12 of 25

TENDER NO. : JRMM188170

3.22 Payment may be made by E-payment or Cheque at discretion of IOCL.

3.23 A Tender is also liable for rejection in the following circumstances:

i. Does not pay the EMD before deadline ii. Does not fulfill minimum pre qualification criteria as per the Tender Documents iii. Submits the tender late i.e. after due date and time iv. Unsolicited tenders v. Stipulates the validity period less than what is stated in the Tender Documents vi. Stipulates his own conditions and does not agree to withdraw the deviations,

rendering his bid unacceptable vii. Does not disclose the full names and addresses of all his partners or Directors as

applicable wherever called for in the tender. viii. Does not fill in and digitally sign the required annexures, specifications, etc. as

specified in the tender. ix. Does not submit bid in the prescribed format making it impossible to evaluate the

bid x. Indulges in tampering of tender documents xi. Does not conform to any tender condition which stipulates non-conformance of

tender conditions as a rejection criteria

3.24 EMD shall be forfeited and the vendor may be put in holiday list in case: a) The Tender is accepted and the vendor fails to furnish Performance Bank

Guarantee (if applicable) or to execute the contracts within the stipulated period. b) In case the bidder alters/modifies/withdraws the bid suo-moto after opening the

bids (un-priced bids in case of 2 bid tender) and within the validity period. In such a case, the tender submitted by the bidder shall be liable for rejection.

c) Tampering of e-documents.

3.25 Bidders should declare if the offered product is based on IOCL (R&D) formulation, and if yes, whether the agreement for royalty payment with IOCL is valid. The vendor should also enclose an undertaking for the applicable royalty rate payable to IOCL (R&D), while submitting the offer. Gujarat refinery shall cross check the applicable royalty from R&D centre, while evaluating the bids. Incentive will be considered while evaluating the bids by applying negative loading to the rates quoted by manufacturers using IOCL (R&D formulations, to the extent of royalty inflow to IOCL (R&D, after adjustment of taxes and surcharges, if any.

3.26 Supplemental letters for revision in prices received from bidders shall be considered

only in those cases where the revision in the price is asked for by IOCL based on changes in specification/scope of work/commercial terms and conditions.

3.27 ALL CORRESPONDENCE SHALL BE IN ENGLISH LANGUAGE ONLY.

3.28 It shall be the responsibility of the tenderers to fill complete, correct and accurate

information in line with the requirements / stipulations of the tender documents, Page 13 of 25

TENDER NO. : JRMM188170

regarding their past experience and other information required to facilitate due evaluation / consideration of their tenders.

If any information given by the bidder / tenderer is found to be incorrect in any particular, considered by the OWNER to be relevant for the evaluation of the bid / tender, or is found by the OWNER to misrepresent the facts, or if any of the documents submitted by the tenderer / bidder in support of or relevant to the bid /tender is found by the OWNER to be forged, false or fabricated, the owner may reject the bid, and without prejudice to any other right(s) of action or remedy available to the owner, the owner may forfeit the Earnest Money given by the bidder in the form of Earnest Money deposit or bank guarantee in lieu of Earnest Money Deposit in order to compensate the OWNER for the expenses incurred by it in considering the bid (and not by way of penalty) and take action for putting the bidder / tenderer on holiday list for such period as the OWNER in this behalf considers warranted and / or to remove the bidder / tenderer from the approved list of vendors.

3.29 Refinery being sensitive establishment from fire and safety point of view therefore

vehicle shall be allowed in battery area only equipped with fire extinguisher and spark arrestor. The personal entering refinery area shall be equipped with PPEs.

3.30 Truck / Tanker should report at IOCL, Gujarat refinery's gate by 8.30 am (excluding

Sundays or holidays) in order to facilitate unloading at the earliest and release of trucks.

3.31 Motor vehicle act: Vehicles shall follow motor vehicle act 1988 & its latest updated

revision and all other applicable laws of land during transportation of the material from bidder’s works to Gujarat refinery.

3.32 Successful Vendor to indicate the name of driver/khalasis on the lorry receipt/challan

etc. so that the same can be verified at the entry gate while allowing entry by CISF. This is required for enhancing security measures for incoming material.

3.33 Successful Vendor to also ensure availability of required original and valid documents

like RC Book, Insurance Papers, Fitness certificate of Vehicle (Tanker/Truck/Container), Driving License and Cleaner’s photo pass etc. at the time of dispatch of Materials & delivery at Gujarat Refinery. This shall enable CISF at Gujarat Refinery to allow them smoothly inside Refinery due to security reasons and avoiding any hassles at Refinery Gate. In case of non availability of original RC Book in the vehicle, Notarised (True Copy) of RC Book will also be accepted.

3.34 Any legal dispute shall be within the jurisdiction of local court of the Purchasing

Office / Authority.

Page 14 of 25

TENDER NO. : JRMM188170

4. Instruction for raising Invoice for GST in Materials Purchase contracts Invoice raised shall contain the following particulars-

a) Name, address and GSTIN of the supplier;

b) Serial number of the invoice;

c) Date of issue;

d) Name, address and GSTIN or UIN, if registered of the recipient;

e) Name and address of the recipient and the address of the delivery, along with the State and its code,

f) HSN code of goods or Accounting Code of services;

g) Description of goods or services;

h) Quantity in case of goods and unit or Unique Quantity Code thereof;

i) Total value of supply of goods or services or both;

j) Taxable value of supply of goods or services or both taking into discount or abatement if any;

k) Rate of tax (Central Tax, State Tax, Integrated Tax (for inter-state supply), Union Territory Tax or cess);

l) Amount of tax charged in respect of taxable goods or services (Central Tax, State Tax, Integrated Tax (for inter-state supply), Union Territory Tax or cess);

m) Place of supply along with the name of State, in case of supply in the course of inter-state trade or commerce;

n) Address of the delivery where the same is different from the place of supply and

o) Signature or digital signature of the supplier or his authorized representative.

p) GST invoice shall be prepared in triplicate, in case of supply of goods, in the following manner-

q) The original copy being marked as ORIGINAL FOR RECIPIENT;

r) The duplicate copy being marked as DUPLICATE FOR TRANSPORTER and

s) The triplicate copy being marked as TRIPLICATE FOR SUPPLIER.

t) In case of any advance given against any supplies contract, the supplier of the goods shall issue Receipt Voucher containing the details of advance taken along with particulars as mentioned in clause 4(a),(b), (c), (d), (g), (k), (l), (m)& (p).

IOCL GST DETAILS: LEGAL NAME INDIAN OIL CORPORATION LTD. PAN AAACI1681G GSTIN of State of Gujarat i.e. relevant for Gujarat Refinery (Excluding LAB Plant)

24AAACI1681G1ZV

GST registration number for LAB-BE at Gujarat Refinery is

24AAACI1681G2ZU

Page 15 of 25

TENDER NO. : JRMM188170

5. EVALUATION CRITERIA FOR COMPARISON OF BIDS: Following costs, taxes, duties etc., as applicable, shall be used for evaluation of bids if not defined otherwise in tender: • Basic ex-works cost

• Third party inspection charges, if any

• Packing & Forwarding charges,

• FOB/FCA charges ,if any (in case of foreign vendors/imports),

• All taxes and duties applicable in India for both Indian and foreign bidders/imports:

• Port handling charges (for foreign vendors/imports)

• Marine/Air Freight (in case of foreign bidders/imports),

• Inland Freight ( in case of foreign bidders/imports as well as indigenous bidders)

• Transit Insurance (Marine/Air insurance for foreign bidders/imports & inland insurance for both)

• Testing charges, if applicable

• Technical and commercial loadings, as defined in the Tender document.

• Any other charges indicated by the bidder

For Foreign Bidders/Imports:- Comparison cost shall be arrived at considering all components as mentioned below : i. F.O.B./FCA price quoted by the bidder (including stowage charges in case of pipes)

ii. Marine insurance (Warehouse to Warehouse) @1% iii. Prevailing rate of Customs Duty. iv. All taxes and duties applicable in India v. Port handling charges @ 3% vi. Inland freight charges from Port to project site @ 2% of landed cost at Port of Entry Foreign bids shall be compared considering the Bill Selling Rate released by State Bank of India as on the date of price bid opening.

Page 16 of 25

TENDER NO. : JRMM188170

6. Tender Conditions for Benefits/Preference for Micro & Small Enterprises (MSEs)

i. As per Public Procurement Policy for Micro & Small Enterprises (MSEs) Order, 2012 issued vide Gazette Notification dated 23.03.2012 by Ministry of Micro, Small and Medium Enterprises of Govt. of India, MSEs must be registered with any of the following in order to avail the benefits/preference available vide Public Procurement Policy MSEs Order, 2012. a. District Industries Centers (DIC) b. Khadi and Village Industries Commission (KVIC) c. Khadi and Village Industries Board d. Coir Board e. National Small Industries Corporation (NSIC) f. Directorate of Handicraft and Handloom g. Any other body specified by Ministry of MSME

ii. MSEs participating in the tender must submit the certificate of registration with any one of the above agencies, along with their bid.

iii. The registration certificate issued from any one of the above agencies must be valid as on close date of the tender. The successful bidder should ensure that the same is valid till the end of the contract period.

iv. The MSEs who have applied for registration or renewal of registration with any of the above agencies / bodies, but have not obtained the valid certificate as on close date of the tender, are not eligible for exemption/preference.

v. The MSEs registered with above mentioned agencies / bodies are exempted from payment of Tender Fee, if any and Earnest Money Deposit (EMD), if any.

vi. Purchase Preference – Subject to meeting terms and conditions stated in the tender document including but not limiting to prequalification criteria, twenty five percent of the total quantity of the tender is earmarked for MSEs registered with above mentioned agencies/bodies. MSE registered as Manufacturer shall be allowed for Purchase Preference as under:

1. Single item tender (shall not be split) or Multiple items tender (which cannot be split as per tender conditions): In case the L1 price is that of a non MSE bidder, then the MSE bidder (whose price is nearest to L1 price) shall be allowed to supply total tendered value provided its price is within the price band of L1 price + 15 percent and it matches the L1 price. In case the MSE bidder (whose price is nearest to L1 price) refuses to match the L1 price, then the next MSE bidder (whose price is 2nd nearest to L1 price and is within a price band of L1 price + 15%) shall be allowed to supply total tendered value, provided it matches the L1 price and so on. If no MSE bidder whose price is within a price band of L1 price + 15% accepts to match the price of the L1 bidder then the Purchase Order shall be placed on the L1 bidder.

Page 17 of 25

TENDER NO. : JRMM188170

2. Multiple items tender (tenders which can be split):

a) MSE bidder(s) is/are L1 for item(s) and the total evaluated price of such items >=25% of the total tendered value: Purchase Preference shall not be applicable for the balance items.

b) In other cases, items where the L1 price is that of non MSE bidder(s) and price of MSE

bidder(s) is within a price band of L1 price + 15%, “such” items will be offered to MSE bidder(s) (whose price is nearest to L1 price) for price matching as detailed below. On price matching Purchase Order for “such” items shall be placed on the concerned MSE bidder(s):

(i) Sum Total of the total evaluated L1 price of “such” items and total evaluated L1 price of items where the L1 price is that of MSE bidder(s), is less than 25% of the total tendered value: All “such” items will be offered for price matching. In case the MSE bidder (whose price is nearest to L1 price) refuses to match the L1 price, the item will be ordered on the L1 bidder.

(ii) Sum Total of the total evaluated L1 price of “such” items and total evaluated L1 price of

items where the L1 price is that of MSE bidder(s) is >=25% of the total tendered value: “Such” items will be offered for price matching in such a way that the Sum Total of the total evaluated L1 price of “such” items and total evaluated L1 price of items where the L1 price is that of MSE bidder(s) is at least 25% of the total tendered value. The Items to be offered to MSE bidder(s) will be selected on the basis of the % difference between the L1 price and MSE bidder price (whose price is nearest to L1 price) in ascending order. During this exercise in case the MSE bidder (whose price is nearest to L1 price) refuses to match the L1 price, the item will be ordered on the L1 bidder and will not be replaced by new item for price matching even though the above mentioned 25% of the total tendered value is not achieved. For e.g. There are 10 line items in a tender.

In 3 line items the L1 price is that of MSE bidder(s) but total evaluated L1 price of these items is less than 25%

In 4 line items the L1 price is that of non MSE bidder(s) and price of MSE bidder(s) is within a price band of L1 price + 15%. These 4 line items will be arranged in ascending order as explained above in b)ii). Suppose the total evaluated L1 price of (A) (3 line items where MSE is L1 bidder) along with first 2 line items of (B) adds up to 25% or more of the total tendered value, then first 2 line items of (B) only will offered for price matching. Type Of Tender Price Quoted By MSE How To Finalize Tender Can be split L-1 Full order on MSE Can be split Not L-1 but within L-

1+15 % 25% order on MSE subject to matching L-1price

Cannot be split L-1 Full order on MSE Cannot be split Not L-1 but within L-

1+15 Full order on MSE subject to matching L-1 price

Page 18 of 25

TENDER NO. : JRMM188170

3. Single Item Tenders (which can be split):- In case the L1 price is that of a non MSE bidder and price of MSE bidder(s) is within a price band of L1 price + 15%, then MSE bidder(s) shall be allowed to supply 25% of the total tendered quantity provided they match the L1 price. In case there is more than one such MSE bidder then the 25% of the total tendered quantity shall be divided among those MSE bidders as per IOCL guidelines for splitting of tenders (refer Note b). If no MSE bidder whose price is within a price band of L1 price + 15% accepts to match the price of the L1 bidder then the L1 bidder shall be allowed to supply the entire tendered quantity.

A. Guidelines for splitting of 25% of the total tendered quantity: In case the price of two or more MSE bidders is same, then splitting shall be done equally amongst these bidders. In case there are two MSE bidders with different prices then the splitting shall be done among L1 & L2 bidder in the ratio of 60:40. Similarly in case of 3 MSE bidders the splitting shall be done among L1, L2 & L3 bidder in the ratio of 50:30:20 and in case of 4 MSE bidders the splitting shall be done in the ratio of 40:30:20:10.

4. Single Item tenders which are to be split in predetermined lots like 60:40, 50:30:20 etc. Single item tender which is to be split in predetermined quantity lots (60:40, 50:30:20 etc.) to ensure multiple sources of supply at the same L1 price:

A. If any MSE bidder is eligible to supply any of the predetermined lots by the virtue of being the L1 bidder or by matching the price of the L1 bidder as per the tender conditions for lot system, then no Purchase preference shall be applicable.

B. In case the L1 price is that of a non MSE bidder and no MSE bidder is eligible to supply any of the predetermined lots by matching the price of the L1 bidder as per the tender conditions for lot system but the price of MSE bidder(s) is within a price band of L1 price + 15%, then the MSE bidder (whose price is nearest to L1 price) shall be allowed to supply the smallest lot size of the tender, provided they match the L1 price. In case this MSE bidder refuses to match the price of the L1 bidder then the next MSE bidder (whose price is 2nd nearest to L1 price and is within a price band of L1 price + 15%) shall be allowed to supply this smallest lot size of the tender, provided they match the L1 price and so on. If no MSE bidder whose price is within a price band of L1 price + 15% accepts to match the price of the L1 bidder then the Purchase Orders shall be placed as per the tender conditions of lot system. Note:

• Total Tendered value means Total lowest evaluated Price. • Price means Evaluated Price. • A line item of the tender shall not be further split in multiple items tender. (FOR SR NO -2 i.e.,

Multiple items tender (tenders which can be split)) • Negotiations shall not be conducted with bidders as a matter of routine. However, IOCL reserves the

right to conduct Negotiations with the L1 bidder. In such case the eligible MSE bidder will have to match the Negotiated L1 price. The price band of L1 price + 15% shall be based on pre-negotiated L1 price but all other criteria defined above shall be based on Negotiated L1 price.

Page 19 of 25

TENDER NO. : JRMM188170

vii. Out of the twenty Five percent target of annual procurement from micro and small enterprises four percent shall be earmarked for procurement from micro and small enterprises owned by Scheduled Caste & Scheduled Tribe entrepreneurs and 3% shall be earmarked for Micro & small enterprises owned by women . In the event of failure of such MSEs to participate in the tender process or meet the tender requirements and L1 price, four percent and three percent sub-target so earmarked above shall be met from other MSEs.

viii. To qualify for entitlement as SC/ST owned MSE, the SC/ST certificate issued by District Authority

must be submitted by the bidder in addition to certificate of registration with any one of the agencies mentioned in paragraph (I) above. The bidder shall be responsible to furnish necessary documentary evidence for enabling IOCL to ascertain that the MSE is owned by SC/ST. MSE owned by SC/ST is defined as: a. In case of proprietary MSE, proprietor(s) shall be SC /ST b. In case of partnership MSE, the SC/ST partners shall be holding at least 51% shares in the enterprise. c. In case of Private Limited Companies, at least 51% share shall be held by SC/ST promoters. NOTE: 1. In case where tender quantity can be split and MSE vendor is already getting order for more than 25% of the tender value, no additional purchase preference is required to be given in that tender. 2. In case MSE vendor is already getting order for less than 25% of the tender quantity, purchase preference to this and other MSE vendors (together) shall be given only up to the differential quantity to make total as 25% to MSE vendor.

Page 20 of 25

TENDER NO. : JRMM188170 7. Tender Conditions with Implementation of Insolvency and Bankruptcy Code, 2016 (IBC) (a)It will be the responsibility of the bidder to inform IOCL within 15 days from the date of order of insolvency resolution process or liquidation or bankruptcy proceeding passed by the Adjudicating Authority namely, National Company Law Tribunal (NCLT) or Debt Recovery Tribunal (DRT) under the Code. (b) If bidder refuses or fails to share the information regarding their status of insolvency resolution process or liquidation or bankruptcy proceeding in their bid or at any later stage, their offer is liable to be rejected by IOCL. (c ) IOCL reserves the right to cancel/terminate the contract without any liability on the part of IOCL immediately on the commencement of insolvency resolution process or liquidation or bankruptcy proceeding of any party under the contract. (d) IOCL reserves its right to evaluate and finalise the bid without considering the bid of any party undergoing insolvency resolution process or liquidation or bankruptcy proceeding under the Code regardless of the stage of tendering. (e) A declaration / undertaking shall be submitted by the bidder in the Format (as per ANNEXURE) along with techno commercial bid. Guide lines for Evaluation & Short closure: a) After opening of price bid but before award, if a bidder(s) is(are) rejected due to initiation of insolvency resolution process or liquidation or bankruptcy proceeding under Insolvency and Bankruptcy Code, 2016 (Code), tender will be finalized ignoring such bid(s). b) During execution of contract, if insolvency resolution process or liquidation or bankruptcy proceeding under Insolvency and Bankruptcy Code, 2016 (Code) is initiated against a contractor and IOCL decides to short close the contract, same will not attract clause of risk and cost of GCC.

Page 21 of 25

TENDER NO. : JRMM188170

ANNEXURE PERFORMA FOR DECLARATION ON PROCEEDINGS UNDER INSOLVENCY AND BANKRUPTCY CODE, 2016 Tender No. : ……………………………… Name of Work : ……………………………… Bidder ’s Name : ………………………………………………………. . I/ We, M/s. __________________________________ declare that:- (i) I /We am / are not undergoing insolvency resolution Process or liquidation or bankruptcy proceeding as on date. (ii) I /We am / are undergoing insolvency resolution process or liquidation or bankruptcy proceeding as on date as per Details mentioned below. (Attached detail with technical bid) Note: Strike out one of above which is not applicable. It is understood that if this declaration is found to be false, Indian Oil Corporation Ltd. shall have the right to reject my / our bid, and forfeit the EMD, if the bid has resulted in a contract, the contract will be liable for termination without prejudice to any other right or remedy (including holiday listing) available to Indian Oil Corporation Ltd. Place: Date: Signature of Bidder Name of Signatory

Page 22 of 25

TENDER NO. : JRMM188170

8. PURCHASE PREFERENCE (LINKED WITH LOCAL CONTENT) 2017 (PP-LC)

APPLICABLE ONLY FOR GLOBAL TENDERS INSTRUCTIONS FOR PREFERENCE (LINKED WITH LOCAL CONTENT)- PPLC Bidders seeking benefit under “Purchase Preference (linked with local content) (PP-LC)” policy are required to submit in the Price Bid (as an additional pdf document apart from Priced BOQ), the price break-up of “ local component” and “ Imported component” in the format for calculation of local content as defined in Annexure-II to the heading “Purchase Preference (linked with Local Content) 2017 (PP-LC)”, otherwise no benefit shall be given. In case, bidders are not eligible for any preference as per the PP-LC policy, they should also submit additional pdf document apart from Priced BOQ, by indicating “Not applicable” , in the Price Bid. For availing the benefit under “Purchase Preference (linked with local content) (PP-LC)” policy, the bidder has to submit/provide the following: a) Declaration of preference of policy in “Agreed Terms & Conditions” format of tender in un-priced bid. b) Undertaking on bidder’s letter head confirming their meeting the local content duly certified as defined in Cl. No. 5.1. under the heading “Purchase Preference (linked with Local Content) 2017 (PP-LC)”, in un-priced bid. c) Calculation of local content as defined in Annexure-II to the heading “Purchase Preference (linked with Local Content)2017 (PP-LC)” , in priced bid.

Page 23 of 25

TENDER NO. : JRMM188170

Gujarat Refinery

APPLICABLE ONLY FOR GLOBAL TENDERS

To,

Prospective Foreign bidder who wish to participate in the Global E-Tender No. JRMM188170

Dear Sir

Indian Oil Corporation Limited (IOCL), Gujarat Refinery have published the subject E-Tender on website https://iocletenders.nic.in. For participating in the E-Tendering, Digital Signature Certificate (DSC) is required as mentioned in the Instructions to Bidders of the Tender Document. Procedure for obtaining Digital Signature by Foreign Vendors is attached in subsequent pages of this document. As per the procedure, one of the documents required is “Invitation letter from the Tender Inviting Authority for participation in the Tender”. This letter is an Invitation to all Foreign bidders, who meet the Pre-Qualification Criteria as specified in the Tender documents and wish to participate in the subject E-Tender. The evaluation of bids and selection of the successful bidder shall be as per the Tender documents and guidelines of Indian Oil Corporation Ltd. which will be final and binding on all the bidders.

Yours faithfully,

For and on behalf of Indian Oil Corporation Limited

DEPUTY GENERAL MANAGER(MATERIALS-PURCHASE)

Page 24 of 25

TENDER NO. : JRMM188170 9. SCOPE OF SUPPLY-CUM-TECHNICAL SPECIFICATIONS

Page 25 of 25

Enquiry No.:JRMM188170

_________________________________________________________________SINGLE BID

Dear Sir,

We shall be grateful to receive your quotation filled in the copy ofthis enquiryfor the supply of following items.

Sr.no.Item Code and Unit QtyDescription

GROUP: 1 FITTINGS,ELBOW,90 DEG,LONG RADIUSMATERIAL: CARBON STEELMANUFACTURING PROCESS: WELDEDMATERIAL SPECIFICATION: ASTM A234GRADE: WPBEND FINISH: BUTT WELDEND FINISH CONFORM TO ANSI B1.20.1DIMENSION STANDARD CONFORM TO ANSI B16.9ADDITIONAL REQUIREMENTS: IBR CERTIFIEDNPS NPS PRESSURE RATING [lbs]

OR SCHEDULE NUMBERInch mm

0010 4346902654 EA 15.000each

16 406 STD

Signature of Vendor with Office Seal

PAGE 2 OF 29

ENQUIRY

Sr.no.Item Code and Unit QtyDescription

BREAKUP OF QUANTITYGujarat Refinery : 15.000EA

GROUP: 2 FITTINGS,ELBOW,45 DEG,LONG RADIUSMATERIAL: CARBON STEELMANUFACTURING PROCESS: SEAMLESSMATERIAL SPECIFICATION: ASTM A234GRADE: WPBEND FINISH: BUTT WELDEND FINISH CONFORM TO ANSI B16.25DIMENSION STANDARD CONFORM TO ANSI B16.9ADDITIONAL REQUIREMENTS: IBR CERTIFIEDNPS NPS PRESSURE RATING [LBS]

OR SCHEDULE NUMBERINCH MM

0020 4348882574 EA 1.000each

16 400 30 STD

BREAKUP OF QUANTITYGujarat Refinery : 1.000EA

GROUP: 3 "REDUCER,CONCENTRIC"MATERIAL: CARBON STEELMANUFACTURING PROCESS: WELDEDMATERIAL SPECIFICATION: ASTM A234GRADE: WPBEND FINISH: BUTT WELD

Signature of Vendor with Office Seal

PAGE 3 OF 29

ENQUIRY

Enquiry No.:JRMM188170

Sr.no.Item Code and Unit QtyDescription

END FINISH CONFORM TO ANSI B1.20.1DIMENSION STANDARD CONFORM TO ANSI B16.9ADDITIONAL REQUIREMENTS: IBR CERTIFIEDNPS x NPS PRESSURE RATING-[lbs]

OR SCHEDULE NUMBERInch x Inch

0030 4380857424 EA 2.000each

16X12IN 40XSTD

BREAKUP OF QUANTITYGujarat Refinery : 2.000EA

GROUP: 4 TEE,EQUALMATERIAL: CARBON STEELMANUFACTURING PROCESS: SEAMLESSMATERIAL SPECIFICATION: ASTM A234GRADE: WPBEND FINISH: BUTT WELDEND FINISH CONFORM TO ANSI B16.25DIMENSION STANDARD CONFORM TO ANSI B16.9ADDITIONAL REQUIREMENTS: IBR CERTIFIEDNPS NPS PRESSURE RATING [LBS]

OR SCHEDULE NUMBERINCH MM

0040 4388862574 EA 2.000each

16 406 30 STD

Signature of Vendor with Office Seal

PAGE 4 OF 29

ENQUIRY

Enquiry No.:JRMM188170

Sr.no.Item Code and Unit QtyDescription

BREAKUP OF QUANTITYGujarat Refinery : 2.000EA

GROUP: 5 REDUCER,CONCENTRICMATERIAL: CARBON STEELMANUFACTURING PROCESS: SEAMLESSMATERIAL SPECIFICATION: ASTM A234GRADE: WPBEND FINISH: BUTT WELDEND FINISH CONFORM TO ANSI B16.25DIMENSION STANDARD CONFORM TO ANSI B16.9ADDITIONAL REQUIREMENTS: IBR CERTIFIEDNPS X NPS PRESSURE RATING-[LBS]

OR SCHEDULE NUMBERINCH X INCH

0050 4380884804 EA 3.000each

6 x 3 40 x 40

BREAKUP OF QUANTITYGujarat Refinery : 3.000EA

GROUP: 6 TEE,EQUALMATERIAL: CARBON STEELMANUFACTURING PROCESS: SEAMLESSMATERIAL SPECIFICATION: ASTM A234GRADE: WPBEND FINISH: BUTT WELD

Signature of Vendor with Office Seal

PAGE 5 OF 29

ENQUIRY

Enquiry No.:JRMM188170

Sr.no.Item Code and Unit QtyDescription

END FINISH CONFORM TO ANSI B16.25DIMENSION STANDARD CONFORM TO ANSI B16.9ADDITIONAL REQUIREMENTS: IBR CERTIFIEDNPS NPS PRESSURE RATING [LBS]

OR SCHEDULE NUMBERINCH MM

0060 4388862214 EA 1.000each

12 300 STD

BREAKUP OF QUANTITYGujarat Refinery : 1.000EA

GROUP: 7 FITTINGS,COUPLING,HALFMATERIAL: CARBON STEELMANUFACTURING PROCESS: FORGEDMATERIAL SPECIFICATION: ASTM A105END FINISH: SOCKET WELDEND FINISH CONFORM TO ANSI B16.11DIMENSION STANDARD CONFORM TO ANSI B16.11ADDITIONAL REQUIREMENTS: IBR CERTIFIEDNPS PRESSURE RATING [LBS]

OR SCHEDULE NUMBERINCH

0070 4331846484 EA 18.000each

3/4 6000

BREAKUP OF QUANTITY

Signature of Vendor with Office Seal

PAGE 6 OF 29

ENQUIRY

Enquiry No.:JRMM188170

Sr.no.Item Code and Unit QtyDescription

Gujarat Refinery : 18.000EA

GROUP: 8 "FITTINGS,CAP"MATERIAL: CARBON STEELMANUFACTURING PROCESS: FORGEDMATERIAL SPECIFICATION: ASTM A105END FINISH: THREADEDTHREAD TYPE: FEMALE NPTEND FINISH CONFORM TO ANSI B1.20.1DIMENSION STANDARD CONFORM TO ANSIB16.11ADDITIONAL REQUIREMENTS: IBR CERTIFIEDNPS NPS PRESSURE RATING [lbs]

OR SCHEDULE NUMBERInch mm

0080 4327814604 EA 5.000each

3/4 3000

BREAKUP OF QUANTITYGujarat Refinery : 5.000EA

GROUP: 9 TEE,EQUALMATERIAL: CARBON STEELMANUFACTURING PROCESS: FORGEDMATERIAL SPECIFICATION: ASTM A105END FINISH: SOCKET WELDEND FINISH CONFORM TO ANSI B16.11DIMENSION STANDARD CONFORM TO ANSIB16.11

Signature of Vendor with Office Seal

PAGE 7 OF 29

ENQUIRY

Enquiry No.:JRMM188170

Sr.no.Item Code and Unit QtyDescription

ADDITIONAL REQUIREMENTS: IBR CERTIFIEDNPS NPS PRESSURE RATING - LBS

OR SCHEDULE NUMBERINCH MM

0090 4388836484 EA 26.000each

3/4 6000

BREAKUP OF QUANTITYGujarat Refinery : 26.000EA

GROUP: 10 FITTINGS,ELBOW,90 DEGMATERIAL: CARBON STEELMANUFACTURING PROCESS: FORGEDMATERIAL SPECIFICATION: ASTM A105END FINISH:SOCKET WELDEND FINISH CONFORM TO ANSI B16.11DIMENSION STANDARD CONFORM TO ANSIB16.11SUPPLEMENTRY REQUIREMENTS:ADDITIONAL REQUIREMENTS: IBR CERTIFIEDNPS NPS PRESSURE RATING [LBS]

OR SCHEDULE NUMBERINCH MM

0100 4346816484 EA 110.000each

3/4 20 6000

BREAKUP OF QUANTITYGujarat Refinery : 110.000EA

Signature of Vendor with Office Seal

PAGE 8 OF 29

ENQUIRY

Enquiry No.:JRMM188170

Sr.no.Item Code and Unit QtyDescription

GROUP: 11 TEE,UNEQUALMATERIAL: CARBON STEELMANUFACTURING PROCESS: FORGEDMATERIAL SPECIFICATION: ASTM A105END FINISH: SOCKET WELDEND FINISH CONFORM TO ANSI B16.11DIMENSION STANDARD CONFORM TO ANSIB16.11NPS x NPS PRESSURE RATING-[lbs]

OR SCHEDULE NUMBERINCH x INCH

0110 4389032514 EA 50.000each

1 1/2 x 1/2 3000

BREAKUP OF QUANTITYGujarat Refinery : 50.000EA

GROUP: 12 FITTINGS,COUPLING,HALFMATERIAL: CARBON STEELMANUFACTURING PROCESS: FORGEDMATERIAL SPECIFICATION: ASTM A105END FINISH: SOCKET WELD

Signature of Vendor with Office Seal

PAGE 9 OF 29

ENQUIRY

Enquiry No.:JRMM188170

Sr.no.Item Code and Unit QtyDescription

END FINISH CONFORM TO ANSI B16.11DIMENSION STANDARD CONFORM TO ANSIB16.11NPS PRESSURE RATING [LBS]

OR SCHEDULE NUMBERINCH

0120 4331126604 EA 10.000each

1 1/2 6000

BREAKUP OF QUANTITYGujarat Refinery : 10.000EA

GROUP: 13 FITTINGS,ELBOW,90 DEG,MATERIAL: CARBON STEELMANUFACTURING PROCESS: FORGEDMATERIAL SPECIFICATION: ASTM A105END FINISH: SOCKET WELDEND FINISH CONFORM TO ANSI B16.11NPS NPS PRESSURE RATING [LBS]

OR SCHEDULE NUMBERINCH MM

0130 4346086484 EA 67.000each

3/4 20 6000

BREAKUP OF QUANTITYGujarat Refinery : 67.000EA

Signature of Vendor with Office Seal

PAGE 10 OF 29

ENQUIRY

Enquiry No.:JRMM188170

Sr.no.Item Code and Unit QtyDescription

GROUP: 14 FITTINGS,COUPLING,FULLMATERIAL: CARBON STEELMANUFACTURING PROCESS: FORGEDMATERIAL SPECIFICATION: ASTM A105END FINISH: SOCKET WELDEND FINISH CONFORM TO ANSI B16.11DIMENSION STANDARD CONFORM TO ANSIB16.11NPS PRESSURE RATING [LBS]

OR SCHEDULE NUMBERINCH

0140 4331104644 EA 20.000each

01 3000

BREAKUP OF QUANTITYGujarat Refinery : 20.000EA

GROUP: 15 FITTINGS,COUPLING,HALFMATERIAL: CARBON STEELMANUFACTURING PROCESS: FORGEDMATERIAL SPECIFICATION: ASTM A105END FINISH: SOCKET WELDEND FINISH CONFORM TO ANSI B16.11DIMENSION STANDARD CONFORM TO ANSIB16.11NPS PRESSURE RATING [LBS]

OR SCHEDULE NUMBERINCH

Signature of Vendor with Office Seal

PAGE 11 OF 29

ENQUIRY

Enquiry No.:JRMM188170

Sr.no.Item Code and Unit QtyDescription

0150 4331124644 EA 5.000each

01 3000

BREAKUP OF QUANTITYGujarat Refinery : 5.000EA

GROUP: 16 FITTINGS,COUPLING,REDUCINGMATERIAL: CARBON STEELMANUFACTURING PROCESS: FORGEDMATERIAL SPECIFICATION: ASTM A105END FINISH: SOCKET WELDEND FINISH CONFORM TO ANSI B16.11DIMENSION STANDARD CONFORM TO ANSIB16.11NPS PRESSURE RATING [LBS]

OR SCHEDULE NUMBERINCH

0160 4331145604 EA 10.000each

1 x 1/2 3000

BREAKUP OF QUANTITYGujarat Refinery : 10.000EA

GROUP: 17 FITTINGS,ELBOW,90 DEG,MATERIAL: CARBON STEELMANUFACTURING PROCESS: FORGED

Signature of Vendor with Office Seal

PAGE 12 OF 29

ENQUIRY

Enquiry No.:JRMM188170

Sr.no.Item Code and Unit QtyDescription

MATERIAL SPECIFICATION: ASTM A105END FINISH: SOCKET WELDEND FINISH CONFORM TO ANSI B16.11NPS NPS PRESSURE RATING [LBS]

OR SCHEDULE NUMBERINCH MM

0170 4346084564 EA 66.000each

1/2 15 3000

BREAKUP OF QUANTITYGujarat Refinery : 66.000EA

GROUP: 18 TEE,EQUALMATERIAL: CARBON STEELMANUFACTURING PROCESS: FORGEDMATERIAL SPECIFICATION: ASTM A105END FINISH: SOCKET WELDEND FINISH CONFORM TO ANSI B16.11DIMENSION STANDARD CONFORM TO ANSIB16.11NPS PRESSURE RATING - LBS

OR SCHEDULE NUMBERINCH

0180 4388036484 EA 12.000each

3/4 6000

BREAKUP OF QUANTITYGujarat Refinery : 12.000EA

Signature of Vendor with Office Seal

PAGE 13 OF 29

ENQUIRY

Enquiry No.:JRMM188170

Sr.no.Item Code and Unit QtyDescription

GROUP: 19 FITTINGS,ELBOW,90 DEGMATERIAL: CARBON STEELMANUFACTURING PROCESS: FORGEDMATERIAL SPECIFICATION: ASTM A105END FINISH: SOCKET WELDEND FINISH CONFORM TO ANSI B16.11DIMENSION STANDARD CONFORM TO ANSIB16.11NPS NPS PRESSURE RATING [LBS]

OR SCHEDULE NUMBERINCH MM

0190 4347084724 EA 19.000each

1 1/2 40 3000

BREAKUP OF QUANTITYGujarat Refinery : 19.000EA

GROUP: 20 FITTINGS,COUPLING,HALFMATERIAL: CARBON STEELMANUFACTURING PROCESS: FORGEDMATERIAL SPECIFICATION: ASTM A105END FINISH: SOCKET WELDEND FINISH CONFORM TO ANSI B16.11DIMENSION STANDARD CONFORM TO ANSIB16.11NPS PRESSURE RATING [LBS]

OR SCHEDULE NUMBERINCH

Signature of Vendor with Office Seal

PAGE 14 OF 29

ENQUIRY

Enquiry No.:JRMM188170

Sr.no.Item Code and Unit QtyDescription

0200 4331126484 EA 169.000each

3/4 6000

BREAKUP OF QUANTITYGujarat Refinery : 169.000EA

GROUP: 21 "FITTINGS,CAP"MATERIAL: CARBON STEELMANUFACTURING PROCESS: FORGEDMATERIAL SPECIFICATION: ASTM A105END FINISH: THREADEDTHREAD TYPE: FEMALE NPTEND FINISH CONFORM TO ANSI B1.20.1DIMENSION STANDARD CONFORM TO ANSIB16.11NPS NPS PRESSURE RATING [lbs]

OR SCHEDULE NUMBERInch mm

0210 4327026604 EA 158.000each

3/4 20 6000

BREAKUP OF QUANTITYGujarat Refinery : 158.000EA

GROUP: 22 FITTINGS,ELBOW,90 DEGMATERIAL: CARBON STEEL

Signature of Vendor with Office Seal

PAGE 15 OF 29

ENQUIRY

Enquiry No.:JRMM188170

Sr.no.Item Code and Unit QtyDescription

MANUFACTURING PROCESS: FORGEDMATERIAL SPECIFICATION: ASTM A105END FINISH: SOCKET WELDEND FINISH CONFORM TO ANSI B16.11DIMENSION STANDARD CONFORM TO ANSIB16.11NPS NPS PRESSURE RATING [LBS]

OR SCHEDULE NUMBERINCH MM

0220 4347084644 EA 45.000each

01 25 3000

BREAKUP OF QUANTITYGujarat Refinery : 45.000EA

GROUP: 23 TEE,EQUALMATERIAL: CARBON STEELMANUFACTURING PROCESS: FORGEDMATERIAL SPECIFICATION: ASTM A105END FINISH: SOCKET WELDEND FINISH CONFORM TO ANSI B16.11DIMENSION STANDARD CONFORM TO ANSIB16.11NPS PRESSURE RATING - LBS

OR SCHEDULE NUMBERINCH

0230 4388034644 EA 57.000each

01 3000

Signature of Vendor with Office Seal

PAGE 16 OF 29

ENQUIRY

Enquiry No.:JRMM188170

Sr.no.Item Code and Unit QtyDescription

BREAKUP OF QUANTITYGujarat Refinery : 57.000EA

GROUP: 24 FITTINGS,COUPLING,HALFMATERIAL: CARBON STEELMANUFACTURING PROCESS: FORGEDMATERIAL SPECIFICATION: ASTM A105END FINISH: SOCKET WELDEND FINISH CONFORM TO ANSI B16.11DIMENSION STANDARD CONFORM TO ANSIB16.11NPS PRESSURE RATING [LBS]

OR SCHEDULE NUMBERINCH

0240 4331124724 EA 128.000each

1 1/2 3000

BREAKUP OF QUANTITYGujarat Refinery : 128.000EA

0250 4331124604 EA 44.000each

3/4 3000

BREAKUP OF QUANTITYGujarat Refinery : 44.000EA

GROUP: 25 "FITTINGS,CAP"

Signature of Vendor with Office Seal

PAGE 17 OF 29

ENQUIRY

Enquiry No.:JRMM188170

Sr.no.Item Code and Unit QtyDescription

MATERIAL: CARBON STEELMANUFACTURING PROCESS: FORGEDMATERIAL SPECIFICATION: ASTM A105END FINISH: THREADEDTHREAD TYPE: FEMALE NPTEND FINISH CONFORM TO ANSI B1.20.1DIMENSION STANDARD CONFORM TO ANSIB16.11NPS NPS PRESSURE RATING [lbs]

OR SCHEDULE NUMBERInch mm

0260 4327024604 EA 28.000each

3/4 20 3000

BREAKUP OF QUANTITYGujarat Refinery : 28.000EA

GROUP: 26 FITTINGS,ELBOW,45 DEG,LONG RADIUSMATERIAL: CARBON STEELMANUFACTURING PROCESS: SEAMLESSMATERIAL SPECIFICATION: ASTM A234GRADE: WPBEND FINISH: BUTT WELDEND FINISH CONFORM TO ANSI B 16.25SURFACE FINISH:DIMENSION STANDARD CONFORM TO ANSI B16.9SUPPLEMENTRY REQUIREMENTS:ADDITIONAL REQUIREMENTS: H2 SERVICENPS NPS PRESSURE RATING [LBS]

OR SCHEDULE NUMBER

Signature of Vendor with Office Seal

PAGE 18 OF 29

ENQUIRY

Enquiry No.:JRMM188170

Sr.no.Item Code and Unit QtyDescription

INCH MM

0270 4348979044 EA 34.000each

14 STD

BREAKUP OF QUANTITYGujarat Refinery : 34.000EA

GROUP: 27 REDUCER,CONCENTRICMATERIAL: CARBON STEELMANUFACTURING PROCESS: SEAMLESSMATERIAL SPECIFICATION: ASTM A234GRADE: WPBEND FINISH: BUTT WELDEND FINISH CONFORM TO ANSI B 16.25DIMENSION STANDARD CONFORM TO ANSI B16.9SUPPLEMENTRY REQUIREMENTS:ADDITIONAL REQUIREMENTS: H2 SERVICENPS X NPS PRESSURE RATING-[LBS]

OR SCHEDULE NUMBER

INCH X INCH

0280 4380924904 EA 6.000each

6 x 4 40 x 40

BREAKUP OF QUANTITYGujarat Refinery : 6.000EA

Signature of Vendor with Office Seal

PAGE 19 OF 29

ENQUIRY

Enquiry No.:JRMM188170

Sr.no.Item Code and Unit QtyDescription

GROUP: 28 REDUCER, CONCENTRICMATERIAL: CARBON STEELMANUFACTURING PROCESS: SEAMLESSMATERIAL SPECIFICATION: ASTM A234GRADE: WPBEND FINISH: BUTT WELDEND FINISH CONFORM TO ANSI B16.25DIMENSION STANDARD CONFORM TO ANSI B16.9NPS X NPS PRESSURE RATING-[LBS]

OR SCHEDULE NUMBERINCH X INCH

0290 4380206654 EA 7.000each

14 x 6 30 x 40

BREAKUP OF QUANTITYGujarat Refinery : 7.000EA

0300 4380209224 EA 8.000each

16X8IN,STDxSTD

BREAKUP OF QUANTITYGujarat Refinery : 8.000EA

0310 4380206364 EA 4.000each

12X6IN STDXSTD

Signature of Vendor with Office Seal

PAGE 20 OF 29

ENQUIRY

Enquiry No.:JRMM188170

Sr.no.Item Code and Unit QtyDescription

BREAKUP OF QUANTITYGujarat Refinery : 4.000EA

GROUP: 29 FITTINGS,ELBOW,90 DEGMATERIAL: CARBON STEELMANUFACTURING PROCESS: FORGEDMATERIAL SPECIFICATION: ASTM A105END FINISH:SOCKET WELDEND FINISH CONFORM TO ANSI B16.11DIMENSION STANDARD CONFORM TO ANSIB16.11SUPPLEMENTRY REQUIREMENTS:ADDITIONAL REQUIREMENTS: IBR CERTIFIEDNPS NPS PRESSURE RATING [LBS]

OR SCHEDULE NUMBERINCH MM

0320 4346814604 EA 226.000each

3/4 20 3000

BREAKUP OF QUANTITYGujarat Refinery : 226.000EA

GROUP: 30 TEE,EQUALMATERIAL: CARBON STEELMANUFACTURING PROCESS: FORGEDMATERIAL SPECIFICATION: ASTM A105END FINISH: SOCKET WELDEND FINISH CONFORM TO ANSI B16.11

Signature of Vendor with Office Seal

PAGE 21 OF 29

ENQUIRY

Enquiry No.:JRMM188170

Sr.no.Item Code and Unit QtyDescription

DIMENSION STANDARD CONFORM TO ANSIB16.11ADDITIONAL REQUIREMENTS: IBR CERTIFIEDNPS NPS PRESSURE RATING - LBS

OR SCHEDULE NUMBERINCH MM

0330 4388834604 EA 42.000each

3/4 3000

BREAKUP OF QUANTITYGujarat Refinery : 42.000EA

GROUP: 31 FITTINGS,ELBOW,90 DEG,MATERIAL: CARBON STEELMANUFACTURING PROCESS: FORGEDMATERIAL SPECIFICATION: ASTM A105END FINISH: SOCKET WELDEND FINISH CONFORM TO ANSI B16.11NPS NPS PRESSURE RATING [LBS]

OR SCHEDULE NUMBERINCH MM

0340 4346084604 EA 6.000each

3/4 20 3000

BREAKUP OF QUANTITYGujarat Refinery : 6.000EA

Signature of Vendor with Office Seal

PAGE 22 OF 29

ENQUIRY

Enquiry No.:JRMM188170

Sr.no.Item Code and Unit QtyDescription

0350 4346084644 EA 10.000each

01 25 3000

BREAKUP OF QUANTITYGujarat Refinery : 10.000EA

GROUP: 32 FITTINGS,COUPLING,HALFMATERIAL: CARBON STEELMANUFACTURING PROCESS: FORGEDMATERIAL SPECIFICATION: ASTM A105END FINISH: SOCKET WELDEND FINISH CONFORM TO ANSI B16.11DIMENSION STANDARD CONFORM TO ANSIB16.11ADDITIONAL REQUIREMENTS: H2 SERVICENPS PRESSURE RATING [lbs]

OR SCHEDULE NUMBERINCH

0360 4331784644 EA 6.000each

1 3000

BREAKUP OF QUANTITYGujarat Refinery : 6.000EA

GROUP: 33 TEE,UNEQUAL

Signature of Vendor with Office Seal

PAGE 23 OF 29

ENQUIRY

Enquiry No.:JRMM188170

Sr.no.Item Code and Unit QtyDescription

MATERIAL: CARBON STEELMANUFACTURING PROCESS: FORGEDMATERIAL SPECIFICATION: ASTM A105END FINISH: SOCKET WELDEND FINISH CONFORM TO ANSI B16.11DIMENSION STANDARD CONFORM TO ANSIB16.11NPS x NPS PRESSURE RATING-[lbs]

OR SCHEDULE NUMBERINCH x INCH

0370 4389032374 EA 20.000each

1 x 1/2 3000

BREAKUP OF QUANTITYGujarat Refinery : 20.000EA

GROUP: 34 REDUCER, CONCENTRICMATERIAL: CARBON STEELMANUFACTURING PROCESS: SEAMLESSMATERIAL SPECIFICATION: ASTM A234GRADE: WPBEND FINISH: BUTT WELDEND FINISH CONFORM TO ANSI B16.25DIMENSION STANDARD CONFORM TO ANSI B16.9NPS X NPS PRESSURE RATING-[LBS]

Signature of Vendor with Office Seal

PAGE 24 OF 29

ENQUIRY

Enquiry No.:JRMM188170

Sr.no.Item Code and Unit QtyDescription

OR SCHEDULE NUMBERINCH X INCH

0380 4380201964 EA 1.000each

2 x 1 80 x 160

BREAKUP OF QUANTITYGujarat Refinery : 1.000EA

GROUP: 35 FITTINGS,COUPLING,FULLMATERIAL: CARBON STEELMANUFACTURING PROCESS: FORGEDMATERIAL SPECIFICATION: ASTM A105END FINISH: SOCKET WELDEND FINISH CONFORM TO ANSI B16.11DIMENSION STANDARD CONFORM TO ANSIB16.11ADDITIONAL REQUIREMENTS: IBR CERTIFIEDNPS PRESSURE RATING [LBS]

OR SCHEDULE NUMBERINCH

0390 4331834604 EA 19.000each

3/4 3000

BREAKUP OF QUANTITYGujarat Refinery : 19.000EA

GROUP: 36

Signature of Vendor with Office Seal

PAGE 25 OF 29

ENQUIRY

Enquiry No.:JRMM188170

Sr.no.Item Code and Unit QtyDescription

"FITTINGS,ELBOW,90 DEG,LONG RADIUS"MATERIAL: STAINLESS STEELMANUFACTURING PROCESS: SEAMLESSMATERIAL SPECIFICATION: ASTM A403GRADE: 304CLASS: WPEND FINISH: BUTT WELDEND FINISH CONFORM TO ANSI B1.20.1DIMENSION STANDARD CONFORM TO ANSI B16.9NPS NPS PRESSURE RATING [lbs]

OR SCHEDULE NUMBERInch mm

0400 4357400924 EA 30.000each

2 50 40

BREAKUP OF QUANTITYGujarat Refinery : 30.000EA

GROUP: 37 FITTINGS,ELBOW,45 DEG,LONG RADIUSMATERIAL: STAINLESS STEELMANUFACTURING PROCESS: SEAMLESSMATERIAL SPECIFICATION: ASTM A403GRADE: 304CLASS: WPEND FINISH: BUTT WELDEND FINISH CONFORM TO ANSI B1.20.1SURFACE FINISH:DIMENSION STANDARD CONFORM TO ANSI B16.9SUPPLEMENTRY REQUIREMENTS:

Signature of Vendor with Office Seal

PAGE 26 OF 29

ENQUIRY

Enquiry No.:JRMM188170

Sr.no.Item Code and Unit QtyDescription

ADDITIONAL REQUIREMENTS:NPS NPS PRESSURE RATING [LBS]

OR SCHEDULE NUMBERINCH MM

0410 4359400924 EA 5.000each

2 50 40

BREAKUP OF QUANTITYGujarat Refinery : 5.000EA

GROUP: 38 FITTINGS,ELBOW,45 DEGMATERIAL: CARBON STEELMANUFACTURING PROCESS: FORGEDMATERIAL SPECIFICATION: ASTM A105END FINISH: SOCKET WELDEND FINISH CONFORM TO ANSI B16.11DIMENSION STANDARD CONFORM TO ANSIB16.11NPS NPS PRESSURE RATING [LBS]

OR SCHEDULE NUMBERINCH MM

0420 4348084564 EA 6.000each

1/2 15 3000

BREAKUP OF QUANTITYGujarat Refinery : 6.000EA

Signature of Vendor with Office Seal

PAGE 27 OF 29

ENQUIRY

Enquiry No.:JRMM188170

IOC/M&I/MECH/P/2/ 2011

Butt Welded, Socket Welded and Screwed Fittings

Rev.-01

Page 1 of 10

TECHNICAL NOTES (GENERAL SPECIFICATION)

FOR BUTT WELDED, SOCKET WELDED AND SCREWED

FITTINGS

Prepared by Checked by Approved by

Signature

Name/ Designation

A. K. Gupta, DGM(ES), PR Sajid Ansar, CMNM(M&I) S. K. Srivastava, SESM(MR) Devendra Kumar, SM(PDEC)

(A. K. Sarkar)DGM(M&I)

(C. S. Das) ED(M&I)

Date

IOC/M&I/MECH/P/2/ 2011

Butt Welded, Socket Welded and Screwed Fittings

Rev.-01

Page 2 of 10

TECHNICAL NOTES FOR BUTT WELDED, SOCKET WELDED AND SCREWED FITTINS

1.0 GENERAL 1.1 Chemical composition, physical properties, tests, dimensions and

tolerances, heat treatment and marking shall conform to the applicable latest codes / standards / specifications as specified. For any special requirement please refer material requisition sheet.

1.2 The offered fittings to various ASTM standards shall also meet

requirements of Metric unit system of relevant code e.g. ASTM A234 shall also meet requirements of ASTM A234M.

1.3 Nipples made of seamless pipes of corresponding metallurgy shall also

be acceptable as alternative to forged nipples. 1.4 Dimensions of all Butt Weld Fittings shall be maintained per the

requirements of ANSI B 16.9/ ANSI B 16.28 latest edition. Dimensions of steel BW fittings for sizes not covered in ANSI B16.9/ ANSI B16.28 shall confirm to MSS-SP-48. The Butt Weld ends shall be prepared and finished in line with the requirements of ANSI B 16.25. Socket weld and threads for screwed fittings shall be in accordance with ANSI B16.11 and ANSI B1.20.1 respectively, unless otherwise specified.

1.5 All the Reducers, seamless as well as welded, concentric as well as

eccentric, shall have knuckles and straight flanges at both the ends. Straight cone type reducers shall not be acceptable.

2.0 TESTING 2.1.1 Test reports shall be supplied for all mandatory tests as per the

material specifications/ applicable code/ standards. Test reports shall also be furnished for any supplementary tests as specified. Material test certificates (physical properties, chemical composition & heat treatment report) shall also be furnished for fittings supplied. For alloy steel fittings Mill test certificate containing above information shall be furnished.

2.1.2 PMI test : Positive material identification test to be performed at

vendors works on alloy steel fittings/ stainless steel and cladded fittings. The extent of PMI examination will be 100%.

a) For welded fittings PMI shall be performed on base metal as well as

weldments. b) Whenever any sample drawn to PMI test on the basis of percentage

selection fails to meet specification requirements, 100% of items of lot shall be tested for PMI.

IOC/M&I/MECH/P/2/ 2011

Butt Welded, Socket Welded and Screwed Fittings

Rev.-01

Page 3 of 10

2.2 All fittings shall be seamless in construction unless otherwise specified. If fittings are specified as welded, the same shall conform to clause 1.8. Seamless fittings are acceptable in place of welded fittings, however, welded fittings are not acceptable in place of seamless fittings.

2.3 Outside diameters and wall thickness (unless otherwise mentioned) of

butt welded fittings shall be in accordance with ASME B36.10 and ASME B36.19 as applicable.

2.4 For reducing butt weld fittings having different wall thicknesses at each

end, the greater wall thickness of the fitting shall be employed and inside bore at each end shall be matched with the specified inside diameter.

2.5 Beveled ends for all fittings shall conform to ASME B16.25. Contour of

bevel shall be as follows:

Material Wall Thickness Weld Contour Carbon steel (except low temperature carbon steel)

Upto 22 mm Figure 2 Type A > 22 mm Figure 3 Type A

Alloy steel, stainless steel and low temperature carbon steel

Upto 10 mm Figure 4 > 10 mm & upto 25

mm Figure 5 Type A

> 25 mm Figure 6 Type A 2.6 Welded Fittings 2.6.1 All welded fittings shall be double welded. Inside weld projection shall

not exceed 1.6 mm. Welds shall be ground smooth at least 25 mm from the ends.

2.6.2 For fittings made out of welded pipe, the welded pipe itself shall be

double welded and shall be manufactured with the addition of filler metal.

2.6.3 Welded tees shall not be of fabricated (stub-in) type. 2.6.4 All welded fittings shall be normalized & all weld joints including parent

material weld shall be 100% radiographed by X-ray by fittings manufacturer.

2.6.5 Welded pipes employed for manufacture of fittings shall be made by

automatic welding only. 2.6.6 Specified heat treatment for carbon steel & alloy steel fittings shall be

carried out again after weld repairs. 2.6.7 Irrespective of the material code requirement, all welded fittings

indicated in specification as “Cryo” & “LT” shall meet impact test

IOC/M&I/MECH/P/2/ 2011

Butt Welded, Socket Welded and Screwed Fittings

Rev.-01

Page 4 of 10

requirements of ASME B31.3. The impact test temperature shall be (–) 1960C & (-) 450C for stainless steel & carbon steel respectively unless specifically mentioned otherwise in the SPECIFICATION.

2.7 Welded fittings formed out of plate 2.7.1 The welded fittings (elbows, tees reducers) shall be manufactured in

two-half construction; each half formed out of plate, followed by longitudinal weld on sides.

2.7.2 Steel plates used for production of welded fittings shall be normalized

and ultrasonically examined as per the relevant codes/ standards. 2.7.3 The supplementary requirements S1 and S2 of A234/ A420 shall be

fulfilled. 2.7.4 All welded fittings shall have maximum negative tolerance of 0.3mm. 2.8 Stainless Steel Fittings 2.8.1 All austenitic stainless steel fittings shall be pickled & passivated. 2.8.2 All stainless steel fittings shall be supplied in solution heat-treated

condition. 2.8.3 Solution annealing for stainless steel fittings shall be carried out again

after weld repairs. 2.8.4 For all stainless steel fittings Inter Granular Corrosion (IGC) test shall

have to be conducted as per the following: ASTM A262 Practice “B” with acceptance criteria of “60” mils/year (max.)”.

Or ASTM A262 Practice “E” with acceptance criteria of “no cracks as observed from 20X magnification” & “microscopic structure to be observed from 250X magnification”.

2.8.5 When specifically asked for in specification for high temperature application of some grades of austenitic stainless steel (e.g. SS309, 310, 316, 316H etc.) ASTM A262 Practice “C” with acceptance criteria of “15 mils/year” shall have to be conducted.

2.8.6 For the IGC test as described in clauses as above, two sets of samples

shall be drawn from each solution treatment lot, one set corresponding to the highest carbon content and other set to the highest fitting thickness. When testing is conducted as per ASTM A262 Practice “E”, photograph of microscopic structure shall be submitted for record.

IOC/M&I/MECH/P/2/ 2011

Butt Welded, Socket Welded and Screwed Fittings

Rev.-01

Page 5 of 10

2.9 Thickness/ schedule lower or higher than specified for the finished product shall not be accepted. For manufacturing of elbows from pipes, same size of pipe as that of elbow shall be used and the normal wall thickness of the starting pipes shall have positive tolerance only. However, where the manufacturer has an established automatic/ semi-automatic process for the manufacturer of elbows, the starting pipe may be permitted to be of lower size with higher schedule as required. Starting pipe of higher size than that of the elbow shall not be permitted.

2.10 The gasket contact surfaces of stub ends shall be flat with face finish specified in the requisition. Interpretation on the specified face finish is as follows: 125 AARH : Serrations with 125 to 250 μ in AARH

2.11 Seamless stub ends shall not have any welds on the body. Stub ends shall be of long pattern type unless specified otherwise in the specification.

2.12 Galvanized fittings shall be coated with zinc by hot dip process

conforming to ASTM A123 / IS4736. It is to be noted that ASTM A123 refers to ASTM 153 for galvanizing of threaded components. Hence, threaded galvanized fittings shall be coated with zinc by hot dip process conforming to ASTM A153.

2.13 Threaded ends shall have NPT taper threads in accordance with

ASME/ ANSI B1.20.1 upto 1.5” NB & IS 554 from 2” to 6” NB. 2.14 Unless and otherwise specified in the specification, all socket welded

and screwed fittings shall be in accordance with ASME B16.11 and ANSI B1.20.1 to the extent covered in the specification except for unions which shall be in accordance with MSS-SP-83.

2.15 Special fittings like nippolet, elbowlet, latrolet, bosset, sweep-o-let etc.

which are not covered in ASME, MSS-SP standards shall be as per manufacturer’s std. Contour of these fittings shall meet the requirements of ASME B31.3. Manufacturer shall submit drawings/ catalogues of these items along with the offer.

2.16 All swages shall be of seamless construction. 2.17 Nippolet length shall be 165 mm unless specified otherwise in the

specification. 2.18 Length of all long half couplings shall be 100 mm unless otherwise

specified in the SPECIFICATION.

IOC/M&I/MECH/P/2/ 2011

Butt Welded, Socket Welded and Screwed Fittings

Rev.-01

Page 6 of 10

2.19 All seamless & welded pipes employed for manufacturing of fittings shall be required to have undergone hydrotest. The testing of A53, A106, A333, A335, A358 and A672 shall be as per A530. A312, A268 as per A999. API5L shall be as per API5L. ASTM B series pipes e.g. B165, B167 shall be as per respective ASTM standard IS 3589, IS 1239 and others shall be as per respective IS Standards.

2.20 The bevel ends of all butt weld fittings shall undergo 100% MP/ DP

test. 2.21 Abbreviations for ends of swages and nipples shall be as follows:

PBE : Plain Both Ends TBE : Threaded Both Ends TOE : Threaded One End TSE : Threaded Small End TLE : Threaded Large End

2.22 All types of SS321, SS347 or SS348 fittings shall be in stabilized heat treated condition. Stabilizing heat treatment shall be carried out subsequent to normal solution annealing. Soaking temperature and holding time for stabilizing heat treatment shall be 9000C and 4 hours respectively.

3.0 Hydrogen Service Fittings:

a) All carbon steel fittings having wall thickness 9.53 mm (0.375”) and

above shall be normalized. Cold drawn fittings shall be normalized after the final cold draw pass for all thicknesses. In addition, fittings made from forgings shall have Carbon–0.35% max. and Silicon-0.35% max. The normalizing heat treatment shall be a separate heating operation and not a part of the hot forming operation.

b) All alloy steel (Cr-Mo) fittings shall be normalized and tempered.

The normalizing and tempering shall be a separate heating operation and not a part of the hot forming operation. The maximum room temperature tensile strength shall be 100,000 psi.

c) All carbon steel fittings having wall thickness 19 mm (0.75”) and

above shall be post weld heat-treated.

d) All alloy steel (Cr-Mo) fittings shall be post weld heat treated irrespective of type or thickness of weld.

e) All austenitic stainless steel grades shall be solution annealed after

welding. 100% radiography of welded joints shall be done both before and after PWHT.

IOC/M&I/MECH/P/2/ 2011

Butt Welded, Socket Welded and Screwed Fittings

Rev.-01

Page 7 of 10

f) For carbon steel fittings, hardness of weld and HAZ shall be 200 BHN (max.) for alloy steel fittings, hardness of weld and HAZ shall be 225 BHN (max.).

g) For all austenitic stainless steels, the weld deposit shall be checked

for ferrite content. A Ferrite No. (FN) not less than 3% and not more than 10% is required to avoid sigma phase embrittlement during heat treatment. FN shall be determined by Ferritescope prior to post weld heat treatment.

h) For all carbon steel and alloy steel fittings with wall thickness over

19 mm, Charpy-V Notch impact testing shall be carried out in accordance with paragraph UG-84 of ASME Section VIII, Div.-I for weld metal and base metal from the thickest item per heat of material and per heat treating batch. Impact test specimen shall be in complete heat treated condition and accordance with ASTM A370. Impact energies at 00C shall average greater than 27J (20 ft-lb) per set of three specimens, with a minimum of 19J (15 ft-lb).

i) If welding is used in manufacture, impact test of Heat Affected Zone

(HAZ) and weld metal shall also be carried out. 3.1 For all welded alloy steel fittings with mandatory requirements of heat

treatment and radiography, radiography shall be performed after heat treatment.

3.2 All 1Cr-0.5Mo & 1.25Cr-0.5Mo fittings shall be normalized and

tempered. All 2.25Cr-1Mo, 5Cr-0.5Mo & 9Cr-1Mo welded fittings shall be normalized and tempered.

3.3 Fitting material as per ASTM A234 Gr.WP5/WP9, wherever specified,

shall be as per Clause-1, unless otherwise specified. 3.4 Materials designated, as structural steel grades like IS 2062, SA 36

etc. or similar specification are not permitted for manufacture of fittings. 4.0 NACE CS FITTINGS 4.1 Fittings under “NACE” category shall meet the requirement of

MR-01-03 and the special requirements as per purchase requisition specification.

5.0 IBR FITTINGS 5.1 Fittings under the purview of “IBR” (Indian Boiler Regulations) shall be

accompanied with original IBR certificate in Form III-C duly approved and countersigned by IBR authority/ local authority/ manufacturer empowered by Central Boiler Board of India and issue inspection certificate. Photocopy of the original certificate duly attested by the

IOC/M&I/MECH/P/2/ 2011

Butt Welded, Socket Welded and Screwed Fittings

Rev.-01

Page 8 of 10

local boiler inspector where the supplier is located is the minimum requirement for acceptance.

5.2 For materials 1¼Cr – ½Mo (ASTM A234 Gr.WP11 & ASTM A234

Gr.WP11W) & 2¼ Cr-1Mo (ASTM A234 Gr.WP22 & ASTM A234 Gr. WP22W), where fittings are manufactured from pipe, Form III-C approved by IBR shall include the tabulation of Et, Sc & Sr values for the entire temperature range given below. Et, Sc & Sr values shall be such that throughout the temperature range.

Et/1.5 ≥ SA Sr/1.5 ≥

Sc ≥

SA : Allowable stress at the working metal temperature (as per latest addition of ASME B-31.3).

Et : Yield point (0.2% proof stress at the working metal temperature)

Sc : The average stress to produce elongation of 1% (creep) in 100000 hrs at the working metal temperature.

Sr : The average stress to produce rupture in 100000 hrs at the working metal temperature and in no case more than 1.33 times the lowest stress to produce rupture at this temperature.

5.3 For carbon steel fittings described “IBR” chemical composition shall

conform to the following: Carbon (max.) : 0.25% Others (S, P, Mn) : As prescribed in IBR regulations The above composition is not valid for non-IBR fittings.

5.4 No other third party inspection is required. 6.0 INSPECTION REQUIREMENT FOR FITTINGS 6.1 All fittings shall be made from seamless pipes unless otherwise

specified in purchase order. 6.2 The seamless pipes shall be verified with certificate for chemical and

physical properties, hydrotest requirement (as stipulated in technical spec) issued by the manufacturer’s quality control section and will be endorsed by Third Party Inspection as identification of material.

6.3 All fittings shall be supplied in heat-treated condition as per ASTM

Standard mentioned in Purchase Order.

IOC/M&I/MECH/P/2/ 2011

Butt Welded, Socket Welded and Screwed Fittings

Rev.-01

Page 9 of 10

6.4 Visual inspection and dimensional checking of 100% fittings as per relevant ANSI, ASTM Standards, shall be carried out by Third Party Inspection (This includes thickness checking of 100% fittings).

6.5 Manufacturer shall provide the following reports as per relevant

standards mentioned in the technical specifications & fittings purchase order.

a) Chemical analysis reports. b) Tensile test results. c) Type of heat treatment. d) Hardness Test results. e) Impact test reports, radiography report, IGC test report, hydrotest

(if required in the specified standard). 6.6 All fittings shall be stamped as per specified ASTM standard specified

in purchase order. 7.0 SCOPE OF INSPECTION FOR THIRD PARTY INSPECTION

AGENCY 7.1 This scope of inspection shall be read with item description, codes

stipulated in purchase requisition, requirement of test and inspection as per this technical specification/ note.

7.2 Tests to be witnessed:

i. Testing for physical properties for dia. 2” and above. ii. Visual inspection : 100% iii. Dimensional check : 100% iv. Thickness check : 100% v. Impact test, if applicable vi. IGC test, if applicable vii. Hydrostatic test (if specifically mentioned)

7.3 Review of documents:

i. Mill T.C. of raw materials ii. Materials identification reports iii. Radiographs iv. Heat Treatment Charts v. Manufacturers test certificates vi. Chemical analysis reports vii. Tensile test results viii. Hardness test results

7.4 Third party inspection shall issue a release note on their letterhead

giving correlation-marking details. The third party inspection shall contain the information on tests witnessed, documents reviewed, observations/ remarks, identifications, order status and date(s) of

IOC/M&I/MECH/P/2/ 2011

Butt Welded, Socket Welded and Screwed Fittings

Rev.-01

Page 10 of 10

inspection. All the documents along with original certificate & release note shall be furnished with supplies.

8.0 MARKING AND DESPATCH 8.1 Each fitting shall be legibly and conspicuously stamped in accordance

with MSS-SP-25 along with special condition like “IBR”, “Cryo”, “NACE” and “H2” etc.

8.2 Steel die marking with round bottom punch may be permitted on body

of butt weld CS and lower alloy steel fittings, but for SS & higher alloy steel fittings, the same should be marked by electro-etching only.

8.3 Paint or ink for marking shall not contain any harmful metals or metal

salts such as Zinc, Lead or Copper which causes corrosive attack on heating.

8.4 Fittings shall be dry, clean and free of moisture, dirt and loose foreign

materials of any kind. 8.5 Fittings shall be protected from rust, corrosion and mechanical damage

during transportation, shipment and storage. 8.6 Rust preventive shall be applied. These when used on machined

surfaces to be welded shall be easily removable with a petroleum solvent and the same shall not be harmful to welding.

8.7 Fittings under “IBR”, “Cryo”, “NACE” and “H2” shall be painted in red,

light purple, canary yellow and sea green stripes respectively for easy identification. Width of stripe shall be 25mm.

8.8 Each end of fitting shall be protected with a wood, metal or plastic

cover/ sponge. 8.9 Each size of fitting shall be supplied in separate packaging marked with

the purchase order number, item code number, material specification, size and schedule/ thickness/ rating. For small quantities, fittings of different sizes may be packed in separate packings size-wise and these packings may be packed in a bigger package/ container clearly identifying the contents.

8.10 All alloy materials tested by PMI shall be identified using either of the

following methods by indicating “PMI OK”

a) Bar Code/ Hologram Sticker b) A low stress stamp marking c) Or by any other method

PIPES AND FITTINGS OF ALLOY STEEL & SS MATERIAL IN STORES(REFER ARTICLE 5.0)

SI No. Service Recommended colour code10 IBR Signal Red20 9Cr - 1Mo P-9 Verdigirus Green30 5Cr - 1/2Mo P-5 Oath Blue (Light Blue)40 2 1/4 Cr - 1Mo P-22 Aircraft Yellow50 1 1/4 Cr - 1/2Mo P-11 Traffic Yellow60 SS-304 Dark Blue Grey70 SS-316 Dark Violet80 SS-321 Navy Blue