epc for dcu block of cpcl -...

82
EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ) Page 1 of 82

Upload: vuthuy

Post on 28-Apr-2018

247 views

Category:

Documents


3 download

TRANSCRIPT

Page 1: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

EPC for DCU Block of CPCL

ENQUIRY DOCUMENT

(Document No : A133-000-WF-MR-3405-130-RFQ)

Page 1 of 82

Page 2: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

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

Table of ContentsDocument Number Rev. Document Title Page

NumberA133-000-WF-MR-3405-130-RFQ

0 ENQUIRY DOCUMENT 3

A133-000-WF-MR-3405

A GASKETS 49

6-44-0056 4 Technical notes for gaskets. 526-78-0001 1 Specification for quality management system requirements from

bidders57

6-78-0003 1 Specification for documentation requirement from suppliers 64A133-000-16-43-ATR-3405

A ADDITIONAL TECHNICAL REQUIREMENTS FOR GASKETS 73

44NC- 4600-Q-0002-A4

A PROPOSAL INPUT 75

A133-00-000--ITP-021

0 INSPECTION AND TEST PLAN (JOB SPECIFIC) 82

Page 2 of 82

Page 3: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

A133_3405_130 Page 1 of 3

Regd. Office: Engineers India Bhawan, 1-Bhikaiji Cama Place, New Delhi-110066, India

Phone No. : 00 91 11 26762121 ; Fax No. : 00 91 11 26191714

REQUEST FOR QUOTATION-CRASH PURCHASE (RFQ-CRASH)-

(INDIGENOUS/FOREIGN/GLOBAL)

(e-Tendering)

Composite Bidding

RFQ No. RC/A133-000-WF-MR-3405/130 Date: 26-August-2015

M/s

For Limited Bidders Only:

The Suppliers to whom this RFQ is issued are only required to quote.

Client Chennai Petrochemical Corporation Limited

Project Coker Block of Resid Upgradation Project at

Manali Refinery, Chennai

MR No. A133-000-WF-MR-3405, Rev A

Item GASKETS

Category I

Due Date 02-September-2015 [Up to 1200 Hrs. (IST)]

COMPOSITE BID OPENING:

At 1400 Hrs.(IST) on final bid due date

(In case the bid due date happens to fall on Holiday, the next working day shall be deemed to be due date)

DEVIATIONS NOT PERMITTED

Please ensure that the offer does not contain any technical or commercial deviations. Offers with deviations shall be rejected. The offer should contain only the enclosures and duly filled-in excel forms stipulated in this RFQ. Bids submitted not in compliance with the requirements specified in the RFQ, shall be liable for rejection

Gentlemen,

1. Chennai Petroleum Corporation Limited (CPCL), a subsidiary of Indian Oil Corporation Limited has existing Refinery Facilities at Manali, Chennai, Tamil Nadu (India). The present capacity of CPCL at Manali Refinery is 9.5 MMTPA. CPCL is currently implementing a Revamp of existing units to increase the crude processing capacity by 1 MMTPA to take the overall complex capacity to 10.5 MMTPA unit.

Chennai Petroleum Corporation Limited (CPCL) has awarded the work of Resid Upgradation Project-Coker Block to Engineers India Limited (EIL) and EIL is the CONTRACTOR for this Project.

2. Bids are requested for the captioned item in complete accordance with enquiry documents/attachments.

3. Bidders can download the complete enquiry document from the web address http:tenders.eil.co.in or https://eprocure.gov.in/eprocure/app.

4. E-Bids are required to be submitted only through Central Public Procurement Portal (CPPP) of Government of India, on or before the bid submission date and time. Bidders are required to register themselves at https://eprocure.gov.in/eprocure/app. No registration fee would be charged from the bidders.

Page 3 of 82

Page 4: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

A133_3405_130 Page 2 of 3

5. Bidders are required to upload the bid along with all supporting documents & priced part on the e-tendering website (https://eprocure.gov.in/eprocure/app) only.

6. Various links such as “Help for Contractor”, “Information about DSC”, “FAQ”, “and Resources Required”, “Bidders Manual Kit” etc. are available on home page of https://eprocure.gov.in/eprocure/app 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. The Composite bid shall comprise of the following:

i) Duly Filled in macro enabled excel file [uploaded on Tender portal of EIL i.e.

http://tenders.eil.co.in containing 2 works sheets as forms (Form-I and From II)]

Form-I to enter requisite information, taxes & duties, etc.

Form-II (Price Schedule): to fill the prices.

ii) Bank Certified Mandate Form, duly signed and stamped with the Banker’s certification along

with cancelled cheque.

iii) Latest Complete Audited Balance Sheet.

iv) Fresh Bank Solvency Certificate, date of issue of this certificate should not be earlier than 1

year from the date of Opening of Techno-commercial part.

v) Concurrent Commitment, in the format enclosed with RFQ

vi) Integrity pact

Note:

a) Bidders are required to have a VALID digital signature issued by C.C.A. (Controller of certifying authority, India) for participation in e-tendering.

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

8. Offers received through Fax / Telex / Telegraphic / E-Mail / hard form (other than the

documents specifically required in hard form) shall not be considered.

9. EIL will open the composite bids received online at their office, at the specified date and time given in the RFQ or extended date. The bidders who have submitted their bid will be able to view online the name & status of bids of other bidders and price sheets of the bidder who submitted their bids, at their respective windows, after composite bid opening by EIL.

10. Please furnish your response to our RFQ either through EIL’s website http://tenders.eil.co.in or by sending email/fax to EIL as per Performa of Reply/ Acknowledgement Letter enclosed, within 3 days.

If not bidding, please furnish the regret letter within the due date with reason(s) of not participating in the RFQ.

Page 4 of 82

Page 5: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

A133_3405_130 Page 3 of 3

The bidders should respond to this enquiry either by submitting their bids or by explaining the reason for non-submission of the offer.

11. Offer Validity: Offer shall be valid for 01 Months from the final / extended bid due date.

12. PAYMENT TERMS: As Per Special Purchase Condition for Crash Purchase.

13. Delivery/Completion Period :

Indian supplier:

04 weeks on FOT Site basis from the date of PO. The date of receipt of material at site shall be considered as the date of delivery.

14. Price Reduction Schedule: As per clause No. 12.1 & 12.4 of Special Purchase Conditions for Crash Purchase.

15. Repeat Order is applicable for this RFQ.

16. Contact Persons for this RFQ are:

Ms. Rekha Choudhary–AGM (C&P); Phone: +91 11 26763457; E-mail: [email protected]

Ms. Anwesha Sahoo–Engineer (C&P) : Phone: +91 11 26763388; E-mail: [email protected]

* Please specify Ref. No. (i.e. RFQ No.) in all correspondence

THIS IS NOT AN ORDER Very truly yours,

(REKHA CHOUDHARY) Asst. General Manager (C&P)

Enclosures :

1. A macro enabled excel file containing Form-I and Form-II – uploaded on e-tendering portal of NIC

2. Standard Commercial Documents Containing: Forms & Formats

Reply/ Acknowledgement letter Format for Present/ Concurrent Commitments Bank Mandate From

INSTRUCTION FOR SUBMITTING BIDS IN SINGLE STAGE BIDDING Special Commercial Notes to RFQ Integrity pact Special Purchase Conditions for Crash Purchase Instructions to Bidders for e-Tendering General Purchase Conditions (for Indian bidders)

3. Material Requisition (MR) No A133-000-WF-MR-3405, Rev A

Page 5 of 82

Page 6: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

Page 6 of 82

Page 7: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

Page 1 of 1

REPLY/ACKNOWLEDGEMENT LETTER

FAX Nos. : 00-91-11-26191714, 26167664

SELF ADDRESSED FAX

(PLEASE REFAX TO EIL WITHIN THREE DAYS OF RECEIPT OF RFQ) Engineers India Limited Engineers India Bhawan, EI Bhawan, 10th Floor, 1-Bhikaiji Cama Place, New Delhi – 110066 Attn. : Ms. Rekha Choudhary – Asst. General Manager (C&P) RFQ No. : RC/A133-000-WF-MR-3405/130

Item : GASKETS

Bid Due Date : 02-September-2015 [Up to 1200 Hrs. (IST)] Project : Coker Block of Resid Upgradation Project at Manali Refinery of M/s CPCL,

Chennai

Dear Sirs, We acknowledge with thanks receipt of your above cited RFQ along with enclosures. We undertake that the contents of the above RFQ shall be kept confidential including all the drawings, specifications and documents and the said documents shall be used only for the purpose, for which they are intended.

Further, our response is as under: - (Bidders to put a tick, as applicable).

1. We will submit the bid within due date.

2. We regret to submit our offer/quote because of the following reasons:

a. _____________________________________________________

b. _____________________________________________________

Thanking you, Very truly yours, Name of Bidder : Bidder’s Address : Contact Person : Bidder’s Phone No. : Bidder’s Fax No. : Bidder’s E-mail No. : Bidder’s Ref. No. & Date :

Page 7 of 82

Page 8: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

Page 8 of 82

Page 9: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

Page 1 of 1

PRESENT COMMITMENTS (CONCURRENT COMMITMENT) AS ON …………………………………..

(Due Date for submission of Bid)

RFQ No. : RC/A133-000-WF-MR-3405/130

Item : GASKETS Project : Coker Block of Resid Upgradation Project at Manali Refinery of M/s CPCL, Chennai

SR.

NO.

FULL POSTAL

ADDRESS OF

CLIENT & NAME

OF OFFICER-IN-

CHARGE

DESCRIPTION

OF THE ITEM

VALUE OF

ORDERS

DATE OF

COMMEN-

CEMENT OF

SUPPLY/

WORK

SCHEDULE

DELIVERY/

COMPLETION

PERIOD

%AGE

COMP.

AS ON

DATE

EXPECTED

DATE OF

SUPPLY

/COMPLETIO

N

REMARKS

SIGNATURE OF BIDDER : _______________________

NAME OF BIDDER : _______________________

COMPANY SEAL : _______________________

Page 9 of 82

Page 10: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

Page 10 of 82

Page 11: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

Page 1 of 1

BANK MANDATE FORM

1. Bidder Name

2 Bidder Code

3. Address of the Bidder

4. Particulars of Bank Account of Bidder

A) Name of the Bank

B) Name of the Branch& address of the Branch

C) Branch Code

D) 9-Digit MICR Code Number of the Bank & Branch (as appearing in MICR Cheque issued by the Bank) [ Please do not give multicity cheque book code Number]

E) Type of Account (SB, Current, Cash, Credit)

F) Account Number

G) RGTS/IFSC Code (11 digit)

H) NEFT Code No.

E-mail address of the Bidder

Contact Person (s) of the Bidder

I /We declare that the particulars given above are correct and complete and I / We accord our consent for receiving all our payments through Electronic Mechanism.

_________________________ (Signature & Designation of the Authorized person (s)of Bidder

Place : Date : Official Seal of the Bidder

BANK CERTIFICATION

Certified that the particulars furnished above are correct as per our records. Place:

Date : _______________________________________

Signature of the authorized official of the Bank

Banks Stamp

Note : Bidder to furnish a crossed cheque alongwith mandate form.

Page 11 of 82

Page 12: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

Page 1 of 1

INSTRUCTION FOR SUBMITTING BIDS IN SINGLE STAGE BIDDING

1. Bids shall be submitted online through e-tendering portal

(http://eprocure.gov.in/eprocure/app) consisting of following documents only :-

Duly filled-in Form-I indicating applicable Freight, Taxes & Duties and other information

and Prices in form-II, uploaded as excel file on e-tendering portal.

Other documents as specified in RFQ covering Letter.

2. A macro enabled excel file is uploaded on e-tendering portal of EIL containing 2 works

sheets as Form-1 and From II

Form-I: Bidders shall select suitable drop down options and enter requisite information,

taxes & duties, etc.

Form-II : Once bidder enters all details as required in Form-I and accepts all terms &

conditions by marking tick in the specified check boxes, then only he shall be allowed to

fill the Form-II (price schedule work sheet).

3. For submitting the bid, it will be mandatory for the bidder to upload the RAR file containing

filled-in excel file (explained in sl. No. 2 above). Bidders will be required to download the

excel file from EIL Tender Portal (http://tenders.eil.co.in) to their respective PC and follow

the following steps to successfully upload the same:

Prior to filling Form-I, Bidders shall enable macros by Clicking the Microsoft Office

Button, and then click Excel Options. Click Trust Center, click Trust Center Settings,

and then click Macro Settings. Click the option “Enable all macros (not

recommended, potentially dangerous code can run)”click this option to allow all

macros to run.

Once the macros are enabled, both the forms will appear.

Bidder to fill the form-I first and then only he shall be allowed to fill the Form-II .

In form-I, bidder shall select wherever provided suitable drop down option against each

rows. For example against Excise Duty including Edu. Cess, bidder shall first select its

applicability i.e. “YES” / “NO” under drop down menu. If “YES” is selected then only he

shall be able to fill applicable rate in the adjacent cell. If “NO” is selected, the adjacent

cell shall remain locked.

Same excel after filling all details in form-I and filling prices in form-II shall be uploaded in

e-tendering portal after converting the same excel into Rar format.

In addition to uploading above excel file, bidder to upload the latest audited annual

report, mandate form, solvency certificate and details of concurrent commitment (in the

format provided in the RFQ), in the mandatory folders provided in the e-tendering portal.

Note:

a) It is mandatory to upload / furnish in the bid the Form – I and Form – II, duly filled –

in. Bid without Form – I and Form – II or blank Form – I and/ or Form – II shall be

rejected.

b) Other than details / documents specifically spelt out in the RFQ document, bidder

shall not furnish any other details/ comments / documents elsewhere in the e- bid.

In case of any deviations /comments to RFQ terms and conditions stipulated in the

bid, the bid shall be rejected.

c) All the offers shall be evaluated without raising any queries.

Page 12 of 82

Page 13: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

Special Commercial Notes to RFQ

Page 1 of 4

1. Bids complete in all respects should be successfully Submitted online on or before the bid due date and time specified above.

2. Technical specifications should be strictly as per the material requisition attached.

3. 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.

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

5. Bidders who are enlisted with EIL are required to quote as per their capabilities registered with EIL.

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

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

8. The order, if placed will be issued by EIL.

9. i.) Net Worth of the Bidder shall be positive as per the immediate preceding year’s Audited financial results. Bidder is therefore requested to furnish the latest Audited Financial Statement including Profit & Loss Account including all note and annexure.

In case, the bidder’s Net Worth is negative, their bid shall not be evaluated further.

This criteria will be applicable to all Suppliers including Indian Central Public Sector

Undertaking/Enterprises.

ii.) The Definition of Net Worth shall be as follows:

iii.) In place of complete Annual Financial document required for assessment of Net Worth, the bidder can provide a certificate from any Practicing Charted Accountant or their Statutory Auditor in case of Foreign Bidder and from Statutory Auditors in case of Indigenous Bidders that their Net Worth is Positive as per the last audited financial statement and formula given above.

iv.) Bidders are also requested to submit following Networth details in their Login of EIL’s Tender Portal (http://tenders.eil.co.in) before downloading the Enquiry:

a) From Financial Month/ Year _____________ to Month/ Year ________________ b) Net worth (Positive/ Negative) ________________ c) Upload Audited Financial Statements (Browse/ Attach) : ____________________

Page 13 of 82

Page 14: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

Special Commercial Notes to RFQ

Page 2 of 4

10. Purchaser reserves the right to allow purchase preference to Central Public Sector Undertakings/enterprises, as admissible under prevailing policy of Government of India.

11. Preference to MSEs: Not applicable.

12. 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.

13. In case a supplier seeks any suo-moto price increase subsequent to the bid due date and which is not as a result of any change in scope of supply or terms and conditions, the bid of such a supplier shall be rejected for the items in which such suo-moto increase is sought.

14. FRAUDULENT PRACTICES

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.

a) The owner will reject a proposal for award if it determines that the bidder recommended for award has engaged in fraudulent practices in competing for the Contract in question. Bidder is required to furnish the complete and correct information/ documents required for evaluation of their bids. If the information/ documents forming basis of evaluation is found to be false/ forged, the same shall be considered adequate ground for rejection of bids and forfeiture of Earnest Money Deposit.

b) In case, the information/ document furnished by the Bidder/ 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 CPBG/ Security Deposit, withholding of payment etc.

c) Incase, this issue of submission of false documents comes to the notice after execution of work, Owner shall have full right to forfeit any amount due to the Bidder/ Vendor/ Contractor along with forfeiture of CPBG/ Security Deposit furnished by the bidder/vendor/ contractor.

d) Further, such bidder/ vendor/ contractor shall be put on Blacklist/ Holiday/ Negative List of owner debarring them from future business with Owner for a time period, as per the prevailing policy in EIL.

15. Submission of authentic documents is the prime responsibility of the bidder. Wherever EIL has concern or apprehension regarding the authenticity/correctness of any document, EIL reserves a right of getting the document cross verified from the document issuing authority.

17. SPECIAL INSTRUCTIONS TO FOREIGN BIDDERS- Not applicable.

16. SHIFTING OF ORDER

Based on the lowest evaluated item wise prices out of the techno-commercial acceptable bidders, the shifting of order shall be carried out provided the following conditions are met:

a) Shifting shall be done only if shifting cost of each order is up to Rs.1, 00,000/-.

Page 14 of 82

Page 15: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

Special Commercial Notes to RFQ

Page 3 of 4

b) Shifting shall not be resorted to if the value is more than 25% of the total order value of the recommendation (i.e. total order valued for MR/RFQ). However, this ceiling will not be applicable where total order value of recommendation is up to Rs. 4, 00,000/-.

c) In case the order value on L1 bidder is more than Rs. 2, 00,000/- then shifting shall not be resorted.

With above shifting the selected bidder for award will be deemed to be L1 bidder

17. CLARIFICATION REQUESTS FROM BIDDERS

A bidder may seek clarification regarding the bidding document provisions, bidding process and / or rejection of his bid. EIL shall respond to such requests with in a reasonable time.

18. SETTLEMENT OF DISPUTE BETWEEN GOVT. DEPT./ PUBLIC SECTOR

UNDERTAKING

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

19. PRE BID MEETING: Not applicable.

20. REVERSE AUCTION: Not applicable

21. INTEGRITY PACT : Not applicable

22. OTHER INSTRUCTION RELATED TO e-TENDERING:

22.1. FOR ENROLMENT OF BIDDER TO CPP PORTAL

a) 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 (https://eprocure.gov.in/eprocure/app).

b) All those vendors who have still not registered on the NIC Portal are required to register on the same (immediately after issue of enquiry on EIL 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.

c) In any case, the enquiry shall be issued on NIC portal to NIC registered vendors about one week 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

Page 15 of 82

Page 16: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

Special Commercial Notes to RFQ

Page 4 of 4

submission of bids due to non registration or delayed registration in NIC portal shall not be entertained.

d) The bid has to be necessarily submitted on the NIC Portal 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.

e) 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.

22.2. In the event of failure in bidder’s connectivity with EIL/CPPP website 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.

22.3. Bidders to upload the Unpriced and Priced part of their bids strictly in the Unpriced & Priced folders respectively in the CPPP portal. Non Compliance to the same may lead to rejection of their offer.

22.4. Bidders are requested to submit e-bids in e-tendering portal (https://eprocure.gov.in/eprocure/app) in accordance with the

instructions and terms & conditions enclosed with this RFQ Covering letter.

22.5. 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 (https://eprocure.gov.in/eprocure/app ) .

22.6. 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.

22.7. In any case, the enquiry shall be issued on NIC portal to NIC registered vendors about one week 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.

22.8. 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.

22.9. 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.

22.10. The vendor registration on NIC Portal is a very user friendly process. However, in case of any doubt, the vendor may contact the concern person of RFQ.

Page 16 of 82

Page 17: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

SPECIAL PURCHASE CONDITIONS (SPC)

FOR CRASH PURCHASE CPCL – LSTK

Document No.

A133-01-SPC(CRASH)Rev. 0

Page 1

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL- All rights reserved

1 PAYMENT TERMS

1.1 FOR INDIGENOUS BIDDERS:

1.1.1 Supply:

- 100% with taxes, duties & Transportation to be paid progressively after receipt and acceptance of material at site against submission of dispatch documents.

1.2 FOR FOREIGN BIDDERS

1.2.1 Supply:

- 100% payment [including Ocean / Air freight (in case of CFR orders)] shall be made through wire transfer against submission of shipping document.

NOTES :

(i) Total Order value shall be as indicated in the Purchase Order.

(ii) All bidders are required to submit their acknowledgement of FOA and/or PO.

(iii) All foreign vendors having service components in their purchase order are required to submit PAN (Indian I. Tax) and to provide TRC (Tax Residency Certificate) from the Govt. of vendor‟s country in order to claim the benefit of DTAA, wherever applicable.

(iv) In case of indigenous SUPPLIERs, wherever taxes/duties are separately indicated, the order value shall be exclusive of taxes/duties. 100% payment of taxes/duties shall be paid alongwith the payment released against dispatch documents on receipt of Cenvatable [Duplicate Copy of Excise Invoice)/vattable documents (wherever applicable)].

(v) Payment to SUPPLIERs shall be released through Electronic Clearing System (ECS). In view of this, necessary details, such as name of bank, bank account no. etc., duly attested by BIDDER‟s bank must be submitted along with the offer.

(vi) Status of bills after submission can be viewed on our website http://www.engineersindia.com.

(vii) Foreign bidders are required to submit contract cum Performance Bank Guarantee within 30 days of FOA/PO.

(viii) All Payment to foreign SUPPLIERs shall be through wire transfer.

(ix) All payments shall be released within 30 days of receipt of invoice and all requisite documents, complete in all respects.

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

(xi) Seller shall submit Billing Schedule within three weeks after placement of FOA/PO (whichever is issued earlier). For PURCHASER‟s approval (wherever applicable).

(xii) Sellers requiring multiple despatches will restrict the number of despatches to maximum three, unless agreed otherwise by Project Manager.

2 TERMS OF DELIVERY

2.1 INDIGENIOUS ENQUIRIES:

Terms of delivery are FOT Project site on freight prepaid & door delivery basis. The date of receipt of material at site shall be considered as the date of delivery.

Page 17 of 82

Page 18: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

SPECIAL PURCHASE CONDITIONS (SPC)

FOR CRASH PURCHASE CPCL – LSTK

Document No.

A133-01-SPC(CRASH)Rev. 0

Page 2

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL- All rights reserved

2.2 FOREIGN ENQUIRIES:

Terms of delivery are FOB / FCA international sea / air port of exit basis. The Date of On Board Bill of Lading / airway bill shall be considered as date of Delivery.

2.3 GLOBAL ENQUIRIES:

2.3.1 For Indigenous Suppliers:

Terms of delivery are FOT Despatch point on freight to pay basis. The date of LR/GR shall be considered as the date of delivery.

2.3.2 For Foreign Suppliers:

Terms of delivery are FOB / FCA international sea / air port of exit basis. The Date of On Board Bill of Lading / airway bill shall be considered as date of Delivery.

3 TRANSPORTATION

3.1 INDIGENOUS SUPPLIERS

Indigenous SUPPLIERs are required to dispatch the goods on door delivery freight pre-paid basis through GATI/ XPS Cargo/ Courier. Any deviation shall be subject to prior approval of Project Manager.

3.2 FOREIGN SUPPLIERS

The marine freight quoted should be kept valid for a period one month lesser to delivery period. However, Vendor shall furnish the shipping details viz. Net/ Gross weight, Volume of consignment, number of packages with dimensions at least two month before the expiry of validity of Ocean / Air Freight. In the event of any delay by Vendor, the quoted Ocean / Air Freight charges shall remain valid further for one month from the date of furnishing the above details. EIL reserves the option to ask the bidder to arrange shipment at the quoted freight rates.

4 CURRENCY OF QUOTE

4.1 FOREIGN SUPPLIERS

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

4.2 INDIGENOUS SUPPLIERS

Indigenous SUPPLIERs are required to submit price in Indian Rupees.

Page 18 of 82

Page 19: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

SPECIAL PURCHASE CONDITIONS (SPC)

FOR CRASH PURCHASE CPCL – LSTK

Document No.

A133-01-SPC(CRASH)Rev. 0

Page 3

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL- All rights reserved

5 ANNUAL MAINTENANCE CONTRCT (AMC)

The prices shall be asked for AMC, if required as per Material Requisition.

6 SINGLE POINT RESPONSIBILITY OF THE SUPPLIER

In case of MRs containing supplies as well site work, a single order, covering the supply part as well site work, shall be placed. Split ordering will not be permitted.

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 in Indian Rupees, shall be clearly spelt out in the purchase order on foreign SUPPLIER.. In case a Foreign supplier sources supplies/ services within India, the applicable terms & conditions shall be modified to the extent as per Annexure-1 enclosed.

7 GUARANTEE PERIOD

18 Months from the date of successful Commissioning or 30 Months from the date of Shipment, whichever is earlier.

8 PERFORMANCE BANK GUARANTEE (PBG)/(CPBG)

8.1 PBG shall be required @ 10% of total order value. However, PBG shall not be required for orders upto Rs. Twenty Five (25) Lakhs (equivalent Foreign currency in case of Foreign SUPPLIERs).

8.2 PURCHASER shall get all bank guarantees verified for authenticity from the regional / controlling / branch office of the issuing bank before the same are accepted.

8.3 In limited enquiries for purchasing, Indigenous suppliers shall be required to submit the PBG while claiming the payment.

8.4 In all other cases, the PBG shall be required to be submitted within four weeks of issue of FOA.

8.5 Performance Bank Guarantees shall be valid till expiry of guarantee period plus 3 (Three) Months claim period after which the PBG shall be released.

8.6 Bank Guarantee(s) shall be issued through Indian Nationalised Bank/ Indian Scheduled bank (other than Co-operative Banks) / Indian branches of foreign banks registered with Reserve Bank of India as a scheduled foreign bank. Bank Guarantee from Foreign banks will only be accepted if same is counter signed by their Indian branch or by any scheduled Indian bank.

8.7 As an option to Bank Guarantee In lieu of submission of PBG,Indian bidder can accept the cash retention of 10% of total order value from the payment against which the PBG is required to be submitted as per payment terms.

8.8 As an another option available to both Indian and foreign bidders, bidder can furnish Demand Draft of 10% of total order value (within the period specified in PO).”

8.9 If the bidder is opting for any of the above 2 options other than Bank Guarantee, the bidder should clearly state the same in their offer. Without any indication of the same, bidder acceptance for submission of Bank Guarantee in lieu of PBG shall be considered.

Page 19 of 82

Page 20: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

SPECIAL PURCHASE CONDITIONS (SPC)

FOR CRASH PURCHASE CPCL – LSTK

Document No.

A133-01-SPC(CRASH)Rev. 0

Page 4

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL- All rights reserved

9 INDIAN TAXES/DUTIES

9.1 The prices shall be exclusive of all Indian taxes/duties applicable on finished goods/services supplied directly to PURCHASER. The excluded taxes/duties shall be payable extra at actuals against documentary evidence. Where Purchase Order includes supply and site work, Purchase Order will be divided into supply and service portion separately , no VAT on work contracts is envisaged, however VAT on work contract on site work portion if applicable shall be included in the bidder‟s quoted price & no statuary variation is payable on the same.

9.2 Entry Tax and Terminal taxes are presently not applicable. If applicable at a later date, same shall be payable extra at actual on production of necessary Documentary evidence. Road permit shall be issued to supplier by CPCL for material consigned to CPCL.

9.3 All payments on account of Excise Duty, Service Tax, TNVAT on finished goods shall be released on receipt of CENVATABLE ( Duplicate Copy of Excise Invoice) /VATTABLE copy of corresponding invoice and documents valid for availing CENVAT / VAT credit.

9.4 PURCHASER shall be able to avail 100% credit against TNVAT(i.e. VAT on sale of finished goods). PURCHASER will not issue any concessional form for TNVAT.

TN VAT on sale of goods shall not be loaded for evaluation.

9.5 EIL shall issue concessional form-C for central sales tax.

CST against inter state sale shall be loaded during evaluation at the applicable rates.

9.6 Since Cenvat Credit shall be available against Excise Duty and Service Tax (excluding service tax on freight) & the same shall not be considered for comparison purpose.

9.7 Indigenous SUPPLIER‟s shall issue E1/E2 form on quarterly basis within 60 days after completion of each quarter based on “C” form no. provided by PURCHASER. PURCHASER will provide original “C” form in exchange of original E1/E2 form.

Statutory Variations are eligible only on Service Tax, cenvatable excise duty, and VAT amount for which input tax credit is available to the OWNER under TNVAT Act subject to SUPPLIER producing documentary evidence for the above . Statutory Variations are eligible on CST also.

Statutory variations on non-cenvatable excise duty and VAT amount for which input tax credit is not available to the OWNER/PURCHASER under TN VAT Act shall be to SUPPLIER‟s account.

9.8 All non-cenvatable /non-vattable taxes/duties shall be considered for evaluation.

9.9 All new taxes/duties/cess/levies notified after the last date of submission of final price bid/price implication, but within contractual delivery /completion period, shall be to EIL‟s account. These shall be reimbursed against documentary evidence.

However, in case of delay on account of supplier, any new or additional taxes and duties imposed after contractual delivery shall be to supplier‟s account.

9.10 Labour cess, if applicable to supplier at project site shall be reimbursed at actuals upon submission of documentary evidence for remittance to the statutory authorities.

Page 20 of 82

Page 21: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

SPECIAL PURCHASE CONDITIONS (SPC)

FOR CRASH PURCHASE CPCL – LSTK

Document No.

A133-01-SPC(CRASH)Rev. 0

Page 5

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL- All rights reserved

10 CUSTOMS DUTY/EPCG LICENSE

10.1 OWNER is obtaining an EPCG license for this project. In view of this concessional rate of Custom Duty shall be applicable to imports from foreign BIDDER‟s for the goods directly consigned to CPCL.

10.2 Indigenous BIDDER‟s will be required to quote price considering only merit rate of duty, for their built in import content, in their bid and evaluation shall be done accordingly. No PAC/EC/INVALIDATION LETTER shall be issued to Indigenous BIDDER‟s.

11 FIRM PRICES

11.1 The prices shall be firm and fixed and not subject to any variation, whatsoever. In case of Cables, variation in prices shall be admissible as per IEEMA Price Variation Clause.

11.2 For 2 years O&M spares, prices shall be kept valid for a period of 2 years from the date of order of main equipment along with annual % escalation ( to be indicated by the bidder) for subsequent two years.

12 PRICE REDUCTION SCHEDULE

12.1 In case of MRs other than packages, Price Reduction Schedule shall be @1/2% of value of delayed equipment/ item per week of delay or part thereof subject to a maximum of 5% of total order value.

12.2 For packages and critical items, with or without site work, the Price Reduction Schedule shall be @1/2% of total order value per week of delay or part thereof subject to a maximum of 7.5% of total order value.

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

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

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

13 INSPECTION

All items shall be inspected by a Third Party Inspection agency as follows:

13.1 INDIGENOUS BIDDER’s: CEIL shall be appointed as Third Party Inspection for the indigenous materials & accordingly the charges for the same shall be borne by EIL. The quoted price of Bidder shall be exclusive of TPI charges.

13.2 FOREIGN BIDDERs: The quoted price shall be inclusive of TPI charges (out of M/s.Lloyds Register (Country of origin), M/s.Bureau Veritas(BV) and M/s.TUV Nord)

Page 21 of 82

Page 22: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

SPECIAL PURCHASE CONDITIONS (SPC)

FOR CRASH PURCHASE CPCL – LSTK

Document No.

A133-01-SPC(CRASH)Rev. 0

Page 6

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL- All rights reserved

Inspection shall be carried out considering the following:

a) Acceptance shall be based on review of MTCs.

b) QAP will be approved by Third Party Inspection agency incorporating requirements of ITP, Technical specifications and approved documents. Approval of QAP will not be carried out by EIL.

c) The Inspection release note issued by the Third party inspection agency shall clearly stipulate that materials/equipment have been inspected as per Code-1 approved drawings, wherever applicable and approved QAP.

d) Certification of final documents, wherever applicable, for release of final payment, shall be carried out by Third Party Inspection Authority issuing the final inspection certificate.

14 GENERAL PURCHASE CONDITIONS

General Purchase Conditions including formats for advance bank guarantee and Performance Bank Guarantee shall be with modification based on these terms and conditions.

15 COMPREHENSIVE MARINE-CUM-ERECTION INSURANCE

Comprehensive Insurance (Transit/Marine cum storage, erection, till handing over of equipment) shall be arranged by PURCHASER.

Hence quoted Price shall be exclusive of Transit Insurance in India & Marine Insurance Charges for imported items consigned to CPCL A/c EIL. However, all transit insurance charges for inland transit upto FOB / FCA International Port of Exit for imported items must be included in your prices.

16 BASIS OF EVALUATION

16.1 WHERE ONLY INDIAN BIDS ARE UNDER COMPARISON

16.1.0 Bids shall be evaluated on the basis of landed cost at Site, including site work, if any, all duties, taxes, transportation charges less Cenvatable Excise duty, Cenvatable Service tax, Cenvatable Educational cess & Vattable TNVAT (100% of TNVAT).

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

16.1.2 AMC charges shall be considered for evaluation wherever AMC is required.

16.1.3 Supervision and Training charges shall be considered for evaluation wherever supervision and training are required.

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

NOTE :

- Site Work, wherever applicable, shall be considered for evaluation.

- In case freight charges are not quoted, estimated freight shall be taken from EIL shipping dept. and loading shall be done with the same. In case of ordering , bidder shall be asked to absorb the freight first. In case bidder does not agree to absorb then negotiation shall be done with the bidder to agree upto maximum of the freight with which loading has been done. If bidder does not agree with this also, then refloating of

Page 22 of 82

Page 23: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

SPECIAL PURCHASE CONDITIONS (SPC)

FOR CRASH PURCHASE CPCL – LSTK

Document No.

A133-01-SPC(CRASH)Rev. 0

Page 7

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL- All rights reserved

MR shall be done.

16.2 WHERE ONLY FOREIGN BIDS ARE UNDER COMPARISON

16.2.1 Bids shall be evaluated on the basis of CFR (CHENNAI) prices including third party inspection charges, stowage charges wherever applicable (as quoted by BIDDERs), and considering sea freight as under:

(i) Packages/equipments/pipes & plates : Firm freight as quoted by BIDDER‟s

(ii) Bulk items – piping (other than pipes) / instruments : Firm freight as quoted by BIDDER‟s.

In case, firm freight is not quoted by BIDDER ( For Bulk Items as well as Packages/equipments/pipes & plates), freight shall be taken from Transchart through shipping Dept. and loading shall be done with the same. In case of ordering, transportation shall be done by the Transchart only.

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

16.2.3 AMC charges shall be considered for evaluation wherever AMC is required.

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

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

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

16.2.6 For global enquiries, evaluation shall be carried out on equivalent Indian Rupees basis considering Bills Selling rates of Foreign Exchange as available from State Bank of India on the day of priced opening. In case the same is not available, the exchange rate from Economic Times, New Delhi edition, published on the day of priced opening, shall be considered.

NOTE :Site Work, wherever applicable, shall be considered for evaluation.

16.3 WHERE INDIAN AS WELL AS FOREIGN BIDS ARE UNDER COMPARISON

16.3.1 INDIGENOUS BIDDERS:

(i) The evaluated price of indigenous BIDDERs shall be carried out on the basis of landed cost at Site, as per clause 16.1 above.

(ii) Notional Loading of 1% for TPI charges shall be considered for evaluation.

16.3.2 FOREIGN BIDDERS :

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

(i) Evaluation shall be done as per clause 16.2 above plus marine insurance @ 1% of FOB / FCA Price.

(ii) L/C charges @ 1% of FOB / FCA price.

Page 23 of 82

Page 24: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

SPECIAL PURCHASE CONDITIONS (SPC)

FOR CRASH PURCHASE CPCL – LSTK

Document No.

A133-01-SPC(CRASH)Rev. 0

Page 8

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL- All rights reserved

(iii) Landing Charges @ 1% of CIF Value i.e S.No. (i).

(iv) Custom clearance, Port Handling and Inland Freight (from Port of Entry (CHENNAI) to CPCL project site) charges @ 3% of CIF value including L/C Charges, i.e., S. No. (i) plus (ii).

(v) Landed Cost = S.No. (i) to (iv).

NOTE :

- Site Work, wherever applicable, shall be considered for evaluation.

- Transit insurance for Indigenous and Foreign BIDDERs, will not be loaded..

16.4 GENERAL

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

19.1.2 In case of pipes, if a foreign BIDDER has not quoted or not included stowage charges, the same shall be loaded @ 10% of BIDDER‟s quoted Ocean / Air Freight.

17 LOADING/REJECTION CRITERIA

There will be no loading criteria. Bids are required to be submitted on zero deviation bid basis. Any deviation to commercial terms & conditions as per RFQ shall lead to rejection of offer.

18 INVOICING INSTRUCTIONS

For imported goods, The Invoices shall be billed to CPCL a/c EIL. Consignee on the invoices and bill of lading issued by the foreign supplier shall be in the name of CPCL, COKER BLOCK OF RESID UPGRADATION PROJECT, MANALI REFINERY, CHENNAI. For Indigenous Goods, the invoices shall be billed to EIL a/c CPCL. However, the consignee in the tax invoices shall be CPCL A/C EIL, COKER BLOCK OF RESID UPGRADATION PROJECT, MANALI REFINERY, CHENNAI to avail input credit of Excise duty by CPCL.

19 OTHER IMPORTANT CLAUSES

19.1 For Indian Supplier:

19.1.1 In case Excise Duty / CST / TN VAT are stated as not applicable on freight charges presently, and if they are applicable at the time of delivery due to any reasons other than statutory, the same will be borne by the Bidder.

19.1.2 Any variation in Excise duty + Ed. Cess at the time of supplies for any reasons, other than statutory, including variations due to turnover, shall be borne by bidder.

19.1.3 Any errors of interpretation of applicability of taxes/duties by bidders shall be to bidders‟ account.

19.1.4 For release of payment through Electronic Clearing System (ECS), necessary details such as name of bank, bank account no. etc. as per Mandate Form enclosed with RFQ, to be furnished duly attested by your bank along with a cancelled cheque, along with your offer.

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

Page 24 of 82

Page 25: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

SPECIAL PURCHASE CONDITIONS (SPC)

FOR CRASH PURCHASE CPCL – LSTK

Document No.

A133-01-SPC(CRASH)Rev. 0

Page 9

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL- All rights reserved

19.1.6 Indemnity Bond/Corporate Guarantee in lieu of PBG shall not be considered.

19.1.7 CIF Value of Built in Import Content and Import Duties, if applicable:

a) Quoted prices shall be based on Merit rate of Customs duty, CVD, Educational

Cess and SAD as applicable.

b) Quoted prices shall remain firm and fixed on account of FE variation and

Custom Duty Variation, till complete execution of the order.

c) EIL shall not provide any import license.

d) Quoted prices shall be after considering the benefit of CENVAT on CVD

including Edu. Cess and SAD

19.2 For Foreign Supplier:

19.2.1 No correspondence with Indian Agent will be entertained. However, if Indian Agent is involved, the bidder shall provide reason/ justification. Further it should be ensured by bidder that the agents get themselves registered with Reserve Bank of India (RBI). Payments to Indian Agent shall only be remitted after getting proof of registration with RBI, New Delhi. The payments to overseas suppliers (i.e. the principals) shall be released through L/C after deducting the Indian agent‟s commission from the quoted prices. Confirm acceptance.

19.2.2 All correspondence must be in ENGLISH language only.

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

Page 25 of 82

Page 26: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

SPECIAL PURCHASE CONDITIONS (SPC)

FOR CRASH PURCHASE CPCL – LSTK

Document No.

A133-01-SPC(CRASH)Rev. 0

Page 1

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL- All rights reserved

Annexure I

TERMS & CONDITIONS FOR INDIAN SOURCED COMPONENTS / SERVICES BY FOREIGN BIDDER

Foreign bidder may source components / sub-supplies and services from India, if allowed as per Material Requisition. For such sub-supplies / services ,Commercial Terms & Conditions of the RFQ shall stand modified to the following extent:

1. PRICING:

1.1 Unit and total price on FOT Despatch Point basis including packing and forwarding charges.

1.2 Details of Taxes and duties (rates) payable extra on the finished goods, applicable on Indian sub-suppliers. Purchaser shall issue „C‟ form for Concessional rate of Central sales tax.

1.3 Separate and clear break-up of charges for inland transportation excluding Entry Tax & Terminal Tax. Entry Tax and Terminal Tax, if applicable, shall be reimbursed at actuals by EIL on submission of documentary evidence.

1.4 Materials if ordered against the RFQ/Bidding Document are required to be dispatched on door delivery basis through a reliable bank approved Road Transport Company.

1.5 Transit insurance of Indian sub supplies shall be borne and arranged by the EIL.

2. CURRENCY OF QUOTE:

The quoted price of sub-supplies / services shall be in Indian Rupees only.

3. AWARD OF ORDER:

Foreign Principal shall be the single point responsible Vendor and separate order on Foreign supplier and Indian sub-supplier / sub-contractor is not acceptable. Single Purchase order shall be issued on the Foreign principal clearly indicating the sub-supplier‟s / sub-contractor‟s name, material and corresponding price in Indian Rupees.

4. DELIVERY:

The delivery period for sub-supplies shall be on FOT site basis within specified delivery period for Foreign bidder as per Terms of RFQ/Bidding document.

5. PRICE REDUCTION SCHEDULE:

PRS shall be applicable in totality on Foreign scope + Indian sourced component / Service for delay in supply of goods/services either by Foreign principals or Indian counterpart.

6. PAYMENT TERMS:

6.1 Indian sub-supplies:

90% through E-Payment with taxes and duties will be paid against receipt of Indian sourced goods/material at project site.

10% against receipt & Acceptance on delivery of main equipments by Foreign principal and as well as Indian supplies at site as per Terms of bidding document.

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

Page 26 of 82

Page 27: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

SPECIAL PURCHASE CONDITIONS (SPC)

FOR CRASH PURCHASE CPCL – LSTK

Document No.

A133-01-SPC(CRASH)Rev. 0

Page 2

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL- All rights reserved

6.2 Foreign principals: Payment terms of Foreign bidder shall be modified and 5% payment out of payment against shipping documents through L/c shall be released after receipt on delivery of main equipments by Foreign principal as well as Indian supplies at site as per Terms of bidding document through wire transfer.

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

7. PERFORMANCE BANK GUARANTEE:

Foreign principal shall submit the performance bank guarantee for 10% of total order value including value of Foreign portion and Indian sourced components / services

Page 27 of 82

Page 28: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved

Dated -02-July-2014

Annexure – 1

E-TENDERING METHODOLOGY

Instructions for Online Bid Submission:

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

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

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

requirements and submitting their bids online on the CPP Portal.

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

http://eprocure.gov.in/eprocure/app .

REGISTRATION

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

Procurement Portal (URL: http://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

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

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

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

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

and the password of the DSC / e-Token.

SEARCHING FOR TENDER DOCUMENTS

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

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

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

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

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

on the CPP Portal.

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

to the respective „My Tenders‟ folder. This would enable the CPP Portal to intimate the

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

document.

Page 28 of 82

Page 29: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved

Dated -02-July-2014

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) To avoid Network congestion, Bidder is recommended to upload file size of up to Maximum

35 MB per part. However, in case file size exceeds 35 MB, bidder may compress the files by

scanning with 75 dpi setting as per s.no 4 below and can use additional 25 MB space (“My

Documents”) provided to the bidder as per s.no 5 below.

4) 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 75 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.

5) 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 Documents” area available to them to upload such

documents. These documents may be directly submitted from the “My Documents” 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

Page 29 of 82

Page 30: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved

Dated -02-July-2014

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

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

submit their offer again on CPP Portal.

WITHDRAWAL OF BID

It may please be noted that bidders now have an additional feature of withdrawing their

bids before due date and time. After submitting the bid on the CPP Portal, if the bidder

wishes to withdraw his bid, he can do so. However, if the bidder withdraws his bid, he

will be exempted from further participation in the tender and won’t be able to submit

his bid again for that particular tender.

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 24 x 7 CPP Portal Helpdesk. The contact number for the

helpdesk is 1800-3070-2232 and Mobile Nos +91-7878007972, +91-7878007973.

Page 30 of 82

Page 31: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

A133-01-GPC (Ind.)-R0 Page 1 of 7

ENGINEERS INDIA LIMITED

COKER BLOCK OF RESID UPGRADATION PROJECT

GENERAL PURCHASE CONDITIONS (INDIGENOUS)

INDEX

PART – A: GENERAL PURCHASE CONDITIONS (INDIGENOUS)

1. DEFINITIONS

2. REFERENCE FOR DOCUMENTATION

3. CONFIRMATION OF ORDER

4. SALES CONDITIONS

5. COMPLETE AGREEMENT

6. INSPECTION - CHECKING - TESTING

7. OFFICIAL INSTITUTIONAL TESTING

8. OILS & LUBRICANTS

9. SPARE PARTS

10. TRANSIT RISK INSURANCE

11. RESPECT FOR DELIVERY DATES

12. DELAYED DELIVERY

13. DELAYS DUE TO FORCE MAJEURE

14. REJECTION, REMOVAL OF REJECTED GOODS AND

REPLACEMENT

15. TRANSFER OF PROPERTY FROM THE

SELLER TO THE PURCHASER

16. PRICE

17. TERMS OF PAYMENT

PART – B: PACKING, MARKING, SHIPPING AND

DOCUMENTATION SPECIFICATION FOR INDIGENOUS

MATERIAL (Document No. 8-1843-0002 Rev. No. 0)

PART–C: PROFORMA OF BANK GUARANTEE

(PERFORMANCE)

PART–D: PROFORMA OF BANK GUARANTEE

ADVANCE (INDIGENOUS)

18. RECOVERY OF SUMS DUE

19. CHANGES

20. CANCELLATION

21. PATENTS AND ROYALTY

22. CONTROL REGULATION

23. PERFORMANCE GUARANTEE

24. NON-WAIVER

25. NON-ASSIGNMENT

26. PART ORDER/REPEAT ORDER

27. SELLER’S DRAWINGS AND DATA REQUIREMENT

28. TECHNICAL INFORMATION

29 PROGRESS CHART AND EXPEDITING

30. SERVICES OF SELLER’S PERSONNEL

31. SELLER’S LIABILITIES

32. PURCHASER’S MATERIAL

33. HEADINGS

34. ARBITRATION

35. JURISDICTION

Page 31 of 82

Page 32: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

A133-01-GPC (Ind.)-R0 Page 2 of 7

PART – A: GENERAL PURCHASE CONDITIONS (INDIGENOUS)

1. DEFINITIONS:

The following expressions used in these General

Purchase Conditions (GPC) and the Purchase shall

have the meaning indicated against each of these:

The PURCHASER / OWNER means Engineers India

Limited, a company incorporated in India having its

registered office at Engineers India Bhawan, 1, Bhikaiji

Cama Place, RK Puram, New Delhi-110066 and shall

include its successors and assignees.

“GOODS/MATERIALS”: Goods and/or materials shall

mean any of the Articles, Materials, Machinery,

Equipment, Supplies, Drawings, Data and other

property and all services including but not limited to

design, delivery, installation, inspection, testing and

commissioning specified to complete the order.

“SELLER”: Seller shall mean the Person, Firm or

Corporation to whom the Fax of Acceptance / Purchase

Order is issued.

“Contractual Delivery Date”: Contractual Delivery

Date is the date on which goods shall be delivered

F.O.T dispatching point/destination in accordance with

the terms of the Purchase Order. The contractual

delivery date/period is inclusive of all the lead time for

engineering, procurement of raw materials,

manufacturing, inspection, testing packing and any

other activities whatsoever required to be accomplished

for effecting the delivery at the agreed delivery point.

“Procurement co-coordinators /Managers”:

Purchaser’s authorized representative appointed as

procurement co-ordinators/ manager.

“INSPECTORS”: Inspectors Inspectors deputed /

authorized by Purchaser including Third Party

Inspection Agency.

CLIENT: client means Chennai Petroleum Corporation

Limited.

PROJECT: Resid Upgradation Project- Coker Block

at Manali Refinery of Chennai Petroleum Corporation

Limited.

PROJECT MANAGEMENT CONSULTANT” or

“PMC” or “CONSULTANT” shall mean any person(s)

nominated by the OWNER as the Project

Management Consultant for the Project. The words

“PROJECT MANAGEMENT CONSULTANT”, “PMC”&

“CONSULTANT” are synonymous. M/s Jacobs

Engineering India Private Limited is the PMC for this

Project.

2. REFERENCE FOR DOCUMENTATION:

Purchase Order / Purchase Requisition number must

appear on order confirmation, correspondence,

drawings, invoices, shipping notes, packing and/ or any

documents or paper connected with the Order.

3. CONFIRMATION OF ORDER:

The Seller shall acknowledge the receipt of the Fax of

Acceptance (FOA) / Purchase Order (PO) within seven

days following the date of the FOA / Purchase Order

and shall thereby confirm his acceptance of the FOA /

Purchase Order without any exceptions. This

acknowledgment will bear on both FOA / Purchase

Order and General Purchase Conditions

4. SALES CONDITIONS:

With Seller’s acceptance of provision of the Purchase

Order, he waives and considers as cancelled any of his

general sales conditions.

5. COMPLETE AGREEMENT:

The terms and conditions of the Purchase Order shall

constitute the entire Agreement between the parties

hereto. Changes will be binding only if the amendments

are made in writing and signed by an authorized

representative of the Purchaser.

6. INSPECTION-CHECKING-TESTING:

The equipment, materials and workmanship covered by

the Purchase Order are subject to inspection and

testing at any time prior to shipment and/or despatch

and to final inspection within a reasonable time after

arrival at the place of delivery. Inspectors shall have the

right to carry out the inspection and testing which will

include the raw materials at manufacturer’s shop, at

fabricator’s shop and at the time of actual despatch

before and after completion of packing.

All tests, mechanical and others as specified in the

Purchase Requisition and particularly those required by

codes will be performed at Seller’s expenses and in

accordance with Inspector’s instructions. The Seller will

also bear the expenses concerning preparation and

rendering of tests required by Boiler Inspectorate or

such other statutory testing agencies or by Lloyds

Register of Shipping and Industrial Services as may be

required.

The salaries and fees of Inspectors and their travelling,

lodging and boarding expenses will not be borne by the

Seller unless inspection becomes anfractuous due to

any omission or commission on the part of the Seller.

Before shipping or despatch, the equipment and/or

materials will have to be checked and stamped by

Inspectors who are authorized also to forbid the use

Page 32 of 82

Page 33: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

A133-01-GPC (Ind.)-R0 Page 3 of 7

and despatch of any equipment and/or materials which

during tests and inspection fail to comply with the

specification, codes and testing requirements.

The Seller shall:

- Inform Procurement Coordinator/Managers at

least eight days in advance of the exact place,

date and time of rendering the equipment or

materials for required inspection.

- Provide free access as required to Inspectors

during normal and / or extended working hours

to Seller’s or his/its sub-Supplier’s works and

place at their disposal all useful means of

performing, checking, marking, testing,

inspection and final stamping.

Even if the Inspections and tests are fully carried out,

Seller would not be absolved to any degree from his

responsibilities to ensure that all equipment and

material supplied comply strictly with requirements as

per agreement both during manufacturing, at the time of

delivery, inspection, on arrival at site and after its

erection or start-up and guarantee period as stipulated

in Clause 23 herein.

The Seller’s responsibility will not be lessened to any

degree due to any comments made by Procurement

Coordinators/Managers and Inspectors on the Seller’s

drawings or specifications or by inspectors witnessing

any chemical or physical tests. In any case, the

equipment must be in strict accordance with the

Purchase Order and/or its attachments failing which the

Purchaser shall have the right to reject the goods and

hold the Seller liable for non-performance of contract.

7. OFFICIAL INSTITUTIONAL TESTING:

In addition to testing and inspection by Inspectors

mentioned above, Lloyds register Industrial services or

similar institutional agencies like Boiler-Inspectorate

may be assigned for official testing of all coded

equipment. The Seller shall ensure that all Procedures

for preparation and Performance of test prescribed by

such institution shall be complied scrupulously.

The Seller is required to send to such institutions as

may be designed by the Purchaser at least three sets of

fabricated / manufactured drawings for each equipment

and calculations. All manufacturer’s mill test certificates

and analytical reports from material laboratories in

respect of all raw material and components employed

shall have to be presented to such Institution’s

Inspectors in the number of copies required. Seller

shall be responsible for any delay in submission of

necessary certificates. The Seller shall maintain close

liaison with Procurement Co-ordinators and Institution’s

Inspectors to maintain Schedule and delay, if any, in

this process will not be taken into consideration as a

cause of Force Majeure.

8. OILS & LUBRICANTS:

The first filling of oils and lubricants, if any, required for

every equipment shall be supplied inline with MR. The

Seller shall also recommend the quality / quantity of oils

and lubricants required for one-year continuous

operation.

9. SPARE PARTS:

The Seller must furnish item wise and priced list of

spare parts required for two years normal operation and

maintenance of the equipment and prime movers also.

The Seller shall provide the necessary cross - sectional

drawing to identify the spare parts numbers and their

location as well as an inter-changeability chart.

10. TRANSIT RISK INSURANCE:

The Purchaser against its/ Client’s Open General Policy

(The name of the Insurance Co. will be conveyed

subsequently) shall cover transit Risk Insurance. The

Seller shall advise the dispatch particulars to the

Insurance Company under advice to the Procurement

Coordinators / Managers before shipment.

11. RESPECT FOR DELIVERY DATES:

Time of delivery as mentioned in the Purchase Order

shall be the essence of the agreement and no variation

shall be permitted except with prior authorization in

writing from the Purchaser. Goods should be delivered

securely packed and in good order and condition at the

place and within the time specified in the Purchase

Order for their delivery. The Purchaser reserves the

right to defer the period of delivery in writing.

12. DELAYED DELIVERY:

The time and date of delivery of materials / equipment

as stipulated in the Order shall be deemed to be the

essence of the contract. In case of delay in execution

of the order beyond the date of delivery stipulated in the

order or any extensions sanctioned, the Purchaser may

at his option either:

(i) Accept delayed delivery at prices reduced by as per

Price Reduction Schedule Clause of RFQ.

(ii) Cancel the order in part or full and purchase such

cancelled quantities from elsewhere on account and at

risk and cost of the Seller, without prejudice to its right

under (i) above in respect to goods delivered.

Page 33 of 82

Page 34: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

A133-01-GPC (Ind.)-R0 Page 4 of 7

13. DELAYS DUE TO FORCE MAJEURE:

In the event of causes of Force Majeure occurring within

the agreed delivery terms, the delivery dates can be

extended by the Purchaser on receipt of application

from the Seller without imposition of penalty. Only

those causes which depend on natural calamities, wars

and national strikes which have duration of more than

seven consecutive calendar days and Government Acts

and other direct legislative enforcement are considered

the causes of Force Majeure.

The Seller must advise the Purchaser by a registered

letter duly certified by a local Chamber of Commerce or

statutory authorities, the beginning and the end of such

causes of delay immediately, but in no case later than

10 days from the beginning and end of each cause of

such Force Majeure condition defined above.

The extension of time for completion of the work or any

part of the work or any operation(s) involved therein

shall be the sole remedy of the Seller for any cause or

event of delay and the Seller shall not be entitled in

addition to or in lieu of such extension to claim any

damages or compensation for extended stay or

otherwise whether under the law governing contracts or

quasi-Seller or any other relationship, and the Seller

hereby waives and disclaims any and all contrary rights.

14. REJECTION, REMOVAL OF REJECTED

GOODS AND REPLACEMENT:

In case the testing and inspection at any stage by

Inspectors reveal that the equipment, material and

workmanship do not comply with the specification and

requirements, the Seller at his/its own expense and risk

shall remove the same within the time allowed by the

Purchaser. The Purchaser shall be at liberty to dispose

of such rejected goods in such a manner, as he may

think appropriate. In the event the Seller fails to remove

the rejected goods within the period as aforesaid, all

expenses incurred by the Purchaser for such disposal

shall be to the account of the Seller. The freight paid by

the Purchaser, if any, on the inward journey of the

rejected materials shall be reimbursed by the Seller to

the Purchaser before the rejected materials are

removed by the Seller.

The Seller shall have to proceed with the replacement

of that equipment or part of the equipment at

Purchaser’s stores / site, if so required by the

Purchaser, without claiming any extra payment. The

time taken for replacement in such event will not be

added to the contractual delivery period.

15. TRANSFER OF PROPERTY FROM THE

SELLER TO THE PURCHASER.

The transfer of property shall be deemed to have taken

place as follows subject to the provisions herein

contained:

15.1 F.O.T. despatch point: On handing over the

equipment to the carrier against receipt and

such receipt having been passed over to the

Purchaser.

15.2 Equipment sent freight/ carriage paid to the

Refinery site: On receipt of goods at site.

15.3 Equipment erected by the Seller; on

acceptance at job site.

15.4 Equipment commissioned by the Seller: On

taking over by the Purchaser for regular

operation after test run at maximum capacity

for specified period satisfactorily performed.

16. PRICE:

Unless otherwise agreed to in the terms of the

Purchase Order, the price shall be:

a) Firm and not subject to escalation for any reasons

whatsoever till the execution of entire order even though

it might be necessary for the order execution to take

longer than the delivery period specified in the order.

b) Inclusive of adequate road worthy packing and

forwarding charges upto effecting delivery at F.O.T.

despatch point in all cases whenever F.O.T destination

delivery terms are agreed to but exclusive of transit

insurance.

c) Exclusive of Central/State Sales Tax, Excise Duty

and or such imposts which are leviable by law on sales

of finished goods to Purchaser and/or Octroi duty, if

any, leviable at destination/ project site. The nature and

extent of such levies shall be shown separately.

17. TERMS OF PAYMENT:

Payment terms shall be as specified in the Inquiry /

Purchase Order.

Seller shall claim their invoice excluding Excise Duty.

The Excise Duty shall be released separately on receipt

of documents including Transporters copy of Invoice,

valid for availing CENVAT. In the event CPCL is not

able to claim CENVAT, the amount of Excise Duty to

that extent shall be recovered from the Seller.

Seller shall ensure submission of proper documents for

availing CENVAT/ VAT benefits of Service Tax/ VAT. In

case the documents are not found to be in order,

amount of Service Tax/ VAT will be recovered from the

Seller.

Page 34 of 82

Page 35: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

A133-01-GPC (Ind.)-R0 Page 5 of 7

The Seller shall furnish to the Purchaser bank

guarantee / Cash Security. Bank Guarantee shall be

from a Scheduled/ Nationalized Bank in a form

approved by the Purchaser for an amount of 10% of the

contract value as security for the due performance of all

the Seller’s liability in terms of and/or in connection with

the contract. This security will be released after the

expiry of the period of performance guarantee.

The financial settlement of Seller’s Invoice is liable to be

withheld in the event the Seller has not complied with

submission of drawing, data and such documentation

as called for in Purchase Order and/or as required

otherwise.

18. RECOVERY OF SUMS DUE:

Whenever any claim against the Seller for payment of

sum of money arises out of or under the contract, the

Purchaser shall be entitled to recover such sums from

any sum then due or which at any time thereafter may

become due from the Seller under this or any other

contract with the Purchaser including right to encash the

PBG. In the event of encashment of PBG, the same

shall be re-stored to its original amount by the Seller

and should this sum be not sufficient to cover the

recoverable amount, the Seller shall pay to the

Purchaser on demand the balance remaining due.

19. CHANGES

The Purchaser has the option at any time to make

changes in quantities ordered or in specifications and

drawings. If such changes cause an increase or

decrease in the price or in the time required for supply,

an equitable, adjustment under this provision must be

finalized within 10 days from the date when the change

is ordered.

20. CANCELLATION:

The Purchaser reserves the right to cancel the

Purchase Order or any part thereof and shall be entitled

to rescind the contract wholly or in part in a written

notice to the Seller if:

i) The Seller fails to comply with the terms of this

Purchase Order.

ii) The Seller fails to deliver the goods on time

and/or replace the rejected goods promptly.

iii) The Seller becomes bankrupt or goes into

liquidation.

iv) The Seller makes a general assignment for

the benefit of creditors.

v) A receiver is appointed for any of the property

owned by the Seller.

Upon receipt of the cancellation notice the Seller shall

discontinue all work on the Purchase Order and matters

connected with it.

The Purchaser in that event will be entitled to procure

the requirement in the open market and recover the

excess payment over the Vender’s agreed price, if any,

from the Seller, reserving to itself the right to forfeit the

security deposit, if any, made by the Seller against the

contract. The Seller is aware that the said goods are

required by the Purchaser for the ultimate purpose of

material production and that non delivery may cause

loss of production and consequently loss or profit to the

Purchaser. In this event of the Purchaser exercising the

option to claim damages for non-delivery other than by

way of difference between the market price and the

contract price, the Seller shall pay to the Purchaser, the

fair compensation to be agreed upon between the

Purchaser and the Seller.

The provision of this clause shall not prejudice the right

of the Purchaser from invoking the provisions of clause

“Delayed Delivery” as aforesaid.

21. PATENTS AND ROYALTIES:

On acceptance of this order, the Seller will be deemed

to have entirely indemnified the Purchaser and

Procurement Coordinators/Managers from any legal

action or claims regarding compensation for breach of

patent rights which the Seller deems necessary to apply

for manufacturing the ordered equipment and/or

materials or which can in any way be connected in the

manufacture.

22. CONTROL REGUALTIONS:

The supply, despatch and delivery of goods shall be

arranged by the Seller in strict conformity with the

statutory regulations including provision of Industries

(Development and Regulation) Act, 1951 and any

amendment thereof as applicable from time to time.

The Purchaser disowns any responsibility for any

irregularity or contravention of any of the statutory

regulations in manufacture or supply of his stores

covered by this order.

23. PERFORMANCE GUARANTEE:

The Seller shall guarantee that any and all materials

used in execution of the Purchase Order shall be in

strict compliance with characteristics, requirements and

specifications agreed upon and that the same shall be

free from any defects. Checking of the Seller’s drawings

by Procurement Co-coordinators/ Managers and their

approval and permission to ship or despatch the

Page 35 of 82

Page 36: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

A133-01-GPC (Ind.)-R0 Page 6 of 7

equipment and materials guaranteed by Inspectors

shall not relieve the Seller from any part of his/its

responsibilities of proper fulfillment of the requirement.

The Seller will guarantee that all materials and

equipment shall be repaired or replaced as the case

may be, at his own expense in case the same have

been found to be defective in respect of materials,

workmanship or smooth and rated operation within

Guarantee Period as stipulated in the RFQ document.

The guarantee period for the replaced parts shall be 18

months starting from the date on which the

replacements are put in service or period as specified

above in case of critical items, whichever is later.

Acceptance by the Purchaser or Inspectors of any

equipment and materials or their replacement will not

relieve the Seller of his/its responsibility concerning the

above guarantee.

The Seller shall furnish a Bank Guarantee for 10% of

total of total order value (as per proforma hereunder) to

support Seller’s performance. This bank guarantee

shall remain in force for the entire period covered in

Performance Guarantee plus three months.

24. NON-WAIVER:

Failure of the Purchaser / Procurement Coordinators/

Managers to insist upon any of the terms or conditions

incorporated in the Purchase Order or failure or delay to

exercise any rights or remedies herein or by law or

failure to properly notify Seller in the event of breach, or

the acceptance of or payment of any goods hereunder

or approval of design shall not release the Seller and

shall not be deemed a waiver of any right of the

Purchaser / Procurement Coordinators/Managers to

insist upon the strict performance thereof or any of his

or their rights or remedies as to any such goods

regardless of when goods are shipped received or

accepted nor shall any purported oral modification or

revisions of the order by Purchaser/ Procurement

Coordinators/Managers act as waiver of the terms

hereof.

25. NON ASSIGNMENT:

The Seller without obtaining prior written consent of the

Purchaser shall not assign the Purchase Order to any

other agency.

26. PART ORDER/ REPEAT ORDER

Seller hereby agrees to accept part order at Purchasers

option without any limitation whatsoever and also

accept repeat order(s) during a period of 6 months from

the date of original purchase order on same unit prices,

terms and conditions.

27. SELLER’S DRAWING AND DATA

REQUIREMENT:

The Seller shall submit drawings, data and

documentation in accordance with but not limited to

what is specified in the requisition and/or in the Seller

drawings and data form attached to the Purchase

Requisition and as called for in Clause 8, viz. Expediting

above. Types, quantities and time limits of submitting

this must be respected in its entirety failing which the

Purchase Order shall not be deemed to have been

executed for all purposes including settlement of

payment since the said submission is an integral part of

Purchase Order execution.

28. TECHNICAL INFORMATION:

Drawings, specifications and details shall be the

property of the Purchaser and shall be returned by the

Seller on demand. The Seller shall not make use of

drawings and specifications for any purpose at any time

save and except for the purpose of the Purchaser.

The Seller shall not disclose the technical information

furnished to or gained by the Seller 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 endeavours to ensure that the

technical information is kept CONFIDENTIAL. The

technical information imparted and supplied to the

Seller by the Purchaser shall at all times remain the

absolute property of the Purchaser.

29. PROGRESS CHART AND EXPEDITING:

The Seller shall submit to EIL within four (4) weeks from

the date of Fax Of Acceptance a BAR CHART showing

start and finish dates for various activities forming part

of the execution of the order and identifying the delivery

dates to this activity schedule. Seller shall update this

bar chart every fortnight showing the actual

performance of the activities and if and how the delivery

date has been affected thereby. Copies of the updated

bar chart will also be submitted for review of the

progress of the order.

Procurement Coordinator/Managers have been

assigned to expedite both manufacture and shipment of

equipment and materials covered by the Purchase

Order. The Procurement Co-coordinator/ Managers

shall have free access to Seller’s shop and/or sub-

Supplier’s shop at any time and they shall be provided

all the necessary assistance and information to help

them perform their job.

In order to facilitate over-all execution of the order within

the contractual delivery date, Seller shall furnish to

Procurement Coordinator / Manager within 4 weeks of

Page 36 of 82

Page 37: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

A133-01-GPC (Ind.)-R0 Page 7 of 7

receipt of Purchase Order in required number of copies

of documents / detailed drawings such as but not

limited to schedule/PERT chart, unpriced copies of sub

orders/sub contracts, phased program of itemize

manufacturing, testing and delivery and any other

information/documentation as may be called for by the

Procurement Coordinators/Managers. All post order

correspondence shall be addressed to the DGM

(Inspection), with a copy to the Project Manager,

Engineers India Ltd., New Delhi.

30. SERVICES OF SELLER’S PERSONNEL:

Upon three week advance notice, the Seller shall

depute the necessary personnel along with required

Tools & Tackles to site for supervision of erection and

start up of the equipment and train a few of the IOCL/

EIL’s personnel for the operation and maintenance of

the equipment, if required by the Purchaser. The terms

and conditions for the services of the Seller shall be

mutually settled.

31. SELLER’S LIABILITIES

The Seller’s workmen or employees shall under no

circumstances be deemed to be in Purchaser’s

employment and the Seller shall hold himself

responsible for any claims which they or their heirs,

dependents or personal representatives may have or

make for damages or compensation for anything done

or committed to be done in the course of carrying out of

the work covered by this Purchase Order, whether

arising on Purchaser’s premises or elsewhere and

agrees to Indemnify the Purchaser against any such

claim or claims if made against the Purchaser and all

cost (as between attorney and client) of proceedings,

suits or action which the Purchaser may incur or sustain

in respect of the same. The Seller shall also procure

and keep in force at his own cost comprehensive

automobile Liability insurance for adequate coverage in

respect of all his vehicle/s visiting or plying in project

premises. The Seller shall also be responsible for

compliance of existing laws in respect of their workmen

and employees.

32. PURCHASER’S MATERIAL

a) Purchaser’s materials shall be delivered to the Seller

after the Seller submits the Bank Guarantee for

Indemnifying the full value thereof strictly in the manner

and as per Performa of Bank Guarantee approved by

the Purchaser.

b) Wherever possible, the material shall be consigned

to goods depot to be specifically confirmed by Seller.

The Seller at his responsibility and cost shall arrange

Loading/Unloading and any handling from the

destination.

c) The Seller shall give a firm and binding list of

Purchasers issue of materials which shall be duly

reviewed & approved by EIL and the desired schedule

of its delivery to shop floor strictly in accordance with

the sequence of fabrication vis-a-vis the contractual

delivery period.

d) Unused materials or scrap from material supplied by

the Purchaser to the Seller shall be returned by the

Seller to the Purchaser or if the Purchaser so directs the

Seller may dispose of the same by sale or otherwise on

such terms and conditions as the Purchaser may

stipulate and the Seller shall pay to the Purchaser the

sale proceeds of the material so disposed off by sale

deducting there from expenses incurred by the Seller on

such sale, the quantum of such deduction to be

mutually agreed upon in advance between the

Purchaser and the Seller.

33. HEADINGS:

The headings of the conditions hereof shall not affect

construction thereof.

34. ARBITRATION:

Any dispute or difference between the parties hereof

arising out of any notified claim of the SELLER included

in his final bill and /or arising out of any amount claimed

by the OWNER (whether or not the amount claimed by

the OWNER or any part thereof shall have been

deducted from the Final bill of the supplier or any

amount paid by the OWNER to the SELLER in respect

of the work) shall be referred to arbitration in

accordance with the UNCITRAL Rules as adopted in

India by the Arbitration & Conciliation Act, 1996.

The venue of the arbitration shall be New Delhi.

Notwithstanding the existence of any dispute or

arbitration in terms hereof or otherwise, the Seller shall

continue and be bound to continue and perform the

works to completion in all respects according to the

Contract (unless the Contract or works be determined

by the Owner or by the Seller under the provisions of

the Contract), and the Seller shall remain liable and

bound in all respects under the Contract.

35. JURISDICTION

The Seller hereby agrees that the Court situated at New

Delhi alone shall have the jurisdiction to hear and

determine all action and proceedings arising out of this

contract.

Page 37 of 82

Page 38: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

Pag

e 38 of 82

Page 39: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

Pag

e 39 of 82

Page 40: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

Pag

e 40 of 82

Page 41: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

Pag

e 41 of 82

Page 42: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

Pag

e 42 of 82

Page 43: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

Pag

e 43 of 82

Page 44: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

Pag

e 44 of 82

Page 45: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

A133-01-GPC (Ind.)-R0 Page 1 of 2

PROFORMA OF BANK GUARANTEE

(PERFORMANCE)

(On non-judicial stamp paper of appropriate value)

(For Indigenous Suppliers)

To

Engineers India Limited

Engineers India Bhawan

1 Bhikaiji Cama Place

R.K. Puram

New Delhi – 110 066

Kind Att.: Head (LSTK-Finance)

RFQ NO.: _______________________

Dear Sirs,

In consideration of the Engineers India Limited, 1 Bhikaiji Cama Place, R.K. Puram, New Delhi-110066 (hereinafter

called – “the Purchaser” which expression shall include its successors and assigns having awarded

________________________________ work to M/s (Name) _______________________________________

(Constitution) ___________________________ (Address) _____________________________ (hereinafter referred

to as “the Supplier” which expression shall wherever the subject or context so permits include its successors and

assigns) a supply contract in terms inter-alia, of the Purchaser’s Letter No. ______________________ dated

__________ hereinafter referred to as the “Contract” and the general purchase conditions of the purchaser and upon

the condition of Supplier’s furnishing security for the Performance of the Supplier’s obligations and/or discharge of the

Supplier’s liabilities under and/or in connection with the said supply contract for a sum of Rs.

_______________________ only amounting to 10% (ten percent) of the total contract value.

We _______________________________________ (name) a body / corporate registered/constituted under the laws

of ___________________________ and having a Branch at ______________________ (Indian Branch Address)

(hereinafter called “the Bank” which expression shall include its successors and assigns) with the intent to bind the

Bank and its successors and assigns, hereby undertake to pay the Purchaser at __________________ (place) on

first demand in writing without protest or demur or proof or satisfaction or condition and without reference to supplier

any and all amounts from time to time demanded by the Purchaser from the Bank with reference to this

Guarantee/Undertaking upto an aggregate limit of Rs. _________________ (Rupees

___________________________ only).

AND THE BANK DOTH HEREBY FURTHER AGREE AS FOLLOWS:-

1. This Guarantee/Undertaking shall be a continuing Guarantee/Undertaking and shall remain valid and

irrevocable for all claims of the Purchaser and liabilities of the Supplier arising upto and until ___________

plus claim period of 3 months.

2. This Guarantee/Undertaking shall be in addition to any other guarantee or security whatsoever that the

Purchaser may now or at any time have in relation to the Supplier’s obligations liabilities under and/or in

connection with the said supply contract and the Purchaser 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 Purchaser in enforcing or requiring enforcement of any other security shall have the effect of releasing

the Bank from its full liability hereunder.

3. The Purchaser shall be at liberty without reference to the Bank and without affecting the full liability of the

Bank hereunder to take an other security in respect of the Supplier’s obligation and/or liabilities under or in

connection with the said supply contract and to vary the terms vis-à-vis the Supplier of the said supply

contract or to grant time and/or indulgence to the Supplier or to reduce or to increase or otherwise vary the

prices of the total contract value or to release or to forebear from enforcement of all or any of the obligations

of the Supplier under the said supply contract and/or the remedies of the Purchaser under any other

Guarantee(s) or Security(ies) now or hereafter held by the Purchaser and no such dealing(s), variation(s),

reduction(s) or other indulgence(s) or arrangement(s) with the Supplier or release or forbearance whatsoever

shall have the effect of releasing the Bank from its full liability to the Purchaser hereunder or of prejudicing

rights of the Purchaser against the Bank.

4. This Guarantee/Undertaking shall not be determined or affected by the liquidation or winding up, dissolution,

or change of constitution or insolvency of the Supplier or any change in the legal constitution of the Bank or

of the Purchaser.

Page 45 of 82

Page 46: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

A133-01-GPC (Ind.)-R0 Page 2 of 2

5. Bank hereby waives all rights at any time inconsistent with the terms of this Guarantee/Undertaking and the

obligations of the Bank in terms hereof shall not be anywise affected or suspended by reasons of any dispute

or disputes having been raised by the Supplier (whether or not pending before any Arbitrator, Officer,

Tribunal or Court) or any denial of liability by the Supplier or any other order for Communication whatsoever

by the Supplier stopping or preventing or purporting to stop or prevent any payment by the Bank to the

Purchaser in terms hereof.

6. Notwithstanding anything contained herein:

(a) The Bank’s liability under this Guarantee/Undertaking shall not exceed Rs._____________ (In

figures) ______________________ (In words) ____________________________ only).

(b) This Guarantee/Undertaking shall remain in force upto _____________ and any extension(s)

thereof, if any; and

(c) The Bank shall be released and discharged from all liability under this Guarantee/Undertaking

unless a written claim or demand is issued to the Bank on or before _____________ plus 3 months

period or the date of expiry of any extension(s) thereof if this guarantee/undertaking has been

extended.

7. The Bank doth hereby declares that Shri ______________________ (name & designation of the person

authorized to sign on behalf of the Bank) is authorized to sign this Guarantee/Undertaking on behalf of the

Bank and to bind the Bank thereby.

Yours faithfully,

(Signature)

NAME & DESIGNATION

NAME OF THE BANK

NOTE

1. This Guarantee is required to be stamped as an agreement according to the Stamp Duty Act.

2. The Performance Bank Guarantee shall be strictly as per above proforma and shall be through Indian or

Foreign Branches of Indian Scheduled Banks (other than Cooperative Bank)/Nationalized Bank or Indian

Branches of Foreign Banks.

3. The bank shall provide details viz contact person, telephone number, fax number, e-mail address and

address of the Controlling/Regional Office of issuing bank for verification of authenticity of Bank Guarantee.

4. This Guarantee is required to be sent by Seller’s Bankers directly to the Head (LSTK-Finance), Engineers

India Limited, EI Bhawan, 3rd

Floor, 1, Bhikaiji Cama Place, New Delhi-110066.

Page 46 of 82

Page 47: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

A133-01-GPC (Ind.)-R0 Page 1 of 2

PROFORMA OF BANK GUARANTEE

ADVANCE (INDIGENOUS)

(On non-judicial stamp paper of appropriate value)

To

Engineers India Limited

1 Bhikaiji Cama Place

New Delhi – 110 066

Attn.: Head (LSTK-Finance)

Project ______________________

RFQ No. _____________________

Dear Sirs,

Engineers India Limited, 1, Bhikaiji Cama Place, New Delhi-110066 (hereinafter called – “the Purchaser” which

expression shall include its successors and assigns) has awarded M/s ____________________________________

(hereinafter called “The Supplier” which expression shall include its successors and assigns) the work of designing,

manufacturing, fabricating and supply of ______________________ in terms of a contract as constituted by Purchase

Order No. ____________________ dated _________________ issued by the Purchaser to the Supplier (hereinafter

called “The Contract” which expression include all the amendments and/or modifications of the Purchase Oder).

AND WHEREAS the Purchaser has agreed to advance the Supplier a sum of Rs._________________ (Rupees

_________________________________________________) hereinafter called “The Advance” as financial

assistance to the Supplier under the Contract on the condition, inter alia, that the advance shall be secured by a Bank

Guarantee as hereinafter appearing:

We ______________________________ Bank _____________________ a Bank incorporated/ constituted under the

laws of _____________________ and having it registered/principal office at _________________________________

(hereinafter called “The Bank” which expression shall include our successors and assigns) in consideration of the

aforesaid promises and at the request of the Supplier DO HEREBY bind ourselves and our successors and assigns,

and irrevocable undertake to pay the Purchaser on first demand in writing without protest or demur or proof or

condition and without reference to the Supplier any and all amounts at any time and from time to time claimed by you,

as due to you under or in respect of the said advance, and demanded by you from us, with reference to this

undertaking for an aggregate limit of Rs. _____________ (Rupees

___________________________________________).

AND, we, the Bank DO HEREBY further agree as follows:

(i) The Purchaser shall have the fullest liberty without reference to the Bank and without affecting in any way the

liability of the Bank under this Guarantee/Undertaking, at any time and/or from time to time to anywise vary

the Contract and/or any of terms and conditions thereof or of or relative to the advance and to extend time for

the performance of the Contract and/or repayment of the advance or to postpone for any time or from time to

time the obligations of the Supplier and to waive or postpone exercise of any of the rights available to the

Purchaser against the Supplier or to forebear from enforcing any of the terms or conditions of the Contract

and/or the advance or any security(ies) available to the Purchaser, AND the liability of the Bank shall remain

in full force and effect notwithstanding any exercise by the Purchaser of the liberty with reference to any or all

the matters aforesaid or by reason of time being given to the Supplier or any forbearance, waiver, act or

omission on the part of the Purchaser or any indulgence by the Purchaser to the Supplier or any other act,

matter or thing whatsoever which under the law relating to sureties would have the effect of releasing the

Bank from its liability hereunder or any part thereof, AND the BANK DOTH HEREBY waive all rights at any

time inconsistent with the terms of this Guarantee/Undertaking.

(ii) It shall not be necessary for the Purchaser to proceed against the Supplier before proceeding against the

Bank and this guarantee/undertaking shall be enforceable against the Bank as principal debtor

notwithstanding the existence of any other security for any indebtedness of the Supplier to the Purchaser

(including relative to the advance) and notwithstanding that any such security shall at the time when claim is

made against the Bank or proceedings taken against the Bank be outstanding or unrealized.

(iii) As between the Bank and the Purchaser for the purpose of this guarantee/undertaking the amount claimed

by the Purchaser from the Bank with reference to this guarantee/ undertaking shall be final and binding upon

the bank as to the amount payable by the Bank to the Purchaser hereunder.

Page 47 of 82

Page 48: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

A133-01-GPC (Ind.)-R0 Page 2 of 2

(iv) The liability of the Bank to the Purchaser under this guarantee/undertaking shall remain in full force and

effect notwithstanding the existence of any difference or dispute between the Supplier and the Purchaser,

the Supplier and the Bank and/or the Bank and the Purchaser, or otherwise howsoever touching or affecting

these presents or the liability of the Supplier to the Purchaser, and notwithstanding the existence of any

instructions or purported instructions of the Supplier or any other person(s) to the Bank not to pay or for any

cause withhold or defer payment to the Purchaser under these presents with the intent that notwithstanding

the existence of such difference, dispute or instruction, the Bank shall be and remain liable to make payment

to the Purchaser.

(v) This guarantee/undertaking shall not be affected by any change in the constitution of the Bank or that of the

Supplier or the Purchaser, or any irregularity in the exercise of borrowing powers by or on behalf of the

Supplier.

(vi) This guarantee/undertaking shall be valid for all claims/demands made by the Purchaser to or upon us upto

____________________ provided always that if for any reasons, the Supplier is unable to complete supplies

under the Contract, the Bank shall at the request of the Purchaser and without recourse to the Supplier

extend the validity of this guarantee/undertaking for a further period of six months. For the purpose of this

clause, the Purchaser’s statement that the Supplier is unable to complete supplies under the contract shall

be conclusive and final binding on us.

(vii) Notwithstanding anything contained herein:

(a) The Bank’s liability under this Guarantee/Undertaking shall not exceed Rs. _______ (Rupees

__________________________________only).

(b) This Guarantee/Undertaking shall remain in force upto ______________ and any extension(s)

thereof; and

(c) The Bank shall be released and discharged from all liability under this Guarantee/ Undertaking

unless a written claim or demand is issued to the Bank on or before ________ plus 3 months claim

period, or the date of expiry of any extension(s) thereof if this guarantee/undertaking has been

extended.

(viii) The Bank DOTH HEREBY declare that Mr. ______________ (name of the person signing on behalf of the

Bank) who is _____________ (his designation), is authorized to sign this guarantee/undertaking on behalf of

the Bank and to bind the Bank thereby.

Dated this ________________________ day of ______________

Yours faithfully,

For _____________________________________________

Signature ________________________________________

Name & Designation ________________________________

Name of the Branch ________________________________

NOTE

1. This Guarantee is required to be stamped as an agreement according to the Stamp Duty Act.

2. The Performance Bank Guarantee shall be strictly as per above proforma and shall be through Indian or

Foreign Branches of Indian Scheduled Banks (other than Cooperative Bank)/Nationalized Bank or Indian

Branches of Foreign Banks.

3. The bank shall provide details viz contact person, telephone number, fax number, e-mail address and

address of the Controlling/Regional Office of issuing bank for verification of authenticity of Bank Guarantee.

4. This Guarantee is required to be sent by Seller’s Bankers directly to the Head (LSTK-Finance), Engineers

India Limited, EI Bhawan, 3rd

Floor, 1, Bhikaiji Cama Place, New Delhi-110066.

Page 48 of 82

Page 49: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

Thi

s dr

awin

g an

d de

sign

it c

over

s ar

e pr

oper

ty o

f E

NG

INE

ER

S IN

DIA

LIM

ITE

D. T

hey

are

mer

ely

loan

ed o

n th

e bo

rrow

er's

exp

ress

agr

eem

ent t

hat i

t will

not

be

repr

oduc

ed, c

opie

d, e

xhib

ited

nor

used

exce

pt in

the

limite

d w

ay a

nd p

riva

te u

se p

erm

itted

by

wri

tten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for

the

inte

nded

use

. EIL

-164

1-51

5 R

ev.0

A4-

210x

297

EIL

- 5

88 A

- 2

16 x

279

ENGINEERS INDIA LIMITED

NEW DELHI

Project:

Client:

COKER BLOCK (LSTK 1)

CPCL

Requisition No. Rev

A133-000-WF-MR-3405 A

Page 1 of 3

MATERIAL REQUISITION (TOP SHEET)

ITEM: GASKETS Issue Status 1. -> Entire Requisition Issued

2. -> Only Revised Pages are Issued

(Fill 1 or 2 from below in this bracket)

DOCUMENT NUMBER(Always quote this document number given below as reference)

A133 000 WF 3405MR 11/08/2015 16/43A

JOB NO. UNIT/AREA

COST CENTRE

DOCCODE

SR.NO. REV DATE ORIGINATINGDIVN./DEPT

VENDOR NAME VENDOR CODE

Material to be delivered at (job site) CPCL, CHENNAI within the delivery period specified in the "Request For Quotation"

(RFQ).

Notes :

This page is a record of all the Revisions of this Requisition.

The nature of the Revision is briefly stated in the "Details" column below, the Requisition in its entirety shall beconsidered for contractual purposes.

When a Requisition is revised, only the revised pages may be issued.

When revised pages only are issued, the revised pages shall form part of the original Requisition. The original requisition alongwith the revised pages shall be considered in its entirety for contractual purposes.

A 11/08/2015 ISSUED FOR BIDS

[ ]

Vendors are required to quote strictly as per technical specifications / notes stipulated in the material requisition. Theoffers with deviations are likely to be summarily rejected.

1.

2.

3.

4.

5.

MR Category :I

NK KB/UC MI

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

REV. DATE BY CHK. APPD. DETAILS

Page 49 of 82

Page 50: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

Thi

s dr

awin

g an

d de

sign

it c

over

s ar

e pr

oper

ty o

f E

NG

INE

ER

S IN

DIA

LIM

ITE

D. T

hey

are

mer

ely

loan

ed o

n th

e bo

rrow

er's

exp

ress

agr

eem

ent t

hat i

t will

not

be

repr

oduc

ed, c

opie

d, e

xhib

ited

nor

used

exce

pt in

the

limite

d w

ay a

nd p

riva

te u

se p

erm

itted

by

wri

tten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for

the

inte

nded

use

. EIL

-164

1-51

5 R

ev.0

A4-

210x

297

EIL

- 5

88 A

- 2

16 x

279

ENGINEERS INDIA LIMITED

NEW DELHI

Project:

Client:

COKER BLOCK (LSTK 1)

CPCL

Requisition No. Rev

A133-000-WF-MR-3405 A

Page 2 of 3

LIST OF ATTACHMENT

DOCUMENT TITLESR. NO DOCUMENT NO.REVISION

NO. DATE 1

2

3

4

5

6

TECHNICAL NOTES FOR GASKETS

SPECIFICATION FOR QUALITYMANAGEMENT SYSTEM REQUIREMENTSFROM BIDDERS

SPECIFICATION FOR DOCUMENTATIONREQUIREMENTS FROM SUPPLIERS

ADDITIONAL TECHNICALREQUIREMENTS

STANDARD SPECIFICATION FORPOSITIVE MATERIALIDENTIFICATION AT VENDOR'SWORKS

INSPECTION AND TEST PLAN FORGASKETS

6-44-0056

6-78-0001

6-78-0003

A133-000-16-43-ATR-3405

44NC-4600-Q-0002-A4

A133-00-000-ITP-021

4

1

1

A

0

21/03/2013

12/03/2015

12/03/2015

11/08/2015

13/04/2010

Page 50 of 82

Page 51: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

Thi

s dr

awin

g an

d de

sign

it c

over

s ar

e pr

oper

ty o

f E

NG

INE

ER

S IN

DIA

LIM

ITE

D. T

hey

are

mer

ely

loan

ed o

n th

e bo

rrow

er's

exp

ress

agr

eem

ent t

hat i

t will

not

be

repr

oduc

ed, c

opie

d, e

xhib

ited

nor

used

exce

pt in

the

limite

d w

ay a

nd p

riva

te u

se p

erm

itted

by

wri

tten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for

the

inte

nded

use

. EIL

-164

1-51

5 R

ev.0

A4-

210x

297

EIL

- 5

88 A

- 2

16 x

279

ENGINEERS INDIA LIMITED

NEW DELHI

Project:

Client:

COKER BLOCK (LSTK 1)

CPCL

Requisition No. Rev

A133-000-WF-MR-3405 A

Page 3 of 3

MR ATTACHMENTSR.NO. DETAIL DESCRIPTION QTY. U. RATE TOT.VALUE CDD

GASKET, B-16.20-ANSI B16.5, 9%CR 1%Mo, OCT-RING, 1500

GASKET, B-16.20-ANSI B16.5, 9%CR 1%Mo, OCT-RING, 900

Item Description:

Item Description:

GK6AD38Z004ZZZZZZ

GK6AD38Z005ZZZZZZ

GK6AD38Z006ZZZZZZ

GK6AD38Z008ZZZZZZ

GK6AD38Z009ZZZZZZ

GK6AD38Z013ZZZZZZ

GK6AD38Z016ZZZZZZ

GK6AD38Z019ZZZZZZ

GK6AD38Z020ZZZZZZ

GK6AD37Z013ZZZZZZ

GK6AD37Z016ZZZZZZ

GK6AD37Z018ZZZZZZ

GK6AD37Z019ZZZZZZ

GK6AD37Z020ZZZZZZ

GK6AD37Z022ZZZZZZ

0.5 INCH

0.75 INCH

1.0 INCH

1.5 INCH

2.0 INCH

4.0 INCH

8.0 INCH

14.0 INCH

16.0 INCH

4.0 INCH

8.0 INCH

12.0 INCH

14.0 INCH

16.0 INCH

20.0 INCH

4 NOS

147 NOS

108 NOS

153 NOS

101 NOS

12 NOS

36 NOS

15 NOS

2 NOS

24 NOS

9 NOS

4 NOS

33 NOS

17 NOS

3 NOS

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

ITEMCODE

Page 51 of 82

Page 52: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

REVISED & ISSUED AS STANDARD SPECIFICATION

REVISED & ISSUED AS STANDARD SPECIFICATION

REAFFIRMED & ISSUED AS STANDARD SPECIFICATION

REVISED & ISSUED AS STANDARD SPECIFICATION

Prepared by Purpose

4 21.03.13

3 23.07.07

2 15.06.98

1 30.12.92

Rev. No Date

'(„yr UK yrSH z RN kTD DM

RN ATD DM VC

SH BRB BN AS

AKG BPV GRR AS

Standards Standards Committee Bureau

Checked by Convenor Chairman

Approved by

Oa& ENGINEERS INDIA LIMITED IA GovI of India Undertaking)

TECHNICAL NOTES FOR GASKETS

STANDARD SPECIFICATION No.

6-44-0056 Rev. 4 Page 1 of 5 +rpm kgronre akrantl)

Clcfri I 14) I I duLI

TECHNICAL NOTES FOR GASKETS

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

Page 52 of 82

Page 53: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

ENGINEERS TECHNICAL NOTES FOR Ogaf Rael g INDIA LIMITED GASKETS

IA Govt of India Undettatongt

STANDARD SPECIFICATION No.

6-44-0056 Rev. 4 Page 2 of 5

anen efetpre ftst 3,70,1

Abbreviations:

AARH : Average Arithmetic Root Height

BHN : Brinnel Hardness Number

CS Carbon Steel

MR Material Requisition

PMI : Positive Material Identification

RTJ Ring Type Joint

Piping Standards Committee

Convenor : Mr. R. Nanda

Members : Mr. Harish Chander Mr. M. Ismaeel Mr. Amrendra Kumar Mr. G. Balaji Mr. K.J. Harinarayanan (HMTD) Mr. P P Lahiri / Mr. S. Ghoshal (SMMS) Mr. G.K. Iyer (Construction) Mr. K.V.K Naidu (Projects)

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

Page 53 of 82

Page 54: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

fgar fafgeg ,ania riroreaw+i,

ENGINEERS TECHNICAL NOTES FOR INDIA LIMITED IA Goof of India Undertaking)

STANDARD SPECIFICATION No.

6-44-0056 Rev. 4 Page 3 of 5

GASKETS

CONTENTS

1.0 GENERAL 4

2.0 REFERENCES 5

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

Page 54 of 82

Page 55: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

ENGINEERS TECHNICAL NOTES FOR $14-ar 051-eg INDIA LIMITED GASKETS (A Goer of India Undertaking)

STANDARD SPECIFICATION No.

6-44-0056 Rev. 4 Page 4 of 5

wren erecore 4513405141

1.0

GENERAL

1.1 All gaskets shall conform to the codes/standards and specifications given in the requisition. Supplier shall strictly comply with MR/PR stipulations and no deviations shall be permitted. Post Order Waiver/ Deviation format 5-0000-0180-F1 as mentioned in Cl. 5.18 of Specification for Quality Management System Requirements from Bidders (6-78-0001) is not applicable.

1.2 Process of manufacture, dimensions and tolerances not specified in requisition shall be in accordance with the requirements of the manufacturer's standards.

1.3 Testing

1.3.1 Test reports shall be supplied for all mandatory tests for gaskets as per the standards specified in the requisition.

1.3.2 Chemical composition and hardness of RTJ gaskets shall also be furnished in the form of test reports on samples.

1.3.3 For Spiral wound material following shall be furnished:

a. Manufacturer's test certificate for filler material and spiral material as per the relevant material specifications.

b. Manufacturer's test certificate for raw materials and tests for compressibility/ seal-ability & recovery as per the relevant material specifications.

1.3.4 PMI shall be performed as per the scope and procedures defined in the Specification for PMI at Supplier's Works (6-81-0001) for ring type joint gaskets.

1.3.5 Refer Specification no 6-81-0008 for 'Inspection & Test Plan for Gaskets'.

1.4 Full face gaskets shall have bolt holes punched out.

1.5 Filler material for spiral wound gaskets shall not have any colour or dye.

1.6 All spiral wound gaskets shall be supplied with Outer ring. Material of the outer ring shall be CS unless otherwise specified in the MR.

1.7 For spiral wound gaskets, material of Inner Compression ring shall be same as Spiral Strip material. In addition to the requirements as per code and as specified in the MR, inner rings shall be provided for the following:

a. Sizes 26" and above.

b. Class 900 and above.

1.8 Hardness of metallic RTJ gaskets shall not exceed the values specified below unless otherwise specified in MR:

Ring Gasket Material Maximum Hardness (BHN)

Soft Iron 90

Carbon steel 120

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

Copyright EIL — All rights reserved

Page 55 of 82

Page 56: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

ligar 215ieg NIVM rrecryrens,mn.,

ENGINEERS TECHNICAL NOTES FOR INDIA LIMITED IA G0A of Incha Uncterlaiong)

STANDARD SPECIFICATION No.

6-44-0056 Rev. 4 Page 5 of 5

GASKETS

5 Cr. 1/2 Mo 130

Type 304, 316, 321, 347 140

Type 304L, 316L 120

1.9 Face finish of metallic RTJ gaskets shall be 32 to 63 AARH.

1.10 Gaskets of different types and sizes shall be placed in separate shipping containers and each container clearly marked with the size, rating, material specification and item code.

1.11 All items shall be inspected and approved by EIL Inspector or any other agency authorized by EIL.

1.12 Any additional requirements specified in the requisition, shall be fully complied with.

1.13 Non-metallic ring gaskets as per ASME B16.21 shall match flanges to ASME B16.5 upto 24" (except 22" size) and to ASME B16.47B above 24" unless specified otherwise. For 22" size, the matching flange standard shall be MSS-SP44 unless specified otherwise.

1.14 Spiral wound gasket as per ASME B16.20 shall match flanges to ASME B16.5 upto 24"(except 22"size) and to ASME B16.47B above 24" unless specifically mentioned otherwise. For 22" size, the matching flange standard shall be MSS-SP44 unless specified otherwise.

1.15 The following abbreviations have been used in the Material Requisition for Spiral Wound Gaskets :

(I) Inner Ring (0) • Outer Ring GRAFIL : Grafoil Filler

2.0 REFERENCES

6-81-0001 Specification for Positive Material Identification (PMI) at Supplier's Works

6-81-0008 Inspection & Test Plan for Gaskets

6-78-0001 Specification for Quality Management System Requirements from Bidders

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

Copyright EIL—All rights reserved

Page 56 of 82

Page 57: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

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 reservedPage 57 of 82

Page 58: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

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 58 of 82

Page 59: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

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. 0Page 59 of 82

Page 60: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

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 reservedPage 60 of 82

Page 61: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

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 61 of 82

Page 62: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

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. 0Page 62 of 82

Page 63: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

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. 0Page 63 of 82

Page 64: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

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 reservedPage 64 of 82

Page 65: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

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. 0Page 65 of 82

Page 66: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

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 reservedPage 66 of 82

Page 67: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

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 reservedPage 67 of 82

Page 68: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

'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 68 of 82

Page 69: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

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 69 of 82

Page 70: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

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 70 of 82

Page 71: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

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 71 of 82

Page 72: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

$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/ 12.03.2015Page 72 of 82

Page 73: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

ADDITIONAL TECHNICAL REQUIREMENTS

DOCUMENT No.

A133-000-16-43-ATR-3405 Rev. A

Page 1 of 2

A 11.08.15 ISSUED FOR BIDS NK KB/UC MI

Rev. No Date Purpose Prepared

by Checked by Approved by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

ADDITIONAL TECHNICAL REQUIREMENTS (FOR GASKETS)

Page 73 of 82

Page 74: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

ADDITIONAL TECHNICAL REQUIREMENTS

DOCUMENT No.

A133-000-16-43-ATR-3405 Rev. A

Page 2 of 2

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

ADDITIONAL TECHNICAL REQUIREMENTS

(FOR GASKETS)

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

2. Bidder shall furnish quotations only for those items, for which he can supply

strictly as per MR specifications and for which he is approved by EIL/Owner.

3. No technical details of any nature shall be included in the offer. If the offer contains any technical deviation or clarification or stipulates any technical specifications (even if in line with the MR requirements), the offer shall be summarily rejected.

4. The submission of prices by the Bidder shall be construed to mean that he has

confirmed compliance with all technical specifications of the corresponding item(s).

5. Bidders shall ensure compliance to all the attachments listed in the “list of

attachment sheet” of the MR A133-000-WF-MR-3405.

6. Refer Clause 1.8 of Technical notes for Gaskets (6-44-0056), in addition to the materials mentioned in this clause, for metallic RTJ gasket of material 9%CR 1%Mo, the hardness shall not exceed 130 BHN (max.).

7. Bidder to note that “LUM1”, “NACE”, “UOP1”, “H2” ,”HIBR” and “HIC1” specified in item description of the MR shall be ignored.

8. The specification 6-81-0001 as specified in Clause 1.3.4 and 2.0 of Technical notes for Gaskets (6-44-0056) to be ignored. Instead refer Doc. No. 44NC-4600-Q-0002-A4, Standard Specification for Positive Material Identification at Vendor’s Works (PMI) attached with MR for PMI requirements.

9. The specification. 6-81-0008 as specified in Clause 1.3.5 and 2.0 of Technical notes for Gaskets (6-44-0056) to be ignored. Instead refer Doc. No. A133-00-000-ITP-021 for Inspection & Testing Plan of Gaskets attached with MR.

Page 74 of 82

Page 75: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

Page 1 of 7

CHENNAI PETROLEUM CORPORATION LIMITED MANALI REFINERY, CHENNAI

RESID UPGRADATION PROJECT

LSTK-1 : COKER BLOCK : DELAYED COKER UNIT & LPG CFC TREATING UNITS

PART I

SECTION : 5

STANDARD SPECIFICATION FOR POSITIVE MATERIAL IDENTIFICATION AT VENDOR’S WORKS

(PMI)

DOCUMENT NO : 44NC-4600-Q-0002-A4

0 13.04.2010 7 Issued for Feed APK PKB SBN

Rev No. Issue Date Pages Rev Description Prepared

By

Checked

By

Approved

By

Page 75 of 82

Page 76: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

Jacobs CPCL – CHENNAI INSPECTION, MONITORING PART-I 44NC - 4600 FOR LSTK CONTRACTOR SECTION-5 LSTK – 1 COKER BLOCK Doc.No.44NC-4600-Q-0002-A4 Rev.0 Page 2 of 7

TABLE OF CONTENTS

1.0 SCOPE 2.0 DEFINITIONS 3.0 PMI EXAMINATION 4.0 ACCEPTABLE METHODS FOR PMI 5.0 EXTENT OF PMI EXAMINATION 6.0 RECORDING AND DOCUMENTATION 7.0 MARKING 8.0 ATTACHMENTS

8.1 TYPICAL POSITIVE MATERIAL IDENTIFICATION REPORT FORM – ALLOY STEEL BULK MATERIAL

Page 76 of 82

Page 77: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

Jacobs CPCL – CHENNAI INSPECTION, MONITORING PART-I 44NC - 4600 FOR LSTK CONTRACTOR SECTION-5 LSTK – 1 COKER BLOCK Doc.No.44NC-4600-Q-0002-A4 Rev.0 Page 3 of 7

1.0 SCOPE

1.1 This specification applies to the requirements for Positive Material Identification (PMI) to be performed at vendor’s works on Metallic Alloy Materials procured either directly by Vendor or indirectly through their sub-vendors. Any deviations from this specification must be approved by Purchaser in the deviation / Waiver permit format. This specification shall also be read in conjunction with positive material identification at site.

1.2 This Specification covers the procedures and methodology to be adopted to assure that the chemical composition of alloy material is consistent with the material specification as specified in purchase documents using alloy analyser at the time of final inspection before despatch.

1.3 The scope of this specification shall include but not limited to Positive Material identification (PMI) to be performed on Alloy Piping Materials listed below :

However all grades of piping materials including stainless steel are subjected to PMI verification / test after receipt at site.

− Alloy Steel Pipes − Alloy Steel Flanges & Forgings − Alloy Steel Fittings − Alloy Steel Fasteners − Alloy Cast & Forged Steel Valves − Alloy Steel Instrumentation items (Control Valve, Safety Valves etc.) − Equipment, Pipe & Fittings Welds. − Gaskets (Ring Type Joints)

Following items shall be excluded from scope of PMI examination

− Gasket other than Ring Type Joints − Valve internal Components

2.0 DEFINITIONS

2.1 Vendor : Any supplier or manufacturers on whom an order is placed for supply of referred piping items. This definition shall also include any sub-vendor or manufacturers on whom a sub-order is placed by the vendor.

2.2 Inspection Lot : A group of items offered for Inspection covered under same size,

heat and heat treatment lot.

2.3 Alloy Material : Any metallic material (including welding filler materials) that contains alloying elements such as chromium, nickel, molybdenum, vanadium, etc which are intentionally added to enhance mechanical or physical properties and/or corrosion resistance.

Page 77 of 82

Page 78: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

Jacobs CPCL – CHENNAI INSPECTION, MONITORING PART-I 44NC - 4600 FOR LSTK CONTRACTOR SECTION-5 LSTK – 1 COKER BLOCK Doc.No.44NC-4600-Q-0002-A4 Rev.0 Page 4 of 7

3.0 PMI EXAMINATION

3.1 The Vendor shall submit a procedure of PMI to comply with the requirements of this Specification. Approval of PMI procedure shall be obtained from Purchaser prior to commencing manufacturer / inspection of product.

3.2 PMI examination of alloy materials is independent of any certification, markings of

colour coding that may exist and is aimed at verifying that the alloy used are as per specified grades.

3.3 The Vendor shall identify all incoming alloy materials and maintain full traceability of

all alloy materials, including all off-cuts. Transfer of identification marks shall be undertaken prior to cutting to ensure maintenance of identification on off-cuts.

3.4 The Vendor shall ensure that all materials are segregated and stored in separately

identified locations to prevent the mix-up of materials of different alloy specifications or alloy material with carbon steel. Non-ferro-magnetic materials shall be segregated at all times from ferro – magnetic materials.

3.5 PMI examination is subject to surveillance inspection by Vendor / Third Party

Inspection Agency / Purchaser as specified in Quality Assurance Plan.

4.0 ACCEPTABLE METHODS FOR PMI

4.1 The Method used for PMI examination shall provide a quantitative determination of the alloying elements like Cr, Mo, Ni, V in Alloy Steel items. For Non-Ferrous alloys quantitative determination of appropriate alloying elements shall be verified.

4.2 Instruments or methods used for PMI examination shall be of those that will provide

quantitative, recordable, elemental composition results for positive identification of alloying elements present.

4.3 The acceptable instrument for alloy analyser shall be either “Portable X-ray

fluorescence” or “Optical Emission Spectro Analyser” type capable of verifying the percentage of alloy elements within specified range.

4.4 Chemical spot testing, magnets, alloy sorters and other methods using eddy current

methods are not acceptable for PMI examination.

4.5 The PMI instrument used shall have the sensitivity to detect the alloying elements in the specified range.

4.6 Each analyser must be calibrated according to the manufacturer’s specification at the

beginning and end of each shift. Instrument must be checked against known standard for each alloy type to be inspected during the shift.

4.7 Certified samples with full traceability of “known” alloy materials shall be available for

use as a random spot check on the instrument calibration.

4.8 The surface to be examined shall be prepared by light grinding or abrasive paper and solvent cleaner. Evidence of arc burn resulting from examination shall be removed by light grinding or abrasive paper.

Page 78 of 82

Page 79: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

Jacobs CPCL – CHENNAI INSPECTION, MONITORING PART-I 44NC - 4600 FOR LSTK CONTRACTOR SECTION-5 LSTK – 1 COKER BLOCK Doc.No.44NC-4600-Q-0002-A4 Rev.0 Page 5 of 7

4.9 Alloy steel type joint gaskets shall only be inspected by using portable X-ray fluorescence instrument.

4.10 Testing shall be done as per the procedures outlined by the manufactures of alloy

analyser being used. Modification of these procedures if any, must be approved by Purchaser.

4.11 The persons performing PMI shall demonstrate their capabilities to the satisfaction of

Owner/PMC/Third Party Inspection Engineer. If the vendor has qualified operator in his rolls, he may perform the examination. Otherwise PMI examination shall be sub contracted to an independent testing agency.

4.12 Whenever materials, items and welds are identified as not meeting requirements by

the visiting engineer a rejection note shall be issued. The above shall be marked with a red “R” pending resolution.

5.0 EXTENT OF PMI EXAMINATION

Following sampling plans shall be applicable for PMI examination of various alloy items.

A. Flanges, Fittings, Valves, RTJ Gaskets

: 100%

B. Pipes : 100% (for pipes procured from traders).

10% random samples (minimum 2 Nos.) drawn from each size/Heat/Lot (for pipes procured directly from mills).

C. Tubes for heat transfer service : 100% (for tubes procured from traders).

Spot checking by sampling 1% of the tubes or 25 nos. whichever is less (for tubes procured directly from mills.

D Fasteners

:

Lot Size Sample Size

Upto 100 2% (Min 2)

101 to 500 1% (Min 3)

501 and above 0.5% (min 5) 6.0 RECORDING AND DOCUMENTATION

The results of PMI examination shall be recorded in the PMI Report Form as enclosed with this specification.

Page 79 of 82

Page 80: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

Jacobs CPCL – CHENNAI INSPECTION, MONITORING PART-I 44NC - 4600 FOR LSTK CONTRACTOR SECTION-5 LSTK – 1 COKER BLOCK Doc.No.44NC-4600-Q-0002-A4 Rev.0 Page 6 of 7

7.0 MARKING

7.1 All alloy materials tested by PMI shall be identified using either of the following methods by indicating “AV”

a) Electro – etching b) A low stress stamp marking c) Hologram Sticker d) Vibro – etching e) Colour Coding

Location of markings will be near to vendor’s monogram, material specification, heat number / cast number, welders stamp, etc as applicable.

8.0 ATTACHMENTS

Page 80 of 82

Page 81: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

Jacobs CPCL – CHENNAI INSPECTION, MONITORING PART-I 44NC - 4600 FOR LSTK CONTRACTOR SECTION-5 LSTK – 1 COKER BLOCK Doc.No.44NC-4600-Q-0002-A4 Rev.0 Page 7 of 7

PMI REPORT FORM – ALLOY BULK MATERIAL

ATTACHMENT 8.1

TYPICAL POSITIVE MATERIAL IDENTIFICATION REPORT : ALLOY STEEL BULK MATERIALS Page ….of ….

Project : Client : Job No. :

PMI Report No. : Vendor / Sub-Vendor :

Purchase Order No. : Testing Agency :

Purchase Requisition No. PMI Location :

Bulk Item Type (as per Requisition)

Material Specification / Grade :

Number of items in Lot :

Requisition Item No. Description : Alloy Content Weight Percent Remarks Accept/Reject

Cr. Mo Ni V

Instrument Type / ID

Source Age Source dt.

Last Service Date :

PMI Examination by :

Approved by Vendor Witnessed by

Company

Page 81 of 82

Page 82: EPC for DCU Block of CPCL - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A133/RFQ/A133...EPC for DCU Block of CPCL ENQUIRY DOCUMENT (Document No : A133-000-WF-MR-3405-130-RFQ)

APPENDIX - A

INDICATIVE INSPECTION & TEST PLAN** PROJECT : 44NC-4600 : CPCL MANALI REFINERY, CHENNAI : RESID UPGRADATION PROJECT

SHEET 1 OF 1

DOC. NO: A133-00-000-ITP021 EQUIPMENT / ITEM DESCRIPTION : GASKET EQUIPMENT / ITEM TAG NO. : TEST & INSPECTION AS PER : (CODES & SPECIFICATIONS) : EQUIPMENT INSPECTION CODE : B

VENDOR : P.O. NO. : PR/PS NO. DRG. NO.

A C T I V I T Y

1 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY OWNER / PMC

2 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY THIRD PARTY INSPECTION AGENCY (TPIA) / STATUTORY AUTHORITY

3 WITNESS INSPECTION BY SUB VENDOR,VENDOR

4 CERTIFICATES / DATA TO BE SUBMITTED BY LSTK CONTRACTOR / VENDOR FOR APPROVAL / REVIEW BY TPI A / OWNER / PMC

1 A A R X DETAILED INSPECTION AND TEST PLAN AFTER ISSUE OF PO/PR/PS.

2 A R X INSPECTION AND TEST PROCEDURE.

3 A X PACKING PROCEDURE

4 R W X RAW MATERIAL IDENTIFICATION

5 R R X PRODUCT CHEMICAL ANALYSIS FROM INDEPENDENT LAB.

6 W W X HARDNESS CHECK AS APPLICABLE

7 W W X SUPPLIMENTARY REQUIREMENT ( IF ANY) CHECK

8 H W X FINAL INSPECTION – VISUAL / DIMENSIONAL CHECK / SEALABILITY TEST/ COMPRESSABILITY TEST/RECOVERY AS APPLICABLE .

9 H X PACKING AND LOADING OF ITEMS

10 H H INSPECTION RELEASE CERTIFICATE

LEGENDS : H – HOLD, W – WITNESS, R – REVIEW, A - APPROVAL, I - INFORMATION, X – SUBMIT PO – PURCHASE ORDER, PR – PURCHASE REQUISITION, PS – PURCHASE SPECIFICATION

** NOTE : THIS IS AN INDICATIVE INSPECTION AND TEST PLAN IDENTIFYING SCOPE OF INSPECTION /REVIEW OF DOCUMENTS AS A MINIMUM REQUIREMENT, DETAILED INSPECTION AND TEST PLAN INDICATING ALL SPECIFIED REQUIREMENTS AFTER ISSUE OF PO / PR TO BE GENERATED BY VENDOR AND SAME DULY APPROVED BY TPI A TO BE SUBMITTED TO OWNER/PMC FOR APPROVAL.

OWNER/PMC RESERVES RIGHT TO WITNESS INSPECTION OF ANY ITEM AT ANY STAGE WHICH SHALL BE INDICATED ON QAP / INSPECTION & TEST PLAN AT THE TIME OF APPROVAL AND SAME TO BE COVERED AS PART OF PURCHASE ORDER CONDITION ISSUED BY CONTRACTOR. For PMC category B : QAP/ITP approval by EPC , TPIA & PMC IRN/IC issued by TPIA and to be endorsed by PMC

Page 82 of 82