Project Management Consultancy (Stage-II) (PMC-II)...

163
Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery Expansion Project (IREP) at BPCL, Kochi Refinery (KR) ENQUIRY DOCUMENT (Document No : A307-000-WI-MR-3785-1470-RFQ) Page 1 of 163

Transcript of Project Management Consultancy (Stage-II) (PMC-II)...

Page 1: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Expansion Project (IREP) at BPCL, Kochi Refinery (KR)

ENQUIRY DOCUMENT

(Document No : A307-000-WI-MR-3785-1470-RFQ)

Page 1 of 163

Page 2: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

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

Table of ContentsDocument Number Rev. Document Title Page

NumberA307-000-WI-MR-3785-1470-RFQ

0 ENQUIRY DOCUMENT 3

A307-000-WI-MR-3785

A SPRING SUPPORT ASSEMBLIES 92

7-44-0770 1 Constant spring hanger support arrangement for bare andinsulated pipe type-CS3

101

7-44-0665 3 Turn Buckle (Heavy) for pipe size ½" thru 24" 103A307-0IF-16-43-SK-1042

A SPECIAL SUPPORT_SPRING HANGER+GUIDE FOR 86"-P-0IF-2102-B5K-E

104

A307-000-16-43-VDR-3785

0 VENDOR DATA REQUIREMENTS 105

A307-0IF-16-43-SK-1037

A SPECIAL SUPPORT_SPRING HANGER FOR 86"-P-0IF-2102-B5K-E

107

A307-000-16-43-DS-3785

0 SPRING SCHEDULE 108

7-44-0771 1 Constant spring hanger support arrangement for bare andinsulated pipe size 2" thru 24" type-CS4

111

7-44-0656 3 Heavy pipe clamp for bare CS / AS / SS pipe size 1/2" thru 24"type-C16

112

7-44-0764 1 Eye nut for spring hanger support size 1" thru 24" 113A307-000-16-43-SK-0007

0 LOW FRICTION PAD ARRANGEMENT 114

7-44-0650 3 Heavy pipe clamp for insulated CS / AS /SS pipe size 1/2" thru 24"type-C10

115

7-44-0763 1 Variable spring hanger support arrangement for bare and insulatedpipe size 1" thru 24" type-VS3

116

7-44-0675 3 Lug and Clevis (heavy) for pipe hanger support size 1" thru. 24" 118A307-000-16-43-ATR-3785

A ADDITIONAL TECHNICAL REQUIREMENTS 119

7-44-0761 1 Variable spring hanger support arrangement for bare and insulatedpipe size 1" thru 24" type-VS1

122

6-78-0003 1 Specification for documentation requirement from suppliers 1247-44-0768 1 Constant spring hanger support arrangement for bare and

insulated pipe size 2" thru 24" type-CS1133

7-44-0666 3 Beam Attachment (Heavy) for Pipe hanger support size ½" thru.24"

135

6-44-0070 1 Technical notes for spring support assemblies 1367-44-0765 1 Variable base spring support arrangement for bare and insulated

pipe type-VS4144

7-44-0676 3 Lug and Clevis (heavy) at vertical elbow for pipe hanger supportsize 2" thru. 24"

145

6-81-0137 1 ITP for spring support assemblies 1467-44-0769 1 Constant hanger spring support arrangement for bare and

insulated pipe type-CS2151

7-44-0762 1 Variable spring hanger support arrangement for bare and insulatedpipe size 1" thru 24" type-VS2

153

A307-000-16-43-TCL-3785

0 TECHNICAL COMPLIANCE FORMAT 155

6-78-0001 1 Specification for quality management system requirements frombidders

157

Page 2 of 163

Page 3: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 1 of 7

EI Bhawan 5th

Floor, Bhikaiji Cama Place, RK Puram, New Delhi – 110 066, INDIA

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

REQUEST FOR QUOTATION (RFQ)

RFQ No. : SM/ A307-000-WI-MR-3785 / 1470 Date: 31-JUL-2015

Client : BHARAT PETROLEUM CORPN. LIMITED

Project: INTEGRATED REFINERY EXPANSION PROJECT AT KOCHI REFINERY

MR No.: A307-000-WI-MR-3785 REV.A

Item: SPRING SUPPORT ASSEMBLIES Due Date & Time: 27-AUG-2015 & Up to 1200 Hrs. (IST)

UNPRICED BID OPENING:

At 1400 Hrs. (IST) on 27-AUG-2015 (at EIB - 5th Floor,

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

New Delhi – 110066, India) (In case the bid due date happens to fall on Holiday, the next working day shall be deemed to be due date)

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

Gentlemen,

Bids are requested on behalf of our Client M/s Bharat Petroleum Corporation Limited on e-procurement system for the subject item in total compliance to technical specifications, scope, terms & conditions of enquiry documents / attachments.

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

2. Bidder can download the RFQ documents from EIL website http://tenders.eil.co.in only.

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

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

4. Special Notes for e-tendering:

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

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

(immediately after issue of enquiry on EIL Tender portal but not later than ten days before the bid due

date) for facilitating uploading of their bids on the NIC Portal failing which it will not be possible for them to upload their bids. Pursuant to registration, the vendors are required to inform regarding NIC registration details.

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

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

Page 3 of 163

Page 4: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 2 of 7

days prior to the Final Bid Due Date shall be allowed to upload their bids through a Corrigendum issued by EIL in the NIC Portal, provided such request from the concerned Vendor is received in EIL through E-mail by concerned Dealing Officer/RFQ Issuing Authority atleast 2 (two) working days prior to Bid Due Date. Request for extension in due date of submission of bids due to non registration or delayed registration in NIC portal shall not be entertained.

c) The bid has to be necessarily submitted on the NIC Portal only. Inability of the bidders to upload their bids on account of not completing the registration with NIC portal as mentioned above will not be a reason for seeking BDD extension.

d) Enlisted vendors of EIL who have completed the registration on NIC shall only be allowed to submit the bids through NIC Portal. Therefore, it is in the interest of the bidders that they register on the NIC Portal at the earliest.

e) The vendor registration on NIC Portal is a very user friendly process. However, in case of any doubt, the vendor may contact the 24 X 7 CPP Portal helpdesk at Contact No. 1800-3070-2232 or Mobile Nos. +91-7878007972/ +91-7878007973 and E-mail: [email protected] .

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

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

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

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

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

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

11. If not bidding, please inform vide E-mail with attached regret letter within the due date & time, with reasons(s) of not participating in the RFQ. In case there is no response, names of such bidder may not be considered for issuance of future enquiries.

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

13. Repeat order is applicable to this RFQ/MR.

14. Delivery Period:-

FOR INDIAN BIDDERS: Within 3 Months on FOT Despatch Point Basis from the date of Fax of Acceptance. Date of LR/GR shall be considered the date of delivery.

FOR FOREIGN BIDDERS: Within 2 Months on FOB International Sea Port of Exit Basis from the Date of Fax of Acceptance. Date of clean bill of lading shall be considered the date of delivery.

15. Payment Terms shall be as per following:- For Indian bidders: The payment to Indian bidders shall be made in accordance with S. No. 1.2 & 1.7 under Section A of Special Instruction to Bidders (SIB). For Foreign Bidders: The payment to foreign bidders shall be made in accordance with S. No. 2.1 Under Section A of Special Instruction to Bidders (SIB).

Page 4 of 163

Page 5: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 3 of 7

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

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

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

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

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

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

21. 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.

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

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

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

25. 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.

26. The bidder who is providing the technology from the company which is recently acquired / taken over by them or purchasing the technology by other companies, shall be provide proper documentary evidence. In the absence of the same their offer shall be liable for rejection.

27. Bidders are requested to submit their offer without any deviation.

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

29. Owner reserves its right to allow Public Sector Enterprises (Central/State), Micro & Small Enterprises (MSEs) and MSEs owned by Scheduled Caste (SC)/ Scheduled tribe (ST) entrepreneurs, purchase preference as admissible/applicable from time to time under the existing Govt. policy. Bidder to submit documentary evidence for the same duly certified by Statutory Auditor of the bidder or a practicing Chartered Accountant (not being an employee or a Director or not having any interest in the Bidder’s company / firm) where audited accounts are not mandatory as per law.). Refer Annexure-I: Provisions for Micro and Small Enterprises under PPP, 2012 enclosed.

30. Net Worth Net worth of the bidder should be positive as per the audited financial results for the immediate preceding financial year. The offer of the bidder whose net worth is “Negative” in the immediate preceding financial year shall not be considered for further evaluation.

Page 5 of 163

Page 6: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 4 of 7

Networth means paid up share capital, Share Application Money pending allotment” and reserves # less accumulated losses and deferred expenditure to the extent not written off. # Reserves to be considered for the purpose of networth shall be all reserves created out of the profits and securities premium account but shall not include reserves created out of revaluation of assets, write back of depreciation and amalgamation. *Share Application Money pending allotment will be considered only in respect of share to be allotted. Accordingly, the definition of Net worth shall be as follows:

Paid up share capital XXXX Add : Share Application Money pending allotment XXX Add : Reserves (As defined Above) XXXX Less : Accumulated Losses XX Less : Deferred Revenue Expenditure to the extent not written off XX

Networth XXXX

Please submit copy of your complete Annual Financial Statement including Auditor’ Report and Schedule of Reserve & Surplus, Balance Sheet & Profit/Loss account and including all notes and schedules forming part of Audited Annual reports for the immediate preceding financial year for determination of net-worth of the Bidder The Net Worth of the bidder should be positive as per the immediate preceding year's audited financial results. Bidders are therefore requested to furnish the Audited Financial Statement for the immediate preceding year including Profit & Loss Account.

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

32. Contact Persons for this RFQ are:

Mr Subhendu Mondal, DGM(C&P),

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

Ms. Deepak Jha, Sr. Engineer (C&P),

Phone No. +91-(0)11-2676-2772 & email: [email protected]

* Please specify RFQ. No. SM/ A307-000-WI-MR-3785 /1470 in all Correspondence.

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

Bharat Petroleum Corporation Limited (SUBHENDU MONDAL) DY. GEN. MANAGER(C&P) ENGINEERS INDIA LIMITED Enclosure: As per List Attached

LIST OF ENCLOSURES

Page 6 of 163

Page 7: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 5 of 7

DOCUMENT

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

B) Annexure-I: Provisions for Micro and Small Enterprises under PPP, 2012.

C) Price Schedule Format (For Indian Bidders)

D) Price Schedule Format (For Foreign Bidders)

E) Commercial document:

i) Agreed Terms & Conditions (For Indian Bidders)

ii) Agreed Terms & Conditions (For Foreign Bidders)

iii) Special Instruction to Bidders (SIB)

iv) General Purchase Conditions (Indian)

v) General Purchase Conditions (Imported)

vi) Special Packaging Requirements ( For Foreign Bidders)

vii) Proforma of Bank Guarantee (Performance)

viii) E-tendering Methodology (Annexure-I).

ix) Instructions for Foreign bidders for DSC

F) Technical document MR No. A307-000-WI-MR-3785 Rev. A

Page 7 of 163

Page 8: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 6 of 7

Proforma of Letter of Authority

for Attending Unpriced / Priced Bid Opening

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

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

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

……………..….……………………… (Item Name)

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

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

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

Yours faithfully,

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

Note:

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

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

Page 8 of 163

Page 9: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 7 of 7

ANNEXURE-I

PROVISIONS FOR MICRO AND SMALL ENTERPRISES UNDER PPP, 2012

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

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

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

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

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

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

documentary evidence in this regard.

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

If the bidder does not provide the above confirmation or appropriate document or any evidence, then it will be presumed that they do not qualify for any preference admissible in the Public Procurement Policy (PPP), 2012.

Page 9 of 163

Page 10: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

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:

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

REGISTRATION

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

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

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

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

and assign a password for their accounts.

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

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

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

Portal.

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

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

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

their profile.

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

Certificates requirements which comes under Download Tab at

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

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

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

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

and the password of the DSC / e-Token.

SEARCHING FOR TENDER DOCUMENTS

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

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

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

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

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

on the CPP Portal.

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

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

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

document.

Page 10 of 163

Page 11: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

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 11 of 163

Page 12: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

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

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

submit their offer again on CPP Portal.

ASSISTANCE TO BIDDERS

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

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

person indicated in the tender.

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

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

helpdesk is 1800 3070 2232.

Page 12 of 163

Page 13: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Government eProcurement System

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

Procedure for obtaining Digital Signature by Foreign Vendors

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

than India for participating in Online Tendering Activity.

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

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

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

that is generally followed by various vendors.

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

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

Passport copy)

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

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

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

owned by the Individual.

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

above.

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

as given in the form

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

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

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

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

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

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

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

the respective CA's.

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

GNFC

Tata Consultancy Services

eMudhra

Page 13 of 163

Page 14: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 14 of 163

Page 15: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 15 of 163

Page 16: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 16 of 163

Page 17: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 17 of 163

Page 18: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 18 of 163

Page 19: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 19 of 163

Page 20: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 20 of 163

Page 21: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 21 of 163

Page 22: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 22 of 163

Page 23: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 23 of 163

Page 24: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

1

2

3

4

5

6

7

8

9

10

11

NOTES:

2.Price Schedule contains total 9 pages .

Bidder to confirm that he has noted the contents of the Preamble to the Price Schedule, Price Schedule, RFQ, Material Requisition etc and quoted his prices accordingly without any deviation.

1.Bidders must submit this document duly signed and stamped with both unpriced & priced offer.

(Signature & Stamp Of Bidder)

Bidder to clearly indicate 'Quoted' in the price column in the unpriced Price Schedule. Bidders to submit Price Part of above Price Schedule in their Priced Bid and Unpriced Part with the

Unpriced Bid.

Bidder must submit signed and stamped Un-Priced copy of Price Schedule indicated "Quoted" against each item with their Unpriced offer.

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

the same shall be procured under TPIA (Lloyds/BV/DNV/TUV/CEIL) inspection in the country of origin and the quoted prices shall be inclusive of the same.

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

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

PREAMBLE TO PRICE SCHEDULE (INDIAN BIDDER)

RFQ NO. SM/A307-000-WI-MR-3785/1470

ITEM :SPRING SUPPORT ASSEMBLIES

BIDDER'S NAME :

Bidder must quote Transportation Charges inclusive of Service Tax ,thereupon in the space provided in the price schedule as per MR.

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

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

Bidder shall furnish built-in CIF value if any, against each quoted item, giving details of description of goods, qty. rate of Custom Duty etc. in attached FORM- 2..

All the Columns of quoted items in the Price Schedule must be filled with required information, as applicable.

Page 1 of 9

Page 24 of 163

Page 25: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

NAME OF BIDDER: M/S __________________________

ITEM SL.

NO. AS

PER MR.

TAG NO. DESCRIPTIONQTY

(NOS.)

Unit Price on FOT

Despatch Point Basis

incl. of P & F (INR)

Total Price on FOT

Despatch Point Basis

incl. of P & F (INR)

1 **0ID12CS0167G2EZ

0ID-CSH-167, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

2 **0ID04CS0168G2EZ

0ID-CSH-168 , SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

3 **0ID12CS0169G2EZ

0ID-CSH-169 , SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

4 **0ID12CS0170G2EZ

0ID-CSH-170 , SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

5 **0ID12CS0171G2EZ

0ID-CSH-171 , SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

6 **0IF86CS1019B5KZ

0IF-CS-1019,SPRING SUPPORT

ASSEMBLY,DETAILS AS PER SPRING

SCHEDULE,

1

7 **0IF86CS1020B5KZ

0IF-CS-1020A/B,SPRING SUPPORT

ASSEMBLY,DETAILS AS PER SPRING

SCHEDULE,

2

8 **0IF86CS1035B5KZ

0IF-CS-1035,SPRING SUPPORT

ASSEMBLY,DETAILS AS PER SPRING

SCHEDULE,

1

9 **0IF24CS1046B21A

0IF-CS-1046A/B,SPRING SUPPORT

ASSEMBLY,DETAILS AS PER SPRING

SCHEDULE,

2

10 **0IF14CSB049AB5K

0IF-CSH-B049A, SPRING SUPPORT

ASSEMBLY,DETAILS AS PER SPRING

SCHEDULE,

1

11 **0IF16CSG064G2EZ

0IF-CSH-G064, SPRING SUPPORT

ASSEMBLY,DETAILS AS PER SPRING

SCHEDULE,

1

PRICE SCHEDULE (INDIAN BIDDER)

ITEM :SPRING SUPPORT ASSEMBLIES

SUPPLY OF FOLLOWING ITEMS AS PER COMPLETE SCOPE MENTIONED IN MR. NO. A307-000-WI-MR-3785 Rev. A ,COMPLETE IN

ALL RESPECTS

RFQ NO. SM/A307-000-WI-MR-3785/1470

Page 2 of 9Page 25 of 163

Page 26: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

ITEM SL.

NO. AS

PER MR.

TAG NO. DESCRIPTIONQTY

(NOS.)

Unit Price on FOT

Despatch Point Basis

incl. of P & F (INR)

Total Price on FOT

Despatch Point Basis

incl. of P & F (INR)

12 **0IF16CSG065G2EZ

0IF-CSH-G065, SPRING SUPPORT

ASSEMBLY,DETAILS AS PER SPRING

SCHEDULE,

1

13 **0IF4CSG067G2EZZ

0IF-CSH-G067, SPRING SUPPORT

ASSEMBLY,DETAILS AS PER SPRING

SCHEDULE,

2

14 **0IF6VSG063D2AZZ

0IF-VSH-G063, SPRING SUPPORT

ASSEMBLY,DETAILS AS PER SPRING

SCHEDULE,

1

15 **0IF16CSG066G2EZ

0IF-VSH-G066, SPRING SUPPORT

ASSEMBLY,DETAILS AS PER SPRING

SCHEDULE,

1

16 **0IF6VSG068G2EZZ

0IF-VSH-G068, SPRING SUPPORT

ASSEMBLY,DETAILS AS PER SPRING

SCHEDULE,

1

17 **0IF16VSG069G2EZ

0IF-VSH-G069, SPRING SUPPORT

ASSEMBLY,DETAILS AS PER SPRING

SCHEDULE,

1

18 **0IF16VSG070G2EZ

0IF-VSH-G070, SPRING SUPPORT

ASSEMBLY,DETAILS AS PER SPRING

SCHEDULE,

1

19 **0IF8VSG071G2EZZ

0IF-VSH-G071,SPRING SUPPORT

ASSEMBLY,DETAILS AS PER SPRING

SCHEDULE,

1

20 **0IG20CS0003E23M

0IG-CSH-0003, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

21 **0IG20CS0032E23M

0IG-CSH-0032, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

22 **0IG12CS0040E23M

0IG-CSH-0040, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

23 **0IG12CS0041E23M

0IG-CSH-0041, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

24 **0IG12CS0051E23M

0IG-CSH-0051, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

25 **0IG12CS0052E23M

0IG-CSH-0052, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

Page 3 of 9Page 26 of 163

Page 27: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

ITEM SL.

NO. AS

PER MR.

TAG NO. DESCRIPTIONQTY

(NOS.)

Unit Price on FOT

Despatch Point Basis

incl. of P & F (INR)

Total Price on FOT

Despatch Point Basis

incl. of P & F (INR)

26 **0IG12CS0099G2EZ

0IG-CSH-0099, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

27 **0IG12CS0100G2EZ

0IG-CSH-0100, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

28 **0IG20VS0001E23M

0IG-VSH-0001, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

29 **0IG20VS0002E23M

0IG-VSH-0002, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

30 **0IG14VS0028D65A

0IG-VSH-0028, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

31 **0IG20VS0031E23M

0IG-VSH-0031, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

32 **0IG30VS0033D23A

0IG-VSH-0033, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

33 **0IG24VS0043B1AZ

0IG-VSH-0043, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

34 **0IG20VS0086E23M

0IG-VSH-0086, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

35 **0IG10VS0091A1AZ

0IG-VSH-0091, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

36 **0IG12VS0096G2EZ

0IG-VSH-0096, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

37 **0IG12VS0097G2EZ

0IG-VSH-0097, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

38 **0IG12VS0098G2EZ

0IG-VSH-0098, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

39 **0IG12VS0101B2AZ

0IG-VSH-0101, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

Page 4 of 9Page 27 of 163

Page 28: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

ITEM SL.

NO. AS

PER MR.

TAG NO. DESCRIPTIONQTY

(NOS.)

Unit Price on FOT

Despatch Point Basis

incl. of P & F (INR)

Total Price on FOT

Despatch Point Basis

incl. of P & F (INR)

40 **0IG16VS0103A23A

0IG-VSH-0103, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

41 **0IG16VS0104A68A

0IG-VSH-0104, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

42 **0IG20VS0105E23M

0IG-VSH-0105, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

43 **0IG36VS0107A11A

0IG-VSH-0107, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

44 **0IG12VS0116G2EZ

0IG-VSH-0116, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

45 **0IG12VS0117B1AZ

0IG-VSH-0117, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

Page 5 of 9Page 28 of 163

Page 29: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

ITEM SL.

NO. AS

PER MR.

TAG NO. DESCRIPTIONQTY

(NOS.)

Unit Price on FOT

Despatch Point Basis

incl. of P & F (INR)

Total Price on FOT

Despatch Point Basis

incl. of P & F (INR)

46 **0IG14VS0121A1AZ

0IG-VSH-0121, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

47 **0IG14VS0122A1AZ

0IG-VSH-0122, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

48 **0IG16VS0123A1AZ

0IG-VSH-0123, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

49 **0IG16VS0124A1AZ

0IG-VSH-0124, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

50 **0IG16VS0125A1AZ

0IG-VSH-0125, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

51 **0IG14VS0126A1AZ

0IG-VSH-0126, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

52 **0IG10VS0129A1AZ

0IG-VSH-0129, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

53 **0IG12VS0132D24D

0IG-VSH-0132, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

54 **0IG12VS0133D24D

0IG-VSH-0133, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

55 **0IG12VS0134D24D

0IG-VSH-0134, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

56 **0IG12VS0135D24D

0IG-VSH-0135, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

57 **0IG12VS0136D24D

0IG-VSH-0136, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

58 **0IG12VS0137D24D

0IG-VSH-0137, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

59 **0IG12VS0138D24D

0IG-VSH-0138, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

Page 6 of 9Page 29 of 163

Page 30: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

ITEM SL.

NO. AS

PER MR.

TAG NO. DESCRIPTIONQTY

(NOS.)

Unit Price on FOT

Despatch Point Basis

incl. of P & F (INR)

Total Price on FOT

Despatch Point Basis

incl. of P & F (INR)

60 **0IG16VS0139A1AZ

0IG-VSH-0139, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

61 **0IG16VS0140A1AZ

0IG-VSH-0140, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

62 **0IG16VS0141A1AZ

0IG-VSH-0141, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

63 **0IG14VS0143E1AZ

0IG-VSH-0143, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

64 **0IG14VS0144E1AZ

0IG-VSH-0144, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

65 **0IG14VS0145E1AZ

0IG-VSH-0145, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

66 **0IV24CS0060E25V

0IV-CSH-0060, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

67 **0IV12CS0061E25V

0IV-CSH-0061, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

2

68 **0IV18VS0069D25M

0IV-VSH-0069, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

69 **0IV12VS0096A1AZ

0IV-VSH-0096, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

70 **0IV10VS0097A1AZ

0IV-VSH-0097, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

71 **0IV12VS0098A1AZ

0IV-VSH-0098, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE,

1

72 **0IS8VS100A15AZZ

A307-0IS-VS-100, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE.,

1

73 **0IS10VS132A15AZ

A307-0IS-VS-132, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE.,

2

Page 7 of 9Page 30 of 163

Page 31: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

ITEM SL.

NO. AS

PER MR.

TAG NO. DESCRIPTIONQTY

(NOS.)

Unit Price on FOT

Despatch Point Basis

incl. of P & F (INR)

Total Price on FOT

Despatch Point Basis

incl. of P & F (INR)

74 **0IS12VS133A15AZ

A307-0IS-VS-133, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE.,

2

75 **0IS06VS134B2AZZ

A307-0IS-VS-134, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE.,

2

76 **IST24CS025A19AZ

A307-IST-CS-025, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE.,

2

77 **IST30VS026A19AZ

A307-IST-VS-026, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER SPRING

SCHEDULE.,

2

…………………….%INDICATE FREIGHT CHARGES (INCLUSIVE OF SERVICE TAX) UPTO PROJECT SITE

IN TERMS OF PERCENTAGE OF FOT DESPATCH POINT PRICE:

Page 8 of 9Page 31 of 163

Page 32: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

FORM-2

RFQ NO. SM/A307-000-WI-MR-3785/1470

NAME OF BIDDER: M/S __________________________

For Item Sl

. No. as per

MR

Description

of Imported

Items

Qty.

(Unit____)

*(1)

CUSTOM

TARIFF

NO.

BASIC

CUSTOMS

DUTY (%)

CVD + EDU.

CESS ON

CVD (%)

EDU. CESS

ON

CUSTOM

DUTY (%)

SAD (%) TOTAL CUSTOM

DUTY (%)

1 2 3 4 5 6 7 8 9

i)_____

ii)_____

Note: Bidder to furnish item tag wise CIF value break up in separate sheet.

ITEM :SPRING SUPPORT ASSEMBLIES

FORMAT - "CIF/CD"

TOTAL CIF VALUE

For Item

SL. No…….

DESCRIPTION CIF value of Import

Content included in

quoted supply

prices for column

(2) Qty.

(In Rs)

RATE OF IMPORT DUTY INCLUDED IN QUOTED SUPPLY PRICES

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

ENCLOSURE TO PRICE SCHEDULE FOR SUPPLY

Page 9 of 9

Page 32 of 163

Page 33: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

1

2

3

4

5

6

7

8

9

NOTES:

2.Price Schedule contains total 6 pages .

NAME OF BIDDER: M/S __________________________

Bidder must submit signed and stamped Un-Priced copy of Price Schedule indicated "Quoted" against sole item with their Unpriced offer.

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

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

All the Columns of quoted items in the Price Schedule must be filled with required information, as applicable.

Bidder to confirm that he has noted the contents of the Preamble to the Price Schedule, Price Schedule, RFQ, Material Requisition etc and quoted his prices accordingly without any deviation.

Bidder must quote Ocean Freight Charges in the space provided in the price schedule.

1.Bidders must submit this document duly signed and stamped with both unpriced & priced offer.

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

PREAMBLE TO PRICE SCHEDULE (FOREIGN BIDDER)

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

RFQ NO. SM/A307-000-WI-MR-3785/1470

ITEM : SPRING SUPPORT ASSEMBLIES

Foreign Bidder shall quote in USD / Euro / INR only.

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

Page 1 of 6

Page 33 of 163

Page 34: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Unit Price on FOB

International seaport

of Exit Basis as per

Incoterms 2010

Total Price on FOB

International seaport

of Exit Basis as per

Incoterms 2010

1 **0ID12CS0167G2EZ

0ID-CSH-167, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

2 **0ID04CS0168G2EZ

0ID-CSH-168 , SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

3 **0ID12CS0169G2EZ

0ID-CSH-169 , SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

4 **0ID12CS0170G2EZ

0ID-CSH-170 , SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

5 **0ID12CS0171G2EZ

0ID-CSH-171 , SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

6 **0IF86CS1019B5KZ

0IF-CS-1019,SPRING SUPPORT

ASSEMBLY,DETAILS AS PER

SPRING SCHEDULE,

1

7 **0IF86CS1020B5KZ

0IF-CS-1020A/B,SPRING

SUPPORT ASSEMBLY,DETAILS

AS PER SPRING SCHEDULE,

2

8 **0IF86CS1035B5KZ

0IF-CS-1035,SPRING SUPPORT

ASSEMBLY,DETAILS AS PER

SPRING SCHEDULE,

1

9 **0IF24CS1046B21A

0IF-CS-1046A/B,SPRING

SUPPORT ASSEMBLY,DETAILS

AS PER SPRING SCHEDULE,

2

10 **0IF14CSB049AB5K

0IF-CSH-B049A, SPRING

SUPPORT ASSEMBLY,DETAILS

AS PER SPRING SCHEDULE,

1

11 **0IF16CSG064G2EZ

0IF-CSH-G064, SPRING SUPPORT

ASSEMBLY,DETAILS AS PER

SPRING SCHEDULE,

1

12 **0IF16CSG065G2EZ

0IF-CSH-G065, SPRING SUPPORT

ASSEMBLY,DETAILS AS PER

SPRING SCHEDULE,

1

13 **0IF4CSG067G2EZZ

0IF-CSH-G067, SPRING SUPPORT

ASSEMBLY,DETAILS AS PER

SPRING SCHEDULE,

2

14 **0IF6VSG063D2AZZ

0IF-VSH-G063, SPRING SUPPORT

ASSEMBLY,DETAILS AS PER

SPRING SCHEDULE,

1

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

RFQ NO. SM/A307-000-WI-MR-3785/1470

SUPPLY OF FOLLOWING ITEMS AS PER COMPLETE SCOPE MENTIONED IN MR. NO. A307-000-WI-MR-3785 Rev. A

,COMPLETE IN ALL RESPECTS

PRICE SCHEDULE (FOREIGN BIDDER)

ITEM : SPRING SUPPORT ASSEMBLIES

NAME OF BIDDER: M/S __________________________

ITEM SL.

NO. AS

PER MR.

ITEM No DESCRIPTION QTY

(NOS.)

Page 2 of 6Page 34 of 163

Page 35: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Unit Price on FOB

International seaport

of Exit Basis as per

Incoterms 2010

Total Price on FOB

International seaport

of Exit Basis as per

Incoterms 2010

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

ITEM SL.

NO. AS

PER MR.

ITEM No DESCRIPTION QTY

(NOS.)

15 **0IF16CSG066G2EZ

0IF-VSH-G066, SPRING SUPPORT

ASSEMBLY,DETAILS AS PER

SPRING SCHEDULE,

1

16 **0IF6VSG068G2EZZ

0IF-VSH-G068, SPRING SUPPORT

ASSEMBLY,DETAILS AS PER

SPRING SCHEDULE,

1

17 **0IF16VSG069G2EZ

0IF-VSH-G069, SPRING SUPPORT

ASSEMBLY,DETAILS AS PER

SPRING SCHEDULE,

1

18 **0IF16VSG070G2EZ

0IF-VSH-G070, SPRING SUPPORT

ASSEMBLY,DETAILS AS PER

SPRING SCHEDULE,

1

19 **0IF8VSG071G2EZZ

0IF-VSH-G071,SPRING SUPPORT

ASSEMBLY,DETAILS AS PER

SPRING SCHEDULE,

1

20 **0IG20CS0003E23M

0IG-CSH-0003, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

21 **0IG20CS0032E23M

0IG-CSH-0032, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

22 **0IG12CS0040E23M

0IG-CSH-0040, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

23 **0IG12CS0041E23M

0IG-CSH-0041, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

24 **0IG12CS0051E23M

0IG-CSH-0051, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

25 **0IG12CS0052E23M

0IG-CSH-0052, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

26 **0IG12CS0099G2EZ

0IG-CSH-0099, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

27 **0IG12CS0100G2EZ

0IG-CSH-0100, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

28 **0IG20VS0001E23M

0IG-VSH-0001, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

29 **0IG20VS0002E23M

0IG-VSH-0002, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

30 **0IG14VS0028D65A

0IG-VSH-0028, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

Page 3 of 6Page 35 of 163

Page 36: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Unit Price on FOB

International seaport

of Exit Basis as per

Incoterms 2010

Total Price on FOB

International seaport

of Exit Basis as per

Incoterms 2010

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

ITEM SL.

NO. AS

PER MR.

ITEM No DESCRIPTION QTY

(NOS.)

31 **0IG20VS0031E23M

0IG-VSH-0031, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

32 **0IG30VS0033D23A

0IG-VSH-0033, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

33 **0IG24VS0043B1AZ

0IG-VSH-0043, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

34 **0IG20VS0086E23M

0IG-VSH-0086, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

35 **0IG10VS0091A1AZ

0IG-VSH-0091, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

36 **0IG12VS0096G2EZ

0IG-VSH-0096, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

37 **0IG12VS0097G2EZ

0IG-VSH-0097, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

38 **0IG12VS0098G2EZ

0IG-VSH-0098, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

39 **0IG12VS0101B2AZ

0IG-VSH-0101, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

40 **0IG16VS0103A23A

0IG-VSH-0103, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

41 **0IG16VS0104A68A

0IG-VSH-0104, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

42 **0IG20VS0105E23M

0IG-VSH-0105, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

43 **0IG36VS0107A11A

0IG-VSH-0107, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

44 **0IG12VS0116G2EZ

0IG-VSH-0116, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

45 **0IG12VS0117B1AZ

0IG-VSH-0117, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

46 **0IG14VS0121A1AZ

0IG-VSH-0121, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

Page 4 of 6Page 36 of 163

Page 37: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Unit Price on FOB

International seaport

of Exit Basis as per

Incoterms 2010

Total Price on FOB

International seaport

of Exit Basis as per

Incoterms 2010

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

ITEM SL.

NO. AS

PER MR.

ITEM No DESCRIPTION QTY

(NOS.)

47 **0IG14VS0122A1AZ

0IG-VSH-0122, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

48 **0IG16VS0123A1AZ

0IG-VSH-0123, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

49 **0IG16VS0124A1AZ

0IG-VSH-0124, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

50 **0IG16VS0125A1AZ

0IG-VSH-0125, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

51 **0IG14VS0126A1AZ

0IG-VSH-0126, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

52 **0IG10VS0129A1AZ

0IG-VSH-0129, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

53 **0IG12VS0132D24D

0IG-VSH-0132, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

54 **0IG12VS0133D24D

0IG-VSH-0133, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

55 **0IG12VS0134D24D

0IG-VSH-0134, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

56 **0IG12VS0135D24D

0IG-VSH-0135, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

57 **0IG12VS0136D24D

0IG-VSH-0136, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

58 **0IG12VS0137D24D

0IG-VSH-0137, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

59 **0IG12VS0138D24D

0IG-VSH-0138, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

60 **0IG16VS0139A1AZ

0IG-VSH-0139, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

61 **0IG16VS0140A1AZ

0IG-VSH-0140, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

62 **0IG16VS0141A1AZ

0IG-VSH-0141, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

Page 5 of 6Page 37 of 163

Page 38: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Unit Price on FOB

International seaport

of Exit Basis as per

Incoterms 2010

Total Price on FOB

International seaport

of Exit Basis as per

Incoterms 2010

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

ITEM SL.

NO. AS

PER MR.

ITEM No DESCRIPTION QTY

(NOS.)

63 **0IG14VS0143E1AZ

0IG-VSH-0143, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

64 **0IG14VS0144E1AZ

0IG-VSH-0144, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

65 **0IG14VS0145E1AZ

0IG-VSH-0145, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

66 **0IV24CS0060E25V

0IV-CSH-0060, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

67 **0IV12CS0061E25V

0IV-CSH-0061, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

2

68 **0IV18VS0069D25M

0IV-VSH-0069, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

69 **0IV12VS0096A1AZ

0IV-VSH-0096, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

70 **0IV10VS0097A1AZ

0IV-VSH-0097, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

71 **0IV12VS0098A1AZ

0IV-VSH-0098, SPRING SUPPORT

ASSEMBLY, DETAILS AS PER

SPRING SCHEDULE,

1

72 **0IS8VS100A15AZZ

A307-0IS-VS-100, SPRING

SUPPORT ASSEMBLY, DETAILS

AS PER SPRING SCHEDULE.,

1

73 **0IS10VS132A15AZ

A307-0IS-VS-132, SPRING

SUPPORT ASSEMBLY, DETAILS

AS PER SPRING SCHEDULE.,

2

74 **0IS12VS133A15AZ

A307-0IS-VS-133, SPRING

SUPPORT ASSEMBLY, DETAILS

AS PER SPRING SCHEDULE.,

2

75 **0IS06VS134B2AZZ

A307-0IS-VS-134, SPRING

SUPPORT ASSEMBLY, DETAILS

AS PER SPRING SCHEDULE.,

2

76 **IST24CS025A19AZ

A307-IST-CS-025, SPRING

SUPPORT ASSEMBLY, DETAILS

AS PER SPRING SCHEDULE.,

2

77 **IST30VS026A19AZ

A307-IST-VS-026, SPRING

SUPPORT ASSEMBLY, DETAILS

AS PER SPRING SCHEDULE.,

2

(---------%) Indicate Ocean Freight Charges from FOB International Seaport of Exit upto Kochi Port

(India) in percentage.

Page 6 of 6Page 38 of 163

Page 39: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

A307_ATC (F) Page 1 of 7

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

M/s BHARAT PETROLEUM CORPORATION LIMITED IREP-Kochi Refinery

(Job No. A307)

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

Supplier Name: M/s ______________________________________________________________

RFQ No.: __________________________________________________________________

Supplier’s Offer Ref No. & Date: ______________________________________________________

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

Contact Person: ___________________________ E-mail _________________________________

1. ALL CORRESPONDENCE MUST BE IN ENGLISH LANGUAGE ONLY.

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

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

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

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

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

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

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

1. a) Confirm that the offer contains firm prices on F.O.B. International Seaport of Exit Basis

b) Indicate International Seaport of Exit c) Indicate the HSN Code of the Items

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

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

e) Confirm quoted prices are inclusive of stowage charges.

f) Confirm that ocean freight charges upto port of

entry- Kochi, (India) has been quoted separately

by you in the price schedule.

Confirmed

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

__________________

Applicable / Not Applicable

Confirmed

Confirmed , Quoted in Price Schedule

Page 39 of 163

Page 40: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

A307_ATC (F) Page 2 of 7

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

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

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

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

Confirmed

2. Insurance:

a) For Supply Only

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

b) For Supply + Site Work

Comprehensive Insurance (Transit/Marine-cum-storage-cum-erection till handing over of equipment) has been taken care by the Seller & charges of the same have been included in the quoted prices.

Confirmed

Confirmed

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

Confirmed

4. Delivery / Completion Period:

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

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

c) Confirm date of clean Bill of Lading shall be considered as date of delivery. (In case order is placed on FOB port of Exit basis or on CFR basis)

Confirmed

Confirmed

Confirmed

5.

a.

b.

Taxes & Duties:

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

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

Confirmed

Confirmed

6. a.

b.

c.

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

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

Confirmed, Quoted in Price Schedule

Confirmed

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

Page 40 of 163

Page 41: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

A307_ATC (F) Page 3 of 7

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

d.

e.

Where erection/testing/commissioning supervision, commissioning assistance is required as per RFQ Documents / Material requisition, penalty for non mobilization/delay in mobilization as per order shall be applicable. The penalty shall generally be 1.5 times the per diem rate for each day of delay of reporting to site and shall be in addition to price reduction for delayed delivery. Bidders shall also provide additional BG of an amount equal to the per diem charges for the number of days considered for evaluation, over and above 10% PBG to cover compensation for delay in mobilizing the erection/ commissioning personnel. This BG will be released to the bidder upon the erection/ commissioning personnel reporting at site. This BG shall be furnished along with shipping documents and shall be initially valid up to six months which shall be extended based on the request by BPCL.

Noted & Confirmed

Noted & Confirmed

7.

a.

b.

c.

d.

e.

Site Work: For Site Work, if in the scope of the Bidder as per MR, please confirm the following:

Confirm that quoted site work prices are exclusive of Service Tax & Edu. Cess but inclusive of VAT on Works Contract and all other applicable taxes & duties.

Percentage of Service Tax & Edu. Cess as applicable extra on Site Work. Supplier shall submit the Assessment/ Liability Certificate from Sales Tax authorities indicating the VAT on Works Contract payable for enabling Owner to deduct the same from Supplier Invoices & make payment to the tax authorities. TDS Certificate towards VAT on Works Contract shall be provided by Owner. Statutory variation on VAT on Works Contract shall not be payable by Owner. Statutory Variation on Service Tax & Edu. Cess on Site work shall be paid by the Owner against documentary evidence within Contractual completion period. Confirm that Entry Tax / Octroi applicable on Construction Machinery/Equipment brought by the supplier to site to execute / complete the site work shall be borne by the Supplier and same is included in the quoted prices. No variation (including statutory) on such entry tax shall be paid by the Owner.

Confirmed

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

Confirmed

Confirmed

Confirmed

8.

Validity:

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

Confirmed

9. Manufacturer’s Name and Address

Page 41 of 163

Page 42: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

A307_ATC (F) Page 4 of 7

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

10. a.

b.

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

Quoted prices are:

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

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

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

Confirmed

Confirmed

Confirmed

Confirmed

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

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

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

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

13.

a)

b)

Spares Parts:

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

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

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

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

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

Confirmed

Confirmed (if Applicable as per MR)

Confirmed (if Applicable as per MR)

Confirmed (if Applicable as per MR)

Confirmed (if Applicable as per MR)

Confirmed (if Applicable as per MR)

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

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

Confirmed

Page 42 of 163

Page 43: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

A307_ATC (F) Page 5 of 7

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

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

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

17.

a.

Performance Bank Guarantee:

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

Confirmed

b. i) The Performance Bank Guarantee shall be strictly as per proforma enclosed with the GPC document and shall be from any Indian Scheduled Bank or branch of an International Bank situated in India and registered with Reserve Bank of India as scheduled foreign Bank and shall be submitted within 15 days from date of FOA.

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

Confirmed

Confirmed

18. Guarantee / Warranty

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

Confirmed

19. Firmness of prices:

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

Confirmed

20. Part Order:

a) Confirm acceptance of Part Order clause as per GPC (Imports). And bidder also confirm acceptance to part quantity orders of any items (having quantities 5 Nos. & more) to facilitate purchase preference to MSE bidders as per Govt. guide lines.

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

Confirmed if applicable as per MR()

Confirmed

Confirmed

21. Repeat Order:

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

Confirmed

Page 43 of 163

Page 44: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

A307_ATC (F) Page 6 of 7

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

22. Price Reduction on delay in delivery/completion:

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

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

Confirmed

Confirmed

23. Payment Terms:

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

Confirmed

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

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

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

confirmation charges shall be borne by you. Please confirm.

Confirmed

Confirmed L/C not required

Noted

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

Confirmed

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

27. a)

b)

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

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

i) Request for Quotation (RFQ)

ii) Special Instructions to Bidders(SIB)

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

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

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

per MR)

Page 44 of 163

Page 45: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

A307_ATC (F) Page 7 of 7

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

vii) Integrity Pact

viii) Commercial / Technical Amendments, if any

Confirmed

Confirmed

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

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

Not Banned

30.

30.1

30.2

Please confirm your offer contains the following:

Unpriced offer- without any deviations

Priced Offer Price Schedule with annexures only.

Confirmed

Confirmed

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

Confirmed

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

Confirmed

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

Confirmed & Submitted

VENDOR’S NAME: SIGNATURE & SEAL:

Page 45 of 163

Page 46: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

A307_ATC (I) Page 1 of 8

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

BHARAT PETROLEUM CORPORATION LTD IREP-Kochi Refinery

(Job No. A307) AGREED TERMS & CONDITIONS (ATC)

(FOR INDIAN BIDDERS) Supplier Name: M/s ______________________________________________________________

RFQ No.: __________________________________________________________________

Supplier’s Offer Ref No. & Date: ______________________________________________________

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

Contact Person: ___________________________ E-mail _________________________________

1. ALL CORRESPONDENCE MUST BE IN ENGLISH LANGUAGE ONLY.

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

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

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

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

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

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

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

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

1.

i)

Price Basis:

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

Confirmed

ii) Specify Despatch Point

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

a)

b)

Freight Charges:

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

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

a) Confirmed , Quoted in Price

Schedule

b) Confirmed

iv) Insurance:

a) For Supply Only

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

Confirmed

Page 46 of 163

Page 47: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

A307_ATC (I) Page 2 of 8

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

b) For Supply + Site Work

Comprehensive Insurance (Transit/Marine-cum-storage-cum-erection till handing over of equipment) has been taken care by the Seller & charges of the same have been included in the quoted prices.

Confirmed

2.

a.

b.

c.

d.

e. f.

g.

h.

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

_________________

………..%

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

3.

a.

b.

c.

d.

e.

Sales Tax applicable extra on finished goods:

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

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

…………%

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

………….%

Confirmed

Confirmed

Confirmed

Page 47 of 163

Page 48: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

A307_ATC (I) Page 3 of 8

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

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

Confirmed

4. Octroi / Entry Tax:

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

Confirmed

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

Confirmed

6.

a.

Spares Parts:

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

i) Mandatory Spares are quoted as per MR.

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

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

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

v) Recommended Spares for Two Years Operation & Maintenance, as specified in MR have been quoted separately with Price validity of One (1) year from Contractual Delivery Date for Main Items/Equipment & List of such spares has been furnished in the Unpriced Bid.

Confirmed

Confirmed (if Applicable as per MR)

Confirmed (if Applicable as per MR)

Confirmed (if Applicable as per MR)

Confirmed (if Applicable as per MR)

Confirmed (if Applicable as per MR)

7.

a.

b.

c.

d.

Site Work:

For Site Work, if in the scope of the Bidder as per MR, please confirm the following:

Confirm that quoted site work prices are exclusive of Service Tax & Edu. Cess but inclusive of VAT on Works Contract and all other applicable taxes & duties.

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

Supplier shall submit the Assessment/ Liability Certificate from Sales Tax authorities indicating the VAT on Works Contract payable for enabling Owner to deduct the same from Supplier Invoices & make payment to the tax authorities. TDS Certificate towards VAT on Works Contract shall be provided by Owner. Statutory variation on VAT on Works Contract shall not be payable by Owner. Statutory Variation on Service Tax & Edu. Cess on Site work shall be paid by the Owner against documentary evidence within Contractual completion period.

Confirmed

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

Confirmed

Confirmed

Page 48 of 163

Page 49: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

A307_ATC (I) Page 4 of 8

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

e.

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

Confirmed

8.

a.

b.

c.

d.

e.

Supervision / Training Charges: Charges for Supervision / Training, if in the scope of the Bidder as per MR have been indicated by bidder separately in the Price Schedule. Percentage of Service Tax & Edu. Cess as applicable extra on Supervision / Training Per-diem rate for supervision has been quoted in accordance with the Terms & Conditions for Supervision enclosed with the RFQ Documents. Where erection/ testing/ commissioning supervision, commissioning assistance is required as per RFQ Documents / Material requisition, penalty for non mobilization/delay in mobilization as per order shall be applicable. The penalty shall generally be 1.5 times the per diem rate for each day of delay of reporting to site and shall be in addition to price reduction for delayed delivery. Bidders shall also provide additional BG of an amount equal to the per diem charges for the number of days considered for evaluation, over and above 10% PBG to cover compensation for delay in mobilizing the erection/ commissioning personnel. This BG will be released to the bidder upon the erection/ commissioning personnel reporting at site. This BG shall be furnished along with payment milestone for submission of final documentation as per MR and shall be initially valid up to six months which shall be extended based on the request by Owner.

Confirmed, Quoted in Price Schedule

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

Confirmed

Noted & Confirmed

Noted & Confirmed

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

Confirmed

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

deliveries / completion as specified in GPC & Special Instructions to Bidders (SIB) enclosed in RFQ Document. Liquidated damages or penalty are not acceptable.

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

applicable reduction.

Confirmed

Confirmed

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

Confirmed

12.

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

Confirmed

Page 49 of 163

Page 50: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

A307_ATC (I) Page 5 of 8

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

13.1 a.

PART ORDER: Confirm acceptance of Part Order clause as per GPC (Indigenous). And bidder also confirm acceptance to part quantity orders of any items (having quantities 5 Nos. & more) to facilitate purchase preference to MSME bidders as per Govt. guide lines.

Confirmed (If Applicable as per MR)

13.2 MSE BIDDERS:

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

(Please tick whichever is applicable)

b In case bidder is a MSE bidder, they must submit documentary evidence for the same duly certified by Statutory Auditor of the bidder or a practicing Charted Account (not being an employee or a Director or not having any interest in the Bidder’s company/ firm) where audited accounts are not mandatory as per law.

_________________

c In case bidder does not submit duly authenticated

documentary evidence as required above, bidder shall not be considered eligible for availing MSE benefits.

Confirmed

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

Confirmed

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

Confirmed

15.

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

Bank Guarantee for 10% of total order value along with Final supply payment valid till full guarantee period plus 3 (Three) months.

b) The Performance Bank Guarantee shall be strictly as per

enclosed proforma and shall be from any Indian Scheduled Bank or branch of an International Bank situated in India and registered with Reserve Bank of India as scheduled foreign Bank.

Confirmed

Confirmed

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

Confirmed

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

Confirmed

18. a.

b.

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

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

required in the Material Requisition.

Confirmed

Confirmed

Page 50 of 163

Page 51: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

A307_ATC (I) Page 6 of 8

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

c.

iii) Inclusive of all statutory certification charges PESO/CCOE

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

Confirmed

Confirmed

IBR Approved

Confirmed

19.

a.

b.

c.

d.

e.

f.

g.

h.

i.

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

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

Confirmed

Refer Annexure to Price Schedule

Refer Annexure to Price Schedule

Refer Annexure to Price Schedule

Confirmed

Noted

Confirmed

Confirmed

Confirmed

j. k.

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

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

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

Confirmed

Confirmed

Page 51 of 163

Page 52: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

A307_ATC (I) Page 7 of 8

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

l. m.

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

Confirmed

Confirmed

20.

a.

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

Confirmed

21.

a)

b)

Compliance to RFQ documents:

Confirm your offer is in total compliance with RFQ Document containing technical specifications including General / Technical notes, scope of supply/services/site work (as applicable) including documentation as per Material Requisition (MR) and subsequent amendment and corrigendum, if any. Confirm your offer is in total compliance with RFQ documentation containing commercial terms and conditions as per the following documents, without any deviation: i) Request for Quotation (RFQ) ii) Special Instructions to Bidders (SIB) iii) General Purchase Conditions (GPC) iv) Terms & Conditions of Site work / GCC / HSE / Integrity

Pact. v) Terms & Conditions for Supervision services

Confirmed

Confirmed Confirmed Confirmed

Confirmed(if applicable)

Confirmed(if applicable)

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

Confirmed No relation

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

Not Banned

24. 24.1

24.2 a.

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

Confirmed

Confirmed

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

Confirmed

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

Confirmed

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

Confirmed

Page 52 of 163

Page 53: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

A307_ATC (I) Page 8 of 8

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

contradiction between the confirmations given above and terms & conditions mentioned elsewhere in the offer, the confirmation given/confirmed herein above shall prevail.

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

Confirmed & Submitted

Page 53 of 163

Page 54: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 1 of 20

INTEGRATED REFINERY EXPANSION PROJECT

OF M/s BHARAT PETROLEUM CORPORATION LTD,

KOCHI REFINERY, KOCHI, KERALA

SPECIAL INSTRUCTION TO BIDDER (SIB)

Page 54 of 163

Page 55: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 2 of 20

INDEX

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

SECTION – B: EVALUATION CRITERIA FOR COMPARISION OF BIDS 4.0 Where only Indian Bids are under comparison 5.0 Where only Foreign Bids are under comparison 6.0 Where Indian as well as Foreign Bids are under comparison 7.0 General Notes 8.0 Special Notes on Taxes/Duties and CENVAT benefits 9.0 Price Reduction Schedule Towards Delay In Delivery 10.0 Guarantee / Warranty Period SECTION-C: (COMMERCIAL LOADING OF OFFERS IN CASE OF DEVIATIONS) 11.0 Basis of Loading 12.0 Payment Terms 13.0 Performance Bank Guarantee (PBG) 14.0 Delayed Deliveries 15.0 Price Variation 16.0 Freight charges 17.0 Indian taxes/ duties 18.0 Utilities 19.0 Delivery/Completion Period 20.0 Foreign Exchange Rate Variation/Custom Duty Variation For Indian Bidders (On

Built-In Import Content) 21.0 VAT on Works Contracts/ Service Tax/ Splitting Of Orders 22.0 Entry Tax 23.0 Rejection Criteria 24.0 Suo-Moto Changes In Prices 25.0 Price Implication Not Permitted 26.0 Integrity Pact SECTION-D: SPECIAL CONDITIONS. 27.0 Delivery Schedule/ Completion Period 28.0 Despatch Instructions for Indigenous Supplies 29.0 Additional Taxes & Duties (Applicable For Indian Bidder) 30.0 Recovery Of Custom Duty, Excise Duty And Sales Tax 31.0 Governing Law 32.0 Purchaser’s Rights And Remedies 33.0 Deduction At Source 34.0 Statutory Approval 35.0 Lien 36.0 Limitation Of Liability SECTION-E: GENERAL INSTRUCTIONS 37.0 General 38.0 Fraudulent Practices 39.0 One Bid Per Bidder 40.0 Language Of Bid 41.0 Earnest Money Deposit: 42.0 Modification And Withdrawal Of Bids 43.0 Examination Of Bids And Determination Of Responsiveness 44.0 Owner’s Right To Accept Any Bid And To Reject Any Bid 45.0 Notification Of Award 46.0 Waiver Or Transfer Of The Agreement 47.0 T&C For Foreign Suppliers (To Whom RFQ Issued) Operated Through Their Indian

Office / Subsidiaries 48.0 Tax Residency Certificate (TRC) Format For Foreign Bidder 49.0 Requirement of Employment Visa For Foreign Nationals

SECTION-F: ADDITIONAL CLAUSES TO GPC 50.0 Settlement of dispute between CPSEs or CPSEs & Government Departments

Annexure-A ( Terms & Conditions For Indian Sourced Components / Services By Foreign Bidder)

Page 55 of 163

Page 56: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 3 of 20

SPECIAL INSTRUCTIONS TO BIDDERS

BHARAT PETROLEUM CORPORATION LIMITED, KOCHI REFINERY

INTEGRATED REFINERY EXPANSION PROJECT

SECTION-A: TERMS OF PAYMENT

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

1.0 PAYMENT TERMS FOR INDIAN BIDDERS:

1.1 Where the Material Requisition is only for supply of materials and there is no Supplier Data Requirement specified in MR e.g. Bulk Piping Items, etc.

1.1.1 100% Payment within 30 days after receipt and acceptance of materials at site and on submission of Performance Bank Guarantee for 10% of Total Order Value, valid till the full guarantee period plus Three months claim period.

1.2 Where the Material Requisition calls for Supplier Drawings/Technical Documentation.

1.2.1 90% Payment within 30 days of receipt and acceptance of materials at Site and on submission of dispatch documents.

1.2.2 10% Payment after receipt of final technical documentation as per PR against EIL’s certification and on submission of Performance Bank Guarantee for 10% of Total Order Value, valid till full guarantee period plus Three months claim period.

1.3 Where Supply of materials and Erection or Site Work are in the scope of Supplier and Package Items.

1.3.1 Supply

1.3.1.1 5% Payment on approval of all drawings atleast in CODE-2 by EIL against submission of Bank Guarantee of equivalent amount valid till complete execution of Order plus Three months claim period.

1.3.1.2 15% Payment after receipt of identified raw materials at Supplier’s Works and against certification by EIL and submission of Bank Guarantee of equivalent amount valid till complete execution of Order plus Three months claim period.

1.3.1.3 60% Payment after receipt of equipment/materials at BPCL’s Site. Billing Schedule to be furnished by the Supplier in case pro-rata payments are required.

1.3.1.4 10% payment after completion of Site Work and submission of final Technical documents as specified in the Purchase Requisition against EIL’s Certification and submission of Performance Bank Guarantee for 10% of Total Order Value (Supply plus Site Work), valid till full guarantee period plus three months claim period.

In case of delay in start of the site work beyond 6 months, the above 10% Payment shall be released against submission of Bank Guarantee of equivalent amount valid initially for 1 year and subject to extension upto completion of the site work. However, in the event of delay in the site work, the Supplier is not relieved of his responsibility to carry out the same.

1.3.1.5 10% payment within 30 days of handing over the successfully commissioned equipment. Wherever commissioning is not in the Supplier’s scope, the payment will be released after completion of Site Work as per PR and handing over of equipment.

1.3.2 Erection/ Site work

1.3.2.1 90% Payment against monthly running bills (based on agreed Billing Schedule), duly certified by EIL.

1.3.2.2 10% Payment within 30 days after final handing over of equipment package to BPCL at site.

1.4 Fabricated Items (Vessels, Columns, Heat Exchangers, etc.)

1.4.1 5% Payment on approval of all drawings atleast in CODE-2 by EIL against submission of Bank Guarantee of equivalent amount valid till complete execution of Order plus Three months claim period.

Page 56 of 163

Page 57: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 4 of 20

1.4.2 15% after receipt of identified raw materials at Supplier’s Works and against certification by EIL and submission of Bank Guarantee of equivalent amount valid till complete execution of Order plus Three months claim period.

1.4.3 60% Payment through NEFT against receipt of materials at BPCL’s Site. Billing Schedule to be furnished by the Supplier in case pro-rata payments are required.

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

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

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

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

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

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

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

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

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

Commissioning

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

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

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

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

1.7 Transportation charges

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

1.8 General

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

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

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

Page 57 of 163

Page 58: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 5 of 20

1.8.4 All payments shall be released either through Electronic Clearing System (ECS) / Electronic Fund Transfer (EFT)/ Real Time Gross Settlement (RTGS) or through internet, within 30 days of receipt of Invoice and all requisite documents, complete in all respects.

1.8.5 Billing schedule shall be submitted to EIL & BPCL by the Supplier for approval within 30 days from the date of Purchase Order wherever specified therein. No payment against pro-rata dispatch shall be made without approval of Billing Schedule.

1.8.6 Major Raw Material: Shall be as specified below:

i. Columns and Vessels: Plates and Forgings

ii. Heat Exchangers: Plates, Forgings and Tubes

iii. Pumps/Compressors: Castings and Drivers

iv. Any other item(s) as may be defined in MR/PR.

2.0 PAYMENT TERMS FOR FOREIGN BIDDERS:

2.1 Where the Material Requisition is only for Supply of materials

2.1.1 100% of FOB Order Value shall be paid through an Irrevocable Letter of Credit against submission of Shipping Documents. The Letter of Credit shall be established only on receipt of acceptance of Fax of Acceptance/Purchase Order along with submission of Bank Guarantee of 15% of Order Value (10% towards Performance Bank Guarantee valid till full Guarantee period plus Three months claim period & separate 5% Bank Guarantee towards Price Reduction Schedule due to delay in delivery valid till contractual delivery date (CDD) + Five and half Months).

For PGTR cases only

In case of PGTR 90% supply amount shall be released through Letter of Credit and last 10% supply amount shall be released against successful demonstration of Performance Guarantee Test Run & submission of Invoices duly certified by Site-In-charge or 6 months from receipt of material at site (against BG of equivalent amount valid for 1 year), whichever is earlier. However in the event of delay in conducting the PGTR, the bidder is not relieved of his responsibility to carry out the same. No additional payment shall be made for visit of supplier to site for demonstrating the PGTR, if the same is included in the scope of supplier.

2.2 Where the Material Requisition calls for Supply of material and Erection or Site Work in the scope of Supplier and Package Items

For Supply Portion

2.2.1 90% Payment of FOB Supply value through an Irrevocable Letter of Credit against submission of Shipping Documents. The Letter of Credit shall be established only on receipt of acceptance of Fax of Acceptance/Purchase Order along with submission of Bank Guarantee of 15% of Order Value (10% towards Performance Bank Guarantee valid till full Guarantee period plus Three months claim period & separate 5% Bank Guarantee towards Price Reduction Schedule due to delay in delivery valid till contractual delivery date (CDD) + Five and half Months).

2.2.2 10% Payment of FOB Supply value through direct wire transfer through banking channels on completion of Erection or Site Work or Commissioning/Performance Guarantee Test Run (PGTR) at site, as applicable as per Purchase Order/Purchase Requisition (PR) against submission of final documents or Certificate of Completion of Work by BPCL Site.

For PGTR cases only

The above amount (10%) shall be released against successful demonstration of Performance Guarantee Test Run & submission of Invoices duly certified by Site-In-charge or 6 months from receipt of material at site (against BG of equivalent amount valid for 1 year), whichever is earlier. However in the event of delay in conducting the PGTR, the bidder is not relieved of his responsibility to carry out the same. No additional payment shall be made for visit of supplier to site for demonstrating the PGTR, if the same is included in the scope of supplier.

For Site Work Portion (Erection/Commissioning/PGTR)

2.2.3 100% Payment of Amount for Erection or Site Work or Commissioning/Performance Guarantee Test Run (PGTR) at site, shall be paid through direct wire transfer through banking channels on completion of Erection or Site Work at site as per Purchase Order against submission of Certificate for Completion of Work by EIL Site.

The Letter of Credit shall be established only on receipt of acceptance of Fax of Acceptance/Purchase Order along with submission of Performance Bank Guarantee of 15% of Total Order Value [Supply+Site Work] (10% towards Performance Bank Guarantee valid till full Guarantee

Page 58 of 163

Page 59: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 6 of 20

period plus Three months claim period & separate 5% Bank Guarantee towards Price Reduction Schedule due to delay in delivery valid till contractual delivery date (CDD) + Five and half Months).

2.3 For Training

2.3.1 At Site: 100% payment against final bill to be submitted by seller after completion of training duly certified by site-in-charge.

2.3.2 At Supplier’s Works: 100% payment against final bill to be submitted by seller after completion of training.

2.4 Annual Maintenance Contract

100% payment shall be paid at the end of each quarter of the contractual year against quarterly progressive bills to be submitted by Seller duly certified by Site-in-Charge.

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

Commissioning

2.5.1 100% Payment of Invoice amount through direct wire transfer as per normal banking channels on completion of supervision activity / PGTR upon submission of Invoice, Time Sheet duly certified by Site In-Charge at BPCL Site, legible copy of visa (showing date of entry and date of exit from India) and passport (showing Name and Nationality of the personnel). Payment shall be made after deducting Income Tax at applicable rate.

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

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

to the per diem charges for the number of days considered for evaluation over and above 10% PBG to cover compensation for delay in mobilising the erection/ commissioning personnel. This BG will be released to the bidder upon the erection/ commissioning personnel reporting at site. This BG shall be furnish along with dispatch documents which shall be initially valid up to six months whixh shall be extended based on the request by BPCL.

2.6 General

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

2.6.2 All Bank Guarantee(s) shall be issued through any Indian Scheduled Bank or branch of an International Bank situated in India and registered with Reserve Bank of India as scheduled foreign Bank as per Pro-forma provided in RFQ documents. All Bank Guarantees will be directly to BPCL by the Bank.

2.6.3 All bank charges and stamp duties payable outside India in connection with payments shall be borne by the Supplier. All bank charges and stamp duties payable in India shall be borne by BPCL except L/C Amendment charges for delays in delivery. Confirmation charges for Confirmed L/C shall be borne by Supplier.

2.6.4 Billing schedule shall be submitted to EIL & BPCL by the Supplier for approval within 30 days from the date of Purchase Order wherever specified therein. No part shipment shall be made without approval of billing schedule.

2.6.5 Subject to Technical Acceptability, For supplies sourced within India (if any) by Foreign Bidder & directly dispatched to Site shall have following provisions: (Refer Annexure-A)

3.0 OCEAN FREIGHT:

3.1 Ocean freight from FOB Port of Exit to designated Indian Port shall be arranged by BPCL through their nominated Freight Forwarder. Supplier shall arrange handing over the material to BPCL Freight Forwarder at the designated Port of Exit.

3.2 In cases where the RFQ requires the Supplier to quote Ocean Freight, BPCL reserves the right to ask the Supplier to arrange shipment through their own Freight Forwarder at the quoted freight rates.

3.3 Owner/EIL reserves the right to place the order for foreign bidder either on FOB basis or CFR basis. In case of award, initially the order shall be placed on FOB basis and Owner reserves the right to convert the same to CFR basis within 4 months, from placement of order. Therefore, the Ocean

Page 59 of 163

Page 60: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 7 of 20

Freight Charges/ CFR prices should be valid for additional 4 months from the date of Order. The bidder is required to furnish the shipping details within 45 days from the date of order. In case the bidder is not able to prove the shipping details within 45 days then 4 months shall be considered from the date of receipt of shipping details of consignment for converting FOB to CFR.

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

SECTION – B: EVALUATION CRITERIA FOR COMPARISION OF BIDS

4.0 WHERE ONLY INDIAN BIDS ARE UNDER COMPARISON:

Bids shall be evaluated on the basis of Net Effective Price i.e. landed cost at Site including Third Party Inspection charges (if applicable) by Third Party Inspection Agency as nominated by BPCL minus CENVAT/ Set Off benefit available to BPCL.

Commercial loading shall be done on FOT Dispatch Point price.

If a Bidder does not quote freight charges, his offer shall be loaded with maximum freight charges as quoted by the other bidders.

Taxes/Duties:

Taxes and Duties will be loaded as applicable. However, if a Bidder states that the Sales Tax/ Excise Duty is not applicable at present or quotes lesser percentage stating the same will be charged as applicable at the time of delivery, then such Bidder’s price will be loaded by the highest rate as indicated by the remaining bidders.

5.0 WHERE ONLY FOREIGN BIDS ARE UNDER COMPARISON:

Bids shall be evaluated on the CIF basis including Custom Clearance (as mentioned below), considering firm ocean freight up to Port of Entry (Kochi, India) as quoted by bidders.

Sl. No. Head Basis

1 F.O.B. Price As quoted by the Bidder (including stowage charges in case of pipes*) and Third Party Inspection charges.

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

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

3 Add – Marine Insurance @ 1% of FOB Price

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

5 Commercial Loading, if any On FOB Value

6 Less – Cenvatable Duties

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

If a Bidder does not quote Ocean freight charges, his offer shall be loaded with maximum freight charges as quoted by the other bidders.

Comparison shall be done on equivalent Indian Rupees considering RBI Reference rate of Foreign Exchange published on the day of Opening of Priced Bids.

Normally, deviations in Payment terms, Firm prices & Performance Bank Guarantee are not acceptable. However, wherever Bidder insists, the loading shall be done as applicable to Indigenous cases on FOB price.

6.0 WHERE INDIAN AS WELL AS FOREIGN BIDS ARE UNDER COMPARISON:

Domestic Bidders:

Bids shall be evaluated on the basis of Landed Cost at Site (considering EIL Inspection charges @ 1.25% of FOT Dispatch Point price) including all duties, taxes and transportation charges less Cenvatable Excise Duty, Cenvatable Service Tax, VAT on Supplies, VAT on Works Contract, whichever is applicable.

Commercial loading shall be done on FOT Dispatch Point price.

Page 60 of 163

Page 61: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 8 of 20

Foreign Bidders:

Bids shall be evaluated on the basis of landed cost at Site including the charges of inspection by Third Party Inspection Agency, all duties, taxes and ocean freight charges as under less Cenvatable

CVD/SAD, Cenvatable Service Tax, VAT on Supplies, VAT on Works Contract, whichever is

applicable.

Sl. No. Head Basis

1 F.O.B. Price As quoted by the Bidder (including stowage charges in case of pipes*) and Third Party Inspection charges.

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

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

3 Add – Marine Insurance @ 1% of FOB Price

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

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

Sl. No. Head Basis

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

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

7 Add – L/C charges @ 1% of FOB Price

8 Commercial Loading, if any On FOB Value

9 Less – Cenvatable Duties

10 FOT SITE PRICE Sum Total (Sl. Nos. 1 ~ 8) – (Sl. No. 9)

Wherever supervision and site works are involved, in that cases service tax plus Ed. Cess shall be loaded with as applicable rates

7.0 GENERAL NOTES:

i. Cost of Mandatory (Insurance) Spares, if identified in the Material Requisition, Commissioning spares and Special Tools & Tackles will be included for price evaluation of bids, but costs of Spares for Two Years Normal Operation & Maintenance shall be excluded.

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

iii. BPCL shall claim CENVAT benefits on Excise Duty, CVD/SAD, Service Tax as well as the Cess applicable and accordingly Excise Duty/ CVD/ SAD/ Cess/ Service Tax shall be considered and necessary credit shall be given for evaluation and comparison of bids.

Wherever Site Work, AMC, Training, Supervision, etc. are required as per MR/RFQ, the same shall be considered for evaluation.

iv. Bidders shall indicate the Customs Duty at Merit Rate in their Offer.

v. The Bidder must ascertain and confirm along with supporting documents in the bid, if any Custom duty exemption / waiver is applicable to the products being supplied by bidder under any multi-lateral / bi-lateral trade agreement between India and Bidder’s country. The bidder shall liable to provide all documentation to ensure availment of the exemption / waiver. In case the bidder defaults on this due to any reason whatsoever, they shall be liable to bear the incremental Custom Duty applicable, if any. Any Custom Duty applicability on account of any change in the bi-lateral / multi-lateral agreement shall be in bidder’s account.

Page 61 of 163

Page 62: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 9 of 20

Documentation to be furnished for availing any exemption / waiver of Custom Duty shall be specifically listed in Letter of Credit also as the pre-requisite for release of payment against shipping documents and this documentation shall necessarily from a part of shipping documents.

vi. BPCL shall issue Concessional Form ‘C’ for Central SalesTax, for all applicable cases. vii. Comparison shall be done on equivalent Indian Rupees considering RBI Reference Rate of Foreign

Exchange published on the day of opening of the Price Bids. viii. Third Party Inspection charges for foreign bidder must be included in quoted prices or anything

specifically mentioned in RFQ documents.. ix. Excise Duty, Central Sales Tax, VAT on Supplies & Service Tax shall not be included in the quoted

prices and shall be payable extra at actual. BPCL shall claim eligible credit on CENVAT/Service Tax/VAT quoted by the Bidder and therefore eligible portion of CENVAT/Service Tax/VAT shall be considered for price comparison. Bidder shall be required to furnish proper invoices issued in accordance with relevant rules for enabling BPCL to avail CENVAT benefits. Further, the amount of Excise Duty, Service Tax & VAT shall only be payable against submission of CENVATABLE/ VATABLE Invoices, subject to maximum amount quoted in the Offer and in case of non-submission, will not be paid.

x. Bidders quoted transportation charges shall be inclusive of service tax plus education cess thereupon applicable on transportation.

xi. Transit Insurance/ Marine Insurance shall be excluded from Supplier’s scope for the items where only supply is involved, and in such cases, the same shall be arranged by the Owner. For purchases involving Site Work, the Comprehensive Insurance (Transit/Marine cum Storage, Erection, till handing over of equipment) shall be in the scope of Supplier.

xii. Owner reserves its right to allow Public Sector Enterprises (Central/State), Micro & Small Enterprises (MSEs) and MSEs owned by Scheduled Caste (SC)/ Scheduled tribe (ST) entrepreneurs, purchase preference as admissible/applicable from time to time under the existing Govt. policy. Bidder to submit documentary evidence for the same duly certified by Statutory Auditor of the bidder or a practicing Charted Account (not being an employee or a Director or not having any interest in the Bidder’s company / firm) where audited accounts are not mandatory as per law.). In this regard, item wise quantity may be splitted and the quoted price shall remain valid.

xiii. If various item rates are present in the RFQ and if there is correction/wrong entry or a difference between the values entered in figures and in words, the following procedure shall be adopted for evaluation.

i. When there is a difference between the rate in figures and in words for an item, the rate which corresponds to the amount worked out by the Bidder for the item based on the notional quantity specified, shall be taken as correct.

ii. When the rate quoted by the Bidder in figures and words tallies but the amount is incorrect, the rate quoted by the Bidder shall be taken as correct.

iii. When it is not possible to ascertain the correct rate as detailed above, the rate quoted for the item in words shall be adopted as the quoted rate.

iv. If the total amount written against an item does not correspond to the rate written in figures and if the rate in words is missing, then the higher of the rates, i.e. higher of the rate worked out by dividing the amount by the notional quantity and the rate quoted shall be considered for evaluation In the event that such a bid is determined as the lowest bid, the lower of the rates shall be considered for award of works.

8.0 SPECIAL NOTES ON TAXES/DUTIES AND CENVAT BENEFITS:

(i) CST/ Kerala VAT (Applicable only on supplies being made from within state of Kerala), as applicable during the contractual delivery period, shall be paid by the supplier and the same shall be reimbursed on submission of the documentary proof. 'C' Form for CST will be issued for all applicable cases. However no concessional form is applicable for Kerala VAT.

(ii) CENVAT BENEFITS: In view of CENVAT/ Input credit benefits being available to BPCL on Excise Duty, no loading on Cenvatable excise duty and/ or interest thereon shall be considered for comparison of bids. In the case of Kerala VAT on Supplies, loading will be done to extent of 80% of VAT rate (since VAT credit is available for 20% only) In the case of Service Tax, Cenvat credit against Service Tax shall be available to BPCL to the extent of 96% only. Hence loading of 4% of Service Tax rate shall be considered for Price evaluation.

(iii) BPCL shall claim CENVAT benefits on Excise Duty, Kerala VAT /CVD/SAD/Service Tax as well as the cess applicable and accordingly Excise Duty /VAT/CVD/SAD/Service Tax, Cess shall be considered and necessary credit shall be given for evaluation and comparison of

Page 62 of 163

Page 63: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 10 of 20

bids. Credit shall be taken during evaluation for 20% of Kerala VAT rate, 96% of Service Tax rate and full amount for other Cenvatable taxes and duties.

(iv) Excise Duty, Central Sales Tax, Kerala VAT & Service Tax shall not be included in the quoted prices and shall be payable extra at actuals. Further, the amount of Excise Duty, Service Tax, Central Sales Tax, KVAT shall only be payable against submission of supporting documents/Cenvatable/Vatable invoices subject to maximum amount quoted in the offer and in case of non-submission, will not be paid.

(v) Non Cenvatable Excise Duty, if any is to be included in quoted prices & no variation on any

account (including statutory variation) shall be paid by Owner. (vi) All New taxes/duties/cess/levies notified after the last date of submission of bid (final bid due

date) but within contractual delivery/ completion period, shall be to Owner’s account.

(vii) The bidder shall be required to furnish details of any special dispensation regarding concessional/ exempted taxes/ duties.

9.0 PRICE REDUCTION SCHEDULE TOWARDS DELAY IN DELIVERY:

i. For Indigenous Vendor:

a) In case item involving supply and site work:- Price Reduction Schedule towards delay in delivery for domestic bidder shall be applicable as per clause no. 9.0 of GPC Indigenous of RFQ subject to following modification:

“Price Reduction schedule for (Supply + Site work) shall be @ 0.5% of value of total order value (TOV) of per week of delay or part thereof subject to maximum of 5% total order value (TOV)”.

b) In case item involving only supply:- Delayed Delivery shall be as per clause 9 of GPC (For Indigenous materials & equipments).

ii. For Foreign Vendor:

c) In case item involving supply and site work:-

Price Reduction Schedule (Supply + Site work) towards delay in delivery for foreign bidder shall be applicable as per clause no. 17 of GPC Import of RFQ subject to following modification: “Imports, for any delay in delivery of equipments / materials or part thereof beyond the delivery date stipulated, the vendor shall be liable to pay, compensation at 0. 5% of the total FOB Value of order per week of delay or part thereof subject to maximum of 5% of the total FOB Value of order”.

a) In case item involving only supply:- Delayed Delivery shall be as per clause 17 of GPC (For Foreign materials & equipments).

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

10.0 Guarantee / Warranty Period :-

i) For Indigenous Vendor:

a) In case item involving supply and site work including comprehensive Insurance policy:-

In partial modification of the terms specified in clause 30 of GPC –12 months from the date of handing over of duly completed plant/equipment/system as per the contract at site to the owner.

b) In case item involving supply and site work excluding comprehensive Insurance policy:- Performance Guarantee shall be as per clause 30 of GPC (For Indigenous materials & equipments).

c) In case item involving only supply:- Performance Guarantee shall be as per clause 30 of GPC (For Indigenous materials & equipments).

Page 63 of 163

Page 64: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 11 of 20

ii) For Foreign Vendor:

a. In case item involving supply and site work including comprehensive Insurance policy:-

In partial modification of the terms specified in clause 26 of GPC –12 months from the date of handing over of duly completed plant/equipment/system as per the contract at site to the owner.

b. In case item involving supply and site work Excluding comprehensive Insurance policy:- Performance Guarantee shall be as per clause 26 of GPC (For Foreign materials & equipments).

c. In case item involving only supply:- Performance Guarantee shall be as per clause 26 of GPC (For Foreign materials & equipments).

SECTION-C: COMMERCIAL LOADING OF OFFERS IN CASE OF DEVIATIONS

11.0 BASIS OF LOADING:

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

12.0 PAYMENT TERMS:

i. Any differential payment terms offered by an Indian supplier as against the terms specified in the RFQ/ GPC shall be loaded @ 15% (simple interest) per annum for the applicable period as under: Drawing approval : 80% of the delivery period Sub-ordering of raw materials : 75% of the delivery period Receipt of raw material at vendor’s works : 50% of the delivery period Final 10% also against dispatch documents : one month

Period of any other stage shall be suitably decided at the time of evaluation. In cases like turnkey jobs, to derive the delivery period of supply items, the total period of turnkey jobs shall be split into delivery period of supplies & site work period in the ratio of 70:30 for loading of differential payment terms for the supply periods as defined above.

ii. Foreign suppliers shall not be permitted to offer differential payment terms as against the terms specified in the RFQ/ GPC and in case they insist, their offer shall be rejected.

iii. Advance along with FOA/ PO will not be allowed. If a supplier insists for advance payment along with FOA/PO, his offer shall be rejected.

13.0 PERFORMANCE BANK GUARANTEE (PBG):

i. Performance Bank Guarantee shall be required in all cases of supplies of all values. In case a supplier offers to give a PBG for less than 10% of order value, or for a lesser period than what is provided in GPC, loading shall be done for the differential amount and/ or the differential period. For differential period/ amount, the following example will amplify the methodology of loading (if GPC specifies 10% PBG for 18 months + 3 months claim period = Total 21 months):

For differential period: Period offered by Bidder Loading 10% for 21 months - No loading 10% for 18 months - 10% x 3/21 = 1.43% 10% for 12 months - 10% x 9/21 = 4.29% 10% for 6 months - 10% x 15/21 = 7.14%

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

ii. In case, bidder does not agree to submit the PBG, 10% payment shall be deducted and withheld till the guarantee period.

iii. In case, Bidder does not agree to submit the PBG or agree for deduction as per Cl. 13.(ii) above, the offer shall be liable for rejection.

14.0 DELAYED DELIVERIES:

i. For Supply Only: [considering 0.5% un-delivered order value (UDOV) ~ 5% total order value

(TOV)]

Page 64 of 163

Page 65: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 12 of 20

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

0.5% UDOV to 5%TOV : No loading 0.5% UDOV to 5% UDOV : 5%

0.5% UDOV to less than 5% TOV : Differential between the offered %age and 5% Any other deviation/Liquidated : 5% Damages/ penalty or non acceptance of price reduction schedule

ii. For Supply + Site Work: [considering 0.5% total order value (TOV) ~ 5% total order value

(TOV)]

0.5% TOV to 5%TOV : No loading 0.5% UDOV to 5%TOV : 5% loading 0.5% TOV to less than 5% TOV : Differential between the Offered % and 5% Any other deviation/Liquidated : 5% Damages/ penalty or non acceptance of price reduction schedule

15.0 PRICE VARIATION:

Suppliers must quote firm & fixed prices unless price variation is specified in the RFQ. Where price variation is permitted as per RFQ, the loading thereto shall be as follows:

a) Firm Price No loading

b) In case of Price Variation formula with ceiling Loading by ceiling percentage offered.

c) No ceiling on the formula specified (This loading shall be done only after putting efforts with Supplier to indicate ceiling and obtaining BPCL’s approval)

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

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

Offer may be rejected.

16.0 FREIGHT CHARGES:

i. Indian Suppliers shall quote firm freight charges up to destination by road transport for all cases until unless specified otherwise in the RFQ documents.

17.0 INDIAN TAXES/ DUTIES:

In case a supplier states that taxes/duties are not applicable at present and will be charged as applicable at the time of delivery then his bid shall be loaded by the maximum rate of taxes/duties applicable.

18.0 DELIVERY/COMPLETION PERIOD:

The required delivery / completion period will be stipulated in the RFQ and the bids with longer than required delivery shall be liable for rejection.

19.0 UTILITIES:

Cost loading in respect of utilities etc. will be considered as mentioned in RFQ documents.

20.0 FOREIGN EXCHANGE RATE VARIATION/CUSTOM DUTY VARIATION FOR INDIAN BIDDERS

(ON BUILT-IN IMPORT CONTENT) :

i. Prices shall remain firm and fixed without any escalation except for statutory variation in customs duty rate.

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

Page 65 of 163

Page 66: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 13 of 20

ii. Indigenous bidders shall be required to quote their prices including customs duty (Merit rate) towards their built in import content. CIF content in Indian Rupees shall also be furnished by Bidders along with the merit rate of customs duty considered.

iii. The statutory variation in customs duty shall be subject to the following guidelines and the supplier shall confirm the following in their bid:

(a) Maximum CIF value of import content shall be furnished in the bid.

(b) The material to be imported covering the above CIF value to be indicated in the bid.

(c) Any increase in price due to increase in customs duty rate beyond two-third of the quoted delivery period will be to supplier’s account. However, any decrease in price due to decrease in customs duty rate at the time of actual clearance of imported materials shall be passed on to BPCL.

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

21.0 VAT ON WORKS CONTRACTS/ SERVICE TAX/ SPLITTING OF ORDERS:

i. Wherever site work is involved, suppliers shall quote their prices inclusive of VAT on Works Contracts. The Supplier shall submit the assessment/ liability certificate from Sales Tax Authority stating the tax due on Contract/ Running bill submitted for payment for enabling BPCL to deduct the VAT on Works Contract as per the certificate, from Suppliers Invoices and remittance to tax authorities. TDS Certificate towards deduction of VAT on Works Contract shall be provided to supplier by owner. Payment to the Supplier will be released only on receipt of the aforesaid certificate. The Supplier shall submit the total tax liability certificate along with final bill. Under no circumstance, the Supplier should remit VAT on Works Contract directly to the Department. Any loss to BPCL, due to direct remittance of VAT on Works Contract by Supplier will be recovered from Supplier. BPCL shall not be responsible for any delay in payment/ non-payment of bill due to delay in submission/ non-submission of the aforesaid certificate. Order for Supply and Site Work shall not be split and only single order covering the entire scope of work on each supplier shall be placed.

ii. Wherever, Service Tax is applicable, Suppliers shall quote their prices exclusive of Service Tax. Supplier shall be required to furnish Invoices towards Service Tax in order to enable BPCL to avail credit of the same. Presently BPCL is able to avail credit of 96% of the Service Tax rate only. Hence, 4% of Service Tax rate shall be loaded for price evaluation. The same is not applicable for service tax on transportation charges, since CENVAT Benefits not available.

22.0 ENTRY TAX:

Entry Tax is not applicable presently in the State of Kerala and Bidder’s should not include the same in their quoted rates/prices. In case Entry Tax is leviable at a later date, the same shall be borne by Owner.

23.0 REJECTION CRITERIA:

Bidder shall strictly comply with the technical and commercial requirements. Bid shall be considered non responsive and rejected, if bidder insists on deviations to the under mentioned provisions of RFQ/Bidding document:

i) Bid Security amount, Bid security validity, issuing bank and any major deviation to format of Bid security. However this shall not be applicable in case Bid security is not required as per RFQ/Bidding Document.

ii) Advance payment along with FOA/ PO.

iii) Unless specified in the RFQ, Price variation with no formula and no ceiling.

iv) Price change/implication against TQ/CQ when there is no change in scope of work, specification and terms & conditions of MR/RFQ.

v) Delivery / completion schedule.

vi) Guarantee/ Defects Liability Period

vii) Inadequate Bid Validity

viii) Performance bank Guarantee or any other bank guarantee mandatorily required against Milestone or supervision or Price Reduction Schedule (PRS)

Page 66 of 163

Page 67: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 14 of 20

24.0 SUO-MOTO CHANGES IN PRICES:

(i.) Any Suo-moto reduction in price offered by a supplier within the bid validity by way of discount or revised prices subsequent to the bid due date and which is not as a result of any change in scope of supply or terms and conditions, shall not be taken into account for evaluation. However, such reduction in price shall be taken into account for ordering if such supplier happens to be the recommended supplier as per the originally quoted prices.

(ii.) However, in the event of any suo-moto price increase sought by a supplier subsequent to the bid due date and which is not as a result of any change in scope of supply or terms and conditions, the bid of such a supplier shall be rejected for the items in which such suo-moto increase is made.

(iii.) Any wrong interpretation of taxes & duties or any taxes & duties not specified in the offer shall be borne by Bidder.

25.0 PRICE IMPLICATION NOT PERMITTED:

Price implications on account of technical clarifications shall not be permitted as long as BPCL/EIL do not change the specifications/ scope spelt out in the RFQ.

26.0 INTEGRITY PACT:

For all RFQs/ enquiries of value exceeding Rs 1 (One) Crore, the bidder shall comply with the requirements of the Integrity Pact (IP) and Integrity Pact of RFQ/Bidding document shall be accepted and Bidder must submit the same duly signed & stamped along with their bid. Failure to submit the Integrity Pact shall lead to outright rejection of Bid.

Bidding shall be through E-tendering methodology as per Enclosed Annexure-I to RFQ..

SECTION-D: SPECIAL CONDITIONS.

27.0 DELIVERY SCHEDULE/ COMPLETION PERIOD:

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

ii. Failing to meet the delivery schedule/ completion period will be subject to price reduction and/or other remedies available to the purchaser in RFQ documents.

iii. Price Reduction Schedule (PRS) shall be applicable as per Clause 9.0 of GPC (Indian) & clause no. 17 of GPC (Imported) and mentioned in RFQ Covering letter.

(iv.) The delivery schedule/ completion period shall be reckoned from the date of Fax of Acceptance.

(V.) For Indian Bidder date of LR/GR shall be considered as date of delivery or date of receipt of material at site shall be the date of delivery as specified in RFQ/FOA/PO. For Foreign Bidder date of clean bill of Lading shall be considered as date of Delivery.

(VI.) In case of foreign bidder, quoted FOB Port of Exit prices shall be inclusive of all charges, all taxes & duties, applicable upto FOB port of exit.

28.0 DESPATCH INSTRUCTIONS FOR INDIGENOUS SUPPLIES:

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

ii. Following despatch documents are required to be submitted by the Indigenous supplier immediately after shipment is made.

Commercial Invoice

Dispatch instructions/ clearance by Purchaser/Consultant.

Inspection Release Note by Third Party Inspection Agency/ Purchaser/ Consultant.

LR/ GR

Packing List

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

Certificate of Measurement and Weight

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

Page 67 of 163

Page 68: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 15 of 20

29.0 NEW / ADDITIONAL TAXES & DUTIES (Applicable for Indian Bidder):

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

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

iii. The statutory variations on Customs duty (rate) considered on above CIF value of built – in import content, within contractual delivery period shall be to Employer’s account against submission of the documentary evidence. However, any increase in the rate of Customs duty beyond the contractual completion period shall be to bidder’s account. In case of wrong classification, no variation including statutory variation of Customs Duty will be payable extra. Any decrease in the rate of Customs duty shall be passed on to the Employer.

iv. The statutory variations on Excise rate and amount of Excise Duty, CST with concessional form & VAT without concessional form, which will be payable on the finished goods and Cenvatable Service Tax, as applicable, within the contractual delivery period shall be to Employer’s account against submission of the documentary evidence. Any increase in the rate of these taxes and duties beyond the contractual completion period shall be to bidder’s account. However, any decrease in the rate of taxes & duties shall be passed on to the Employer.

v. Works Contract Tax & service tax on transportation, if applicable, shall be included in the quoted prices and no variation including statutory variations shall be payable by BPCL.

30.0 RECOVERY OF CUSTOM DUTY, EXCISE DUTY AND SALES TAX:

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

31.0 GOVERNING LAW:

Laws of India will govern the Agreement. All matters relating to this contract are subject to the exclusive jurisdiction of the Courts situated in Kochi, Ambalamugal (District), Kerala (India).

32.0 PURCHASER’S RIGHTS AND REMEDIES:

Without prejudice to PURCHASER’s right and remedies under Agreement, if SUPPLIER fails to commence delivery as per agreed schedule and/or in reasonable opinion of the PURCHASER, SUPPLIER is not in a position to makeup the delay to meet the intended purpose, the PURCHASER may terminate the AGREEMENT in full or part at SUPPLIER’s default and may get supplies from other sources at SUPPLIER’s risk and cost.

33.0 DEDUCTION AT SOURCE:

i. Purchaser will release the payment to the Supplier after effecting deductions as per applicable law in force. Purchaser will release the payment to the Supplier after effecting deductions as per applicable law in force. Owner shall deduct VAT on Works Contract as applicable & shall furnish TDS certificate to supplier.

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

34.0 STATUTORY APPROVAL RELATED WITH SUPPLIES / WORKS:

Approval from any authority (i.e. Inspector of Boiler, Electrical Inspector, and Municipal Corporation

of Greater Kochi (MCGK) etc.) required as per statutory rules and regulations of Central/ State

Government shall be the responsibility of Contractor agency.

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

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

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

for want of the approval/ inspection by concerned authorities. The Contractor agency shall arrange

the inspection of the works by the authorities and necessary coordination and liaison work in this

respect shall be the responsibility of the Contractor agency. Reimbursement by the OWNER of the

Page 68 of 163

Page 69: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 16 of 20

statutory fees payable by Contractor agency (as per advance approval of OWNER) may be provided

for, subject to submission of receipt.

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

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

authorities shall be the responsibility of the Contractor agency. List of all documents, drawings, forms, affidavits etc required for the approvals shall be submitted by the contractor agency.

35.0 LIEN:

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

36.0 LIMITATION OF LIABILITY:

Notwithstanding anything contrary contained herein, the aggregate total liability of Seller under the Agreement or otherwise shall be limited to 100% of Agreement/ Order price. However, neither party shall be liable to the other party for any indirect and consequential damages, loss of profits or loss of production.

SECTION-E: GENERAL INSTRUCTIONS

37.0 GENERAL: Bidders shall submit their Bids in following manner & containing the listed inputs, duly

filled-in, stamped & signed by authorized signatory of Bidder holding Power of Attorney, as a

minimum requirement:

a) PART-I: UNPRICED OFFER

A. All technical specifications as per requirement of MR.

B. Agreed Terms & Conditions duly filled in.

C. Terms & Conditions for Supervision of Erection/Testing/Commissioning, if applicable

D. Terms & Conditions for Site Work, if applicable

E. Copy of Registration with EIL, if applicable

F. Copy of MOU/ MOM, if any, signed with EIL and referred in offer.

G. Integrity Pact, duly filled-in, stamped & signed on each page (if applicable).

H. Complete Audited Financial Report of latest preceding Financial year.

I. Deviation sheet, if any.

J. Price Schedule with prices blanked out but “Quoted/ Not quoted” to be mentioned & its relevant enclosures, duly filled-in, stamped & signed on each page.

b) PART-II: PRICED OFFER

A. Price Schedule with prices filled in.

B. Statement that all specifications and terms & conditions are as per un-priced part of offer.

Note:

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

38.0 FRAUDULENT PRACTICES:

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

Page 69 of 163

Page 70: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 17 of 20

b) In case, the information/ document furnished by the Bidder/ Contractor forming basis of evaluation of his bid is found to be false/ forged after the award of the contract, Owner shall have full right to terminate the contract and get the remaining job executed at the risk & cost of such Bidder/ Contractor without any prejudice to other rights available to Owner under the contract such as forfeiture of CPBG/ Security Deposit, withholding of payment etc.

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

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

39.0 ONE BID PER BIDDER:

a. A Bidder shall submit only one bid in the same bidding process. A Bidder who submits or

participates in more than one bid will cause all the proposals in which the bidder has

participated to be disqualified.

b. Alternative price bids are not acceptable.

40.0 LANGUAGE OF BID:

a) The Bid prepared by the bidder, all correspondence/drawings and documents relating to the

bid exchanged by the bidder with the Owner/Consultant shall be in English Language alone

provided that any document furnished by the bidder may be written in another language so

long as accompanied by an English translation, in which case, for the purpose of interpretation

of the bid, the English translation shall govern.

b) In the event of submission of any document/ certificate by the Bidder in a language other than

English, the English translation of the same duly authenticated by Chamber of Commerce of

Bidder’s country shall be submitted by the Bidder. Metric measurement system shall be

applied.

41.0 EARNEST MONEY DEPOSIT:

Bidder shall furnish, as part of its Bid, EMD for an amount as indicated in the NIT/ IFB. If the Bidder is unable to submit Bid Document Fee & EMD in original within the due date & time, then bidder shall submit the original Bid Document Fee & EMD within 7 days from the date of unpriced bid opening, provided copy of the same have been uploaded on E-Tendering Website. In case the bidder fails to submit the same in original within 7 days, then their bid shall be rejected, irrespective of their status/ ranking in tender and notwithstanding the fact that a copy of Bid Document Fee & EMD was earlier uploaded by the bidder. OWNER shall not pay any interest on EMD furnished. The EMD shall be in favour of BPCL and shall be acceptable in the form of Crossed Demand Draft or Bank Guarantee in the prescribed pro-forma.

The Bank Guarantees/DD for EMD shall be issued by any Scheduled Commercial Bank (other than co-operative Bank) in India or any Indian Branch of Foreign Bank and same shall be as per the format given in this bidding document. Swift Message or Cash or Cheque in lieu EMD shall not be acceptable.

The bank guarantee for submission of EMD shall be valid as period mentioned in EMD / Bid Security format or elsewhere mentioned in Bid Document / RFQ. EMD/ Bid securities of unsuccessful bidders will be returned upon award of Contract. However, EMD of the successful Bidder will be returned upon the Bidder's acceptance of PO/ signing the Contract and furnishing the PBG. The EMD may be forfeited:

If a Bidder withdraws its bid during the period of Bid Validity or does any breach of tendering terms and conditions, or

If a bidder modifies his bid on his own.

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

i. To submit the order acceptance.

ii. To furnish the PBG.

Page 70 of 163

Page 71: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 18 of 20

42.0 MODIFICATION AND WITHDRAWAL OF BIDS:

a) The Bidder may modify / withdraw its Bid prior to the due date prescribed for submission of Bids.

b) No bid shall be modified subsequent to the deadline for submission of bids. c) No bid shall be allowed to be withdrawn in the interval between the deadline for submission

of bids and the expiration of the period of bid validity specified by the bidder. Withdrawal of a bid during this interval shall result in the forfeiture of bidder’s bid security.

43.0 EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS:

a. The Owner/EIL will examine the bids to determine whether they are complete, whether any computational errors have been made, whether the documents have been properly signed, and whether the bids are generally in order.

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

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

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

44.0 OWNER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID:

The Owner/EIL reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time prior to award of the order without thereby incurring any liability to the affected bidder or bidders or any obligations to inform the affected bidder or bidders of the ground for Owner/EIL’s action.

45.0 NOTIFICATION OF AWARD:

d) Prior to the expiration of period of bid validity Owner /EIL will notify the successful bidder in writing by fax/e-mail to be confirmed in writing, that his bid has been accepted. The notification of award/ Fax of Acceptance will constitute the formation of the Order.

e) The Delivery Schedule shall commence from the date of notification of award/ Fax of Acceptance (FOA).

f) Award of Contract/Order will be by issuing Fax of Acceptance (FOA) of your bid. FOA will contain price, delivery and other salient terms of bid and RFQ Document.

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

46.0 WAIVER OR TRANSFER OF THE AGREEMENT:

The successful bidder shall not waive the Agreement or transfer it to third parties, whether in part or in whole, nor waive any interest that is included in the Agreement without the prior written permission of the Owner.

47.0 T&C FOR FOREIGN SUPPLIERS OPERATED THROUGH THEIR INDIAN OFFICE /

SUBSIDIARIES:

Page 71 of 163

Page 72: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 19 of 20

I. The parent company shall issue an authorization from the authorized signatory like CEO, CFO, CS to confirm their authorization to the subsidiary to manufacture & supply the equipments.

II. The parent company shall furnish a back-up guarantee duly signed by above signatory for the performance of the equipment.

III. The order shall be placed on Indian subsidiary and the payment shall be released to Indian subsidiary.

IV. Indian subsidiary shall be a manufacturing company in the same product & not a liaison / representative office.

V. Bidder to submit bipartite agreement between parent & subsidiary to ensure experience & compliance to contract.

VI. All critical components / parts to be supplied by parent company only which is enlisted with EIL.

48.0 TAX RESIDENCY CERTIFICATE (TRC) FORMAT FOR FOREIGN BIDDER:

Foreign Bidder shall submit Tax Residency Certificate (TRC) duly filled in detailed format enclosed

with RFQ Document.

49.0 REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN NATIONALS:

i) All Foreign nationals coming to India for execution of Projects/ Contracts will have to apply for Employment Visa only and that grant of Employment Visa would be subject to strict adherence of following norms:

a. Employment Visa is granted only for the skilled and qualified professionals or to a person who is

being engaged or appointed by a Company, Organization, Industry or Undertaking etc. in India

on contract or employment basis at a senior level, skilled position such as technical expert, senior

executive or in managerial position etc.

b. Request for Employment Visa for jobs for which large number of qualified Indians are available, is

not considered.

c. Under no circumstances an Employment Visa is granted for routine, ordinary secretarial/ clerical

jobs.

ii) Suppliers are advised in their own interest to check latest Visa rules from Indian Embassy/ High Commission in their country in case Foreign nationals are required to be deputed to India during execution of the Contract.

50.0 Order of Precedence of Commercial Documents:

In case of an irreconcilable conflict between RFQ, Special Instructions to Bidders & General Purchase Conditions (GPC), the following shall prevail to the extent of such irreconcilable conflict in order of precedence: i) RFQ ii) Special Instructions to Bidders iii) General Purchase Conditions (GPC)

SECTION-F: ADDITIONAL CLAUSES TO GPC

51.0 The following is additional to Clause No. 38.0 of GPC(Indigenous):

Settlement of dispute between CPSEs or CPSEs & Government Departments

In the event of any dispute or difference relating to the interpretation and application of the provisions of the contracts, such dispute or difference shall be referred by either party for Arbitration to the sole Arbitrator in the Department of Public Enterprises to be nominated by the Secretary to the Government of India in-charge of the Department of Public Enterprises. The Arbitration and Conciliation Act, 1996 shall not be applicable to arbitration under this clause. The award of the Arbitrator shall be binding upon the parties to the dispute, provided, however, any party aggrieved by such award may make a further reference for setting aside or revision of the award to the Law Secretary, Department of Legal Affairs, 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.

Page 72 of 163

Page 73: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 20 of 20

ANNEXURE-A INTEGRATED REFINERY EXPANSION PROJECT (IREP) OF

M/s BPCL KOCHI REFINERY, KOCHI, KERALA (INDIA) (Job No. A307)

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

Foreign bidder may source components / sub-supplies and services from India, if allowed as per Material Requisition. Such sub-supplies / services shall be subject to following Commercial Terms & Conditions:

1. PRICING:

1.1 The Foreign bidder shall quote firm price for items being sourced from India in Indian rupees on FOT Site basis inclusive of packing, forwarding, transportation, all applicable taxes, duties & levies payable upto site.

1.2 Materials if ordered against this Bidding Document are required to be dispatched on door delivery basis through a reliable bank approved Road Transport Company unless the transport company is named by the Owner.

2. AWARD OF ORDER:

Client will place single order for Main Supplies/ Services including Indian source supplies/ Services

with single point responsibility taken care by foreign (principal) bidder. However obligation of

Performance Bank Guarantee & Price Reduction Schedule for complete package shall always be in

scope of foreign (principal) Bidder.

3. DELIVERY: The delivery period for items being sourced from India, shall be on FOT site basis within the delivery period specified for foreign bidder as per Terms of Bidding document.

4. PRICE REDUCTION SCHEDULE FOR DELAY IN DELIVERY / SERVICES: PRS for delay in deliver / services shall be applicable on total order value including Indian sourced component / Service.

5. OVERALL RESPONSIBILTY:

Overall responsibility towards the contractual obligations like delivery, bid security, order execution,

performance guarantee etc. including supplies being sourced from India shall be only with the

foreign (principal) bidder.

6. PERFORMANCE BANK GUARANTEE Foreign (principal) bidder shall submit one performance bank guarantee as per GPC for total order

value including value of items source from India.

7. INSPECTION

i. Inspection of Item being sourced from India shall be by EIL/Owner.

ii. Any change in sourcing from indigenous supplies to imported supplies and vice-versa after bid

submission is not permitted.

iii. Considering EIL Inspection charges, during evaluation prices of Indigenous source item shall be

loaded by @1.25% of FOT Despatch Point Price price.

8. PAYMENT TERMS:

8.1 Indian Sourced supplies:

100% payment along with taxes and duties will be paid against receipt & acceptance of Indian sourced goods/material at project site and on presentation of invoice suitable for availing Cenvat.

8.2 Payment of Indian source supplies/Services shall be released directly to Indian counterpart against Invoices raised by Indian counterpart duly endorsed by Foreign principal for payment.

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

9. In case of any deviation to above requirement, loading shall be applicable as mentioned for Indian Bidder.

Page 73 of 163

Page 74: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

ShamPatroleUI"

BHARAT PETROLEUM CORPORATION LIMITEDKOCHI REFINERY

GENERAL PURCHASE CONDITIONS

FOR IMPORTED MATERIALS AND EQUIPMENTS

INDEX

1. DEFINITIONS 19.REJECTION, REMOVAL OF REJECTED

GOODS AND REPLACEMENT2.

REFERENCE FOR DOCUMENTATION

20.

PRICE3.

IMPORT LICENCE

21.

TERMS OF PAYMENT4.

CONFIRMATION OF ORDER

22.

RECOVERY OF SUMS DUE5.

SALES CONDITIONS

23.

MODIFICATIONS6.

COMPLETE AGREEMENT

24.

CANCELLATION7.

INSPECTION-CHECKING- TESTING

25.

PATENTS AND ROYALTIES8.

EXPEDITING

26.

PERFORMANCE GUARANTEE9.

WEIGHTS AND MEASURES

27.

NON-WAIVER10.

OILS & LUBRICANTS

28.

NO ASSIGNMENT11.

SPARE PARTS

29.

VENDOR'S DRAWINGS AND12.

PACKING AND MARKINGDATA REQUIREMENT

13.

SHIPMENT AND SHIPMENT NOTICES30.

TECHNICAL INFORMATION

14.

SHIPPING31.

SERVICES OF VENDOR'S PERSONNEL

15.

TRANSIT RISK INSURANCE32.

ARBITRATION

16.

RESPECT FOR DELIVERY DATES33.

PART ORDER/REPEAT ORDER

17.

DELAYED DELIVERY34.

ADDRESSES

18.

DELAYS DUE TO FORCE MAJEURE

-1-

•Page 74 of 163

Page 75: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

1. DEFINITIONS:

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

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

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

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

3. IMPORT LICENCE:

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

4. CONFIRMATION OF ORDER:

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

6. SALES CONDITIONS:

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

6. COMPLETE AGREEMENT:

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

7. INSPECTION-CHECKING-TERMS:

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

-2-

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

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

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

7.4 The Vendor will have to-

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

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

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

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

8. EXPEDITING:

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

9. WEIGHTS AND MEASUREMENTS:

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

•Page 75 of 163

Page 76: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

10. OILS & LUBRICANTS:

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

11. SPARE PARTS:

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

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

12. PACKING AND MARKING:

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

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

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

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

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

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

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

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

All threaded fittings shall be packed in cases.

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

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

BHARAT PETROLEUM CORPORATION LIMITEDKOCHI REFINERYAMBALAMUGAlKOCHI-682302

From

To:

Chief Manager (Projects)

Bharat Petroleum Corporation Ltd.

Koehl Refinery, AmbalamugalKochi - 682 302

Purchase Order No.

Item:

Equipment:

NetWeight:

Gross Weight:

Case No.

Dimensions:

Kgs.

Kgs.

of

-3-

Total Cases:

•Page 76 of 163

Page 77: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

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

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

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

13. SHIPMENT AND SHIPMENT NOTICES:

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

14 SHIPPING:

14.1 SEA SHIPMENT:

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

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

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

-4-

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

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

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

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

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

The bill of lading Shall Indicate the following:

Shipper: Government of India

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

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

•Page 77 of 163

Page 78: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

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

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

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

14.2 AIRSHIPMENT:

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

14.3 TRANSMISSION OF SHIPPING DOCUMENTS:

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

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

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

17. DELAYED DELIVERY:

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

18. DELAYS DUE TO FORCE MAJEURE:

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

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

19. REJECTION, REMOVAL OF REJECTED GOODSAND REPLACEMENT:

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

20. PRICE:

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

4414

BPCL, Kochi Refinery

4 (including 1original)

444

Documents

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

TRANSIT RISK INSURANCE:

16.

15.

-5-

•Page 78 of 163

Page 79: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

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

21. TERMS OF PAYMENT:

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

22. RECOVERY OF SUMS DUE:

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

23. MODIFICATIONS:

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

24. CANCELLATION:

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

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

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

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

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

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

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

25. PATENTS AND ROYALTIES:

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

-6-

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

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

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

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

27. NON-WAIVER:

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

28. NO ASSIGNMENT:

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

•Page 79 of 163

Page 80: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

consent of the Owner.

29. VENDOR'S DRAWINGS AND DATA REQUIREMENT:

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

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

30. TECHNICAL INFORMATION:

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

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

31. SERVICES OF VENDOR'S PERSONNEL:

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

-7-

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

Vendor's personnel shall be indicated in the quotationitself.

32. ARBITRATION:

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

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

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

34. ADDRESS:

Bharat Petroleum Corporation Ltd.

Kochi Refinery

AmbalamugalKochi - 682 302

INDIA

Tel: 91-484-2722061-69

Fax: 91-484-2721094/2720855/56

•Page 80 of 163

Page 81: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Pag

e 81

of

163

Page 82: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Pag

e 82

of

163

Page 83: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Pag

e 83

of

163

Page 84: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Pag

e 84

of

163

Page 85: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Pag

e 85

of

163

Page 86: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Pag

e 86

of

163

Page 87: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Pag

e 87

of

163

Page 88: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

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

Page 88 of 163

Page 89: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Job No. : A307 BPCL-KR - IREP

SPR-Foreign Page 1 of 1

SPECIAL PACKAGING REQUIREMENTS

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

Page 89 of 163

Page 90: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

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

Page 90 of 163

Page 91: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

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

Page 91 of 163

Page 92: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

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:

IREP

BPCL

Requisition No. Rev

A307-000-WI-MR-3785 A

Page 1 of 9

MATERIAL REQUISITION (TOP SHEET)

ITEM: SPRING SUPPORTASSEMBLIES

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)

A307 000 WI 3785MR 16/07/2015 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) BPCL, KOCHI, KERALA 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 16/07/2015 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 :II

SD RP LKK

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

REV. DATE BY CHK. APPD. DETAILS

Page 92 of 163

Page 93: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

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:

IREP

BPCL

Requisition No. Rev

A307-000-WI-MR-3785 A

Page 2 of 9

LIST OF ATTACHMENT

DOCUMENT TITLESR. NO DOCUMENT NO.REVISION

NO. DATE 1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

ADDITIONAL TECHNICALREQUIREMENTS

TECHNICAL NOTES FOR SPRINGSUPPORT ASSEMBLIES

INSPECTION AND TEST PLAN FORSPRING SUPPORT ASSEMBLIES

SPRING SCHEDULE

HEAVY PIPE CLAMP FOR INSULATEDCS/AS/SS PIPE SIZE 1/2" THRU24" TYPE-C10.

HEAVY PIPE CLAMP FOR BARECS/AS/SS PIPE SIZE 1/2" THRU.24" TYPE-C16

TURN BUCKLE (HEAVY) FOR PIPEHANGER SUPPORT SIZE 1/2" THRU24"

BEAM ATTACHMENT (HEAVY) FORPIPE HANGER SUPPORT SIZE 1/2"THRU 24"

LUG AND CLEVIS (HEAVY) FOR PIPEHANGER SUPPORT SIZE 1" THRU.24"

LUG AND CLEVIS (HEAVY) ATVERTICAL ELBOW FOR PIPE HANGERSUPPORT SIZE 2" THRU. 24"

VARIABLE SPRING HANGER SUPPORTARRANGEMENT FOR BARE ANDINSULATED PIPE SIZE 1" THRU 24"TYPE-VS1

VARIABLE SPRING HANGER SUPPORTARRANGEMENT FOR BARE ANDINSULATED PIPE SIZE 1" THRU 24"TYPE-VS2

VARIABLE SPRING HANGER SUPPORTARRANGEMENT FOR BARE ANDINSULATED PIPE SIZE 1" THRU 24"TYPE-VS3

EYE NUT FOR SPRING HANGERSUPPORT SIZE 1"THRU 24 "

VARIABLE BASE SPRING HANGERSUPPORT ARRANGEMENT FOR BAREAND INSULATED PIPE TYPE-VS4

CONSTANT SPRING HANGER SUPPORTARRANGEMENT FOR BARE ANDINSULATED PIPE TYPE-CS1

CONSTANT SPRING HANGER SUPPORTARRANGEMENT FOR BARE ANDINSULATED PIPE TYPE-CS2

A307-000-16-43-ATR-3785

6-44-0070

6-81-0137

A307-000-16-43-DS-3785

7-44-0650

7-44-0656

7-44-0665

7-44-0666

7-44-0675

7-44-0676

7-44-0761

7-44-0762

7-44-0763

7-44-0764

7-44-0765

7-44-0768

7-44-0769

A

1

1

0

3

3

3

3

3

3

1

1

1

1

1

1

1

16/07/2015

21/03/2013

20/11/2013

16/07/2015

04/02/2011

04/02/2011

04/02/2011

04/02/2011

04/02/2011

04/02/2011

04/02/2011

04/02/2011

04/02/2011

04/02/2011

04/02/2011

04/02/2011

04/02/2011

Page 93 of 163

Page 94: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

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:

IREP

BPCL

Requisition No. Rev

A307-000-WI-MR-3785 A

Page 3 of 9

LIST OF ATTACHMENT

DOCUMENT TITLESR. NO DOCUMENT NO.REVISION

NO. DATE 18

19

20

21

22

23

24

26

27

CONSTANT SPRING HANGER SUPPORTARRANGEMENT FOR BARE ANDINSULATED PIPE TYPE-CS3

CONSTANT SPRING HANGER SUPPORTARRANGEMENT FOR BARE ANDINSULATED PIPE TYPE-CS4

SPECIFICATION FOR QUALITYMANAGEMENT SYSTEM REQUIREMENTSFROM BIDDERS

SPECIFICATION FOR DOCUMENTATIONREQUIREMENTS FROM SUPPLIERS

LOW FRICTION PAD ARRANGEMENT

VENDOR DATA REQUIREMENTS

BIDDER'S TECHNICALCONFIRMATIONS/ANSWERS

SPECIAL SUPPORT SKETCH

SPECIAL SUPPORT SKETCH

7-44-0770

7-44-0771

6-78-0001

6-78-0003

A307-000-16-43-SK-0007

A307-000-16-43-VDR-3785

A307-000-16-43-TCL-3785

A307-0IF-16-43-SK-1037

A307-0IF-16-43-SK-1042

1

1

1

1

0

0

0

2

0

04/02/2011

04/02/2011

12/03/2015

12/03/2015

07/07/2014

17/07/2015

16/07/2015

16/01/2015

16/12/2014

Page 94 of 163

Page 95: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

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:

IREP

BPCL

Requisition No. Rev

A307-000-WI-MR-3785 A

Page 4 of 9

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

0ID-CSH-167, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0ID-CSH-168 , SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0ID-CSH-169 , SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0ID-CSH-170 , SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0ID-CSH-171 , SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IF-CS-1019,SPRING SUPPORT ASSEMBLY,DETAILS AS PER SPRINGSCHEDULE

0IF-CS-1020A/B,SPRING SUPPORT ASSEMBLY,DETAILS AS PERSPRING SCHEDULE

0IF-CS-1035,SPRING SUPPORT ASSEMBLY,DETAILS AS PER SPRINGSCHEDULE

0IF-CS-1046A/B,SPRING SUPPORT ASSEMBLY,DETAILS AS PERSPRING SCHEDULE

0IF-CSH-B049A, SPRING SUPPORT ASSEMBLY,DETAILS AS PERSPRING SCHEDULE

0IF-CSH-G064, SPRING SUPPORT ASSEMBLY,DETAILS AS PERSPRING SCHEDULE

0IF-CSH-G065, SPRING SUPPORT ASSEMBLY,DETAILS AS PERSPRING SCHEDULE

0IF-CSH-G067, SPRING SUPPORT ASSEMBLY,DETAILS AS PERSPRING SCHEDULE

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

**0ID12CS0167G2EZ

**0ID04CS0168G2EZ

**0ID12CS0169G2EZ

**0ID12CS0170G2EZ

**0ID12CS0171G2EZ

**0IF86CS1019B5KZ

**0IF86CS1020B5KZ

**0IF86CS1035B5KZ

**0IF24CS1046B21A

**0IF14CSB049AB5K

**0IF16CSG064G2EZ

**0IF16CSG065G2EZ

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

2 NOS

1 NOS

2 NOS

1 NOS

1 NOS

1 NOS

1

2

3

4

5

6

7

8

9

10

11

12

ITEMCODE

Page 95 of 163

Page 96: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

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:

IREP

BPCL

Requisition No. Rev

A307-000-WI-MR-3785 A

Page 5 of 9

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

0IF-VSH-G063, SPRING SUPPORT ASSEMBLY,DETAILS AS PERSPRING SCHEDULE

0IF-VSH-G066, SPRING SUPPORT ASSEMBLY,DETAILS AS PERSPRING SCHEDULE

0IF-VSH-G068, SPRING SUPPORT ASSEMBLY,DETAILS AS PERSPRING SCHEDULE

0IF-VSH-G069, SPRING SUPPORT ASSEMBLY,DETAILS AS PERSPRING SCHEDULE

0IF-VSH-G070, SPRING SUPPORT ASSEMBLY,DETAILS AS PERSPRING SCHEDULE

0IF-VSH-G071,SPRING SUPPORT ASSEMBLY,DETAILS AS PER SPRINGSCHEDULE

0IG-CSH-0003, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-CSH-0032, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-CSH-0040, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-CSH-0041, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-CSH-0051, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-CSH-0052, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-CSH-0099, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

**0IF4CSG067G2EZZ

**0IF6VSG063D2AZZ

**0IF16CSG066G2EZ

**0IF6VSG068G2EZZ

**0IF16VSG069G2EZ

**0IF16VSG070G2EZ

**0IF8VSG071G2EZZ

**0IG20CS0003E23M

**0IG20CS0032E23M

**0IG12CS0040E23M

**0IG12CS0041E23M

**0IG12CS0051E23M

**0IG12CS0052E23M

2 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

13

14

15

16

17

18

19

20

21

22

23

24

25

ITEMCODE

Page 96 of 163

Page 97: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

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:

IREP

BPCL

Requisition No. Rev

A307-000-WI-MR-3785 A

Page 6 of 9

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

0IG-CSH-0100, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-VSH-0001, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-VSH-0002, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-VSH-0028, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-VSH-0031, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-VSH-0033, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-VSH-0043, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-VSH-0086, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-VSH-0091, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-VSH-0096, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-VSH-0097, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-VSH-0098, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-VSH-0101, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

**0IG12CS0099G2EZ

**0IG12CS0100G2EZ

**0IG20VS0001E23M

**0IG20VS0002E23M

**0IG14VS0028D65A

**0IG20VS0031E23M

**0IG30VS0033D23A

**0IG24VS0043B1AZ

**0IG20VS0086E23M

**0IG10VS0091A1AZ

**0IG12VS0096G2EZ

**0IG12VS0097G2EZ

**0IG12VS0098G2EZ

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

26

27

28

29

30

31

32

33

34

35

36

37

38

ITEMCODE

Page 97 of 163

Page 98: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

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:

IREP

BPCL

Requisition No. Rev

A307-000-WI-MR-3785 A

Page 7 of 9

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

0IG-VSH-0103, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-VSH-0104, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-VSH-0105, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-VSH-0107, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-VSH-0116, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-VSH-0117, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-VSH-0121, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-VSH-0122, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-VSH-0123, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-VSH-0124, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-VSH-0125, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-VSH-0126, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-VSH-0129, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

**0IG12VS0101B2AZ

**0IG16VS0103A23A

**0IG16VS0104A68A

**0IG20VS0105E23M

**0IG36VS0107A11A

**0IG12VS0116G2EZ

**0IG12VS0117B1AZ

**0IG14VS0121A1AZ

**0IG14VS0122A1AZ

**0IG16VS0123A1AZ

**0IG16VS0124A1AZ

**0IG16VS0125A1AZ

**0IG14VS0126A1AZ

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

39

40

41

42

43

44

45

46

47

48

49

50

51

ITEMCODE

Page 98 of 163

Page 99: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

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:

IREP

BPCL

Requisition No. Rev

A307-000-WI-MR-3785 A

Page 8 of 9

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

0IG-VSH-0132, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-VSH-0133, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-VSH-0134, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-VSH-0135, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-VSH-0136, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-VSH-0137, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-VSH-0138, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-VSH-0139, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-VSH-0140, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-VSH-0141, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-VSH-0143, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-VSH-0144, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IG-VSH-0145, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

**0IG10VS0129A1AZ

**0IG12VS0132D24D

**0IG12VS0133D24D

**0IG12VS0134D24D

**0IG12VS0135D24D

**0IG12VS0136D24D

**0IG12VS0137D24D

**0IG12VS0138D24D

**0IG16VS0139A1AZ

**0IG16VS0140A1AZ

**0IG16VS0141A1AZ

**0IG14VS0143E1AZ

**0IG14VS0144E1AZ

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

52

53

54

55

56

57

58

59

60

61

62

63

64

ITEMCODE

Page 99 of 163

Page 100: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

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:

IREP

BPCL

Requisition No. Rev

A307-000-WI-MR-3785 A

Page 9 of 9

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

0IV-CSH-0060, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IV-CSH-0061, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IV-VSH-0069, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IV-VSH-0096, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IV-VSH-0097, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

0IV-VSH-0098, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE

A307-0IS-VS-100, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE.

A307-0IS-VS-132, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE.

A307-0IS-VS-133, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE.

A307-0IS-VS-134, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE.

A307-IST-CS-025, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE.

A307-IST-VS-026, SPRING SUPPORT ASSEMBLY, DETAILS AS PERSPRING SCHEDULE.

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

Item Description:

**0IG14VS0145E1AZ

**0IV24CS0060E25V

**0IV12CS0061E25V

**0IV18VS0069D25M

**0IV12VS0096A1AZ

**0IV10VS0097A1AZ

**0IV12VS0098A1AZ

**0IS8VS100A15AZZ

**0IS10VS132A15AZ

**0IS12VS133A15AZ

**0IS06VS134B2AZZ

**IST24CS025A19AZ

**IST30VS026A19AZ

1 NOS

1 NOS

2 NOS

1 NOS

1 NOS

1 NOS

1 NOS

1 NOS

2 NOS

2 NOS

2 NOS

2 NOS

2 NOS

65

66

67

68

69

70

71

72

73

74

75

76

77

ITEMCODE

Page 100 of 163

Page 101: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 101 of 163

Page 102: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 102 of 163

Page 103: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 103 of 163

Page 104: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 104 of 163

Page 105: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

VENDOR DATA REQUIREMENTS

FOR

SPRING SUPPORT ASSEMBLIES

0 17-JUL-2015 ISSUED FOR BIDS SD RP LKK

Rev.No.

Date Purpose Prepared by Checked by Approved by

VENDOR DATA REQUIREMENTSFOR

SPRING SUPPORT ASSEMBLIES of 2

Document No.A307-000-16-43-VDR-3785

Rev. 0

Page 1

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 105 of 163

Page 106: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

VENDOR DATA REQUIREMENTS

The following drawings/documents marked " " shall be furnished by the bidder.

Notes :

1. "TICK" denotes applicability.

2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).

3. All post order documents shall be submitted / approved through EIL eDMS portal.

4. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to

submission through EIL eDMS.

5. Refer - 6-78-0001: Specification for quality management system from Bidders.

6. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.

7. All drawings & documents shall be submitted in A4 or A3 paper sizes. Documents in higher paper size shall

be submitted in exceptional circumstances or as indicated in the MR/Tender.

8. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL & the bidder /

contractor / supplier during finalization of Document Control Index (DCI).

9. Bill of Material shall form part of the respective drawing.

S.NO.

DESCRIPTION WITHBID

POST ORDERREMARKSFOR

REVIEWFOR

RECORD

WITHDATABOOK

(FINAL)

1. Document Control Index

2. Filled in Bidders TechnicalConfirmations/Answers (A307-000-16-43-TCL-3685)

3. Filled in spring schedule, A307-000-16-43-DS-3685

4. Spring support detail dimensional catalogues

5. Design calculations and Detailed DimensionalDrawings for spring support assemblies withmaterial for different parts

VENDOR DATA REQUIREMENTSFOR

SPRING SUPPORT ASSEMBLIES of 2

Document No.A307-000-16-43-VDR-3785

Rev. 0

Page 2

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 106 of 163

Page 107: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 107 of 163

Page 108: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

0 16.07.2015 SD RP LKK

REV. NO DATE BY CHK

L' C'(MAX) UP DOWN

1 DCU A307-0ID-CSH-167 1 CS1 2 1500 12 10 1690 2500 12.00-SVH-0ID-8201-G2E-IH-E A 335 GR P22 - IBR 525 170

2 DCU A307-0ID-CSH-168 1 CS1 2 3100 4 4 1710 2000 12.00-SVH-0ID-8201-G2E-IH-E A 335 GR P22 - IBR 525 170

3 DCU A307-0ID-CSH-169 1 CS1 2 3100 12 5 2180 3000 12.00-SVH-0ID-8201-G2E-IH-E A 335 GR P22 - IBR 525 170

4 DCU A307-0ID-CSH-170 1 CS1 2 3100 12 7 2180 2000 12.00-SVH-0ID-8201-G2E-IH-E A 335 GR P22 - IBR 525 170

5 DCU A307-0ID-CSH-171 1 CS1 2 3100 12 9 1800 3000 12.00-SVH-0ID-8201-G2E-IH-E A 335 GR P22 - IBR 525 170

6 FCC A307-0IF-CS-1019 1 CS1 3 3740 86 25 10 24625 86.00-P-0IF-2102-B5K-IH-J SS304H 760 235 HORIZONTAL DISPLACEMENT 25MM, NOTE-11SPRING SUPPORT LUG, REFER ATTACHED DRAWING, A307-0IF-16-43-SK-

1037.

7 FCC A307-0IF-CS-1020A/B 2 CS4 1 1375 86 70 10 16000 86.00-P-0IF-2005-B5K-IH-E SS304H 760 235 HORIZONTAL DISPLACEMENT 150MM

8 FCC A307-0IF-CS-1035 1 CS1 3 7430 86 250 10 28825 86.00-P-0IF-2102-B5K-IH-E SS304H 760 235HORIZONTAL DISPLACEMENT 520MM, NOTE-

11

SPRING SUPPORT LUG, REFER ATTACHED DRAWING, A307-0IF-16-43-SK-

1042.

9 FCC A307-0IF-CS-1046A/B 2 CS1 3 2500 24 70 15 18025 72.00-P-0IF-2103-B21A-E SS304H 760 235 HORIZONTAL DISPLACEMENT 50MM

10 FCC A307-0IF-CSH-B049A 1 CS1 3 2000 14 217.0 2200 14-P-0IF-2001-B5K-IH-B A312TP304H 760 220

11 FCC A307-0IF-CSH-G064 1 CS4 4 490 16 8.0 1240 16.00-SVH-0IF-2508-G2E-IH-G ASTM A 691 GR. 2.25 CR CL42 520 175

12 FCC A307-0IF-CSH-G065 1 CS3 2 1660 16 7.0 1680 16.00-SVH-0IF-2508-G2E-IH-G ASTM A 691 GR. 2.25 CR CL42 520 175

13 FCC A307-0IF-CSH-G067 1 CS2 2 3900 16 13.0 1700 16.00-SVH-0IF-2509-G2E-IH-G ASTM A 691 GR. 2.25 CR CL42 520 175

14 FCC A307-0IF-VSH-G063 1 VS1 3 1500 6 1 1605 1 06.00-SH-IFP-2301-D2A-IH-G A 106 GR.B 420 95

15 FCC A307-0IF-VSH-G066 1 VS4 4 600 4 12.0 688 10 16.00-SVH-0IF-2509-G2E-IH-G ASTM A 335 GR. P22 520 150

16 FCC A307-0IF-VSH-G068 1 VS1 3 1990 6 50.0 1071 675 79.2 04.00-SVH-0IF-5902-G2E-IH-G ASTM A 335 GR. P22 520 150

17 FCC A307-0IF-VSH-G069 1 VS2 3 1020 16 7.5 5250 15 16.00-SVH-0IF-2508-G2E-IH-G ASTM A 691 GR. 2.25 CR CL42 520 175

18 FCC A307-0IF-VSH-G070 1 VS1 3 1715 16 17.5 3295 9 16.00-SVH-0IF-2509-G2E-IH-G ASTM A 691 GR. 2.25 CR CL42 520 175

19 FCC A307-0IF-VSH-G071 1 VS1 3 1760 8 18.5 2265 14 16.00-SVH-0IF-2509-G2E-IH-G ASTM A 335 GR. P22 520 175

20 DHDT A307-IG-CSH-003 1 CS1 3 2530 20 44 3337 3337 4534 20.00-P-0IG-2301-E23M-IH-G ASTM A 358 TP 321 CL1 425 95 TWO PHASE FLOW

21 DHDT A307-IG-CSH-032 1 CS1 3 2530 20 38.6 4021 4021 5560 20.00-P-0IG-2201-E23M-IH-G ASTM A 358 TP 321 CL1 425 95 TWO PHASE FLOW

22 DHDT A307-IG-CSH-040 1 CS2 3 2000 12 133 2200 2200 2600 20.00-P-0IG-2102-E23M-IH-C ASTM A 358 TP 321 CL1 400 75 TWO PHASE FLOW

23 DHDT A307-IG-CSH-041 1 CS2 3 2000 12 137 2240 2240 2700 20.00-P-0IG-2102-E23M-IH-C ASTM A 358 TP 321 CL1 400 75 TWO PHASE FLOW

24 DHDT A307-IG-CSH-051 1 CS1 3 2000 12 99 2322 2322 3050 20.00-P-0IG-2101-E23M-IH-C ASTM A 358 TP 321 CL1 400 75 TWO PHASE FLOW

25 DHDT A307-IG-CSH-052 1 CS1 3 2000 12 102 2572 2572 3110 20.00-P-0IG-2101-E23M-IH-C ASTM A 358 TP 321 CL1 400 75 TWO PHASE FLOW

26 DHDT A307-IG-CSH-099 1 CS1 3 2000 12 41 2072 2072 2500 12.00-SVH-0IG-3201-G2E-IH-K ASTM A 335 GR P22 520 145

27 DHDT A307-IG-CSH-100 1 CS1 3 2000 12 48 2970 2970 3500 12.00-SVH-0IG-3201-G2E-IH-K ASTM A 335 GR P22 520 145

28 DHDT A307-IG-VSH-001 1 VS4 2 750 20 19.1 3865 4277 5320 10 20.00-P-0IG-2301-E23M-IH-C ASTM A 358 TP 321 CL1 425 95 TWO PHASE FLOW

29 DHDT A307-IG-VSH-002 1 VS2 3 1595 20 22 2056 1870 2717 10 20.00-P-0IG-2301-E23M-IH-G ASTM A 358 TP 321 CL1 425 95 TWO PHASE FLOW

30 DHDT A307-IG-VSH-028 1 VS4 1 500 14 2 1821 1754 3400 4 16-P-0IG-2701-D65A-J ASTM A106 GR.B 190 -

31 DHDT A307-IG-VSH-031 1 VS2 3 1595 20 16 1112 992 1590 12 20.00-P-0IG-2201-E23M-IH-G ASTM A 358 TP 321 CL1 425 95 TWO PHASE FLOW

32 DHDT A307-IG-VSH-033 1 VS4 1 800 30 15.1 9080 8000 15000 13 30-P-0IG-2503-D23A-IH-F ASTM A672 GR. B60 200 45 TWO PHASE FLOW

33 DHDT A307-IG-VSH-043 1 VS2 3 2170 24 26.5 4737 4168 4693 14 24.00-P-0IG-4202-B1A-IH-F ASTM A 672 GR.B60 CL.12 300 75 TWO PHASE FLOW

34 DHDT A307-IG-VSH-086 1 VS1 3 1950 20 7.7 3005 2690 3830 13 24-P-0IG-1904A-E23M-IH-G ASTM A 358 TP321 CL.1 400 95 TWO PHASE FLOW

35 DHDT A307-IG-VSH-091 1 VS1 4 1800 10 8.5 1690 1500 1000 13 10.00-P-0IG-5403-A1A-IH-C ASTM A 106 GR B 280 60

36 DHDT A307-IG-VSH-096 1 VS4 2 700 12 22 1055 1223 1300 14 12.00-SVH-0IG-3201A-G2E-IH-L ASTM A 335 GR P22 520 145

37 DHDT A307-IG-VSH-097 1 VS4 2 500 12 16 1361 1511 1600 10 12.00-SVH-0IG-3201A-G2E-IH-L ASTM A 335 GR P22 520 145

38 DHDT A307-IG-VSH-098 1 VS4 2 500 12 4 815 850 1000 4 12.00-SVH-0IG-3201A-G2E-IH-L ASTM A 335 GR P22 520 145

39 DHDT A307-IG-VSH-101 1 VS4 2 500 12 6.5 730 804 1200 9 12.00-SM-0IG-3201-B2A-IH-L ASTM A 106 GR. B 285 70

40 DHDT A307-IG-VSH-103 1 VS1 3 1560 16 2 2678 2585 3500 4 16-P-0IG-4001-A23A-B ASTM A672 GR.B60 CL22 170 - TWO PHASE FLOW

DOCUMENT NO.

A307-000-16-43-DS-3785 Rev. No.0

JOB NO

CLIENT ISSUED FOR BIDS

SPRING SCHEDULE

PROJECTA307IREPBPCL

APPROVED

S.No. UNIT SPRING NUMBERQTY.

(Nos.)

SPRING SUPPORT

TYPENO.

PRESET

LOAD

(Kg)

OPERATING LOAD

(Kg)HYDROTESTLOAD (Kg)

DETAILS

SPRING SPECIFIC REQUIREMENTS REMARKINSULATION THICKNESS (MM)

DIMENSIONS(mm)NOMINAL PIPE DIA

(INCH)

TRAVEL (mm)

% LOAD VAR. (MAX) SPRING CONST. (Kg/cm) LINE NUMBER LINE PIPE MATERIAL LINE DESIGN TEMP. (°C)

Page 1 of 3Page 108 of 163

Page 109: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

0 16.07.2015 SD RP LKK

REV. NO DATE BY CHK

L' C'(MAX) UP DOWN

DOCUMENT NO.

A307-000-16-43-DS-3785 Rev. No.0

JOB NO

CLIENT ISSUED FOR BIDS

SPRING SCHEDULE

PROJECTA307IREPBPCL

APPROVED

S.No. UNIT SPRING NUMBERQTY.

(Nos.)

SPRING SUPPORT

TYPENO.

PRESET

LOAD

(Kg)

OPERATING LOAD

(Kg)HYDROTESTLOAD (Kg)

DETAILS

SPRING SPECIFIC REQUIREMENTS REMARKINSULATION THICKNESS (MM)

DIMENSIONS(mm)NOMINAL PIPE DIA

(INCH)

TRAVEL (mm)

% LOAD VAR. (MAX) SPRING CONST. (Kg/cm) LINE NUMBER LINE PIPE MATERIAL LINE DESIGN TEMP. (°C)

41 DHDT A307-IG-VSH-104 1 VS1 1 1500 16 4.5 852 800 1500 6 16-P-0IG-4801-A68A-B ASTM A 106 GR.B 130 - TWO PHASE FLOW

42 DHDT A307-IG-VSH-105 1 VS1 3 1950 20 20.5 3675 3325 4700 11 24-P-0IG-2004A-E23M-IH-G ASTM A358 TP 321 CL.1 400 95 TWO PHASE FLOW

43 DHDT A307-IG-VSH-107 1 VS2 1 1200 36 17 5921 5500 9000 8 36-FL-0IG-6901-A11A-H ASTM A672 GR.B60 CL12 310 -

44 DHDT A307-IG-VSH-116 1 VS4 2 450 12 1.6 8608 8835 10000 3 12-SVH-0IG-3201-G2E-IH-K ASTM A 335 GR P22 520 145

45 DHDT A307-IG-VSH-117 1 VS1 3 1500 12 1 2909 2944 3500 1 12-P-0IG-1601A-B1A-IH-H ASTM A 106 GR B 225 45 TWO PHASE FLOW

46 DHDT A307-IG-VSH-121 1 VS4 2 500 14 6.7 540 484 1200 12 14-P-0IG-4501-A1A-IH-C ASTM A 672 GR.B60 CL.12 310 70

47 DHDT A307-IG-VSH-122 1 VS4 2 500 14 6.4 924 851 1500 9 14-P-0IG-4503-A1A-IH-C ASTM A 672 GR.B60 CL.12 310 70

48 DHDT A307-IG-VSH-123 1 VS4 2 500 16 8.4 4031 3743 6000 8 16-P-0IG-4509-A1A-IH-C ASTM A 672 GR.B60 CL.12 310 70

49 DHDT A307-IG-VSH-124 1 VS4 2 500 16 7.1 1154 1040 3000 11 16-P-0IG-4510-A1A-IH-C ASTM A 672 GR.B60 CL.12 310 70

50 DHDT A307-IG-VSH-125 1 VS4 2 500 16 11 1119 1036 3000 8 16-P-0IG-4512-A1A-IH-C ASTM A 672 GR.B60 CL.12 310 70

51 DHDT A307-IG-VSH-126 1 VS4 2 500 14 1 1438 1440 2000 1 14-P-0IG-4504-A1A-IH-C ASTM A 672 GR.B60 CL.12 310 70

52 DHDT A307-IG-VSH-129 1 VS1 3 2000 10 10 2000 1800 3000 11 X-X ASTM A 106 GR.B 200 50

53 DHDT A307-IG-VSH-132 1 VS4 2 500 12 2.6 1431 1373 2500 4 12-P-0IG-1811-D24D-IH-H ASTM A 335 GR P11 300 70

54 DHDT A307-IG-VSH-133 1 VS4 2 500 16 6 2672 2400 4000 11 16-P-0IG-1802-E1A-IH-H ASTM A 106 GR.B 215 70

55 DHDT A307-IG-VSH-134 1 VS4 2 500 16 0.892 1226 1212 2000 1 16-P-0IG-1802-E1A-IH-H ASTM A 106 GR.B 215 70

56 DHDT A307-IG-VSH-135 1 VS1 2 2000 12 19 1985 1826 3000 9 12-P-0IG-2405-D24D-IH-H ASTM A 335 GR P11 300 70 TWO PHASE FLOW

57 DHDT A307-IG-VSH-136 1 VS4 2 500 16 5.3 2022 1841 3500 10 16-P-0IG-1803-E1A-IH-H ASTM A 106 GR.B 215 70

58 DHDT A307-IG-VSH-137 1 VS4 2 800 16 1.6 844 827 2000 2 16-P-0IG-1803-E1A-IH-H ASTM A 106 GR.B 215 70

59 DHDT A307-IG-VSH-138 1 VS4 2 800 16 2.74 9082 9474 14000 4 16-P-0IG-1803-E1A-IH-H ASTM A 106 GR.B 215 70

60 DHDT A307-IG-VSH-139 1 VS4 2 400 14 0.21 997 1000 2000 0 14-P-0IG-1804-E1A-IH-H ASTM A 106 GR B 215 45

61 DHDT A307-IG-VSH-140 1 VS4 2 400 14 0.783 1773 1800 3600 1 14-P-0IG-1805-E1A-IH-H ASTM A 106 GR B 215 45

62 DHDT A307-IG-VSH-141 1 VS4 2 400 14 2.05 2942 2850 5000 3 14-P-0IG-1804-E1A-IH-H ASTM A 106 GR B 215 45

63 DHDT A307-IG-VSH-143 1 VS4 2 500 14 1.12 6044 6150 7500 2 14-P-0IG-1804-E1A-IH-H ASTM A 106 GR B 215 45

64 DHDT A307-IG-VSH-144 1 VS4 2 500 14 1.72 4851 5000 7500 3 14-P-0IG-1805-E1A-IH-H ASTM A 106 GR.B 215 45

65 DHDT A307-IG-VSH-145 1 VS4 2 500 14 0.475 3268 3300 6500 1 14-P-0IG-1804-E1A-IH-H ASTM A 106 GR.B 215 45

66 VGO A307-0IV-CSH-060 1 CS3 FIG1 3090 - 24" 17.7 - 6000 - NOTE-1 - - 24"-P-0IV-2194-E25V-B A928 CL1 (UNS 322205/31803) 305 0 TWO PHASE FLOW (NOTE-B)

67 VGO A307-0IV-CSH-061 2 CS3 FIG1 1694 - 12" 30 - 2500 - NOTE-1 - - 24"-P-0IV-2194-E25V-C A928 CL1 (UNS 322205/31803) 305 0 TWO PHASE FLOW (NOTE-B)

68 VGO A307-0IV-VSH-069 1 VS4 FIG4 - 400 18" 10.2 - 3080 2850 NOTE-1 8 - 18-P-0IV-3403-D25M-IT A358 TP347 CL1 420 75 TWO PHASE FLOW (NOTE-B)

69 VGO A307-0IV-VSH-096 1 VS4 FIG2 - 600 12" 10 - 1400 - NOTE-1 10 X-X A106 GRB 285 50 TWO PHASE FLOW (NOTE-B)

70 VGO A307-0IV-VSH-097 1 VS2 FIG3 1234 - 20" 7.5 - 5675 5000 NOTE-1 14 20"-P-0IV-2002-F5D A691 GR 1.25CR CL.42 420 45TWO PHASE FLOW (NOTE-B),MINIMUM TRAVEL UPTO 30MM IN DESIGN

CASE

71 VGO A307-0IV-VSH-098 1 VS2 FIG3 1200 - 12" 15 - 2000 - NOTE-1 10 X-X A106 GRB 285 50 TWO PHASE FLOW (NOTE-B)

72 SRU A307-0IS-VS-100 1 VS4 1 600 8 1.5 590 600 1500 1 84 6"-P-0IS-3402-A15A-IJ A106 GR. B60 240 45

73 SRU A307-0IS-VS-132 2 VS4 1 500 10 4.5 1500 1570 4000 5.00 160 10"-P-0IS-2601-A15A-IJ A106 GR. B60 180 70

74 SRU A307-0IS-VS-133 2 VS1 2 1150 12 5 3500 3950 6850 11.00 860 10"-P-0IS-2601-A15A-IJ A106 GR. B60 180 70

75 SRU A307-0IS-VS-134 2 VS4 1 500 6 9.2 800 900 1500 11.00 110 6"-SM-0IS-2602/5602-B2A-IH A106 GR. B60 285 65

76 SRU A307-IST-CS-025 2 CS3 2 2420 30" 56 1890 5000 30"-P-IST-1201-/2201-A19A-IS ASTM A672 B60 343 95

77 SRU A307-IST-VS-026 1 VS4 1 600 12" 0.21 1655 1650 2000 1.00 225 12"-P-ISA-1307-A28A-IH ASTM A672 B60 85 25

GENERAL NOTES:

1 THE DEFLECTION SPECIFIED ARE THE ACTUAL DEFLECTIONS

2 IN CASE OF A/B/C/D TYPE SPRING, THE DATA FURNISHED IS GIVEN FOR INDIVIDUAL SPRING.

3 WHEREVER, TWO PHASE FLOW IS SPECIFIED; FOLLOW NOTE- 1 OF EIL STD. 7-44-0650.

4 WHEREEVER 'UP ' & 'DOWN' DEFLECTION HAS BEEN MENTIONED, SELECTED SPRING MODEL/ SIZE SHALL COVER THE DEFLECTION RANGE .

5 HYDROTEST LOAD SHALL BE AS PER TECHNICAL NOTES FOR SPRINGS I.E. TWICE OF THE OPERATING LOAD, OR AS PER SPECIFIED IN THE SPRING SCHEDULE, WHICHEVER IS HIGHER

6 OPERATING LOAD CORRESPONDS TO MAXIMUM DISPLACEMENT.

7 FOR LINES >24" CLAMPS TO BE MADE SPECIFIC AND SUPPLIED BY VENDOR.

8 THE TAG NO. SPECIFIED IN THE SPRING SCHEDULE SHALL BE USED FOR MARKING AS PER CLAUSE 6.1 OF THE TECHNICAL NOTES FOR SPRING ASSEMBLIES, 6-44-0070

SPECIFIC NOTES:

A. SPRING TYPE "VS4"/ "CS4" SHALL BE SUPPLIED WITH TEFLON PAD(FIG.1 IN EIL STD.) FOR LINE TEMP. UPTO 204 DEG .C & WITH GRAPHITE PAD(FIG.2 IN EIL STD.) ABOVE 204 DEG C

B. TWO PHASE FLOW EXPECTED; FOLLOW NOTE- 1 OF EIL STD. 7-44-0650

Page 2 of 3Page 109 of 163

Page 110: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

0 16.07.2015 SD RP LKK

REV. NO DATE BY CHK

L' C'(MAX) UP DOWN

DOCUMENT NO.

A307-000-16-43-DS-3785 Rev. No.0

JOB NO

CLIENT ISSUED FOR BIDS

SPRING SCHEDULE

PROJECTA307IREPBPCL

APPROVED

S.No. UNIT SPRING NUMBERQTY.

(Nos.)

SPRING SUPPORT

TYPENO.

PRESET

LOAD

(Kg)

OPERATING LOAD

(Kg)HYDROTESTLOAD (Kg)

DETAILS

SPRING SPECIFIC REQUIREMENTS REMARKINSULATION THICKNESS (MM)

DIMENSIONS(mm)NOMINAL PIPE DIA

(INCH)

TRAVEL (mm)

% LOAD VAR. (MAX) SPRING CONST. (Kg/cm) LINE NUMBER LINE PIPE MATERIAL LINE DESIGN TEMP. (°C)

C. REFER NOTE-1 IN GENERAL SPRING NOTES.

1 VARIABLE SPRING SHALL HAVE MAX. 15% LOAD VARIATION ON OPERATING LOAD UNLESS OTHERWISE STATED, HOWEVER FOR CONSTANT SPRINGS LOAD VARIATION SHALL NOT EXCEED 5%. VENDOR MAY OFFER SPRING WITH LESSER % LOAD VARIATION

2 IN ADDITION TO NOTE 1, FOR SPRINGS WITH PRESET LOAD & SPRING CONSTANT, MAX. %AGE LOAD VARIATION IS NOT RESTRICTED TO 15%. VENDOR TO OFFER SPRINGS ACCORDINGLY TO MEET THE HOT LOAD REQUIREMENT AS PER MR.

3 THE VALUE OF SPRING CONSTANT IF SPECIFIED IS THE MAXIMUM VALUE SPRING CAN HAVE. VENDOR MAY OFFER SPRING WITH UPTO 6% LESSER SPRING CONSTANT BUT NOT VICE VERSA.

4 THE DEFLECTION SPECIFIED ARE THE ACTUAL DEFLECTIONS

5 IN CASE OF A/B/C/D TYPE SPRING, THE DATA FURNISHED IS GIVEN FOR INDIVIDUAL SPRING.

6 TWO PHASE FLOW EXPECTED; FOLLOW NOTE- 1 OF EIL STD. 7-44-0650 (IF APPLICABLE)

7 SPRING TYPE "VS4"/ "CS4" SHALL BE SUPPLIED WITH TEFLON PAD(FIG.1 IN EIL STD.) FOR LINE TEMP. UPTO 204 DEG .C & WITH GRAPHITE PAD(FIG.2 IN EIL STD.) ABOVE 204 DEG C WITH 3/6MM THK. SS PLATE MIRROR FINSHED ONE SIDE.

8 WHEREEVER 'UP ' & 'DOWN' DEFLECTION HAS BEEN MENTIONED, SELECTED SPRING MODEL/ SIZE SHALL COVER THE DEFLECTION RANGE .

9 HYDROTEST LOAD SHALL BE AS PER TECHNICAL NOTES FOR SPRINGS I.E. TWICE OF THE OPERATING LOAD WHICHEVER IS HIGHER

10 SPRING SUPPORT LUG SHALL BE OUT OF VENDOR SCOPE AND "L" DIMENSION FROM LUG HOLE TO BOTTOM OF STRUCTURE, REFER ATTACHED DRAWING A307-0IF-16-43-SK-1022.

11 REFER ATTACHED DRAWINGS A307-0IF-16-43-SK-1042 &A307-0IF-16-43-SK-1037 FOR RESPECTIVE SPRING SUPPORT LUG DETAILS , VENDOR SHALL SUPPLY THE SAME INSTEAD OF AS PER EIL STD. "L" DIMENSION SHLL BE FROM CENTRE LINE OF PIPE.

Page 3 of 3Page 110 of 163

Page 111: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 111 of 163

Page 112: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 112 of 163

Page 113: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 113 of 163

Page 114: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 114 of 163

Page 115: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 115 of 163

Page 116: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 116 of 163

Page 117: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 117 of 163

Page 118: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 118 of 163

Page 119: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

ADDITIONAL TECHNICAL REQUIREMENTS

DOCUMENT No.

A307-000-16-43-ATR-3785 Rev. A

Page 1 of 3

A 16.07.2015 ISSUED FOR BIDS SD RP LKK

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

(SPRING SUPPORT ASSEMBLIES) CAT-II

Page 119 of 163

Page 120: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

ADDITIONAL TECHNICAL REQUIREMENTS

DOCUMENT No.

A307-000-16-43-ATR-3785

Rev. A

Page 2 of 3

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

ADDITIONAL TECHNICAL REQUIREMENTS (SPRING SUPPORT ASSEMBLIES, CAT-II)

1. Bidder to note that bid evaluation may be carried out without any post-bid

correspondence. 2. Bidder shall furnish quotations only for those items(as per Vendor’s enlistment

with EIL) which he can supply as per MR specifications including fulfillment of Qualification Criteria as per MR.

3. Bidder to note that the MOU entered with EIL for any of the item in the requisition

is NOT APPLICABLE.

4. If the bid does not include complete scope, technical /performance data, proven track record etc. required to be submitted with the bid, the offer shall be liable for rejection

5. The submission of price by Bidder shall be construed to mean that he has

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

6. Bidder shall confirm compliance to all the specifications/documents as per “List of Attachment” attached with the Material Requisition No.A307-000-WI-MR-3785.

7. Bidder to note that submission of duly filled Bidder’s Technical Confirmations/

Answers (A307-000-16-43-TCL-3785) is a pre-requisite for evaluation of Bidder’s

offer. Non-submission of the same shall call for rejection of offer.

8. For type of spring support mentioned in spring schedule, refer EIL support

standards attached.

9. Spring support assembly sketches have been issued as a guideline only. The spring design shall be based on load and deflection given in spring schedule sheets. However all springs offered by the bidder shall cater to the whole range of loads as given in bidders catalogue.

10. As an alternative to 7-44-0665, bidder shall provide threading on eye rod to the

maximum extent possible.

11. For constant spring hangers/supports:

Bidder to submit the detail of lock pin arrangement required during hydro test, the lock pin shall be marked with red paint for easy identification.

12. For variable springs:

(A) The locking arrangement for spring shall be of nut and bolt type. Detailed sketches of the arrangement to be submitted with the offer. (B) Load indicator shall be calibrated in KG to show load at all pointer positions.

Page 120 of 163

Page 121: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

ADDITIONAL TECHNICAL REQUIREMENTS

DOCUMENT No.

A307-000-16-43-ATR-3785

Rev. A

Page 3 of 3

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

13. The entire assembly with all attachments excluding the protection shield and existing structure are in bidder’s scope. The EIL support standards attached with the MR are as a guideline only, wherever required bidder to modify the designs accordingly and in no case the design suggested by Bidder shall be inferior to these EIL support standards.

14. Depending upon insulation thickness of pipe, the dimension ‘X’ (in EIL std. 7-44-0675 / 7-44-0676) of spring assemblies shall be increased suitably so that there is no hindrance of movement of hinge and hinge is completely outside insulation.

15. For temperatures 344°C to 427°C and above 427°C, the bolts and nuts covered in EIL Std.7-44-0675 / 7- 44-0676 shall be A193 Gr.B7 / A194 Gr.2H and A193 Gr.B16 / A194 Gr.4 respectively.

16. The actual design of spring assembly components like turnbuckle, clamp, hanger rod etc. is in bidder’s scope. EIL standards provided for these spring assembly components specify the minimum dimensions. Bidder to increase these to satisfy CL. 2.6 of Technical Notes for Spring Support Assemblies and actual loading conditions as per spring schedule.

17. Material of pipe side attachment of lug of spring assembly directly welded to Line

pipe/ protection shield shall be equivalent to line pipe. 18. Bidder not to refer 3-1643-0717 & 3-1643-0717A which are mentioned in CL 7.0

of Technical Notes for Spring Support Assemblies, 6-44-0070. Bidder to refer A307-000-16-43-DS-3685 in place of 3-1643-0717 and 7-44-0650, 0656, 0665, 0666, 0675, 0676, 0761, 0762, 0763, 0764, 0765, 0768, 0769, 0770 & 0771 in place of 3-1643-0717A .

19. Bidder to refer A307-000-16-43-SK-0007 for low friction pad arrangement.

20. Bidder shall provide spring support detail dimensional catalogues along with offer,

for reference.

21. Bidder shall ensure & confirm that the selected spring model is suitable for operation point of view for the horizontal displacement specified in the MR spring schedule.

22. CS, AS & SS clamps & lugs shall be used for CS, AS, SS pipes respectively, as per Cl. 2.1 of ‘Technical Notes for Spring Support Assemblies’. For material grades refer Cl.2.1 of Technical Notes for Spring Support Assemblies, 6-44-0070.

23. Bidder shall ensure & confirm that mechanical/chemical properties of the spring coil shall be suitable for the designed plant life of 20 years.

24. In case of any conflict amongst various documents enclosed with the MR, the most stringent requirement shall govern and Owner/EIL decision in this regards shall be final.

Page 121 of 163

Page 122: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 122 of 163

Page 123: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 123 of 163

Page 124: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

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 124 of 163

Page 125: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

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 125 of 163

Page 126: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

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 126 of 163

Page 127: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

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 127 of 163

Page 128: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

'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 128 of 163

Page 129: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

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 129 of 163

Page 130: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

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 130 of 163

Page 131: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

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 131 of 163

Page 132: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

$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 132 of 163

Page 133: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 133 of 163

Page 134: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 134 of 163

Page 135: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 135 of 163

Page 136: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

2151-eg er22/517 Cit J,1;trA)

ENGINEERS INDIA LIMITED IA Govt of Inca Unoleflaking)

TECHNICAL NOTES FOR SPRING SUPPORT

ASSEMBLIES

STANDARD SPECIFICATION No.

6-44-0070 Rev. 1 Page 1 of 8

*ILI aTARrol- icvR

04) 11ch1 Idui ultil

TECHNICAL NOTES FOR SPRING SUPPORT ASSEMBLIES

1 21.03.13 REVISED & ISSUED AS STANDARD

SPECIFICATION 41/UK sOWSH RN i' cATD DM

0 23.07.07 ISSUED AS STANDARD SPECIFICATION RN ATD DM VC

Standards Standards

Rev. Prepared Checked Committee Bureau No

Date Purpose by by Convenor Chairman

Approved by

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

Page 136 of 163

Page 137: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

STANDARD SPECIFICATION No. 0 Q-1

f=g-zrr iaf5tes evraqe AYl J4iF41)

ENGINEERS TECHNICAL NOTES FOR INDIA LIMITED SPRING SUPPORT ASSEMBLIES 6-44-0070 Rev. 1 IA Govt of India Undertaking)

Page 2 of 8

Abbreviations:

AS Alloy Steel

ASME : The American Society of Mechanical Engineers

ASTM : The American Society for Testing and Materials

BS British Standard

CS Carbon Steel

eDMS : Electronic Document Management System

IS Indian Standard

MR Material Requisition

SS Stainless Steel

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)

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

Page 137 of 163

Page 138: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

STANDARD SPECIFICATION No. 161-1 1_1 ENGINEERS TECHNICAL NOTES FOR

Ifgar Rift INDIA LIMITED SPRING SUPPORT ASSEMBLIES 6-44-0070 Rev. 1 IA Govt of India Undertaking)

Page 3 of 8

CONTENTS

1.0 PURPOSE & SCOPE 4

2.0 TECHNICAL REQUIREMENTS 4

3.0 PAINTING & GALVANIZING 7

4.0 DOCUMENTATION 7

5.0 TESTING & INSPECTION 7

6.0 MARKING AND DESPATCH 7

7.0 REFERENCES 8

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

Copyright EIL — All rights reserved

Page 138 of 163

Page 139: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

711tc el ENGINEERS TECHNICAL NOTES FOR STANDARD SPECIFICATION No.

$1=dzir cc' INDIA LIMITED SPRING SUPPORT ASSEMBLIES 6-44-0070 Rev. IA Govt of India Undettaktngt

Page 4 of 8 1.117R e10,1, .71➢.11

1.0 PURPOSE & SCOPE

This document covers supply, material, fabrication, testing and inspection requirements for `Spring Support Assemblies' with helical, hot coiled & heat treated compression type springs. Detailed design of spring assemblies is Supplier's responsibility. Supplier shall guarantee proper functioning of the Spring Assemblies under specified load & travel conditions. Items not indicated clearly in Supplier's offer but required as per this requisition shall be considered in Supplier's scope of supply. 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.

2.0 TECHNICAL REQUIREMENTS

2.1 Material Requirements

Unless otherwise specified, the material of construction shall be as follows.

Clamp (CS) IS 2062 Gr.A/B

Clamp (AS) — Note 1 ASTM A 387 Gr.11/22 or SS 316 / 321.

Clamp (SS) SS 316 / 321

Lugs (CS) — Note 2 IS 2062 Gr.A/B

Lugs (AS) — Note 3 ASTM A 387 Gr.11/22

Lugs (SS) — Note 3 SS 316 /321

Eye rod (CS Forged / Rolled Bar) IS 1875 CI-II/IIA / ASTM A 105 / IS 2062 Gr.A/B

Hanger Rod (CS) IS 1875 CI-II/IIA / ASTM A 105 / IS 2062 Gr.A/B

Turn Buckle IS 1875 CI-II/IIA, ASTM A 105 for sizes < M30. For sizes > M30 these may be fabricated type of equivalent material (refer clause 2.8.)

Plates 5, 10, 12, 20, 25 mm etc. IS 2062 Gr.A/B.

Stud / Bolt for CS Clamps ASTM A 193 Gr.B7

Stud / Bolt for AS Clamps ASTM A 193 Gr.B16

Stud / Bolt for SS Clamps ASTM A 193 Gr.B8

Nuts for CS Clamps ASTM A 194 Gr.2H

Nuts for AS Clamps ASTM A 194 Gr.4/Gr.7

Nuts for SS Clamps ASTM A 194 Gr.8

Spring Coil BS 970 EN 42, 45-45A, 47, 50 Cr.V4, 51 Cr.Mo.V4, IS-4454-Part 1 (for springs up to 40 mm coil dia. Only)

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

Page 139 of 163

Page 140: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

ENGINEERS TECHNICAL NOTES FOR STANDARD SPECIFICATION No.

-If laf5ieg INDIA LIMITED SPRING SUPPORT ASSEMBLIES 6-44-0070 Rev. 1 (A Govl of India Undertaking)

Page 5 of 8

Casing

IS 1239-1 (Medium) / IS 2062 Gr. A, 5.00 mm thk. (Min.) / API 5L Gr. A/B ERW, 5.00 mm (Min.) / IS 3589 Gr. 330 ERW, 5.00 mm (Min.)

Name Plate SS / Aluminum

Load Indicator SS / Aluminum

Welding Electrode IS 814

Other Bolts / Nuts IS 1367 Cl. 4.6 / IS 1367 Cl. 4.0

Roller / Ball arrangement SS 304 / 316 / SAE 52100 (Note — 4)

Notes:

1. In case of Alloy Steel Clamps Supplier can alternately supply SS Clamps.

2. Lug material for both pipe side & structure side attachments.

3. Lug material for pipe side attachment.

4. Balls shall be provided in a semi encapsulated type enclosure with separators for each ball. The balls shall be protruding above the enclosure so that the pipe support plate rests on the balls & the balls remain at the same location and move on their axis in case of movement of pipe. Sliding of balls in case of pipe movement is not acceptable.

2.2 Design & Manufacturing Requirements

2.2.1 Design & manufacture of Hot coiled helical compression spring shall be to BS 1726, Part 1 / MSS-SP-58 & ASTM A 125. All requirements of the specification must be met.

2.2.2 Unless otherwise stated all joints shall be of welded construction and shall be in accordance with IS 816 / ASME Sec IX.

2.2.3 All weld sizes shall be 6 mm or 0.8 times the thickness of metal (whichever is more) to be connected.

2.2.4 All bolt holes shall be minimum 2 mm larger than the bolt dia.

2.2.5 All threads shall be metric type to IS 4218 — Standard Coarse Pitch, alternatively ISO Metric threads may be employed.

2.3 The springs shall be coiled, ensuring that the coils are uniformly spaced and are parallel to the axis of the spring.

2.4 The springs shall have their ends ground flat and smooth at right angles to the axes of the springs over the full circumference so that they stand perpendicular when placed on a horizontal plane.

2.5 All springs shall be enclosed in a robust casing of specified material with two 6 mm dia holes or equivalent at lowest point 180 deg apart for drainage.

2.6 The entire spring assembly including attachments & preset locking device shall be designed for 2 times the service load or the hydro test load whichever is higher and shall be of the nut—bolt type for variable spring assemblies and pin type for constant spring assemblies. The

1AXJEdna )

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

Copyright EIL — All rights reserved

Page 140 of 163

Page 141: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

atae1t.1 ENGINEERS TECHNICAL NOTES FOR STANDARD SPECIFICATION No.

254-dg INDIA LIMITED SPRING SUPPORT ASSEMBLIES 6-44-0070 Rev. 1 (A Govt of India Undettakolgt

Page 6 of 8

springs shall also have suitable features so that they can be locked in any position within the range of load capacity of the hangers.

2.7 Each spring shall be factory preset to the load given in the spring schedule.

2.8 All springs shall be supplied with lengths as specified in the MR. Deviation in lengths is not acceptable. Each spring shall also be provided with a means of adjusting the installed length by a minimum of 25 mm. Rod and turnbuckle assembly shall be designed for +/- 50 mm adjustment over the specified length of spring support assembly. Turnbuckles shall be made from forged material for sizes up to M30 and for sizes above M30 they can be forged type or machined from rolled bar or fabricated type.

2.9 All springs shall have an affixed load and travel plate on which hot and cold positions are clearly marked. The load on the spring at any instant shall be indicated by an integral pointer on a load position plate.

2.10 All hanger type spring assemblies shall allow minimum 4 Deg. Horizontal movement of pipe in any direction. Variable springs shall have max 15% load variation on operating load unless otherwise specified. However for constant springs load variation shall not exceed 5%. Supplier may offer springs with lesser % load variation than specified above. The value of spring constant if specified is the maximum value spring can have, Supplier may offer springs with up to 6% lesser spring constant but not vice versa. For springs with preset load & spring constant, max % variation is not restricted to 15%.

2.11 If both upward and downward deflections are mentioned in spring schedule, springs shall be designed accordingly considering deflection in both upward and downward directions.

2.12 All springs shall be provided with a means of positively and firmly locking the piston plate for hydrostatic testing of the pipe.

2.13 Teflon / Graphite pads for reducing lateral frictional force shall be provided when specified in the requisition. Wherever temperature is greater than 204°C, only graphite pad shall be used. Thickness of Teflon / Graphite pads shall be minimum 10 mm / 12.7 mm respectively. Retainer plate of 8 mm / 10 mm thickness respectively shall be welded around the pads so that the pads are projected minimum 2 mm above the retainer plates. It must be ensured that the low friction material is bonded with the steel base plate and remains in place at the specified load conditions by using suitable adhesives. Adhesives used for pads should be capable of withstanding the line temperatures. Additionally two or more countersunk screws shall also be installed to avoid dislocation in case of Graphite pads.

2.14 The hanger support, except for the spring shall be designed with a safety factor of 5.

2.15 All Constant & Variable spring supports weighing more than 45 Kg. shall be provided with lifting lugs.

2.16 All spring coils shall be neoprene or polyeurethane coated to prevent corrosion. Alternatively, equivalent or superior coating of spring coil is also acceptable. However, corrosion protection of spring through electroplating is not acceptable.

2.17 All Alloy Steel Springs shall be shot-peened.

2.18 Springs with free height to mean diameter ratio of more than 4 shall not be used without external guiding arrangements.

2.19 Drawing showing arrangement of spring hangers shall be considered for overall guidance. The individual components shall be designed by the Supplier to meet the requirements of the requisition.

WWI eieqW 111,..11

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

Copyright EIL — All rights reserved

Page 141 of 163

Page 142: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

k31 ENGINEERS TECHNICAL NOTES FOR STANDARD SPECIFICATION No.

$fgar klieg INDIA LIMITED SPRING SUPPORT ASSEMBLIES 6-44-0070 Rev. 1 A Govt of India Undellakingj 17-1107 271111!21111 X711

Page 7 of 8

3.0 PAINTING & GALVANIZING

The spring support shall be thoroughly scrapped and Wire brushed on all surfaces to remove dust, mill scales etc. All external & internal surfaces shall be given two coats of Zinc Chromate Red Oxide Primer to IS-2074. All threaded parts / components shall be galvanized to ASTM A153 / A123 / IS-1573 / IS-1367, Part XIII.

4.0 DOCUMENTATION

4.1 All document submissions to EIL shall be through EIL eDMS (electronic Document Management System)

4.2 After placement of order and before commencement of manufacturing, Supplier shall obtain approval on design calculations and detailed dimension drawings complete with material for different parts only if specified in the material requisition.

4.3 Material test certificates (physical properties) report, Heat treatment report (wherever specified or required as per code) and chemical composition shall be furnished for all materials other than coil. For coil material, chemical composition load deflection, cramp test certificate shall also be furnished.

4.4 Test reports for each spring for all mandatory tests and other supplementary tests as specified in the requisition shall be submitted.

4.5 Final Documents to be submitted, in addition to submission through eDMS, along with delivery of the springs.

- 6 Hard Copies and 2 CDs/DVDs of As Built drawings of spring assemblies. - 6 Copies and 2 CDs/DVDs of Catalogues, Operation Manual & Installation Procedure.

5.0 TESTING & INSPECTION

5.1 Testing of springs shall be as per BS-1726 Part 1.

5.2 A compression test shall be made by pressing the spring solid at least three times in succession. The spring should thereafter conform to dimensional requirements.

5.3 A cramp test shall be made by holding the spring compressed to the minimum working compressed length for a period of not less than 12 hours with full load. The spring shall show a reduction of not more than 5% in its free length.

5.4 The manufacturer shall conduct tests to establish the spring rate, and the measurement shall be carried out within 30% to 70% of the maximum deflection of the spring (free height minus solid height). The actual load test shall be conducted on the spring supports in the final assembled condition and shall be witnessed by the purchaser's representative.

5.5 All alloy steel springs shall be examined by magnetic particle method.

5.6 Refer Specification no 6-81-0137 for 'Inspection & Test Plan for Spring Support Assemblies'.

6.0 MARKING AND DESPATCH

6.1 In addition to standard marking, each spring support shall be marked with MR number and Spring Number / Tag Number with white weather proof paint on the casing or punched on a SS / Aluminum tag attached securely to the support with a rust proof wire.

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

Page 142 of 163

Page 143: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Olfaele-i ENGINEERS TECHNICAL NOTES FOR STANDARD SPECIFICATION No.

,2--ar fagitg w INDIA LIMITED SPRING SUPPORT ASSEMBLIES 6-44-0070 Rev. 1 IA Govt of India UndettakIngl Page 8 of 8

1.-11,, ert.T2111,74:n.

6.2 Paint or ink used for marking shall not contain any harmful metal or metallic salts.

6.3 All items shall be dry, clean and free from moisture, dirt & loose foreign material of any kind.

6.4 All items shall be properly packed in Wooden boxes / Crates and shall be protected from rust, corrosion and mechanical damage during transportation, shipment & storage.

7.0 REFERENCES

3-1643-0717 : Spring Schedule

3-1643-0717A : Spring Schedule (Spring Support Types)

6-81-0137 Inspection and Test Plan for Spring Support Assemblies

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

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

Page 143 of 163

Page 144: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 144 of 163

Page 145: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 145 of 163

Page 146: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

0 •nal{ L3-1000-00-8 'oN lewiod

Cl

o

rs) O

uo4eluawluawaidwi ioj panssi

43fISSI-32i CINV 43SIA32i

4/-

pameseJ sp.16p ii3 1.16pAcloo

Aq peno.iddy

cn

o o

o

Com=

o

o 3 z

a 0

n)

cn 3

03

a)

c z

cn

I Aall L£I0-18-9

STANDARD SPECIFICATION No.

Pag

e 14

6 o

f 16

3

Page 147: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

0 Aed L3-1000-00-9 '0N ei.u.iod

Inspection Standards Committee

pemasai IIV —113 446pAcloo

r:6

z("

) (-

) rr

i r-r

1 ("

) H

?23

='3

Tuatureaq woH

4 'ff

5"

5 5

" s.

cp

Cl) ,

r,

.- C

IC?

cf, `"'<

»0

s.

■-t "10

r:L

. rD

(i)

"

co

eD ••

-: .1

<•:,

C)o

cn

oo

E.)

" ,-

,- ...,

,••■••

,••D

c..

) r-

f. C

M

-) $

› (5

. c

-

(5 .

rD

H

70

'-t

C

D 't

,-, e

-t-

(1)

A)

'-' (

i rD

F'

. $:,

) 5

r-t-

A2t c

p ,

..,

c,

szi,

(-) =

--,' ,,.

,-,-,

-- c

,..

. ,

r)

Zt.

■:.!•

H

PZ

■-i

Cn

to O

•-t

- ‘••••

• (-)

O

,,,

,,, to

'(.7

, '-td

-t

P,D

•-•- •

-• •

t=0

,---

-

• °

AD

Cp

cp

er-

CfCi

ril

ti

(-)(-

)n

'

• (--r

(1)

`-<

.1 9

.,'

CD

co

(1)

o

"'"

cr

o

2

" P

rr

i ,

• --,

-.

rz, ., .s

n •

CD

0"

P'D

Zr.

<

,Z

rri

C

D r

i-

( '):j

-

6."

(1)H e

r)r-''L on

41C

) ~

CrO

,--t-

c4 ■

-,-

'-b

AD

9_, .

.,.. C

r5.

-,

4 `,1)D

O

p

'-'

(i)

5' '.0)

(1)

cn

CF

O •-

■••

co o

,-,

ri

P

.- -

Po

n O

o

— PL

cp

v

, r

R, §

. o

,'7'••

• (I)

cL

,

1-d

Z

•-,cj

'"0

■-3•—

• o

_ .1

J-3

,--3

v)

'-Id

"":1

'-t7

d '-d

Z Z

(.,

,,(D

—=

-(i)so

C

CD

- ,

. ,-,

- .-1

,-1,

— ,-

•-t

." 4

- '6 -

:'-

: ,̀L•'

• '-<:i

CD)

cp C

("

) 'C

' P;

2.

CD

'-`

• 0

(,)

'-0

`-t

.-t 0 s

-1:J

cp

O.

.,..t

rc, ;

=,,

o C

.)

CJC?

,.._,

p)

CD

Z/D

cn

(4

CD

("D

4 C"I

) (D.-t

CD

L)

'-:).

k.,.

..«.

■-+,

ro •

-i -

,-

• ,-

p- =

^ (..D

to

1.,-

1 0 .,,.,'"

p --

= o

,,,, -

i ...

. _

e,

CD

,>

) CD

C7

) .-c

>

< c

L c

li ‹

.

' ia" 'm

4,-__T

,..

,.(4 r

. i)

eL,'"' „,"' •-

i •-

1 s,

) ~ct

CD

o C) ','

-,- 2. ~

_, ',

:s.',.. „•

(u ,-

• 'z

i ,--t

C

-

c

CD

9 c 0

-c r

D

CD

,-r-

...

0.-" <

DH

C) ̀

=1«

..-, .

cp C

,/) C

D

0

,-t

C=1

, 0 p

, ci)

"C

S ■-•

-

CD

ct •

ro

o1 C

f ,-*

- /C

) 2 <

'7/',

cn

<•••

o c

,n

soo

r

=t-i ■

-r-

ClIA

o

er>

sd-

to

lw

cp ,.

.' -

• c)

(-)

-.

r,

e)

8-

(-)

_.

,e

;à›

• o

° o

o ▪

jci

.-r-

0.

,--.

A3

CrO

'tZi .

AD

.--

0--.

tsal unx igo!uutpaiN

:suopmnaaqqy

QO

P9:1

STANDARD SPECIFICATION No.

Pag

e 14

7 o

f 16

3

Page 148: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

0 'Aed L3-1000-00-9 'oN ;euuod pamasai sIL16P IIV —113 41160doo

siNawaumòau amv Nonpaam

Ckà

O

PO/PR/ Standards referred there in/ Job specifications /Approved documents.

SII■13111113011 a3mallaJau o*z

H

cn

cn

o

o

IH

co

(-)

ro

cn

ro

CD

cn

CfQ

CD

00

CD

CD •

CFQ

"Cf

"CS 0

cn

cr

C.13

3d03S Cri

naH G£10-18-9

STANDARD SPECIFICATION No. 1‘

..)

,--,

Nf

O

,---'

iN.)

■—•

,--,

•••+

O

2 c

i) cp

r

Clamps, Lugs, Eye Rods, Hanger Rods, Turn Buckle, Plates, Teflon/Graphite Pad, Casing etc.

Material Inspection

WPS,PQR & WPQ

Load Test and Non Destructive Examination (as applicable)

Procedure

STAGE/ACTIVITY

Visual Inspection

Mechanical Properties

Chemical Properties

Welding Parameters & Qualification Record

- Magnetic Particle Test for all Alloy Steel Springs

- Test Procedure ›.-

,-- r=1

x

17

.c.'")'

c.)

c>

,::='

c,

,::'

QUANTUM OF CHECK

Material Test Certificates /

Lab Test Re

p

orts

Procedure documents

Supplier's Test Procedure

RECORD

Z,

,

SUB SUPPLIER

SCOPE OF INSPECTION

z

z

SUPPLIER

.

W- New R- Existin

g

ril g,

°O■-.3

';;7-'

Pag

e 14

8 o

f 16

3

Page 149: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

0 A92:1 L3-1.000-00-8 '0N 481.11103 pamasai sig6P IIV —113 46!.,Acloo

,11

kr

>2

_=;

rn

00

yJy

STANDARD SPECIFICATION No.

cr,

■--,

p

v,

f.n

0

4=.

*

.&..

P

t...)

;--

Ci4

P

1̀-) iNJ

2 C

P C

) r

Documentation & Inspection Certificate(IC)

Documentation & IC

Painting (as applicable)

Painting

Acceptance tests on Spring Support Assemblies

Final Inspection

Machining of Components

In Process Inspection

Bought Out Components

Spring Coil

Fasteners

STAGE/ACTIVITY

Review of Stage Inspection Reports / Test Reports & Issue of IC

Painting Scheme

Visual Check

Final DFT Check

• Visual Inspection

Dimensional Inspection

Load /Travel Test

Scragging Test/ Compression Test, Cramp test for Springs

Stamping of accepted assemblies

Visual & Dimensional

Chemical & Physical properties

Compression Test, Scragging & Cramp test for Springs

CHARACTERISTICS

6-

c>

0

c,

0

c,

0

— 0

CD

QUANTUM OF CHECK

Manufacturer TC & IC

Supplier Test Records

Inspection Witness Record

Suppliers Test Records

Sub Supplier Test Certificates

RECORD

1

i 1

i Z

SUB SUPPLIER

SCOPE OF INSPECTION

SUPPLIER

Z

. .

7zi

EIL/ TPIA

Pag

e 14

9 o

f 16

3

Page 150: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

0 •Led L3-1000-00-8 'oN 4euuo3

t•-)

:(amemddu sy) SaIOM

pamasai IIV —113 41160doo

referred there in /Job Specification /Approved Documents.

00

'oN NOLLVDIAIDadS (DIVCINVIS

ch

i\.)

2 cA

0 r,

Final documents as per PR

STAGE/ACTIVITY

Verification & compilation of inspection & test records for

submission to customer

CHARACTERISTICS

.

c, c,

QUANTUM OF CHECK

Final dossier / Completeness

certificate

RECORD SUB SUPPLIER

SCOPE OF INSPECTION

x

SUPPLIER EIL/ TPIA

Pag

e 15

0 o

f 16

3

Page 151: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 151 of 163

Page 152: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 152 of 163

Page 153: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 153 of 163

Page 154: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

Page 154 of 163

Page 155: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

VENDOR’S SIGNATURE & STAMP Format No. EIL 1641-532 Rev.1 Copyrights EIL – All rights reserved D:\edmsdocs\temp\09000200821be993\090002008216b64f_A4.docx

Document No. A307-000-16-43-TCL-3785

Rev.0

Page 1 of 2

BIDDER’S TECHNICAL

CONFIRMATIONS/ANSWERS

Sl.No COMMENT / QUERY BIDDER’S CONFIRMATION /

ANSWER

1.0 Bidder to clearly highlight any deviation from the MR requirements on separate sheet. General remarks that “Refer our Offer” for deviations shall not be acceptable. In case, no deviation is provided separately, it shall be construed that offer is strictly in line with MR requirements. Bidder shall note that post-order waivers or deviations shall not be permitted, and therefore, Waiver/ Deviation Request (Format No.5-0000- 0180-F1) attached with Document No. 6-78-0001, is not applicable.

2.0 Bidder shall confirm categorical compliance to all the attachments listed in “List of Attachment” of MR.

3.0 Bidder shall provide spring support detailed dimensional catalogues along with offer, for reference.

4.0 Bidder shall ensure & certify the suitability of all items for the intended service conditions & special requirements/notes, as specified in the spring schedule, attached with MR.

5.0 Bidder shall provide duly filled in spring schedule, A307-000-16-43-DS-3785, along with offer.

6.0 Bidder shall submit the Design calculations and Detailed Dimensional Drawings for spring support assemblies along with applicable material for all parts, after placement of order and before commencement of manufacturing, for approval. Bidder shall submit the drawings lot wise and unit wise (CDU/DCU/DHDT/FCC/SRU/VGO/NHT-ISOM/OFFSITE), as per the spring schedule (A307-000-16-43-DS-3785). Bidder to confirm compliance.

7.0 Bidder shall provide item wise correlation between offered design/model against each spring as per spring schedule attached with MR.

8.0 Bidder shall note that springs shall be supplied with the lengths/heights, as specified in the MR. No deviation is acceptable w.r.t. length/height. Bidder to confirm compliance.

Page 155 of 163

Page 156: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

VENDOR’S SIGNATURE & STAMP Format No. EIL 1641-532 Rev.1 Copyrights EIL – All rights reserved D:\edmsdocs\temp\09000200821be993\090002008216b64f_A4.docx

Document No. A307-000-16-43-TCL-3785

Rev.0

Page 2 of 2

BIDDER’S TECHNICAL

CONFIRMATIONS/ANSWERS

Sl.No COMMENT / QUERY BIDDER’S CONFIRMATION /

ANSWER

9.0 Bidder shall confirm that the selected spring model is suitable for operation point of view for the horizontal displacement specified in the MR spring schedule.

Page 156 of 163

Page 157: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

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 157 of 163

Page 158: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

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 158 of 163

Page 159: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

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 159 of 163

Page 160: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

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 160 of 163

Page 161: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

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 161 of 163

Page 162: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

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 162 of 163

Page 163: Project Management Consultancy (Stage-II) (PMC-II) …tenders.eil.co.in/NewTenders/userdata/Doc_Repository/A...Project Management Consultancy (Stage-II) (PMC-II) for Integrated Refinery

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 163 of 163