100% found this document useful (1 vote)
337 views430 pages

EIL Specification

Uploaded by

Dineshkumar
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
100% found this document useful (1 vote)
337 views430 pages

EIL Specification

Uploaded by

Dineshkumar
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 430

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

Table of Contents
Document Number Rev. Document Title Page
Number
A620-065-RA-MR- A ENQUIRY DOCUMENT 2
6020-1002-RFQ
A620-065-RA-MR- B ISOM REACTOR 1 110
6020
A620-16-46-LL-6020 A LIST OF ATTACHMENTS 114
A620-065-16-46-DS- B ENGINEERING DRAWINGS/SETTING PLAN 118
3002
A620-065-16-46-DS- B ENGINEERING DRAWINGS/SETTING PLAN 119
3002A3
A620-065-16-46-DS- B ENGINEERING DRAWINGS/SETTING PLAN 120
3002A2
A620-065-16-46-SK- A JOB SKETCHES 121
001
A620-065-16-46- A VDR FOR VDR COMPILATION 122
VDR-6020
A620-65-02-DS-1271 0 LICENSOR DATASHEET - REACTOR 125
A620-16-46-UR-6020 A UNIT RATES FOR ADDITION DELETION 135
A620-16-46-SS-6020 A SCOPE OF WORK AND SUPPLY 142
A620-16-46-TR-6020 A INSTRUCTIONS TO VENDOR/ TECHNICAL REQUIREMENTS 148
A620-065-16-51- A SCOPE OF WORKS 160
SOW-0001
A620-16-ST-0038 A ALLOWABLE PIPING LOADS 168
6-12-0001 5 General specification for pressure vessels. 174
6-12-0006 5 Supplementary specification for austenitic stainless steel vessels. 187
6-12-0011 7 Standard specification for boiler quality carbon steel plates. 194
6-12-0020 7 Standard specification for stainless steel plates. 201
6-52-0042 3 Standard specification for thermocouples, RTDs and thermowells. 206
6-76-0001 3 Standard Specification for Erection of Equipment & Machinery 215
6-78-0001 0 Specification for Quality Mgt. System Requirements from Bidders 237
6-78-0003 0 Specification for Documentation Requirement from Suppliers 246
6-81-0014 3 ITP for stainless steel pressure vessels/ columns 258
6-81-2042 3 ITP for thermocouples, RTDs & thermo wells 265
6-82-0001 6 Standard specification for health, safety & environment (HSE) 270
management at construction sites
6-82-0002 2 Standard specification for positive material identification (PMI) at 357
construction sites
7-12-0001 5 Vessel tolerances. 367
7-12-0004 6 Skirt base details. 369
7-12-0005 5 Skirt opening details. 370
7-12-0010 6 Manhole with davit. 372
7-12-0015 5 Standard bolt hole orientation. 374
7-12-0018 5 Internal flanges. 375
7-12-0021 5 Support ring & bolting bar. 376
7-12-0024 7 Lifting lug top head type (for vertical vessels / columns). 377
7-12-0025 5 Fire proofing & insulation supports. 378
7-12-0026 5 Earthing lug. 380
7-12-0027 5 Name plate. 381
7-12-0028 5 Manufacturer name plate. 382
7-12-0029 5 Bracket for name plate. 383
BPCL Painting A LICENSOR SPECIFICATION 384

Page 1 of 431
EI BhawanAnnexe, BhikaijiCama Place, RK Puram, New Delhi – 110 066, INDIA
Phone No : 0091-11-26102121, 26101419 ; Fax No : 0091-11-26191714, 26167664
REQUEST FOR QUOTATION (RFQ)

RFQ No.: RS/A620-065-RA-MR-6020/1002 Date: 08.09.2014


To, Client :BHARAT PETROLEUM CORPN. LIMITED
M/s
Project: CONVERTING CRU INTO ISOMERISATION UNIT
PROJECT
MR No.: A620-065-RA-MR-6020REV. B
Item:PRESSURE VESSEL -SS (26-50 MM)

Due Date & Time: 06.10.2014; Up to 1200 Hrs. (IST)


LAST DATE OF SUBMISSION OF PRE-BID
29.09.2014.
QUERIES:
At 1400 Hours (IST) on 06.10.2014(at Business Centre, E.
I. Bhawan,Annexe Bhikaiji Cama Place, R.K. Puram, New
UNPRICED BID OPENING: Delhi – 110066,India).(In case the Bid Due Date happens to be
fall on Holiday, the next working day shall be deemed to be due
date)
PRICED BID OPENING: TIME & VENUE SHALL BE INTIMATED LATER.
Shall be conducted within 10 days from the date of opening of
POST BID MEETING:
un-priced bids,if required.
GENTLEMEN,
Online Bids are requested under competitive bidding on e-procurement basis for the subject item in
complete accordance with the documents attached.
1. Online Bids are requested for the captioned item in complete accordance with enquiry documents
/attachments.

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

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

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

5. Bidders to refer attached Annexure-1 for E-Tendering methodology. Various links such as “Help for
Contractor”, “Information about DSC”, “FAQ”, “Resources Required”, “Bidders Manual Kit” etc. are
available on home page of http://eprocure.gov.in/eprocure/app facilitating vendors to participate in the
bidding process. Bidder are advised to download & utilize the available information/documents under
these links for activities like Registration in CPPP, obtaining User ID & Password, uploading &
submission of e-bids etc. Bidders are advised in their own interest to carefully go through Instructions
for E-tendering and other related document available against various help links so as to ensure that
bids are uploaded in E-tendering website well before the closing date and time of bid submission.

Page 1 of 7

Page 2 of 431
6. NIC Portal mandates that the bidders are to be registered on the portal before any enquiry can be
issued to them. In order to expedite issue of enquiries, the enquiry is being issued through EIL
Tender Portal and also being published on Central Public Procurement Portal. The enquiry shall be
issued to the bidders on the NIC e-Procurement Portal as soon as their registration is completed in the
NIC Portal (https://eprocure.gov.in/eprocure/app ).

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

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

8. The bid has to be necessarily submitted on the NIC Portal and only those bidders who are issued the
enquiry through NIC Portal will be eligible to submit their bids. In case a bidder does not register on
the NIC Portal and as a consequence, cannot be issued the enquiry through NIC Portal, it shall be
deemed that he is not interested in bidding against this enquiry and no further correspondence will be
entertained.

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

10. The vendor registration on NIC Portal is a very user friendly process. However, in case of any doubt,
the vendor may also contact the undersigned.

11. In the event of failure in bidder‟s connectivity with EIL/CPPP website during the last few hours on
account of problem on bidders account, they are likely to miss the deadline for bid submission. Due
date extension request due to this reason will not be entertained. In view of the same, bidders are
advised to upload their bid in advance.
12. Bidders to upload the Un-price and Price part of their bids strictly in the Un-price & Priced
folders respectively in the e-tender portal. Non Compliance to the same shall lead to rejection
of their offer. In case any of the price details forming part of evaluation are furnished in the
unpriced offer, then it shall lead to rejection of their bid.
13. Commercial requirements are specified in the attached General Purchase Conditions, Special
PurchaseConditions, Instructions to Bidders, Terms & Conditions for Site Work (applicable if MR calls
for Scope of Site Work), Terms& Conditions for Supervision of Erection, Testing &Commissioning
(applicable if MR calls for supervision),Agreed Terms & Conditions (ATC) questionnaire etc. The ATC
should be duly filled in, signed & stamped, scanned and uploaded with your bid.
14. Bidders are advised to submit quotations based strictly on the specifications, terms & conditions
contained in the RFQ documents and not to stipulate any deviation.
15. Addendum / corrigendum to the RFQ documents if issued must be signed and submitted along with
the bid.
16. The order, if any, will be issued by our above-mentioned client.
17. Please submit your Acknowledgement against the RFQ on EIL‟s website
http:tenders.eil.co.in\newtenderswithin the due date & time, with reasons(s) of not participating in the
RFQ in case of regret/negative acknowledgment.
18. As Purchaser intends to contract directly with suppliers of the goods for which bids are invited, the

Page 2 of 7

Page 3 of 431
bids should be prepared by the suppliers and submitted directly. Purchaser reserves the right to reject
offers made by intermediaries.
19. Delivery Period :-

19.1 For Indian Bidder:

For Supply: 08 (Eight) Months on FOT Despatch point Basis from the date of LOI. Date of Lorry
receipt (LR) shall be considered as the date of delivery.

19.2 For Foreign Bidder:

For Supply: 07 (Seven) Months onFOB International Sea Port of Exit Basis from the date of LOI.
Date of clean Bill of Lading shall be considered as the date of delivery.

20. The offer should be valid for 4 (Four) Months from final bid due date.
21. Indian bidders are requested to indicate details of taxes & duties and freight charges as per the
enclosed “Annexure-E to Agreed Terms & Conditions”along with un-priced offer. Foreign
bidders are requested to indicate freight charges in Agreed Terms & Conditions- Foreign
Bidders.In case bidder furnishes Freight charges either in figures or in words in the unprice
folder then it will result in rejection of their bid in line with clause no 12 of RFQ covering letter.
22. Online Bids/ Offer through CPP Portal only shall be accepted.Bids/ Offer through Email or fax/
Telex/Telegraphic or Bids received in open condition shall not be accepted.
23. 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.
24. Canvassing in any form by the Bidder or by any other agency on their behalf may lead to
disqualification of their bid.
25. E-bids received online shall be opened at EIL office on due date and time as specified above. Bids
shall be opened in presence of representatives of bidders who choose to attend the same. Such
representative shall submit Bid Acknowledgement Number generated by the Portal/System after
successfully Bid Submission online. Time and Date of opening of Price Bids of technically and
commercially acceptable bidders shall be notified to the qualified and acceptable bidders at a later
date.However, bidder can also view unpriced / priced Bid Opening online in their office/remote end
itself. The bidder‟s representatives, who are present, shall sign a register evidencing their attendance.
26. 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.
27. Payment Terms:
27.1 For Indian Vendor:
a) For Supply, transportation &Supervision charges: As per clause No. 15.1.3,15.1.6& 15.1.8of
Special Purchase Conditions (SPC) with following partial modifications.

Sub clause 15.1.3.1 (ii) stands replaced with “15% after receipt of identified raw materials (Plates,
Forgings and templates) at vendor's works and against certification by EIL and submission of
bank guarantee for equivalent amount valid till complete execution of order plus three months
claim period. However, 1% out of 15% shall only be paid on receipt of Templates at Site. The
schedule of supply of template at site shall be 8 weeks from FOA.”

27.2 For Foreign Vendor:

Page 3 of 7

Page 4 of 431
a) For Supply, transportation &Supervision charges: As per clause No. 15.2.1, 15.2.6, 15.2.4 &
15.2.5of Special Purchase Conditions (SPC).
28. Bidders are requested to quote as per their capability registered in EIL.
29. EIL reserves the right to use in-house information for assessment of bidder‟s capability for
consideration of bid.
30. EMD & Bid Document Fee is not applicable for this RFQ.
31. Owner shall follow the Public procurement Policy on Procurement of goods and services from Micro
and Small Enterprises (MSEs) order 2012 as per attached Annexure-2 to this RFQ document.
Accordingly, the quantities against the items may be splitted, as applicable, to enable the splitting of
item in terms of 20% and 80% between the MSEs and non-MSEs respectively. In that case, the
quoted prices against various items shall remain valid in case of splitting of quantities of the items as
above.
32. The bidders should respond to this enquiry either by submitting their bids or by explaining the
reason for non-submission of the offer. In case there is no response either way continuously,
the bidder shall be liable for suitable action including review of their enlistment with EIL for
that particular item.
33. In case any bidder is found to be involved in cartel formation, his bid will not beconsidered for
evaluation / placement of order. Such bidder will also be debarred from bidding in future.
34. Bidders are mandatorily required to enter their name in the each page of excel file / pdf file of
Price Schedule provided in the e-tender portal for submission of price bid.
35. 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.

Networth means paid up share capital, Share Application Money pending allotment” and reserves#
less accumulated losses and deferred expenditure to the extent not written off.

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

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

Accordingly, the definition of Networth shall be as follows:

Paid up share capital XXXX


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

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.

Page 4 of 7

Page 5 of 431
36. Multiple / Alternative Bids
A bidder (i.e., the bidding entity) shall, on no account submit more than one bid either directly (as a
single bidder or as a member of consortium) or indirectly (as a sub-contractor) failing which following
actions shall be initiated :

(i) All bids submitted by such bidder (say „A‟) directly & indirectly, shall stand rejected and EMD,
if any, in case of direct bid submitted by bidder „A‟ shall be forfeited.
(ii) If another bidder (say „B‟) has proposed bidder „A‟ as a sub-contractor then bidder „B‟‟s bid
shall also be rejected. However, in case the bidder „B‟ has also proposed an alternative sub-
contractor who is other than the bidder „A‟, then bidder „B‟‟s bid shall be evaluated with the
proposed alternative sub-contractor only. Hence, every bidder shall ensure in his own interest
that his proposed sub-contractor is not submitting alternative / multiple bids.
37. We reserve the right to make any changes in the terms and conditions of purchase and to reject any
or allthe bids.
38. Where any portion of Instructions to Bidders, Special Purchase Conditions and General
Purchase Conditions is repugnant or at variance with any provisions of RFQ Cover Letter, RFQ
Cover Letter shall be deemed to over-ride the provision(s) of Instructions to Bidders, Special
Purchase Conditions and General Purchase Conditions only to the extent applicable.
39. In the event of award, Bidder to intimate both the BPCL as well as EIL well in advance for all stage-
wise inspections, wherever applicable. Contact Person at BPCL for prior intimation for inspection call
shall be
Mr.Ajay Gupta
Sr. Manager, Projects,
Admin Building, BPCL,
Mumbai.
Tel. No.: 022-25533346
E-mail:guptaak7717@bharatpetroleum.in
40. If any of quoted rates/prices/charges are repeated in the bid, then higher of them shall be considered
for evaluation and lower for ordering.
41. Bidder to note that Clause no.: 42 of Instructions to Bidder (ITB) of RFQ is not applicable and hence
stands deleted.
42. Bidder to comply Annexure- D as attached.
43. Indian Bidders to comply Annexure- F (Check List for Lorry/ Truck Entry inside Refinery Gate) as
attached
44. PRE-BID MEETING
44.1 Last date for submission of Pre bid queries will be as mentioned in the RFQ.
44.2 The biddersare requested to submit any questions by courier/fax/e-mail in the enclosed Form-H to
reach EIL as per date indicated in RFQ.
44.3 Pre-bid queries received after last date of submission of pre bid queries as mentioned in the
RFQ shall not be entertained.
44.4 Any modification of the Bidding Document / RFQ, which may become necessary as a result of the
pre-bid queries / pre bid discussion, shall be intimated to all bidders through the issue of an
Addendum/Amendment.
45. Non-attendance of the pre-bid meeting will not be a cause for disqualification of bidder.
46. Contact Persons for this RFQ are:
Mr. P.K.Khurana, DGM (C&P), email: pk.khurana@eil.co.in or
Mr. R.Somnath, AGM (C&P), Ph. No. (+91) 0124-3802103& email: r.somnath@eil.co.in or

Page 5 of 7

Page 6 of 431
Mr.Deepak Malik (C&P), Ph. No. (+91) 0124-3802133& email: deepak.malik@eil.co.in

*Please specify Ref. No. (RS/A620-065-RA-MR-6020/1002) in all Correspondence.

THIS IS NOT AN ORDER Very truly yours,


For & On Behalf of BPCL

(R SOMNATH)
AGM(C&P)
ENGINEERS INDIA LIMITEDEnclosure: As per List
Attached

Page 6 of 7

Page 7 of 431
LIST OF ENCLOSURES

DOCUMENT
A) Request For Quotation (RFQ)

B) Commercial document:
i) Price Schedule Format(For Indian / Foreign Bidders)
ii) Special Purchase Conditions (SPC)
iii) Instruction to Bidder (ITB)
iv) General Purchase Conditions
v) Agreed Terms & Conditions (For Indian Bidders)
vi) Agreed Terms & Conditions (For Foreign Bidders)
vii) Annexure-1 : E-Tendering Methodology
viii) Annexure-2 : Provisions for Micro and Small Enterprises under (PPP), 2012
ix) Annexure- D.
x) Annexure-E (Details of Taxes & Duties for Indian Bidders)
xi) Annexure- F (Check List for Lorry/ Truck Entry inside Refinery Gate)
xii) Form-H (Format For Pre Bid Queries)
xiii) Integrity Pact
C) Technicaldocument:

Material Requisition (MR) No. : A620-065-RA-MR-6020REV. B

Page 7 of 7

Page 8 of 431
PRICE SCHEDULE (FOR INDIAN BIDDERS)
RFQ NO. RS/ A620-065-RA-MR-6020/1002
ITEM: PRESSURE VESSEL -SS (26-50 MM)
PREAMBLE

1 Scope of supply and Site Work including testing, inspection, documentation etc. shall be strictly as per Material Requisition and other documents which are part of RFQ.
2 Indian Bidders must quote Freight charges in the space provided in the price schedule.
3 Indian Bidders shall furnish built-in CIF value if any, against each quoted item, giving details of description of goods, qty, merit rate of custom duty etc. included in the quoted prices in attached Format-
"CIF/CD"
4 Bidder to clearly indicate 'Quoted" against each item 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.
5 Bidder shall furnish prices/details as above only in the price folder, in accordance with Instructions To Bidders/ Request for Quotation.
6 All the Columns of quoted items in the Price Schedule must be filled with required information, as applicable.
7 Bidder must quote the price in enclosed Price Schedule formats only in the e-tendering portal. The formats shall not be changed and/or retyped. For any deviation to the formats, offer may be rejected.

8 Quoted prices are firm and fixed till complete execution of the entire order and no variation on any account is allowed.
9 Bidder shall quote rates in Figuers as well as in words as per the Price Schedule.

10 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.
11 The per diem rates for vendor's specialist visit at site shall be based on the terms & conditions of supervision of Erection / Testing / Commissioning .Total 10 (Ten) mandays of visit shall be considered for
price evaluation.
12 For Indian Bidders,Third Party Inspection Charges by ( Lloyds/BV/DNV/TUV/CEIL) towards the import content in the country of origin shall be included in quoted price for main equipment.

13 Bidder to include all inspection & tests charges as required for equipment as per specifications,data sheets and codes referred to in specification and data sheets enclosed in Material Requisition.

14 Price of mandatory spares & commissioning spares as per MR shall be included in the base Supply price.

15 Unit rates for Addition/ Deletion shall be quoted as per Doc. No. A260-16-46-UR-6020 OF MR. Quoted prices for Unit Rates for Addition/ Deletion shall not be considered for evaluation.

16 All items of MR shall be evaluated and ordered on single bidder. Since evaluation is on bottomline basis, Bidder to quote for all the requirements of MR/RFQ, failing which bid shall be rejected.

17 Bidders to upload the Un-price and Price part of their bids strictly in the Un-price & Priced folders respectively in the e-tender portal. Non Compliance to the same shall lead to rejection of their
offer. In case any of the price details forming part of evaluation are furnished in the unpriced offer, then it shall lead to rejection of their bid.

NOTES: Bidders are mandatorily required to enter their name in the each page of excel file / pdf file of Price Schedule provided in the e-tender portal for submission of Unpriced & price bid.
PRICE SCHEDULE FOR SUPPLY (FOR INDIAN BIDDERS)
RFQ NO. RS/ A620-065-RA-MR-6020/1002
ITEM: PRESSURE VESSEL -SS (26-50 MM)
NAME OF BIDDER: M/S
Item Sl. TAG NO./ ITEM CODE Qty. FOT Despatch Point Price including P&F Freight Charges excluding Service Tax and Ed. Cess thereon extra
No. as & DESCRIPTION (INR) upto Project Site
per MR (AS PER MR) (INR)
Unit Rate in Rupees Unit Rate in Rupees
Amount in Rupees Amount in Rupees
(Unit rate * Qty) (Unit rate * Qty)
Figures Words Figures Words

1 2 3 4 5 6 7 8 9

ISOM REACTOR 1
1.01 Tag No.: 65-NNR-571 1 NOS

SUPERVISION CHARGES AS
08.01 PER SL. NO. 08.00 OF ITEM 1/diem rate Shall be quoted in separate PRICE SCHEDULE FOR SUPERVISION (FOR INDIGENOUS BIDDER) attached
DESCRIPTION OF MR.

UNIT RATES FOR ADDITION/DELETION


06.01 Unit Rates of items for addition/ deletion purpose shall be quoted as per the Doc. No. A620-16-46-UR-6020 of MR.
AS PER MR

Bidders to upload the Un-price and Price part of their bids strictly in the Un-price & Priced folders respectively in the e-tender portal. Non Compliance to the same shall lead to rejection of
their offer. In case any of the price details forming part of evaluation are furnished in the unpriced offer, then it shall lead to rejection of their bid.

Page 2 of 4
ENCLOSURE TO PRICE SCHEDULE FOR SUPPLY (INDIAN BIDDERS) FORMAT - "CIF/CD"
RFQ NO. RS/ A620-065-RA-MR-6020/1002
ITEM: PRESSURE VESSEL -SS (26-50 MM)

NAME OF BIDDER: M/S __________________________

DETAILS OF BUILT-IN-CIF VALUE OF IMPORT CONTENT, ITEM DETAILS OF IMPORT CONTENT AND MERIT RATES OF IMPORTS DUTY CONSIDERED AND INCLUDED IN QUOTED FOT DESPATCH POINT PRICES UNDER PRICE SCHEDULE

DESCRIPTION CIF value of Import Content included in quoted supply MERIT RATE OF CUSTOM DUTY INCLUDED IN QUOTED SUPPLY PRICES
prices for column (2) Qty.
For Item Sl Description of Qty. (Unit____) *(1) (In Rs) CUSTOM TARRIF BASIC CUSTOMS CVD + EDU. CESS ON EDU. CESS ON SAD (%) TOTAL
. No. as per Imported items NO. DUTY (%) CVD (%) CUSTOM DUTY CUSTOM
MR (%) DUTY (%)
(MERIT RATE)

Rate in Figures Rate in Words

TOTAL CIF VALUE


NOTE: *(1) Unit to be specified by the Bidder.
2) Bidder to furnish the above details separatly for each item S. No. of MR.
3) Bidders to upload the Un-price and Price part of their bids strictly in the Un-price & Priced folders respectively in the e-tender portal. Non Compliance to the same shall lead to rejection of their offer. In case any of the price details forming part of
evaluation are furnished in the unpriced offer, then it shall lead to rejection of their bid.
PRICE SCHEDULE FOR SUPERVISION (FOR INDIGENOUS BIDDER)
RFQ NO. RS/ A620-065-RA-MR-6020/1002
ITEM: PRESSURE VESSEL -SS (26-50 MM)
NAME OF BIDDER: M/S

Item SL. No. as Description of Items as per MR No. of Personnel Required Per Manday charges (Per person) for 8 hours work on normal working day
per MR excluding Service Tax & Edu. Cess thereon.
(INR)

Rate in Figure Rate in Words


1 2 3 4
8 Per-Diem rate of vendor's visit at site for Supervision of Erection, Testing & commissioning as per MR.

Supervision of Erection, Testing &


8.01
commissioning as per MR.

Note:
1 Per manday charges quoted by the bidder at Col 4 shall be in accordance with the "Terms & Conditions for Supervision of Erection & Commissioning" enclosed
with the RFQ Document and shall be all inclusive. Bidder to note that nothing extra shall be paid by the owner over and above the quoted per manday charges
except Cenvabale Service Tax which shall be payable extra..
2 The per diem rates for vendor's specialist visit at site shall be based on the terms & conditions of supervision of Erection / Testing / Commissioning .Total 10
(Ten) mandays of visit shall be considered for price evaluation as per MR.

3 Overtime rate per hour on any normal working days and per diem rate per hour and over time rate per hour on holidays shall be worked out considering the
quoted per diem charges divide by 8 hours.

Bidders to upload the Un-price and Price part of their bids strictly in the Un-price & Priced folders respectively in the e-tender portal. Non Compliance to the same shall lead to rejection of their offer. In
case any of the price details forming part of evaluation are furnished in the unpriced offer, then it shall lead to rejection of their bid.
PRICE SCHEDULE (FOR FOREIGN BIDDERS)
RFQ NO. RS/ A620-065-RA-MR-6020/1002
ITEM: PRESSURE VESSEL -SS (26-50 MM)
1 Scope of supply & site work including testing, inspection, documentation etc., shall be strictly as per Material Requisition and other documents which are part of RFQ.

2 Foreign Bidders must quote Price on FOB International seaport of exit including P &F charges.

3 Bidder to clearly indicate 'Quoted' against each Sr. No. 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.
4 Bidder shall furnish prices/details as above only in the price folder, in accordance with Instructions To Bidders / Request for Quotation.

5 All the columns of quoted items in the price schedule must be filled with required information, as applicable.

6 Bidder must quote the price in enclosed Price Schedule formats only in the e-tendering portal. The formats shall not be changed and/or retyped. For any deviation to the formats, offer may be rejected.

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

8 Bidder shall quote rates in Figuers as well as in words as per the Price Schedule.

9 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.

10 Price of mandatory spares & commissioning spares as per MR shall be included in the base Supply price. Bidder quoted prices shall be inclusive of Third Party Inspection Charges by (
Lloyds/BV/DNV/TUV/CEIL) as per MR.
11 The per diem rates for vendor's specialist visit at site shall be based on the terms & conditions of supervision of Erection / Testing / Commissioning .Total 10 (Ten) mandays of visit shall be considered for
price evaluation.
12 Unit rates for Addition/ Deletion shall be quoted as per Doc. No. A260-16-46-UR-6020 OF MR. Quoted prices for Unit Rates for Addition/ Deletion shall not be considered for evaluation.

13 All items of MR shall be evaluated and ordered on single bidder. Since Evaluation is on bottomline basis , Bidder to quote for all the requirements of MR/RFQ, failing which bid shall be rejected.

14 Bidders to upload the Un-price and Price part of their bids strictly in the Un-price & Priced folders respectively in the e-tender portal. Non Compliance to the same shall lead to rejection of their
offer. In case any of the price details forming part of evaluation are furnished in the unpriced offer, then it shall lead to rejection of their bid.

NOTE Bidders are mandatorily required to enter their name in the each page of excel file / pdf file of Price Schedule provided in the e-tender portal for submission of Unpriced & price bid.
PRICE SCHEDULE FOR SUPPLY (FOR FOREIGN BIDDERS)
RFQ NO. RS/ A620-065-RA-MR-6020/1002

ITEM: PRESSURE VESSEL -SS (26-50 MM)

NAME OF BIDDER: M/S


Item Sl. TAG NO./ ITEM CODE Qty. Ocean Freight Charges from FOB International seaport of exit to Mumbai sea port
No. as & DESCRIPTION Price on FOB International seaport of exit including P &F charges (India)
per MR (AS PER MR)

Unit Rate Unit Rate


Amount Amount
(Unit rate * Qty) (Unit rate * Qty)
Figures Words Figures Words

1 2 3 4 5 6 7 8 9

ISOM REACTOR 1
1.01 Tag No.: 65-NNR-571 1 NOS

SUPERVISION CHARGES AS
08.01 PER SL. NO. 08.00 OF ITEM 1/diem rate Shall be quoted in separate PRICE SCHEDULE FOR SUPERVISION (FOR FOREIGN BIDDER) attached
DESCRIPTION OF MR.

UNIT RATES FOR ADDITION/DELETION


06.01 Unit Rates of items for addition/ deletion purpose shall be quoted as per the Doc. No. A620-16-46-UR-6020 of MR.
AS PER MR

Bidders to upload the Un-price and Price part of their bids strictly in the Un-price & Priced folders respectively in the e-tender portal. Non Compliance to the same shall lead to rejection of their offer. In case any of the price details
forming part of evaluation are furnished in the unpriced offer, then it shall lead to rejection of their bid.

Page 2 of 2
PRICE SCHEDULE FOR SUPERVISION (FOR FOREIGN BIDDER)
RFQ NO. RS/ A620-065-RA-MR-6020/1002

ITEM: PRESSURE VESSEL -SS (26-50 MM)

NAME OF BIDDER: M/S


OFFER REFERENCE NO.

Item SL. No. Description of Items as per MR No. of Personnel Per Manday charges (Per person) for 8 hours work on normal working day excluding
as per MR Required Service Tax & Edu. Cess thereon.
(Currency_________)

Rate in Figure Rate in Words


1 2 3 4
8 Per-Diem rate of vendor's visit at site for Supervision of Erection, Testing & commissioning as per MR.

8.01
Supervision of Erection, Testing &
commissioning as per MR.

Note
1 Per manday charges quoted by the bidder at Col 4 shall be in accordance with the "Terms & Conditions for Supervision of Erection & Commissioning" enclosed with the
RFQ Document and shall be all inclusive. Bidder to note that nothing extra shall be paid by the owner over and above the quoted per manday charges except Cenvabale
Service Tax which shall be payable extra..

2 The per diem rates for vendor's specialist visit at site shall be based on the terms & conditions of supervision of Erection / Testing / Commissioning .Total 10 (Ten)
mandays of visit shall be considered for price evaluation as per MR.

3 Overtime rate per hour on any normal working days and per diem rate per hour and over time rate per hour on holidays shall be worked out considering the quoted per
diem charges divide by 8 hours.

Bidders to upload the Un-price and Price part of their bids strictly in the Un-price & Priced folders respectively in the e-tender portal. Non Compliance to the same shall lead to rejection of their offer. In case
any of the price details forming part of evaluation are furnished in the unpriced offer, then it shall lead to rejection of their bid.
BHARAT PETROLEUM CORPORATION LTD
CONVERTING CRU INTO ISOMERISATION UNIT
(JOB NO. A620)
AGREED TERMS & CONDITIONS (ATC)
(FOR INDIAN BIDDERS)
Ve ndor Name: M/s ______________________________________________________________
RFQ No. : __________________________________________________________________
Vendor’s Offer Ref No. : ___________________________________________________________
Tel. No. ___________________Mob. No. ______________________ Fax No. ________________
Contact Person: ___________________________ E-mail _________________________________

1. ALL CORRESPONDENCE MUST BE IN ENGLISH LANGUAGE ONLY.

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

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


AND NOT ELSEWHERE IN THE QUOTATION. IN CASE OF CONTRADICTION, THE SAME
GIVEN HEREIN SHALL PREVAIL.
4. FAILURE ON THE PART OF VENDOR IN SUBMITTING THIS DULY FILLED-UP
"QUESTIONNAIRE WITH UNPRICED BID AND/OR UPLOADING / SUBMITTING
INCOMPLETE REPLIES MAY LEAD TO REJECTION OF VENDOR'S QUOTATION”.

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


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

SL. DESCRIPTION VENDOR’S CONFIRMATION


NO.

1. i) Quoted supply prices are on FOT despatch point basis Confirmed


inclusive of Packing & Forwarding.
ii) Specify Despatch Point -----------------------
iii)
a) Confirm firm transportation charges exclusive of Service Tax a. Confirmed , Quoted in Price
and Ed Cess, upto project site, has been quoted separately Schedule
by you in Price Schedule.

b) Percentage of Service Tax as applicable extra on Freight b. Refer Annexure E


Statutory Variation on Service Tax on Transportation Charges
shall be paid by the owner against documentary evidence
c) within completion period. c. Confirmed

iv) Transit Insurance shall be taken care by the client & charges Confirmed
of the same shall be borne by client.
v) Bidder shall indicate applicable rate of octroi/ Entry Tax. Any
statutory variations on the same shall be borne by Purchaser. Refer Annexure E

2. a. Excise Duty applicable extra in percentage. a. Refer Annexure E

b. Excise Tariff sub heading no. b. -----------------------

c. Any variations in ED at the time of supplies for any reasons


including variation due to turn-over shall be borne by the c. Confirmed
seller. Only statutory variations shall be borne by Purchaser.
d.
If Excise Duty is not applicable at present due to any reason,
the same shall be borne by vendor if it becomes applicable d. Confirmed
later.

EIL-ATC (I)-A620 Page 1 of 7


Page 17 of 431
SL. DESCRIPTION VENDOR’S CONFIRMATION
NO.

2.1 a. Confirm Excise Duty will not be applicable on transportation a. Confirmed


charges.

b. If Excise Duty is not applicable on transportation charges b. Confirmed


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 Vendor. Confirm acceptance.
3. a. Central Sales Tax applicable extra in percentage against a. Refer Annexure E
Form ‘C’
b. VAT applicable extra: b. Refer Annexure E
c. If CST / VAT is not applicable at present due to any reason,
c. Confirmed
the same shall be borne by vendor if it becomes applicable
later.
Confirm CST/ VAT will not be applicable on transportation d. Confirmed
d.
charges.
If CST / VAT is not applicable on transportation charges e. Confirmed
e. 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 Vendor. Confirm acceptance.
4. Any new or additional taxes/ duties and any increase in the
existing taxes/duties imposed after contractual completion Confirmed
period shall be to Vendor’s account whereas any
corresponding decrease in the existing taxes/ duties shall be
passed on to the Owner.
5 Spares Parts:
Confirm item wise unit price (FOT Despatch Point) of Confirmed
following spare parts as required in Material Requisition (MR)
have been included indicating itemised quantity.
i) Mandatory Spares are included quoted as per MR. Confirmed (if Applicable as per MR)
ii) Commissioning spares as specified in MR are included in Confirmed (if Applicable as per MR)
the quoted Price.
iii) Special Tools & Tackles as specified in the MR are Confirmed (if Applicable as per MR)
included in the quoted prices.
iv) Confirm spares wherever required as per MR have been Confirmed (if Applicable as per MR)
included in the quoted price and list of spares is also
furnished.
v) Confirm validity of recommended spares (If applicable as Confirmed (if Applicable as per MR)
per MR) for 2 years operation and maintenance will be 12
months over and above the validity of offer.

EIL-ATC (I)-A620 Page 2 of 7


Page 18 of 431
SL. DESCRIPTION VENDOR’S CONFIRMATION
NO.

6. Site Work:

For Site Work, if in the scope of the Bidder as per MR, please
confirm the following:
a. Confirm that quoted site work prices are exclusive of Service a. Confirmed
Tax & inclusive of all other applicable taxes & duties including
VAT on Work Contract Tax.

b. Percentage of Service Tax as applicable extra on Site Work. b. Refer Annexure E


No variation in VAT on Work Contracts on any account
c. (Including statutory variation) shall be paid by the owner. c. Confirmed
Statutory Variation on Service Tax on Site work shall be paid
d. by the owner against documentary evidence within d. Confirmed
completion period.

e. If Service tax is not applicable at present on site work due to


any reason, the same shall be borne by vendor if it becomes e. Confirmed
applicable later.
7 Supervision / Training Charges:
a. Charges for Supervision / Training, if in the scope of the a. Confirmed, Quoted in Price
Bidder as per MR have been indicated by bidder separately in Schedule
the Price Schedule.

b. Percentage of Service Tax as applicable extra on Supervision b. Refer Annexure E


/ Training
c. Per-diem rate for supervision has been quoted in accordance c. Confirmed
with the Terms & Conditions for Supervision enclosed with the
RFQ Documents.

d. Where erection/testing/ commissioning supervision, d. Noted & Confirmed


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.

e. Bidders shall also provide additional BG of an amount equal e. Noted & Confirmed
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 last 10% supply payment and shall be
initially valid up to six months which shall be extended based
on the request by BPCL.

8. Confirm documentation charges as per MR are included in Confirmed


quoted prices.
9. Price Reduction for delay in completion/ delivery:

a) Confirm acceptance of price reduction schedule for delay in a. Confirmed


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

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


applicable reduction. b. Confirmed

EIL-ATC (I)-A620 Page 3 of 7


Page 19 of 431
SL. DESCRIPTION VENDOR’S CONFIRMATION
NO.

10. Delivery/ Completion Period:


Please confirm completion period as specified in the RFQ Confirmed
document
11. Payment Term:
Confirm acceptance of “Terms and Mode of Payment” as per Confirmed
respective clause given in RFQ covering letter & SPC.
12. Part Order:
a. Confirmed acceptance to Part Order (As per MR / RFQ a. Confirmed.
Requirement).

b. The quantities against a particular item will not be split. Any b. Confirmed
charges quoted extra as lumpsum shall be applicable prorata
on value basis in the event of part order.
13. Repeat Order:
Confirm Acceptance to Repeat Order as per RFQ Covering Confirmed
Letter / SPC.

14. Performance Bank Guarantee:


a) In the event of award of order, submission of Performance
Bank Guarantee for 10% of total contract value valid till a. Confirmed
full guarantee period plus 90 (ninety) days.

b) The Performance Bank Guarantee shall be strictly as per


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

15. Guarantee / Warranty


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

16. Firmness of prices:


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

17. Testing and Inspection charges:

a. Goods supplied are subject to stage wise and final inspection a. Confirmed
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.

b. Quoted prices are:


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

ii) Inclusive of all IBR/IGC/NACE charges (if applicable) as i) Confirmed


required in the Material Requisition.

iii) Inclusive of all statutory certification charges PESO/CCOE ii) Confirmed


etc. (if applicable) as required in the Material Requisition

c. Is your shop approved by IBR/CCE authority, if yes, indicate c. IBR Approved


validity.

i. IBR
ii. CCE

d. It is the responsibility of supplier to get the entire imported d. Confirmed

EIL-ATC (I)-A620 Page 4 of 7


Page 20 of 431
SL. DESCRIPTION VENDOR’S CONFIRMATION
NO.

materials and the built in imported contents inspected by


(Third Party Inspection Agency) TPIA (i.e.
Lloyds/BV/DNV/TUV/CEIL) in the country of origin and the
quoted prices are inclusive of charges towards the same.

18. Import Content:

If your offer is based on certain imported raw materials


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

a. Confirm that quoted prices are based on Merit rate of a. Confirmed


Customs duty, CVD, Educational Cess and SAD as
applicable.

b. Indicate rate of Import Duties considered and included in the b. Refer Price Schedule
quoted prices.

c. Indicate brief description/ specification with itemised CIF


value and country of origin of imported material. c. Refer Price Schedule

d. Indicate classification with tariff no. under which Vendor


intends to import.
d. Refer Price Schedule
e. Confirm prices shall be firm on account of variation in foreign
exchange rate.

f. Owner shall not provide any import license. e. Confirmed


g. Quoted prices are after considering the benefit of CENVAT on
CVD including Edu. Cess. In case material is shipped directly f. Noted
port quoted prices are excluding CENVAT benefit.
g. Confirmed
h. 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.
h. Confirmed
i. Any upward variation due to change in Customs Duty
classifications shall be absorbed by the vendor. However, any
reduction in customs duty due to change in classification shall
be passed on to Owner. i. Confirmed

j. Statutory variations, if any, in the rate of Import Duties upto j. Confirmed


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

k. Any increase in price due to increase in the rate of Import


Duties, due to any reasons, whatsoever, beyond the 2/3 rd k. Confirmed
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.

l. The CIF Value(s) indicated by the vendor shall be deemed to l. Confirmed


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

m. Variation in price due to Customs duty rate will be dealt m. Confirmed


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

EIL-ATC (I)-A620 Page 5 of 7


Page 21 of 431
SL. DESCRIPTION VENDOR’S CONFIRMATION
NO.

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

b) Confirm your offer is in total compliance with RFQ


documentation containing commercial terms and conditions
as per the following documents, without any deviation:

i) Instruction to Bidders (ITB) Confirmed

ii) Special Purchase Condition (SPC) Confirmed

iii) General Purchase Conditions (GPC) Confirmed

iv) Terms & Conditions of Site work / HSE Confirmed (if Applicable as per MR)

v) Integrity Pact. Confirmed

vi) Compliance to E-Tendering Instructions Confirmed

vii) Addendum / Corrigendum / Amendments, if any Confirmed

viii) RFQ Covering Letter Confirmed

ix) Terms & Condition of Supervision Confirmed (if Applicable as per MR)

Any deviation to Terms & Conditions shall lead to rejection of Noted


c) offer, except deviations for which loading is defined in the
RFQ Documents

d) Any deviation to Terms & Conditions shall lead to rejection of Noted


offer, except deviations for which loading is defined in the
RFQ Documents
20. Whether any of the Directors of Bidder is a relative of any Confirmed No relation
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.
21. Please confirm you have not been banned or delisted by any Not Banned
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.
22. Please confirm you have uploaded the following in the E-
Tendering Portal:
22.1 Confirmed
UNPRICED OFFER- without any Deviations & ATC in
respective Un-priced Folder.
Confirmed
22.2 PRICED FOLDER-Duly filled Price Schedule

23 Please confirm that you have quoted strictly for items based Confirmed
on your registration/approval with EIL as on date of issue of
RFQ.
24 Any claim arising out of order shall be sent to Owner in writing Confirmed
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.
25 Printed terms and conditions, if any, appearing in quotation, Confirmed

EIL-ATC (I)-A620 Page 6 of 7


Page 22 of 431
SL. DESCRIPTION VENDOR’S CONFIRMATION
NO.

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

27 Bidder to confirm the Validity of Bid as per RFQ covering Confirmed


letter.

VENDOR’S NAME:

SIGNATURE & SEAL:

EIL-ATC (I)-A620 Page 7 of 7


Page 23 of 431
ANNEXURE-E TO AGREED TERMS & CONDITIONS
Details of Taxes & Duties (FOR INDIAN BIDDERS)
RFQ NO.: RS/ A620-065-RA-MR-6020/1002
ITEM: PRESSURE VESSEL -SS (26-50 MM)
BIDDER NAME:

S. No. Description of Taxes & duties Present Rate of Taxes & Duties in Percentage

(1) (2) (3)

1 Excise Duty + Edu. Cess


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

2 Maharshtra VAT without Form 'D'


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

3 CST Against Form 'C'


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

4 Service Tax on Freight


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

5 Octroi
------------------------ %

6 Service Tax on Supervision as per Item Sl. No. 8.00 of MR


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

1) In case of any exemption / relaxation, if any, on taxes & duties, copy of relevant notification is to be furnished with
Note:
confirmation that such exemption will be applicable upto delivery (as per present notification)

2) Input tax Credit available to purchaser at present is 4.253% in case MVAT is 5% and 10.631% in case MVAT is 12.5%. This will
supercede the provisions of input tax credit mentioned elsewhere in the bid document.

NOTE: Bidders to upload the Un-price and Price part of their bids strictly in the Un-price & Priced folders respectively in the e-tender
portal. Non Compliance to the same shall lead to rejection of their offer. In case any of the price details forming part of evaluation
are furnished in the unpriced offer, then it shall lead to rejection of their bid.

Page 24 of 431
M/s BHARAT PETROLEUM CORPORATION LTD, MAHUL,
MUMBAI
(JOB NO. A620)
AGREED TERMS & CONDITIONS (ATC)
(FOR FOREIGN BIDDERS)

Vendor Name: M/s __________________________________________________________


RFQ No. : ______________________________________________________________
Vendor’s Offer Ref No. : ______________________________________________________
Tel. No. ________________Mob. No.____________________ Fax No. _________________
Contact Person: ___________________________ E-mail __________________________

1. ALL CORRESPONDENCE MUST BE IN ENGLISH LANGUAGE ONLY.

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

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


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

4. FAILURE ON THE PART OF VENDOR IN SUBMITTING THIS DULY FILLED-UP


"QUESTIONNAIRE WITH UNPRICED BID AND/OR UPLOADING / SUBMITTING
INCOMPLETE REPLIES MAY LEAD TO REJECTION OF VENDOR'S QUOTATION”.

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


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

SL. DESCRIPTION VENDOR’S CONFIRMATION WITH


NO. DETAILS
1. a) Confirm that the offer contains firm prices on Confirmed , Quoted in Price
F.O.B. International Seaport of Exit Basis Schedule
b) Indicate International Seaport of Exit -----------------------------
c) Confirm that ocean freight charges upto port of
entry, India (Mumbai) has been quoted Confirmed , Quoted in Price
Schedule
separately by you in the price schedule.

d) 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.
e) In case ocean freight charges are repeated
anywhere in the bid/Price Schedule/ATC, then
higher shall be considered for evaluation and in
case of ordering on CFR basis, then & lower shall Confirmed
be considered .
2 Marine Insurance:
Price quoted must exclude Marine insurance
charges from FOB International Port of Exit, as
same shall be arranged by the Owner. However all
Confirmed
marine insurance charges for inland transit upto
FOB International Port of Exit must be included by
you in your prices.

EIL-ATC (F)- A620 Page 1 of 7


Page 25 of 431
SL. DESCRIPTION VENDOR’S CONFIRMATION WITH
NO. DETAILS
3 Owner reserves the option to place order either on
FOB or CFR basis. Confirmed
4 Delivery / Completion Period:
a) Delivery / Completion period shall be as
Confirmed
mentioned in the RFQ document on FOB
International Port of Exit basis.
b) Confirm delivery period shall be reckoned from Confirmed
the date of Fax of Acceptance.
c) Confirm date of clean Bill of Lading shall be Confirmed
considered as date of delivery. (In case order is
placed on FOB port of Exit basis or on CFR
basis)
5 Taxes & Duties:
a. All taxes, duties and levies of any kind payable upto
FOB International Port of Exit shall be borne by Confirmed
Bidder.
b. Export permit/licence if required shall be vendor’s Confirmed
responsibility & any expenditure towards same will
be borne by Bidder.
6 Supervision / Training Charges:
a. Charges for Supervision / Training, if in the scope of Confirmed, Quoted in Price
the Bidder as per MR have been indicated by bidder Schedule
separately in the Price Schedule.
b. Per-diem rate for supervision has been quoted in Confirmed
accordance with the Terms & Conditions for
Supervision enclosed with the RFQ Documents.

c. Bidder to indicate Permanent Account Number (PAN) ---------------------------


to avoid any additional Tax deduction at source as
per the prevailing Indian Income tax Acts Rule.

d. Where erection/testing/commissioning supervision, Noted & Confirmed


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.

e. Bidders shall also provide additional BG of an Noted & Confirmed


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 last 10%
supply payment and shall be initially valid up to six
months which shall be extended based on the
request by BPCL.

7 Confirm validity of recommended spares (If


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

EIL-ATC (F)- A620 Page 2 of 7


Page 26 of 431
SL. DESCRIPTION VENDOR’S CONFIRMATION WITH
NO. DETAILS
8 Manufacturer’s name and address --------------------------------------

9 Inspection Charges:
a. Goods supplied are subject to stage wise and final
inspection as specified in MR by TPI agency i.e. Confirmed
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.
b. Quoted prices are:
i) Inclusive of all testing and inspection charges (if
Confirmed
applicable) as per MR.
ii) Inclusive of all IBR/IGC/NACE charges (if
Confirmed
applicable) as required in the Material
Requisition.
iii) Inclusive of all statutory certification charges
PESO/CCOE etc. (if applicable) as required in Confirmed
the Material Requisition.
C Is your shop approved by IBR/CCE authority, if yes, IBR Approved
indicate validity.
i. IBR ii. CCE
10 Country of Origin:
Country of origin from where the goods have been --------------------------
offered.
11 Currency of Quote:
Furnish the currency of quote. Change in currency -----------------------------
once quoted will not be allowed.
12 Spares Parts:
a) Confirm item wise unit price (FOB Port of Exit bais)of Confirmed
following spare parts as required in Material
Requisition (MR) have been quoted indicating
itemised quantity.
i) Mandatory Spares are quoted as per MR. Confirmed (if Applicable as per MR)
ii) Commissioning spares as specified in MR are Confirmed (if Applicable as per MR)
included in the quoted Price.
iii) Special Tools & Tackles as specified in the MR Confirmed (if Applicable as per MR)
are included in the quoted prices.
iv) Confirm spares wherever required as per MR Confirmed (if Applicable as per MR)
have been included in the quoted price and list of
spares is also furnished.
b) Recommended spare parts for two years operation Confirmed (if Applicable as per MR)
& maintenance are quoted separately. Also itemwsie
Ocean freight charges upto port of entry, Mumbai
(India) for the spares has been quoted.

13 Confirm documentation charges as per MR are


inclusive in your quoted prices. Confirmed

14 Confirm customer references list for the item/model Confirmed


quoted by you, is given in offer.

15 Indicate shipping weight (net and gross) and volume ---------------------------


of the consignment.

EIL-ATC (F)- A620 Page 3 of 7


Page 27 of 431
SL. DESCRIPTION VENDOR’S CONFIRMATION WITH
NO. DETAILS
16 Performance Bank Guarantee:
a. Confirm goods to be supplied by you shall be
guaranteed for performance as per the General Confirmed
Conditions of Contract & Special Purchase Condition
(SPC) and valid till full guarantee period plus 3
(Three) Months.
b. i) The Performance Bank Guarantee shall be Confirmed
strictly as per proforma enclosed with the GPC
document and shall be from any Indian
Scheduled Bank or any reputed International
Bank and shall be submitted within 15 days from
date of FOA.
ii) However, if Performance Bank Guarantee are Confirmed
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.
17. Guarantee / Warranty
Confirm acceptance to Guarantee / Warranty clause Confirmed
as mentioned in the General Purchase Conditions.

18. Firmness of prices:


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

19. Part Order:


a) Confirm acceptance to part order (As per MR / Confirmed
RFQ Requirement).

b) The Quantities against a particular item will not be Confirmed


split. However, in case of part order confirm all
lumpsum charges quoted extra if any viz.
Documentation, testing, packing, crating, handling,
FOB, IBR etc., can be considered prorate on value
basis.
20 Repeat Order:
Confirm Acceptance to Repeat Order as per RFQ Confirmed
Covering Letter/SPC/Material Requisition.
21 Price Reduction on delay in delivery:
a) Confirm acceptance of price reduction schedule Confirmed
for delay in deliveries specified in RFQ Covering
Letter, General Purchase Conditions (GPC)/SPC
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
22 Payment Term:
Confirm acceptance of payment terms as per
“Payment Terms and Mode of Payment” specified in Confirmed
Special Purchase Conditions and RFQ covering
letter.

EIL-ATC (F)- A620 Page 4 of 7


Page 28 of 431
SL. DESCRIPTION VENDOR’S CONFIRMATION WITH
NO. DETAILS
23
a) Letter of Credit shall be opened after receipt of
Confirmed
unconditional order acknowledgement along with
10% performance bank guarantee valid till expiry
of Material/Equipment Guarantee period as per
General Purchase Conditions and Special
Purchase Conditions plus 6 (Six) months claim
period.
b) Letter of Credit shall be opened through a Govt. Confirmed L/C not required
of India Nationalised/ Scheduled Bank and hence
need not be confirmed.
OR
c) However, if you still insist for confirmed L/C, Noted
confirmation charges shall be borne by you.
Please confirm.
24 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 Confirmed
by you. All bank charges and stamp duties payable in
India shall be borne by the Purchaser.
25 Please indicate name and address of your Bankers
for L/C opening, telephone/E-mail address. ------------------------------
26 a) Confirm your offer is in total compliance with RFQ Confirmed
Document containing technical specifications
including General / Technical notes, scope of supply
including documentation as per Material Requisition
(MR) and subsequent amendment and corrigendum,
if any, without any deviation.
Confirm your offer is in total compliance with RFQ
b) documents containing commercial terms and Confirmed
conditions as per the following documents, without
any deviation:
i) Instructions to Bidder (ITB) Confirmed
ii) Special Purchase Conditions Confirmed
iii) General Purchase Conditions Confirmed
vi) Terms & Conditions for supervision Confirmed (if Applicable as per MR)
v)Terms & Conditions for site work & HSE Confirmed (if Applicable as per MR)

vi) Integrity Pact Confirmed


vii) Compliance to E-Tendering Instructions Confirmed

viii) Addendum / Corrigendum / Amendments, if any Confirmed


ix) RFQ Covering Letter Confirmed
c) Any deviation to Terms & Conditions shall lead to
Noted
rejection of offer, except deviations for which loading
is defined in the RFQ Documents.
27 Direct offer without the intermediary of an Indian
Agent will only be considered. Noted & Confirmed.

EIL-ATC (F)- A620 Page 5 of 7


Page 29 of 431
SL. DESCRIPTION VENDOR’S CONFIRMATION WITH
NO. DETAILS
28 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 Not Banned
is not furnished the bid shall be rejected as non-
responsive.

29 Please confirm you have uploaded the following in


respective folder in the E-Tendering Portal:
Confirmed
29.1 UNPRICED OFFER- without any Deviations & ATC
in Un-priced Folder
Confirmed
PRICED FOLDER-Duly filled Price Schedule
29.2

30 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 Confirmed
after 3 months, the same shall not be entertained by
consultant / Owner.

31 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 Confirmed
mentioned elsewhere in the offer, the confirmation
given/confirmed herein above shall prevail.

32 Confirm that Net worth of the bidder’ company is


positive as per the immediate preceding year’s
audited financial results & Immediate preceding
Confirmed
year’s audited annual financial results submitted
along with un-priced bid.

33 Bidder to confirm the Validity of Bid as per RFQ


Confirmed
covering letter.

VENDOR’S NAME :

SIGNATURE & SEAL:

EIL-ATC (F)- A620 Page 6 of 7


Page 30 of 431
EIL-ATC (F)- A620 Page 7 of 7
Page 31 of 431
INDEX

1. DEFINITIONS
2. SUPPLIER’S SCOPE
3. DELIVERY SCHEDULE / COMPLETION PERIOD
4. DISPATCH INSTRUCTION
5. PACKING, MARKING AND SHIPMENT
6. INSURANCE
7. INSPECTION
8. INDEPENDENT SUPPLIER
9. TAXES & DUTIES
10. RECOVERY OF CUSTOM DUTY, EXCISE DUTY AND SALES TAX
11. REJECTION OF MATERIAL
12. LIMITATION OF LIABILITY
13. PURCHASER’S RIGHTS AND REMEDIES
14. PERFORMANCE BANK GUARANTEE
15. PAYMENT TERMS
16. DEDUCTION OF SOURCE
17. PAYING AUTHORITY
18. ORIGIN OF GOODS
19. QUALITY ASSURANCE / QUALITY CONTROL
20. FRAUDULENT PRACTICES
21. STATUTORY APPROVALS
22. PRICE REDUCTION SCHEDULE
23. FINANCIAL DETERRENT FOR VIOLATION OF HSE
24. LIEN
25. SETTLEMENT OF DISPUTE BETWEEN GOVT. DEPT./ PUBLIC SECTOR UNDERTAKINGS
26. POST ORDER CORRESPONDENCE
27. INDEPENDENT EXTERNAL MONITORS
28. PART ORDER/REPEAT ORDER
29. BID VAILIDTY

ANNEXURE-I: FINANCIAL DETERRENT FOR VIOLATION OF HSE

Page 32 of 431
SPECIAL PURCHASE CONDITIONS (SPC)

1. DEFINITIONS AND INTERPRETATIONS


1.1. In addition to meaning ascribed to certain capitalised terms in “General Purchase Conditions (GPC)”,
following initial capitalised terms shall have the meaning as ascribed to such term hereunder. In case
any term defined hereunder is also defined in “GPC”, the meaning ascribed to such term hereunder
shall prevail:
1.1.1. Definitions
RFQ Documents shall mean documents issued to the bidder
Effective Date shall mean the date on which Supplier’s obligations will commence and that will be
date of Fax of Acceptance (FOA).
The “Consultant” means the consulting engineers Nominated/appointed by the Owner for this
Project/Job.
1.2. Interpretations
1.2.1. Where any portion of the GPC is repugnant to or at variance with any provisions of the SPC then,
unless a different intention appears, the provisions of the SPC shall be deemed to govern the
provisions of the GPC and SPC provisions shall prevail to the extent of such repugnancy, or variations
exist.
1.2.2. In RFQ Documents unless otherwise stated specifically, the singular shall include the plural and vice
versa wherever the context so requires.
1.2.3. Notwithstanding the sub-division of the RFQ Documents into separate sections and volumes every part
of each shall be deemed to be supplementary to and complementary of every other part and shall be
read with and into the Agreement so far as it may be practicable to do so.
1.2.4. All headings, subtitles and marginal notes to the clauses of the GPC, SPC or to the Specifications or to
any other part of RFQ Document are solely for the purpose of giving a concise indication and not a
summary of the contents thereof, and they shall never be deemed to be part thereof or be used in the
interpretation or construction thereof.
1.2.5. The terms fully capitalized and/or initial capitalized shall be interchangeable and shall have the
meaning as assigned to fully capitalized term or initial capitalised term.
1.2.6. Except the obligation of payment to Seller, Consultant may discharge all other Purchaser’s obligations.
In BIDDING documents at all such places where obligations are confined to Purchaser alone such
provision to read as ‘Purchaser/Consultant’s’ obligation to the extent the context so means/ requires.
2. SUPPLIER’S SCOPE
Supplier’s scope shall include but not limited to (a) manufacturing of Items as per Material Requisition
technical specifications; (b) preparation of Quality Assurance / Quality control programme; (c) obtaining
Consultant’s approval; (d) Inspection by Purchaser’s/Consultant/Agency Designated by Purchaser and
obtaining Inspection Release Note; (e) obtaining despatch clearance; (f) Packing; and (g) Loading on
truck/trailer for Indian Bidder / loading on ship at FOB port of exit including storing as applicable for
foreign bidder and transportation upto site as applicable for Indian Bidder.
3. DELIVERY SCHEDULE / COMPLETION PERIOD
3.1 All goods under the scope of the Supplier shall be delivered as per delivery schedule / completion
period specified in Request for Quotation (RFQ) and no variation shall be permitted.
3.2 Failing to meet the delivery schedule / completion period will be subject to Price Reduction and/or
other remedies available to the Purchaser in RFQ Documents.
3.3 Price Reduction Schedule (PRS) shall be applicable as per Clause. No. 22 of SPC
3.4 Where erection/testing/commissioning supervision, commissioning assistance is required as per RFQ
Documents / Material requisition, penalty for non mobilization/delay in mobilization as per order shall

EIL-SPC-A620 Page 3 of 15
Page 33 of 431
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.
3.5 The delivery schedule / completion period shall be reckoned from the date of Fax of Acceptance.
3.6 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.
4. DESPATCH INSTRUCTIONS
4.1 Supplier shall obtain despatch clearance from the purchaser prior to despatch.
4.2 Following despatch documents are required to be submitted by the Supplier immediately after shipment
is made.
 Commercial Invoice
 Dispatch instructions/ clearance by Purchaser/Consultant.
 Inspection Release Note by Third Party Inspection Agency / Purchaser / Consultant.
 LR/ GR / Clean Bill of Lading.
 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 TPIA /EIL.

In addition to above documents in case of Foreign Bidder following documents are also
required to be submitted

 ETA Mumbai Seaport


 Documents pertaining to ocean freight (In case of CFR Contract)
 Country of origin certificate

5. PACKING, MARKING AND SHIPMENT


5.1. The following clause is added to Clause no.8 and 15 of GPC :
“The Supplier wherever applicable shall after proper painting, pack and crate all goods for sea/road/rail
transportation in such a manner so as to protect it from damage and deterioration. The Supplier shall
be held responsible for all damages due to improper packing. The Supplier shall ensure sizing or
packing of all oversized consignments in such a way that availability of carrier and/or road/rail route is
properly taken into consideration”
6. INSURANCE
6.1. Where only supply is involved, Transit insurance shall be excluded from the supplier’s scope and, the
same shall be arranged by the owner.
For purchases involving site work, the comprehensive insurance (transit cum storage, erection, till
handing over of equipment) shall be in the scope of Owner. However the inspection of the items for its
completeness after receipt and opening of the boxes shall be vendor’s responsibility
6.2. For purchases involving supply and site work then two separate orders shall be issued (i.e. One order
indicating supply, transportation and another order indicating site work). In case of Indian arm of a
foreign bidder to do site work, separate order may be issued in case requested by bidder.
7. INSPECTION
7.1. Inspection of Indigenous items shall be done by EIL. In the case Indian party sourcing materials from
abroad, the bidder shall arrange inspection through Third Party Inspection agency (i.e.
Lloyds/BV/DNV/TUV/CEIL) in the country of origin & charges of the same shall be included in quoted
prices.
7.2. Foreign vendors shall include third party inspection charges of Third Party Inspection agency (i.e.
Lloyds/BV/DNV/TUV/CEIL) in the country of origin. In the case of foreign party sourcing items from

EIL-SPC-A620 Page 4 of 15
Page 34 of 431
India the inspection shall be by EIL, no additional charges shall be payable to seller on account of the
same. However there shall be no change in third party inspection charges in case of any change in
sourcing from sub-vendors subject to the condition that in the case of sourcing is shifted from abroad to
India after placing the order, discount @ 1.25% of FOT Despatch point price of the part sourced from
India shall be passed on to BPCL.
7.3. The Third Party Inspection (TPI) Agencies mentioned in clause no.7.2 of GPC or any wherein the RFQ
shall stand modified with the TPI Agencies indicated at above clause no.7.1 and 7.2.
8. INDEPENDENT SUPPLIER
It is expressly understood and agreed that Supplier is an independent party and that neither the
Supplier/ its personnel are servants, agents or employees of Purchaser/ Consultant nor the Supplier
has any kind of interest in other Suppliers.
9. TAXES & DUITES
9.1. EXCISE DUTY (Applicable only for Indian Bidders):
Quoted Price should be exclusive of Excise Duty including Ed Cess applicable on Finished Goods.
Applicable rate of Excise Duty including Ed Cess should be indicated by the bidder in Price
Schedule / Annexure-1 to Agreed Terms and Conditions. Statutory variation in Excise Duty
including Ed Cess on finished goods within the contractual delivery period shall be to Owner’s
account against submission of the documentary evidence. However, any increase in the rate of
Excise Duty including Ed Cess beyond the contractual completion period shall be to bidder’s
account. Any decrease in the rate of Excise Duty including Ed Cess shall be passed on to the
Owner.
Supplier shall provide CENVAT documents for claiming cenvat benefit towards Excise Duty. In case
purchaser is unable to avail CENVAT benefit based on the documents furnished by the seller, then
such amount of Excise Duty shall not be reimbursed.
9.2. CENTRAL SALES TAX (CST) / VAT (Applicable only for Indian Bidders):
Quoted Price should be exclusive of CST (with concessional form) or VAT (without concessional
form) applicable on the finished goods. Applicable rate should be indicated by the bidder in Price
Schedule / Annexure-1 to Agreed Terms and Conditions. Statutory variation in CST / VAT on
finished goods within the contractual delivery period shall be to Owner’s account against
submission of the documentary evidence. However, any increase in the rate of CST/ VAT beyond
the contractual completion period shall be to bidder’s account. Any decrease in the rate of CST/
VAT including Ed Cess shall be passed on to the Owner. The present rate of input tax credit
available to owner on MVAT is 100% of applicable rate.
Supplier shall provide necessary documents for claiming input tax credit on MVAT. In case
purchaser is unable to avail input tax credit on MVAT based on the documents furnished by the
seller, then such amount of MVAT shall not be reimbursed which was considered for evaluation.
The remaining portion of Non Cenvatable MVAT shall be reimbursed against documentary
evidence.
Owner will issue C-Form to the bidders & no concessional form ‘D’ shall be issued for VAT.
9.3. CUSTOM DUTY, CVD & SAD (Applicable only for Indian Bidder):
Quoted Price shall be inclusive of Import Duties (Custom Duty, CVD & SAD) on the import content if
any in the supply. Bidder to indicate CIF value of the import content and applicable merit rate of Import
Duties on the import content in the Price Schedule / Annexure-1 to Agreed Terms and Condition.
rd
Statutory variation on Import Duties within the 2/3 of contractual delivery period shall be to Owner’s
account against submission of the documentary evidence and shall be given as per CIF value and
applicable merit rate of import duties indicated by the bidder in their offer. Any increase in the rate of
rd
Import Duties on CIF value beyond the 2/3 of contractual completion period shall be to bidder’s
account. Any decrease in the rate of Import Duties on CIF shall be passed on to the Owner.
In case of Merit rate of Custom Duty, BPCL shall not issue Project Authority Certificate (PAC) / Import
License to the Suppliers.
9.4. SERVICE TAX:
9.4.1. TRANSPORTATION CHARGES (Applicable only for Indian Bidders):

EIL-SPC-A620 Page 5 of 15
Page 35 of 431
Quoted Transportation charges shall be exclusive of applicable Service Tax including Ed Cess.
Applicable rate of Service Tax including Ed Cess should be indicated by the bidder in Price
Schedule / Annexure-1 to Agreed Terms and Conditions. Statutory variation in Service Tax
including Ed Cess on transportation within the contractual delivery period shall be to Owner’s
account against submission of the documentary evidence. However, any increase in the rate of
Service Tax including Ed Cess beyond the contractual completion period shall be to bidder’s
account. Any decrease in the rate of Service Tax including Ed Cess shall be passed on to the
Owner.
9.4.2. SUPERVISION / TRAINING CHARGES:
Quoted Supervision / Training Charges shall be exclusive of applicable Service Tax including Ed
Cess. Indian Bidder to indicate applicable rate of Service Tax including Ed Cess on Supervision /
Training Charges in Price Schedule. Statutory variation in Service Tax on Supervision / Training
Charges within the contractual delivery period shall be to Owner’s account against submission of
the documentary evidence. However, any increase in the rate of Service Tax beyond the
contractual completion period shall be to bidder’s account. Any decrease in the rate of Service Tax
including Ed Cess shall be passed on to the Owner.
For Foreign Bidder Service Tax on Supervision / Training Charges shall be paid by the Owner directly.
9.4.3. SITE WORK:
Quoted Site Work Prices shall be exclusive of applicable Service Tax. Bidder to indicate applicable rate
of Service Tax including Ed Cess on Site Work Charges in Price Schedule. Statutory variation in
Service Tax on Site Work Charges within the contractual delivery period shall be to Owner’s account
against submission of the documentary evidence. However, any increase in the rate of Service Tax
beyond the contractual completion period shall be to bidder’s account. Any decrease in the rate of
Service Tax including Ed Cess shall be passed on to the Owner.
Bidder to quote their rates exclusive of Service tax at full rate.
Supplier shall provide CENVAT documents for claiming Cenvat benefit towards Service Tax. In case
purchaser is unable to avail CENVAT benefit based on the documents furnished by the seller, then
such amount of service tax shall not be reimbursed
9.5. VAT ON WORK CONTRACTS:
Quoted Site Work Prices shall be inclusive of applicable VAT on Work Contracts. No variation on any
account (including Statutory) on VAT on Work Contracts applicable on Site Work Prices shall be paid
by the Owner.
VAT on Work Contracts as applicable shall be deducted at source and TDS certificate shall be issued
to the Bidder.
As per provision of Maharashtra VAT, it is mandatory that the bidder has to be a registered dealer
under the Act before getting payment for his works contract. The contractor has to produce an
authenticated copy of the certificate of registration under MVAT Act or furnish an undertaking for
getting so registered.
9.6. OCTROI / ENTRY TAX:
9.6.1. For Supply items: Entry Tax / Octroi on supply component shall be reimbursed by purchaser against
documentary evidence.
For Work Contract at Site: Entry Tax / Octroi on material brought by the Seller to site for execution of
work at site shall be borne by the Seller and quoted prices should be inclusive of such Entry Tax /
Octroi. No variation on any account (including Statutory) on such entry tax shall be paid by the Owner.
Bidders who have quoted octroi less than the applicable rates at the time of bidding, than the octroi
charges will be paid as per their quoted percentage. During the invoicing, if they claim more than their
quote, same will not be paid. It may also be noted that materials are required on door delivery basis,
hence vendor shall pay freight and octroi charges and same will be reimbursed by BPCL on
submission of original documents maximum to their quoted rates. Bid evaluation shall be done based
on their quoted rates only.
9.7. ADDITIONAL TAXES & DUTIES (Applicable for Indian Bidder)

EIL-SPC-A620 Page 6 of 15
Page 36 of 431
Within the contractual delivery period, if any new taxes and/or duties come into force the same will be
reimbursed to bidder against documentary evidence. However any new or additional taxes/ duties
imposed after contractual delivery shall be to Vendor’s account.
9.8. In case of Foreign Bidder quoted FOB Prices shall be inclusive of all charges inclusive of all applicable
taxes & duties, applicable upto FOB Port of Exit.
9.9. 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.
9.10. Any Statutory variation in taxes and duties, within the contractual delivery date, shall be on owner’s
account, against submission of documentary evidence. However, in case of delay in delivery beyond
the contractual date, for reasons attributable to seller, any increase in these rates shall be borne by
seller, whereas any decrease shall be passed on to the owner. BPCL shall take CENVAT benefit as
applicable. Works Contract Tax, if applicable, shall be included in the quoted prices and no variation
including statutory variations shall be payable by BPCL on WCT.
9.11. Further, in case of delay in delivery, due to reasons attributable to seller, any new or additional taxes,
duties or levies imposed after the contractual delivery date shall be on seller’s account.
9.12. For the purpose of applicability of statutory variations on taxes and duties (including imposition of any
new taxes/duties/levies, etc.) under above terms, each staggered delivery of lots (due in a specific
month as per delivery schedule for bulk items) shall be considered as delivery date for the respective
lot(s).
9.13. Bidder to note that any additional implication (positive implication) due to error in considering the
applicable rates of taxes & duties in the bid shall be borne by bidder only.
9.14. The bidder shall also comply with the clause no.6 of GPC.
10. 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.
11. REJECTION OF MATERIAL
Any materials/goods covered under scope of supply, which during the process of inspection by
appointed third party, at any stage of manufacture/fabrication and subsequent stages as defined in
Material Requisition , prior to despatch is found not conforming to the requirements/specifications of
the Purchase Requisition/Order, shall be liable for immediate rejection.
Supplier shall be responsible and liable for immediate replacement of such material with acceptable
material or rectify the defective material upto the satisfaction inspection agency at no extra cost or
impact on the delivery schedule to PURCHASER.
12. LIMITATION OF LIABILITY
Notwithstanding anything contrary contained herein, the aggregate total liability of Supplier under
the Contract or otherwise shall be limited to 100% of contract value. However, neither party shall
be liable to the other party for any indirect and consequential damages, loss of profits or loss of
production.

13. 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.
14. PERFORMANCE BANK GUARANTEE (PBG):
I. Performance Bank Guarantee for 10% of total order value shall be furnished by successful
vendors in BPCL format for orders of all values.
II. In case of Supervision services: 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%

EIL-SPC-A620 Page 7 of 15
Page 37 of 431
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 last 10% supply payment and shall be initially valid up to
3 (three) months which shall be extended based on the request by BPCL.
15. PAYMENT TERMS
In partial modification of the payment terms as mentioned in the General Purchase Conditions, the
following payment terms shall be applicable.
15.1 PAYMENT TERMS (INDIAN BIDDERS):
15.1.1 Where the material requisition is only for supply of materials and there is no vendor data
requirement specified in MR e.g., bulk piping items etc.
100% within 30 days after receipt and acceptance of materials at site and on submission of a
performance bank guarantee for 10% of total order value, valid till the full guarantee period plus
three months’ claim period.

15.1.2 Where the material requisition calls for vendor drawings/technical documentation.

15.1.2.1 90% payment within 30 days of receipt and acceptance of materials at site upon satisfactory
completion of order including receipt of relevant technical documentation as specified in MR.
15.1.2.2 10% payment after receipt of final technical documentation as per 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.
15.1.3 Where supply of materials and erection or site work are in the scope of supplier and package
items.
15.1.3.1 SUPPLY
i) 5% on approval of all drawings at least in CODE-2 by EIL against submission of bank guarantee for
an equivalent amount valid till complete execution of order plus three months claim period.
ii) 15% after receipt of identified raw materials at vendor's works and against certification by EIL and
submission of bank guarantee for equivalent amount valid till complete execution of order plus three
months claim period.
iii) 60% after receipt of equipment/materials at BPCL's site. Billing schedule to be furnished by the
Vendor in case pro-rata payments are required.
iv) 10% after successful installation and erection of equipment (after site work) and submission of final
technical documents as required in the Purchase Requisition against EIL’s certification and on
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.
v) 10% within 30 days of handing over the successfully commissioned equipment after Site
Acceptance Test/PGTR and handing over of equipment to the Owner as per purchase order
against submission of final documents of certificate by EIL/BPCL for completion of activity.
In case owner intimation regarding availability of work front at site is not given upto 6 (Six) months
after receipt of all supplies at site, then last 20% (i.e. 10% as per 15.1.3.1 (iv) and 10% as per
15.1.3.1 (v)) payment shall be released against submission of a Bank Guarantee of equivalent
amount valid for 1 (One) year or such extended period as may be required in addition to 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. However in the event of delay in conducting the
Site Acceptance Test/PGTR, the bidder is not relieved of his responsibility to carry out the Site
Acceptance Test/PGTR. No additional payment shall be made for visit of supplier to site for Site
Acceptance Test/PGTR
15.1.3.2 Transportation Charges
100% within 4 weeks after receipt of materials at site.

15.1.3.3 Erection/ Site Work

EIL-SPC-A620 Page 8 of 15
Page 38 of 431
90% against monthly running bills (based on agreed billing schedule), duly certified by EIL.
10% within 30 days after final handing over of equipment package to BPCL at site.

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

i) 5% on approval of all drawings at least in CODE-2 by EIL against submission of bank guarantee
for an equivalent amount valid till complete execution of order plus three months claim period.
ii) 15% after receipt of identified raw materials at vendor's works and against certification by EIL and
submission of bank guarantee for equivalent amount valid till complete execution of order plus
three months claim period.
iii) 60% payment through NEFT against receipt of materials at site. Billing Schedule to be furnished by
the vendor in case pro-rata payments are required.
iv) 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.
v) Balance 10% within 30 days of receipt of equipment at site.

15.1.5 Other Items (Pumps, Compressors, Switch Gears etc.)


i) 5% on approval of all drawings at least in CODE-2 by EIL against submission of bank guarantee for
an equivalent amount valid till complete execution of order plus three months claim period.
ii) 75% payment through NEFT against receipt of material at site. Billing schedule to be furnished by
the Vendor in case pro-rata payments are required.
iii) 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.
iv) Balance 10% against commissioning /demonstration of Performance Guarantee (if applicable) 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 performance guarantee test run, the
bidder is not relieved of his responsibility to carry out the performance guarantee test run. 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, Last 10%
payment shall be released within 30 days of receipt of equipment at site

15.1.6 Payment of Per Diem Charges For Supervision of Erection Testing and Commissioning
i) In case Performance Guarantee Test Run is not applicable, 100% of invoice amount shall be made
on completion of supervision activity on submission of Invoice, time sheet duly certified by Site-In-
charge at BPCL site. Payment shall be made after deducting income tax at applicable rates.
Service tax, if any, shall be paid on submission of service Tax invoice.
ii) In case Performance Guarantee Test Run is applicable, 100% of invoice amount shall be made
only against commissioning /demonstration of Performance Guarantee Test Run. In case PGTR not
performed within 6 months from erection & testing of material at site, payment of supervision for
erection & testing shall be released against submission of BG of equivalent amount valid for 1 year.
However in the event of delay in conducting the performance guarantee test run, the bidder is not
relieved of his responsibility to supervision of commissioning / carry out the performance guarantee
test run. 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.

iii) 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.

iv) 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.

EIL-SPC-A620 Page 9 of 15
Page 39 of 431
This BG will be released to the bidder upon the erection/ commissioning personnel reporting at site.
This BG shall be furnished along with PBG and shall be valid up to six months which shall be
extended based on the request by BPCL.

15.1.7 Transportation Charges


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

15.1.8 GENERAL:
i) Excise duty, Service Tax and VAT shall be released only on receipt of Cenvatable / Vatable
copy of corresponding Invoice enabling availing of input credits by BPCL.

ii) 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, the offer shall be rejected.
iii) Bank Guarantee(s) shall be issued through Scheduled commercial bank in India/ Indian
Branch of foreign Bank, directly to BPCL as per pro-forma enclosed and Vendor shall
enclose copy of the same along with invoice.
iv) All payments shall be released within 30 days of receipt of invoice and all requisite
documents, complete in all respects.
v) Billing schedule shall be submitted to EIL & BPCL by the vendor for approval within 30
days from the date of Purchase order wherever specified in the purchase order. No
payment against pro-rata dispatch shall be made without approval of billing schedule.

15.2 PAYMENT TERMS (FOREIGN BIDDERS):


15.2.1 Where The Material Requisition Is Only For Supply Of Materials
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
BPCL’s Fax of acceptance/Order along with submission of 15% Bank Guarantee (10% Towards
Performance & 5% Price Reduction due to delay in delivery) valid up to 3 months (claim Period)
beyond the Guarantee period.
15.2.2 Where The Material Requisition Is Only For Supply Of Materials along with PGTR at Site
i) Supply:
90% of FOB order value of supply amount 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 BPCL’s Fax of acceptance/Order along with submission of 15% Bank Guarantee
(10% Towards Performance & 5% Price Reduction due to delay in delivery) valid up to 3 months
(claim Period) beyond the Guarantee period.
In case Performance Bank Guarantee Test Run (PGTR) is required as per MR, 10% of supply
amount shall be released by wire transfer 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 performance guarantee test run, the bidder is not
relieved of his responsibility to carry out the performance guarantee test run. 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.
ii) Performance Guarantee Test Run (PGTR):
Payment of PGTR shall be released only after successful demonstration of PGTR & submission of
Invoices duly certified by Site-In-charge at BPCL site.

15.2.3 Where The Material Requisition Calls For Supply Of Material And Erection Or Site Work In The
Scope Of Supplier And Package Items.
15.2.3.1 SUPPLY PAYMENT:

EIL-SPC-A620 Page 10 of 15
Page 40 of 431
i) 90% of FOB Supply value payment through an irrevocable letter of credit against submission of
Shipping Documents.
ii) Balance 10% of FOB Supply value through direct wire transfer through normal banking channels on
completion of Site work including Installation, Commissioning and Site Acceptance Test/PGTR and
handing over to the Owner Test as per purchase order against submission of final documents of
certificate by EIL/BPCL for completion of activity or 6 months from receipt of material at site
(against BG of equivalent amount valid for 1 year or such extended period as may be required),
whichever is earlier. However in the event of delay in conducting the Site Acceptance Test/PGTR,
the bidder is not relieved of his responsibility to carry out the Site Acceptance Test/PGTR. No
additional payment shall be made for visit of supplier to site for Site Acceptance Test/PGTR.

15.2.3.2 SITE WORK PAYMENT:


100% of amount for site work shall be paid through direct wire transfer on pro-rata basis as per
normal banking channels on completion of Site work including Installation, Commissioning and Site
Acceptance Test and handing over to the Owner as per purchase order against submission of final
documents of certificate by EIL/BPCL for completion of activity.

The letter of credit shall be established only on receipt of acceptance of BPCL’s Fax of
acceptance/Order along with submission of Bank Guarantee (Towards Performance & Price
Reduction due to delay in delivery/completion) for 15% of Total order Value (Supply plus Site work)
valid up to 3 months (claim Period) beyond the Guarantee period.

15.2.4 Payment of Per Diem Charges for Supervision of Erection, Testing & Commissioning

i) In case Performance Guarantee Test Run is not applicable, 100% of invoice amount
through direct wire transfer as per normal banking channels on completion of supervision
activity on 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.
ii) In case Performance Guarantee Test Run is applicable, 100% of invoice amount shall be
made only against commissioning /demonstration of Performance Guarantee Test Run. In
case PGTR not performed within 6 months from erection & testing of material at site,
payment of supervision for erection & testing shall be released against submission of BG of
equivalent amount valid for 1 year. However in the event of delay in conducting the
performance guarantee test run, the bidder is not relieved of his responsibility to
supervision of commissioning / carry out the performance guarantee test run. 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.

iii) 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.

iv) 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 PBG and shall be initially valid up to six months
which shall be extended based on the request by BPCL.
v) Payment of supervision services shall be made through direct wire transfer as per normal
banking channels on completion of supervision activity on 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.

EIL-SPC-A620 Page 11 of 15
Page 41 of 431
15.2.5 GENERAL:

i) No initial advance payment along with order shall be made by Owner against supplies as
well as services (i.e., transportation, erection, site work etc.). If a supplier insists on the
same, the offer shall be rejected.
ii) All Bank Guarantee(s) shall be issued through Scheduled Commercial bank in India or
Indian branch of Foreign Bank as per pro-forma enclosed. All Bank Guarantees will be
issued directly to BPCL by the bank.
iii) 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 and confirmation
charges for confirmed L/C (if required to seller) shall be borne by Supplier.
iv) Billing schedule shall be submitted to EIL & BPCL by the vendor for approval within 30
days from the date of Purchase order wherever specified in the purchase order. No part
shipment shall be made without approval of billing schedule.

15.2.6 TRANSPORTATION
In case of Purchase order placed on FOB Port of Exit basis, ocean transportation from FOB Port of
Exit to Designated Indian Port shall be arranged by BPCL through their nominated freight
forwarder. Bidder shall arrange handing over the material to BPCL freight forwarder at the
designated port of exit.
In cases Purchase order placed on CFR basis, BPCL reserves the right to ask the bidder to arrange
shipment through the bidder’s own freight forwarder at the quoted freight rates & full Ocean Freight
charges shall be released on receipt of despatch/ shipping documents along with Documents
pertaining to Ocean Freight.

15.3 FOR TRAINING


15.3.1 AT SITE: 100% payment against final bill to be submitted by seller after completion of training duly
certified by site-in-charge.
15.3.2 AT SUPPLIER’S WORKS: 100% payment against final bill to be submitted by seller after completion
of training duly certified by purchaser.
15.4 ANNUAL MAINTAINANCE 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.
Note:
a) In case of Foreign Bidder if Ocean Transportation is in the Scope of the Bidder (order is placed on
CFR basis), full Ocean Freight charges shall be released on receipt of despatch/ shipping
documents along with Documents pertaining to Ocean Freight.
b) The Invoice shall be made after adjusting:
Price Reduction for delay in Delivery pursuant to subject clause mentioned in SPC & GPC, if
applicable.
c) For Indian Bidder, 100% taxes and duties shall be released against despatch documents
subject to furnishing proper invoices issued in accordance with relevant rules for enabling
BPCL to avail CENVAT benefits. Further, the amount of excise duty, service tax, Central sales
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.
In case purchaser is unable to avail CENVAT benefit based on the documents furnished by the
seller, then such amount of taxes & duties shall not be reimbursed for which cenvat benefit was
considered for evaluation..
16. DEDUCTION AT SOURCE
16.1. 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

EIL-SPC-A620 Page 12 of 15
Page 42 of 431
law in force. Owner shall deduct VAT on Works Contract as applicable & shall furnish TDS certificate to
supplier.
16.2. Purchaser will release payments to the Supplier after offsetting all dues to the Purchaser payable by
the Supplier under the Contract.
17. PAYING AUTHORITY:
Bharat Petroleum Corporation Limited
Refinery Mahul
Mumbai – 400074

Purchaser's Bankers:
Shall be provide along with detailed Purchase Order.

18. ORIGIN OF GOODS:


A certificate issued by relevant Chambers of Commerce to this effect shall form part of shipping
documents

19. QUALITY ASSURANCE / QUALITY CONTROL


19.1. The Supplier shall prepare a detailed quality assurance plan for the execution of contract for various
facilities, which will be mutually discussed and agreed to.
19.2. The Supplier shall establish document and maintain an effective quality assurance system outlined in
recognised codes
19.3. The purchaser / consultant, while agreeing to a quality assurance plan shall mark the stages where
they would like to witness the tests; review any or all stages of work at shop as deemed necessary for
quality assurance.
20. FRAUDULENT PRACTICES
20.1. The OWNER requires that Bidders/Vendors/Contractors observe the highest standard of ethics during
the award/execution of Contract. “Fraudulent Practice” means a misrepresentation of facts in order to
influence the award of a Contract to the detriment of the OWNER, and includes collusive practice
among bidders ( prior to or after bid submission ) designed to establish bid prices at artificial non-
competitive levels and to deprive the OWNER of the benefits of free and open competition.
20.2. The OWNER will reject a bid for award if it determines that the bidder recommended for award has
engaged in fraudulent practices in competing for the Contract in question.
Bidder is required to furnish the complete and correct information/ documents required for evaluation of
their bids, if the information/ documents forming basis of evaluation is found to be false/ forged, the
same shall be considered adequate ground for rejection of bids and forfeiture of Earnest Money
Deposit.
20.3. In case, the information/ document furnished by the Bidder/vendor/Contractor forming basis of
evaluation of his bid is found to be false/ forged after the award of the contract, OWNER shall have full
right to terminate the contract and get the remaining job executed at the risk & cost of such
Bidder/Vendor/ Contractor without any prejudice to other rights available to OWNER under the contract
such as forfeiture of CPBG/Security Deposit, withholding of payment etc.
20.4. In case, this issue of submission of false document comes to the notice after execution of work,
OWNER shall have full right to forfeit any amount due to the Bidder/Vendor/Contractor along with
forfeiture of CPBG/Security Deposit furnished by the Bidder/Vendor/Contractor.
20.5. Further, such Bidder/Vendor/ Contractor shall be put on Blacklist/ Holiday/Negative List of OWNER
debarring them from future business with OWNER and EIL for a time period, as per the prevailing
policy of OWNER and EIL.
21. STATUTORY APPROVAL:
Approval from any authority (i.e. Inspector of Boiler, Electrical Inspector, and Municipal Corporation
of Greater Mumbai (MCGM) etc.) required as per statutory rules and regulations of Central / State
Government shall be the responsibility of Contractor agency. For MCGM approval, following is
included in contractor’s scope:

EIL-SPC-A620 Page 13 of 15
Page 43 of 431
(1) IOD from MCGM,
(2) Commencement certificate for beginning of the job from MCGM,
(3) Approval for layouts,
(4) Occupation certificate and
(5) Building completion certificate from MCGM.

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 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.
22. PRICE REDUCTION SCHEDULE (PRS)
The clause no.20.3.1 of General Purchase Conditions (GPC) stands modified to the extent as under:
nd
In 2 para: In the case of imports, the contractual delivery date shall be considered from the date of
issue of FOA.
rd
In 3 para: In case of the shipment taking place on “ Cash against document”, the contractual delivery
date shall be considered from the date of issue of FOA.
23. FINANCIAL DETERRENT FOR VIOLATION OF HSE:
The financial deterrent / penalty for violation of HSE mentioned elsewhere in the RFQ documents shall
stand replaced as per Annexure-I enclosed.
24. 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.
25. SETTLEMENT OF DISPUTE BETWEEN GOVT. DEPT./ PUBLIC SECTOR UNDERTAKINGS
In the event of any disputes or differences between the CONTRACTOR and the OWNER, if the
CONTRACTOR is a Government department, a Government company or an undertaking in the public
sector, then in suppression of the provisions of Section 9 of the General Conditions of Contract, stands
modified to following extent:
“In the event of any dispute or difference relating to the interpretation and application of the provisions
of the contracts, such dispute or difference shall be referred by either party for Arbitration to the sole
Arbitrator in the Department of Public Enterprises to be nominated by the Secretary to the Government
of India in-charge of the Department of Public Enterprises. The Arbitration and Conciliation Act, 1996
shall not be applicable to arbitration under this clause. The award of the Arbitrator shall be binding
upon the parties to the dispute, provided, however, any party aggrieved by such award ay make a
further reference for setting aside or revision of the award to the Law Secretary, Department of Legal
Affairs, Ministry of Law & Justice, Government of India. Upon such reference the dispute shall be
decided by the Law Secretary or the Special Secretary/Additional Secretary, when so authorized by the
Law Secretary, whose decision shall bind the Parties finally and conclusively. The Parties to the
dispute will share equally the cost of arbitration as intimated by the Arbitrator.”

EIL-SPC-A620 Page 14 of 15
Page 44 of 431
26. POST ORDER CORRESPONDENCE
All post-order correspondence shall be addressed to:

a) Deputy General Manager (Inspection)


M/s Engineers India Limited
st
EI Annexe 1 Floor,
1, Bhikaiji Cama place
New Delhi – 110066, India

With a copy to:

b) Project Manager (BPCL- Project)


M/s Engineers India Limited
th
EIB, 4 Floor,
1, Bhikaiji Cama place
New Delhi – 110066, India

c) Mr. Ajay Gupta., Project Manager


M/s Bharat Petroleum Corporation Limited,
Refinery Division, Administration Building,
Corridor Road, Mahul, Mumbai – 400074
Contact No.: 022-25533346
e-mail: guptaak7717@bharatpetroleum.in

27. INDEPENDENT EXTERNAL MONITORS:


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

T.S.KRISHNAMURTHY Flat NO.9, Gokul Tower 044-24993077


Next to Mookambika Complex 044-24993079
No.7, C P Ramaswamy Road
Alwarpet Mobile – 9444999555
Chennai – 600 018
SHRI JANKI BALLABH Flat No. 605, Varsova Vainayak 022 – 2635 3456 (RES)
CO-OP. HSG. SOC. HSG Plot No.
8, Near Versova Telephone Mobile – 9833363066
Exchange, Versova, Andheri
(West), Mumbai – 400 053

28. PART ORDER/REPEAT ORDER


28.1. Vendor hereby agrees to accept part order at Owner’s option without any limitation whatsoever and
also accept repeat order during a period of 12 months after placement of purchase order at the same
unit prices, terms and conditions.
29. BID VAILIDTY
29.1. The bid shall remain valid for acceptance for period mentioned in RFQ from the final bid due date.
Owner/EIL shall reject a bid valid for a shorter period being non-responsive.
29.2. In exceptional circumstances, prior to expiry of the original bid validity period, the Owner/EIL may
request that the bidder extend the period of validity for a specified additional period. The requests and
the responses thereto shall be made in writing (by fax/post/e-mail).
29.3. The validity of recommended spares (If applicable as per MR) for 2 years operation and maintenance
will be 12 months beyond the validity of bid.

EIL-SPC-A620 Page 15 of 15
Page 45 of 431
CONVERTING CRU INTO
ISOMERISATION UNIT PROJECT
OF
M/s BHARAT PETROLEUM
CORPORATION LTD, MAHUL MUMBAI
INSTRUCTIONS TO BIDDERS (ITB)

Page 46 of 431
INDEX

1. SCOPE OF BID .......................................................................................................... 3


2. ELIGIBLE BIDDERS ................................................................................................... 3
3. ONE BID PER BIDDER .............................................................................................. 3
4. COST OF BIDDING DOCUMENTS ............................................................................ 3
5. SITE VISIT .................................................................................................................. 3
6. CONTENTS OF BIDDING DOCUMENT ..................................................................... 4
7. CLARIFICATION ON BIDDING DOCUMENTS ........................................................... 4
8. AMENDMENT OF BIDDING DOCUMENTS ............................................................... 4
9. LANGUAGE OF BID ................................................................................................... 5
10. DOCUMENTS COMPRISING THE BID ...................................................................... 5
11. BID PRICES ............................................................................................................... 6
12. BID CURRENCY ........................................................................................................ 8
13. BID VALIDITY ............................................................................................................. 8
14. OFFER WITHOUT ANY DEVIATION .......................................................................... 8
15. AGENTS/CONSULTANTS/REPRESENTATIVES/RETAINERS/ASSOCIATES .......... 8
16. SUBMISSION OF BIDS .............................................................................................. 8
17. DEADLINE FOR SUBMISSION OF BID ..................................................................... 8
18. LATE BIDS / UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE .............. 8
19. MODIFICATION AND WITHDRAWAL OF BIDS ......................................................... 9
20. UN-PRICED BID OPENING ........................................................................................ 9
21. PROCESS TO BE CONFIDENTIAL ............................................................................ 9
22. CONTACTING THE OWNER/ OWNER REPRESENTATIVE ..................................... 9
23. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS .............. 9
24. COMMERCIAL EVALUATION .................................................................................. 10
25. PRICE CHANGES / IMPLICATIONS AFTER OPENING OF TECHNICAL BIDS ...... 11
26. PRICE BID OPENING .............................................................................................. 11
27. ARITHMETIC CORRECTIONS ................................................................................. 11
28. CONVERSION TO SINGLE CURRENCY ................................................................. 12
29. BID REJECTION CRITERIA ..................................................................................... 12
30. LOADING CRITERIA AND PRICE EVALUATION & COMPARISON ........................ 12
31. EVALUATION CRITERIA FOR COMPARISON OF BIDS ......................................... 15
32. OTHER CRITICAL POINTS FOR EVALUATION OF OFFER ARE AS UNDER ........ 17
33. PRICE CHANGES / IMPLICATIONS AFTER OPENING OF PRICE BIDS ................ 18
34. AWARD OF CONTRACT .......................................................................................... 18
35. QUANTITY VARIATION............................................................................................ 18
36. OWNER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID..................... 18
37. NOTIFICATION OF AWARD .................................................................................... 18
38. FRAUDULENT PRACTICES .................................................................................... 18
39. WAIVER OR TRANSFER OF THE AGREEMENT .................................................... 19
40. CARTEL FORMATION ............................................................................................. 19
41. INTEGRITY PACT .................................................................................................... 19
42. T&C FOR FOREIGN SUPPLIERS (TO WHOM RFQ ISSUED) OPERATED
THROUGH THEIR INDIAN SUBSIDIARIES ............................................................. 20
43. INFORMATION TO BE FURNISHED BY FOREIGN SUPPLIERS/
CONTRACTORS / CONSULTANTS ....................................................................... 21

Page 2 of 21
Page 47 of 431
GENERAL:
1. SCOPE OF BID
1.1. EIL hereinafter "the consultant" on behalf of The Purchaser/Owner/BPCL as defined in the
Special Purchase Conditions, hereinafter "the Owner" wishes to receive bids as described in the
Bidding documents herein after shall also mean RFQ documents.

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

1.3. The successful bidder will be expected to complete the Scope of Bid within the period stated
in Bidding document.

1.4. Throughout this BIDDING documents, the term "bid" and "tender" and their derivatives
("bidder/ tenderer", "Bid/tendered/tender", "bidding/tendering", etc.) are synonymous,
and day means calendar day. Singular also means plural.

2. ELIGIBLE BIDDERS
2.1 Documents Establishing Bidder's Qualification.
2.1.1 Pursuant to qualification criteria specified in Material Requisition (as applicable), the bidder shall
furnish all necessary supporting documentary evidence to establish the bidders claim of meeting
qualification criteria.
2.1.2 The bidder shall furnish, as part of his bid, documents establishing the bidder's eligibility to bid
and his qualifications to perform the contract if his bid is accepted.
2.1.3 The documentary evidence of the bidder's qualifications to perform the contract if their bid are
accepted, shall establish to the OWNER'S/CONSULTANT'S satisfaction that, the bidder has the
financial, technical and productions capacity necessary to perform the contract.
2.1.4 A bidder shall not be affiliated with a firm or entity:
(i.) that has provided consulting services related to the work to the EMPLOYER during
the preparatory stages of the works or of the project of which the works form a part, or
(ii.) that has been hired by the Employer as engineer/consultant for the contract.

2.2 The bidder shall not be under a declaration of ineligibility by EMPLOYER for corr upt or
fraudulent practices as defined at clause no.38 of ITB

3. ONE BID PER BIDDER


3.1 A Bidder shall submit only one bid in the same bidding process. A Bidder who submits or
participates in more than one bid will cause all the proposals in which the bidder has participated
to be disqualified.

3.2 Alternative price bids are not acceptable.

4. COST OF BIDDING DOCUMENTS


4.1 The bidder shall bear all costs associated with the preparation and submission of the bid, and
OWNER (BPCL)/ CONSULTANT (EIL), will in no case be responsible or liable for this cost,
regardless of the conduct or outcome of the bidding process.

5. SITE VISIT
5.1. The Bharat Petroleum Corporation Limited is located in Mahul District of Maharashtra State.

5.2. The bidder is advised to visit and examine the site or / locations of warehouse and its
surroundings and obtain for itself, at its own responsibility, all the information that may be

Page 3 of 21
Page 48 of 431
necessary for preparing the bid and entering into the Contract. The cost of visiting the site shall
be at the bidder's own expense.

5.3. The bidder or any of its personnel or agents will be granted permission by the Owner to enter
upon its premises and land for the purpose of such visits, but only upon the express condition
that the bidder, its personnel, and agents will indemnify the Owner and its personnel and agents
from and against all liabilities in respect thereof, and will be responsible for death or personal
injury, loss of or damage to property, and any other loss, damage, costs, and expenses incurred
as a result of the inspection.

5.4. Bidder may contact the following for site visit purposes :

Mr.Ajay Gupta
Sr. Manager, Projects
Admin Building, BPCL,
Mumbai.
Email ID:guptaak7717@bharatpetroleum.in
Tel. No.: 022-25533346
BIDDING DOCUMENT. CLARIFICATION AND AMENDMENT

6. CONTENTS OF BIDDING DOCUMENT

6.1 The Bidding Document has been hosted on EIL Website, other websites mentioned in the
RFQ covering letter and also in https://eprocure.gov.in/eprocure/app.

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

7. CLARIFICATION ON BIDDING DOCUMENTS


7.1 A prospective bidder requiring any information or clarification of the BIDDING
documents, may notify the Consultant in writing by e-mail/fax/post at Consultant's mailing
address indicated in the BIDDING document (Asst. General Manager (C&P), Engineers India
th
Ltd., El Annexe, 4 Floor, Bhikaiji Cama Place, New Delhi - 110066, India. Fax No. 0091
11 26167664 / 26191714). All question/ queries should be referred to EIL at least 3 (three)
days prior to date of pre-bid meeting. Reply to Pre-Bid Queries shall be hosted on
http://tenders.eil.co.in & https://eprocure.gov.in/eprocure/app.

8. AMENDMENT OF BIDDING DOCUMENTS

8.1 At any time prior to the deadline for submission of bids, the Owner/Consultant may, for any
reason, whether on its own requirement or in response to a clarification requested by
prospective bidders, modify the BIDDING documents by issuing addenda.

8.2 Any addendum thus issued shall be part of the BIDDING documents. The addendum will be
hosted on the EIL's website http://tenders.eil.co.in & https://eprocure.gov.in/eprocure/app.
All the bidders have raised the queries in pre-bid meeting, shall be informed by e-
mail/Fax/Courier about the addendum for their reference. Bidders have to take into
consideration of all the addendum(s) / corrigendum (s) / clarifications issued/ web hosted,
before submitting the bid.

Page 4 of 21
Page 49 of 431
8.3 The Owner/Consultant may, at its discretion, extend the date of submission of Bids in order to
allow the bidders a reasonable time to furnish their most competitive bid taking into account the
amendments issued.

PREPARATION OF BIDS

9. LANGUAGE OF BID
9.1. The Bid prepared by the bidder, all correspondence/drawings and documents relating to the bid
exchanged by the bidder with the Owner/Consultant shall be in English Language as per clause
no.4 of GPC. In case any printed literature furnished by the bidder may be written in another
language so long as accompanied by an English translation, in which case, for the purpose of
interpretation of the bid, the English translation shall govern.

9.2. In the event of submission of any document/ certificate by the Bidder in a language other than
English, the English translation of the same duly authenticated by Chamber of Commerce of
Bidder's country shall be submitted by the Bidder. Metric measurement system shall be applied.

10. DOCUMENTS COMPRISING THE BID


No Physical Bids / Offers shall be permitted. The offers/bids submitted online through Central
Public Procurement Portal (CPPP) of Government of India
(http://eprocure.gov.in/eprocure/app) shall only be considered for evaluation and ordering.
Bidders are required to upload the Bid/offer along with all supporting documents including
Priced bid on the E-Tendering website (http://eprocure.gov.in/eprocure/app) only. However,
bidder are required to submit the following documents in original as per the manner prescribed
in the RFQ at the time of bid submission in sealed envelope titled “Original Documents for
respective RFQ.No “and shall be send to Mr.R.Somnath, AGM (C&P), Engineers India
Limited, Bhikaiji Cama Place, R.K Puram, Ring Road, New Delhi-110066 on or before the
Bid submission Due Date. However, bidders are required to upload the scanned copies of all
relevant documents on E-tendering website along with the e-bid.

1. Bid Document Fee as applicable as per clause no.10.1 below


2. EMB/Bid Security as applicable as per clause no.10.1 below
3. Integrity Pact
4. Notarized Annual Audited Financial Results as per RFQ
5. Documentation against Bidder Qualification Criteria (Technical & Commercial)-if applicable

Bidder shall ensure to submit above document as applicable on or before Bid Due Date. 10.1.

10.1 BID DOCUMENT FEE AND EARNEST MONEY DEPOSIT/BID SECURITY:

Bidder shall furnish, as part of its Bid, EMD for an amount as indicated in the NIT/NIB/ IFB. If the
Bidder is unable to submit 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. OW NER shall not pay any
interest on EMD furnished.

The EMD/Bid Security shall be in favour of Bharat Petroleum Corporation Limited payable at
Mumbai in the form of crossed demand draft or non-revocable Bank Guarantee in the
prescribed pro-forma. The Bank Guarantees for submission of EMD/Bid Security shall be
obtained from any Scheduled Commercial Bank (other than co-operative Bank) in India or any
Indian Branch of Foreign Bank as per the format provided along with the RFQ.

Page 5 of 21
Page 50 of 431
The bank guarantee for submission of EMD shall be valid 2 (Two) months more than bid
validity.

EMD/Bid securities of unsuccessful bidders will be returned upon award of Contract. However,
EMD of the successful Bidder will be returned upon the Bidder's executing the Contract, and
furnishing the PBG.

The EMD may be forfeited:

if a Bidder withdraws its bid during the period of Bid Validity or 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:

(a) to submit the order acceptance.


(b) to furnish the PBG.

11. BID PRICES


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

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

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

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

If bidder has considered Customs Duty for import contents other than the Merit Rate of Customs
Duty in their offer, then statutory variation on the Customs Duty will be payable extra on the
Merit Rate of Custom Duty or the rate of Custom Duty considered by the bidder, whichever is
lower.

11.5. Owner will issue concessional form 'C for CST only. No concessional form 'D' shall be issued
for VAT.

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

11.6.1 FOT despatch Point price of item including packing & forwarding, (such price to include
fabrication /manufacturing of item, all costs as well as duties and taxes paid or payable on
components and raw materials incorporated or to be incorporated in the goods, inspection
testing etc.) but excluding applicable taxes and duties on finished goods.

Page 6 of 21
Page 51 of 431
11.6.2 Supply price shall be exclusive of Excise Duty (including Cess) and CST (with concessional
form) or VAT (without concessional form) which will be applicable on the finished goods.

11.6.3 Item wise Transportation Charges upto respective project site exclusive of Service Tax and Ed
Cess thereon. Transit Insurance & Road permit shall be arranged by Owner. If a supplier does
not quote freight charges, his offer shall be loaded with maximum freight charges as quoted by
the other bidders.

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

11.6.5 Per-diem Supervision Charges shall be exclusive of Service tax, if applicable as per MR.

11.6.6 Bidder shall indicate the following separately.

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

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

11.6.9 In case a bidder does not furnish built-in CIF value and confirmed that quoted prices are firm
and fixed, in that case bidder will not be entitled to claim any variation in the Import Duties
even if bidder has quoted their prices considering Import Duties.

11.7. Foreign Bidders shall indicate the following in their offer:

11.7.1 Bidders shall submit their prices on FOB -International Port of Exit basis and also quote for
Ocean Freight charges upto the port of entry- Mumbai (India) as detailed out in the price
schedule.

11.7.2 The request for separate FOB Price and Ocean Freight is merely to facilitate the comparison of
bids and will not in any way limit Owner's right to order on different terms.

11.7.3 In case of award, initially the purchase order (PO) shall be placed on FOB basis and Owner
reserves the right to convert the same to CFR basis within 45 days, from the date of placement
of order based on shipping details of consignment (complete in all respect) indicated in the bid.
Therefore, the quoted Ocean Freight Charges should be valid for additional 45 days from the
date of Order. In case bidder is unable to provide the complete shipping/consignment details in
his bid, these 45 days shall be considered from the date of receipt of all required shipping details
of consignment for converting order from FOB to CFR.

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

11.7.5 Site work Prices, if applicable as per MR for the scope of work mentioned in MR / RFQ
Documents exclusive of cenvatable Service Tax & inclusive of VAT on Work Contracts. All
necessary taxes & duties registration, if required for carrying out the site activities shall be done
by the bidder and cost towards the same shall be included in quoted site work prices.

11.7.6 Perdiem Supervision Charges, if applicable as per MR, shall be exclusive of cenvatable Service
Tax.

11.7.7 In case any of the foreign bidders receipt against the order are subject to tax deduction at
source in India, his quoted prices must be gross of Indian income tax and bidder
shall furnish all requisite information stipulated elsewhere in ITB of RFQ document.

Page 7 of 21
Page 52 of 431
12. BID CURRENCY
12.1 Bidding currency shall be Indian Rupees for Indian bidders and US Dollars / EUROs /
Indian Rupees for foreign bidders in accordance with RBI guidelines.

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

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

13. BID VALIDITY


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

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

14. OFFER WITHOUT ANY DEVIATION


Owner/EIL will appreciate submission of offer based on the terms and conditions in the enclosed
SPC, GPC, ITB, Scope of Work, and Technical Specification etc. to avoid wastage of time and
money in seeking clarifications on technical/ commercial aspect of the offer. Bids having
any deviation to the RFQ Terms & Conditions shall lead to rejection of offer, except
deviations for which loading is defined in Clause No. 31 below.

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

16. SUBMISSION OF BIDS


16.1 No Physical bids / offers shall be permitted. The offers submitted through Central Public
Procurement Portal (CPPP) of Government of India shall only be considered for evaluation &
ordering. Bidders are required to upload the bid along with all supporting documents including
priced bid on the e-tendering website (http://eprocure.gov.in/eprocure/app.) only.

17. DEADLINE FOR SUBMISSION OF BID


17.1 The E-Bids must be submitted on or before the last date and time mentioned in the RFQ.

17.2 The Owner / EIL may, in exceptional circumstances and at its discretion, on giving reasonable
notice to all prospective bidders who have purchased the bid document extend the deadline for
the submission of e-bids in which case all rights and obligations of the Owner /EIL and bidders,
previously subject to the original deadline will thereafter be subject to deadline as extended.

18. LATE BIDS / UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE


18.1 No bid will be received after the deadline of submission of bid.

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

Page 8 of 21
Page 53 of 431
19. MODIFICATION AND WITHDRAWAL OF BIDS
19.1 The Bidder may modify or withdraw its Bid after the Bid's submission but prior to the due date
prescribed for submission of Bids by selecting the detaching option available in the e-tender
portal (Refer Annexure-I to ITB for more details).

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

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

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

20. UN-PRICED BID OPENING


20.1 The un-priced Bids shall be opened online through e-tender portal, at the specified date and
time given in the RFQ document or extended otherwise. The Bidders who have submitted their
Bid will be able to view online the name & status of all the Bidders at their respective windows,
after un-priced Bid opening by Buyer.

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

E-BID OPENING AND EVALUATION

21. PROCESS TO BE CONFIDENTIAL


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

22. CONTACTING THE OWNER/ OWNER REPRESENTATIVE


22.1 From the time of the bid opening to the time of the award, if any bidder wishes to contact the
Owner for any matter relating to the bid, it should done in writing.

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

23. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS


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

23.2 Prior to the detailed evaluation, the Owner/EIL will determine whether each bid is of acceptable
quality, is generally complete and is responsive to the RFQ 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.

23.3 Bidder shall not be allowed to submit any Price Implication or Revised Price after submission
of Bid, unless there is change in the stipulations of the RFQ 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.

Page 9 of 21
Page 54 of 431
23.4 The Owner/EIL determination of a bid's responsiveness is to be based on the contents of the
bid itself without recourse to extrinsic evidence. If a bid is not responsive, it will be rejected by
the Owner/EIL, and may not subsequently be made responsive by the bidder by correction of
the nonconformity.

24. COMMERCIAL EVALUATION


24.1 Bidders are required to quote firm prices as per the Price Schedule format for submitting prices
and show all taxes, duties and levies, cess etc. separately. Bids shall be evaluated on the
basis of landed cost at site considering eligible CENVAT/input tax credits as applicable. The
present rate of input tax credit available to owner on MVAT is 100% (One Hundred Percent) of
applicable MVAT. Applicable taxes and duties shall be indicated in the un-priced copy of price
format.

24.2 BPCL may claim Cenvat /input tax credit on customs duty (CVD/ Additional CVD) / service tax
/ VAT / Excise Duty and education cess as per the relevant statutes in force and the credit on
account of the same shall be considered for evaluation. The bidders shall furnish the present
rate of excise/customs duty, CVD, Service Tax, Education cess and VAT / CST as applicable
and is payable against proper invoice as per statutes. The bidders should quote taxes and
duties separately (In rates as well as in values).

24.3 Service Tax applicable on freight is not cenvatable to BPCL, Hence CENVAT / Set-off Benefit
towards service tax on freight, shall not be considered during evaluation.

24.4 Any Statutory variation in taxes and duties, within the contractual delivery date, shall be on
owner's account, against submission of documentary evidence. However, in case of delay in
delivery beyond the contractual date, for reasons attributable to seller, any increase in these
rates shall be borne by seller, whereas any decrease shall be passed on to the owner. BPCL
shall take CENVAT benefit as applicable. VAT on Works Contract, if applicable, shall be
included in the quoted prices and no variation including statutory variations shall be payable by
BPCL on VAT on Works Contract.

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

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

24.7 Foreign vendors shall include third party inspection charges of Third Party Inspection agency
(i.e. Lloyds/BV/DNV/TUV/CEIL) in the country of origin. In the case of foreign party sourcing
items from India the inspection shall be by EIL, no additional charges shall be payable to seller
on account of the same. However there shall be no change in third party inspection charges in
case of any change in sourcing from sub-vendors subject to the condition that in the case of
sourcing is shifted from abroad to India after placing the order, discount @ 1.25% of FOT
Despatch point price of the part sourced from India shall be passed on to BPCL.

24.8 Inspection of Indigenous items shall be done by EIL. In the case Indian party sourcing
materials from abroad, the bidder shall arrange inspection through Third Party Inspection
agency (i.e. Lloyds/BV/DNV/TUV/CEIL) in the country of origin & charges of the same shall be
included in quoted prices.

24.9 Concessional rate of Custom Duty:

24.9.1 The bidder must ascertain and confirm along with supporting documents in the bid, if any
Customs Duty exemption / waiver is applicable to the products being supplied by him under

Page 10 of 21
Page 55 of 431
any multi-lateral / bi-lateral trade agreement between India and bidder's country.

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

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

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

24.10 Purchase Preferences as applicable shall be considered as per clause no.33 of GPC.

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

25. PRICE CHANGES / IMPLICATIONS AFTER OPENING OF TECHNICAL BIDS

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

25.2 In the event of any suo-moto decrease in price sought by a vendor subsequent to the bid due
date and which is not as a result of any change in scope of supply or terms and conditions, the
reduction in price shall not be considered for evaluation however the same shall be considered
for ordering in case the bidder happens to be lowest.

26. PRICE BID OPENING


26.1 The Owner/EIL shall inform the time, date and venue for price bid opening to all such bidders
who qualify pursuant to bid evaluation. Bidders may be required to attend price bid opening at
a short notice of 24 hours.

26.2 The Owner/EIL will open price bids of all bidders notified to attend price bid opening in
presence of authorised bidders' representatives present at the time of priced bid opening. The
bidder's representatives who are present shall sign bid-opening register evidencing their
attendance.

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

27. ARITHMETIC CORRECTIONS


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

Page 11 of 21
Page 56 of 431
for the item in words shall be adopted as the quoted rate.

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

v) Any uncalled for lump sum/ percentage or adhoc reduction/ increase in prices, offered
by the Bidders after opening of the prices, shall not be considered. However, if
reduction is from the recommended Bidder, such reduction shall be taken into
account for arriving at the contract value.

vi) If prices etc. are not filled up in the PRICED BID and are not as per the requirements
of the Bidding Document, the same shall be omitted from evaluation.

28. CONVERSION TO SINGLE CURRENCY


Foreign vendors' bids shall be compared on equivalent Indian Rupees basis considering RBI
reference rate of foreign exchange published on the day of opening of the Price Bids.

29. BID REJECTION CRITERIA


The bidders shall adhere to the following provisions of the Bidding Document without taking
any deviations, failing which the Bid shall be considered to be non-responsive and may be
rejected.

i) Defects liability period/ Guarantee Period.


ii) Delivery schedule/ Time Period of Completion
iii) Bids with Price Variation Clause (PVC) without variation formula and ceiling.
iv) Insufficient validity period.
v) Advance payment
vi) Non submission of EMD as applicable
vii) Non submission of Integrity Pact
viii) Any other rejection point specified elsewhere in the RFQ Documents.

30. LOADING CRITERIA AND PRICE EVALUATION & COMPARISON

Loading Criteria for Deviations

Bidders are requested to submit the offer in line with RFQ documents terms and conditions.
Any deviation to RFQ terms & conditions shall lead to bidder's offer liable for rejection except
for following loading provisions:

30.1 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.

30.2 Payment Terms

a) Any differential payment terms offered by an Indian supplier as against the terms
specified in the RFQ/ GPC shall be loaded at 15% (simple interest) for the applicable
period as under:

Drawing approval 80% of the delivery period


Sub-ordering of raw materials 75% of the delivery period
Receipt of raw material at vendor's works 50% of the delivery period

b) Advance along with FOA/ PO will not be allowed. If a supplier insists for advance

Page 12 of 21
Page 57 of 431
payment along with FOA/PO, his offer shall be rejected.

c) Indian bidders to note that payment against dispatch documents through bank and
payment against submission of dispatch documents directly to BPCL, both are not
acceptable.

30.3 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 loading, the following
example will amplify the methodology (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% x


10% for 18 months 3/21 = 1.43% -10% x
10% for 12 months 9/21 =4.29% -10%x
10% for 6 months 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 30.3.N.
above, the offer shall be liable for rejection.

30.4 Delayed Deliveries (considering GPC clause of 0.5% un-delivered order value (UDOV) ~
5% total order value (TOV))

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 % and 5%
Any other deviation/Liquidated : 5%
Damages /penalty or non acceptance of
price reduction schedule

30.5 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 there to shall be as follows:

a) Firm Price No loading


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

Page 13 of 21
Page 58 of 431
c) No ceiling on the formula specified (This 1.5 times the maximum ceiling specified
loading shall be done only after putting by other Suppliers. In case all other
efforts with Supplier to indicate ceiling and Suppliers have quoted firm prices then
obtaining BPCL's approval) @ 1.25% for every month of quoted
delivery period to be taken as ceiling.
d) No formula and no ceiling specified by Offer may be rejected.
Supplier (This shall be resorted to only after
putting efforts with Supplier and obtaining
BPCL's approval)

Note: in case of 'd', offer shall be rejected if two other technically acceptable offers are
available otherwise loading shall be done as per 'c'.

30.6 Indian Freight charges:

i) Indian Suppliers shall be asked to quote firm freight charges upto destination by
road transport for all cases.

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

30.7 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.

i) Foreign Exchange Rate Variation/Custom Duty Variation For Indian Bidders (On Built-in
Import Content):

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


rd
customs duty rate up to 2/3 of delivery period for which the following methodology shall
be

iii) Prices shall remain firm and fixed without any escalation except for statutory variation in
customs followed:

iv) 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.

v) The statutory variation in customs duty shall be subject to the following guidelines and
the supplier shall be asked to 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.

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

Page 14 of 21
Page 59 of 431
31. EVALUATION CRITERIA FOR COMPARISON OF BIDS

31.1 Where only Indian Bids are under comparison

Bids shall be evaluated on the basis of net effective price i.e. landed cost at Site including
third party inspection charges (if applicable) by EIL minus CENVAT / Set off benefit
available to BPCL.

Commercial loading shall be done on FOT dispatch Point price.

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

Taxes/Duties:

The taxes & duties will be cost loaded as applicable. However, if a vendor states that
the sales tax/Excise Duty is not applicable at present or quotes lesser percentage and
will be charged as applicable at the time of delivery, then such vendor's price will be
loaded by the highest rate as indicated by the remaining vendors.

31.2 Where only Foreign Bids are under comparison

• Bids shall be evaluated on CFR basis including third party inspection charges (i.e. Lloyds/
BV/DNV/TUV/CEIL) in the country of origin and ocean freight as quoted by the bidder. In
case of pipes wherever the supplier has not indicated stowage charges, the FOB price
shall be loaded @ 10% of the bidder's quoted ocean freight. The seller shall not be allowed
to change port of shipment after quoting unless the bidder absorbs any additional cost on
account of the change.

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

• Comparison shall be done on equivalent Indian Rupees basis considering RBI reference
rate of foreign exchange on the day of opening of price bids.

• Commercial loading shall be done on FOB price

31.3 Where Indian as well as Foreign Bids are under comparison

31.3.1 Domestic Bidders:

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. Further, wherever
Indian bidders are subject to EIL inspection, instead of third party inspection charges,
notional inspection charges @1.25% of FOT Despatch point price for EIL inspection shall
be considered

Page 15 of 21
Page 60 of 431
31.3.2 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 transportation charges as under less
Cenvatable CVD/SAD etc., Cenvatable service tax (if applicable):

Sr. Head Basis


No.
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 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 @ 2% of CIF value.
handling charges
6 Add Octroi Prevailing rate as applicable on assessable value
7 Add Inland freight 1% of landed cost, i.e., S. No. 1 to 5
charges from Port
of Entry in India to
project site(s)
8 Add L/c Charges @1 % of FOB Price
9 Commercial Loadings, On FOB value
If any.
10 Less Cenvatable Duties
11 FOT SITE PRICE Sum(1 to 9)-less (10)

Further, wherever offer of Foreign Bidders includes supplies sourced within India, such
supplies shall subject to EIL inspection (if required as MR), instead of third party
charges. In that case notional inspection charges for EIL inspection @1.25% of FOT
Despatch point price quoted by Bidder for Indigenous supplies shall be considered.

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

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

31.6 CENVAT / Set off benefit available to BPCL shall be considered during price evaluation. 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 and these shall be considered and
necessary credit shall be given for evaluation and comparison of bids.

Wherever site works, AMC, training etc. are required as per MR/RFQ; the same shall be
considered for evaluation.

31.7 Spares: As per the evaluation criteria mentioned in SPC / ITB/MR on case to case basis.

31.8 EIL Inspection / Third Party Inspection:

31.9 EIL shall provide all requisite inspection services for all indigenous equipment / bulk
material procured for the project as part of EPCM services at no additional cost.

Page 16 of 21
Page 61 of 431
For imported items, the bidders quoted price shall include third party inspect ion charges,
which will be considered for evaluation of prices and included in the order value at the
time of award of order.

31.10 Other Conditions Related To The Bid Evaluation:

i. Offer evaluation and ordering basis as overall lowest basis in group MRS and in
individual item wise MRs on lowest basis as mentioned in Price schedule / Material
Requisition

ii. Bid should be complete covering the individual item wise scope of supply indicated in
the Bid documents,

iii. OWNER reserves the right to split the quantities / items of the PO as required among
the bidders,

iv. OWNER also reserves the right to consolidate the quantities of PO where it is
commercially prudent to place single order. In the case of shifting of order as above ,
the following shall govern :

a) In order to avoid splitting of order on number of bidders, particularly when order


value is small, shifting shall be resorted to so that time and effort on ordering,
expediting, inspection etc. is saved in dealing with extra suppliers. For the purpose
of shifting, cost of order management per order is considered as Rs. 1,00,000/ -.

b) Based on lowest evaluated item wise prices the shifting shall be carried out provided
the following conditions are met:

Shifting shall be done only if shifting cost of each order is upto Rs.1, 00,000/.

Shifting shall not be resorted to if the value of the order is more than 25% of the
total order value of the recommendation. However, this ceiling will not be
applicable where total order value of recommendation is upto Rs. 4.0 Lakh.

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

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

Excise duty, Central Sales Tax, VAT, Service Tax shall not be included in the
quoted prices and shall be payable extra at actuals. Works contract tax shall be
included in the quoted prices and no variation including statutory variations shall
be payable by BPCL on WCT. BPCL shall claim eligible credit on
CENVAT/service tax/VAT quoted by the Vendor and therefore eligible portion of
CENVAT/service tax/VAT shall be considered for price comparison. Vendor 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, Central sales 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.

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


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

Page 17 of 21
Page 62 of 431
33. PRICE CHANGES / IMPLICATIONS AFTER OPENING OF PRICE BIDS
33.1 After opening of price bid, if the party increases the price, though within the validity period
and even though the offer remains lowest, the bid should be rejected. Such bidders shall
be debarred for future enquiries for such action of bidders as a penal measure.

33.2 Suo-moto Price reduction after price bid opening are to be ignored for evaluation.
However, if the same party happens to be the lowest based on original price bids, the
benefit of such reduction may be availed of.

33.3 Any correspondence, including price changes, if any, received from the vendors after
price bid opening shall be sent to BPCL in as received condition, along with EIL's
recommendation, if any.

34. AWARD OF CONTRACT

AWARD OF WORK.

The Owner/EIL will award the order to the successful bidder (s) whose bid has been
determined to be substantially responsive, and/or have been determined as a lowest bid
on least cost basis to Owner and is determined to be qualified to satisfactorily perform the
Order.

35. QUANTITY VARIATION


35.1 The Owner/EIL reserves the right to vary the quantity of goods specified in MR, at the
time of
award without any change in quoted unit price or other terms and conditions.

35.2 Owner/EIL reserves the right to delete the requirement of any one or more items of MR
without assigning any reason.

36. 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 wit hout 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.

37. NOTIFICATION OF AWARD


37.1 Prior to the expiration of period of bid validity Owner /EIL wil l 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.

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

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

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

38. FRAUDULENT PRACTICES


38.1 The OWNER requires that Bidders/Vendors/Contractors observe the highest standard of
ethics during the award/execution of Contract. "Fraudulent Practice" means a
misrepresentation of facts in order to influence the award of a Contract to the detriment of

Page 18 of 21
Page 63 of 431
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.

38.2 The OWNER will reject a bid for award if it determines that the bidder recommended fo r
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 eval uation is
found to be false/ forged, the same shall be considered adequate ground for rejection of
bids and forfeiture of Earnest Money Deposit.

38.3 In case, the information/ document furnished by the Bidder/vendor/Contractor forming


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

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

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

39. WAIVER OR TRANSFER OF THE AGREEMENT


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

40. CARTEL FORMATION


40.1 In case any bidder is found to be involved in cartel formation, his bid will not be considered
for evaluation /placement of order. Such bidder will also be debarred from bidding in future.

41. INTEGRITY PACT


Integrity Pact shall be applicable for all RFQ of estimated value more than 1 crore. In
such condition following shall be follow:

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

b) If the Bidder has been disqualified from the bidding process prior to the award of the
contract in accordance with the provisions of the Integrity Pact, BPCL shall be entitled to
demand and recover from Bidder Liquidated Damages amount by forfeiting the EMD/Bid
Security as per provisions of the Integrity Pact.

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

Page 19 of 21
Page 64 of 431
d) Bidders may raise disputes/complaints, if any, with the nominated Independent External
Monitor, mentioned below:

T.S.KRISHNAMURTHY Flat NO.9, Gokul Tower 044-24993077


Next to Mookambika Complex 044-24993079
No.7, C P Ramaswamy Road Mobile- 9444999555
Alwarpet
Chennai-600 018
SHRI JANKI BALLABH Flat No. 605, Varsova Vainayak CO- 022 - 2635 3456
OP. HSG. SOC. HSG Plot No. 8, Near (RES)
Versova Telephone Exchange, Mobile
Versova, Andheri (West), Mumbai - 9833363066
400 053

42. T&C FOR FOREIGN SUPPLIERS (TO WHOM RFQ ISSUED) OPERATED
THROUGH THEIR INDIAN SUBSIDIARIES
Methodology in case bid is submitted through subsidiary/ parent/ another subsidiary of
manufacturer's parent company

Where ever a limited enquiry is issued to a foreign company, being approved the OEM(the
manufacturer) and enlisted with EIL, but the OEM requests to bid through abider which may be his
subsidiary or his parent or another subsidiary of his parent, following methodology shall be followed:

1. Bidder may be Indian or foreign.

2. A company shall be considered as subsidiary of its parent if any one of the following criteria
is being met:

The parent company:

i) Controls the composition of the board of directors of the

subsidiary,

ii) Controls more than half of the voting right of the subsidiary.
iii) Owns more than half of the paid-up equity of the subsidiary. For the purpose of
definition of subsidiary, if a company A is a subsidiary of company B which is, in
turn, a subsidiary of company C then company A will be considered to be a subsidiary
of company B as well as C.

3. Bidder may or may not be a manufacturer of the offered products.

4. Bidder may or may not be enlisted with EIL.

5. In case bidder proposes to ship the material from a warehouse/works which may or may not be
enlisted with EIL, the same shall be considered acceptable subject to following conditions.

a) All items to be sourced (duly inspected under TPI) from OEM except minor
outsourced accessories and the methodology for their assembly by Bidder will be spelt
out in the offer by bidder.

b) EIL/ Third Party Inspection (by any of the agencies mentioned in the RFQ) shall
be conducted before dispatch of the items from OEM works.

c) OEM shall issue an authorization by the authorized signatory to the Bidder towards the
above arrangement.

Page 20 of 21
Page 65 of 431
d) OEM shall furnish a backup corporate guarantee duly signed by the authorized
signatory towards the performance of the equipment & accessories.

e) In case engineering work is undertaken by bidder, responsibility matrix will be submitted,


duly signed by OEM.

f) In the event of an award, the FOA/ PO shall be placed on the Bidder and shall specify the
OEM works as well as the final dispatch point.

43. INFORMATION TO BE FURNISHED BY FOREIGN SUPPLIERS/


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

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

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

iii) In additional to TRC, bidder in order to claim the benefits of DTAA shall also
submit additional information in form no. 10F (enclosed as Appendix-B). Form 10F
has to be signed & verified by the assesses himself.

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

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

Page 21 of 21
Page 66 of 431
Appendix-A

TRC obtained by the Non-resident from Government of foreign country shall contain the following
particulars:

(i) Name of the assessee;


(ii) Status (individual, company, firm etc.) of the assessee;
(iii) Nationality (in case of individual);
(iv) Country or specified territory of incorporation or registration (in case of others);
(v) Assessee’s tax identification number in the country or specified territory of residence or in case
no such number, then, a unique number on the basis of which the person is identified by the
Government of the country or the specified territory;
(vi) Residential status for the purposes of tax;
(vii) Period for which the certificate is applicable; and
(viii) Address of the applicant for the period for which the certificate is applicable;

Page 67 of 431
Page 68 of 431
Bharat Petroleum Corporation Limited

General Purchase Conditions

The following conditions shall be applicable for all procurement unless specifically
mentioned in the Special Purchase Conditions.

INDEX

1. DEFINITIONS
2. REFERENCE FOR DOCUMENTATION
3. RIGHT OF OWNER TO ACCEPT OR REJECT TENDER
4. LANGUAGE OF BID
5. PRICE
6. TAXES AND DUTIES
7. INSPECTION
8. SHIPPING
9. INDIAN AGENT COMMISSION
10. ORDER AWARD / EVALUATION CRITERIA
11. CONFIRMATION OF ORDER
12. PAYMENT TERMS
13. GUARANTEE/WARRANTY
14. PERFORMANCE BANK GUARANTEE
15. PACKING & MARKING
16. DELIVERY
17. UNLOADING AND STACKING
18. TRANSIT INSURANCE
19. VALIDITY OF OFFER
20. DELIVERY DATES AND PRICE REDUCTION SCHEDULE
21. RISK PURCHASE CLAUSE
22. FORCE MAJEURE CLAUSE
23. ARBITRATION CLAUSE
24. INTEGRITY PACT (IP)
25. RECOVERY OF SUMS DUE
26. CONFIDENTIALITY OF TECHNICAL INFORMATION
27. PATENTS & ROYALTIES
28. LIABILITY CLAUSE
29. COMPLIANCE OF REGULATIONS
30. REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT
31. NON-WAIVER
32. NEW & UNUSED MATERIAL
33. PURCHASE PREFERENCE CLAUSE
34. CANCELLATION
35. ANTI –COMPETITIVE AGREEMENTS/ABUSE OF DOMINANT POSITION
36. ASSIGNMENT
37. GOVERNING LAW
38. AMENDMENT
39. SPECIAL PURCHASE CONDITIONS
40 NOTICES

Page 1 of 24

Page 69 of 431
Bharat Petroleum Corporation Limited

General Purchase Conditions

1. DEFINITIONS :

The following expressions used in these terms and conditions and in the purchase order
shall have the meaning indicated against each of these:

1.1. OWNER: Owner means Bharat Petroleum Corporation Limited (a Government of India
enterprise), a Company incorporated in India having its registered office at Bharat
Bhavan, 4 & 6 Currimbhoy Road, Ballard Estate, Mumbai 400038 and shall include its
successors and assigns (hereafter called BPCL as a short form).

1.2. VENDOR: Vendor means the person, firm or the Company / Corporation to whom this
Request for quotation (RFQ)/purchase order is issued and shall include its successors and
assigns.

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


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

1.4. GOODS / MATERIALS: means any of the articles, materials, machinery, equipments,
supplies, drawing, data and other property and all services including but not limited to
design, delivery, installation, inspection, testing and commissioning specified or required
to complete the order.

1.5. SITE / LOCATION: means any Site where BHARAT PETROLEUM CORPORATION
LTD. desires to receive materials any where in India as mentioned in RFQ.

1.6. “RATE CONTRACT” means the agreement for supply of goods/ materials between
Owner and Vendor, for a fixed period of time (i.e till validity of Rate Contract, with no
commitment of contractual quantity) on mutually agreed terms and conditions. The actual
supply of goods/ materials shall take place only on issue of separate purchase orders for
required quantity as and when required by Owner.

1.7. “FIRM PROCUREMENT” means the agreement between the parties for mutually
agreed terms and conditions with commitment of Quantity Ordered.

2. REFERENCE FOR DOCUMENTATION :

2.1. The number and date of Collective Request for Quotation (CRFQ) must appear on all
correspondence before finalization of Rate Contract / Purchase Order.

Page 2 of 24

Page 70 of 431
2.2. After finalization of Contract / Purchase Order: The number and date of Rate Contract /
Purchase Order must appear on all correspondence, drawings, invoices, dispatch advices,
(including shipping documents if applicable) packing list and on any documents or papers
connected with this order.

2.3. In the case of imports, the relevant particulars of the import Licence shall be duly indicated
in the invoice and shipping documents as well as on the packages or consignments.

3. RIGHT OF OWNER TO ACCEPT OR REJECT TENDER :


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

4. LANGUAGE:

The Bid and all supporting documentation and all correspondence whatsoever exchanged
by Vendor and Owner, shall be in English language only.

5. Price :

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

Firm and no escalation will be entertained on any ground, except on the ground of
statutory levies applicable on the tendered items.

6. TAXES AND DUTIES :

All vendors shall have VAT / CST/GST/Service tax registration in the concerned State
and vendor shall quote their TIN number in the quotation.

6.1. EXCISE DUTY :

6.1.1. Excise duty extra as applicable at the time of delivery within scheduled delivery period
will be payable by BPCL against documentary evidence. Vendor shall mention in their
offer, the percentage of excise duty applicable at present. Any upward variation in excise
duty rates, beyond the contractual delivery period, shall be to vendor’s account.

6.1.2. In case Excise Duty is not applicable at present : Excise duty due to change in turn over is
not payable. If applicable in future, the same will be borne by vendor.

6.1.3. Owner shall take CENVAT Credit on the material supplied for both excise duty and cess
component and accordingly Excise duty / Cess should be quoted separately wherever
applicable.

Vendor shall ask the transporter of the goods to hand over the copy of excise invoice
(transporter’s copy) at the time of delivery of goods at owner’s site.

Page 3 of 24

Page 71 of 431
6.2. SALES TAX / VAT/GST :

6.2.1. Sales Tax as applicable at the time of delivery within scheduled delivery period will be
payable by BPCL. Vendor shall give details of local sales tax and/oror central sales tax
currently applicable in their offer. The rates applicable for “CST without form C”, “CST
with form C" and “VAT” shall be clearly indicated.

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

6.3 Service tax :

All vendors shall have service tax registration wherever applicable. BPCL may also
claim CENVAT Credit on service tax. The vendor should quote service tax separately, if
applicable. Vendor shall submit the TAX invoice. Vendor is required to furnish serially
numbered and signed invoice / bill / challan containing the following details:

a) Name, address and registration number of the service provider


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

6.4 FREIGHT AND OCTROI :

6.4.1 Freight: Firm freight charges to be quoted as indicated in the Tender documents. Freight
shall be payable after receipt of the Material(s) at the site, unless otherwise specified.

6.4.2. Octroi and entry taxes, if any, shall be invoiced separately and shall be re-imbursed by
BPCL at actuals after receipt of the Material(s) at the Site against the submission of
original documentary evidence for proof of payment of the related octroi and entry taxes,
as the case may be.

6.5. NEW STATUTORY LEVIES :

All new statutory levies leviable on sale of finished goods to owner , if applicable are
payable extra by BPCL against documentary proof, within the contractual delivery
period.

6.6 Variation in Taxes/Duties

Any increase/decrease in all the above mentioned statutory levies on the date of delivery
during the scheduled delivery period on finished materials will be on BPCL's account.
Any upward variation in statutory levies after contractual delivery date shall be to
vendor’s account.

7. INSPECTION :

7.1. Materials shall be inspected by BPCL approved third party inspection agency if
applicable before dispatch of materials. However, arranging and providing inspection

Page 4 of 24

Page 72 of 431
facilities is entirely vendor’s responsibility and in no way shall affect the delivery
schedule.

7.2. Scope of Inspection shall be as per RFQ. Our registered third party inspection agencies
are SGS/GLISPL/IRS/DNV/LRIS/EIL/TATA Projects/PDIL/ULIPL/RITES
LTD/ITSIPL as amended time to time unless otherwise specified in the Special Purchase
Conditions.

7.3. Unless otherwise specified, the inspection shall be carried out as per the relevant
standards/scope of inspection provided alongwith the Tender Enquiry/Purchase Order.

7.4. BPCL may, at its own expense, have its representative(s) witness any test or inspection.
In order to enable BPCL’s representative(s) to witness the tests/inspections. BPCL will
advise the Vendor in advance whether it intends to have its representative(s) be present at
any of the inspections.

7.5. Even if the inspection and tests are fully carried out, the Vendor shall not be absolved
from its responsibilities to ensure that the Material(s), raw materials, components and
other inputs are supplied strictly to conform and comply with all the requirements of the
Contract at all stages, whether during manufacture and fabrication, or at the time of
Delivery as on arrival at site and after its erection or start up or consumption, and during
the defect liability period. The inspections and tests are merely intended to prima-facie
satisfy BPCL that the Material(s) and the parts and components comply with the
requirements of the Contract. The Vendor’s responsibility shall also not be anywise
reduced or discharged because BPCL or BPCL’s representative(s) or Inspector(s) shall
have examined, commented on the Vendor’s drawings or specifications or shall have
witnessed the tests or required any chemical or physical or other tests or shall have
stamped or approved or certified any Material(s).

7.6. Although material approved by the Inspector(s), if on testing and inspection after receipt
of the Material(s) at the location, any Material(s) are found not to be in strict conformity
with the contractual requirements or specifications, BPCL shall have the right to reject
the same and hold the Vendor liable for non-performance of the Contract.

8. SHIPPING :

8.1 SEA SHIPMENT :

All shipment of materials shall be made by first class direct vessels, through the
chartering wing, Ministry of Surface Transport as per procedure detailed hereunder. The
Foreign Supplier shall arrange with Vessels Owners or Forwarding Agents for proper
storage of the entire Cargo intended for the project in a specific manner so as to faciliate
and to avoid any over carriage at the port of discharge. All shipment shall be under deck
unless carriage on deck is unavoidable.

The bills of lading should be made out in favour of `Bharat Petroleum Corporation Ltd..
or order'.
All columns in the body of the Bill of Lading namely marks and nos., material
description, weight particulars etc., should be uniform and accurate and such statements
should be uniform in all the shipping documents. The freight particulars should mention

Page 5 of 24

Page 73 of 431
the basis of freight tonnage, heavy lift charges, if any, surcharge, discount etc. clearly and
separately. The net total freight payable shall be shown at the bottom.

SHIPPING DOCUMENTS :

All documents viz. Bill of Lading, invoices, packing list, freight memos, country of
origin certificates, test certificate, drawings and catalogues should be in English
language.

In addition of the bill of lading which should be obtained in three stamped original plus
as many copies as required, invoices, packing list, freight memos,(if the freight
particulars are not shown in the bills of lading), country of origin certificate, test /
composition certificate, shall be made out against each shipment in as many number of
copies as shown below.

The bill of lading, invoice and packing list specifically shall show uniformly the mark
and numbers, contents case wise, country of origin, consignees name, port of destination
and all other particulars as indicated under clause 2. The invoice shall show the unit
rates and net total F.O.B. prices. Items packed separately should also be invoiced and the
value shown accordingly. Packing list must show apart from other particulars actual
contents in each case, net and gross weights and dimensions, and the total number of
packages. All documents should be duly signed by the Vendor's authorised
representatives.

In the case of FOB orders, Shipping arrangements shall be made by the Chartering Wing
Of the Ministry of Surface Transport, New Delhi through their respective forwarding
agents. The names and addresses of forwarding agents shall be as per Special Purchase
Conditions. Supplier shall furnish to the respective agents the full details of consignments
such as outside dimension, weights (both gross and net) No of packages, technical
description and drawings, name of supplier, ports of loading, etc. 6 weeks notice shall be
given by the supplier to enable the concerned agency to arrange shipping space.

The bill of lading shall indicate the following :

Shipper : Goverment of India

Consignee : Bharat Petroleum Corporation Ltd.

In case of supplies from USA, Export Licences, if any required from the American
Authorities shall be Obtained by the U.S. Suppliers. If need be assistance for obtaining
such export licences would be available from India Supply Mission at Washington.

8.2 AIRSHIPMENT :

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


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

TRANSMISSION OF SHIPPING DOCUMENTS :

Page 6 of 24

Page 74 of 431
Foreign Supplier shall obtain the shipping documents in seven complete sets including
three original stamped copies of the Bill of Lading as quickly as possible after the
shipment is made, and airmail as shown below so that they are received at least three
weeks before the Vessels arrival. Foreign Supplier shall be fully responsible or any delay
and / or demurrage in clearance of the consignment at the port due to delay in
transmittal of the shipping documents.

If in terms of letter or otherwise, the complete original set of documents are required to
be sent to BPCL through Bank the distribution indicated below will confine to copies of
documents only minus originals.

Documents BPCL (Mumbai)

Bill of Lading 4 (including 1 original)


Invoice 4
Packing List 4
Freight Memo 4
Country of Origin Certificate 4
Third party inspection certificate 4
Drawing 4
Catalogue 4
Invoice of Third Party 4
for inspection charges whenever applicable.

9. INDIAN AGENT COMMISSION :

Any offer through Indian agents will be considered only after authorization mentioning
them as Indian agents, is received from Vendor. Indian agents commission if applicable
will be payable only in Indian currency. Indian agents should be registered with
Directorate General of Supplies and Disposals, Government of India and agency
commission will be payable only after registration with DGS&D, New Delhi.

10. ORDER AWARD / EVALUATION CRITERIA :

Unless otherwise specified, Order award criteria will be on lowest quote landed price
basis. Landed price will be summation of Basic Price, Packing & Forwarding Charges,
Excise Duty, Sales Tax, Freight, Inspection, Octroi, Supervision of Installation &
Commissioning and other taxes & levies, loading etc, if any, reduced by cenvat/vat credit
as applicable.

11. CONFIRMATION OF ORDER :

The vendor shall acknowledge the receipt of the purchase order within 10 days of mailing
the same. The vendor shall sign, stamp the acknowledgement copy of the purchase order
and return the same to BPCL.

12. PAYMENT TERMS :

12.1. Unless otherwise specified, 100% payment shall be made within 30 days from date of
receipt and acceptance of materials at Site against submission of Peformance Bank
Guarantee (PBG) for 10% of basic order value if PBG is applicable for the tender.

Page 7 of 24

Page 75 of 431
12.2. In the case of imports, payment will be made on submission of original documents
directly to Owner (Telegraphic Transfer-TT) or through Bank (Cash against documents-
CAD) or through irrevocable Letter of Credit.

12.3. Unless otherwise mentioned, the specified documents (All documents listed below (one
original and two copies)) should be submitted to originator of P.O. (the name and contact
details of whom are given in PO) and payments for despatches will be made by the
originator of Purchase Order :

a) Invoice
b) Excise invoice
c) The Lorry Receipt of the consignment
d) Packing list for the consignment
e) Third Party Inspector’s Certificate covering the invoiced Material(s)/ Release
Note, wherever applicable
f) Manufacturers Test/Composition Certificate, wherever applicable
g) Drawing(s)/Catalogue(s) covering the Material(s) , wherever applicable
h) Guarantee/Warranty Certificate(s), wherever applicable.
i) Original Receipt for Octroi/other statutory levies as applicable.
j) Performance Bank Guarantee as applicable.

13. GUARANTEE/WARRANTY :

13.1. Materials shall be guaranteed against manufacturing defects, materials, workmanship and
design for a period of 12 months from the date of commissioning or 18 months from the
date of dispatch whichever is earlier. Warranty for replacement of material / accessories
should be provided free of charges at our premises. The above guarantee/warranty will
be without prejudice to the certificate of inspection or material receipt note issued by us
in respect of the materials.

13.2. All the materials including components and sub contracted items should be guaranteed by
the vendor within the warranty period mentioned above. In the event of any defect in the
material, the vendor will replace / repair the material at BPCL’s concerned location at
vendor’s risk and cost on due notice.

13.3. In case, vendor does not replace / repair the material on due notice, rejected material will
be sent to the vendor on “Freight to pay” basis for free replacement. Material after
rectification of defects shall be dispatched by the vendor on “Freight Paid” basis.
Alternatively, BPCL reserves the right to have the material repaired / replaced at the
locations concerned, at the vendor’s risk, cost and responsibility.

13.4. The Vendor shall provide similar warrantee on the parts, components, fittings,
accessories etc. so repaired and / or replaced.

14. PERFORMANCE BANK GUARANTEE :

14.1. Vendor will have to provide Performance Bank Guarantee for 10% of the basic value of
purchase order unless otherwise specified. This bank guarantee shall be valid (shall
remain in force) for guarantee period (as mentioned in the guarantee clause), with an

Page 8 of 24

Page 76 of 431
invocation period of six months thereafter. In the case of Indigenous vendors, the
Performance Bank Guarantee shall be given on a non-judicial stamp paper of appropriate
value (currently Rs 100). PBG format is as per Annexure I.

In case, PBG is not provided by the Vendor, 10% of the basic value shall be retained in
lieu of PBG, till the expiry of guarantee and claim period.

In the case of imports, the Supplier shall furnish the Performance Bank Guarantee (as per
Annexure I) through the following :

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


b) Foreign bank operating in their Country which is counter guaranteed by branches of
Indian scheduled banks operating in their Country/India.
c) Indian branches of foreign banks.
d) Foreign bank operating in their Country counter guaranteed by their Indian branch

However, in respect of c) and d) above, the Indian branch of foreign banks should be
recognized as scheduled bank by Reserve Bank of India.

14.2. If Vendor wants to submit the PBG at Contract level to avoid multiple number of PBG
(i.e. PBG issued against every purchase/call off order) then the validity of PBG will be
calculated as mentioned below :

14.2.1. Validity of PBG = Rate Contract Issue Date (Start Date of Rate Contract) + Rate
Contract Period (validity of Rate Contract) + Contractual Delivery Period of material +
Contractual Guarantee period + 6 month (for invocation / Claim).

15. PACKING & MARKING :


15.1 PACKING :

15.1.1 Packing shall withstand the hazards normally encountered with the means of transport
for the goods of this purchase order including loading and unloading operation both by
crane and by pushing off.

In the case of imports, all equipments / materials shall be suitably packed in weather
proof, seaworthy packing for ocean transport under tropical conditions and for rail or
road or other appropriate transport in India. The packing shall be strong and efficient
enough to ensure safe preservance upto the final point of destination.

Raw/Solid wood packaging material of imported items has to be appropriately treated &
marked as per International Standard of Phytosanitary Measures (ISPM-15") for material
originating from the contracting countries to the International Plant Protection
Convention or the members of Food & Agriculture Organization. Material from non-
contracting parties would have to be accompanied by a phytosanitary certificate of the
treatment endorsed. The Custom Officer at Indian Port shall not release the material
without appropriate compliance of the above provisions w.e.f. 01.11.2004.

15.1.2 The packing specification incorporated herein are supplementary to the internal and
external packing methods and standards as per current general rules of J.R.A. Good Tariff

Page 9 of 24

Page 77 of 431
Part-I. All packaging shall be done in such a manner as to reduce volume as much as
possible.

15.1.3 Fragile articles should be packed with special packing materials depending on the type of
Materials and the packing shall bear the words "HANDLE WITH CARE GLASS
FRAGILE, DON'T ROLL THIS END UP. THIS END DOWN," to be indicated by
arrow.

15.1.4 Chemicals in powder form, catalyst, refractories and like materials etc. shall be packed in
drums, cans and tins only. However, Catalyst may be supplied in Jumbo bags.

15.1.5 The hazardous materials shall be packed in accordance with the applicable rules,
regulations and tariff of all cognizant Government Authorities and other Governing
bodies. It shall be the responsibility of the seller of hazardous materials to designate the
material as hazardous and to identify each material by its proper commodity name and its
hazardous material class code.

15.1.6 All package requiring handling by crane should have sufficient space at appropriate place
to put sling of suitable dia (strength). Iron/Steel angle should be provided at the place
where sling marking are made to avoid damage to package/ equipment while lifting.

15.1.7 Item shipped in bundles must be securely tied with steel wire or strapping. Steel
reinforcing rods, bars, pipes, structural members etc. shall be bundled in uniform lengths
and the weight shall be within the breaking strength of the securing wire or strapping.

In the case of imports, for bundles the shipping marks shall be embossed on metal or
similar tag and wired securely on each end.

15.1.8 All delicate surface on equipment/materials should be carefully protected and printed
with protective paint/compound and wrapped to prevent rusting and damage.

15.1.9 All mechanical and electrical equipment and other heavy articles shall be securely
fastened to the case bottom and shall be blocked and braced to avoid any
displacement/shifting during transit.

15.1.10 Attachments and spare parts of equipment and all small pieces shall be packed separately
in wooden cases with adequate protection inside the case and wherever possible should
be sent along with the main equipment. Each item shall be suitably tagged with
identification of main equipment, item denomination and reference number of respective
assembly drawing. Each item of steel structure and furnaces shall be identified with two
erection markings with minimum lettering height of 15mm. Such markings will be
followed by the collection numbers in indelible ink/paint. A copy of the packing list shall
accompany the materials in each package.

15.1.11 All protrusions shall be suitably protected by providing a cover comprising of tightly
bolted wooden disc on the flanges. All nozzles, holes and openings and also all delicate
surfaces shall be carefully protected against damage and bad weather. All manufactured
surfaces shall be painted with rust proof paint.

In the case of imports, for bulk uniform material when packed in several cases,
progressive serial numbers shall be indicated on each case.

Page 10 of 24

Page 78 of 431
15.1.12 Wherever required, equipment/materials instruments shall be enveloped in polythene
bags containing silicagel or similar dehydrating compound.

15.1.13 Pipes shall be packed as under:

a. Upto 50mm NB in wooden cases/crates.

b. Above 50mm NB and upto 100mm NB in bundles and should be strapped at minimum
three places.

c. Above 100mm NB in loose.

15.1.14 Pipes and tubes of stainless steel, copper etc. shall be packed in wooden cases
irrespective of their sizes.

15.1.15 Pipes with threaded or flanged ends shall be protected with suitable caps covers, before
packing.

In the case of imports, all pipes and sheets shall be marked with strips bearing
progressive no.

15.1.16 Detailed packing list in waterproof envelope shall be inserted in the package together
with equipment/materials. One copy of the detailed packing list shall be fastened outside
of the package in waterproof envelope and covered by metal cover.

15.1.17 The supplier shall be held liable for all damages or breakages to the goods due to the
defective or insufficient packing as well as for corrosion due to insufficient protection.

15.1.18 Packaged equipment or materials showing damage defects or shortages resulting from
improper packaging materials or packing procedures or having concealed damages or
shortages, at the time of unpacking shall be to the supplier’s account.

All packages which require special handling and transport should have their Centres of
Gravity and the points at which they may be slung or gripped clearly indicated and
marked “ATTENTION SPECIAL LOAD HANDLE WITH CARE” both in
English/Hindi Languages.

In the case of imports, a distinct colour splash in say red black around each package crate
/ bundle shall be given for identification.

15.1.19 Along with the packed material, supplier should attach material list, manuals/instructions
and also the Inspection certificate/release note, wherever applicable.

15.2. MARKING :

The following details to be written on the side face of packing:

a) Purchase Order Number


b) Vendor Name

Page 11 of 24

Page 79 of 431
c) Batch no with Manufacturing date
d) Procedure (in brief) for handling
e) Date of dispatch etc.

15.3 Imported items :

On three sides of the packages, the following marks shall appear, clearly visible, with
indelible paint and on Vendor's care and expenses.

BHARAT PETROLEUM CORPORATION LIMITED


(With detailed address as given in Special Purchase Conditions)

From :

To : Bharat Petroleum Corpn.Ltd.

(With detailed address as given in Special Purchase Conditions)

Order no. Rev. no.


Item :
Equipment Nomenclature :
Net weight : Kgs.
Gross weight : Kgs.
Case No. of Total cases :
Dimensions :
Import Licence No.

NOTE :
Marking shall be bold - minimum letter height 5 cm. For every order and every
shipment, packages must be marked with serial progressive numbering.

Top heavy containers shall be so marked either Top Heavy or Heavy Ends.

When packing material is clean and light coloured, a dark black stencil paint shall be
acceptable. However, where packaging material is soiled or dark, a coat of flat zinc
white paint shall be applied and allowed to dry before applying the specific markings.

In case of large equipments like vessels, heat exchangers, etc. the envelope containing the
documents shall be fastened inside a shell connection, with an identifying arrow sign
"documents" using indelible paint.

Page 12 of 24

Page 80 of 431
16. DELIVERY :

16.1. Unless otherwise mentioned, Vendor is requested to quote their best delivery schedule
from the date of receipt of Purchase order.

16.2. Time being the essence of this contract, the delivery mentioned in the purchase order
shall be strictly adhered to and no variation shall be permitted except with prior
authorization in writing from the Owner. Goods should be delivered, securely packed and
in good order and condition, at the place of delivery and within the time specified in the
purchase order for their delivery.

16.3. The contractual delivery period is inclusive of all the lead time for engineering /
procurement of raw material, the manufacturing, inspection / testing, packing,
transportation or any other activity whatsoever required to be accomplished for effecting
the delivery at the required delivery point.

16.4. Unless otherwise specified, Material(s) shall not be despatched without prior inspection
and/or testing and Release Order/Material(s) Acceptance Certificate issued by the
Inspector(s).

16.5. BPCL shall have the right to advise any change in despatch point or destination in respect
of any Material(s). Any extra expenditure incurred by the Vendor on this account
supported by satisfactory documentary evidence, will be reimbursed to the Vendor by
BPCL.

17. UNLOADING AND STACKING :

Unloading and stacking will be arranged by BPCL. The Vendor shall send BPCL
information of the proposed consignment well in advance by telegram/fax/e-mail/courier
to enable BPCL to take necessary action.

18. TRANSIT INSURANCE :

Unless otherwise mentioned,

18.1. Transit Insurance shall be covered by BPCL against its Mega Package Policy.

18.2 In the case of imports, insurance against all marine and transit risk shall be covered under
the Owner's marine policy. However, the Vendor shall ensure that in effecting
shipments clear bill of lading are obtained and the carrier's responsibility is fully retained
on the Carriers so that the consignee's interests are fully secured and are in no way
jeopardized.

18.2. The Vendor shall send BPCL information of the proposed consignment well in advance
by telegram/fax/e-mail/courier to enable BPCL to take necessary action for the transit
insurance of the consignment. Any failure by the Vendor to do so shall place the
consignment at the Vendor’s risk.

18.3. In the case of imports, as soon as any shipment is made, the Foreign Supplier shall send
advance information by way of Telex message to Bharat Petroleum Corporation Ltd.,
(with detailed address as given in Special Purchase Conditions) giving particulars of the

Page 13 of 24

Page 81 of 431
shipments, vessels name, port of shipment, bill of lading number and date, total FOB and
freight value.

19 VALIDITY OF OFFER:

The rates quoted against this tender shall be valid for a period of 90 Days from the date
of opening of the tender unless otherwise specified in the Special Purchase Conditions.

20. DELIVERY DATES AND PRICE REDUCTION SCHEDULE :

20.1. The time and date of Delivery of Material(s) as stipulated in the Contract shall be adhered
to on the clear understanding that the Price(s) of the Material(s) has/have been fixed with
reference to the said Delivery date(s).

20.2. If any delay is anticipated by the Vendor in the delivery of the Material(s) or any of them
beyond the stipulated date(s) of Delivery, the Vendor shall forthwith inform BPCL in
writing of such anticipated delay and of the steps being taken by the Vendor to remove or
reduce the anticipated delay, and shall promptly keep BPCL informed of all subsequent
developments.

20.3. The delivery period quoted must be realistic & specific. The inability of successful
Vendors to execute orders in accordance with the agreed delivery schedule will entitle
BPCL, at its options, to :

20.3.1. Accept delayed delivery at prices reduced by a sum equivalent to half percent (0.5%) of
the basic value of any goods not delivered for every week of delay or part thereof, limited
to a maximum of 5% of the total basic order value. LR date will be considered as delivery
completion date for calculation of price reduction in the case of ex works contract. Date
of receipt of materials at owners premises shall be considered for calculation of price
reduction for F.O.R destination contract.

In the case of imports, the contractual delivery date shall be considered from the date of
Letter of Credit (L/C) or the date of L/C amendment because of Buyer’s fault plus one
week (to take care of transit time for receipt of L/c) plus the delivery schedule as
indicated by the vendors.
In case of the shipment taking place on “Cash against documents”, the contractual
delivery shall be taken from the date of purchase order plus one week (to take care of
transit time for receipt of order) plus delivery period.
Further the date of B/L or House airway bill shall be considered to find out the delay with
respect to contractual delivery date. In case of FOB shipments if the vessel is not
available then the intimation by vendors regarding readiness of the goods for the
shipment shall be considered for calculating the delay if any. So vendor shall inform the
readiness of material for shipment on FOB (Free on Board)basis / FCA (Free on Carrier)
basis.

20.3.2. Cancel the order in part or full and purchase such cancelled quantities from elsewhere on
account at the risk and cost of the vendor, without prejudice to its right under 20.3.1
above in respect of goods delivered.

Page 14 of 24

Page 82 of 431
21. RISK PURCHASE CLAUSE :

BPCL reserves the right to curtail or cancel the order either in full or part thereof if the
vendor fails to comply with the delivery schedule and other terms & conditions of the
order. BPCL also reserves the right to procure the same or similar materials/equipment
through other sources at vendor's entire risk, cost and consequences. Further, the vendor
agrees that in case of procurement by the owner from other sources the differential
amount paid by the owner shall be on account of the vendor together with any interest
and other costs accrued thereon for such procurement.

22. FORCE MAJEURE CLAUSE :

(A) Definition: The term “Force Majeure” means any event or circumstance or
combination of events or circumstances that affects the performance by the
vendor of its obligations pursuant to the terms of this Agreement (including by
preventing, hindering or delaying such performance), but only if and to the extent
that such events and circumstances are not within the vendor’s reasonable control
and were not reasonably foreseeable and the effects of which the vendor could not
have prevented or overcome by acting as a Reasonable and Prudent person or, by
the exercise of reasonable skill and care. Force Majeure events and circumstances
shall in any event include the following events and circumstances to the extent
they or their consequences satisfy the requirements set forth above in this Clause:

(i) the effect of any element or other act of God, including any storm,
flood, drought, lightning, earthquake, tidal wave, tsunami, cyclone
or other natural disaster;

(ii) fire, accident, loss or breakage of facilities or equipment, structural


collapse or explosion;

(iii) epidemic, plague or quarantine;

(iv) air crash, shipwreck, or train wreck;

(v) acts of war (whether declared or undeclared), sabotage, terrorism


or act of public enemy (including the acts of any independent unit
or individual engaged in activities in furtherance of a programme
of irregular warfare), acts of belligerence of foreign enemies
(whether declared or undeclared), blockades, embargoes, civil
disturbance, revolution, rebellion or insurrection, exercise of
military or usurped power, or any attempt at usurpation of power;

(vi) radioactive contamination or ionizing radiation;

( B) Notice and Reporting:

(i) The Vendor shall as soon as reasonably practicable after the date
of commencement of the event of Force Majeure, but in any event
no later than two (7) days after such commencement date, notify
Page 15 of 24

Page 83 of 431
the BPCL in writing of such event of Force Majeure and provide
the following information:

(a) reasonably full particulars of the event or circumstance of


Force Majeure and the extent to which any obligation will
be prevented or delayed;

(b) such date of commencement and an estimate of the period


of time required to enable the vendor to resume full
performance of its obligations; and
(c) all relevant information relating to the Force Majeure and
full details of the measures the vendor is taking to
overcome or circumvent such Force Majeure.
(ii) The Vendor shall, throughout the period during which it is prevented
from performing, or delayed in the performance of, its
obligations under this Agreement, upon request, give or procure
access to examine the scene of the Force Majeure including such
information, facilities and sites as the other Party may
reasonably request in connection with such event. Access to any
facilities or sites shall be at the risk and cost of the Party
requesting such information and access.

(C) Mitigation Responsibility:

(i) The Vendor shall use all reasonable endeavours, acting as a


Reasonable and Prudent Person, to circumvent or overcome any
event or circumstance of Force Majeure as expeditiously as
possible, and relief under this Clause shall cease to be available to
the Vendor claiming Force Majeure if it fails to use such
reasonable endeavours during or following any such event of Force
Majeure.

(ii) The Vendor shall have the burden of proving that the
circumstances constitute valid grounds of Force Majeure under this
Clause and that it has exercised reasonable diligence efforts to
remedy the cause of any alleged Force Majeure.

(iii) The Vendor shall notify BPCL when the Force Majeure has
terminated or abated to an extent which permits resumption of
performance to occur and shall resume performance as
expeditiously as possible after such termination or abatement.

(D) Consequences of Force Majeure. Provided that the Vendor has


complied and continues to comply with the obligations of this
Clause and subject to the further provisions:

(i) the obligations of the Parties under this Agreement to the extent
Page 16 of 24

Page 84 of 431
performance thereof is prevented or impeded by the event of Force
Majeure shall be suspended and the Parties shall not be liable for
the non-performance thereof for the duration of the period of Force
Majeure; and

(ii) the time period(s) for the performance of the obligations of the
Parties under this Agreement to the extent performance thereof is
prevented or impeded by the event of Force Majeure shall be
extended for the duration of the relevant period of Force Majeure
except as provided herein.

(E) Force Majeure Events Exceeding 60 Days

(i) If an event or series of events (alone or in combination) of Force


Majeure occur, and continue for a period in excess of 60
consecutive days, then BPCL shall have the right to terminate this
agreement, whereupon the Parties shall meet to mitigate the
impediments caused by the Force Majeure event.

23. ARBITRATION CLAUSE :

23.1 Any dispute or difference of any nature whatsoever, any claim, cross-claim,
counter-claim or set off of BPCL/Vendor against omission or on account of any
of the parties hereto arising out of or in relation to this Contract shall be referred
to the Sole Arbitration of Director(Marketing) / Director (HR) / Director (R) of
BPCL as the case may be or to some officer of BPCL who may be nominated by
them.

23.2. In the event the Arbitrator being unable or refusing to act for any reason whatsoever, the
said Directors of BPCL shall designate another person to act as an Arbitrator in
accordance with the terms of the said Contract/Agreement. The Arbitrator newly
appointed shall be entitled to proceed with the reference from the point at which it was
left by his predecessor.

23.3. It is known to the parties herein that the Arbitrator appointed hereunder is an employee of
the Corporation and may be Share holder of the Corporation.

23.4. The award of the Arbitrator so appointed shall be final, conclusive and binding on all the
parties to the contract and the law applicable to arbitration proceedings will be the
Arbitration and Conciliation Act, 1996 or any other enactment in replacement thereof.

23.5. The language of the proceedings will be in English and the place of proceedings will be
Mumbai.

23.6. The parties hereby agree that the Courts in the city of Mumbai alone shall have
jurisdiction to entertain any application or other proceedings in respect of anything
arising under this Agreement and any Award or Awards made by the Sole Arbitrator

Page 17 of 24

Page 85 of 431
hereunder shall be filed, if required, in the concerned Courts in the City of Mumbai alone.
(legal)

24. INTEGRITY PACT (IP) :

Vendors are requested to sign & return our pre-signed IP document , if applicable. This
document is essential & binding. Vendor's failure to return the IP document duly signed
along with Bid Document may result in the bid not being considered for further
evaluation.

25. RECOVERY OF SUMS DUE :

Whenever, any claim against vendor for payment of a sum of money arises out of or
under the contract, the owner shall be entitled to recover such sums from any sum then
due or when at any time thereafter may become due from the vendor under this or any
other contract with the owner and should this sum be not sufficient to cover the
recoverable amount of claim(s), the vendor shall pay to BPCL on demand the balance
remaining due.

26. CONFIDENTIALITY OF TECHNICAL INFORMATION :

Drawing, specifications and details shall be the property of the BPCL and shall be
returned by the Vendor on demand. The Vendor shall not make use of drawing and
specifications for any purpose at any time save and except for the purpose of BPCL. The
Vendor shall not disclose the technical information furnished to or organized by the
Vendor under or by virtue of or as a result of the implementation of the Purchase Order to
any person, firm or body or corporate authority and shall make all endeavors to ensure
that the technical information is kept CONFIDENTIAL. The technical information
imparted and supplied to the vendor by BPCL shall at all time remain the absolute
property of BPCL. Imparting of any confidential information by the Vendor will be
breach of contract.

27. PATENTS & ROYALTIES :

The vendor shall fully indemnify BPCL and users of materials specified herein/supplied
at all times, against any action, claim or demand, costs and expenses, arising from or
incurred by reasons of any infringement or alleged infringement of any patent, registered
design, trademark or name, copy right or any other protected rights in respect of any
materials supplied or any arrangement, system or method of using, fixing or working
used by the vendor. In the event of any claim or demand being made or action sought
against BPCL in respect of any of the aforesaid matter, the vendor shall be notified
thereof immediately and the vendor shall at his/its own expense with (if necessary) the
assistance of BPCL (whose all expense shall be reimbursed by the vendor) conduct all
negotiations for the settlement of the same and/or litigation which may arise thereof.

28. LIABILITY CLAUSE :

Page 18 of 24

Page 86 of 431
In case where it is necessary for employees or representatives of the Vendor to go upon
the premises of owner, vendor agrees to assume the responsibility for the proper conduct
of such employees/representatives while on said premises and to comply with all
applicable Workmen's Compensation Law and other applicable Government Regulations
and Ordinances and all plant rules and regulations particularly in regard to safety
precautions and fire hazards. If this order requires vendor to furnish labour at site, such
vendor's workmen or employees shall under no circumstances be deemed to be in owner's
employment and vendor shall hold himself responsible for any claim or claims which
they or their heirs, dependent or personal representatives, may have or make, for damages
or compensation for anything done or committed to be done, in the course of carrying
out the work covered by the purchase order, whether arising at owner's premises or
elsewhere and agrees to indemnify the owner against any such claims, if made against the
owner and all costs of proceedings, suit or actions which owner may incur or sustain in
respect of the same.

29. COMPLIANCE OF REGULATIONS :

Vendor warrants that all goods/Materials covered by this order have been produced, sold,
dispatched, delivered and furnished in strict compliance with all applicable laws,
regulations, labour agreement, working condition and technical codes and statutory
requirements as applicable from time to time. The vendor shall ensure compliance with
the above and shall indemnify owner against any actions, damages, costs and expenses of
any failure to comply as aforesaid.

30. REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT:

In case the testing and inspection at any stage by inspectors reveal that the equipment,
materials and workmanship do not comply with specification and requirements, the same
shall be removed by the vendor at his/its own expense and risk, within the time allowed
by the owner. The owner shall be at liberty to dispose off such rejected goods in such
manner as he may think appropriate. In the event the vendor fails to remove the rejected
goods within the period as aforesaid, all expenses incurred by the owner for such disposal
shall be to the account of the vendor. The freight paid by the owner, if any, on the inward
journey of the rejected materials shall be reimbursed by the vendor to the owner before
the rejected materials are removed by the vendor. The vendor will have to proceed with
the replacement of the equipment or part of equipment without claiming any extra
payment if so required by the owner. The time taken for replacement in such event will
not be added to the contractual delivery period.

31. NON-WAIVER :

Failure of the Owner to insist upon any of the terms or conditions incorporated in the
Purchase Order or failure or delay to exercise any rights or remedies herein, or by law or
failure to properly notify Vendor in the event of breach, or the acceptance of or payment
of any goods hereunder or approval of design shall not release the Vendor and shall not
be deemed a waiver of any right of the Owner to insist upon the strict performance
thereof or of any of its or their rights or remedies as to any such goods regardless of when
such goods are shipped, received or accepted nor shall any purported oral modification or
revision of the order by BPCL act as waiver of the terms hereof. Any waiver to be
effective must be in writing. Any lone incident of waiver of any condition of this

Page 19 of 24

Page 87 of 431
agreement by BPCL shall not be considered as a continuous waiver or waiver for other
condition by BPCL.

32. NEW & UNUSED MATERIAL :

All the material supplied by the vendor shall be branded new, unused and of recent
manufacture.

33. PURCHASE PREFERENCE CLAUSE :

Owner reserves its right to allow Public Sector Enterprises (Central/State), purchase
preference as admissible/applicable from time to time under the existing Govt. policy.
Purchase preference to a PSE shall be decided based on the price quoted by PSE as
compared to L1 Vendor at the time of evaluation of the price bid.

Owner reserves its right to allow Micro and Small Enterprises (MSEs) and MSEs
owned by Scheduled Caste (SC) or the Scheduled tribe (ST) entrepreneurs,
purchase preference as admissible/applicable from time to time under the existing Govt.
policy. Purchase preference to a MSE and a MSE owned by SC/ST entrepreneurs
shall be decided based on the price quoted by the said MSEs as compared to L1 Vendor
at the time of evaluation of the price bid.

34. CANCELLATION :

34.1. BPCL reserves the right to cancel the contract/purchase order or any part thereof through
a written notice to the vendor if.

34.1.1. The vendor fails to comply with the terms of this purchase order/contract.

34.1.2. The vendor becomes bankrupt or goes into liquidation.

34.1.3. The vendor fails to deliver the goods on time and/or replace the rejected goods promptly.

34.1.4. The vendor makes a general assignment for the benefit of creditors.

34.1.5. A receiver is appointed for any of the property owned by the vendor.

34.2. Upon receipt of the said cancellation notice, the vendor shall discontinue all work on the
purchase order matters connected with it. BPCL in that event will be entitled to procure
the requirement in the open market and recover excess payment over the vendor's agreed
price if any, from the vendor and also reserving to itself the right to forfeit the security
deposit if any, made by the vendor against the contract. The vendor is aware that the said
goods are required by BPCL for the ultimate purpose of materials production and that
non-delivery may cause lossof production and consequently loss of profit to the BPCL. In
this-event of BPCL exercising the option to claim damages for non delivery other than
by way of difference between the market price and the contract price, the vendor shall
pay to BPCL, fair compensation to be agreed upon between BPCL and the vendor. The

Page 20 of 24

Page 88 of 431
provision of this clause shall not prejudice the right of BPCL from invoking the
provisions of price reduction clause mentioned in 20.3.1 as aforesaid.

35. ANTI –COMPETITIVE AGREEMENTS/ABUSE OF DOMINANT POSITION :

The Competition Act, 2002 as amended by the Competition (Amendment) Act, 2007 (the
Act), prohibits anti- competitive practices and aims at fostering competition and at
protecting Indian markets against anti- competitive practices by enterprises. The Act
prohibits anti- competitive agreements, abuse of dominant position by enterprises, and
regulates combinations (consisting of acquisition, acquiring of control and M&A)
wherever such agreements, abuse or combination causes, or is likely to cause, appreciable
adverse effect on competition in markets in India. BPCL reserves the right to approach
the Competition Commission established under the Act of Parliament and file
information relating to anti-competitive agreements and abuse of dominant position. If
such a situation arises, then Vendors are bound by the decision of the Competitive
Commission and also subject to penalty and other provisions of the Competition Act.

36. ASSIGNMENT

The Vendor can / does not have any right to assign his rights and obligations under these
general purchase conditions without the prior written approval of BPCL.

37. GOVERNING LAW

These General Purchase Conditions shall be governed by the Laws of India.

38. AMENDMENT

Any amendment to these General Purchase Conditions can be made only in writing and
with the mutual consent of the parties to these conditions.

39. SPECIAL PURCHASE CONDITIONS

In case of a conflict between the clauses, terms and conditions of General Purchase
Conditions and Special Purchase condition, the clauses, terms and conditions of Special
Purchase Condition will have an overriding effect over General Purchase Conditions and
the same shall be applicable.

Page 21 of 24

Page 89 of 431
40. NOTICES

Any notices to be given hereunder by a Party to the other shall be in English and
delivered by hand or sent by courier or facsimile to the other Party at the address
or facsimile number stated below or such other address or number as may be
notified by the relevant Party from time to time:

BPCL
_______________________
_______________________
_______________________

Vendor
_______________________
_______________________
_______________________

Please sign & return all the pages of GPC as a token of your acceptance of all the terms &
conditions as mentioned above.

Page 22 of 24

Page 90 of 431
Annexure I

PERFORMANCE BANK GUARANTEE


(On Non-judicial paper for appropriate value)

To,
Bharat Petroleum Corporation Limited
---------------------------------
--------------------------------

Dear Sir,

In consideration of the Bharat Petroleum Corporation Limited, (hereinafter called ‘the Company’
which expression shall include its successors and assigns) having awarded to M/s. (Name)
………. (Constitution)………….. (address) ……….(hereinafter referred to as “The vendor”
which expression shall wherever the subject or context so permits include its successors and
assigns) a supply contract in terms interalia, of the Company’s Purchase order No…….. dated
………. and the General and Special Purchase Conditions of the Company and upon the
condition of vendor’s furnishing security for the performance of the vendor’s obligations and/or
discharge of the vendor’s liability under and / or in connection with the said supply contract upto
a sum of Rs.(in figures)…………..Rs(in words)…………………………only amounting to 10%
(ten percent)of the total contract value.

We, (Name)…………..(constitution) ……………(hereinafter called “the Bank” which


expression shall include its successors and assigns) hereby jointly and severally undertake and
guarantee to pay to the Company in -----(Currency) forthwith on demand in writing and without
protest or demur of any and all moneys any wise payable by the Vendor to the Company under in
respect of or in connection with the said supply contract inclusive of all the Company’s losses and
expenses and other moneys anywise payable in respect to the above as specified in any notice of
demand made by the Company to the Bank with reference to this Guarantee upto an aggregate
limit of Rs(in figures)…………Rs(in words)……………………….only.

AND the Bank hereby agrees with the Company that

i. This Guarantee/undertaking shall be a continuing guarantee and shall remain valid


and irrevocable for all claims of the Company and liabilities of the vendor arising
upto and until midnight of …………………………………..

This date shall be 6 months from the last date of guarantee period.

Page 23 of 24

Page 91 of 431
ii This Guarantee / Undertaking shall be in addition to any other guarantee or security of
whatsoever that the Company may now or at any time otherwise have in relation to the vendor’s
obligation/liabilities under and /or connection with the said supply contract, and the Company
shall have full authority to take recourse to or reinforce this security in preference to the other
security(ies) at its sole discretion, and no failure on the part of the Company in enforcing or
requiring enforcement of any other security shall have the effect of releasing the Bank from its
liability hereunder.

ii. The Company shall be at liability without reference to the Bank and without effecting
the full liability of the Bank hereunder to take any other security in respect of the
vendor’s obligations and /or liabilities under or in connection with the said supply
contract and to vary the terms vis a vis the vendor of the said supply contract or to
grant time and / or indulgence to the vendor or to reduce or to increase or otherwise
vary the prices of the total contract value or to release or to forbear from enforcement
all or any of the obligations of the vendor under the said supply contract and / or the
remedies of the Company under any other security(ies) now or hereafter held by the
Company and no such dealing(s), variation(s), reduction(s), increase(s) or the
indulgence(s) or arrangement(s) with the vendor or release or forbearance whatsoever
shall have the effect of releasing the Bank from its full liability to the Company
hereunder or of prejudicing rights of the Company against the Bank.

iv. This Guarantee /Undertaking shall not be determined by the liquidation or winding up
ordissolution or change of constitution or insolvency of the vendor but shall in all respects and for
all purposes be binding and operative until payment of all moneys payable to the Company in
terms hereof.

v. The Bank hereby waives all rights at any time inconsistent with the terms of the Guarantee /
Undertaking and the obligations of the Bank in terms hereof shall not be anywise affected or
suspended by reason of any dispute or disputes having been raised by the vendor (whether or not
pending before any Arbitrator, officer, Tribunal or Court) or any denial of liability by the vendor
or any other order of communication whatsoever by the vendor stopping or preventing or
purporting to stop or prevent any payment by the Bank to the Company in terms hereof.

vi. The amount stated in any notice of demand addressed by the Company to the Guarantor as
liable to be paid to the Company by the vendor or as suffered or incurred by the Company on
account of any losses or damages of costs, charges and or expenses shall as between the Bank and
the Company be conclusive of the amount so liable to be paid to the Company or suffered or
incurred by the Company, as the case may be and payable by the Guarantor to Company in terms
hereof.

Yours faithfully,
(Signature)
NAME & DESIGNATION
NAME OF THE BANK
NOTES:

Page 24 of 24

Page 92 of 431
Annexure – 1
E-TENDERING METHODOLOGY

Instructions for Online Bid Submission:


The bidders are required to submit soft copies of their bids electronically on the CPP Portal (URL:
http://eprocure.gov.in) only, using valid Digital Signature Certificates. The instructions given below are
meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the
requirements and submitting their bids online on the CPP Portal.
More detailed information useful for submitting online bids on the CPP Portal may be obtained at:

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

REGISTRATION

1) Bidders are required to enroll on the e-Procurement module of the Central Public
Procurement Portal (URL: http://eprocure.gov.in/eprocure/app) by clicking on the link “Click
here to Enroll” on the CPP Portal is free of charge.

2) As part of the enrolment process, the bidders will be required to choose a unique username
and assign a password for their accounts.

3) Bidders are advised to register their valid email address and mobile numbers as part of the
registration process and submit in EIL tender portal for updation of records
(http://tenders.eil.co.in) . These details would be used for any communication from the CPP
Portal.

4) Upon enrolment, the bidders will be required to register their valid Digital Signature
Certificate (DSC) (Class II or Class III Certificates with signing key usage) issued by any
Certifying Authority recognized by CCA India (e.g. Sify / TCS / nCode / eMudhra etc.), with
their profile.

5) Foreign Bidders have to refer “DSC details for foreign Bidders” for Digital signature
Certificates requirements which comes under Download Tab at
http://eprocure.gov.in/eprocure/app and the remaining part is same as above and below.

6) Only one valid DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their DSC’s to others which may lead to misuse.

7) Bidder then logs in to the site through the secured log-in by entering their user ID / password
and the password of the DSC / e-Token.

SEARCHING FOR TENDER DOCUMENTS


1) There are various search options built in the CPP Portal, to facilitate bidders to search active
tenders by several parameters. These parameters could include Tender ID, organization
name, location, date, value, etc. There is also an option of advanced search for tenders,
wherein the bidders may combine a number of search parameters such as organization
name, form of contract, location, date, other keywords etc. to search for a tender published
on the CPP Portal.
2) Once the bidders have selected the tenders they are interested in, the same can be moved
to the respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the
bidders through SMS / e-mail in case there is any corrigendum issued to the tender
document.
Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved
Dated -02-July-2014

Page 93 of 431
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
Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved
Dated -02-July-2014

Page 94 of 431
Price Bid file, open it and complete the cells with their respective financial quotes and other
details (such as name of the bidder). No other cells should be changed. Once the details
have been completed, the bidder should save it and submit it online, without changing the
filename. If the Price Bid file is found to be modified by the bidder, the bid will be rejected.

6) The server time (which is displayed on the bidders’ dashboard) will be considered as the
standard time for referencing the deadlines for submission of the bids by the bidders,
opening of bids etc. The bidders should follow this time during bid submission.

7) All the documents being submitted by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered cannot be viewed by
unauthorized persons until the time of bid opening. The confidentiality of the bids is
maintained using the secured Socket Layer 128 bit encryption technology. Data storage
encryption of sensitive fields is done.

8) The uploaded tender documents become readable only after the tender opening by the
authorized bid openers.

9) Upon the successful and timely submission of bids, the portal will give a successful bid
submission message & a bid summary will be displayed with the bid no. and the date & time
of submission of the bid with all other relevant details.

10) The bid summary has to be printed and kept as an acknowledgement of the submission of
the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

RETENDER

Please note that if Tender has been retendered, than it is mandatory for the bidder to
submit their offer again on CPP Portal.

WITHDRAWAL OF BID

It may please be noted that bidders now have an additional feature of withdrawing their
bids before due date and time. After submitting the bid on the CPP Portal, if the bidder
wishes to withdraw his bid, he can do so. However, if the bidder withdraws his bid, he
will be exempted from further participation in the tender and won’t be able to submit
his bid again for that particular tender.

ASSISTANCE TO BIDDERS
1) Any queries relating to the tender document and the terms and conditions contained therein
should be addressed to the Tender Inviting Authority for a tender or the relevant contact
person indicated in the tender.
2) Any queries relating to the process of online bid submission or queries relating to CPP Portal
in general may be directed to the 24 x 7 CPP Portal Helpdesk. The contact number for the
helpdesk is 1800-3070-2232 and Mobile Nos +91-7878007972, +91-7878007973.

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


Dated -02-July-2014

Page 95 of 431
ANNEXURE-2

PROVISIONS FOR MICRO AND SMALL ENTERPRISES UNDER (PPP), 2012

i) Purchase Preference shall be as per clause no.33 of GPC.

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 (or) duly notarized by any Notary Public in the bidder’s
country. In case of notarization, bidder shall also submit an Affidavit as per format
provided in the Bidding Document signed by the authorized signatory of the bidder.

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

v) Being NSIC registrant, bidder shall not be exempted from submission of Contract Performance Bank
Guarantee (CPBG), as per Govt. guidelines published through Public Procurement Policy (PPP), 2012.
Any other provisions / exemptions available based on bidder being NSIC registrant indicated
elsewhere in the RFQ documents, shall stands replaced / modified to the extent of above provisions.

vi) Shifting of items in case of low value orders to minimize the order management cost, if applicable,
shall be carried out as per provision in RFQ documents. However, the same shall not be resorted to,
where MSE is the recommended bidder even if the items are being shifted to another MSE bidder.

vii) In case an item can’t be split equally among all the MSE bidders, who have accepted to take order for
partial qty as above, preference shall be given to MSE whose evaluated prices are near to L1 bidder
prices.

viii) The Purchase preference to Micro and Small Enterprises shall not be applicable for the following
cases since the division of corresponding quantity (as admissible / applicable from time to time under
the existing Government Policy), shall not be possible :

(a) MR Items are on Lumpsum Basis.


(b) MR Items are on Group-wise / Block-wise Basis.

Page 1 of 3

Page 96 of 431
(c) MR Items whose quantities are such that the division of corresponding quantity (as per
Government Policy), shall not be possible.

NAME OF BIDDER : ________________________________________________________

OFFER REFERANCE : _________________________________ DATED ________________

RFQ NO. : __________________________________________________________

ITEM : _________________________________________________________

Preference to MSEs :
In case the bidder is a Micro or Small Enterprise under the Micro, Small & Medium Enterprises Development Act,
2006, the bidder shall submit the following:
a) Documentary evidence that the bidder is a Micro or Small Enterprises.
b) If the MSEs are 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 (or) duly notarized by any Notary Public
in the bidder’s country. In case of notarization, bidder shall also submit an Affidavit as per format
provided in the Bidding Document signed by the authorized signatory of the bidder.
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.
PLEASE TICK YES / NO / FURNISHED AGAINST THE BELOW MENTIONED POINTS:

a) The bidder is a Micro or Small Enterprise under the YES NO


Micro, Small & Medium Enterprises Development Act,
2006.
b) Documentary evidence required as per RFQ to avail FURNISHED
preference To MSEs.
c) The MSEs is owned by SC/ST Entrepreneurs. YES NO
d) Supporting documentary evidence with respect to MSEs
is owned by SC/ST Entrepreneurs as per RFQ to avail
preference to MSEs owned by SC/ST. FURNISHED

e) In case the above documents are submitted duly FURNISHED


notarized, Affidavit as per the format attached with RFQ
is submitted.

BIDDER’S SIGNATURE & DATE : _______________________________WITH SEAL/STAMP

Page 2 of 3

Page 97 of 431
NOTE : ABOVE FORMAT OF AFFIDAVIT SHALL BE ON APPROPRIATE VALUE OF
NON-JUDICIAL STAMP PAPER & DULY NOTARIZED BY PUBLIC NOTARY .

Page 3 of 3

Page 98 of 431
Page 99 of 431
CHECK LIST FOR LORRY /
TRUCK ENTRY INSIDE
REFINERY GATE

Annexure-F
EIL JOB NO./NAME:
PO NO. & DETAILS:
VENDOR NAME:
TRANSPORTER NAME:
VEHICLE NO.:

SR. Details
CHECK/ CONTROL POINTS Tick Mark (√)
NO.
Name:
Driver has valid photo ID proof &
1 Yes / No Photo ID proof:
valid License
Licence No.
Cleaner is present & has valid ID Name:
2 Yes / No Photo ID proof:
proof
Driver is carrying all valid Lorry/truck
3 registration papers with PUC details Yes / No
(in original).
Stepney / spare wheel is available in
4 Yes / No
Lorry/truck.
Flame arrestor is available in Lorry /
5 Yes / No
truck.
Both driver & cleaner have helmet &
6 Yes / No
safety shoes.

Any remarks:

Notes:
1) In absence of any of the above requirements in the vehicle, vehicle will not be permitted entry
in refinery gate & the vendor will be solely responsible for delay, if any, due to the same.
2) The filled format to be handed over to EIL warehouse person upon reporting at the BPCL
refinery gate.

Date:
Time: Name & Signature of vendor/transporter

Page 100 of 431


FORM–H

BIDDER’S QUERIES

SL. BIDDING DOCUMENT SUBJECT BIDDER'S QUERY OWNER'S REPLY


NO.
PART / PAGE NO. CLAUSE NO.
VOL.

NOTE :
1. Bidder’s Queries may be sent by fax to fax numbers 011-26191714, 26167664 and also by e-mail to vinod.kr@eil.co.in /
r.somnath@eil.co.in
2. Technical & Commercial queries, if any, must be submitted separately in editable format as per this format.

SIGNATURE OF BIDDER :____________________________


NAME OF BIDDER : ____________________________
COMPANY SEAL : ____________________________

Page 101 of 431


(To be executed on plain paper and applicable for all tenders of value above
Rs. 1 crore)

INTEGRITY PACT

Between

Bharat Petroleum Corporation Limited (BPCL) hereinafter referred to as "The


Principal",
And

………………………..hereinafter referred to as "The


Bidder/Contractor/Supplier"

Preamble

The Principal intends to award, under laid down organization procedures,


contract/s for ………………..The Principal values full compliance with all
relevant laws and regulations, and the principles of economic use of
resources, and of fairness and transparency in its relations with its Bidder/s,
Contractor/s and Supplier/s.

In order to achieve these goals, the Principal cooperates with the renowned
international Non-Governmental Organisation "Transparency International"
(TI). Following TI's national and international experience, the Principal will
appoint an Independent External Monitor who will monitor the tender process
and the execution of the contract for compliance with the principles mentioned
above.

Section 1 - Commitments of the Principal

(1) The Principal commits itself to take all measures necessary to prevent
corruption and to observe the following principles:

a) No employee of the Principal, personally or through family


members, will in connection with the tender, or the execution of the
contract, demand, take a promise for or accept, for himself/herself
or third person, any material or immaterial benefit which he/she is
not legally entitled to.

b) The Principal will, during the tender process, treat all Bidders with
equity and reason. The Principal will, in particular, before and
during the tender process, provide to all Bidders the same
information and will not provide to any Bidder confidential /
additional information through which the Bidder could obtain an
advantage in relation to the tender process or the contract
execution.

-1-
Page 102 of 431
c) The Principal will exclude from the process all known prejudiced
persons.

(2) If the Principal obtains information on the conduct of any of its employees
which is a criminal offence under the relevant Anti-Corruption Laws of
India, or if there be a substantive suspicion in this regard, the Principal will
inform its Vigilance Office and in addition can initiate disciplinary actions.

Section 2 - Commitments of the Bidder / Contractor/Supplier

(1) The Bidder / Contractor/Supplier commits itself to take all measures


necessary to prevent corruption. He commits himself to observe the
following principles during his participation in the tender process and
during the contract execution.

a) The Bidder / Contractor/Supplier will not, directly or through any


other person or firm, offer, promise or give to any of the Principal's
employees involved in the tender process or the execution of the
contract or to any third person, any material or immaterial benefit
which he/she is not legally entitled to, in order to obtain in
exchange, any advantage of any kind whatsoever during the tender
process or during the execution of the contract.

b) The Bidder / Contractor/Supplier will not enter with other Bidders


into any undisclosed agreement or understanding, whether formal
or informal. This applies in particular to prices, specifications,
certifications, subsidiary contracts, submission or non-submission of
bids or any other actions to restrict competitiveness or to introduce
cartelisation in the bidding process.

c) The Bidder / Contractor/Supplier will not commit any offence under


the relevant Anti-Corruption Laws of India; further the Bidder /
Contractor/Supplier will not use improperly, for purposes of
competition or personal gain, or pass on to others, any information
or document provided by the Principal as part of the business
relationship, regarding plans, technical proposals and business
details, including information contained or transmitted electronically.

d) The Bidder / Contractor/Supplier will, when presenting his bid,


disclose any and all payments he has made, is committed to, or
intends to make to agents, brokers or any other intermediaries in
connection with the award of the contract.

(2) The Bidder / Contractor/Supplier will not instigate third persons to commit
offences outlined above or be an accessory to such offences.

-2-
Page 103 of 431
Section 3 - Disqualification from tender process and exclusion from
future contracts

If the Bidder, before contract award, has committed a transgression through a


violation of Section 2 or in any other form such as to put his reliability or
credibility as Bidder into question, the Principal is entitled to disqualify the
Bidder from the tender process or to terminate the contract, if already signed,
for such reason.

(1) If the Bidder/Contractor/Supplier has committed a transgression through a


violation of Section 2 such as to put his reliability or credibility into
question, the Principal is also entitled to exclude the Bidder /
Contractor/Supplier from future contract award processes. The imposition
and duration of the exclusion will be determined by the severity of the
transgression. The severity will be determined by the circumstances of the
case, in particular the number of transgressions, the position of the
transgressors within the company hierarchy of the Bidder and the amount
of the damage. The exclusion will be imposed for a minimum of 6 months
and maximum of 3 years.

(2) A transgression is considered to have occurred if the Principal after due


consideration of the available evidences, concludes that no reasonable
doubt is possible.

(3) The Bidder accepts and undertakes to respect and uphold the Principal's
absolute right to resort to and impose such exclusion and further accepts
and undertakes not to challenge or question such exclusion on any
ground, including the lack of any hearing before the decision to resort to
such exclusion is taken. This undertaking is given freely and after
obtaining independent legal advice.

(4) If the Bidder / Contractor/Supplier can prove that he has restored /


recouped the damage caused by him and has installed a suitable
corruption prevention system, the Principal may revoke the exclusion
prematurely.

Section 4 - Compensation for Damages

(1) If the Principal has disqualified the Bidder from the tender process prior to
the award according to Section 3, the Principal is entitled to demand and
recover from the Bidder liquidated damages equivalent to Earnest Money
Deposit/Bid Security.

(2) If the Principal has terminated the contract according to Section 3, or if the
Principal is entitled to terminate the contract according to Section 3, the
Principal shall be entitled to demand and recover from the
Contractor/Supplier liquidated damages equivalent to Security Deposit /
Performance Bank Guarantee.

-3-
Page 104 of 431
(3) The Bidder agrees and undertakes to pay the said amounts without
protest or demur subject only to condition that if the Bidder /
Contractor/Supplier can prove and establish that the exclusion of the
Bidder from the tender process or the termination of the contract after the
contract award has caused no damage or less damage than the amount of
the liquidated damages, the Bidder / Contractor/Supplier shall compensate
the Principal only to the extent of the damage in the amount proved.

Section 5 - Previous Transgression

(1) The Bidder declares that no previous transgression occurred in the last 3
years with any other Company in any country conforming to the TI
approach or with any other Public Sector Enterprise in India that could
justify his exclusion from the tender process.

(2) If the Bidder makes incorrect statement on this subject, he can be


disqualified from the tender process or the contract, if already awarded,
can be terminated for such reason.

Section 6 - Equal treatment of all Bidders / Contractors /Suppliers/


Subcontractors

(1) The Bidder/Contractor/Supplier undertakes to demand from all


subcontractors a commitment in conformity with this Integrity Pact, and to
submit it to the Principal before contract signing.

(2) The Principal will enter into agreements with identical conditions as this
one with all Bidders, Contractors/Suppliers and Subcontractors.

(3) The Principal will disqualify from the tender process all Bidders who do
not sign this Pact or violate its provisions.

Section 7 – Punitive Action against violating Bidders / Contractors /


Suppliers/Subcontractors

If the Principal obtains knowledge of conduct of a Bidder, Contractor, Supplier


or Subcontractor, or of an employee or a representative or an associate of a
Bidder, Contractor, Supplier or Subcontractor which constitutes corruption, or
if the Principal has substantive suspicion in this regard, the Principal will
inform the Vigilance Office.

-4-
Page 105 of 431
Section 8 - Independent External Monitors

(1) The Principal has appointed competent and credible Independent


External Monitors for this Pact. The task of the Monitor is to review
independently and objectively, whether and to what extent the parties
comply with the obligations under this agreement.

(2) The Monitor is not subject to instructions by the representatives of the


parties and performs his functions neutrally and independently. He reports
to the Chairperson of the Board of the Principal.

(3) The Bidder/Contractor/Supplier accepts that the Monitor has the right to
access without restriction to all Project documentation of the Principal
including that provided by the Bidder/Contractor/Supplier. The
Bidder/Contractor/Supplier will also grant the Monitor, upon his request
and demonstration of a valid interest, unrestricted and unconditional
access to this project documentation. The same is applicable to
Subcontractors. The Monitor is under contractual obligation to treat the
information and documents of the Bidder/Contractor/Supplier/
Subcontractor with confidentially.

(4) The Principal will provide to the Monitor sufficient information about all
meetings among the parties related to the Project provided such meetings
could have an impact on the contractual relations between the Principal
and the Bidder/Contractor/Supplier. The parties offer to the Monitor the
option to participate in such meetings.

(5) As soon as the Monitor notices, or believes to notice, a violation of this


agreement, he will so inform the Management of the Principal and request
the Management to discontinue or heal the violation, or to take other
relevant action. The Monitor can in this regard submit non-binding
recommendation. Beyond this, the Monitor has no right to demand from
the parties that they act in a specific manner, refrain from action or tolerate
action. However, the Independent External Monitor shall give an
opportunity to the Bidder/Contractor/Supplier to present its case before
making its recommendations to the Principal.

(6) The Monitor will submit a written report to the Chairperson of the Board of
the Principal within 8 to 10 weeks from the date of reference or intimation
to him by the 'Principal' and, should the occasion arise, submit proposals
for correcting problematic situations.

(7) If the Monitor has reported to the Chairperson of the Board a


substantiated suspicion of an offence under relevant Anti-Corruption Laws
of India, and the Chairperson has not, within reasonable time, taken visible
action to proceed against such offence or reported it to the Vigilance
Office, the Monitor may also transmit this information directly to the Central
Vigilance Commissioner, Government of India.

(8) The word 'Monitor' would include both singular and plural.

-5-
Page 106 of 431
Section 9 - Pact Duration

This Pact begins when both parties have legally signed it. It expires for the
Contractor/Supplier 12 months after the last payment under the respective
contract, and for all other Bidders 6 months after the contract has been
awarded.

If any claim is made / lodged during this time, the same shall be binding and
continue to be valid despite the lapse of this pact as specified above, unless it
is discharged / determined by Chairperson of the Principal.

Section 10 - Other provisions

(1) This agreement is subject to Indian Law. Place of performance and


jurisdiction is the Registered Office of the Principal, i.e. Mumbai. The
Arbitration clause provided in the main tender document / contract shall
not be applicable for any issue / dispute arising under Integrity Pact.

(2) Changes and supplements as well as termination notices need to be


made in writing. Side agreements have not been made.

(3) If the Bidder/Contractor/Supplier is a partnership or a consortium, this


agreement must be signed by all partners or consortium members.

(4) Should one or several provisions of this agreement turn out to be invalid,
the remainder of this agreement remains valid. In this case, the parties will
strive to come to an agreement to their original intentions.

……………………… ……………………………
For the Principal For the Bidder/Contractor/
Supplier

Place ……………… Witness 1 : ………………


(Signature/Name/Address)

Date ………………. Witness 2 : ………………


(Signature/Name/Address)

-6-
Page 107 of 431
TERMS & CONDITIONS FOR SUPERVISION OF ERECTION CHECK
POINT, PRE-COMMISSIOING & COMMISSIONING
(INDIAN / FOREIGN BIDDER)

1) Bidder shall quote all inclusive per diem charges which shall also include lodging,
boarding, medical, transportation including local transportation, all insurances including
Bidder’s personnel and third party insurance, income tax, corporate tax (as may be
applicable), etc. and all other incidental charges. No additional cost shall be payable
towards travel, lodging & boarding, etc. by BPCL. Cenvatable Service Tax shall be
payable extra.

2) Per diem charges shall be payable from the day bidder’s person reaches site upto the
day he leaves the site. No payment will be made for travel days/period.

3) Bidder will be responsible for all liabilities towards corporate tax, personal income tax
etc. (except Cenvatable Service Tax for their personnel deputed for the supervision job).
Tax(s) as per Government policy shall be deducted at source by Purchaser while making
payments against each invoice.

4) Working hours prevailing at site, normally 8 hours/day - Monday through Saturday and
holidays as applicable to Purchaser’s site personnel shall apply.

5) Selection of Foreign/ Indian supervisory personnel shall be left to Owner’s choice.

6) Vendor’s supervisory personnel shall observe/abide by site working conditions


prevailing at the existing site, safety codes, Indian laws and local laws.

7) A notice period of 15 days will be given for mobilisation of supervisory personnel for
supervision of erection.

8) Payment shall be made as per payment terms mentioned in SPC against submission of
monthly bills and time sheets certified by the Engineer-in-Charge.

9) 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 PBG and shall be initially valid up to six
months which shall be extended based on the request by BPCL.

EIL-T & C-SUP-A620 Page 1 of 2

Page 108 of 431


10) Requirement of Employment Visa for Foreign Nationals

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

i) Employment Visa is granted only for the skilled and qualified professional or to a
person who is being engaged or appointed by a company, organisation, 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.
ii) Request for employment Visa for jobs for which large number of qualified Indian are
available, is not considered.
iii) Under no circumstances an Employment Visa is granted for routine, ordinary
secretarial / clerical jobs.

Bidders are advised in their own interest to check latest Visa rules from Indian Embassy/
High Commission in their country in case foreign nationals are required to be deputed to
Indian during execution of the Order.

CHARGES FOR SUPERVISION OF ERECTION/TESTING/COMMISSIONING:

S. No. Description Vendor’s Reply/Information

1. Number of supervisory personnel required

2. Per diem charges (per person) for 8 hours work on


normal working days. ( Please specify currency ) Quoted in Price Schedule

Notes:
1. In case bidder recommends more than one category level of supervisory personnel the
information desired at Sr. Nos.1 to 3 above in the table shall be furnished separately for
each category of supervisory personnel.
2. Quoted per diem rate shall be considered in the evaluation as per RFQ Document.
3. Cenvatable Service Tax shall be payable extra.
4. Overtime rate per hour on any normal working days and per diem rate per hour and over
time rate per hour on holidays shall be worked out considering the quoted per diem
charges divide by 8 hours.

Bidder’s Acceptance:

RFQ No. : Signature with Name & Date and


Item : Seal/Stamp of the Bidder
Offer No. :

EIL-T & C-SUP-A620 Page 2 of 2

Page 109 of 431


This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited
MATERIAL REQUISITION (TOP SHEET)
ITEM DESCRIPTION: PRESSURE VESSEL -SS (26-50 MM)
GROUP ITEM CODE: 01AF DESTINATION: As per Commercial Documents
MR CATEGORY: II DELIVERY PERIOD: As per Commercial Documents

DOCUMENT NUMBER
( Always quote the Document Number given below as reference )

A620 065 RA MR 6020 B 21/08/2014 16 46


JOB NO. UNIT/ MAIN DOC. SR. NO. REV. DATE DIVN. DEPT.
AREA COST CODE
CENTRE ORIGINATOR
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.

NOTES :
1 This page is a record of all the Revisions of this Requisition.
2 The nature of the Revision is briefly stated in the "Details" column below, the
Requisition in its entirety shall be considered for contractual purposes.
3 Vendor shall note the MR category and shall submit his offer in line with the
requirements included in attached 'Instructions to Bidders'.

REV. DATE BY CHK. APPD. DETAILS

A 01/08/2014 PB KRK BBC ISSUED FOR BIDS


B 21/08/2014 PB KRK BBC REVISED AND ISSUED FOR BIDS
This is a system generated approved document and does not require signature.

Project: CONVERTING CRU INTO ISOMERISATION UNIT


ENGINEERS INDIA LIMITED

16 Client: BHARAT PETROLEUM CORPORATION LTD

Page 110 of 431


Sheet 1 of 3
File Name: D:\6020B.pdf
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited
TAG NO/
SR. NO. ITEM CODE/ [ ID. NO. ] DESCRIPTION QUANTITY

01.00 Residual design, engineering, procurement


of materials and bought out components
including all reactor internals (
excluding catalyst & inert ceramic
balls), thermowell assemblies &
thermocouples including their supports,
fabrication, assembly at shop,surface
preparation and primer painting at shop
for CS surfaces, pickling & passivation
of SS surfaces, hydrotesting, inspection,
code stamping, testing at vendor's shop,
packing, delivery of the following,
including supply of all mandatory spares,
comissioning spares, as per the enclosed
/EIL standard specifications,
instructions to vendors, job
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.

specification, data sheets etc. and other


codes and standards attached or referred
to.
01.01 65-NNR-571 ISOM REACTOR 1 1 Nos
02.00 << DELETED >>
03.00 Transportation from Vendors work/ shop to
site in single piece for the following as
per the enclosed EIL standard
specifications, instructions to vendors,
job specification, data sheets etc
03.01 {03}65-NNR-571 For Sr. No. 01.01 1 Nos
04.00 << DELETED >>
05.00 << DELETED >>
06.00 Unit Rates
06.01 Unit Rates of items for addition/ 1
deletion purpose, as per the Doc.No.A620-
16-46-UR-6020
07.00 << DELETED >>
07.01 {07}65-NNR-571 For Sr. No. 01.01 1 Lot
08.00 Supervision of the installation of
internals, installation and testing of
flexible thermocouples & skin
thermocouples at site, removal of
temporary attachments & wedges used for
transportation for the following items.
08.01 {08}65-NNR-571 For Sr. No. 01.01 1 /diem rate
09.00 Drawings and documents as per attached Lot
Vendor Data requirement for all supplies
and services covered above in Sr.Nos.1.00
to Sr.No.8.00

Vendors shall quote prices in EIL Price Schedule except for Sr.No.9.00. Price for
documentation is implied to be included in the prices quoted against Sr.No.1.00 to
Sr.No.8.00

Vendor to note that the numbers given in square '[]' and curly '{}' brackets are
not for their use and meant for store purpose only. Items shall be tagged as per
main equipment Tag No. only.

Project: CONVERTING CRU INTO ISOMERISATION UNIT


ENGINEERS INDIA LIMITED REQUISITION NO. REV.

16 Client: BHARAT PETROLEUM CORPORATION LTD A620-065-RA-MR-6020 B

Page 111 of 431


Sheet 2 of 3
File Name: D:\6020B.pdf
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited

LIST OF ATTACHMENTS
REVISION
SL. REV. REV. REV. REV.
DOCUMENT TITLE DOCUMENT NO.
No.
DATE DATE DATE DATE
SCOPE OF WORK
1 Scope of Supply A620-16-46-SS-6020 A
30/07/2014
LIST
2 List of Applicable A620-16-46-LL-6020 A
Specifications & Standards 30/07/2014
INSTRUCTIONS TO VENDORS
3 Instructions to Bidders A620-16-46-TR-6020 A
30/07/2014
UNIT RATES
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.

4 Unit Rate of A620-16-46-UR-6020 A


Additions/Deletion 30/07/2014
VENDOR DATA REQUIREMENTS
5 Vendor Data Requirements A620-065-16-46- A
VDR-6020 01/08/2014
DATASHEET
6 Engineering Datasheet A620-065-16-46-DS- A B
3002 30/07/2014 19/08/2014
DRAWINGS
7 Insulation Support Detail A620-065-16-46-SK- A
(Floating Type) 0001
INSTRUMENTATION
8 Scope of Work & Supply for A620-065-16-51- A
Reactor Thermocouples SOW-01
PROCESS
9 Process datasheet for ISOM A620-65-02-DS-1271 0
Reactor 13/08/2014
In case of any subsequent revision of MR or PR, only revised sheets of the
attachments listed above shall be issued alongwith the revision.

GENERAL NOTES:

1. Details of Third party Inspection (TPI) shall be as per commercial document.

Project: CONVERTING CRU INTO ISOMERISATION UNIT


ENGINEERS INDIA LIMITED REQUISITION NO. REV.

16 Client: BHARAT PETROLEUM CORPORATION LTD A620-065-RA-MR-6020 B

Page 112 of 431


Sheet 3 of 3
File Name: D:\6020B.pdf
Format No.: EIL-1641-1923 Rev.1

Engineers India Limited Status


Vendor Drawing/ Document Submission Schedule Date
Client: BHARAT PETROLEUM Project: CONVERTING CRU INTO ISOMERISATION UNIT Vendor Name:
CORPORATION LTD
Item Description: PRESSURE VESSEL -SS (26-50 PR No.: Address:
MM)
Date of LOI:

PO No.:
Date of PO: City:

Page 113 of 431


EIL Originating Department: PRESSURE VESSELS Contact Person(EIL): Contact Person: Fax:
Phone: Email:

Drg./ Doc. Nomenclature Category Scheduled Form


S.No. Equipment Number as per EIL Vendor Data Vendor Drg. / Doc. Numbe Vendor Drg./ Doc. Title Electronic Remarks
Review (R) / date of 1st
Requirement Records (I) Submission (E)/ Print (P)
LIST OF APPLICABLE DOCUMENT No.
SPECIFICATIONS & A620-16-46-LL-6020
STANDARDS Rev. A
Page 1 of 4

LIST OF APPLICABLE
SPECIFICATIONS & STANDARDS

A 30.07.2014 ISSUED FOR BIDS PB KRK BBC


Rev. Prepared Checked
Date Purpose Approved by
No by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 114 of 431
LIST OF APPLICABLE DOCUMENT No.
SPECIFICATIONS & A620-16-46-LL-6020
STANDARDS Rev. A
Page 2 of 4

LIST OF APPLICABLE SPECIFICATIONS

[X] indicates applicability


Title Doc No. Shts. Rev
[X] General specification for pressure 6-12-0001 13 5
Vessels
[] Supplementary specification for carbon 6-12-0002 7 7
steel vessels
[] Supplementary specification for low 6-12-0003 7 4
alloy steel vessels
7 5
[X] Supplementary specification for 6-12-0006
austenitic stainless steel vessels
[] Supplementary specification for 6-12-0007 10 4
stainless steel clad vessels
[] Supplementary specification for 6-12-0008 7 4
3½ % Ni steel pressure vessels
[X] Standard specification for boiler quality 6-12-0011 7 7
carbon steel plates
5 5
[ ] Standard specification for weldable 6-12-0014
structural quality steel plates for
storage tanks and vessels
[] Standard specification for clad plates 6-12-0015 5 4
[] Standard specification for 6-12-0016 5 3
3½%Ni steel plates for pressure
vessels
[] Standard specification for 1%Cr-½%Mo 6-12-0017 5 4
& 1½%Cr-½%Mo steel plates
[] Standard specification for 2.25-Cr-1 6-12-0018 6 3
Mo steel plates
5 7
[X] Standard specification for stainless 6-12-0020
steel plates
[] Standard specification for shop & field 6-44-0004 48 3
painting.
[] Standard specification for mechanical 6-26-0001 12 3
agitators
[X] BPCL Specification for shop & field AE-S-5430 48 0
painting.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 115 of 431
LIST OF APPLICABLE DOCUMENT No.
SPECIFICATIONS & A620-16-46-LL-6020
STANDARDS Rev. A
Page 3 of 4

LIST OF APPLICABLE STANDARDS


[X] indicates applicability
Title Doc No. Shts. Rev

[X] Vessel tolerances 7-12-0001 2 5


[] Support for horizontal vessel 7-12-0002 1 5
[] Wooden pillows for saddle support 7-12-0003 1 5
[X] Skirt base details 7-12-0004 1 6
[X] Skirt opening details 7-12-0005 2 5
[] Angle leg support 7-12-0006 2 5
[] Pipe leg support 7-12-0007 1 5
[] Bracket support for vertical vessel 7-12-0008 1 5
[] Manhole with hinged cover 7-12-0009 2 6
[X] Manhole with davit 7-12-0010 2 6
[] Ladder rungs for manhole/ demister 7-12-0011 1 5
[] Retaining plate 7-12-0012 1 5
[] Nozzle reinforcement and projection 7-12-0013 1 6
[] Pad nozzles for vessels 7-12-0014 1 5
[X] Standard bolt hole orientation 7-12-0015 1 5
[] Alloy liner details 7-12-0016 2 5
[] Sight glasses for pressure vessels 7-12-0017 2 5
[X] Internal flanges 7-12-0018 1 5
[] Vortex breakers 7-12-0019 1 5
[] Inlet deflector baffle 7-12-0020 1 5
[X] Support ring and bolting bar 7-12-0021 1 5
[] Support ring sizes for packed tower’s 7-12-0022 1 5
internals
[] Pipe davit 7-12-0023 3 6
[X] Lifting lug top head type 7-12-0024 1 7
[X] Fire proofing and insulation supports 7-12-0025 2 5
[X] Earthing lug 7-12-0026 1 5
[X] Name plate 7-12-0027 1 5
[X] Manufacturer name plate 7-12-0028 1 5
[X] Bracket for name plate 7-12-0029 1 5
[] Name plate for small equipment 7-12-0030 1 4
[] Details of forged nozzles 7-12-0031 1 4
[] Supports for internal feed pipe 7-12-0032 2 4
[] Hot insulation supports for horizontal 7-12-0033 1 4
vessel

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 116 of 431
LIST OF APPLICABLE DOCUMENT No.
SPECIFICATIONS & A620-16-46-LL-6020
STANDARDS Rev. A
Page 4 of 4

Title Doc No. Shts. Rev

[] Pipe davit support detail for cold 7-12-0034 1 4


insulated vessels
[] Typical details of wiremesh demister 7-12-0036 4 4
and its supports
[ ] SR nozzle neck 7-12-0037 1 3
[X] Piping Loads / Allowable nozzle loads A620-16-46-ST-0038 5 0
[] Standard Specification for Positive 6-81-0001 7 1
Material Identification (PMI) at Vendor’s
works
[ ] Pickling & Passivation Procedure A620-144-16-46-SP-02 3 0
[] Inspection & Test Plan for Pressure 6-81-0011 7 3
Vessels/Columns CS
[X] Inspection & Test Plan for SS Pressure 6-81-0014 7 3
Vessels/Columns
[X] Standard specification for erection of 6-76-0001 22 3
equipment and machinery

[X] Standard Specification For Health,


Safety & Environment (HSE) 6-82-0001 87 6
Management At Construction Sites
[X] Specification for quality management
system requirements from bidders 6-78-0001 8 0

[X] Specification for documentation


requirements from suppliers 6-78-0003 8 0

[X] Standard specification for positive


material identification (PMI) at 6-82-0002 10 2
construction sites

[] Inspection & test plan for wire mesh


demisters 6-81-0060 5 3

[] Soil Data
LATER

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 117 of 431
The drawing, design and details given below on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited, or used, except in the limited

NOZZLES AND CONNECTIONS ¼uksty o duSD'ku½ GENERAL NOTES (tujy uksV~l½ SPECIFICATIONS ¼LisflfQds'kUl½ DESIGN DATA ¼fMtkbu MkVk½
MARK QTY
NOM. DIA SCH./THK. FLANGES PROJECTION PAD
SERVICE
UNLESS STATED OTHER WISE
X DENOTES APPLICABLITY CODE ASME SEC VIII DIV. 1 EDITION 2013
ukfeuy 'kMwy o CLASS TYPE FACING NOTE-4 WxT
1 ALL DIMENSIONS ARE IN MM. X GENERAL SPEC. FOR PRESSURE VESSELS 6-12-0001 WORKING PRESSURE (kg/cm 2g) TOP NOTE-15 BOTT. -
ekdZ DokfUVVh Mka;k fFkduSl Dykl VkbZi Qsflx izksts'ku iSaM lfoZl X SUPP. SPEC. FOR AUSTENTIC STAINLESS STEEL 6-12-0006 DESIGN PRESSURE (kg/cm 2g) INT. NOTE-16 EXT NOTE-16

A 1 600 SRN 600 WN RF


SEE
- FEED INLET (MANHOLE) + B.F. 2 ALL ANCHOR BOLT HOLES TO STRADDLE N/S CENTRELINE. X STD. SPEC. FOR BQCS PLATE 6-12-0011 WORKING TEMPERATURE ( 0C) NOTE-15
DWG. STD. SPEC. FOR STRUCTRAL QUALITY PLATES 6-12-0014 DESIGN TEMPERATURE ( 0C) NOTE-16

B 1 100 SRN 600 WN RF


SEE
- QUENCH INLET 3
NORTH DIRECTION WHEREVER SHOWN IS WITH RESPECT TO PLAN X STD. SPEC. FOR SS PLATES 6-12-0020 MDMT ( 0C) 12
DWG. VIEW.
X BPCL SPEC. FOR SHOP & FIELD PAINTING AE-S-5430 CORROSION ALLLOWANCE (MM) 1.5

SEE FOR NOZZLES ON SHELL PROJECTIONS ARE REFERRED FROM TYPE OF HEAD HEMISPHERICAL
C 1 500 SRN 600 WN RF - BOTTOM OUTLET 4 (A)
DWG. VESSEL CENTER LINE TO FLANGE CONTACT FACE. JOINT EFFICIENCY SHELL 1 HEAD 1
RADIOGRAPHY (REFER NOTE-10) HEAD FULL
B
D
1-2
2 150 SRN 600 WN RF
SEE
DWG.
-
CATALYST DUMP NOZZLE
(FIRST BED) + B.F.
4(B)
FOR NOZZLES ON HEAD PROJECTIONS ARE REFERRED FROM HEAD
T.L TO FLANGE CONTACT FACE. STANDARDS ¼LVS.MlZ½ POST WELD HEAT TREATMENT
SHELL FULL
NIL

F
2 150 SRN 600 WN RF
SEE
-
CATALYST DUMP NOZZLE
5
THE INDICATED THICKNESS IS THE MINIMUM ACCEPTABLE AFTER X VESSEL TOLERANCES 7-12-0001 HEAT TREATMENT HEAD AS PER SPEC.
B 1-2 DWG. (SECOND BED) + B.F. CONSTRUCTION. SUPPORT FOR HORIZONTAL VESSEL 7-12-0002 OPERATING MEDIUM HYDROCARBON + HYDROGEN

T 100 6 FLANGE GASKET FACE SHALL HAVE 125 AARH FINISH. WOODEN PILLOWS FOR SADDLE SUPPORT 7-12-0003 SP. GRAVITY 0.546
3 SRN 600 WN RF 1200 - FIRST BED THERMOWELL
1-3 (HOLD) 7 DIMENSIONS OF FLANGES FOR NOZZLES UPTO 600NB SHALL BE AS
PER ASME B16.5 AND FOR NOZZLES ABOVE 600NB SHALL BE AS PER
X SKIRT BASE DETAILS 7-12-0004 WIND SPECIFICATION IS 875

T
3
100
SRN 600 WN RF 1200 - SECOND BED THERMOWELL ASME B16.47 SERIES-B. UNLESS SPECIFIED OTHERWISE. X SKIRT OPENING DETAILS 7-12-0005 SEISMIC IS 1893 + SITE SPECTRA
4-6 (HOLD) ANGLE LEG SUPPORT 7-12-0006 CAPACITY (M3) 23.5

8 ID OF WELD NECK FLANGES SHALL MATCH WITH CORRESPONDING PIPE LEG SUPPORT 7-12-0007 PAINTING/CLEANING AS PER BPCL SPEC.
M2 1 600 SRN 600 WN RF 1350 - MANHOLE + B.F. + DAVIT
ID OF NOZZLE PIPE. BRACKET SUPPORT FOR VERTICAL VESSEL 7-12-0008 INSULATION THICKNESS (mm) (HOLD) 200 (IH) X HOT COLD
SKV 9 NOZZLES 50NB AND BELOW SHALL BE STIFFENED WITH 2NOS. 40 X MANHOLE WITH HINGED COVER 7-12-0009 FIRE PROOFING (mm) (BY OTHERS) X YES NO
3 100 80S AS PER EIL STD. - SKIRT VENT
1-3 6 THK. FLATS 90° APART.
X MANHOLE WITH DAVIT (FOR GUIDANCE) 7-12-0010 HYDROSTATIC TEST (kg/cm 2g) HORIZONTAL VERTICAL (AT TOP)

200 10 ALL NOZZLES FABRICATED FROM PLATE SHALL BE 100% LADDER RUNGS FOR MANHOLE/DEMISTER 7-12-0011 PRESSURE (NEW & COLD) 69.7
AO 1 500 20 THK. AS PER EIL STD. ACCESS OPENING RADIOGRAPHED.
x 20 RETAINING PLATE 7-12-0012 INSPECTION BY (NOTE-14) X EIL/TPIA CIB LLOYDS
11 ALL REMOVABLE INTERNALS SHALL BE SIZED SO AS TO PASS NOZZLE REINFORCEMENT AND PROJECTION 7-12-0013 MATERIAL OF CONSTRUCTION ¼eSfVfj;y vk¡Q dUlVªD'ku)
THROUGH NEAREST MANHOLE.
PAD NOZZLES FOR VESSELS 7-12-0014 (AS PER ASME / IS OR EQUIVALENT)
12 SURFACE CLEANING & SHOP PRIMER SHALL BE AS PER SPEC.
AE-S-5430.
X STANDARD BOLT HOLE ORIENTATION 7-12-0015 SHELL SA 240 GR 321
ALLOY LINER DETAILS 7-12-0016 REINFORCEMENT PAD/INSERT PLATE SA 240 GR 321
13 ALL SRN NOZZLES, SHALL BE SUPPLIED WITH SMOOTH FINISH SIGHT GLASSES FOR PRESSURE VESSELS 7-12-0017 HEADS SA 240 GR 321
THROUGHOUT THE INSIDE DIA BY MACHINING.
INTERNAL FLANGES 7-12-0018 SHELL FLANGES -
SRN - SELF REINFORCED NOZZLE. 14 FOR INSPECTION, REFER NOTE-1 OF GENERAL INSTRUCTIONS OF VORTEX BREAKERS 7-12-0019 NOZZLE FLANGES SA 182 GR 321
DOC. "INSTRUCTION TO VENDOR" ATTACHED WITH MATERIAL
REFER SHT. 3 OF 3 FOR DETAILS OF SR NOZZLES. INLET DEFLECTOR BAFFLE 7-12-0020 NOZZLE NECK UPTO 100 NB SA 312 TP 321
REQUISITION.
SUPPORT RING AND BOLTING BAR 7-12-0021 NOZZLE NECK ABOVE 100 NB SA 240 GR 321
15 OPERATING CONDITIONS:-
IN OUT
X SUPPORT RING SIZES FOR PACKED TOWERS 7-12-0022 PIPE FITTINGS SA 403 GR.WP321 # (SEAMLESS)

2 PIPE DAVIT 7-12-0023 SPIRAL WOUND GASKET WITH SS 321 METAL


a) PRESSURE Kg/cm g : SOR 31.0 EOR 31.0
0
b) TEMPERATURE C (SOR/EOR): 130/130-164 142-180/180 X LIFTING LUG TOP HEAD TYPE 7-12-0024 GASKET EXTERNAL WINDING AND GRAFOIL FILLER MATERIAL WITH
16 DESIGN CONDITIONS:-
OPERATING REGENERATION
X FIRE PROOFING AND INSULATION SUPPORTS 7-12-0025 SS OUTER & INNER RING AS PER ASME B 16.20.

B a) PRESSURE Kg/cm2g : 37/F.V. 24/F.V. X EARTHING LUG 7-12-0026 GASKET INTERNAL COMPRESSED FIBRE ASBESTOS FREE

b) TEMPERATURE 0
C : 250 520 X NAME PLATE 7-12-0027 EXTERNAL STUDS/BOLTS/NUTS SA 194 GR.B8 T CL1 / SA 193 GR.B8 T CL1
c) PROCESS DEPARTMENT TO NOTE THAT REGENERATION MODE
DESIGN PRESSURE SHOULD BE CONFIRMED BASED ON OPERATING
X MANUFACTURER NAME PLATE 7-12-0028 INTERNAL STUDS/BOLTS/NUTS SS 321

PERFORMANCE OF RECYCLE COMPRESSOR IN RECYCLE MODE OF X BRACKET FOR NAME PLATE 7-12-0029 SKIRT / SUPPORT SA 516 GR.70 / SA 240 GR 321
NITROGEN-OXYGEN MIXTURE. NAME PLATE FOR SMALL EQUIPMENT 7-12-0030 SKIRT / SUPPORT BASE SA 516 GR.70
17 FOR WELDING OF SS321 GRADE, ELECTRODE OF E347 SHALL BE DETAILS OF FORGED NOZZLES 7-12-0031 INTERNAL PARTS (WELDED) SA 240 GR 321 / SA 312 TP 321
USED.
SUPPORTS FOR INTERNAL FEED PIPE INTERNAL PARTS (BOLTED) SA 240 GR 321 / SA 312 TP 321
way permitted by written consent given by the lender to the borrower for the intended use.

7-12-0032
18 PICKLING AND PASSIVATION OF SS SURFACE SHALL BE AS PER HOT INSULATION SUPPORT FOR HORIZONTAL VESSEL 7-12-0033 CLIPS & ATTACHMENTS DIRECTLY WELDED (EXTERNAL) SA 240 GR 321
ASTM A-380.
PIPE DAVIT SUPPORT FOR COLD INS. VESSELS 7-12-0034 CLIPS & ATTACHMENTS WELDED OVER PAD (EXTERNAL) SA 240 GR 321
TYP. DETAILS OF WIRE MESH DEMISTER SUPPORTS 7-12-0036 TAILING LUG SA 516 GR.70
S.R NOZZLE NECK 7-12-0037 DEMISTER/GRID -
PAD FOR EXTERNAL ATTACHMENT SA 240 GR 321
LIFTING LUG SA 240 GR 321
REFERENCE DRAWINGS ¼jsQjsUl MkVk½ PIPE DAVIT -
NOZZLE ORIENTATIONS
NO CLIPS FOR SUPPORTING PIPING, LADDERS/PLATFORM CLEATS

PLATFORM/LADDER TO BE PROVIDED PIPE SUPPORT CLEATS


TRAY SUPPORT AND BOLTING BARS
FILE NAME : A620-065-16-46-DS-3002-B-1

EQUIPMENT TO BE TRANSPORTED IN
SINGLE PIECE

LICENSOR'S SPECIFICATION FOUNDATION LOADING DATA (OPERATING CONDITION)


HOLD UPS ¼gksYM vIl½ STATUTORY REGULATIONS ¼LVSpqvjh jsxqys'kUl½
ykbZlsUlj LisflfQds'lUl QkaÅMs'ku yksfMxa MkVk ¼vksijsfVax dufM'ku) X NOZZLE ORIENTATIONS X SIZE OF NOZZLES INDIAN BOILER REGULATIONS (IBR)

TYPE
MAX MOMENT AT BASE (M) MAX. SHEAR FORCE AT BASE (H) X NOZZLE ELEVATIONS PIPE SUPPORT CLEATS PETROLEUM & EXPLOSIVES SAFETY ORGANISATION, (PESO)
(kgm) (kg)
X SUPPORT HEIGHT LADDER/PLATFORM CLEATS
APPROXIMATE WEIGHT (kgs) (PER ITEM) ¼,ijkSfDlesaV otu½
SEISMIC
261100 26310 X DETAILS OF INTERNALS TRAY SUPPORT/BOLTING BARS
LICENSOR'S STANDARD (DBE)
X INSULATION THICKNESS & TYPE PIPE DAVIT CAPACITY, SIZE
FABRICATED 35000 OPERATING 62000
ykbZlsUlj LVS.MlZ SEISMIC X NOZZLE RATING
293900 29620
(MCE)
HYDROTEST ( SHOP ) 58500 HYDROTEST ( FIELD ) 63500
WIND 34810 4800
NUMBER OF ITEMS : ONE

JOB NO: VESSEL DESIGN DATA oSly fMtkbu MkVk DRAWING NUMBER
ENGINEERS INDIA LIMITED dk;Z l[;k A620 UNIT - 065 MkbZx uEcj REV
(A Govt. OF India Undertaking) CLIENT :
DykbZV BPCL, MAHUL ISOM REACTOR-1 vkbZlkse fj,DVj&1 A620-065-16-46-DS-3002 B
REVISED AS MARKED\ PB/KRK
bathfu;lZ bafM;k fyfeVsM PLANT : CONVERSION OF EXISTING CRU
B 19.08.14 B GCP BBC

¼Hkkjr ljdkj dk midze½ IykaV TO ISOMALK-2


A
REV
30.07.14
DATE
ISSUED FOR BIDS/ENGG.
REVISION
jsingh
BY
PB/KRK
CHECKED
BBC
APPROVED
ITEM NO. 65-NNR-571 vkbZVe uEcj 65&,u ,u vkj&571 SHEET 1 OF 3
FORMAT NO.3-1646-0124 REV.1 A3-420 X 297

Page 118 of 431


Page 119 of 431
A620 065
BPCL vkbZlkse fj,DVj&1
Page 120 of 431
A620 065
BPCL vkbZlkse fj,DVj&1
iyksfVax Vkbi

Page 121 of 431


Document No.
VENDOR DATA REQUIREMENTS A620-065-16-46-VDR-6020
FOR Rev. A
REACTOR Page 1 of 3

VENDOR DATA REQUIREMENTS


FOR
REACTOR

A 01-AUG-2014 ISSUED WITH MATERIAL REQUISITION PB KRK BBC


Rev. Date Purpose Prepared by Checked by Approved by
No.

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 122 of 431


Document No.
VENDOR DATA REQUIREMENTS A620-065-16-46-VDR-6020
FOR Rev. A
REACTOR Page 2 of 3

VENDOR DATA REQUIREMENTS

The following drawings/documents marked " " shall be furnished by the bidder.

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. GENERAL ARRANGEMENT DRAWING
INDICATING DESIGN DATA FABRICATED
EQUIPMENT WEIGHT, GENERAL NOTES, SHALL BE SENT
NOZZLE SCHEDULE, DETAIL OF SHELL, WITHIN 8 WEEKS
HEADS, SUPPORTING ARRANGEMENT,
MAIN WELD SEAMS, NOZZLE ORIENTATION
PLAN, CUTTING LAYOUT ETC.
2. DETAIL OF INTERNALS
3. USER DESIGN SPECIFICATION SHALL BE SENT
WITHIN THREE
WEEKS
4. MATERIAL PROCUREMENT
SPECIFICATIONS
5. FINITE ELEMENT ANALYSIS
6. FATIGUE SCREENING/ANALYSIS
7. DESIGN CALCULATIONS OF INTERNALS.
8. DETAILS FOR ANCHOR BOLTS
9. CERTIFIED 'AS BUILT' DRAWINGS
INCORPORATING ACTUAL DIMENSIONS
AND MATERIAL USED, DULY CERTIFIED BY
THE INSPECTOR
10. DATA FOLDER AS PER SPECIFICATION
11. INSPECTION AND TESTING PLAN @
12. WELDING PROCEDURES AND
QUALIFICATION TEST REPORTS @
13. DESTRUCTIVE AND NON-DESTRUCTIVE
TEST REPORTS @
14. MATERIAL TEST CERTIFICATES @
15. RADIOGRAPHIC EXAMINATION REPORTS
WITH FILMS @
16. HEAT TREATMENT PROCEDURE AND TIME
TEMPERATURE CHARTS @
17. CODE CERTIFICATES (INCLUDING
INSPECTION CERTIFICATE, HYDROSTATIC
TEST CERTIFICATE, LOCAL CODE
REQUIREMENTS, RUBBING OF CODE
STAMP AND NAME PLATE ETC.) @
18. PACKING AND FORWARDING
INSTRUCTIONS @
19. DETAIL OF NOZZLES, MANHOLES,
ACCESSORIES ETC
20. INTERNALS DETAILS SHALL BE SENT
WITHIN 8 WEEKS

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 123 of 431


Document No.
VENDOR DATA REQUIREMENTS A620-065-16-46-VDR-6020
FOR Rev. A
REACTOR Page 3 of 3

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
21. DETAIL OF LIFTING LUG AND TAILING LUG

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. SKIRT TEMPLATE SHALL BE SENT
WITHIN 3 MONTHS
2. MANUFACTURER'S REPORT SHALL BE SENT
WITHIN 4 WEEKS OF
SHIPMENT OF
EQUIPMENT

Notes :
1. Final documentation shall be submitted in hard copy (Fifteen prints) and soft ( two CDs/DVDs ) in addition to
submission through EIL eDMS.
2. "TICK" denotes applicability
3. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).
4. All post order documents shall be submitted / approved through EIL eDMS portal
5. Refer - 6-78-0001: Specification for quality management system from Bidders.
6. Refer - 6-78-0002: Specification for documentation requirements from Contractors.
7. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.
8. 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. "@" indicates submission of documents to Inspection Agency.
10. Bill of Material shall form part of the respective drawing.

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 124 of 431


REACTOR Document No.
PROCESS DATA SHEET A620-65-02-DS-1271 REV 0
Page 1 of 10

37/FV (Note-14)

0 13.08.2014 ISSUED FOR ENGINEERING


Page 125 ofRev.
431 No. Date Purpose Prep’d by Chk’d by App’d by
REACTOR Document No.
PROCESS DATA SHEET A620-65-02-DS-1271 REV 0
Page 2 of 10

13. Refer P&ID No. 65-NFC-14 for more details


14. Operating mode design pressure should be confirmed based on operating performance of Packinox.

0 13.08.2014 ISSUED FOR ENGINEERING


Page 126 ofRev.
431 No. Date Purpose Prep’d by Chk’d by App’d by
REACTOR Document No.
PROCESS DATA SHEET A620-65-02-DS-1271 REV 0
Page 3 of 10

0 13.08.2014 ISSUED FOR ENGINEERING


Page 127 ofRev.
431 No. Date Purpose Prep’d by Chk’d by App’d by
REACTOR Document No.
PROCESS DATA SHEET A620-65-02-DS-1271 REV 0
Page 4 of 10

0 13.08.2014 ISSUED FOR ENGINEERING


Page 128 ofRev.
431 No. Date Purpose Prep’d by Chk’d by App’d by
REACTOR Document No.
PROCESS DATA SHEET A620-65-02-DS-1271 REV 0
Page 5 of 10

0 13.08.2014 ISSUED FOR ENGINEERING


Page 129 ofRev.
431 No. Date Purpose Prep’d by Chk’d by App’d by
REACTOR Document No.
PROCESS DATA SHEET A620-65-02-DS-1271 REV 0
Page 6 of 10

0 13.08.2014 ISSUED FOR ENGINEERING


Page 130 ofRev.
431 No. Date Purpose Prep’d by Chk’d by App’d by
REACTOR Document No.
PROCESS DATA SHEET A620-65-02-DS-1271 REV 0
Page 7 of 10

0 13.08.2014 ISSUED FOR ENGINEERING


Page 131 ofRev.
431 No. Date Purpose Prep’d by Chk’d by App’d by
REACTOR Document No.
PROCESS DATA SHEET A620-65-02-DS-1271 REV 0
Page 8 of 10

0 13.08.2014 ISSUED FOR ENGINEERING


Page 132 ofRev.
431 No. Date Purpose Prep’d by Chk’d by App’d by
REACTOR Document No.
PROCESS DATA SHEET A620-65-02-DS-1271 REV 0
Page 9 of 10

0 13.08.2014 ISSUED FOR ENGINEERING


Page 133 ofRev.
431 No. Date Purpose Prep’d by Chk’d by App’d by
REACTOR Document No.
PROCESS DATA SHEET A620-65-02-DS-1271 REV 0
Page 10 of 10

0 13.08.2014 ISSUED FOR ENGINEERING


Page 134 ofRev.
431 No. Date Purpose Prep’d by Chk’d by App’d by
DOCUMENT No.
UNIT RATES FOR
ADDITION/DELETION A620-16-46-UR-6020
Rev. A
Page 1 of 7

UNIT RATES
FOR
ADDITION/ DELETION

A 30.07.2014 ISSUED FOR BIDS. PB KRK BBC


Rev. Prepared Checked Approved
Date Purpose
No by by by

Page
Format No. 135 of 431
EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
DOCUMENT No.
UNIT RATES FOR
ADDITION/DELETION A620-16-46-UR-6020
Rev. A
Page 2 of 7

UNIT RATES FOR ADDITIONS/DELETIONS

1. Offer shall contain the sheets given below & the subsequent sheets for addition / deletion of
nozzles duly filled in, else offer will be rejected. Please note that the same EIL sheets as
given below shall be filled in and enclosed in the offer. Bidder shall not enclose his own
sheets.

2. It is understood that
a) The quoted price includes for the “HOLDS” details of which are indicated on
respective equipment Engineering Drawing.
b) The weights indicated on EIL Engineering Drawings do not form the basis for offer,
since these are approximations only.
c) Spares as included in clause no. 2.3 in Scope of Supply (Doc. No. A620-16-46-SS-
6020) are considered for in the quoted price.
Description Price List (To be filled in by bidder)
1. Indicate charges for the following for future
addition/deletion with material as per scope
of supply defined in the material requisition :

i) External support clips per Kg. basis.

- SA-516 Gr. 70
- SA-240 GR 321
- IS: 2062 Gr. B
- SA-516 Gr. 70
- SA-516 Gr. 60 (Impact
Tested)

ii) Reinforcement pad/ Insert Plate for


nozzle per Kg. Basis

- SA-240 GR 321
- SA-516 Gr. 70
- SA-516 Gr. 70 (Impact
Tested)
- SA-516 Gr. 70 + SS 410S
- SA-516 Gr. 70 (Impact
Tested) + SS 410S
- SA-516 Gr. 70 + SB 127
- SA-516 Gr. 60 (Impact
Tested)

iii) Pipe davit per meter basis

- 100 NB Sch.160
- 150 NB Sch.80
- 200 NB Sch.80
- 200 NB Sch.160

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 136 of 431
DOCUMENT No.
UNIT RATES FOR
ADDITION/DELETION A620-16-46-UR-6020
Rev. A
Page 3 of 7

Description Price List (To be filled in by bidder)


- 200 NB Sch. XXS
- 300 NB Sch.160
- 400 NB Sch.160
iv) Support ring/bolting bar, seal pan
support, Tray Downcomer & their
Support per kg.basis.

- SA-240 GR 321
- SA-516 Gr. 70
- SA-516 Gr.60 (Impact
Tested)
- SA-240 Gr. 410S
- SB 127

v) Change in skirt/Lug Support per Kg.


Basis

- SA-516 Gr. 70
- SA-240 Gr.321
- SA-516 Gr. 70
- SA-516 Gr. 70 (Impact
Tested)
- SA-516 Gr. 60 (Impact
Tested)

vi) Change in pipe leg support per


Kg. Basis

- SA 106 Gr. B

vii) Change in angle leg support per Kg.


Basis

- IS-2062 Gr.B
- SA-283 Gr.C
viii) Change in nozzle pipe lengths per
Kg. basis

- SA-106 Gr.B
- SA-516 Gr. 60
- SA-516 Gr.70
- SA-516 Gr.60 (Impact
tested)
- SA-106 Gr.B + SS 410S
Weld Overlay.
- SA-106 Gr.B + Monel Weld
Overlay

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 137 of 431
DOCUMENT No.
UNIT RATES FOR
ADDITION/DELETION A620-16-46-UR-6020
Rev. A
Page 4 of 7

Description Price List (To be filled in by bidder)


- SA-516 Gr.70+ SB 127 Clad
- SA-516 Gr.70+ SA 240 Gr
410S clad.
ix) Change in self reinforced nozzle
sizes per kg. Basis

- SA 182 Gr.321
- SA-105
- SA-105 + SS 410S Weld
Overlay
- SA-105 + SB 127 Weld
Overlay

x) Change in pipe fitting per Kg. Basis

- SA-403 Gr. WP321


- SA-234 Gr.WPB + SS 410S
Weld Overlay.
- SA-234 Gr.WPB + SB 127
Weld Overlay.

xi) Change in internal details including


support per Kg. Basis

- SA-240 Gr.321
- SA-312 TP 321
- SA-240 Gr. 410S
- SB 127
xii) Change in LWN nozzle dimension
per Kg basis

- SA-105
- SA 182 Gr. F321
- SA-105 + SS 410S Weld
Overlay
- SA-105 + SB 127 Weld
Overlay

xiii) Addition /deletion of large size


flanges ( not covered in Table 1 A,
1B, 1C) per kg. Basis.

- SA-105/SA 266 Gr.4 + SS


410S Weld Overlay.
- SA-105/SA 266 Gr.4
- SA-105/SA 266 Gr.4 + SB
127 Weld Overlay.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 138 of 431
DOCUMENT No.
UNIT RATES FOR
ADDITION/DELETION A620-16-46-UR-6020
Rev. A
Page 5 of 7

Description Price List (To be filled in by bidder)


xiv) Pressure parts (shell, dish heads,
tori-cones, vacuum stiffeners, insert
plates, etc.) per kg. Basis.

- SA 240 Gr.321
- SA-516 Gr.70 (Impact
Tested)
- SA-516 Gr.70+ SS 410S
Clad.
- SA-516 Gr.70 (Impact
Tested) + SS 410S Clad.
- SA-516 Gr.70 + SB 127
Clad
- SA-516 Gr.70 (Impact
Tested) + SB 127 Clad
- Internal Shell of SA-240 Gr.
410S

xv) Addition/Deletion of spacer/blind -


flange along with gaskets and
fasteners per Kg. Basis
- SA 105
- SA 105+SS 410S Weld
Overlay.
- SA 105+SB 127 Weld
Overlay.

xvi) In-situ joint addition/deletion on PER


meter basis.
- Carbon steel Joint
- CS+ SS 410S Joint
- CS+ SB 127 Joint

xvii) Pipe Davit/ PSV structure: Rolled


section like I/C beams, channels,
angles etc. on per Kg. basis,
- IS2062 GrB.

xviii) PWHT of complete reactor.

xix) The price implication (addition/


deletion) for getting ASME code stamping of
reactor

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 139 of 431
DOCUMENT No.
UNIT RATES FOR
ADDITION/DELETION A620-16-46-UR-6020
Rev. A
Page 6 of 7

TABLE-1(A) SCHEDULE OF RATES FOR ADDITION/DELETION OF FLANGES

FLANGE MATERIAL :- SA-182 Gr.321

ANSI B 16.5/ ANSI B 16.47 (SERIES B)


CLASS 300 (WN RF FLG.) CLASS 600 (WN RF FLG.) CLASS 900 (WN RF FLG.)

SL.NO. NOMINAL SIZE WITHOUT BLIND WITH BLIND WITHOUT BLIND WITH BLIND WITHOUT WITH BLIND REMARKS
NB FLANGE FLANGE FLANGE FLANGE BLIND FLANGE FLANGE

1 25

2 40

3 50

4 80

5 100

6 150

7 200

8 250

9 300

10 350

11 400

12 450

13 500

14 600

15 650

16 700

17 750

18 800

19 850

20 900

21 950

22 1000

23 1050

24 1200

25 1350

26 1400

27 1450

28 1500

NOTES:-

1. SCOPE OF SUPPLY OF NOZZLE COMPONENTS SHALL BE AS PER MATERIAL REQUISITION.


2. THE RATES QUOTED SHALL INCLUDE SUPPLY OF NOZZLE FLANGE, STIFFENER, STUDS, NUTS AND GASKETS (WHEN SUPPLIED WITH
BLIND FLANGE) AND ASSOCIATED FABRICATION AND TESTING.
3. PRICES INDICATED ABOVE SHALL BE IRRESPECTIVE OF NOZZLE THICKNESS.NO EXTRA CLAIM ON THIS ACCOUNT WILL BE
ENTERTAINED AT A LATER DATE.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 140 of 431
DOCUMENT No.
UNIT RATES FOR
ADDITION/DELETION A620-16-46-UR-6020
Rev. A
Page 7 of 7

TABLE-1(B) SCHEDULE OF RATES FOR ADDITION/DELETION OF FLANGES

FLANGE MATERIAL :- SA-182 Gr.321

ANSI B 16.5/ ANSI B 16.47 (SERIES B)


CLASS 300 (LWN FLG.) CLASS 600 (LWN FLG.) CLASS 900 (WN RF FLG.)

SL.NO. NOMINAL SIZE WITHOUT BLIND WITH BLIND WITHOUT BLIND WITH BLIND WITHOUT WITH BLIND REMARKS
NB FLANGE FLANGE FLANGE FLANGE BLIND FLANGE FLANGE

1 25

2 40

3 50

4 80

5 100

6 150

7 200

8 250

9 300

10 350

11 400

12 450

13 500

14 600

15 650

16 700

17 750

18 800

19 850

20 900

21 950

22 1000

23 1050

24 1200

25 1350

26 1400

27 1450

28 1500

NOTES:-

1. SCOPE OF SUPPLY OF NOZZLE COMPONENTS SHALL BE AS PER MATERIAL REQUISITION.


2. THE RATES QUOTED SHALL INCLUDE SUPPLY OF NOZZLE FLANGE, STIFFENER, STUDS, NUTS AND GASKETS (WHEN SUPPLIED WITH
BLIND FLANGE) AND ASSOCIATED FABRICATION AND TESTING.
3. PRICES INDICATED ABOVE SHALL BE IRRESPECTIVE OF NOZZLE THICKNESS.NO EXTRA CLAIM ON THIS ACCOUNT WILL BE
ENTERTAINED AT A LATER DATE.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 141 of 431
DOCUMENT No.
SCOPE OF SUPPLY A620-16-46-SS-6020
Rev. A
Page 1 of 6

SCOPE OF SUPPLY

A 30.07.2014 ISSUED FOR BIDS. PB KRK BBC


Rev. Prepared Checked Approved
Date Purpose
No by by by

Page
Format No. 142 of 431
EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
DOCUMENT No.
SCOPE OF SUPPLY A620-16-46-SS-6020
Rev. A
Page 2 of 6

SCOPE OF SUPPLY

[X] Indicates applicability

The following materials will be supplied by

1. Owner

1.1 Boiler quality/low-alloy/stainless/clad steel plate conforming to specification


NIL for

[ ] Shell

[ ] Dished head/intermediate head/cone

[ ] Sump and sump head

[ ] Skirt

[ ] Manhole neck, nozzle neck 300 NB and above in carbon steel and 125 NB and
above in stainless steel

[ ] Renforcement pad

[ ] Wrapper plate

[ ] Plate type flange

[ ] Internal piping

[ ] Tray support ring/bolting bar/seal pan welded to the vessel

[ ] Pad for external attachment (directly welded to shell)

[ ] Insulation support

[ ] Lifting lugs

[ ] Baffle

[ ] Demister support

1.2 [ ] Forged flange/matching blind flange

[ ] Pipe for nozzle neck

[ ] Pipe fitting

[ ] Gasket

1.3 [X] Foundation/anchor bolts

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 143 of 431
DOCUMENT No.
SCOPE OF SUPPLY A620-16-46-SS-6020
Rev. A
Page 3 of 6

[] Platform and ladder

[] Permanent instruments

[] Demister with grid & bolting

[X] Fire proofing and insulation

[ ] Pump assembly with bolting

[ ] Agitator assembly with bolting

[] Tray/down comer/seal pan/chimney tray not welded to the vessel

[ ] Brick lining

[ ] Refractory lining

[] Spray nozzle/ Distributor Nozzles

[X] Inert Ceramic Balls and Catalyst

[] Tower packing & associated internals including distributor, feed pipes, support grid /
plates, retaining grid / bed limiters

[ ] Light and sight glass assembly

[] Thermowells

[] Feed device for feed nozzles

[] Hard stand near foundation for erection

2. VENDOR

2.1 Boiler quality carbon/low alloy/stainless/Clad/monel steel plate conforming to specification


SA 240 Gr 321, for

[X] Shell

[X] Dished head /intermediate head/cone / toricone.

[ ] Sump and sump head

[X] Skirt (partly)

[X] Manhole neck, nozzle neck 300 NB and above in carbon steel and 100 NB and
above in stainless steel & 200 NB and above in clad steel.

[] Renforcement pad/ Insert Plate

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 144 of 431
DOCUMENT No.
SCOPE OF SUPPLY A620-16-46-SS-6020
Rev. A
Page 4 of 6

[ ] Wrapper plate

[X] Plate type flange.

[X] Internal piping and supports

[X] Vapor/Liquid Distribution Tray Support Beams & Support Ring.

[] Pad for external attachments

[X] Fire proofing and insulation supports

[] Saddle support/bracket/leg support

[] Lifting Trunnion / Lugs / Tailing lugs on column portion.

[] Internal baffles, vortex breaker, ladder rungs

[X] Lifting Lug

[] Demister support ring and beam

[] Structural & Piping Clips

[] Vacuum stiffening rings

[X] All welded internal support as required

[X] Insulation support rings straps, fire proofing clips on SS part of skirt.

2.2 Boiler Quality carbon steel plate conforming to SA 516 Gr.70

[X] Skirt/anchor chair/base plate

[X] Insulation support rings straps, anchor and fire proofing clips

[X] Tailing Lugs (if any)

2.3 Structural steel section and plate conforming to IS: 226/IS: 2062 Gr.A/B / SA-283 Gr.C for

[ ] Shell

[] Skirt (Partly) /anchor chair assembly/base plate/saddle and bracket support

[ ] Internals

[] Insulation support / fire proofing support on skirt (IS-2062 portion)

[ ] Flat cover

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 145 of 431
DOCUMENT No.
SCOPE OF SUPPLY A620-16-46-SS-6020
Rev. A
Page 5 of 6

[ ] Manway flange/cover
[] Tailing lug and Stiffening Block/Beam in skirt portion

[] Structural and piping clips (IS-2062 portion)

[] Section for stiffeners

[] Leg supports and base plate

[] Structure for Pipe davit

[] Structural sections for platform, ladders, hand railing, grating etc as per SOR
attached.

2.4 [X] Forged flanges / matching blind flange/ Companion Flange wherever shown

[X] Studs/bolts and nuts for manway / packing dumps/ internal flanges /nozzles with
matching flange/ Reducing flange/ Companion Flange/shell flange, including jack
bolts for manways flanges

[X] Gasket for manway /shell flange/ nozzles shown with blind flanges/ Reducing
flange/Companion Flanges

[X] Welding consumables and gases

[] Wire meshes

[] Demister assembly with grid and bolting

[] Agitator assembly with bolting

[] Pump assembly with bolting

[X] Seamless nozzle necks/ Spool piece/Pipe fitting for nozzle „A‟ & „C‟ assembly.

[X] Internal piping, bolting and pipe fitting, stiffeners and all internals (except inert balls
and catalyst packing).

[X] Supply of Self Reinforced Nozzles

[X] Y-shaped forging at shell, dished head and skirt junction.

[X] Twisted Ceramic fibre rope (1 layer) as per M/s GTC process data sheet.

[] Light and sight glass assembly with 4 sets of spare glasses for each size

[] Davit/hinge assembly for manway

[ ] Pipe davit assembly for equipment

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 146 of 431
DOCUMENT No.
SCOPE OF SUPPLY A620-16-46-SS-6020
Rev. A
Page 6 of 6

[X] Top Distributor, Distribution plate, Intermediate support, Distribution baskets,


Quench distributor, Catalyst Support Grid, Beam & Ring.

[X] Complete thermowell assembly and thermocouples along with its supports.

[X] Bottom receiver table/ outlet collector with “Johnson “Grid as per PDS.

[X] All other metallic and non-metallic parts, consumables and gases not covered under
1 and 2 but required to complete fabricated equipments including inspection, testing
and supply of equipments as per this requisition.

[X] Spares – 10% of fasteners(min 2 nos.) and two sets gaskets for each nozzle shown
with blind flange/matching flange/companion flange.

[] Spares(for demister) - 10% (min. 4 nos. Of each size/type) extra fasteners


(bolts,nuts, clamps, spacers etc.) as required for holding the demister.

[X] Items covered in applicable EIL standards.

[X] Template for foundation

[X] FEM of all nozzles (except manhole M2) subjected to nozzle load as per document
no A620-16-46-ST-0038, shell to head junction and “Y” shape forging.

[X] Fatigue & Creep analysis of nozzles, shell to head junction & Y-forging.

[ ] Design of lifting lug for reducing flange assembly on manway.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 147 of 431
DOCUMENT No.
INSTRUCTIONS TO VENDORS A620-16-46-TR-6020
Rev. A
Page 1 of 12

INSTRUCTIONS TO VENDORS

A 30.07.2014 ISSUED FOR BIDS PB KRK BBC


Rev. Prepared Checked
Date Purpose Approved by
No by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 148 of 431
DOCUMENT No.
INSTRUCTIONS TO VENDORS A620-16-46-TR-6020
Rev. A
Page 2 of 12

INSTRUCTIONS TO BIDDERS

(A) CATEGORY II MR

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

2. Bidders to note that a pre-bid meeting shall be held in which bidders can seek any
clarifications/ confirmation, if required, bidder to ensure that this conference is attended by
both technical and commercial personnel of the Vendor (if required, representative of
internals supplier) who should have thoroughly scrutinized the MR beforehand so that all
issues are finally resolved in this meeting.

3. Vendor shall furnish quotations for only those items (as per Vendor’s enlistment with EIL)
which he can supply as per MR specifications including fulfillment of EQC as per MR.

4. If the bid does not include complete scope, technical / performance data proven track record
etc., required to be submitted with bid the offer shall be liable for rejection.

5. The submission of prices by the bidder shall be construed to mean that he has confirmed
compliance with all technical specifications of the corresponding item(s).

6. Bidder to note that bid evaluation may be carried out without any post-bid correspondence.

(B) It is understood that

1. The quoted price includes for the “HOLDS” details of which are indicated on the Drg.
2. The weights indicated on EIL Engineering Drgs. do not form the basis for offer, since these
are approximations only.
3. Spares included in of Cl.2.4 of doc. A620-16-46-SS-6020 shall be included in the quoted
price.
4. Any mechanical details shown in PDS and MDS (except Catalyst and inert balls) shall be
considered and provided by the bidder within the quoted price.

With reference to Engineering datasheet and the attached standards, decrease/ increase in
weights shall be recovered/ paid as per Doc.No. A620-16-46-UR-6020.

(C) Transportation of equipment shall be governed by commercial conditions.

1. The equipment having length more than 20 m and / or forming ‘Gross vehicle weight
(Weight of equipment and the weight of vehicle clubbed together) more than 49 MT
shall be transported by Hydraulic axles only with compliance to all statutory norms of
authorities concerned.

Fabricator/transporter to check the requirements as per latest guidelines issued by


Ministry of surface Transport before shipping the equipment.

2. Trailer to have GPS tracking system to monitor the movement of consignment.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 149 of 431
DOCUMENT No.
INSTRUCTIONS TO VENDORS A620-16-46-TR-6020
Rev. A
Page 3 of 12

Technical Instructions

1. The shape of dished end/toricone, profile of conical reducer, knuckle radius, cone angle and
overall height shall be as per engineering drawing. Minimum thickness of shell, cone and
dished end shall be achieved taking into account thinning and scaling etc.

2. Dished ends and hot formed pressure parts shall have 10% or 2mm (whichever is higher)
allowance for scaling and thinning, in order to achieve minimum thickness specified on the
drawing.
3. a) Wherever hot forming and subsequent heat treatment is involved, adopted procedure
shall not impair the mechanical properties of the material beyond the limits specified in
respective material specification.

b) For low temperature equipment and hot formed parts, number of production coupons and
the tests thereon shall be as per requisition/specifications.

4. Post weld heat treatment and All non destructive testing like radiography, ultrasonic testing,
magnetic particle/dye penetrant examination etc. shall be conducted as per requisition.

5. Transportation of equipment to site shall be in a single piece

6. Workmanship and materials, in bidder's scope of supply, shall be guaranteed.

7. Pickling and passivation of internal/external surfaces of stainless steel/monel clad/SS 410S


equipment shall be carried out as per ASTM A-380/Job specification Doc. No. A269-144-16-
46-SP-11 attached.

8. For IBR vessels, approval of drawings, documents, stagewise inspection and final

Complete design of equipment as per IBR shall be carried out by vendor.

9. For items which are to approved by CCOE,Nagpur ,approval of drawings, documents,


stagewise inspection and final certification of the equipment by Chief Controller of explosives

responsibility of bidder.

10. The main equipment shall not be subcontracted, however the bought out items/ components
can be sub-ordered or sub-contracted to EIL approved vendors/sub-contractors only.

11. Demister/ Agitator shall be procured from EIL approved vendors only.

12. Fabricator to supply template for reactor for checking the orientation of anchor bolts on
foundation and to ensure matching of base plate that is drilled in advance. The schedule of
supply of template at site shall be 8 weeks from FOA.

13. Gaskets used for hydrotesting of reactors shall be of the same specification as service
gaskets and the fabricator shall supply new gaskets for manholes and nozzles with blind
flanges/ Companion flanges apart from spares. Gaskets used for hydrotest shall not be used
for actual hook up.

17. Vendor shall design the tailing lug on skirt and lifting lug for the reducing flange assembly on
the manway and lifting cover over manway. An impact factor of 2 shall be considered for
design of lifting lug and tailing lug. All calculations shall be submitted for EIL review.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 150 of 431
DOCUMENT No.
INSTRUCTIONS TO VENDORS A620-16-46-TR-6020
Rev. A
Page 4 of 12

18. All fabrication drawings for the reactor (after EIL’s review and incorporation of comments by
vendor) shall be submitted to the process licensor M/s GTC for their review by EIL before
proceeding for fabrication. M/s GTC’s comments shall be incorporated by vendor without any
time and cost implications.

19. Detail Stress Analysis

Finite Element Analysis (FEA) may be used to support vessel/equipment design, where the
configuration is not covered by the available rules in the relevant code of construction. In
such cases, the stress analysis and compliance criteria shall be as per Part 5 of ASME
Section VIII Division 2. However, the basic allowable stresses, applicable load cases, load
case combinations etc. shall be as per the relevant Code of construction. Contractor shall
give description of computer programs along with assumptions and carry out complete
analysis and furnish computer output with results.

- Analysis of shell and head away from discontinuity for all loadings including thermal.

- Complete stress analysis of each nozzle except Manhole M2 at all discontinuities


including welds

- Bottom head to outlet nozzle, shell to Bottom Head and Skirt Junction

- Internal supports to Shell/head Junction

- Manway to Head, Shell to Top Head

- Shell to Quench Nozzle Junction

- Stress analysis of complete reactor including skirt base assembly for all lifting (with
all internals fitted) conditions of reactor considering all loads and impact factor of 2.0

- In addition to above, stress analysis for other portions/areas where design details
are not covered by ASME code formulas and rules

(a) To perform Fatigue and Creep analysis, input data shall be provided to the successful
bidder post award. Design life considered is 30 years

(b) When using FEM for justifying the Code compliance of the design, a complete FEA
report having the elements listed below is required. Some important requirements for
stress analysis are:

1. Finite Element Analysis for local stresses at discontinuities shall be carried out using
three-dimensional (3D) solid elements or axisymmetric solid elements (if applicable)
whenever any component (vessel, nozzle etc.) at the intersection has a ratio of
minimum mean radius of curvature to thickness less than 10.

2. In the FEM model, the length of any component from the intersection shall be
sufficiently large (normally not less than five times of square root of RT, where R is
mean radius of curvature and T is the thickness of the component) so that the effect of
junction discontinuity dies down completely within the modelled portion and the effect
of assumed boundary conditions does not influence the results at the region of
discontinuity.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 151 of 431
DOCUMENT No.
INSTRUCTIONS TO VENDORS A620-16-46-TR-6020
Rev. A
Page 5 of 12

3. Appropriate boundary conditions shall be prescribed so that the stresses at or near


the boundary are reasonably close to the state of stress in the absence of the
discontinuity.

4. The elements used in the discretization of the FEM model shall be well shaped. In
making a finite element model, use smooth transitions to avoid abrupt changes in
mesh sizes. The order of the elements shall preferably be 2nd order or above. The
aspect ratio of an element should ideally be 1 and shall not exceed 2 in case of linear
elements and 5 in case of quadratic or higher order elements. However, at the
junctions/discontinuities the aspect ratio shall be limited to a maximum value of 2. The
corner angles of the elements should be confined to the range 50 to 130 degrees.

5. In case of solid elements, at least three linear or two quadratic elements must be
modelled through the thickness when bending is present.

6. Categorization of stresses shall be done as per Code and checked against allowable
values.

7. The directions of allowable nozzle loads shall be considered in such a way that the
combination of loads produces the maximum stress levels.

8. The analysis for the nozzle/discontinuity that is closely spaced with other
nozzles/discontinuities shall be carried out in a single model to check the overlapping
of areas of stresses according to code.

9. The bulletin WRC 429 - 3D stress criteria guidelines for application may be referred
to.

10. Internationally recognized FEA software like Ansys or Abaqus shall be used for
carrying out the analysis. The report shall contain an executive summary, briefly
describing how the FEA was used to support the design, the FEA model used, the
results of the FEA, and conclusions relating to the FEA results supporting the design
submitted for approval. The stress analysis report submitted for EIL review shall
include but not necessarily be limited to the following:

i) The introduction shall describe the following:

a) The scope of the FE analysis relating to the design and the justification for
using FEA to support the design calculations.
b) A brief description of the numerical method including the name and version of
computer software used for the analysis to understand the applicability, input,
output and validation of the software.
c) Any assumptions used in the analysis.
d) Copy of any literature referred to in the report.

ii) Basic inputs (dimensions, design data, material data, and loads etc.) and
description of model geometry [including element type (2D, 3D), shape, and order
(2nd order or above)] for finite element analysis.

a) Simplification of geometry, if used, must be explained and justified as


appropriate.
b) dimensions of the modelled portions for different components.
c) Material models utilized for all required physical properties (i.e. modulus of
elasticity, Poisson’s ratio, thermal expansion coefficient, thermal conductivity,

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 152 of 431
DOCUMENT No.
INSTRUCTIONS TO VENDORS A620-16-46-TR-6020
Rev. A
Page 6 of 12

thermal diffusivity), strength parameters (i.e. yield and tensile strength), and
strain limits, if applicable, etc.
d) Description of whether material nonlinearity is utilized in the analysis including
a description of the material model (i.e. stress-strain curve and cyclic stress-
strain curve)

iii) Complete description of prescribed boundary and loading conditions used to


address all the applicable load cases and load case combinations and shall also
be shown in figures.

a) When partial models are used (typically based on symmetry), the rationale for
the partial model shall be described with an explanation of the boundary
conditions used to compensate for the missing model sections.
b) Points of application of the external loading (nozzle loads, seismic load etc.).
c) Description (with supporting literature) of any equivalent mathematical model
used for the application of loads.

iv) Description of the numerical analysis procedure (i.e. static analysis, thermal
analysis (temperature and stress), buckling analysis, natural frequency analysis,
dynamic analysis, etc.).

v) Summary of element check (aspect ratio, skewed angle, etc.)

vi) Method used to validate the numerical model (i.e. mesh sensitivity review and
equilibrium check for finite element analysis, e.g. check of hoop stress in
component away from structural discontinuity and a check to ensure that global
equilibrium is achieved between applied loads and reactions at specified boundary
conditions, etc.).

vii) Colour plots of relevant results (numerical model, deformed plots, contour plots of
thermal and stress results, and graphical representation of stress linearization
results for all SCL’s (Stress classification lines) or any other items, wherever
applicable). Local zoomed contour plots, wherever applicable. Black and white
plots are not acceptable.

viii) Description of analysis results (membrane, bending and total) at critical


locations/sections for all individual load cases separately (e.g. pressure load,
individual nozzle load components, thermal load, seismic load) as well as for all
relevant load case combinations. The locations of these stresses must be clearly
shown in the model mentioning the corresponding element/node numbers.

ix) Establishment of the local nature of discontinuity stress by indicating the maximum
extent of spread in terms of square root of RT.

x) Summary of analysis results showing the acceptance criteria as per the


requirements of Part 5 of ASME Section VIII Division 2 for all categories of
stresses for all relevant load combinations. The allowable stress, yield stress and
tensile properties, strain limits, if applicable, etc. listed in the relevant code of
construction shall be considered while satisfying the requirements of Part 5.

xi) The results of any fatigue analysis according to paragraph 5.5 of ASME Section
VIII Division 2, as applicable.

xii) The results of any fatigue evaluation according to ASME Code Case 2605.
Summary and colour plots of relevant results (cyclic stress history and cyclic
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 153 of 431
DOCUMENT No.
INSTRUCTIONS TO VENDORS A620-16-46-TR-6020
Rev. A
Page 7 of 12

strain-strain behaviour of creep-ratcheting analysis model; stress, strain and creep


damage history of creep analysis model; Von-Mises stress and creep damage
contour plots at different time instances)

xiii) A3/A4 size copy of referred/relevant drawings.

xiv) Electronic storage of analysis results including input files and output files that
contain numerical analysis results. It is required that the input files and output
files that contain numerical analysis results utilized to demonstrate compliance
with the requirements of the Division 2 and the Code Case 2605 (if applicable) be
included with the electronic storage.

(c) A stress analysis report, which ignores the above requirements, is liable to be rejected.

20. Calculation of the thermal gradient along the height of skirt under steady state conditions with
the inside of the vessel at operating temperature and with the vessel insulated as specified
in the drawings.

21. All internals shall have minimum thickness as given in Process Licensor's Specification and
shall be designed for loads defined in Licensor's drawings. Process licensor’s specification &
licensor’s drawing shall be provided post award to the successful bidder. However,
preliminary information is provided in the enclosed PDS. The quoted price shall include the
same.

22. Thermal analysis for HOT box shall be conducted.

23. Floating type insulation supports shall be provided as per Sketch (A620-065-16-46-SK-01)

24. Welding of external cleats for platform, piping, insulations, davit etc. is not permitted on
reactor’s outer surface. However, clips for skin thermocouples and steam rings on
inlet/outlet/quench nozzle flanges shall be welded (on outside) by bidder.

25. Thermocouples are to be procured as per PDS / instrumentation document no. A620-065-16-
51-SOW-0001. Thermocouples are to be procured from Licensor approved vendor
list/Internal vendor list (Refer Clause VIII of A620-065-16-51-SOW-0001 for vendor list)

26. Internals shall be procured from licensor approved vendors list , which shall be provided post
award to successful bidder.

27. The reactor shall be transported to site in single piece. The internals (catalyst support grids
and beams, inlet feed diffuser and outlet collector) shall be pre-assembled at shop,
dismantled for packing and shipped loose with reactor. All internals including thermocouples
shall be installed at site by others under the combined supervision of vendor, licensor and
reactor fabricator’s instrument supplier.

28. Refer reactor Mechanical datasheet & internals drawings attached with MR for detail and
thicknesses of various components

29. WELD METAL

a) Welding of SS321 grades shall be carried out by E-347 electrode.

b) Ferrite content of the base metal & weld deposit shall be less than 5%, to prevent
hot cracking.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 154 of 431
DOCUMENT No.
INSTRUCTIONS TO VENDORS A620-16-46-TR-6020
Rev. A
Page 8 of 12

30 Y-section forging, nozzle forgings and cover forgings

(a) For all forgings 50 mm thick and greater, Ultrasonic examination shall be conducted for
the entire volume after final machining with straight beam technique in accordance with
ASTM A 388. In addition, ring forging and hollow forgings shall be examined by angle
beam technique unless wall thickness or geometric configuration makes angle beam
examination impracticable. Acceptance standard shall be as per applicable ASME
Section V.

In addition 100 % ultrasonic examination shall be carried out within 2t of material


thickness of all weld joints prior to welding as per requirements of SA-388. The
maximum acceptable indication shall be 50% or greater loss of back reflection within a
½ inch diameter circle.

(b) Magnetic particle examination shall be conducted on all inner and outer surfaces after
final machining as per ASME Sec V. Magnetic particle examination by wet fluorescent
technique shall be performed before welding on all weld bevels.

(c) Liquid penetrant examination shall be conducted on all inner and outer surface after
final machining as per ASME Sec.V.

31. Hardness of forging & plates shall not exceed 235 BHN. Hardness requirement shall be
conducted by portable hardness tester EQUOTIP or equivalent.

General Instructions

1. All materials including those used for internals shall be procured with stage-wise inspection.
Stagewise and final inspection of equipments and its components shall be carried out as
follows:

a) For Foreign Vendors: Stagewise & final inspection of the equipment including all
components and internals shall be carried out by third party inspection agency. Quoted
price shall include for the same.

b) For indigenous Vendors: EIL shall be inspection agency for equipments and its
indigenous components. Incase internals/forging/plates etc. are procured from abroad,
the inspection shall be carried out by third party inspection agency. Quoted price shall
include for the same. Charges for EIL inspection shall be borne by the M/s BPCL.

c) For acceptable third party inspection agencies refer commercial documents.

Fabrication shall not commence before their approval except as noted at Sl. No. 2 & 3.

2. Raw material procurement may proceed prior to approval of vendor drawings on the basis of
Material Requisition and all testing and agency for testing shall be arranged by Vendor.

3. Shell rolling/welding and dished - head fabrication shall commence without awaiting
fabrication drawing approval. Inspection shall be carried out in accordance with Purchase
Requisition documents till approved fabrication drawings are available.

4. Material for shell, dished ends and skirt shall be considered as major raw material wherever
identification of major raw material is one of the payment milestones.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 155 of 431
DOCUMENT No.
INSTRUCTIONS TO VENDORS A620-16-46-TR-6020
Rev. A
Page 9 of 12

5. Purchase requisition shall be issued within two weeks of Fax of intent (FOI). Final nozzle
sizes (without any holds) shall be issued along with purchase requisition or latest within one
month of Fax of intent (FOI).

6. Nozzle orientation of the equipment shall be issued latest by mid of contractual delivery
period reckoned from date of issue of Fax of intent (FOI).

7. Pipe support/structural clip details shall be issued latest by three months before contractual
delivery date.

8. Minimum course width shall be 1 metre. Maximum no. of longitudinal seams shall be as
follows:
( a) vessels upto 2 metre diameter : 1 seam
( b) vessels from 2 metre upto 4 metre dia. : 2 seam
( c) vessels from 4 metre upto 6 metre dia. : 3 seam
( d) vessels from 6 metre upto 10 metre dia. : 9 seam

In any case, distance between two longitudinal seams shall not be less than 3 metre.

9. If any discrepancy is found during design and fabrication stages, the fabricator shall inform
EIL immediately and shall obtain necessary clarification/approval before proceeding with that
portion of the job any further. EIL's review of fabricator's drawings and documents must not
be considered as a check and shall not relieve the fabricator of his responsibilities to supply
equipment as per requisition. Fabricator shall remain responsible for conflicts between his
drawings/documents and EIL drawings/documents.

10. English language and metric units shall be used in all documents. Drawings shall be prepared
in prescribed sizes as standardised by bureau of indian standards (BIS) and shall be
preferably in the sizes such as 210 x 297, 297 x 420, 420 x 597, 597 x 841, 841 x 1189 mm.

11. All fabricator's drawings submitted to EIL shall be based on purchase requisition and shall
bear reference number and revision of the corresponding EIL drawings. In addition, it shall
indicate item number, client's name, project name, fabricator's name, purchase order number,
purchase requisition number,,drawing number, revision number etc. all in the lower right hand
corner. All revisions shall be clearly marked by encircling with revision marks.

12. Submission of required drawings/documents shall be the responsibility of fabricator. In the


event of fabricator's failure to meet this requirement, the supply of equipment shall be
considered as incomplete.

13. Preparation & Submission of Document Control Index (DCI):

a). Vendor shall prepare Document Control Index (list of those drawings, which are
to be submitted to EIL along with the submission dates for each drawing)
within 15 days of placement of FOI. Vendor shall strictly adhere to this drawing
submission schedule. Successful bidder shall submit DCI and all the vendor
data through vendor portal (http://edocx.eil.co.in:7001/vportal) only. The detail
guidelines for uploading the documents on vendor portal are available on the
site itself.

b). Vendor to note that unscheduled documents (documents which are not listed in
DCI) shall not be accepted by EIL. All vendor drawings/documents shall be
submitted as scheduled document only

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 156 of 431
DOCUMENT No.
INSTRUCTIONS TO VENDORS A620-16-46-TR-6020
Rev. A
Page 10 of 12

14. All drawings shall be thoroughly checked and duly signed by fabricator. Unchecked drawings
and drawings without revisions clearly marked shall be returned without review. Successive
review of the same fabricator's drawing shall apply only to EIL's latest data sheet/comments
on the previous revision. Drawings and documents returned to fabricator for revision shall be
resubmitted preferably within ten days of receipt.

15. Dimensions of all flanges shall be as per ANSI B16.5 for nozzle sizes 24"NB and below and
as per ANSI B16.47 Series B for sizes greater than 24"NB, unless otherwise stated.

16. Fabrication drawings shall be submitted in following stages:

Stage-I

- General arrangement drawing indicating design data, fabricated equipment's weight,


general notes, nozzle schedule, detail of shell, heads, skirt/supporting arrangement, main
weld seams, nozzle orientation plan, cutting layout (in case of free issue material) etc.

- Detail of all nozzles, manholes, accessories etc.

- Bill of material for each item showing part size, quantity, material specification, scope of
supply and weight etc.

Stage-II

- Detail of internals

- Detail of internal distributor, demister support and packing support etc.

- Detail of external clips for ladder, platform, pipe support, insulation, fire proofing, pipe davit,
lifting lugs, supports etc.

- Shell development drawing incorporating all attachments and weld seams.

- Bill of material for each item showing part size, quantity, material specification, scope of
supply and weight etc.

- In case of owner's free issue plate material, fabricator shall submit plate cutting diagram for
EIL's approval.

17. After receipt of order, fabricator shall submit to EIL, the planning of fabrication which shall
indicate the details and scheduled date of :

- Sub orders.

- Purchase of materials such as plates, pipes, forged flanges, bolting, gaskets, etc.

- Start of fabrication of dished ends and shell, welding of shell and heads.

- Welding of nozzles and external attachments such as cleats etc.

- Phased programme of shop fabrication of equipment section, shop assembly, testing and
despatch to site.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 157 of 431
DOCUMENT No.
INSTRUCTIONS TO VENDORS A620-16-46-TR-6020
Rev. A
Page 11 of 12

This planning shall be established to extend from purchasing of equipment components to the
end of fabrication and delivery of equipment.

18. All drawings shall be drawn in AUTOCAD R-14.No hand drawn drawings shall be accepted.
All residual calculations shall be computerised.

19. Documents and letters shall be furnished in electronic format. The software used shall be as
follows.

a) MS OFFICE 2000 or above


b) ADOBE ACROBAT 5.0 & ABOVE

20. In case of owner's free issue plate material, fabricator shall tabulate each plate detail as per
following table:

Plate No./ Material Size of Plate Equipment Ref. Dwg. Part


Plate mark Specification Thk x Width x Length Number No. number and
(mm) x (M) x (M) qty.

Size of Plate Heat/ Plate Weight Used plate Burnout


Thk x Width x Length sample (Kgs.) weight (Kgs.) losses
(mm) x (M) x (M) number (Kgs.)

Returnable offcut Returnable offcut Non returnable scrap Remarks


size with sketch weight (Kgs.) weight (Kgs.)
Fabricator shall be allowed 2% burnout losses against the material consumed in case of
pressure vessels and 1% in case of storage tanks and spheres unless otherwise specified. In
general purchase conditions.all offcuts of width 800mm and perimeter 2400mm in carbon
steel materials and 150mm width and perimeter 1500mm in stainless steel materials shall be
returned to owner, unless otherwise specified. Returnable offcuts shall have original plate
markings transferred and duly stamped by inspector. All other non returnable scrap shall be
sold by fabricator on the basis of owner's instructions and approval.

21. Words “fabricator”, “vendor”, “contractor” appearing any where in the MR/Specifications/
Standards etc. shall be read as “bidder”.

22. Further to pt. No. 8 of General Instructions; Bidder to note that interference of nozzles
with circumferential seams is not acceptable. However, vendor to take suitable care to
avoid fouling of external/internal attachments with C-seams. Vendor to submit shell
development for in the Ist submission.

23. Vendor shall note that the vendor drawing for the following standard components shall not be
reviewed by EIL. It shall be solely vendor's responsibility to ensure the correctness of these
drawings as per EIL Standards and Drawings. If any discrepancy / mistake is found at a later
date the vendor shall rectify the same at his time and cost.

- Manhole davit/ hinge arrangement & Ladder rungs


- Pipe Davit
- EIL Name plate, Manufacturer's Nameplate, Nameplate bracket
- Skirt (Pipe) opening details, Access Opening Details, Skirt vent.
- Lifting lugs (Standard Type)
- Fireproofing and Insulation Support

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 158 of 431
DOCUMENT No.
INSTRUCTIONS TO VENDORS A620-16-46-TR-6020
Rev. A
Page 12 of 12

- Earthing lug
- Pipe support cleats and ladder and platform cleats (Fouling of external support cleats ( if
any), shall be highlighted to EIL along with shell development drawing and suggestion for
resolution)
However, all these above listed drawing shall be submitted in a separate drawing for
information to EIL ensuring adherence to all the respective EIL Standards and Drawings.
Clarifications (if any) shall be obtained by Vendor from EIL before fabrication.

24. Standard Inspection and test plans are attached with requisition for guidance. Vendor shall
submit inspection test plans for the approval of visiting inspection engineer. Inspection shall
take care of all the requirements of specifications. Inspection engineer has the authority to
modify the plan depending on the criticality of the item.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 159 of 431
INSTRUMENTATION JOB Document No.
SPECIFICATION AND SCOPE OF A620-065-16-51-SOW-0001
WORK & SUPPLY FOR Rev A
ISOM REACTOR,
ISOM PROJECT, BPCL-MUMBAI Page 1 of 8

INSTRUMENTATION JOB SPECIFICATION AND


SCOPE OF WORK &
SUPPLY FOR REACTOR
(ISOM REACTOR1: 65-NNR-571)

PROJECT : CONVERSION OF EXISTING


CRU TO ISOM & NHDS TO NHT, BPCL MUMBAI
REFINERY
OWNER : BPCL-MUMBAI REFINERY
CONSULTANT : ENGINEERS INDIA LTD.
JOB NO. : A620

MR NO. : A620-065-RA-MR-6020

A 01.08.14 ISSUED FOR BIDS RRS SM SM


Rev. Prepared Checked Approved
Date Purpose
No by by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 160 of 431
INSTRUMENTATION JOB Document No.
SPECIFICATION AND SCOPE OF A620-065-16-51-SOW-0001
WORK & SUPPLY FOR Rev A
ISOM REACTOR,
ISOM PROJECT, BPCL-MUMBAI Page 2 of 8

CONTENTS

I. SCOPE

II. MULTIPOINT TEMPERATURE ELEMENT ASSEMBLY

III. PROVEN TRACK RECORD

IV. MISCELLENEOUS REQUIREMENT

V. VENDOR DATA REQUIREMENT

VI. TECHNICAL COMPLIANCE STATEMENT

VII. LIST OF ATTACHMENTS

VIII. VENDOR LIST FOR SPECIAL TEMPERATURE ELEMENTS

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 161 of 431
INSTRUMENTATION JOB Document No.
SPECIFICATION AND SCOPE OF A620-065-16-51-SOW-0001
WORK & SUPPLY FOR Rev A
ISOM REACTOR,
ISOM PROJECT, BPCL-MUMBAI Page 3 of 8

I. SCOPE

Reactor vendor’s scope shall include the following: -

1. Basic Design & Engineering, Procurement, Shop testing & Supply of all Temperature
Elements including fabrication of their supports / fixing arrangements of all Reactor
Temperature Elements as specified.

2. Supervision of Installation and testing of Multi point Flexible Thermocouples at site.


Thermocouple shall be installed at site by third party under the supervision of
Thermocouple supplier. Reactor vendor shall ensure the presence of Thermocouple
supplier during installation and testing at site.

3. Static model of Thermocouple for each Tag shall be supplied to Reactor Vendor
manufacturing shop for providing necessary supports during fabrication of the Reactors.

4. Submission of all necessary specifications, drawings/ documents.

5. Co-ordination with temperature instrument items supplier(s) / sub-vendor(s).

6. The above scope shall supersede any scope indicated otherwise in licensor
drawing/documents.

II. MULTIPOINT TEMPERATURE ELEMENT ASSEMBLY:

1. Vendor shall provide K-type Multipoint Duplex Flexible temperature element (Grounded
junction having electrical properties & tolerances (max. ±1°C) meeting the requirement
of IEC-60584-2) complete assembly including all required accessories for its installation
and commissioning with flange including spares for following Reactor:

ISOM Reactor 1 (65-NNR-571):

Vendor shall provide the Multipoint Duplex Thermocouples as per M/s GTC
Technology’s Reactor process data sheet for ISOM Reactor1 (65-NNR-571) attached
elsewhere in the MR and as per specification indicated below.

2. The sheath size and material shall be suitable for reactor inlet specification given in the
above documents and the same shall be enclosed in a tube.

3. Actual sheath length shall be determined by Reactor Vendor such that the
Thermocouple elements reach the desired sensing point (in accordance with the
approved Reactor Drawing) and while routing the sheath along with its tube, they are
firmly supported and protected from damage.

4. Vendor shall supply secondary pressure containment chamber / sealing arrangement


along with pressure gauge for each thermocouple assembly.
Vendor to provide Reactor entry fittings, High Pressure unions in the secondary
pressure containment chamber / sealing arrangement through which thermocouple
sheath will be taken out for lead wire connection to thermocouple head junction box.
Materials of all the fittings shall be of SS suitable for reactor design temperature. Liquid
filled Pressure Gauge (0 -100 Kg/Cm2) shall be provided with double block and bleed
gate valve.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 162 of 431
INSTRUMENTATION JOB Document No.
SPECIFICATION AND SCOPE OF A620-065-16-51-SOW-0001
WORK & SUPPLY FOR Rev A
ISOM REACTOR,
ISOM PROJECT, BPCL-MUMBAI Page 4 of 8

5. Thermocouple extension lead assembly for connection to remote yoke mounted


Junction Boxes shall be through suitable SS conduit with proper fittings. Extension
leads shall be 20 AWG Type K thermocouple wire with SS braided jacket. Transition
from each sheath to the extension lead wire shall include Swagelok/ Parker make fitting
of SS material.

6. Thermocouple connections to the remote mounted Temperature Transmitters


(Transmitter by purchaser) shall be through the yoke mounted Junction Box
weatherproof to IP-65 complete with Type K screw type thermocouple terminals for all
T/Cs and terminals for cable shields (each element of dual T/C shall be terminated at
junction box with separate cable shield for each element), T/C extension lead wire entry
fittings with ground lugs. Terminal shall be permanently marked with tag numbers and
polarity.

7. The Junction Box and accessories for mounting junction box shall be provided by
vendor for the multipoint thermocouple assemblies of each reactor. For each nozzle T1-
T6 one no. Junction Box shall be provided. Each Junction box shall be provided with 5
nos. of 1.5” NPT (F) suitable cable entry for the entry of thermocouple extension
multipair cables with suitable weatherproof cable glands for purchaser cable entry and
plugs for plugging spare entry. Junction box shall also be provided with requisite no. of
entries for vendor supplied flexible duplex T/Cs (at each nozzle) extension leads. All
junction boxes shall be provided with FRP canopies.

8. Length of the extension cable from each thermocouple head to Junction box shall be 10
meter as minimum. However provision shall also be kept for providing head (integrally)
mounted junction boxes.

9. The design and construction of multipoint thermocouple shall provide high mechanical
strength for use in high temperature environment.
10. Vendor shall indicate the space/ clearance required for installation of junction box
including the sealing assembly along with the offer.
11. All Thermocouples shall be connected with intrinsically safe certified temperature
transmitters supplied by purchaser (IEC Zone-I Gas Gr.IIC).

12. All thermocouples shall be calibrated as per IEC-60584.


13. Terminal Head enclosure Material and Junction Boxes shall be SS 316 (weatherproof to
IP-65).

14. All the flexible thermocouples inside reactor shall be at the same elevation of the
thermowell nozzle.

15. Detail support drawings along with the thermocouple drawings shall be submitted by
vendor for review by Purchaser/ Licensor during detail engineering stage.

16. Nozzle projection length and insulation thickness of the reactor shall be decided during
detail engineering.

17. Flange material, rating, facing and finish for multi point thermocouple shall be same as
reactor nozzle flange.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 163 of 431
INSTRUMENTATION JOB Document No.
SPECIFICATION AND SCOPE OF A620-065-16-51-SOW-0001
WORK & SUPPLY FOR Rev A
ISOM REACTOR,
ISOM PROJECT, BPCL-MUMBAI Page 5 of 8

18. Reactor thermocouple assembly/ TW flange shall be welded and tested at


manufacturer’s works. Assembling the thermowell flange with thermocouple at site and
conducting test at site shall not be permitted.
19. Mandatory spares:
The following spare T/C elements (Duplex) shall be supplied as mandatory spares and
price shall be included as part of base offer.
10% or minimum 1 Number of each length considered with accessories for mounting
(as applicable). The exact number of spares shall be verified during detail engineering
based on the actual lengths considered.
20. Vendor shall follow the Inspection and Testing requirements as per Thermocouple
Inspection & Testing requirements.

III PROVENNESS TRACK RECORD (PTR)

The thermocouple assemblies shall be supplied from the following Vendors:

1. Multi point Flexible Duplex Thermocouple Assemblies – As per Recommended


Vendors of Licensor M/s GTC i.e. CatTrackery ("Daily Thermetrics") or
equivalent. Vendor shall follow vendor list as furnished in this MR.

However the model and type shall be proven for similar application in hydrocarbon
industry for 4000 hours continuous operation. The Proven Track Record (PTR) for the
same shall be provided.

IV MISCELLENEOUS REQUIREMENT

1. All Thermocouple terminals shall be vibration proof.

2. Each Thermocouple item/assembly shall be provided with SS Tag plates for proper
identification.

3. Welded construction shall be provided for the thermocouples inserted through the
flange. All welds shall be full penetration type and shall be 100% radiographed Where
ever radiography is not possible vendor shall carry out Ultrasonic testing and fluorescent
magnetic particle test. In addition, helium leak test shall be carried out for element to
thermowell blind flange weld and housing to thermowell blind flange weld. Welding shall
be carried out as per the procedure specified elsewhere

4. Softcopy of all instrumentation documentation shall be submitted in editable format for


loading into purchaser’s Documentation Node. Vendor to ensure that all’ final as-built
instrumentation documentation are submitted as separate volume / section.

5. Any Instrument loose supplied items are to be packed separately instead of packing the
same with other mechanical items while shipping to site.

6. The package vendor shall generate and submit all instrument datasheets /
specifications.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 164 of 431
INSTRUMENTATION JOB Document No.
SPECIFICATION AND SCOPE OF A620-065-16-51-SOW-0001
WORK & SUPPLY FOR Rev A
ISOM REACTOR,
ISOM PROJECT, BPCL-MUMBAI Page 6 of 8

V VENDOR DATA REQUIREMENT:

Following drawing documents shall be required after award of contract:

Sr. Description Review Records Remarks


No.

1 Documents / drawings list with 


schedule of submission

2 Datasheets for all type  Note-1


thermocouples (including catalog
with model decoding)

3 Sub-vendor list 

4 Design calculations 

5 General Arrangement Drawing 

6 Detail of Thermowell supports and 


Thermocouple Assembly

7 Instrument Installation drawing 


which shall indicate the requirement
of various installation materials
required for installation of each
thermocouple assemblies.

9 Installation, operation and
maintenance manuals

10 As-built drawings/ documents

Notes:

1. Vendor shall furnish instrument data sheets (as per ISA format) for each tag
incorporating necessary material selection, make and model nos. Vendor can use in-
house data sheet formats, provided those contain all information as per ISA formats, as
a minimum. Any necessary change required later for meeting the specification shall be
done by the vendor without any price or delivery implications. While filling the
instruments data sheets, the above shall be taken care:

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 165 of 431
INSTRUMENTATION JOB Document No.
SPECIFICATION AND SCOPE OF A620-065-16-51-SOW-0001
WORK & SUPPLY FOR Rev A
ISOM REACTOR,
ISOM PROJECT, BPCL-MUMBAI Page 7 of 8

VI TECHNICAL COMPLIANCE STATEMENT

Bidder must furnish answers/clarifications/ confirmations of all the following queries


and submit along with offer.

S. COMPLIANCE STATEMENT / QUERY BIDDER’S CONFIRMATION/ANSWER


No.

1 This Technical Questionnaire with categorical


confirmation against each of the clauses,
deviation, if any, against the applicable
specifications and codes shall be duly
consolidated at one place (under Exceptions /
deviations list) by the bidder. In case no
deviations are furnished, it will be presumed
that all requirements are fully met and
complied with, by the bidder. Any deviations/
deletions/ corrections made by the bidder
elsewhere will not be taken cognizance of and
all such deviations shall deem to have been
withdrawn by the bidder.
2 Confirm categorical compliance to the scope of
work and specifications drawing and document
in the bid package, and all other equipment,
materials and work not explicitly mentioned but
nevertheless required to fulfill the functional
requirements which shall be deemed to be
included in the scope of bidder with no
additional cost and time implication to the
owner.
3 Confirm that the all instrumentation items, its
accessories etc. supplied shall
CatTrackery("Daily Thermetrics") or equivalent
as per the VENDOR LIST attached/furnished
with bid package.
4 Compliance to Drawings/ Documents
requirements for owner’s/PMC review
5 Compliance to Mandatory Spare Parts
requirements

Notes-

1. The Bidder shall indicate his reply in the space provided in the Technical
Questionnaire. In case space provided is not adequate, the reply may be furnished
separately under suitably numbered annexure / attachments duly referred against the
comment / query.
2. The Compliance Statements / Queries are required to be categorically confirmed /
answered by the bidder and the completely filled in Tech questionnaire shall be
submitted together with the Bid.

Bidder’s Signature and


Stamp

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 166 of 431
INSTRUMENTATION JOB Document No.
SPECIFICATION AND SCOPE OF A620-065-16-51-SOW-0001
WORK & SUPPLY FOR Rev A
ISOM REACTOR,
ISOM PROJECT, BPCL-MUMBAI Page 8 of 8

VII LIST OF ATTACHMENTS

1. Inspection & test plan for thermocouples, RTDs & thermowells (6-81-2042)
2. Standard Specification for Thermocouples ,RTDs and Thermowells(6-52-0042)

VIII VENDOR LIST FOR SPECIAL TEMPERATURE ELEMENTS

1. ABB AUTOMATION LTD (MANF LOCATION: ABB AUTOMATION LTD, UK)


2. DAILY THERMETRICS CORPORATION
3. GAYESCO LLC
4. PYRO-ELECTRIC INSTRUMENTS GOA PVT LTD (NOT CAPABLE TO SUPPLY T/WELLS OF
SS446 MATL.)
5. THERMAL INSTRUMENT (I) P LTD (GEN.INST.)
6. THERMO ELECTRIC CO. INC
7. TM TECNOMATIC SPA
8. THERMO-COUPLE PRODUCTS
9. THERMO-ELECTRA B.V

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 167 of 431
DOCUMENT No.
ALLOWABLE A620-16-46-ST-0038
PIPING LOADS Rev. 0
Page 1 of 6

ALLOWABLE
PIPING LOADS

0 30/7/14 ISSUED AS JOB STANDARD PB KRK BBC


Rev. Prepared Checked
Date Purpose Approved by
No by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 168 of 431
DOCUMENT No.
ALLOWABLE A620-16-46-ST-0038
PIPING LOADS Rev. 0
Page 2 of 6

NOTES:

1.1 Each process nozzle of equipment shall be analysed for the loads provided in this
standard.
1.2 These loads shall be considered to be acting simultaneously with internal/external design
pressure. Allowable stress shall be as per applicable Design code.
1.3 Stress calculations shall be carried out as per WRC Bulletin No. 107/297. WRC 107 shall
be used for Nozzles on Dished ends and WRC 297 shall be used for Nozzles on
Cylindrical Shell.
1.4 In case of failure due to WRC, FEM analysis/PD 5500 analysis can be carried out to
establish the adequacy of provided configuration.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 169 of 431
DOCUMENT No.
ALLOWABLE A620-16-46-ST-0038
PIPING LOADS Rev. 0
Page 3 of 6

CARBON STEEL AND LOW ALLOY EQUIPMENTS


CLASS 150 AND CLASS 300
NOZZLE SIZE FA FL FC MT ML MC
(NB)
(IN MM) (Kgf) (Kgf) (Kgf) (Kgf-m) (Kgf-m) (Kgf-m)
50 135 200 200 50 40 30
80 202 300 300 112 90 67
100 270 400 400 200 160 120
150 405 600 600 450 360 270
200 540 800 800 800 640 480
250 675 1000 1000 1250 1000 750
300 810 1200 1200 1800 1440 1080
350 945 1400 1400 2450 1960 1470
400 1080 1600 1600 3200 2560 1920
450 1215 1800 1800 4050 3240 2430
500 1350 2000 2000 5000 4000 3000
600 1620 2400 2400 7200 5760 4320
650 1755 2600 2600 8450 6760 5070
700 1890 2800 2800 9800 7840 5880
750 2025 3000 3000 11250 9000 6750
800 2160 3200 3200 12800 10240 7680
850 2295 3400 3400 14450 11560 8670
900 2430 3600 3600 16200 12960 9720
950 2565 3800 3800 18050 14440 10830
1000 2700 4000 4000 20000 16000 12000
1050 2835 4200 4200 22050 17640 13230
1100 2970 4400 4400 24200 19360 14520
1150 3105 4600 4600 26450 21160 15870
1200 3240 4800 4800 28800 23040 17280
1250 3375 5000 5000 31250 25000 18750
1300 3510 5200 5200 33800 27040 20280
1350 3645 5400 5400 36450 29160 21870
1400 3780 5600 5600 39200 31360 23520
1450 3915 5800 5800 42050 33640 25230
1500 4050 6000 6000 45000 36000 27000

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 170 of 431
DOCUMENT No.
ALLOWABLE A620-16-46-ST-0038
PIPING LOADS Rev. 0
Page 4 of 6

CARBON STEEL AND LOW ALLOY EQUIPMENTS

CLASS 600 AND ABOVE

NOZZLE SIZE FA FL FC MT ML MC
(NB)

(IN MM) (Kgf) (Kgf) (Kgf) (Kgf-m) (Kgf-m) (Kgf-m)

50 168 250 250 62 50 37


80 253 375 375 140 112 84
100 337 500 500 250 200 150
150 506 750 750 562 450 337
200 675 1000 1000 1000 800 600
250 843 1250 1250 1562 1250 937
300 1012 1500 1500 2250 1800 1350
350 1181 1750 1750 3062 2450 1837
400 1350 2000 2000 4000 3200 2400
450 1518 2250 2250 5062 4050 3037
500 1687 2500 2500 6250 5000 3750
600 2025 3000 3000 9000 7200 5400
650 2193 3250 3250 10562 8450 6337
700 2362 3500 3500 12250 9800 7350
750 2531 3750 3750 14062 11250 8437
800 2700 4000 4000 16000 12800 9600
850 2868 4250 4250 18062 14450 10837
900 3037 4500 4500 20250 16200 12150
950 3206 4750 4750 22562 18050 13537
1000 3375 5000 5000 25000 20000 15000
1050 3543 5250 5250 27562 22050 16537
1100 3712 5500 5500 30250 24200 18150
1150 3881 5750 5750 33062 26450 19837
1200 4050 6000 6000 36000 28800 21600
1250 4218 6250 6250 39062 31250 23437
1300 4387 6500 6500 42250 33800 25350
1350 4556 6750 6750 45562 36450 27337
1400 4725 7000 7000 49000 39200 29400
1450 4893 7250 7250 52562 42050 31537
1500 5062 7500 7500 56250 45000 33750

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 171 of 431
DOCUMENT No.
ALLOWABLE A620-16-46-ST-0038
PIPING LOADS Rev. 0
Page 5 of 6

STAINLESS STEEL EQUIPMENTS

ALL CLASSES

NOZZLE FA FL FC MT ML MC
SIZE (NB)

(IN MM) (Kgf) (Kgf) (Kgf) (Kgf-m) (Kgf-m) (Kgf-m)

50 135 200 200 50 40 20


80 202 300 300 112 90 45
100 270 400 400 200 160 80
150 405 600 600 450 360 180
200 540 800 800 800 640 320
250 675 1000 1000 1250 1000 500
300 810 1200 1200 1800 1440 720
350 945 1400 1400 2450 1960 980
400 1080 1600 1600 3200 2560 1280
450 1215 1800 1800 4050 3240 1620
500 1350 2000 2000 5000 4000 2000
600 1620 2400 2400 7200 5760 2880
650 1755 2600 2600 8450 6760 3380
700 1890 2800 2800 9800 7840 3920
750 2025 3000 3000 11250 9000 4500
800 2160 3200 3200 12800 10240 5120
850 2295 3400 3400 14450 11560 5780
900 2430 3600 3600 16200 12960 6480
950 2565 3800 3800 18050 14440 7220
1000 2700 4000 4000 20000 16000 8000
1050 2835 4200 4200 22050 17640 8820
1100 2970 4400 4400 24200 19360 9680
1150 3105 4600 4600 26450 21160 10580
1200 3240 4800 4800 28800 23040 11520
1250 3375 5000 5000 31250 25000 12500
1300 3510 5200 5200 33800 27040 13520
1350 3645 5400 5400 36450 29160 14580
1400 3780 5600 5600 39200 31360 15680
1450 3915 5800 5800 42050 33640 16820
1500 4050 6000 6000 45000 36000 18000

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 172 of 431
DOCUMENT No.
ALLOWABLE A620-16-46-ST-0038
PIPING LOADS Rev. 0
Page 6 of 6

1.5 For nozzle sizes higher than that tabulated above vendor to calculate nozzle loads as per
tables below:

CARBON STEEL AND LOW ALLOY EQUIPMENTS

ALL CLASSES

NOZZLE
FA FL FC MT ML MC
SIZE (NB)

(IN INCH) (N) (N) (N) (N-m) (N-m) (N-m)


2 2 2
D K X 1250 X D K X 1250 X D K X 1250 X D K X 125 X D K X 100 X D K X 75 X D

STAINLESS STEEL EQUIPMENTS

ALL CLASSES

NOZZLE
FA FL FC MT ML MC
SIZE (NB)

(IN INCH) (N) (N) (N) (N-m) (N-m) (N-m)


2 2 2
D K X 1250 X D K X 1250 X D K X 1250 X D K X 125 X D K X 100 X D K X 50 X D

VALUE OF K FLANGE RATING


1.00 150#-300#
1.25 600#
1.50 900#
1.80 1500#
2.00 2500#

“D” IS NOM. DIA OF NOZZLE IN INCH.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 173 of 431
Page 174 of 431
Page 175 of 431
Page 176 of 431
Page 177 of 431
Page 178 of 431
Page 179 of 431
Page 180 of 431
Page 181 of 431
Page 182 of 431
Page 183 of 431
Page 184 of 431
Page 185 of 431
Page 186 of 431
Page 187 of 431
Page 188 of 431
Page 189 of 431
Page 190 of 431
Page 191 of 431
Page 192 of 431
Page 193 of 431
Page 194 of 431
Page 195 of 431
Page 196 of 431
Page 197 of 431
Page 198 of 431
Page 199 of 431
Page 200 of 431
Page 201 of 431
Page 202 of 431
Page 203 of 431
Page 204 of 431
Page 205 of 431
Page 206 of 431
Page 207 of 431
Page 208 of 431
Page 209 of 431
Page 210 of 431
Page 211 of 431
Page 212 of 431
Page 213 of 431
Page 214 of 431
STANDARD SPECIFICATION STANDARD SPECIFICATION No
ria
itge.n 99:5,s,
Oziei ENGINEERS
INDIA LIMITED
FOR ERECTION OF EQUIPMENT
& MACHINERY
6-76-0001 Rev. 3
Page 1 of 22

6*k-cm vd zit *r TWIT


tq &Hot Far4t2T
STANDARD SPECIFICATION
FOR
ERECTION OF EQUIPMENT &
MACHINERY

2 03.09.2008 Revised & Reissued DM PKR AA VC

1 30.05.2008 Revised & Reissued DM PKR AA VC

0 25.04.2001 Issued as Standard Specification DM AM MR MI


Standards Standards
Committee Bureau
Rev. Prepared Checked
Date Purpose Convenor Chairman
No by by
Approved by

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


Page 215 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
zier ENGINEERS
ERECTION OF EQUIPMENT &
INDIA LIMITED 6-76-0001 Rev. 3
SiglIT °far IA Gobi of India Undetakingi MACHINERY Page 2 of 22

Abbreviations:

ASME American Society of Mechanical Engineers


EC Erection Contractor
EIC Engineer-in-charge
ELCB Earth Leakage Circuit Breaker
GAD General Arrangement Drawing
IS Indian Standard
NDT Non Destructive Testing
SS Stainless Steel

General Engg. Standards Committee

Convenor : Mr. Vinay Kumar


Members : Mr. S. Chanda
Mr. J.M. Singh
Mr. D. Khare
Ms.Vartika Shukla
Mr. M.P. Jain
Ms. N.P. Guha
Mr. Rakesh Nanda

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

Page 216 of 431


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
fazieT to ENGINEERS
Ogelf laliteS INDIA LIMITED ERECTION OF EQUIPMENT & 6-76-0001 Rev. 3
MACHINERY Page 3 of 22

CONTENTS

1.0 SPECIFICATION FOR ERECTION OF EQUIPMENT AND MACHINERY 4

2.0 ERECTION OF COLUMNS, TANKS, VESSELS AND DRUMS ETC 5

3.0 ERECTION OF MECHANICAL EQUIPMENT 8

4.0 HEAT AND MASS TRANSFER EQUIPMENT 10

5.0 ERECTION OF ROTATING EQUIPMENT 16

6.0 EQUIPMENT GROUTING 19

7.0 REFERENCE EIL STANDARDS/ SPECIFICATIONS 22

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


Page 217 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
INDIA LIMITED ERECTION OF EQUIPMENT & 6-76-0001 Rev. 3
A O,l of India underlakPrigi MACHINERY Page 4 of 22

1.0 SPECIFICATION FOR ERECTION OF EQUIPMENT AND MACHINERY

1.1 Scope

This specification covers technical requirements for erection of all static and rotating
equipment by erection contractor at site. This specification is applicable for all the erection
tenders operated by EIL.

1.2 General

1.2.1 All necessary handling equipments, tools, tackles and precision instruments for carrying out
the works as specified shall be provided by the Erection Contractor (EC) at his cost. EC must
provide all tools and gauges for erection and alignment. Special tools, if any, received as part
of machinery, will be given to EC for erection purposes, which shall be returned in good
condition after use. Suitable deductions will be made by the Engineer-in-Charge (EIC) in
case of loss or damage of the special tools. The value of such loss or damage will be decided
by the EIC and EC shall be bound by such a decision.

1.2.2 Equipment Manufacturer's recommendations regarding preservation during storage at site and
detailed specifications for the installation alongwith layout drawings, general
arrangement/equipment outline drawings and sub-assembly drawings of the various equipment
and machinery will be provided to EC during the performance of work. The requirements
stipulated in these shall be fulfilled by EC in addition to what is stated in this specification.
Erection shall be carried out as per the instructions and supervision of Machinery
manufacturer's representative, wherever such supervisory services are applicable.

1.2.3 All the items of work covered in the tender shall be carried out as per this Specification and
other details to be furnished to EC. However, EIC reserves the right to give
additional/alternative specifications and instructions, at any time, for execution of any
particular work and EC shall execute such works in accordance with such
additional/alternative specifications and instructions of the EIC. Such a step taken by the EIC
shall not constitute a breach of the contract.

1.3 Preparation for Erection

1.3.1 EC shall be responsible for organising the lifting of the equipment in the proper sequence, so
that orderly progress of the work is ensured and access routes for erecting the other equipment
are kept open.

Rigging procedure for all the major lifts (above 10 MT) and at maximum crane capacity shall
be submitted by EC for the approval of EIC. However, approval to rigging procedure
proposed by EC shall not relieve EC from his responsibility in following the proper
lifting/erection methods on ensuring orderly .

1.3.2 Orientation of all foundations, elevations, length and disposition of anchor bolts and diameter
of holes in the supports saddles shall be checked by EC, well in advance. Minor rectifications
including chipping of foundations as the case may be, shall be carried out by EC after
obtaining prior approval of EIC. EC shall also be provided with the necessary structural
drawings and piping layouts etc. wherever required for reference. EC shall crosscheck such
piping and structural drawings with actual construction at site and in case of any mismatch
inform the EIC before taking up the erection.

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

Page 218 of 431


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
INDIA LIMITED ERECTION OF EQUIPMENT & 6-76-0001 Rev. 3
5fgar fakres IA Govl 01 haw undeptakingl MACHINERY Page 5 of 22

1.3.3 During the performance of the work, EC shall keep structures, materials or equipments
adequately braced by guys, struts or otherwise approved means which shall be supplied and
installed by EC as required till the installation work is satisfactorily completed. Such guys,
shoring , bracing, strutting, planking supports etc. shall not interfere with the work of other
agencies and shall not damage or cause distortion to other works executed by him or other
agencies.

2.0 ERECTION OF COLUMNS, TANKS, VESSELS AND DRUMS ETC.

2.1 Scope of work of Erection Contractor

(a) Preparation of erection scheme and rigging procedure and obtaining its approval from
EIC wherever necessary.

(b) Withdrawal of equipments from Owner's storage point, checking and reporting its
conditions, transporting the same to EC's stores of work site including unloading etc.

(c) Erection on foundations furnished by Owner including aligning, levelling and grouting.

(d) Assembly and fixing of demisters, grids, internal distributors and other internal fittings in
Columns, Vessels etc.

(e) Filling of Columns, Reactors, Vessels/Drums etc. with Raschig rings, supporting
elements, sand, concrete etc. as required.

(0 Welding of washers for equipments, erection of pipe davit & minor welding of their parts
as per specifications and instruction of EIC.

(g) Assembly & erection of Agitator (Mixer) along with drive unit (Motor) including all
accessories for vessels/drums/reactors (wherever indicated) as per specification drawings
& instructions of EIC.

(h) Flushing, cleaning and drying of Columns, Vessels/Drums etc.

(i) Completing the equipments in all respects for commissioning the plant as per drawings,
specifications & instructions of EIC.

0) Any modification in the erected Columns, Reactors, Vessels/Drums to the complete


satisfaction of EIC.

2.2 General Conditions of Erection

2.2.1 Unless otherwise specified Columns, Vessels, Drums etc. will be generally supplied to the
Erection Contractor in single piece and EC will not be required to carry out any assembly or
welding. In case column is supplied in multiple pieces and erection of the equipment is not
possible in single piece, EC shall be responsible for lifting the pieces, for aligning, welding
and hydrotest etc. in vertical position under the supervision of column Supplier (Fabricator).
However, EIC shall be responsible for coordination between Erection Contractor &
Fabricator. The schedule of quantities (SO()) for equipment erection enclosed with the tender
document outlines details of each equipment such as diameter, overall height, type of support
(saddle/skirt/leg/bracket), position (horizontal or vertical) and approximate erection weight
etc. However the erection elevation and location of equipment shall be as per the piping
layout drawing enclosed with the tender.

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


Page 219 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
INIFEzie? ENGINEERS
ERECTION OF EQUIPMENT &
INDIA LIMITED 6-76-0001 Rev. 3
SIgt-IT "keg 0 Gov' of Indra Undettakingl MACHINERY Page 6 of 22

2.2.2 Rigging procedures and erection schemes for all the heavy lifts weighing 10 MT & above
shall be prepared by EC and got approved by EIC. Approval by EIC shall not relieve EC of
his responsibilities. The details to be submitted will include the location of equipment from
where it will be lifted, location of crane(s), details of crane(s) (like configuration, boom
length, operating radius, boom point elevation, clearance underside the boom and the
equipment, lifting capacity, counter weights to be deployed, holds on any neighbouring
foundations, structures, equipments etc.), the load chart of the crane(s), design of the lifting
tackles like spreader beam, D-shackles, wire rope slings etc. Unless the erection scheme and
rigging procedures are approved by EIC, erection of such equipments shall not be undertaken
in any case by EC.

2.2.3 Before starting the erection of Columns, Vessels etc., top surface of the foundations is to be
cleared/chipped, roughened to obtain proper bond, while grouting. Also the sleeves are to be
cleaned before erecting the equipments. Line (orientation) and levels are to be marked on all
the foundations to facilitate checking of alignment.

EC shall also check the correct elevation and orientation of civil, structural foundations, before
proceeding with the erection work. Discrepancy, if any, shall be brought to the notice of EIC.
However, minor rectifications and chipping of foundations upto a thickness of 15 mm in
foundation height shall be carried out at no extra cost, by the EC. EC shall be responsible for
supply of levelling plates, (if required) and shall carry out levelling of equipment under the
directions of EIC.

2.2.4 While handling, transporting or erecting the equipments, care shall be taken not to damage the
nozzles, instrument connections, structural clips etc. EC shall also take care of the orientation
of the nozzles and other connections of the equipments while erecting the same and ensure
compliance with the drawings and specifications supplied. Discrepancy, if any, in the
number/orientation of the nozzles, cleats etc. should be brought to the notice of the EIC before
actual erection is started.

2.2.5 Verticality of the Columns, ReactorsNessels shall be checked with theodolites. After erection
the equipment shall be levelled and properly aligned with necessary shims and wedges
supplied by EC, at his cost. After the level, alignment and verticality etc. are checked and
approved by EIC, EC shall carry out grouting.

2.2.6 EC shall produce recent test certificates of the slings which they will be using for erection
work. However, retesting of the slings shall be done at site by EC at his cost, as and when
required by EIC. The weights of test loads shall be as per IS-807. The test loads shall be
supplied by EC at his cost. Tested slings will be punched for test loads and date of testing as
directed by EIC.

2.2.7 EC shall also carry out the assembly, erection, levelling and alignment of all types of weir
plates, baffles, distributors, collectors, spray nozzles, demisters, grids and other internal
fittings etc. Work shall be carried out as per manufacturer's standards/specifications which
shall be made available to EC at the time of erection. Raschig rings, molecular sieves, intalax
saddles packing and other types of tower packings such as sand, catalyst etc. and SS wire
mesh shall be loaded into sections of Vessels, Columns as per specifications and drawings.
Details for internals to be installed by EC shall be as per separate schedule of quantities
enclosed with the tender document. All packings except clay and lime stone shall be washed
with water before filling. Bottom layers, if required, shall be arranged as directed and random
filling shall be done afterwards with equipment filled with water. Installation of packings,
shall be done only after flushing and cleaning of Columns/Vessels and completed to the
satisfaction of EIC.

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


Page 220 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
laratlei ENGINEERS
ERECTION OF EQUIPMENT &
INDIA LIMITED 6-76-0001 Rev. 3
* la g, MACHINERY Page 7 of 22

2.2.8 EC shall carry out minor welding for attachment of prefabricated pipe davit parts such as rain
covers, handles etc. with pipe davit, during or after erection of the same as per the
manufacturer's specifications, at no extra cost to the Owner.

2.2.9 EC shall execute erection of wooden pillow for saddle support for cold horizontal vessels
wherever necessary as indicated on the drawings/ EIL STD 7-12-0003 and as per the
instructions of EIC.

2.2.10 EC shall execute assembly & erection of agitator/mixer along with drive unit including all
accessories as per supplier's instructions, specification drawings & instructions of EIC.

2.3 Flushing & Cleaning of Columns, Vessels, Drums etc.

2.3.1 After the erection, alignment and grouting of these equipments are complete, flushing and
cleaning shall be carried out by EC as per specifications and instructions of EIC.

2.3.2 After flushing, cleaning and draining, equipments shall be dried by compressed air at the
pressure and for duration decided by the EIC. The Vessel interior shall be thoroughly
inspected to the complete satisfaction of EIC before it is finally boxed up. Boxing up of
manholes and handholes shall be leak proof. All joints which need remaking, shall be remade.
Compressed air for drying shall be arranged by EC.

2.4 Inspection and Acceptance Limits for Level and Alignment

2.4.1 Co-ordinates of foundations/supporting structures/mounting holes etc. shall be checked with


respect to the plot plans by EC.

2.4.2 Before equipments are placed on foundations, orientations shall be checked with respect to
piping drawings.

2.4.3 When equipments are firmly bolted down but prior to grouting, verticality of all the Columns,
vertical vessels etc. shall be checked by using theodolite. Tolerances for equipment after
erection shall be as per EIL Standard 7-12-0001. The allowable deviation from plumb line
shall be 1 mm per metre height, subject to maximum of 15 mm unless otherwise stated on the
drawings.

2.4.4 Horizontal Vessels shall be checked for level across machined face of nozzle flanges with
precision level.

2.5 Additional requirements for Underground buried vessels

2.5.1 Underground vessels for operating temp upto 60°C

The vessels shall be supplied at site with one coat of inorganic zinc silicate primer duly
applied on its external surfaces as per Spec. 6-79-0020. All other works such as application of
coaltar enamel, as per 6-79-0020 & wrapping and coating as per EIL Spec. 6-79-0011 shall be
carried out by EC. This shall include necessary materials, tools and tackles to complete the Job
in all respect as per the instructions of EIC.

2.5.2 Underground Vessels for operating temp. Above 60°C and upto 300°C

The vessels shall be supplied at site with one coat of inorganic zinc silicate primer as per Spec.
6-79-0020 duly applied on its external surfaces. EC shall be required to carryout touch-up and
repair of outside primer before erection of equipment.

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


Page 221 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
afarm a ENGINEERS ERECTION OF EQUIPMENT &
slig2li EVIeg UINDIA LIMITED 6-76-0001 Rev. 3
IA Gori al India undenakrnyi MACHINERY Page 8 of 22

2.5.3 EC shall do the necessary excavation, backfilling and removal of surplus earth at the site as
per the directions of the EIC. EC's rate shall include the excavation, blast cleaning, painting,
wrapping by kraft paper, placing and fixing of Vessels, backfilling and removal of excess
earth.

3.0 ERECTION OF MECHANICAL EQUIPMENT

3.1 Scope of Work of Erection Contractor

The scope of EC shall consist of withdrawal and transportation of equipments and accessories
from Owner's stores to site, assembly of loose supplied components/parts erection of
equipment on foundations, levelling, aligning and grouting, preparation of equipments for trial
runs and hand over in fit condition for the start up of the plant as per instructions of EIC.

3.2 Details of Owner Supplied Equipments

Equipments to be erected shall be supplied by the owner. Equipments may be supplied in any
of the following conditions.

Single equipment such as filter, static mixer, silencer etc.


Skid mounted equipment, fully assembled.
Skid mounted equipment with some items supplied loose or as subassemblies involving
interconnections also.
System comprising of many equipments, skids with interconnected piping & hook up.

3.3 Technical Requirements

3.3.1 All equipment/machinery erection shall be done by experienced fitters. For this purpose EC
shall employ an experienced erection supervisor and crew who have done similar jobs.

3.3.2 EC shall study the layout drawings, for the machineries and equipments with their auxiliaries,
controls defining scope of supply.

3.3.3 Equipments shall be checked for any damages as a result of transport, handling and defects, if
any, shall be reported to the EIC. Rectification of defects shall be carried out in accordance
with approved procedure.

3.3.4 Correct procedures for handling of equipment & installation on the foundation shall be
followed as given in the manufacturer's manual. In case of non-availability of such
procedures, EC shall develop & submit handling procedures for all equipment weighing more
than 10 metric tonnes. The handling procedure shall be approved by the EIC.

3.3.5 EC shall check the correctness of equipment foundations or supporting structures as per the
drawings. Equipment/Skid foot print dimensions shall be verified to match with the
foundation. Minor chipping of foundation, pockets if required shall be carried out by EC.

3.3.6 All accessories like pressure gauges, seal oil, cooling water & Lube oil headers etc., shall be
tagged and separately kept in Contractor's stores till erection. All flanged connections and
openings shall be kept blanked with dummies, plugs to prevent entry of foreign particles.

3.3.7 Equipments shall be installed on the foundations in proper sequence. Incase the equipments
are delivered in subassemblies, EC shall do the assembly work as per manufacturer's
instructions.
3.3.8 Equipments shall be installed in the correct orientation and alignment.

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


Page 222 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
filPA; ENGINEERS
5ittif EffileS ‘71? INDIA LIMITED ERECTION OF EQUIPMENT & 6-76-0001 Rev. 3
GoN at India Undenakg,91 MACHINERY Page 9 of 22

3.3.9 After installation and levelling the equipment shall be grouted with the specified grouting
applied to the baseplate and support.

3.3.10 EC shall remove all the packing and protective devices used during transport and handling
from the equipment such as shock absorbent materials from machined faces, blocking of shafts
or rolling bearings & restraining devices from instruments, safety devices and protective
equipments.

3.3.11 After the grouting is set & cured, the foundation bolts shall be checked to make sure that they
are in straight and vertical position and properly tightened. Shims, if used, shall be on either
side of the foundation bolts.

3.3.12 Desiccant, catalyst where supplied loose shall be loaded on to the respective vessels in
specified quantities as per the suppliers instructions.

3.3.13 Internals, where supplied loose shall be assembled as per the drawings and manufacturer's
instructions.

3.3.14 Unless otherwise specified, all the instruments such as pressure gauges, sight glasses
temperature recorders etc. including instrument panels, if any, supplied along with the
equipment with necessary connections, shall be installed by EC as part of Equipment erection.

3.3.15 Equipments shall be checked for final cleanliness before boxing up.

3.3.16 Any interconnected piping & ducting shall be properly installed and supported. EC shall
connect the gas, steam, air, utility piping, instruments, oil piping etc. as per manufacturer's
drawings, specifications and instructions of the EIC.

3.3.17 Safety devices shall be correctly installed.

3.3.18 Ladders, platforms, walkways shall be correctly installed with handrails, and flooring shall be
properly secured.

3.3.19 Field welding, where specified shall be in accordance with the specified procedures and NDT
tests where specified shall be carried out. Results of NDT tests shall be recorded.

3.3.20 Equipment alignment & couplings shall comply with tolerances specified in manufacturer's
drawings and manuals. Provisions of dowel pins or similar arrangements for retaining the
alignment shall be carried out.

3.3.21 After the piping has been connected, the alignment shall be checked by EC again, to ensure
that piping connections do not induce any undue stresses on the Equipments. After making
necessary corrections on the piping, if any, realignment shall be done by EC to ensure that no
undue stresses are induced on the equipment.

3.3.22 Painting, insulation & fireproofing where specified shall be carried out in accordance with the
applicable specifications attached in the tender document.

3.3.23 Any alterations, deviations made during equipment erection with respect to manufacturer's
drawings or instructions shall be duly recorded and approval shall be taken from the EIC.

3.3.24 Any special tools, tackles supplied along with the equipment and used during installation shall
be returned to the stores through the EIC.

3.3.25 Any protection of the equipment after installation, if required shall be carried out in
accordance of the instructions of the EIC.

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


Page 223 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
apA ENGINEERS ERECTION OF EQUIPMENT &
Sigar talegWINIDIA LIMITED 6-76-0001 Rev. 3
.Rn el7mTV aezmil IA Govt of India uncienakiv MACHINERY Page 10 of 22

3.4 Trial Runs

3.4.1 Wherever specified, Machinery & Equipment erected & installed by EC under the supervision
of Machinery/Equipment supplier shall be subjected to trial runs in accordance with clause 5.4
of this specification. Job specific trial run procedure, if specified, supersedes the trial run
procedure as described in clause 5.4.

3.5 System Start-up

During this phase of work, EC shall provide as part of his work necessary skilled personnel as
per requirement of EIC. Any defects noticed in the Equipment shall be made good by EC at
his cost if such defects are attributable to him.

4.0 HEAT AND MASS TRANSFER EQUIPMENT

This section covers the minimum requirements for erection of the following equipment by the
EC.

Deaerator
Trays/tower Internals And Tower Packings
Separators And Internals
Shell And Tube Heat Exchangers
Double Pipe Exchangers
Electric Heaters
Plate Exchangers
Plate Fin Exchangers
Sulphur Recovery Unit Equipment like Combustion Chambers, Waste Heat Boilers,
Sulphur Condensers, Incinerators, Burners, Etc.
Waste Heat Recovery Units
- Desalters
Vacuum Ejectors
Ejector Condensers

4.1 Scope of Work of Erection Contractor

4.1.1 Preparation of erection scheme and rigging procedure and obtaining its approval from EIC
wherever necessary.

4.1.2 Withdrawal of equipment from Owner's storage point, checking and reporting its conditions,
transporting the same to EC's stores and work site including unloading etc.

4.1.3 Preparation of foundation by chipping & installation of base plates for foundations. Minor
rectifications & chipping of foundations up to a thickness of 15 mm due to error in foundation
height, shall be carried out by the EC at no extra cost

4.1.4 Before starting the erection, top surface of the foundations are to be
cleaned/chipped/roughened to obtain proper bond while grouting. Line (Orientation) & Levels
are also to be marked on the respective foundations prior to erection to facilitate checking of
alignment.

4.1.5 Supply of necessary shims, levelling plates, wedges, sliding base plate.

4.1.6 Erection on foundations furnished by Owner including aligning, levelling and grouting.

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


Page 224 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
lociMewl ENGINEERS
ERECTION OF EQUIPMENT &
INDIA LIMITED 6-76-0001 Rev. 3
5gTzIT felf5lt°
, A GOY, 0( India Undett.,ng) MACHINERY Page 11 of 22

4.1.7 Assembly and fixing of trays, tower internals (distributor, bed limiter, support plate, chimney
trays, vapour distributor etc.), demisters, grids, internal distributors and other internal fittings
in columns, vessels etc.

4.1.8 Installation of transformers on desalters and their electrical connection to electrode grid etc.

4.1.9 Welding of chimney trays, lattice girders, beams etc. wherever required.

4.1.10 Carrying out minor adjustments, modifications, seal welding of seal plates etc. wherever
necessary during installation.

4.1.11 Checking of installed trays & tower internals and filling of installation formats as referred in
6-14-0016.

4.1.12 Filling of columns, vessels/drums etc. with Raschig rings/Pall rings/ Structured packing, as
required.

4.1.13 Welding of washers for equipment, erection of pipe davit & minor welding of their parts as
per specifications and instruction of EIC.

4.1.14 Hydrotesting of shell and tube heat exchangers if the time gap between last hydrotest is more
than six months or in case it is found to be necessary by EIC. Procedure is given in para 4.3 &
4.4 below. EC to note that any equipment which are refractory lined at shop shall not be
hydrotested.

4.1.15 Flushing, cleaning and drying of equipment using compressed air and blinding to prevent
ingress of rain, dust etc.

4.1.16 Installation of refractory lining, brick lining, ceramic boards etc., as per specifications,
recommendations of manufacturer and instructions of EIC.

4.1.17 Mounting of instruments like safety valves, rupture disks, sight glasses etc as required.

4.1.18 Completing the equipment in all respects for the commissioning of the plant as per drawings,
specifications & instructions of EIC.

4.1.19 Any modification in the equipment to the complete satisfaction of EIC.

4.1.20 In addition to the above EC may be called upon to do other jobs like rectification of defects
etc. as per instructions of EIC.

4.2 General Conditions of Erection

4.2.1 All carbon steel components of trays/tower internals shall be cleaned to remove rust
preventive coating.

4.2.2 All welding shall be done by qualified welders only. The electrodes/filler material to be used
shall be compatible with the metallurgy of component and shall be used only after prior
approval of EIC.

4.2.3 A proposed Welding Procedure Specification (WPS) shall be submitted to EIL/ Owner's
Inspector for his approval. On approval, a Procedure Qualification Test (PQT) shall be
conducted which shall be witnessed by EIL/Owner's Inspector. On acceptance of all tests as
per ASME Section IX, a final WPS along with Procedure Qualification Record (PQR) shall be
submitted. Production welding shall start only after approval of final WPS/PQR and

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

Page 225 of 431


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
lardaeg (Lt
Sit ENGINEERS
SIgof latiregW INDIA LIMITED ERECTION OF EQUIPMENT & 6-76-0001 Rev. 3
.2/7 erenw7 nnn IA Gcnn ol India Undenavingi MACHINERY Page 12 of 22

qualification of welders as per ASME Section IX. EIL/Owner's Inspector may accept
previously qualified WPS/PQR at his sole discretion.

4.2.4 Lattice girders wherever provided for supporting tray & tower internals have been designed in
such a way that various components pass through column manway. Components/parts of
lattice girders are to be welded inside the column as per respective drawings. EC shall also
ensure that all parts of lattice girder are properly welded & levelness of the lattice girder shall
be checked before & after the welding. The limits of levelness as mentioned in GA drawings
shall be adhered to.

4.2.5 The rigging procedure shall include the following as a minimum:

Location of equipment from where it will be lifted, location of crane(s), details of crane(s)
(like configuration, boom length, operating radius, boom point elevation, clearance underside
the boom and the equipment, lifting capacity, counter weights to be deployed, holds on any
neighbouring foundations, structures, equipment etc.), the load chart of the crane(s), design of
the lifting tackles like spreader beam, D-shackles, wire rope slings etc. Unless the erection
scheme and rigging procedures are approved by the EIC, erection of equipment shall not be
undertaken in any case by the EC.

4.2.6 While handling, transporting or erecting the equipment, care shall be taken not to damage the
nozzles, instrument connections, structural clips, refractory lining etc. EC shall also take care
of the orientation of the nozzles and other connections of the equipment while erecting the
same and ensure compliance with the drawings and specifications supplied. Discrepancy, if
any, in the number/orientation of the nozzles, cleats etc. should be brought to the notice of the
EIC before actual erection is started.

4.2.7 After erection, the equipment shall be levelled and properly aligned with necessary shims and
wedges supplied by EC, at his cost. After the level, alignment and verticality etc. are checked
and approved by EIC, EC shall carry out grouting.

4.2.8 EC shall produce recent test certificates of the slings which they will be using for erection
work. However, retesting of the slings shall be done at site by the EC at his cost, as and when
required by the EIC. The weights of test loads shall be as per IS-807. The test loads shall be
supplied by EC at his cost. Tested slings will be punched for test loads and date of testing as
directed by ETC.

4.2.9 EC shall also carry out the assembly, erection, levelling and alignment of all types of weir
plates, baffles, distributors, collectors, spray nozzles, demisters, grids and other internal
fittings etc. Work shall be carried out as per manufacturer's standards/specifications which
shall be made available to EC at the time of erection. Raschig rings/Pall rings/Structured
packing, molecular sieves, intalox saddles packing and other types of tower packing such as
sand, catalyst etc. and SS wire mesh shall be loaded into sections of vessels, columns as per
specifications and drawings. Details for internals to be installed by EC shall be as per separate
schedule of quantities enclosed with the tender document. All packing except clay and lime
stone shall be washed with water before filling. Bottom layers, if required, shall be arranged as
directed and random filling shall be done afterwards with equipment filled with water.
Installation of packing, shall be done only after flushing and cleaning of columns/vessels and
completed to the satisfaction of EIC.

4.2.10 EC shall carry out minor welding for attachment of prefabricated pipe davit parts such as rain
covers, handles etc. with pipe davit, during or after erection of the same as per the
manufacturer's specifications, at no extra cost to the Owner.

4.2.11 EC shall install base plate over the sliding end foundation before erection of shell and tube
exchangers.

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


Page 226 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
latfaelegftENGINEERS
sitZ r laigleg NIP INDIA LIMITED ERECTION OF EQUIPMENT & 6-76-0001 Rev. 3
IA Gent 01 Inda Undenaing) MACHINERY Page 13 of 22

4.2.12 Levelling and plumbness shall be approved by EIC and shall be checked using theodolite
before grouting and final finishing of the foundations. The record of the same shall be
maintained.

4.2.13 EC to ensure that shell and tube exchangers shall be firmly bolted down to foundations at the
fixed end. Further EC to ensure that foundation bolts at the sliding saddle end are at the centre
of slotted holes & nuts at sliding end are only hand tightened. Projected bolt threads shall be
properly protected by application of grease etc. to avoid rusting and for facilitating free
movement of nuts.

4.2.14 EC shall ensure that no equipment is subjected to any corrosion during any stage during his
period of work till handling over to EIC/Client.

4.2.15 Instruments, as required, shall be mounted by EC. On instructions of EIC, EC shall also
remove and hand over the instruments to EIC for calibrations. During this period, EC shall
cover all openings to protect the equipment.

4.2.16 Before transportation to site, EC shall check and report to EIC on the condition of equipment,
specifically highlighting the nitrogen pressure indicated in the nitrogen gauges and the absence
of blinds on any of the nozzles.

4.2.17 In case the shell and tube exchangers are to be stacked, but have been stored as single shells at
the store, then EC shall erect the bottom most shell, then erect other shell(s) sequentially using
the nozzle gaskets/bolting and saddle bolting supplied by owner. Additional shims, if
necessary, shall be supplied by EC. If the exchangers do not have interconnecting nozzles,
then nozzle elevations shall be maintained as per piping GAD.

4.2.18 All equipment, consumable and other accessories required for completion of the job shall be
arranged by the EC. This would include but not limited to cranes, tools and tackles,
manpower etc; machinery for cutting, grinding , drilling etc. of base plates; instruments like
dumpy level, plumb lines, Engineer's levels, precision levels, theodolite, straight edges etc. for
checking the alignment/erection accuracy, hydrostatic testing pumps, potable water for
hydrotesting, necessary materials including making the arrangements for hydro-testing, hoses,
compressed air supply, pressure gauge, sealing taps, blinds, shims and wedges for alignment
etc.

4.2.19 EC shall execute the erection of wooden pillows for saddle supports for cold equipment as
indicated in schedule of quantities, EIL standard 7-12-002 and instructions of EIC.

4.2.20 For bought out items like plate exchangers, plate fin exchangers, electric heater, etc. vendor's
instructions shall be followed.

4.2.21 For erection of piping of ejector system, EC shall follow relevant erection specification of
piping for the project.

4.2.22 EC shall check the health of the equipment refractory lined at shop on receipt and shall report
any defect or damage in the same to EIC. During installation all precautions shall be taken to
avoid any damage to refractory lining. Any damage to refractory during erection shall be
repaired by EC at his own cost without loss of time.
4.2.23 Wherever equipment with refractory are bolted or welded at the girth joints, the gaps between
the refractory shall be suitably filled with ceramic fiber of suitable grade as given in the
drawings or other relevant documents of the equipment.

4.2.24 Refer section 1.0 (General) for additional requirements.

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

Page 227 of 431


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
kr, ENGINEERS
it rth INDIA LIMITED
IA Govt ol India Underlaying)
ERECTION OF EQUIPMENT &
MACHINERY
6-76-0001 Rev. 3
Page 14 of 22

4.3 Hydrotesting of Shell and Tube Exchangers including Condensers

4.3.1 These shall hydrotested at site using potable water. Hydrotesting of both shell and tube sides
shall be carried out as per procedure given below or as per instructions of EIC. For
exchangers fitted with SS bellow or SS part, potable water with max. 25 ppm chlorides shall
be used for hydrotesting.

4.3.2 Suitable pump set, piping, test pressure gauges and other instruments, water-hoses, temporary
gaskets, metallic blinds, bolts, nuts, consumable and other temporary arrangements and
equipment for testing shall be provided by the EC at his cost. Test pressure gauges shall be
calibrated by the EC and got approved from EIC.

4.3.3 Stacked exchangers shall be hydrotested in stacked conditions.

4.3.4 Test pressure shall be as indicated in the name plates mounted on each exchangers. Duration
of hydrotest shall be at least one hour. Test pressures and duration of hydrotest may be
reduced by EIC. Minimum test water temperature shall be 20°C.

4.3.5 Any defects noticed during hydrotesting shall be repaired by EC as per the procedure
approved by EIC. Cost for rectifying defects, not attributable to the EC shall be paid
separately.

4.3.6 No equipment shall in general form part of the piping loop during hydrotesting and shall be
blinded off, except when instructed otherwise by EIC.

4.3.7 EC to take adequate care during pressurising & depressurising the equipment. EC shall also
take care of any instruction given regarding hydrotest in the exchanger drawing.

4.4 Hydrotesting Procedure

4.4.1 Shell side & tube side shall be hydrotested separately, unless specified otherwise. If both sides
are to be tested together, a warning plate would be fixed to the exchanger, and the instructions
given therein are to be followed.

4.4.2 The side, shell or tube which ever to be tested at higher pressure shall be taken first.

4.4.3 During hydrotest all gasket joints should be checked for any leakage. In case of leakage from
any gasket joint, bolting at that joint shall be further tightened following proper tightening
sequence (bolts should not be overtightened or tightened by hammering). In case it is not
possible to stop leakage by bolt tightening, drain the water in exchanger & replace gasket at
that joint by new gasket (gasket will be supplied by owner). After replacing gasket exchanger
must be again hydrotested with same procedure to ensure leak tightness.

4.4.4 In case of floating head heat exchangers, if it is found during hydrotest that the pressure is
dropping, while the external gasketed joints are not leaking, this could be due to floating head
gasket joint leakage. This shall be further investigated, by removing shell cover &
pressurising tube side to check the floating head gasket joint leakage. In case of leakage
observed at floating head flange joint, replace floating head gasket by new gasket. After
replacing gasket exchanger must be again hydrotested first on tube side & then on shell side
with same procedure to ensure leak tightness of gasket joints.

In case of heat exchangers with shell side hydrotest pressure higher than tube side, it is
possible that above procedure (with tube side hydrotest to detect floating head gasket leakage)
may not help. Absence of leakage during this test is not conclusive in such a case, as the shell
side pressure was dropping during hydrotest. In such a case, floating head gasket shall in any
case be replaced and then equipment retested to ensure leak tightness.

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


Page 228 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
$afae'eget ENGINEERS
Ogal" laMeg W INDIA LIMITED ERECTION OF EQUIPMENT & 6-76-0001 Rev. 3
+nen eixanvmoan) T. Gort ol Intha Undertaing) MACHINERY Page 15 of 22

4.4.5 When hydrotested as per above procedure after floating head gasket replacement, if it is
observed that test pressure is still dropping, this could mean leakage from tube to tubesheet
joint. For such cases matter shall be reported to EIC for further investigations/instructions.

4.5 Flushing & Cleaning

4.5.1 After the erection, alignment and grouting of these equipment are complete, and after
hydrotest if any, flushing and cleaning shall be carried out by EC as per specifications and
instructions of the EIC.

4.5.2 After flushing, cleaning and draining, equipment shall be dried by compressed air at the
pressure and for duration decided by EIC. The equipment interior shall be thoroughly
inspected to the complete satisfaction of EIC before it is finally boxed up. Boxing up of
manholes and handholes shall be leak proof. All joints which need remaking, shall be remade.
Compressed air for drying shall be arranged by EC at his cost.

4.6 Inspection and Acceptance Limits for Level & Alignment

4.6.1 Co-ordinates of foundations/supporting structures/mounting holes etc. shall be checked with


respect to the plot plans by EC.

4.6.2 Before equipment are placed on foundations, orientations shall be checked with respect to
piping drawings.

4.6.3 When equipment are firmly bolted down but prior to grouting, verticality of all equipment
shall be checked by using theodolite. Tolerances for equipment after erection shall be as per
EIL Standard 7-12-0001. The allowable deviation from plumb line shall be 1 mm per metre
height, subject to maximum of 6 mm.

4.6.4 Horizontal equipment shall be checked for level across machined face of nozzle flanges with
precision level.

4.6.5 Difference in elevation of centerline from one end to the other end shall not be more than 1
mm per meter and limited to ± 3 mm maximum. Further elevation difference shall be such as
to ensure complete draining of equipment.

4.6.6 Survey of column inside and checking the levelness of support rings, location of bolting bars
to ensure that the same are as per column drawings and within tolerances specified in standard
7-14-0001. In case these are not within permissible tolerances, the same shall be reported to
EIC for necessary rectification/modification.

4.7 Safety, Health & Environment

EC shall install an exhaust fan for exhaling welding/ cutting fumes etc. and to maintain
adequate oxygen level, before any work is started inside confined spaces (i.e. columns).
Adequate ventilation shall be maintained at all times. Gas/LPG cylinders shall not be taken
inside confined space. When a worker/supervisor enters a confined space, it shall be
mandatory to have a second man as standby. Safety belts shall be worn while entering
columns, if there is a danger of falling. All ladders/stair cases shall be in place before any item
is offered to owner's inspectors. Rope ladders/scaffolding shall be provided inside the column
in case tower internals are not easily approachable from column manhole. Low voltage (24 V)
lamps equipped with guards shall be used to prevent accidental contact with bulb. All
electrical connections shall be through ELCB's and proper earthing shall be ensured. Acids
and other materials used for pickling shall be disposed off to a designated place as directed by
owner/EIL. All statutory Regulations and owner's safety, health and environment requirements

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

Page 229 of 431


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
INDIA LIMITED ERECTION OF EQUIPMENT & 6-76-0001 Rev. 3
G.v, 1^dia Undertak.11 MACHINERY Page 16 of 22

shall be complied with. Inspection aids for carrying out the inspection of internals shall also be
provided.

5.0 ERECTION OF ROTATING EQUIPMENT

5.1 Scope of Work of Erection Contractor

The scope of work shall consist of transportation of Rotating Equipments and accessories from
Owner's stores to site, assembly of sub-assemblies/parts, erection of Rotating Equipments on
foundations, levelling, aligning and grouting, preparation of Rotating Equipments for trial
runs, carrying out no load/trial runs, return of any unused material to the owners stores and
hand over in fit condition for the start- up of the Plant, as per instructions of EIC.

Defects due to EC's fault noticed during trial runs shall be rectified by him. Schedule of
Quantities, indicate estimated numbers, dimensions and weights of the Rotating Equipments.
The actual data on dimensions and weights will be in the vendor data manuals.

The term 'Rotating Equipment' includes all pumps, compressors, steam & gas turbines, fans
and blowers, diesel engine/steam turbine/gas turbine generator sets along with drivers
accessories & auxiliary systems.

5.2 General Conditions of Erection

5.2.1 All Rotating Equipment erection shall be done by experienced fitters. For this purpose EC
shall employ experienced and suitably qualified erection supervisor and crew who have done
similar jobs.

5.2.2 The Rotating Equipment manufacturer's instructions as available regarding installation and
trial runs will be passed on to EC during the course of work. The requirements prescribed
therein shall be met in addition to what is stated in this specification. Erection shall be carried
out as per instructions of the Rotating Equipment manufacturer's representative and under
their supervision whenever the manufacturer is present at site. In all other cases instructions
of the EIC, regarding procedure/sequence of erection shall be binding on EC.

5.2.3 For all Rotating Equipment, EC shall follow the proper sequence for assembly and erection.
For Rotating Equipment received along with driver in coupled condition, the coupling bolts
shall be dismantled by EC, and alignment shall be rechecked. Realignment, if required, shall
be done before recoupling.

Where drivers and couplings are provided separately, drilling and tapping of holes in the base
plates for fixing drivers, fixing of couplings on shafts, after enlarging the pilot bores to the
correct size with key way etc. and dowelling including provision of dowel pins, alignment
screws, jack-up screws or similar arrangements for retaining the alignment shall be carried out
by EC as part of erection work. Shims & wedges as required for alignment shall be supplied
by EC.

5.2.4 Process and utility (such as cooling water, steam flushing, quenching, lubricating oil, sealing
etc.) connections connected with rotating equipment and its auxiliaries shall be fabricated
and/or installed by EC from materials supplied by the Owner as per drawings, specifications
and instructions of the EIC.

5.2.5 Piping and accessories supplied with the rotating equipment such as seal oil/Gas system,
cooling water system & Lube oil system etc. shall be tagged separately and kept in EC's stores
till erection. All flanged connections and openings shall be kept blanked with dummies/plugs
to prevent entry of foreign matter.

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

Page 230 of 431


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
INDIA LIMITED ERECTION OF EQUIPMENT & 6-76-0001 Rev. 3
$`S
LI
T aarG, IA Gan of India UndettaMingl MACHINERY Page 17 of 22

5.2.6 The local mounted instruments such as pressure gauges, sight glasses, temperature gauges etc.
and Local instrument panels, if any, with necessary connections, shall be installed by EC as
part of rotating equipment erection.

5.2.7 After initial alignment, the Rotating Equipments shall be properly grouted. Grouting shall be
carried out as per this specification. Wherever grout holes are provides in the base plates,
grout shall be filled through them also.

Epoxy grout where recommended by the rotating equipment manufacturer, shall be provided
by EC and shall be as specified in this standard.

5.2.8 Alignment between the Driver and driven equipment shall be done without connecting the
equipment nozzles to respective piping. After completion of alignment, the equipment shall
be connected to Piping. After the piping has been connected, the alignment shall be re-
checked by EC, to ensure that piping connections do not induce any undue stresses on the
Rotating Equipments. After making necessary corrections on the piping, if any, re-alignment
shall be done by EC and he will ensure that no undue stresses are induced on the Rotating
Equipment.

5.3 Special Instructions

EC in addition to general instructions for erection as out lined in para 5.2 above, shall also
follow the following special instructions.

5.3.1 Pumps

Depending upon the size of equipment, Pump train will be supplied for erection in any of the
following modes :

(a) Pumps with drivers and accessories fully assembled on a common skid (Base plate).

(b) Pumps mounted on base plate and couplings and driver supplied loose in separate packs.

(c) Various major components such as pump, drivers, couplings, gear boxes & base plates
auxiliary systems like lube, seal flush equipment in separate packs.

5.3.2 Reciprocating Type Compressors

5.3.2.1 Reciprocating compressors may be supplied for erection in knocked down condition in
multiple packaged subassemblies such as frame assembly, distance pieces, fly wheels, cylinder
block assemblies, valve assemblies etc. and other accessories such as, drivers, couplings, gear
boxes (if any), control panels, gauge boards, coolers, lube oil systems, cooling water systems,
etc. would be in separate packages.

Besides the above there would be other packages for loose supplied items such as instruments,
pre-fabricated piping, and piping/tubing in commercial lengths.

Lifting devices for erection shall be arranged by EC depending on the weight of packages and
elevation of installation.

5.3.2.2 In case of Rotating Equipments received in knocked down condition, the various parts shall be
assembled as per instructions of the EIC and as per manufacturer's instructions. All parts of
the Compressor shall be thoroughly cleaned with solvents to remove protective compounds if
any, before assembly.

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

Page 231 of 431


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
S5-111@.Jel ENGINEERS
INDIA LIMITED ERECTION OF EQUIPMENT & 6-76-0001 Rev. 3
taT
r fd9:
idg IA GUN Q1 India UndelaKingi MACHINERY Page 18 of 22

5.3.2.3 The compressor, driver and other accessories shall be erected on their respective foundations
and the compressor, couplings, gear box and driver shall be aligned and grouted as per the
manufacturer's instructions and instructions of EIC and the manufacturers supervisor (when
present). There-after all process and utility, drain & vent connections shall be completed as
per the relevant drawings/instructions of equipment manufacturer and advice of EIC.

5.3.2.4 Final alignment shall be done after all the piping connections such as water, steam, drains and
connection to coolers etc. are made. Tolerances for alignment shall be maintained as
specified in the Manufacturer's Instruction Manual. To ensure that piping connections do not
induce any undue stresses on the Rotating Equipment, the alignment shall be checked once
again by EC after the piping has been connected. Any correction necessary for proper
alignment shall be done by EC.

5.3.2.5 EC shall carefully study the vendor drawings, manuals and other data before start of the job to
ensure correct erection, alignment and commissioning.

5.3.3 Centrifugal Compressors & Expanders

5.3.3.1 Centrifugal Compressors are supplied for erection in multiple packages such as,

Compressor casings
Drivers (Electrical motors, Steam/Gas turbines -.)
{. : Steam/Gas turbines would be further supplied in multiple packages}
Base plates (or skids)
Lube oil/control oil systems
Sealing systems
Air filters (for gas turbines & compressors for air service)
Temporary strainers
Couplings
Gear boxes
Coolers
Gauge boards
Control panels
Lube & Seal Oil tanks
Fire systems (for gas turbines)
Condensers (for steam turbines)
Condensate systems (for steam turbines)
Loose supply items
Pre-fabricated & Commercial lengths piping, tubing.
Other miscellaneous packages

5.3.3.2 Other requirements shall be same as defined in para's 5.3.2.2 to 5.3.2.5 above.

5.4 Trial Runs of Machinery

5.4.1 Any construction defects shall be intimated to EIC before start-up. All protective and safety
guards shall be installed and rotating equipment shall be checked for free movement by
manual barring over. All foundation bolts and alignment shall be checked before starting the
trial runs, if damaged, rotating equipment may have to be opened and repaired as directed by
EIC. Prior to carrying out the trial runs, the rotating equipment will be subjected to necessary
checks by the EIC and the trial runs shall be commenced only after the approval of the EIC.

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


Page 232 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
INDIA LIMITED ERECTION OF EQUIPMENT & 6-76-0001 Rev. 3
IA Gov/ 0/ India llndenalong/ MACHINERY Page 19 of 22

5.4.2 Unless otherwise specified, all the rotating equipment will be subjected to trial runs for a
continuous operation of 72 hours. In case of motor driven rotating equipments, motors shall
be decoupled and turned over to other agencies doing electrical work for testing and no load
running of motors. After the no load runs of motors are satisfactorily completed, EC shall
recouple the motors to the rotating equipment and recheck the alignment. The trial run of the
rotating equipment shall be started only after the above is completed. EC shall provide, as part
of his work, necessary skilled personnel (excluding the operating personnel) for conducting
the trial runs round the clock during the trial runs period. The duration of trial run may be
extended if it is considered necessary in the opinion of EIC and EC shall provide personnel for
such extended period also. Final inspection of bearing etc. shall be carried out by EC after the
Machinery had gone through the trial run and defects, if any, shall be made good for rendering
the rotating equipment ready for start up.

5.4.3 During the trial runs, readings of bearing temperature, cooling water inlet and outlet
temperatures, lube oil inlet/outlet temperature and pressure, rotating equipment discharge
pressure and temperature, starting in current, no load/full load current etc. shall be recorded,
wherever necessary, by EC. Trial reports shall be prepared in the approved proforma by EC
containing all the above details and submitted to the EIC as part of completion documents.
5.4.4 EC shall also provide necessary improvised fencing and watch & ward personnel as safety
measures during trial runs.

5.5 System Start up

During start-up, EC shall provide necessary skilled personnel as per requirement of EIC, to
rectify defects noticed in the rotating equipment, if such defects are attributed to him.

6.0 EQUIPMENT GROUTING

All anchor bolt sleeves/pockets and space under Base plates/machine base frames/shoe plates,
etc. shall be grouted with either free flow non shrink cementitious or epoxy grout as per the
following categorisation:

Sr.
Type of Grout Application
No.
1 Non shrink All static and rotating equipments, unless covered in 2)
cementitious grout below, viz Static equipments like tall columns, vertical silo,
blender etc. and horizontal vessel, drum, sphere, bullets,
filter, heat exchangers, coolers etc. and other similar
equipments, steel stack/chimney, furnace etc.

Low frequency, medium frequency, high frequency rotating


machines like compressors (centrifugal, reciprocating,
diaphram, screw, gear type etc.). Induced draft fan, forced
draft fan, air blowers, pumps (centrifugal, reciprocating,
diaphram, gear type etc.), expanders, turbine, generator,
diesel generator, air coolers (fin fan cooler) and other
similar equipment.

Machine like screen vibrator, extractor, centrifuge


pulverizer, dryer, drop hammer, ball mill, crushers, bagging
machine and general workshop equipment.

2 Epoxy grout Specifically if requested by the Machine Vendor.

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

Page 233 of 431


-

STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.


laraae?1,0 ENGINEERS ERECTION OF EQUIPMENT &
INDIA LIMITED 6-76-0001 Rev. 3
Se7 ?Mtg
. Grm of India uncienalong) MACHINERY Page 20 of 22

6.1 Grout (Material)

All material used for grout shall be in EC's scope. Only approved grout material shall be
used. EC shall submit details of grout materials for prior approval of EIC.

6.1.1 Non-Shrink Grout

Non-shrink grout shall be premix type of cementitious (cement pregraded fibre and additive)
non-shrink, ready to use grout in dry powder form. It shall have free flow property when
mixed with required quantity of water. It shall have initial setting time of 30 minutes.

It shall have the following features:

- Non corrosive to anchor bolts, base plate/saddle/frame, sliding plate.


Not harmful to concrete and reinforcing steel.
Non toxic
Frost, oil and fire resistant
Require normal curing
Suitable to use under restraints and grout thickness required
Expansive to counteract initial shrinkage
Ensure high early strength without surface crack.
Suitable for temperature of above 0 deg.0 to 200 deg.C.
Maximum flow distance is compatible to the dimensions of base plate/ saddle/frame.
It should be resisted to the chemicals, gases etc. being handled in equipment/machines.

It should have the following physical properties:

Min. Compressive strength at 3 days 25 N/mm2


2
7 days 30 N/mm
28 days 40 N/mm2

Min. Tensile strength at 28 days 3.5 N/mm2

Min. Bond strength at 7 days 12 N/mm2

Max. Onstrained Expansion in 2 hours 4%

Min. Density 2000 kg/m3

6.1.2 Epoxy Grout

Epoxy grout shall consist of epoxy resin base, hardener and filler component like graded and
blended aggregate. Components of epoxy grout shall be of desired grade and mixed in
proportion recommended by manufacturer such that it is injectable under base
plate/frame/saddle etc., has low viscosity to meet the flow distances according to dimensions
of base plate saddle/frame, it is suitable for the desired thickness, it is homogenous, free from
segregation, attains high early and high final strength. It shall have minimum Pot life of 30
minutes. It shall have all the features as specified in clause 6.1.1 except for expansive
properties.

It should have the following physical properties :

Min. compressive strength at 1 day 75 N/mm2


7 days 85 N/mm2

Min. Flexural strength 7 days 25 N/mm2

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

Page 234 of 431


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
lori triES ENGINEERS
~5271 INDIA LIMITED ERECTION OF EQUIPMENT & 6-76-0001 Rev. 3
IA Govt ol Inda Undertaxing)
MACHINERY Page 21 of 22

6.2 Grouting (Placement)

6.2.1 Surface Preparation

Prior to positioning of equipment/machine etc. over concrete pedestal, foundation, slab, beam,
etc. all laitance & loose material shall be removed by wire brushing & chipping. The bearing
concrete surface shall be sufficiently levelled, hacked with flat chisels to make it rough, clean
(using compressed air). Additional chipping, if required, to suit level of base plate and/or
minimum thickness of grout shall also be done. In case of use of cementitious grout surface
shall be thoroughly wet. All pockets for anchor bolts shall also be similarly cleaned. Any
excess water shall be removed. In case of use of epoxy grout, it shall be ensured that
surface/pocket to receive grout is totally dry. After erection, alignment/plumbing of
equipment/machine in required level, orientation and plumb and installation of sliding plate.
Forms shall be constructed around and joints made tight to prevent leakage of the grout.

6.2.2 Preparation of Grout

6.2.2.1 In case of premix type of grout water shall be added in required quantity as specified by
supplier and/or EIC. Any specific instruction of manufacturer will be strictly followed.

6.2.2.2 In case of epoxy grout required quantity of all constituents shall be mixed in proportion
recommended by manufacturer/supplier and/or EIC. All specific requirements of
manufacturer/ supplier shall be strictly followed.

6.2.2.3 Required quantity of grout shall be made considering initial setting/pot life of grout. Any
grout not used within initial setting time/pot life shall be rejected and in no case used for
grouting.

6.2.3 Placement of Grout

6.2.3.1 Placing of grout shall be taken up only after level, orientation, alignment of
equipment/machine has been approved by EIC and anchor bolts are placed in pocket.

6.2.3.2 In case of epoxy grout EC shall give details of grouting scheme and get approval of EIC.

6.2.3.3 The grout mixture shall be poured/injected continuously (without interruption till completion)
by grouting pump/injecting gun from one side of base plate and spread uniformly with flexible
steel strip and rammed with rods till the space is filled solidly and grout mixture carried to the
other side of base plate and fill all pockets. Any specific requirement of manufacturer/
supplier shall be strictly followed. Epoxy grout shall be done by or under supervision of
manufacturer/supplier and/or agency having adequate experience in this field as per direction
of EIC.

Total work shall be done under supervision and direction of EIC and care shall be taken that
alignment of equipment/machine is not disturbed.

6.2.3.4 Grout mixture shall be allowed to harden for a period of minimum 7 days or as required by
manufacturer/supplier of grout and/or as decided by EIC. At the end of this period, the
shims/edges/pack plate may be removed and anchor bolts tightened uniformly. Alignment of
equipment/machine shall be rechecked and if found correct, the voids left by the removal of
shims/wedges/pack plate (if removed) must be filled up with a similar mixture of grout. In
case after checking, serious misalignment is indicated, the grout shall be removed completely
and fresh grouting is done after making appropriate correction of alignment.

6.2.3.5 Minimum thickness of grout shall be 25mm for all types of grout and maximum thickness
shall be 40mm for non-shrink grout. For epoxy grout the maximum thickness shall be as per
manufacturer's recommendation and/or as specified in drawing.

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

Page 235 of 431


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ladaa4 ENGINEERS
ERECTION OF EQUIPMENT &
INDIA LIMITED 6-76-0001 Rev. 3
5•T oA Gov' of India Undo( taningf
MACHINERY Page 22 of 22

7.0 REFERENCE EIL STANDARDS/ SPECIFICATIONS

6-14-0003 Installation Procedure for Trays & Tower Internals


6-14-0011 Specification for Packing the Column
6-14-0016 Standard Specification for Review of Site Installation of Column
Internals.
6-79-0011 Standard Specification for Corrosion Protection Tape Coating for
Underground Steel Piping.
6-79-0020 Standard Specification for Surface Preparation and Protective Coating
(New Construction)
7-12-0001 Vessel Tolerances.
7-12-0002 Support for Horizontal Vessel
7-12-0003 Wooden Pillow for Saddle Support
7-12-0004 Skirt Base Details
7-12-0024 Lifting Lug Top Head Type
7-14-0001 Construction Tolerance for Welded Supports for Tray / Tower
Internals

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

Page 236 of 431


Page 237 of 431
Page 238 of 431
Page 239 of 431
Page 240 of 431
Page 241 of 431
Page 242 of 431
Page 243 of 431
Page 244 of 431
Page 245 of 431
Page 246 of 431
Page 247 of 431
Page 248 of 431
Page 249 of 431
Page 250 of 431
Page 251 of 431
Page 252 of 431
Page 253 of 431
Page 254 of 431
Page 255 of 431
Page 256 of 431
Page 257 of 431
INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
ENGINEERS
INDIA LIMITED FOR 6-81-0014 Rev. 3
ofroxe , (A Govt of India Undeflaking,
STAINLESS STEEL PRESSURE VESSELS / COLUMNS Page 1 of 7

,t-le),ti \Lao tiTR:r coio44ti


fttuur a trtaTur

INSPECTION AND TEST PLAN


FOR
STAINLESS STEEL PRESSURE VESSELS / COLUMNS

3 09.09-2013 REVISED AND RE-ISSUED TKK KS DM

2 15.07.2011 REVISED AND RE-ISSUED HP SCG AKC DM

1 15.07.08 REVISED AND RE-ISSUED


NKR SSL SKP VC

0 19.07.02 ISSUED FOR IMPLEMENTATION NKN SPS AKB GRR

Convenor Chairman
Rev. Prepared Checked Standards Committee Standards Bureau
Date Purpose
No. by by
Approved by

Format No. 8-00-0001-F7 Rev. 0 Copyright El L — All rights reserved

Page 258 of 431


INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
ENGINEERS
51?-ar laf5i-eg INDIA LIMITED FOR 6-81-0014 Rev 3
7 eic,
1.17, Pre JC.5.1 IA Govt of India Undertaking)
STAINLESS STEEL PRESSURE VESSELS / COLUMNS Page 2 of 7

Abbreviations:

CEIL Certification Engineers International Limited MRT Mechanical Run Test


CIMFR Central Institute of Mining & Fuel Research NDT Non Destructive Testing
CE Carbon Equivalent NPSH Net Positive Suction Head
DFT Dry Film Thickness PO Purchase Order
DPT Dye Penetrant Testing PESO Petroleum Explosive Safety Organization
DHT De-hydrogen Heat Treatment PQR Procedure Qualification Record
ERTL Electronics Regional Test Laboratory PR Purchase Requisition
FCRI Fluid Control Research Institute PMI Positive Material Identification
HT Heat Treatment RT Radiography Testing
HIC Hydrogen Induced Cracking SSCC Sulphide Stress Corrosion Cracking
ITP Inspection and Test Plan TC Test Certificate
IP Ingress Protection TPI or TPIA Third Party Inspection Agency
IHT Intermediate Heat Treatment UT Ultrasonic Testing
IC Inspection Certificate VDR Vendor Data Requirement
IGC Inter Granular Corrosion WPS Welding Procedure Specification
MPT/MT Magnetic Particle Testing WPQ Welders Performance Qualification
MTC Material Test Certificate

Inspection Standards Committee

Convenor : Mr. S C Gupta

Members:

Mr. R.K. Singh Mr. Rajeev Kumar Mr. Himangshu Pal


Mr.Neeraj Mathur Mr. T Kamalakannan Mr. Deepak Gupta (Project)
Mr. Mayank Jain

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 259 of 431


INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
ENGINEERS
2154-es INDIA LIMITED FOR 6-81-0014 Rev 3
10 Govt Al India Undertaking)
STAINLESS STEEL PRESSURE VESSELS / COLUMNS Page 3 of 7

1.0 SCOPE

This Inspection and Test Plan covers the minimum testing requirements of Pressure vessels/ Columns stainless steel

2.0 REFERENCE DOCUMENTS

PO/PR/ Standards referred there in/ Job specifications /Approved documents.

3.0 INSPECTION AND TEST REQUIREMENTS

SCOPE OF INSPECTION
QUANTUM
SL NO. STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
1.0 Procedures
Hydro test ,heat treatment, NDT,
Procedure
1.1 hot forming, and other Documented procedures. 100% - H R
Documents
Procedures
Procedure R-Existing
1.2 WPS/ PQR /WPQ Documented procedures. 100% - H
documents W-New

2.0 Materials Inspection


Plates, pipes, forging,
fittings , etc Mill test
2.1 (Supplier / sub supplier to As per PR / Purchase specification 100% certificates and H H R
arrange TPIA Certification) TPI reports

Expansion Bellows, Fasteners,


As per PR/Purchase
2.2 Gaskets, etc (As applicable) 100% Mill TC H H R
Specification

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 260 of 431


INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
k̀ilif-aziel ENGINEERS
Ogzir taijteg INDIA LIMITED FOR 6-81-0014 Rev 3
INRR armor Jr21.11 IA Govt A India Undertaking)
STAINLESS STEEL PRESSURE VESSELS / COLUMNS Page 4 of 7

SCOPE OF INSPECTION
QUANTUM
SL NO. STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
3.0 In process inspection
Review of test certificates, markings
Materials identification for visual & dimensional inspection, Material
3.1 100% - H H
plates, pipes (pressure parts) identity correlation & transfer of clearance record
identity
Material identification for
Review of test certificates, markings Material
3.2 forgings, fittings, fasteners, 100% H R
identity correlation . clearance record
gaskets (pressure parts)
Non pressure parts (including Material test
3.3 Review of test certificates 100% W R R
internals, supports etc.) certificate
NDT report/RT
NDT of weld seam as applicable 100% W W R
films
DPT (dished ends and tori cone) for
100% Inspection
cracks on inside & outside surfaces in W W R
report
knuckle zone and edges.
Solution Annealing as applicable 100% HT chart W W R
Inspection of formed components As per
3.4 Hardness check as applicable Inspection report W W R
(Cold or hot formed) requirement

Test coupon Tensile, IGC / Micro


100% Inspection report W W W
etching as applicable

Visual & dimensional (min. thickness, Inspection


100% H H H
profile, ovality etc ) inspection report

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL - All rights reserved

Page 261 of 431


INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
ENGINEERS
$fgaI fa5t&G
E ~wINDIA LIMITED FOR 6-81-0014 Rev 3
1.17n ,107-+Yer ‘7,1,70,./ IA 000 01 India Undenakindi
STAINLESS STEEL PRESSURE VESSELS / COLUMNS Page 5 of 7

SCOPE OF INSPECTION
QUANTUM
SL NO. STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
Chemical & mechanical properties 100% Batch test
3.5 Welding consumable W R R
including IGC certificates
Visual & dimensional inspection, weld
Inspection
Insp
edge, root gap, offset, alignment, 100% W R
check list
3.6 Weld edge preparation & set up cleanliness etc
of pressure parts
DPT of weld edges as applicable for Inspection
100% - W R
cracks, laminations or segregations check list

3.7 Intermediate Inspection of Welds Visual/ DPT for weld root 100% Inspection report W R

4.0 Final inspection

Visual/ dimensions, completeness of


Visual and dimensional
assembly and weld visual for Inspection
4.1 inspection (internals & externals) 100% - H H
reinforcement, undercuts, surface report
rt
including welds
defects, etc.

Each
Inspection
4.2 PMI Chemical check component - W RW
report
and weld

4.3 Air test of pads Leak check 100% Test report - W R

Trial assembly of internals and


Dimensions, completeness of assembly Inspection
4.4 column/vessel sections as 100% - H H
and alignment report
applicable

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — AII rights reserved

Page 262 of 431


INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
15111a_At.-1 ENGINEERS
$1=g-ari&Wg INDIA LIMITED FOR 6-81-0014 Rev 3
1.7F, c`feage 051.3rglr. (A Govl ai Indo Undertaking)
STAINLESS STEEL PRESSURE VESSELS / COLUMNS Page 6 of 7

SCOPE OF INSPECTION
QUANTUM
SL NO. STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
PWHT as applicable 100% HT chart W R

Hardness test as applicable 100% Inspection report - W R


4.5
Inspection of completed welds
Production test coupon testing including
100% Inspection report - H H
IGC and micro etching as applicable
NDT report/RT
NDT as applicable 100% - W R
films
4.6 Water Quality Check Chloride Content 100% Inspection report - H R

4.7 Hydrostatic test Leak check 100% Test report - H H


Pickling/ passivation (inside and
4.8 outside surface) , drying of Visual inspection for cleanliness 100% Inspection report - W R
equipment
Drying and Nitrogen Filling (as
4.9 Nitrogen Pressure 100% Inspection report - W -
applicable)
5.0 Painting

Visual inspection (after surface


Final painting for carbon steel
5.1 preparation and final painting for 100% Inspection report - H -
portion (As applicable)
workmanship, uniformity) DFT check

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 263 of 431


INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
k31 _.1 ENGINEERS
fg-af 1a15rdg INDIA LIMITED FOR 6-81-0014 Rev 3
(A Govf of India Undeflok ,og)
STAINLESS STEEL PRESSURE VESSELS / COLUMNS Page 7 of 7

SCOPE OF INSPECTION
QUANTUM
SL NO. STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
OF CHECK SUPPLIER EIL/TPIA
SUPPLIER

6.0 Documentation and IC

Final stamping, review of Name plate/ rub-


Verifying stamping details and review
6.1 inspection documents and issue 100% off and - H H
of inspection documents
of IC inspection reports
Verification & compilation of inspection
.C.
6.2 Final documents as per PR & test records for submission to 100% - H H
doQssier
customer

Legend: H- Hold (Do not proceed without approval), P-Perform, RW - Random Witness (As specified or 10% ( min.1 no. of each size and type of Bulk item)), R-Review,
W-Witness (Give due notice, work may proceed after scheduled date).

NOTES (as applicable):


1. This document describes the generic test requirements. Any additional test or Inspection scope if specified in contract documents shall also be applicable.( unless otherwise
agreed upon)
2. Acceptance Norms for all the activities shall be as per PO/PR/STANDARDS referred there in /Job Specification /Approved Documents.

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL - All rights reserved

Page 264 of 431


Copyright EIL — All rightsreserved
0'AGEI Ld- L000-00-8'0N lewJod
01

uoRewawaidwl panssi
C>

penss!ed pue pes!ned


CO
01

O
O

cn
penss!-au pue pas!na),1

Page 265 of 431


-81/

TQ
TQ
£*Aa2IZ170Z-18-9
STANDARD SPECIFICATION NO.
E , rl (4
r- --, o tri
7: -1 rri
(-) >
o
rri
:suopuptamiqv

0.AadLA- 1000-00-9 'oN }eW.10d


t. <—, 5 5, 5. 5-. i-ri ...ri
„, ..11
_ til t7 tt17 (") cg (—ci) C)
cn cro cn '-< :0 i'' '(-1-, ' '- CD • ' AD
CD CD CD '1 0 r:i: ,<:,) (1) 4) c- •-:
,- '"' • (i). ro
■-b s2
" @ 5,•
'•
-CL..• eDo .-S
I-C1

VidfID D'S
'rl 0 .. ?., ,. .
AD C- ) g- c2 g (2 (D ,-(«)0(1)c)-:
lei cD 6' AD 3." '-c 3 . rp
rri -, =— :1o-? ,.,. ")„ 8 0 =co- ..,,,›a' ,
''' ..,
,,5 (-.) o aS sà) ,-+) ,..,„.
=-,° ,,, ,"-,- n)" CD'• 5_,3 rii ,•-•-'s.
gt. ..,
,,. <
cn 6- . ••-t
•-• - - '-,
c,.. ,„
- -.-o
.-, '—
o •-,- 1. ii ,-,- to, o o CD CD , , :,) ff til .0
,o- .-t CrQ ■H cn Ao
0 n. .., -1 (i) CD ,,,, ,*• (-,
, •-t-
`" •-•t r) - n) o., cn ,...., „, CD 0 ,-- • ~0 C.1) C/)
-3CD F,P.
o t z,
t v) n) r
. .':. crq ?„) -,- ,- 4, o
•c/)
-+ '-t •--, 4 2 rrl
c4. ES. '-0 " CD Cfc:7 D.<
1?) H
CD 5.• ..c2 'ZS 01.• Ci •
'
CIC?1:0 '-') =•-• 5 . cp
4 ) 5 C:7 0.• 0b
'."' • ,̀4 CIO ,-t-
o, . Cn
(-) e CfCi ' < ti.
.. AD 9,
o P, Cr 9 cp rri
n -, , ■-ri ' cn
O so cp 8 o
`'. 5
CD ` PL f") •
CD CD AD
cn r"-'
cf)'c--n"
-. n)
po - • rri
fo.


-1-1

Q-
'eT

›C 4 4
r") C) cp
rri o `)

..(:) ■—i '-l:1 '-C1 '"; s"1:i s"1:1 '-d


o o
----• (D ,----, CD pDC 0 0 5 ';, CD ■
O -t .-+
,, rz,.
-, a., o.. ro-$=,›
-' o. --
CD ,. .-• • 0, •-t ,..,
v) .., , ,cf.;,, ..... ---,
--, c C1. cp = sod
.-1 ...,
... cn Cfg ,__, 5o „, (-) 5 * ' g} Et g (4
(1)
,..1 k.../ H
ot
-'« 'Z:g_, o `-<, CD o ril
7S- cp 'Z' »
(:).. ' ,
onm
.-0 ..
9 CD
° ri cf) cn Fij .-1 0 •-- '-$ , AD '"CS CD ■-t- ons
,.-. '-' ..-4. :=, a- r)
AD
`C C) (4'• ,, ~-, (., vt ...
o ri)
-, -2. 0crCR:7co
,'•:,- I:„, ','•.D"'
"'' f=L 0 Izo .0 og
rri (t)
() ci) co 0 Clq CD ,..4.
... CD
pSOI 0A11.011.11S(j UOK

o 4 u
‘-. e <i) a' = `1
?D •
- • o t,D- o CrO
.C-7 (). n CI> Com' um
p
CD
E ‘-2'
co<p
r E -t 0 :4
o... cm co
E) O o ut-t
O' ." o
-•
.naH Z170Z-18-9

pemasai s}q 6P IIV — 11341160doo


STANDARD SPECIFICATION NO.

Page 266 of 431


STANDARD SPECIFICATION NO.

0
PO/PR /Standardsreferred there in /Jobspecifications / Approved documents.

3.0 INSPECTION AND TEST REQUIREMENTS:

SCOPE OF INSPECTION
7i C/)

QUANTUM
STAGE/ ACTIVITY

r)
CHARACTERISTICS SUB
O

OF CHECK SUPPLIER EIL/TPIA


SUPPLIER
G5
1—■

Procedures
W(New)
.--

0
0

WPS/PQR/WPQ

,-1
WeldingprocedureQualification R

.
(Existing)
0
t...)

Material Inspection
MaterialIdentification, Chemical &
MechanicalProperties, Heat Treatment(as
IncomingMaterialslike • • • •• •
applicable)

,•:4 (.4' Eb . 1.
Fo'
$=0

(1)
Flanges,Thermowell Bar

n
EMFcharacteristicsfor T/Celement &

(9
(1) H (1)
stock, MI Cable,

oZ z
Z

7:i
0
'—'
CD

cr
Temperature / Resistancecharacteristics

-4-
cp
--,
t\ .)

RTDelement, Pipeetc.

.._..,
ro
n
for RTDsensingresistor.

cD
JunctionBoxes, Cableglands,Interface

Page 267 of 431


deviceetc.
frà
.c::>

Inprocess Inspection
Dimensions / finish
Machiningof components Calibrationcheck onafterjunction Supplier's
--,
t...)

0
C>

X

.
andtheirassembly formation Test Records
IRtest

L3- 1000-00-9 'oN 4eW.10d 0.1\ PemeseisA6P 11V— 11341-160d00


STANDARD SPECIFICATION NO.

11
STI3MOIAIll1HI UN

SCOPE OF INSPECT
QUANTUM
V)

STAGE/ ACTIVITY CHARACTERISTICS SUB


OF CHECK SUPPLIER EIL/TPIA
0
2

SUPPLIER
o

Final Inspection

NDT , Post Weld Radiography forweld j oints NDTreports /

x
c)
,--
c,
.',;;:,'
-1=,

Hea Treatment(PWHT)( If

Dye Penetrationtest.

1
PWHT chart
specified) Post Weld Heat Treatmentof welds,

Visual and dimensional check


Test Records

x
c)
c)
,--,

:`=`•,"
Hydrotest(outside & Inside)
'ts.)

Thermowells
-1.•

1i
Bore Concentricitycheck

Visual and dimensional check.


IRcheck

x
c)
c)
,--.
TestRecords

;.;`",',

Groundingcheck (asapplicable)
....)

RTD / Thermocouples

l
Calibrationchecks includingaccuracy,
repeatability hysteresis,overrangeetc.
Certificate fromtestingagency like
BASSEFA, FM,PTB, CMRI,etc. for
• •• • • • switch
temperature ••• • •foruse in •
enclosure • • • •
specified hazardousarea.

c./ ö (.1)
Statutoryapproval certificates from PESO

94

CI, ,-,- CD ■-t-


■-1-
CD) ,..2

1)t ,,..
Submissionof certificates / foruse inspecified hazardousarea

n . .:'

=
'-
c)
c)
:';',9':
,--,
.-1=.

C',

1i
C L.

■--4-
Documents BIS approval forexplosionproof

CD '{:3
,--t 'ES

a.
constructionmanufactured indigenously

Page 268 of 431


Degreeof protectioncertificate(IP) for
enclosure.
Wake Frequency Calculation(As
applicable)
:
.f:12•
.-.,..•
ed

Icl

Specialcleaningandpacking foroxygen
c)
c)

Painting TestRecords

1
,':::"

andchlorineservices

0'Aa2:1 L3- 1000-00-2 oN ww.iod pamesei sp.16!-J IIV— 1131LI 61iitcloo




▪•

cr■ c/)
i.)cr, ;-sz, O o ro
c...) c...) --

c) (st, c7 F?)• z
CD ,--t

P" E7' (-)


= o (-)
(
9 o ■-+s1-ri
cm cp C z
Z " td ,_.
o {11))
cy, Ct. ".~-
.... C:1"

0•AGd Ld- 1.000-00-9 '0N 4eWJOd


CD CD0
c,,, c.i) ~t cm
li o ro

Documentationand IC
0 o -,-.. ■--3
cn cn cn
STAGE/ ACTIVITY

:(alcinaffddn sy) saioN


Documentationand IC

st, rm,

FinalDocumentsubmission
.CD ..... •
CD C)
ro CD

•••
• CM

('.71-) . ■-■- • CI)


v) CD
CI)
.., ■-■-
,-1
AD CD
-0 Cfc)
= ro
cn
c ::1 .
ICissuance.

rt) ro 5
A)
cn Cr
"CS CD co
0
▪ cn
'1:i
Boughtout items TC

0
.
....
8 > = esr)
,--‹ -f.
ci)
PO tn.,
CL
• Cr
etcasper VDR / PR

e-t-
• ~ •
CHARACTERISTICS

o o 0-3
cl.,
A) A)
Cl. ,-.. A)
cn co
-t v) -0
Reviewof Internal TestReports,MTC,

Co ••-p. -0
,--n 0
Compilationof Inspectionreports,drawings,

CD
0
...t --.
....
Co cn
co
C1- 'LS 1:1,

,-, ‹-1-
-• -_,
co o 5 ,c) --
-. cp
= v) o o
C)
o
QUANTUM
OF CHECK

o
cr r)

..
.th ci)
c)
C)
-. •.5 •
A) n
CD 0
i:")• cl. n
folder


Mfg TC/

1n
Final data
Inspection
Certificate
Supplier's

g
Test Records /

/Completeness

0
certificate

-0 Clq
li
-t -t co
A) v)
O c)
O .-t- '0
CD
• S:L.
0 F5'
• c) cn
O
SUB

r) ■t -•/ .
• ro (I)
SUPPLIER

• C,..)
CD cn ,. •
9+
I
,-- tr.)
Cs
As o
c7 > x x
Z
CS' C/D
0
S))
"CS
c_
SCOPE OF INSPECTION

Cr A) x x
AallZ170Z-I8-9

51) c)
c)
ci)
CopyrightEIL—Allrightsreserved
SUPPLIER EIL/TPIA

O
STANDARD SPECIFICATION NO.

Page 269 of 431


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS HEALTH, SAFETY &
6-82-0001 Rev. 6
aarn 122 51
INDIA LIMITED
IA Govt of India Undertak.ng)
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 1 of 87

1-11-1 ul -f-zffl 'zr{


WkcIT 1141<ui
3T4tT9' irq

STANDARD SPECIFICATION FOR


HEALTH, SAFETY & ENVIRONMENT
(HSE) MANAGEMENT
AT CONSTRUCTION SITES

6 26/02/2014
REVISED & UPDATED SM J RKD SC

5 19/12/2012 REVISED & UPDATED SM SM RKD DM

4 13/02/2008 REVISED & UPDATED AS RK SCB VC

3 17/07/2007 REVISED & UPDATED AS MPJ VNP VC

2 11/08/2005 REVISED & UPDATED MPJ MPJ VNP VJN

Standards Standards
Comm ittee Bureau
Rev Date Purpose Prepared by Checked by Convenor Chairman
Approved by

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


Page 270 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 2 of 87

Abbreviations:

AERB : Atomic Energy Regulatory Board


ANSI : American National Standards Institute
BARC : Bhabha Atomic Research Centre
BS : British Standard
EIL : Engineers India Limited
ELCB : Earth Leakage Circuit Breaker
EPC : Engineering, Procurement and Construction
EPCC : Engineering, Procurement, Construction and Commissioning
ESI : Employee State Insurance
GCC : General Conditions of Contract
GM : General Manager
GTAW : Gas Tungsten Arc Welding
HOD : Head of Department
HSE : Health, Safety & Environment
HV : High Voltage
IS : Indian Standard
IE : Indian Electricity
JSA : Job Safety Analysis
LOTO : Lock Out & Tag Out
LPG : Liquefied Petroleum Gas
LSTK : Lump Sum Turn Key
MV : Medium Voltage
PPE : Personal Protective Equipment
RCM : Resident Construction Manager or Site-in-Charge, as applicable
ROW : Right of Way
SCC : Special Conditions of Contract
SLI : Safe Load Indicator
TBM : Tool Box Talks

Construction Standards Committee

Convenor : Sh. RK Das, ED(Construction)

Members : Sh. M.Deshpande, GM (C)


Sh. M. Natarajan, GM (C&P)
Sh Rakesh Nanda, DGM (Piping)
Sh. S Mukherjee, DGM (Construction)
Sh. Janak Kishore, DGM (Projects)
Sh. D. Jana, AGM (Construction)

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


Page 271 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 3 of 87

CONTENTS
CLAUSE TITLE PAGE NO.
1.0 Scope 5
2.0 References 5
3.0 Requirement of Health, Safety and Environment (HSE) Management 5
System to be complied by Bidders
3.1 Management Responsibility 5
3.1.1 HSE Policy & Objective 5
3.1.2 Management System 5
3.1.3 Indemnification 6
3.1.4 Deployment & Qualification of Safety 6
Personnel
3.1.5 Implementation, Inspection & Monitoring 7
3.1.6 Behavior Based Safety 8
3.1.7 Awareness 9
3.1.8 Fire prevention & First-Aid 9
3.1.9 Documentation 9
3.1.10 Audit 10
3.1.11 Meetings 10
3.1.12 Intoxicating drinks & drugs and smoking 11
3.1.13 Penalty 11
3.1.14 Accident/Incident investigation 14
3.2 House Keeping 14
3.3 HSE Measures 15
3.3.1 Construction Hazards 15
3.3.2 Accessibility 16
3.3.3 Personal Protective Equipments (PPEs) 16

3.3.4 Working at height 17


3.3.5 Scaffoldings 18
3.3.6 Electrical installations 19
3.3.7 Welding/Gas cutting 21
3.3.8 Ergonomics and tools & tackles 22
3.3.9 Occupational Health 22
3.3.10 Hazardous substances 23
3.3.11 Slips, trips & falls 23
3.3.12 Radiation exposure 23
3.3.13 Explosives/Blasting operations 24
3.3.14 Demolition/Dismantling 24
3.3.15 Road Safety 24
3.3.16 Welfare measures 25
3.3.17 Environment Protection 25
3.3.18 Rules & Regulations 26
Contd to page 4 …

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


Page 272 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 4 of 87

CONTENTS (contd. from page 3)

3.3.19 Weather Protection 26


3.3.20 Communication 26
3.3.21 Confined Space Entry 27
3.3.22 Heavy Lifts 27
3.3.23 Key performance indicators 27
3.3.24 Unsuitable Land Conditions 28
3.3.25 Under Water Inspection 28
3.3.26 Excavation 28
3.4 Tool Box talks 29
3.5 Training & Induction Programme 30
3.6 Additional safety requirements for working Inside a running 31
3.7 Self Assessment and Enhancement 32
3.8 HSE Promotion 32
3.9 LOTO for isolation of energy source 32
4.0 Details of HSE Management System by Contractor
4.1 On Award of Contract 33
4.2 During Job Execution 33
4.3 During short listing of the sub-contractors 34
5.0 Records 35
Appendices
1. Standards/Codes on HSE Appendix-A
2. Details of First AID Box Appendix-B
3. Types of Fire Extinguishers & their Appln. Appendix-C
4. Indicative List of statutory Acts & Rules Appendix-D
5. Construction Hazards and their mitigation Appendix-E
6. Training subjects / topics Appendix-F
7. Construction Power Board ( typ) Appendix-G
8. List of HSE procedures Appendix-H
Attachments (Reporting Formats)
I. Safety Walk through Report HSE-1 Rev.0
II. Accident/Incident Report HSE-2 Rev.0
III. Suppl. Accident/Incident Investigation Report HSE-3 Rev.0
IV. Near Miss Incident Report/Dangerous occurrence HSE-4 Rev.0
V. Monthly HSE Report HSE-5 Rev.0
VI. Permit for Working at height HSE-6 Rev.0
VII. Permit for Working in Confined Space HSE-7 Rev.0
VIII. Permit for Radiation work HSE-8 Rev.0
IX. Permit for Demolishing/ Dismantling HSE-9 Rev.0
X Daily Safety Checklist HSE-10 Rev.0
XI Housekeeping assessment & compliance HSE-11 Rev.0
XII Inspection of temporary electrical booth / installation HSE-12 Rev.0
XIII Inspection for scaffolding HSE-13 Rev.0
XIV Permit for erection / modification & dismantling of HSE-14 Rev.0
scaffolding
XV Permit for heavy lift/critical erection HSE-15 Rev.0
XVI Permit Energy Isolation & De-Isolation HSE-16 Rev 0
XVI Permit for Excavation HSE-17 Rev 0

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


Page 273 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 5 of 87

1.0 SCOPE

This specification establishes the Health, Safety and Environment (HSE) management
requirement to be complied by Contractors/Vendors including their sub-contractors/sub vendors
during construction.

This specification is not intended to replace the necessary professional judgment needed to
design & implement an effective HSE system for construction activities and the contractor is
expected to fulfill HSE requirements in this specification as a minimum. It is expected that
contractor shall implement best HSE practices beyond whatever are mentioned in this
specification.

Requirements stipulated in this specification shall supplement the requirements of HSE


Management given in relevant Act(s)/legislations, General Conditions of Contract (GCC),
Special Conditions of Contract (SCC) and Job (Technical) Specifications. Where different
documents stipulate different requirements, the most stringent shall apply.

2.0 REFERENCES

The document should be read in conjunction with following:

- General Conditions of Contract (GCC)


- Special Conditions of Contract (SCC)
- Building and other construction workers Act,
- Indian Factories Act
- Job (Technical) specifications
- Relevant International / National Codes (refer Appendix-A for standards/codes on HSE)
- Relevant State & National Statutory requirements.
- Operating Manuals Recommendation of Manufacturer of various construction Machineries

3.0 REQUIREMENTS OF HEALTH, SAFETY & ENVIRONMENT (HSE) MANAGEMENT


SYSTEM TO BE COMPLIED BY BIDDERS

3.1 Management Responsibility

3.1.1 HSE Policy & Objectives

The Contractor should have a documented HSE policy duly & objectives to demonstrate
commitment of their organization to ensure health, safety and environment aspects in their line
of operations.
HSE Policy of the contractor shall be made available to Owner / EIL at the place of execution of
specific contract works, as a valid document.

3.1.2 Management System

The HSE management system of the Contractor shall cover the HSE requirements &
commitments to fulfill them, including but not limited to what are specified under clause 1.0
and 2.0 above. The Contractor shall obtain the approval of its site specific HSE Plan from EIL /
Owner prior to commencement of any site works. Corporate as well as Site management of the
Contractor shall ensure compliance of their HSE Plan at work sites in its entirety & in true
spirit.

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


Page 274 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 6 of 87

3.1.3 Indemnification

Contractor shall indemnify & hold harmless, Owner/EIL & their representatives, free from any
and all liabilities arising out of non-fulfillment of HSE requirements or its consequences.

3.1.4 Deployment & qualifications of Safety personnel

The Contractor shall designate/deploy various categories of HSE personnel at site as indicated
below in sufficient number. In no case, deployment of safety Supervisor / Safety Steward shall
substitute deployment of Safety Officer / Safety Engr what is indicated in relevant statute of
BOCW Act i.e deployment of safety officer/Safety Engineer is compulsory at project site. The
Safety supervisors, Safety stewards etc. would facilitate the HSE tasks at grass root level for
construction sites and shall assist Safety Officer / Engineers.

a) Safety Steward

For every 250 workmen, one safety steward shall be deployed.

As a minimum, he shall preferably possess School leaving Certificate (of Class XII with
Physics & Chemistry etc.) and trained in fire-fighting as well as in safety/occupational
health related subjects, with minimum two year of practical experience in construction
work environment and preferably have adequate knowledge of the language spoken by
majority of the workers at the construction site.

b) Safety Supervisor

For every 500workmen, one safety Supervisor shall be deployed.

As a minimum, he shall possess a recognized Degree in Science (with Physics &


Chemistry) or a diploma in Engg. or Tech. with minimum Two years of practical
experience in construction work environment and should possess requisite skills to deal
with construction safety & fire related day-to-day issues.

c) Safety Officer / Safety Engineer

One for every 1000 workers or part thereof shall be deployed.

Safety officer/Engineer Should Possess following Qualification & Experience :

(i) Recognized degree in any branch of Engg. or Tech. or Architecture with practical
experience of working in a building or other construction work in supervisory
capacity for a period of not less than two years, or possessing recognized diploma in
any branch of Engg. or Tech with practical experience of building or other
construction work in supervisory capacity for a period of not less than five years.

(ii) Recognized degree or diploma in Industrial safety with one paper in Construction
Safety

(iii) Preferably have adequate knowledge of the language spoken by majority of the
workers at the construction site.

Alternately

(i) Person possessing Graduation Degree in Science with Physics & Chemistry and
degree or diploma in Industrial Safety (from any Indian institutes recognized by

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


Page 275 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 7 of 87

AICTE or State Council of Tech. Education of any Indian State) with practical
experience of working in a building, plant or other construction works (as Safety
Officer, in line with Indian Factories Act, 1958) for a period of not less than five
years, may be considered as Safety Officer, in case Owner/Client of the project
agrees for /approves the same.

d) HSE In-Charge

In case there is more than one Safety Officer at any project construction site, one of them,
who is senior most by experience (in HSE discipline), may be designated as HSE In-
Charge. Duties & responsibilities of such person shall be commensurate with that of
relevant statute and primarily to coordinate with top management of Client and contractors.

In case the statutory requirements i.e. State or Central Acts and / or Rules as applicable like
the Building and Other Construction Workers’ Regulation of Employment and Conditions
of Service- Act,1996 or State Rules (wherever notified), the Factories Act, 1948 or Rules
(wherever notified), etc. are more stringent than above clarifications, the same shall be
followed.

Contractors shall ensure physical availability of safety personnel at the place of specific
work location, where Hot Work Permit is required / granted. No work shall be started at
any of the project sites until above safety personnel & concerned Site Engineer of
Contractor are physically deployed at site. The Contractor shall submit a HSE organogram
clearly indicating the lines of responsibility and reporting system and elaborate the
responsibilities of safety personnel in their HSE Plan.

The Contractor shall verify & authenticate credentials of such safety personnel and furnish
Bio-Data/ Resume/ Curriculum Vitae of the safety personnel as above for EIL/Owner’s
approval, at least 1 month before the mobilization. The Contractor, whenever required,
shall arrange submission of original testimonials/certificates of their Safety personnel, to
EIL/Owner (for verification/scrutiny, etc.)

Imposition / Realization of penalty shall not absolve the Contractor from his/her
responsibility of deploying competent safety officer at site.
Adequate planning and deployment of safety personnel shall be ensured by the Contractor
so that field activities do not get affected because of non-deployment of competent &
qualified safety people in appropriate numbers.

3.1.5 Implementation, Inspection/Monitoring

 The Contractor shall be fully responsible for planning, reporting, implementing and
monitoring all HSE requirements and compliance of all laws & statutory requirements.
 The Contractor shall also ensure that the HSE requirements are clearly understood &
implemented conscientiously by their site personnel at all levels at site.
 The Contractor shall ensure physical presence of their field engineers / supervisors, during
the continuation of their contract works / site activities including all material transportation
activities. Physical absence of experienced field engineers / supervisors of Contractor at
critical work spot during the course of work, may invite severe penalization as per the
discretion of EIC, including halting / stoppage of work.
 Contractor shall furnish their annual Inspection Plan, with regard to project issues /subjects,
frequency and performers to EIL/Owner.
 The Contractor shall regularly review inspection report internally and implement all
practical steps / actions for improving the status continuously.

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


Page 276 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 8 of 87

 The Contractor shall ensure important safety checks right from beginning of works at every
work site locations and to this effect format No: HSE-10 “Daily Safety Check List” shall
be prepared by field engineer & duly checked by safety personnel for conformance.
 The Contractor shall carry out inspection to identify various unsafe conditions of work
sites/machinery/equipments as well as unsafe acts on the part of
workmen/supervisor/engineer while carrying out different project related works.
 Adequate records for all inspections shall be maintained by the Contractor and the same
shall be furnished to EIL/Owner, whenever sought.
 The Contractor shall not carry-out work by engaging single worker anywhere without any
supervisor anytime during day or night.
 To demonstrate involvement/commitment of site management of Contractor, at least one
Safety Walk through in a month shall be carried out by Contractor’s head of site (along
with his area manager/field engineers) and a report shall be furnished to EIL/Owner as per
format No: HSE-1” Safety walk through report” followed by compliance for unsatisfactory
remarks.
 As a general practice lifting tools/tackles, machinery, accessories etc. shall be inspected,
tested and examined by competent people (approved by concerned State authorities) before
being used at site and also at periodical interval (e.g. during replacement,extension,
modification, elongation/reduction of machine/parts, etc.) as per relevant statutes. Hydra,
cranes, lifting machinery, mobile equipments / machinery / vehicles, etc. shall be inspected
regularly by only competent / experienced personnel at site and requisite records for such
inspections shall be maintained by every contractor. Contractor shall also maintain records
of maintenance of all other site machinery (e.g. generators, rectifiers, compressors, cutters,
etc.) & portable tools/equipments being used at project related works (e.g. drills, abrasive
wheels, punches, chisels, spanners, etc.). The Contractor shall not make use of arbitrarily
fabricated ‘derricks’ at project site for lifting / lowering of construction materials.
 Site facilities /temporary. installations, e.g. batching plant, cement godown, DG-room,
temporary electrical panels/distribution boards, shot-blasting booth, fabrication yards, etc.
and site welfare facilities, like labour colonies, canteen/pantry, rest-shelters, motor
cycle/bicycle-shed, site washing facilities, First-aid centers, urinals/toilets, etc. should be
periodically inspected by Contractor (preferably utilizing HR/Admn. personnel to inspect
site welfare facilities) and records to be maintained.

3.1.6 Behaviour Based Safety

 The contractor shall develop a system to implement Behaviour-Based Safety (BBS)


through which work groups can identify, measure and change the behaviours of employees
and workers
 The BBS process shall include the following:
- Identify the behaviours critical to obtaining required safety performance.
- Communicate the behaviours and how they are performed correctly to all
- Observe the work force and record safe/at risk behaviours. Intervene with workers
to give positive reinforcement when safe behaviours are observed. Provide
coaching/correction when at risk behaviours are observed
- Collect and record observation data
- Summarize and analyze observation data
- Communicate observation data and analysis results to all employees
- Provide recognition or celebrate when safe behaviour improvements occur
- Change behaviours to be observed or change activators or change consequences as
appropriate.
- Communicate any changes to workforce
 Contractor through its own HSE committee shall implement the above process.
 The necessary procedures and reporting formats shall be developed by the contractor for
approval by EIL/Owner.

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


Page 277 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 9 of 87

 The HSE committee of contractor shall observe individual’s behavior for safe practices
adapted for utilization/execution of work for following as a minimum:-
- PPE
- Tools & equipment
- Hazard Identification & control
- House keeping
- Confined space entry
- Hot works
- Excavation
- Loading & unloading
- Work At height
- Stacking & storage
- Ergonomics
- Procedures

3.1.7 Awareness and Motivation

 The Contractor shall promote and develop awareness on Health, Safety and Environment
protection among all personnel working for the Contractor.
 Regular awareness programs and fabrication shop / work site meetings at least on monthly
basis shall be arranged on HSE activities to cover hazards/risks involved in various
operations during construction.
 Contractor to motivate & encourage the workmen & supervisory staff by issuing /
awarding them with tokens/ gifts/ mementos/ monetary incentives / certificates, etc.
 Contractor shall assess & recognize the behavioral change of its site engineers / supervisors
periodically and constantly motivate / encourage them to implement HSE practices at
project works
3.1.8 Fire prevention & First-Aid

 The Contractor shall arrange suitable First-aid measures such as First Aid Box (Refer
Appendix-B for details), trained personnel/nurse (male) to administer First Aid, stand-by
Ambulance vehicle and
 The Contractor shall arrange installation of fire protection measures such as adequate
number of steel buckets with sand & water and adequate number of appropriate portable
fire extinguishers (Refer Appendix-C for details) to the satisfaction of EIL/Owner.
 The Contractor shall deploy trained supervisory personnel / field engineers to cater to any
emergency situation.
 In case the number of workers exceeds 500, the Contractor shall position an Ambulance /
vehicle and nurse on round the clock basis very close to the worksite.
 The Contractor shall arrange FIRE DRILL at each site at least once in three months,
involving site workmen and site supervisory personnel & engineers. The Contractor shall
maintain adequate record of such fire drills at project site

3.1.9 Documentation

The Contractor shall evolve a comprehensive, planned and documented system covering the
following as a minimum for implementation and monitoring of the HSE requirements and the
same shall be submitted for approval by owner/EIL.
- HSE Organogram
- Site specific HSE Plan
- Safety Procedures, forms and Checklist. Indicative list of HSE procedures is attached as
Appendix :H
- Inspections and Test Plan
- Risk Assessment & Job Safety Analysis for critical works.

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


Page 278 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 10 of 87

 The monitoring for implementation shall be done by regular inspections and compliance of
the observations thereof. The Contractor shall get similar HSE requirements implemented
at his sub-contractor(s) work site/office. However, compliance of HSE requirements shall
be the responsibility of the Contractor. Any review/approval by EIL/Owner shall not
absolve contractor of his responsibility/liability in relation to fulfilling all HSE
requirements.

3.1.10 Audit

The Contractor shall submit an Audit Plan to EIL/Owner indicating the type of audits and
covering following as minimum:

 Internal HSE audits regularly at least on quarterly basis by engaging internal qualified
auditors (viz safety officers/Construction personnel having 5 years experience in
construction safety and Lead Auditor Course :OSHA 18001certification).
 External HSE audits regularly at least on every six months by engaging qualified external
auditors (viz safety officers/Construction personnel having 10 years experience in
construction safety and Lead Auditor Course :OSHA 18001certification).

All HSE shortfalls/ non-conformances on HSE matters brought out during review/audit, shall be
resolved forthwith ( generally within a week) by Contractor & compliance report shall be
submitted to EIL/Owner.

In addition to above audits by contractor, the contractor’s work shall be subjected to HSE audit
by EIL/Owner at any point of time during the pendency of contract. The CONTRACTOR shall
take all actions required to comply with the findings of the Audit Report and issue regular
Compliance Reports for the same to OWNER/ EIL till all the findings of the Audit Report are
fully complied.

Failure to carry-out HSE Audits & its compliance (internal & external) by Contractor, shall
invite penalization.

3.1.11 Meetings

 The Contractor shall ensure participation of his top most executive at site (viz. Resident
Construction Manager / Resident Engineer / Project Manager / Site-in-Charge) in Safety
Committee / HSE Committee meetings arranged by EIL/Owner usually on monthly basis
or as and when called for. In case Contractor’s top most executive at site is not in a
position to attend such meeting, he shall inform EIL/Owner in writing before the
commencement of such meeting indicating reasons of his absence and nominate his
representative – failure to do so may invite very stringent penalization against the specific
Contractor, as deemed fit in Contract. The obligation of compliance of any observations
during the meeting shall be always time bound. The Contractor shall always assist
EIL/Owner to achieve the targets set by them on HSE management during the project
implementation.

 In addition, the Contractor shall also arrange internal HSE meetings chaired by his top most
executive at site on weekly basis and maintain records. Such internal HSE meetings shall
essentially be attended by field engineers / supervisors (& not by safety personnel only) of
the Contractor and its associates. Records of such internal HSE meetings shall be
maintained by the Contractor for review by EIL/Owner or for any HSE Audits.

 Agenda of internal HSE meeting should broadly cover: -

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


Page 279 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 11 of 87

a) Confirmation of record notes / minutes of previous meeting


b) Discussion on outstanding subjects of previous points / subjects, if any
c) Incidents / Accidents (of all types) at project site, if any
d) Current topics related to site activities / subjects of discussion
e) House keeping
f) Behavioral Safety
g) Information / views / deliberations of members / site sub Contractors
h) Report from Owner / Client
i) Status of Safety awareness, Induction programs & Training programs

The time frame for such HSE meeting shall be religiously maintained by one and all.

3.1.12 Intoxicating drinks & drugs and Smoking

 The Contractor shall ensure that his staff members & workers (permanent as well casual)
shall not be in a state of intoxication during working hours and shall abide by any law
relating to consumption & possession of intoxicating drinks or drugs in force.
 The Contractor shall not allow any workman to commence any work at any locations of
project activity who is/are influenced / effected with the intake of alcohol, drugs or any
other intoxicating items being consumed prior to start of work or working day.
 Awareness about local laws on this issue shall form part of the Induction Training and
compulsory work-site discipline.

 The Contractor shall ensure that all personnel working for him comply with “No-Smoking”
requirements of the Owner as notified from time to time. Cigarettes, lighters, auto ignition
tools or appliances as well as intoxicating drugs, dry tobacco powder, etc. shall not be
allowed inside the project / plant complex.

 Smoking shall be permitted only inside smoking booths exclusively designated &
authorized by the Owner/EIL.

3.1.13 Penalty

The Contractor shall adhere consistently to all provisions of HSE requirements. In case of non-
compliances and also for repeated failure in implementation of any of the HSE provisions,
EIL/Owner may impose stoppage of work without any cost & time implication to the Owner
and/or impose a suitable penalty.

The amount of penalty to be levied against defaulted Contractor shall be up to a cumulative


limit of

2.0% (Two percent) of the contract value for Item Rate or Composite contracts with an overall
ceiling of 1, 00, 00, 000 (Rupees One crore)

0.5% (Zero decimal five percent) of the contract value for LSTK, OBE, EPC, EPCC or Package
contracts with an overall ceiling of 10, 00.00.000 (Rupees ten crores)

This penalty shall be in addition to all other penalties specified elsewhere in the contract. The
decision of imposing stop-work-instruction and imposition of penalty shall rest with
EIL/Owner. The same shall be binding on the Contractor. Imposition of penalty does not make
the Contractor eligible to continue the work in unsafe manner.

The amount of penalty applicable for the Contractor on different types of HSE violations is
specified below:

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


Page 280 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 12 of 87

Sl.
Violation of HSE norms Penalty Amount
No.
1. For not using personal protective equipment Rs 500/- per day/ Item / Person.
(Helmet, Shoes, Goggles, Gloves, Full body harness,
Face shield, Boiler suit, etc.)
2. Working without Work Permit/Clearance Rs 20000/- per occasion
3 Execution of work without deployment of requisite Rs. 5000/- per violation per day
field engineer / supervisor at work spot
4. Unsafe electrical practices (not installing ELCB, Rs 10000/- per item per day.
using poor joints of cables, using naked wire without
top plug into socket, laying wire/cables on the roads,
electrical jobs by incompetent person, etc.)
5. Working at height without full body harness, using Rs. 10000/- per case per day.
non-standard/ rejected scaffolding and not arranging
fall protection arrangement as required, like hand-
rails, life-lines, Safety Nets etc.
6. Unsafe handling of compressed gas cylinders (No Rs 500/- per item per day.
trolley, jubilee clips double gauge regulator, and not
keeping cylinders vertical during storage/handling,
not using safety cap of cylinder).
7. Use of domestic LPG for cutting purpose / not using Rs. 3000/- per occasion.
flash back arresters on both the hoses/tubes on both
ends.
8. No fencing/barricading of excavated areas / Rs. 3000/- per occasion.
trenches.
9. Not providing shoring/strutting/proper slope and not Rs.5, 000/- per occasion.
keeping the excavated earth at least 1.5M away from
excavated area.
10. Non display of scaffold tags, caution boards, list of Rs.1000/- per occasion per day
hospitals, emergency services available at work
locations.
11. Traffic rules violations like over speeding of Rs. 2000/- per occasion per day
vehicles, rash driving, talking on mobile phones
during vehicle driving, wrong parking, not using seat
belts, vehicles not fitted with reverse horn / warning
alarms / flicker lamps during foggy weather.
12. Absence of Contractor’s RCM/SIC or his Rs10000/- per meeting.
nominated representative (prior approval must be
taken for each meeting for nomination) from site
HSE meetings whenever called by EIL/Owner &
failure to nominate his immediate deputy (in the site-
organogram) for such HSE meetings.
13. Failure to maintain HSE records by Contractor Rs 10000/- per month.
Safety personnel, in line with approved HSE
Plan/Procedures/Contract specifications..
14. Failure to conduct daily site safety inspection (by Rs.10000/- per occasion.
Contractor’s safety engineers/safety officers),
internal HSE meeting, internal HSE
Awareness/Motivation Program, Site HSE Training
and HSE audit at predefined frequencies (as
approved in HSE Plan).

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


Page 281 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 13 of 87

Sl.
Violation of HSE norms Penalty Amount
No.
th
15. Failure to submit the monthly HSE report by 5 of Rs. 10000/- per occasion and Rs.
subsequent month to Project’s Engineer-in-Charge / 1000/- per day of further delay.
Owner
16. Poor House Keeping Rs. 5000/- per occasion per subject
17. Failure to report & follow up accident (including Rs. 20000/- per occasion
Near Miss) reporting system within specific time-
frame.
18. Degradation of environment (not confining toxic Rs10000/- per occasion
spills, spilling oil/lubricants onto ground)
19. Not medically examining the workers before Rs 5000/- per occasion per worker
allowing them to work at height / to work in
confined space / to work in shot-blasting / to work
for painting / to work in bitumen or asphalt works,
not providing ear muffs while allowing them to work
in noise polluted areas, made them to work in air
polluted areas without respiratory protective devices,
etc.
20. Violation of any other safety condition as per job Rs. 5000/- per occasion
HSE plan / work permit and HSE conditions of
contract (e.g. using crowbar on cable trenches,
improper welding booth, not keeping fire
extinguisher ready at hot work site, unsafe rigging
practices, non-availability of First-Aid box at site,
not using hood with respiratory devices by blaster
for shot//grit blasting, etc.)
21. Failure to carry-out Safety audit in time (internal & Rs. 20,000/- per occasion
external), close-out of identified shortfalls of
Observations of Safety Aspects(OSA),etc
22. Carrying out sand blasting instead of grit/shot Rs. 50,000/- per day
blasting
23. Failure to deploy adequately qualified and Rs. 10000/- per day per Officer
competent Safety Officer
24. Utilization of hydra/ back-hoe loader for material Rs 25,000/- per occasion
shifting or any other unauthorized /unsafe lifting
works
25. Any incident / accident at project site has been Rs 10,00,000/-per occasion
caused because of willful negligence or gross
violation of safety measures / provisions on the part
of the Contractor or any of its sub-agencies
26. Any violation not covered above To be decided by EIL/Owner.

 The Contractor shall make his field engineers/supervisors fully aware of the fact that they
keep track with the site workmen for their behavior and compliance of various HSE
requirements. Safety lapses / defects of project construction site shall be attributable to the
concerned job supervisor / engineer of the Contractor, (who remains directly responsible
for safely executing field works). For repeated HSE violations, concerned job supervisor /
engineer shall be reprimanded or appropriate action, as deemed fit, shall be initiated (with
an information to EIL & Owner) by the concerned Contractor.

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


Page 282 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 14 of 87

Contractor shall initiate verbal warning shall be given to the worker/employee during his first
HSE violation. A written warning shall be issued on second violation and specific training shall
be arranged / provided by the Contractor to enhance HSE awareness/skill including feedback on
the mistakes/ flaws. Any further violation of HSE stipulations by the erring individuals shall
call for his forthright debar from the specific construction site. A record of warnings for each
worker/employee shall be maintained by the Contractor, like by punching their cards / Gate
passes or by displaying their names at the Project entry gate. Warnings, penalizations,
appreciations etc. shall be discussed in HSE Committee meetings by site Head of the
Contractor.

3.1.14 Accident/ Incident investigation

All accidents / incidents shall be informed to EIL/Owner at least telephonically by Contractor


immediately and in writing within 24 hours on Format No. HSE-2 as applicable , by Contractor.
Thereafter, a Supplementary Accident / Incident investigation Report on Format No. HSE-3
shall be submitted to EIL/Owner within 72 hours. Near Miss incident(s),Dangerous
accidents/incident shall also be reported on Format No. HSE-4 within 24 hours. The accident/
incident shall be investigated by a team of Contractor’s senior Site personnel (involving Site-in-
Charge or at least by his deputy) for establishing root-cause and recommending corrective &
preventive actions. Findings shall be documented and suitable actions taken to avoid
recurrences shall be communicated to EIL/Owner. Owner/EIL shall have the liberty to
independently investigate such occurrences and the Contractor shall extend all necessary help
and cooperation in this regard. EIL/Owner shall have the right to share the content of this report
with the outside world.

3.2 House Keeping

The Contractor shall ensure that a high degree of house keeping is maintained and shall ensure
inter alia; the followings:

a) All surplus earth and debris are removed/disposed off from the working areas to designated
location(s).
b) Unused/surplus cables, steel items and steel scrap lying scattered at different places within
the working areas are removed to identify location(s).
c) All wooden scrap, empty wooden cable drums and other combustible packing materials,
shall be removed from work place to identified location(s).
d) Roads shall be kept clear and materials like pipes, steel, sand, boulders, concrete, chips and
bricks etc shall not be allowed on the roads to obstruct free movement of men &
machineries.
e) Fabricated steel structural, pipes & piping materials shall be stacked properly for erection.
f) Water logging on roads shall not be allowed.
g) No parking of trucks/trolleys, cranes and trailers etc shall be allowed on roads, which may
obstruct the traffic movement.
h) Utmost care shall be taken to ensure over all cleanliness and proper upkeep of the working
areas.
i) Trucks carrying sand, earth and pulverized materials etc. shall be covered while moving
within the plant area/ or these materials shall be transported with top surface wet.
j) The contractor shall ensure that the atmosphere in plant area and on roads is free from
particulate matter like dust, sand, etc. by keeping the top surface wet for ease in breathing.
k) At least two exits for any unit area shall be assured at all times – same arrangement is
preferable for digging pits / trench excavation / elevated work platforms / confined spaces
etc.
l) Welding cables and the power cable must be segregated and properly stored and used .The
same shall be laid away from the area of movement and shall be free from obstruction.
m) Schedule for upkeep/cleaning of site to be firmed up and implemented on regular basis

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


Page 283 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 15 of 87

The Contractor shall carry-out regular checks (minimum one per fortnight) as per format No:
HSE-11 for maintaining high standard of housekeeping and maintain records for the same.

3.3 HSE Measures

3.3.1 Construction Hazards

The Contractor shall ensure identification of all Occupational Health, Safety & Environmental
hazards in the type of work he is going to undertake and enlist mitigation measures. Contractor
shall carry out Job Safety Analysis (JSA)/Risk Analysis specifically for high risk jobs/crtical
jobs like

a) Working at height (+2.0 Mts height) for cold (incl. colour washing, painting, insulation
etc.) & hot works.
b) Work in confined space,
c) Deep excavations & trench cutting (depth > 2.0 mts.)
d) Operation & Maintenance of Batching Plant.
e) Shuttering / concreting (in single or multiple pour) for columns, parapets & roofs.
f) Erection & maintenance of Tower Crane.
g) Erection of structural steel members / roof-trusses / pipes at height more than 2.0 Mts. with
or without crane.
h) Erection of pipes (full length or fabricated) at height more than 2.0 Mts. height with Crane
of 100T capacity.
i) All lifts using 100T Crane plus mechanical pulling.
j) All lifts using two cranes in unison (Tandem Lifting).
k) Any lift exceeding 80% capacity of the lifting equipments (hydra, crane etc.).
l) Laying of pipes (isolated or fabricated) in deep narrow trenches – manually or
mechanically.
m) Maintenance of crane / extension or reduction of crane-boom on roads or in yards.
n) Erection of any item at >2.0 Mts. height using 100T crane or of higher capacity
o) Hydrostatic test of pipes, vessels & columns and water-flushing.
p) Radiography jobs (in-plant & open field)
q) Work in Live Electrical installations / circuits
r) Handling of explosives & Blasting operations
s) Demolishing / dismantling activities
t) Welding / gas cutting jobs at height (+2.0 Mts.)
u) Lifting / placing roof-girders at height (+2.0 Mts.)
v) Lifting & laying of metallic / non-metallic sheet over roof/structures.
w) Lifting of pipes, gratings, equipments/vessels at heights (+2.0 Mts) with & without using
cranes
x) Calibration of equipment, instruments and functional tests at yards / work-sites.
y) Operability test of Pump, Motors (after coupling) & Compressors.
z) Cold or Hot works inside Confined Space.
aa) Transportation & shifting of ODC consignments into project areas.
bb) Working in “charged/Live” elect. Panels
cc) Stress Relieving works (Electrically or by Gas-burners).
dd) Pneumatic Tests
ee) Card board blasting
ff) Chemical cleaning

and take feedback from EIL/Owner. The necessary HSE measures devised shall be put in to
place, prior to start of an activity & also shall be maintained during the course of works, by the
Contractor. Copies of such JSAs shall be kept available at work sites by the Contractor to enable
all concerned carrying out checks / verification.

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


Page 284 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 16 of 87

A list of typical construction hazards along with their effects & preventive measures is given in
Appendix-E.

3.3.2 Accessibility

 The Contractor shall provide safe means of access(in sufficient numbers) & efficient exit to
any working place including provisions of suitable and sufficient scaffolding at various
stages during all operations of the work for the safety of his workmen and EIL/Owner.

 The Contractor shall implement use of all measures including use of “life line”, “fall-
arresters”, “retractable fall arresters” , “safety nets” etc. during the course of using all safe
accesses & exits, so that in no case any individual remains at risk of slip & fall during their
travel.

 The access to operating plant / project complex shall be strictly regulated. Any person or
vehicle entering such complex shall undergo identification check, as per the procedures in
force / requirement of EIL/Owner.
 Accessibility to ‘confined space’ shall be governed by specific system / regulation, as
established at project site.

3.3.3 Personal Protective Equipments (PPEs)

 The Contractor shall ensure that all their staff, workers and visitors including their sub-
contractor(s) have been issued (records to be kept) & wear appropriate PPEs like nape strap
type safety helmets preferably with head & sweat band with ¾” cotton chin strap
(made of industrial HDPE), safety shoes with steel toe cap and antiskid sole, full body
harness (CЄ marked and conforming to EN361), protective goggles, gloves, ear muffs,
respiratory protective devices, etc. All these gadgets shall conform to applicable IS
Specifications/CE or other applicable international standards. The Contractor shall
implement a regular regime of inspecting physical conditions of the PPEs being issued /
used by the workmen of their own & also its sub-agencies and the damaged / unserviceable
PPEs shall be replaced forthwith.

 Owner/EIL may issue a comprehensive color scheme for helmets to be used by various
agencies. The Contractor shall follow the scheme issued by the owner/EIL and shall choose
any colour other than white (for Owner) or blue (for EIL) All HSE personnel shall
preferably wear dark green band on their helmet so that workmen can approach them for
guidance during emergencies. HSE personnel shall preferably wear such dresses with
fluorescent stripes, which are noticeable during night, when light falls on them.

 For shot blasting, the usage of protective face shield and helmets, gauntlet and protective
clothing is mandatory. Such protective clothing should conform relevant IS Specification.

 For off-shore jobs/contracts, contractor shall provide PPEs (new) of all types to EIL &
Owner's personnel, at his (contractor's) cost. All personnel shall wear life jacket at all time.

 An indicative list of HSE standards/codes is given under Appendix-A.

 Contractor shall ensure procurement & usage of following safety equipments/ accessories
(conforming to applicable IS mark / CE standard) by their staff, workmen & visitors
including their subcontractors all through the span of project construction / pre-
commissioning/ Commissioning:-‘

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


Page 285 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 17 of 87

a. PPEs (Helmet, Spectacle, Ear-muff, Face shield, Hand gloves, Safety Shoes, Gum
boot)
b. Barricading tape / warning signs
c. Rechargeable Safety torch (flame-proof)
d. Safety nets (with tie-chords)
e. Fall arresters
f. Portable ladders (varying lengths)
g. Life-lines (steel wire-rope, dia not less than 8.0 mm)
h. Full body harness (double lanyard)
i. Lanyard
j. Karabiner
k. Retractable fall arresters (various length)
l. Portable fire extinguishers (DCP type) – 5 kg capacity
m. Portable Multi Gas detector
n. Sound level meter
o. Digital Lux meter
p. Fire hoses & flow nozzles
q. Fire blankets / Fire retardant cloth (with eyelets)

3.3.4 Working at height

 The Contractor shall issue permit for working (PFW) at height after verifying and
certifying the checkpoints as specified in the attached permit (Format No. HSE-6). He
shall also undertake to ensure compliance to the conditions of the permit during the
currency of the permit including adherence of personal protective equipments. Contractor’s
Safety Officer shall verify compliance status of the items of permit document after
implementation of action is completed by Contractor’s execution / field engineers at work
site. Job Safety Analysis (JSA) for specific works at height duly commented by
EIL/Owner, shall be kept attached with particular Permit for Work (PFW) at site for ready
reference & follow-up.

 Such PFW shall be initially issued for one single shift or expected duration of normal work
and extended further for balance duration, if required. EIL/Owner can devise block-permit
system at any specific area, in consultation with project specific HSE Committee to specify
the time-period of validity of such PFW or its renewal. This permit shall be applicable in
areas where specific clearance from Owner’s operation Deptt. /Safety Deptt. is not
required. EIL / Owner’s field Engineers/Safety Officers/Area Coordinators may verify and
counter sign this permit (as an evidence of verification) during the execution of the job.

 All personnel shall be medically examined & certified by registered doctor, confirming
their ‘medical fitness for working at height. The fitness examination shall be done once in
six months.

 In case work is undertaken without taking sufficient precautions as given in the permit, EIL
/Owner Engineers may exercise their authority to cancel such permit and stop the work till
satisfactory compliance/rectification is arranged made. Contractors are expected to
maintain a register for issuance of permit and extensions thereof including preserving the
used permits for verification during audits etc.

 The Contractor shall arrange (at his cost) and ensure use of Fall Arrester Systems by his
workers. Fall arresters are to be used while climbing/descending tall structures or vessels /
columns etc. These arresters should lock automatically against the anchorage line,
restricting free fall of the user. The device is to be provided with a double security opening
system to ensure safe attachment or release of the user at any point of rope. In order to

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


Page 286 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 18 of 87

avoid shock, the system should be capable of keeping the person in vertical position in case
of a fall.

 The Contractor shall ensure that Full body harnesses conforming EN361 and having
authorized CЄ marking is used by all personnel while working at height. The lanyards and
life lines should have enough tensile strength to take the load of the worker in case of a fall.
One end of the lanyard shall be firmly tied with the harnesses and the other end with life
line. The harness should be capable of keeping the workman vertical in case of a fall,
enabling him to rescue himself.

 The Contractor shall provide Roof Top Walk Ladders for carrying out activities on sloping
roofs in order to reduce the chances of slippages and falls.

 The Contractor shall ensure that a proper Safety Net System is used wherever the hazard of
fall from height is present. The safety net, preferably a knotted one with mesh ropes
conforming to IS 5175/ ISO 1140 shall have a border rope & tie cord of minimum 12mm
dia. The Safety Net shall be located not more than 6.0 meters below the working surface
extending on either side up to sufficient margin to arrest fall of persons working at different
heights.

 In case of accidental fall of person on such Safety Net, the bottom most portion of Safety
Net should not touch any structure, object or ground.

 The Contractor shall ensure positive isolation while working at different levels like in the
pipe rack areas. The working platforms with toe boards & hand rails shall be sufficiently
strong & shall have sufficient space to hold the workmen and tools & tackles including the
equipments required for executing the job. Such working platforms shall have mid-rails, to
enable people work safely in sitting posture.

3.3.5 Scaffoldings & Barricading

 Suitable scaffoldings shall be provided to workmen for all works that cannot be safely done
from the ground or from solid construction except such short period work that can be safely
done using ladders or certified (by 3rd party competent person) man-basket. When a ladder
is used, an extra workman shall always be engaged for holding the ladder.

 The Contractor shall ensure that the scaffolds used during construction activities shall be
strong enough to take the designed load. Main Contractor shall always furnish duly
approved construction-design details of scaffold & SWL (from competent designers) free
of charge, before they are being installed / constructed at site. Owner/EIL reserves the right
to ask the Contractor to submit certification and or design calculations from his Head office
/ Design/ Engineering expert regarding load carrying capacity of the scaffoldings.

 All scaffolds shall be inspected by a competent Scaffolding Inspector of the Contractor. He


shall paste a GREEN tag (duly signed by competent Scaffolding Inspector) on each
scaffold found safe and a RED tag (duly signed by competent Scaffolding Inspector) on
each scaffold found unsafe. Scaffolds with GREEN tag only shall be permitted to be used
and Scaffolds with RED ones shall immediately be made inaccessible. Work being found
continuing on scaffolds with RED tag shall be considered unauthorized work by Contractor
and may invite penalization from EIL/Owner. For every 120-125 m2 /m3 area / volume or
its parts thereof minimum one TAG shall be provided.
 The Contractor shall ensure positive barricading (indicative as well as protective) of the
excavated, radiography, heavy lift, high pressure hydrostatic & pneumatic testing and other
such areas. Sufficient warning signs shall be displayed along the barricading areas.

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


Page 287 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 19 of 87

 Scaffolding shall be constructed using foot seals or base plates only.

3.3.6 Electrical installations

 All electrical installations/ connections shall be carried out as per the provisions of latest
revision of following codes/standards, in addition to the requirements of Statutory
Authorities and IE/applicable international rules & regulations:

- OISD STD 173 : Fire prevention & protection system for electrical installations
- SP 30 (BIS) : National Electric Code

 All electrical installations shall be approved by the concerned statutory authorities.

 All temporary electrical installations / facilities shall be regularly checked by the


licensed/competent electricians of the Contractor and appropriate records shall be
maintained in format no: HSE-12” Inspection of temporary electrical booth/installation at
project construction site”. Such inspection records are to be made available to EIL/Owner,
whenever asked for.

3.3.6.1 The Contractor shall meet the following requirements:

a. Shall make Single Line Diagram (SLD) for providing connection to each equipments &
machinery and the same (duly approved by EIL/Owner) shall be pasted on the front face of
DBs (distribution boards) or JBs (Junction boxes) at every site. ( A typical Switch Board
Sketch is attached as Appendix -G )

b. Ensure that electrical systems and equipment including tools & tackles used during
construction phase are properly selected, installed, used and maintained as per provisions
of the latest revision of the Indian Electrical/ applicable international regulations.

c. Shall deploy qualified & licensed electricians for proper & safe installation and for regular
inspection of construction power distribution system/points including their earthing. A
copy of the license shall be submitted to EIL / Owner for records. Availability of at least
one competent (ITI qualified) / licensed electrician (by State Elec. authorities) shall be
ensured at site round the clock to attend to the normal/emergency jobs.

d. All switchboards / welding machines shall be kept in well-ventilated & covered shed/ with
rain shed protection. The shed shall be elevated from the existing ground level to avoid
water logging inside the shed . Installation of electrical switch board must be done taking
care of the prevention of shock and safety of machine.

e. No flammable materials shall be used for constructing the shed. Also flammable materials
shall not be stored in and around electrical equipment / switchboard. Adequate clearances
and operational space shall be provided around the equipment.

f. Fire extinguishers and insulating mats shall be provided in all power distribution centers.

g. Temporary electrical equipment shall not be employed in hazardous area without obtaining
safety permit.

h. Proper housekeeping shall be done around the electrical installations.

i. All temporary installations shall be tested before energizing, to ensure proper earthing,
bonding, suitability of protection system, adequacy of feeders/cables etc.

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


Page 288 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 20 of 87

j. All welders shall use hand gloves irrespective of holder voltage.

k. Multilingual (Hindi, English and local language) caution boards, shock treatment charts and
instruction plate containing location of isolation point for incoming supply, name &
telephone No. of contact person in emergency shall be provided in substations and near all
distribution boards / local panels.

l. Operation of earth leakage device shall be checked regularly by temporarily connecting


series test lamp (2 bulbs of equal rating connected in series) between phase and earth.
ELCB tester /test meter shall be used for testing ELCBs

m. Regular inspection of all installations at least once in a month. (Ref. Format HSE-12).

3.3.6.2 The following features shall also be ensured for all electrical installations during construction
phase by the contractor:

 Each installation shall have a main switch with a protective device, installed in an
enclosure adjacent to the metering point. The operating height of the main switch shall not
exceed 1.5 M. The main switch shall be connected to the point of supply by means of
armoured cable.

 The outgoing feeders shall be double or triple pole switches with fuses / MCBs. Loads in a
three phase circuit shall be balanced as far as possible and load on neutral should not
exceed 20% of load in the phase.

 The installation shall be adequately protected against overload, short circuit and earth
leakage by the use of suitable protective devices. Fuses wherever used shall be HRC type.
Use of rewirable fuses shall be strictly prohibited. The earth leakage device shall have an
operating current not exceeding 30 mA.

 All connections to the hand tools / welding receptacles shall be taken through proper
switches, sockets and plugs.

 All single phase sockets shall be minimum 3 pin type only. All unused sockets shall be
provided with socket caps.

 Only 3 core (P+N+E) overall sheathed flexible cables with minimum conductor size of 1.5
mm2 copper shall be used for all single phase hand tools.

 Only metallic distribution boxes with double earthing shall be used at site. No wooden
boxes shall be used.

 All power cables shall be terminated with compression type cable glands. Tinned copper
lugs shall be used for multi-strand wires / cables.

 Cables shall be free from any insulation damage.

 Minimum depth of cable trench shall be 750 mm for MV & control cables and 900 mm for
HV cables. These cables shall be laid over a sand layer and covered with sand, brick & soil
for ensuring mechanical protection. Cables shall not be laid in waterlogged area as far as
practicable. Cable route markers shall be provided at every 25 M of buried trench route.
When laid above ground, cables shall be properly cleated or supported on rigid poles of at
least 2.1 M high. Minimum head clearance of 6 meters shall be provided at road crossings.

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


Page 289 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 21 of 87

 Under ground road crossings for cables shall be avoided to the extent feasible. In any case
no under ground power cable shall be allowed to cross the roads without pipe sleeve.

 All cable joints shall be done with proper jointing kit. No taped/ temporary joints shall be
used.

 An independent earthing facility should preferably be established within the temporary


installation premises. All appliances and equipment shall be adequately earthed. In case of
armoured cables, the armour shall be bonded to the earthing system.

 All cables and wire rope used for earth connections shall be terminated through tinned
copper lugs.

 In case of local earthing, earth electrodes shall be buried near the supply point and earth
continuity wire shall be connected to local earth plate for further distribution to various
appliances. All insulated wires for earth connection shall have insulation of green colour.

 Separate core shall be provided for neutral. Earth / Structures shall not be used as a neutral
in any case.

 ON/OFF position of all switches shall be clearly designated / painted for easy isolation in
emergency.

3.3.7 Welding/ Gas cutting

 Contractor shall ensure that flash back arrestors conforming to BS: 6158 or equivalent are
installed on all gas cylinders as well as at the torch end of the gas hose, while in use.
 All cylinders shall be mounted on trolleys and provided with a closing key. Empty &
filled-up gas cylinders shall be stored separately with TAG, protecting them from direct
sun or rain. Minimum 2 nos. of Portable DCP type fire extinguishers (10 kg) shall be
maintained at the gas cylinder stores. Stacking & storing of compressed gas cylinders shall
be arranged away from DG set, hot works, Elect. Panels / Elec. boards, etc
 The burner and the hose placed downstream of pressure reducer shall be equipped with
Flash Back Arrester/Non Return Valve device.
 The hoses for acetylene and oxygen cylinders must be of different colours. Their
connections to cylinders and burners shall be made with a safety collar.
 At end of work, the cylinders in use shall be closed and hoses depressurized.
 Cutting of metals using gases, other than oxygen & acetylene, shall require written
concurrence from Owner.
 All welding machines shall have effective earthing at least at distinctly isolated two points.
 In order to help maintain good housekeeping, and to reduce fire hazard, live electrode bits
shall be contained safely and shall not be thrown directly on the ground.
 The hoses of Acetylene and Oxygen shall be kept free from entanglement & away from
common pathways / walkways and preferably be hanged overhead in such a manner which
can avoid contact with cranes, hydra or other mobile construction machinery.
 Hot spatters shall be contained / restricted appropriately (by making use of effective fire-
retardant cloth/fabric) and their flying-off as well as chance of contact with near-by
flammable materials shall be stopped.
 The Contractor shall arrange adequate systems & practices for accumulation / collection of
metal & other scraps and remnant electrodes and their safe disposal at regular interval so as
to maintain the fabrication and other areas satisfactorily clean & tidy.
 All gas cylinders must have a cylinder cap on at all times when not in use.

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


Page 290 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 22 of 87

3.3.8 Ergonomics and tools & tackles

 The Contractor shall assign to his workmen, tasks commensurate with their qualification,
experience and state of health.
 All lifting tools, tackles, equipment, accessories including cranes shall be tested
periodically by statutory/competent authority for their condition and load carrying capacity.
Valid test & fitness certificates from the applicable authority shall be submitted to
Owner/EIL for their review/acceptance before the lifting tools, tackles, equipment,
accessories and cranes are used.
 The contractor shall not be allowed to use defective equipment or tools not adhering to
safety norms.
 Contractor shall arrange non-sparking tools for project construction works in operating
plant areas / hydrocarbon prone areas.
 Wherever required the Contractor shall make use of Elevated Work Platforms (EWP) or
Aerial Work Platforms (mobile or stationary) to avoid ergonomical risks and workmen
shall be debarred to board such elevated platform during the course of their shifting /
transportation.
 Contractor shall ensure installation of Safe Load Indicator (SLI) on all cranes (while in use)
to minimize overloading risk. SLI shall have capability to continuously monitor and
display the load on the hook, and automatically compare it with the rated crane capacity at
the operating condition of the crane. The system shall also provide visual and audible
warnings at set capacity levels to alert the operator in case of violations.
 The contractor shall be responsible for safe operations of different equipments mobilized
and used by him at the workplace like transport vehicles, engines, cranes, mobile ladders,
scaffoldings, work tools, etc.
 The Contractor shall arrange periodical training for the operators of hydra, crane,
excavator, mobile machinery, etc. at site by utilizing services from renowned
manufacturers

3.3.9 Occupational Health

 The contractor shall identify all operations that can adversely affect the health of its
workers and issue & implement mitigation measures.

 For surface cleaning operations, sand blasting shall not be permitted even if not explicitly
stated elsewhere in the contract.

 To eliminate radiation hazard, Tungsten electrodes used for Gas Tungsten Arc Welding
shall not contain Thorium.

 Appropriate respiratory protective devices(hood with respiratory devices) shall be used to


protect workmen from inhalation of air borne contaminants like silica, asbestos, gases,
fumes, etc.

 Workmen shall be made aware of correct methods for lifting, carrying, pushing & pulling
of heavy loads. Wherever possible, manual handling shall be replaced by mechanical lifting
equipments.

 For jobs like drilling/demolishing/dismantling where noise pollution exceeds the specified
limit of 85 decibels, ear muffs shall be provided to the workers.

 To avoid work related upper limb disorders (WRULD) and backaches, Display Screen
Equipments' workplace stations shall be carefully designed & used with proper sitting
postures. Power driven hand-held tools shall be maintained in good working condition to

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


Page 291 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 23 of 87

minimize their vibrating effects and personnel using these tools shall be taught how to
operate them safely & how to maintain good blood circulation in hands.

 The Contractor shall arrange health check up (by registered medical practitioner) for all the
workers at the time of induction. Health check may have to be repeated if the nature of duty
assigned to him is changed necessitating health check or doubt arises about his wellness.
EIL/Owner reserves the right to ask the contractor to submit medical test reports. Regular
health check-ups are mandatory for the workers assigned with Welding, Radiography,
Blasting, Painting, Heavy Lift and Height (>2m) jobs. All the health check-ups shall be
conducted by registered Medical practitioner and records are to be maintained by the
Contractor.

 The Contractor shall ensure vaccination of all the workers including their families, during
the course of entire project span.

3.3.10 Hazardous substances

 Hazardous, inflammable and/or toxic materials such as solvent coating, thinners, anti-
termite solutions, water proofing materials shall be stored in appropriate containers
preferably with lids having spillage catchment trays and shall be stored in a good ventilated
area. These containers shall be labeled with the name of the materials highlighting the
hazards associated with its use and necessary precautions to be taken. Respective MSDS
(Material Safety Data Sheet) shall be made available at site & may be referred whenever
problem arises.

 Where contact or exposure of hazardous materials are likely to exceed the specified limit or
otherwise have harmful effects, appropriate personal protective equipments such as gloves,
goggles/face-shields, aprons, chemical resistant clothing, respirator, etc. shall be used.

 The work place shall be checked prior to start of activities to identify the location, type and
condition of any asbestos materials which could be disturbed during the work. In case
asbestos material is detected, usage of appropriate PPEs by all personnel shall be ensured
and the matter shall be reported immediately to EIL/ Owner.

3.3.11 Slips, trips & falls

The contractor shall establish a regular cleaning and basic housekeeping programme that covers
all aspects of the workplace to help minimize the risk of slips, trips & falls. The contractor shall
take positive measures like keeping the work area tidy, storing waste in suitable containers &
harmful items separately, keeping passages, stairways, entrances & exits especially emergency
ones clear, cleaning up spillages immediately and replacing damaged carpet/ floor tiles, mats &
rugs at once to avoid slips, trips & falls.

3.3.12 Radiation exposure

 All personnel exposed to physical agents such as ionizing & non-ionizing radiation,
including ultraviolet rays or similar other physical agents shall be provided with adequate
shielding or protection commensurate with the type of exposure involved.

 For Open Field Radiography works , requirements of Bhabha Atomic Research Centre
(BARC)/ Atomic Energy Regulatory Board (AERB) shall be followed.

 The Contractor shall implement an effective system of control (as described in the AERB
regulations) at site for handling radiography-sources & for avoiding its misuse & theft.

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


Page 292 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 24 of 87

 The contractor shall generate the Format No: HSE-8 “Permit for radiation work” before
start of work.

 In case the radiography work has to be carried out at day time, suitable methodology to be
used so that other works, people are not affected.

3.3.13 Explosives/Blasting operations

 Blasting operations shall be carried out as per latest Explosive Rules (Indian / International)
with prior permission. The Contractor shall obtain license from Chief Controller of
Explosives (CCoE) for collection, transportation, storage of explosives as well as for
carrying out blasting operations.
 The Contractor shall prepare exclusive method statement (in cognizance with statutory
requirements) for diffusing unfired explosives, if any, at project site before carrying out
actual task. Nowhere blasting shall be carried out by the Contractor or its agency without
the involvement of competent supervisor and licensed blaster / shot blaster.

3.3.14 Demolition/ Dismantling

 The contractor shall adhere to safe demolishing/ dismantling practices at all stages of work
to guard against unsafe working practices.
 The contractor shall disconnect service lines (power, gas supply, water, etc.)/ make
alternate arrangements prior to start of work and restore them, if required as directed by
EIL/ Owner at no extra cost.
 Before carrying out any demolition/ dismantling work, the contractor shall take prior
approval of EIL/Owner and generate the Format No.HSE-9. For revamp jobs in operating
plants where location of underground utilities is not known with certainty, the contractor
shall depute an experienced engineer for supervision and shall make adequate arrangements
for Fire fighting & First-Aid during the execution of these activities.
 The Contractor shall arrange approved Job Safety Analysis (JSA) / Method Statement for
the specific demolition / dismantling task and corresponding action plan commensurate
with hazards / risks associated therein. In no case any activity related to demolition /
dismantling shall be carried out by the Contractor without engaging own supervision / field
engineer.

3.3.15 Road Safety

 The Contractor shall ensure adequately planned road transport safety management system.
 The vehicles shall be fitted with reverse warning alarms & flashing lights / fog-lights and
usage of seat belts shall be ensured.
 The Contractor shall also ensure a separate pedestrian route for safety of the workers and
comply with all traffic rules & regulations, including maintaining speed limit of 20 kmph
or indicated by owner for all types of vehicles / mobile machinery. The maximum
allowable speed shall be adhered to.
 In case of an alert or emergency, the Contractor must arrange clearance of all the routes,
roads, access. The Contractor shall deploy sufficient number of traffic controllers at project
site routes / roads/ accesses, to alert reversing movement of vehicles & machinery as well
as pedestrians.

 Dumpers, Tippers, etc. shall not be allowed to carry workers within the plant area and also
to & from the labour colony to & from project sites.

 Hydras shall only be allowed for handling the materials at fabrication/ storage yards and in
no case shall be allowed to transport the materials over project / plant roads.

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


Page 293 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 25 of 87

 The Contractor shall not deploy any such mobile machinery / equipments, which do not
have competent operator and / or experienced banks-man / signal-man. Such machinery /
equipments shall have effective limit-switches, reverse-alarm, front & rear-end lights etc.
and shall be maintained in good working order.

 The Contractor shall not carry-out maintenance of vehicles / mobile machinery occupying
space on project / plant roads and shall always arrange close supervision for such works.

 For pipeline jobs, the contractor shall submit a comprehensive plan covering transportation,
loading / unloading of pipes, movement of side booms, movement of vehicles on the ROW,
etc.

 Contractor’s shall arrange /install visible road signs, diversion boards, caution boards, etc
on project roads for safe movement of men and machinery.

3.3.16 Welfare measures

Contractor shall, at the minimum, ensure the following facilities at work sites:

 A crèche at site where 10 or more female workers are having children below the age of 6
years.
 Adequately ventilated / illuminated rooms at labour camps & its hygienic up-keeping.
 Reasonable canteen facilities at site and in labour camps at appropriate location depending
upon site conditions. Contractor shall make use of “industrial” variety of LPG cylinder &
satisfactory illumination at the canteens. Necessary arrangement for efficient disposal of
wastes from canteens & urinals /toilets shall also be made and regular review shall be made
to maintain the ambience satisfactorily hygienic & shall also comply with all applicable
statutory requirements.
 Adequately lighted & ventilated Rest rooms at site (separate for male workers and female
workers).
 Urinals, Toilets, drinking water, washing facilities, adequate lighting at site and labour
camps, commensurate with applicable Laws / Legislation.

3.3.17 Environment Protection

Contractor shall ensure proper storage and utilization methodology of materials that are
detrimental to the environment. Where required, Contractor shall ensure that only the
environment friendly materials are selected and emphasize on recycling of waste materials,
such as metals, plastics, glass, paper, oil & solvents. The waste that cannot be minimized,
reused or recovered shall be stored and disposed of safely. In no way, toxic spills shall be
allowed to percolate into the ground. The contractor shall not use the empty areas for dumping
the wastes.

The contractor shall strive to conserve energy and water wherever feasible.

The contractor shall ensure dust free environment at workplace by sprinkling water on the
ground at frequent intervals. The air quality parameters for dust, poisonous gases, toxic releases,
harmful radiations, etc. shall be checked by the contractor on daily basis and whenever need
arises.

The contractor shall not be allowed to discharge chemicals, oil, silt, sewage, sullage and other
waste materials directly into the controlled waters like surface drains, streams, rivers, ponds. A
discharge plan suggesting the methods of treating the waste before discharging shall be
submitted to EIL/Owner for approval.

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


Page 294 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 26 of 87

For pipeline jobs, top soil shall be stacked separately while making ROW through fields. This
fertile soil shall be placed back on top after backfilling.

For offshore construction barges, arrangements shall be made for safe disposal of human, food
& other wastes and applicable laws in this regard shall be followed.

3.3.18 Rules & Regulations

All persons deployed at site shall be knowledgeable of and comply with the environmental laws,
rules & regulations relating to the hazardous materials, substances and wastes. Contractor shall
not dump, release or otherwise discharge or disposes off any such materials without the express
authorization of EIL/Owner. An indicative list of Statutory Acts & Rules relating to HSE is
given under Appendix-D.

3.3.19 Weather Protection

Contractor shall take appropriate measures to protect workers from severe storms, rain, solar
radiations, poisonous gases, dust, etc. by ensuring proper usage of PPEs like Sun glasses, Sun
screen lotions, respirators, dust masks, etc. and rearranging/ planning the construction activities
to suit the weather conditions. Effective arrangement (without creating inconvenience to project
facilities & permanent installations) for protecting workmen from hailstorm, drizzle in the form
of temporary shelter shall be made at site.
3.3.20 Communication

All persons deployed at the work site shall have access to effective means of communication so
that any untoward incident can be reported immediately and assistance sought by them.

All health & safety information shall be communicated in a simple & clear language easily
understood by the local workforce.

For information to all, typical subjects that should be communicated are: -

Inside the company (Top to down)

a. Quality Policy
b. HSE Policy contents
c. Environment Policy
d. HSE Objectives
e. Safety Cardinal Rules
f. HSE Target – reached or missed
g. Praises & Warnings to personnel for HSE Management
h. Safety Walk Through Reports and safety defects / shortfalls (by management)
i. HSE Audit results
j. Revised Statutory Health & Safety provisions, if any
k. H & S publicity
l. Suggestions

Inside the Company (Bottom to up)

a. Complaints
b. Compliances on safety defects / shortfalls
c. Suggestions
d. Proposals for changes & improvements
e. HSE Reports (including near-miss reports)

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


Page 295 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 27 of 87

3.3.21 Confined Space Entry

The contractor shall generate a work permit (Format No. HSE -7) before entering a confined
space. People, who are permitted to enter into confined space, must be medically examined &
certified by registered doctor, confirming their ‘medical fitness for working in confined space’.
All necessary precautions mentioned therein shall be adhered to. An attendant shall be
positioned outside a confined space for extending help during an emergency. All appropriate
PPEs and air quality parameters shall be checked before entering a confined space. It shall be
ensured that the piping of the equipment which has to be opened is pressure- free by checking
that blinds are in place, vents are open and volume is drained. Inside confined space works, only
electrical facilities / installations of 24V shall be permitted. Contactor shall ensure usage of safe
& suitable arrangement of oxygen supply for individual workmen (during the course of work in
confined space), if oxygen concentration is found to be less than 19.5% (v/v) there.

3.3.22 Heavy Lifts

 The contractor shall submit detailed rigging studies plan for EIL/ Owner approval prior to
lifting equipment which cannot be erected with a crane of approx. 100 MT capacity due to
constraints of its dimensions, location of foundation height, approach & weight.
 Contractor shall generate the format no:HSE-15 “Permit for heavy lift/critical erection”

 Prior to actual lifting activities, contractor shall check the validity of the crane inspection
certificate issued by statutory/ competent authority. This requirement shall also apply to all
rigging equipments utilized for the job.

 The contractor shall, at all times, be responsible for all rigging activities.

 The Contractor shall ensure medical fitness of all workmen who are engaged / involved in
erection of equipments, vessels etc. and such fitness checks shall be carried-out every six
months interval with the help of a registered medical practitioner & record shall be
maintained

 Adequate safety measures such as positive barricading, usage of appropriate PPEs, permit
to work, etc. shall be taken during all heavy or critical lifts.

 For lifting any material (irrespective of shape, size or volume), at any height, it is always
advisable to prepare a Plan of Erection (PoE) taking into consideration hazards & risks
associated therein – this can enable people to put their own experiences of various natures
& side-by-side establish a practical method for risk-free erection / lifts. The contractor shall
prepare PoE & shall document the same, when risks are identified as “medium” or “high”
and the same shall be approved by its competent / qualified engineer.

3.3.23 Key Performance Indicators

The contractor shall measure an activity in both leading & trailing indicators for statistical and
performance measurement. The activities pertaining to key performance indicators are covered
in Monthly HSE Report (Format No. HSE-5). The contractor shall try to achieve a statistically
fair record and strive for its continual improvement.

Leading Indicators viz:-:

- Number of Safety Inductions carried-out at site (for workmen & staff members)
- Number of HSE inspections carried out
- Number of “Safety Walk Through” carried-out by site-head.

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


Page 296 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 28 of 87

- Number of HSE shortfalls / lapses identified per contractor & closed-out in time.
- Number of Safety Meetings conducted (in-house / with contractors)
- Number of HSE Audits made (internal & external) vis-à-vis non conformances raised
- Number of HSE Awareness / Motivational program conducted by contractors
- Number of HSE Trainings conducted at site for supervisors & workmen
- Study of Near miss case reported
- Encouragements / Awards / Recognitions to workmen, job supervisors & field engineers.
- Suggestions for improvement

Trailing Indicators viz:-:

- Calculation of HSE statistics viz frequency rate, severity rate, LTA free manhours,etc
- Analysis of incidents / accidents (nature, severity, types etc.)
- Study of Incident / Accident with respect to :-

 Variety
 Period of the year / project span
 Timings of the incident / accident
 Age profile of victims
 Body parts involved
 Penalty levied for causing incident / accident

3.3.24 Unsuitable Land Conditions

Contractor shall take appropriate measures and necessary work permits/clearances if work is to
be done in or around marshy areas, river crossings, mountains, monuments, etc. The Contractor
shall make right assessment and take all necessary action for developing work areas to make
them safe & suitable for crane operations or other vehicular movement before carrying out any
project related activity / operation. Contractor shall take all necessary actions to make the
surroundings of its site establishments (site office, stores, lay-down area etc.) work-worthy
safe and secure.

3.3.25 Under Water Inspection

Contractor shall ensure that boats and other means used for transportation, surveying &
investigation works shall be certified seaworthy by a recognized classification society. It shall
be equipped with all life saving devices like life jackets, adequate fire protection arrangements
and shall posses communication facilities like cellular phones, wireless, walkie-talkie. All
divers used for seabed surveys, underwater inspections shall have required authorized license,
suitable life saving kit. Number of hours of work by divers shall be limited as per regulations.
EIL/ Owner shall have the right to inspect the boat and scrutinize documents in this regard.

3.3.26 Excavation

The Contractor shall obtain permission from competent authorities prior to excavation wherever
required.

The Contractor shall locate the position of buried utilities (water line, cable route, etc.) by
referring to project / plant drawing / in consultation with EIL/Owner. The Contractor shall start
digging manually to locate the exact position of buried utilities & thereafter use mechanical
means.

The Contractor shall keep soil heaps at least 1.5 M away from edge or a distance equal to depth
of pit (whichever is more)

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


Page 297 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 29 of 87

The Contractor shall maintain sufficient “angle of repose” during excavation – shall also
provide slope or suitable bench as decided by EIL / Owner.

The Contractor shall arrange “battering” or “benching” wherever required for preventing
collapse of edge of excavations.

The Contractor shall identify & arrange de-watering pump or well-point system to prevent earth
collapse due to heavy rain / influx of underground water.

The Contractor shall arrange protective fencing / barricading with warning signal around
excavated pits, trenches, etc. along with minimum 2 (two) entries, exits / escape ladders.

The Contractor must avoid “underpinning” / under-cutting to prevent collapse of chunk of earth
during excavation

The Contractor shall use “stoppers” to prevent over-run of vehicle wheels at the edge of
excavated pits / trenches.

The Contractor shall arrange strengthening of “shoring” & “strutting” proactively to avoid
collapse of earth / edges due to vehicular movement in close proximity of excavated areas / pits
/ trenches, etc.

3.4 Tool Box Talks (TBT)

Contractor shall conduct daily TBT with workers prior to start of work and shall maintain
proper record of the meeting. A suggested format is given below. The TBT is to be conducted
by the immediate supervisor of the workers
The Contractor shall conduct TBT before start of every morning or evening shift or night shift
activities, for alerting the workers on specific hazards and their appropriate dos & don’ts. The
Contractor shall provide sufficient rests to the site workmen and their foremen to avert fatigue
& thereby endangering their lives during the course of site works.

TOOL BOX TALK RECORDING SHEET


Date & Time
Work Location
Subject (Nature of work)
Presenter
Hazards involved
Precautions to be taken
Worker's Name Signature Section

Remarks, in any

The topics during TBT shall include

- Hazards related to work assigned on that day and precautions to be taken.


- Any forthcoming HSE hazards/events/instruction/orders, etc.

The above record can be kept in local language, which workers can read. These records shall be
made available to EIL/ Owner whenever demanded.

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


Page 298 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 30 of 87

3.5 Training & Induction Programme

 Initial induction of workers into Construction oriented activities and appraising them about
the methodology of works and how to carry-out safely and the same should not be inter
mixed with Tool Box Talks or HSE Training. In this regard careful action should be made
& maintained for imparting HSE induction to every individual, irrespective of his
task/designation/level of employment, whereas, HSE Training should be imparted to
specific person/group of people who are to carry-out that specific task more than once – for
example, Riggers must be trained for working at heights, welders must be trained for work
in confined space, fitters/carpenters, mesons must be trained for work at heights, etc.

 Contractor shall conduct Safety induction programme on HSE for all his workers and
maintain records. The Gate Pass shall be issued only to those workers who successfully
qualify the Safety induction programme.

 The Contractor shall brief the visitors about the HSE precautions which are required to be
taken before their proceeding to site and make necessary arrangements to issue appropriate
PPEs like Aprons, hard hats, ear-plugs, goggles & safety shoes etc., to his visitors. The
Contractor shall always maintain relevant acknowledgement from visitor on providing him
brief information on HSE actions.

 Contractor shall ensure that all his personnel possess appropriate training to carry out the
assigned job safely. The training should be imparted in a language understood by them and
should specifically be trained about

- Potential hazards to which they may be exposed at their workplace


- Measures available for prevention and elimination of these hazards

The topics during training shall cover, at the minimum: -

- Why safety should be considered during work - explanation


- Education about hazards and precautions required
- Employees’ duties & responsibilities
- Emergency and evacuation plan
- HSE requirements during project activities
- Fire fighting and First-Aid
- Use of PPEs
- Occupational health issues – dos & don’ts
- Local laws on intoxicating drinks, drugs, smoking in force
- Common environmental subjects – lighting, ventilation, vibration, smoke/fumes etc.

 Records of the training shall be kept and submitted to EIL/ Owner.

 The Contractor shall make regular program for conducting Safety Training on various
topics related to various activities & their safe-guarding utilizing experienced persons /
outside agency / faculty. A program for Safety Training (indicative list as per Appendix –F)
shall be furnished by the Contractor in its HSE Plan .

 For offshore and jetty jobs, contractor shall ensure that all personnel deployed have
undergone a structured sea survival training including use of lifeboats, basket landing, use
of radio communication etc. from an agency acceptable to Owner/EIL.

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


Page 299 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 31 of 87

3.6 ADDITIONAL SAFETY REQUIREMENTS FOR WORKING INSIDE A RUNNING


PLANT

As a minimum, the contractor shall ensure adherence to following safety requirements while
working in or in the close vicinity of an operating plant:

a) Contractor shall obtain permits for Hot work, Cold work, Excavation and Confined Space
from Owner in the prescribed format.

b) The contractor shall monitor record and compile list of his workers entering the operational
plant/unit each day and ensure & record their return after completing the job.

c) Contractor’s workers and staff members shall use designated entrances and proceed by
designated routes to work areas only assigned to them. The workers shall not be allowed to
enter units' area, tanks area, pump rooms, etc. without work authorization permit.

d) Work activities shall be planned in such a way so as to minimize the disruption of other
activities being carried out in an operational plant/unit and activities of other contractors.

e) The contractor shall submit a list of all chemicals/toxic substances that are intended to be
used at site and shall take prior approval of the Owner.

f) Specific training on working in a hydrocarbon plant shall be imparted to the work force and
mock drills shall be carried out for Rescue operations/First-Aid measures.

g) Proper barricading/cordoning of the operational units/plants shall be done before starting


the construction activities. No unauthorized person shall be allowed to trespass. The height
and overall design of the barricading structure shall be finalized in consultation with the
Owner and shall be got approved from the Owner.

h) Care shall be taken to prevent hitting underground facilities such as electrical cables,
hydrocarbon piping during execution of work.

i) Barricading with water curtain shall be arranged in specific/critical areas where


hydrocarbon vapors are likely to be present such as near horton spheres or tanks.
Positioning of fire tenders (from owner) shall also be ensured during execution of critical
activities.

j) Emergency evacuation plan shall be worked out and all workmen shall be apprised about
evacuation routes. Mock drill operations may also be conducted.

k) Flammable gas test shall be conducted prior to any hot work using appropriate measuring
instruments. Sewers, drains, vents or any other gas escaping points shall be covered with
flame retardant tarpaulin.

l) Respiratory devices shall be kept handy while working in confined zones where there is a
danger of inhalation of poisonous gases. Constant monitoring of presence of Gas/
Hydrocarbon shall be done.

m) Clearance shall be obtained from all parties before starting hot tapping, patchwork on live
lines and work on corroded tank roof.

n) Positive isolation of line/equipment by blinding for welding/cutting/grinding shall be done.


Closing of valve will not be considered sufficient for isolation.

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


Page 300 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 32 of 87

o) Welding spatters shall be contained properly and in no case shall be allowed to fall on the
ground containing oil. Similar care shall be taken during cutting operations.

p) The vehicles, cranes, engines, etc. shall be fitted with spark arresters on the exhaust pipe
and got it approved from Safety Department of the Owner.

q) Plant air should not be used to clean any part of the body or clothing or use to blow off dirt
on the floor.

r) Gas detectors should be installed in gas leakage prone areas as per requirement of Owner's
plant operation personnel.

s) Experienced full time safety personnel shall be exclusively deployed to monitor safety
aspects in running plants.

3.7 Self Assessment And Enhancement

The contractor shall develop a method of check & balance through self assessment &
enhancement techniques and shall explore the opportunities for continual improvement in the
HSE system.

3.8 HSE Promotion

The contractor shall encourage his workforce to promote HSE efforts at workplace by way of
organizing workshops/seminars/training programmes, celebrating HSE awareness weeks &
National Safety Day, conducting quizzes & essay competitions, distributing pamphlets, posters
& material on HSE, providing incentives for maintaining good HSE practices and granting
incentives / bonus for completing the job without any lost time accident.

3.9 Lock Out and Tag Out (LOTO) for isolation of energy source

 Contractor shall follow the LOTO/Isolation procedure of owner for all energy source
isolations installed/under purview by /of owner ie. “Brown field”
 For all the other energy source (not under purview of client/owner) i.e “Green field”
Contractor shall develop a system to ensure the isolation of equipments, pipelines, Vessel,
electrical panels from the energy source covering following as minimum:-

- Identification of all energy source viz electrical, mechanical, hydraulic, pneumatic,


chemical, thermal, gravitational, radiation and other forms of stored or kinetic
energy.
- Establishing the energy isolation devices viz: manually operated electrical circuit
breakers, disconnection switches, blind flanges, etc
- Installation of Lock Out devices for preventing the inadvertent release of stored
energy and Tag Out devices ( “Danger”, “Do Not operate” or Do not Remove” tags)
to indicate that testing, maintenance or servicing is underway and the device cannot
be operated until the tag out device is removed.
- Lock Out and Tag out log book
- Permit for isolation and de-isolation of energy source as per format NO: HSE-16
- Availability of competent persons like experienced operators at substations, pump
house, units, etc, ; supervisors,etc.
 Contractor shall ensure that all the sources are locked out and tagged properly before giving
clearance to start the job.
 After the completion of job, contractor shall ensure all tools and tackles are removed
and nobody is present in the working area and signing on LOTO log book.

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


Page 301 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 33 of 87

 Only on confirmation of above the contractor will remove their lock and tag from the
isolation points and give instructions for energizing the same. Only the person carrying out
the task shall himself carry the key for the lock in /Lock out.

4.0 DETAILS OF HSE MANAGEMENT SYSTEM BY CONTRACTOR

4.1 On Award Of Contract

The Contractor shall submit a comprehensive Health, Safety and Environment Plan or
programme for approval by EIL/Owner prior to start of work. The Contractor shall participate in
the pre-start meeting with EIL/Owner to finalize HSE Plans which shall including the
following:

- HSE policy & Objectives


- Job procedure to be followed by the Contractor for construction activities including
handling of equipments, scaffolding, electric installations, etc. describing the risks
involved, actions to be taken and methodology for monitoring each activity. Indicative list
of procedures is enclosed as Annexure-H
- EIL/Owner review/audit requirement.
- Organization structure along with responsibility and authority, on HSE activities.
- Administrative & disciplinary steps involving implementation of HSE requirements
- Emergency evacuation plan/ procedures for site and labour camps
- Job Safety Analysis for high risk jobs
- Procedures for reporting & investigation of accidents and near misses.
- HSE Inspection
- HSE Training programmes at project site
- HSE Awareness programmes, at project site
- Reference to Rules, Regulations and statutory requirements.
- HSE documentation viz reporting, analysis & record keeping.

4.2 During Job Execution

Contractor shall implement approved Health, Safety and Environment management programme
including but not limited to as brought out under para 3.0. Contractor shall also ensure:

 to arrange workmen compensation insurance, registration under ESI Act, third party
liability insurance, registration under BOCW Act, etc, as applicable.

 to arrange all HSE permits before start of activities (as applicable), like permits for hot
work, working at heights (Refer Format No. HSE-6), confined space (Refer Format No.
HSE-7), Radiation Work Permit (Refer Format No. HSE-8), Demolishing/ Dismantling
Work Permit (Refer Format No. HSE-9),Permit for erection/modification & dismantling of
scaffolding(Refer Format No:HSE-14), Permit for heavy lift/critical erection (Refer Format
No:HSE-15) ,Permit for energy Isolation & De-isolation” (HSE-16) ,storage of chemical /
explosive materials & its use and implement all precautions mentioned therein. In this
regard, requirements of Oil industry Safety Directorate Standard No. Std -105 "Work
Permit Systems” shall be complied with while working in existing Oil or Gas processing
plants. List of the persons involved shall be maintained as annexure to the work permit
issued for a particular activity.

 to submit, timely, the completed checklist on HSE activities in Format No.HSE-1, Monthly
HSE report in Format No.HSE-5 (use of web based package (www.eil.co.in/conthse) is
compulsory wherever the facility is available else a hard copy is to be submitted), accident/
incident reports, investigation reports etc. as per EIL/Owner requirements. Compliance of
instructions on HSE shall be done by Contractor and informed urgently to EIL/Owner.

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


Page 302 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 34 of 87

 that his top most executive at site attends all the Safety Committee/HSE meetings arranged
by EIL/Owner and carries out safety walk through regularly. Only in case of his absence
from site that a second senior most person shall be nominated by him, in advance, and
communicated to EIL/Owner for performing the above tasks.

 display at site office and at prominent locations HSE Policy, caution boards, list of
hospitals, emergency services available, safety signs like Men at work, Speed Limits,
Hazardous Area, various do’s & don’ts, etc.

 provide posters, banners for safe working to promote safety consciousness.

 identify, assess, analyze & mitigate the construction hazards & incorporate relevant control
measures before actually executing site works. (HIRAC = Hazard Identification, Risk
Analysis and Control).

 arrange testing, examination, inspection of own as well as borrowed construction


equipments / machinery (stationary & mobile) before being used at site and also at
periodical interval, through own resources and also by 3rd party competent agencies (as
deemed fit in statutes). Records of such test, examination etc. shall be maintained & shall
be submitted to EIL/Owner as & when asked for.

 carryout audits/inspection (internal & external) at his works as well as sub contractor works
as per approved HSE plan/procedure/programme & submit the compliance reports of
identified shortfalls for EIL/Owner review.

 arranging HSE training for site workmen (of his own & sub contractors) through internal or
external faculty at periodical intervals.

 assistance & cooperate during HSE audits by EIL/Owner or any other 3rd party and submit
compliance report.
 generate & submit of HSE records/report as per this specification.

 apprise EIL/Owner on HSE activities at site regularly.

 carry-out all dismantling activities safely, with prior approval of EIL/Owner representative.

 The Contractor shall ensure that “Hot works” and painting works do not continue at the
same place / location at project site for which chance or probability of “fire” incident
exists.

4.3 During Short Listing Of The Sub-Contractors

The contractor shall review the HSE management system of the sub-contractors in line with the
requirements given in this specification. The contractor shall be held responsible for the
shortcomings observed in the HSE management system of the sub-contractor(s) during
execution of the job.

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


Page 303 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 35 of 87

5.0 RECORDS

At the minimum, the contractor shall maintain/ submit HSE records in the following reporting
formats/:

Safety Walk Through Report HSE-1


Accident/ Incident Report HSE-2
Supplementary Accident/ Incident Investigation report HSE-3
Near Miss Incident Report HSE-4
Monthly HSE Report HSE-5
Permit for working at height HSE-5
Permit for working in confined space HSE-7
Permit for radiation work HSE-8
Permit for demolishing/ dismantling HSE-9
Daily Safety checklist HSE-10
House keeping Assessment & compliance HSE-11
Inspection of temporary electrical booth/installation HSE-12
Inspection for scaffolding HSE-13
Permit for erection/modification &dismantling of scaffolding HSE-14
Permit for heavy lift/critical erection. HSE-15
Permit for Energy isolation and de-isolation. HSE-16
Permit for Excavation HSE-17
Inspection reports of Equipment/tools/tackles *
Report of Toolbox talks As indicated in
specification
PPE issue report/register *
Site inspection reports *
Training records *

(*) The formats shall be developed in consultation with EIL/Owner

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


Page 304 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 36 of 87

APPENDIX-A
(Sheet 1 of 2)
A. IS CODES ON HSE

SP: 53 Safety code for the use, Care and protection of hand operated tools.
IS: 838 Code of practice for safety & health requirements in electric and gas welding
and cutting operations
IS: 1179 Eye & Face precautions during welding, equipment etc.
IS: 1860 Safety requirements for use, care and protection of abrasive grinding wheels.
IS: 1989 (Pt -II) Leather safety boots and shoes
IS: 2925 Industrial Safety Helmets
IS: 3016 Code of practice for fire safety precautions in welding & cutting operation.
IS: 3043 Code of practice for earthing
IS: 3764 Code of safety for excavation work
IS: 3786 Methods for computation of frequency and severity rates for industrial injuries
and classification of industrial accidents
IS: 3696 Safety Code of scaffolds and ladders
IS: 4083 Recommendations on stacking and storage of construction materials and
components at site
IS: 4770 Rubber gloves for electrical purposes
IS: 5121 Safety code for piling and other deep foundations
IS: 5216 (Pt-I) Recommendations on Safety procedures and practices in electrical works
IS: 5557 Industrial and Safety rubber lined boots
IS: 5983 Eye protectors
IS: 6519 Selection, care and repair of Safety footwear
IS: 6994 (Pt-I) Industrial Safety Gloves (Leather & Cotton Gloves)
IS: 7293 Safety Code for working with construction Machinery
IS: 8519 Guide for selection of industrial safety equipment for body protection
IS: 9167 Ear protectors
IS: 11006 Flash back arrestor (Flame arrestor)
IS: 11016 General and safety requirements for machine tools and their operation
IS: 11057 Specification for Industrial safety nets
IS: 11226 Leather safety footwear having direct moulded rubber sole
IS: 11972 Code of practice for safety precaution to be taken when entering a sewerage
system
IS: 13367 Code of practice-safe use of cranes
IS: 13416 Recommendations for preventive measures against hazards at working place

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


Page 305 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 37 of 87

APPENDIX-A
(Sheet 2 of 2)

B. INTERNATIONAL STANDARDS ON HSE

Safety Glasses : ANSI Z 87.1, ANSI ZZ 87.1, AS 1337, BS 2092,


BS 1542, BS 679, DIN 4646/ 58311

Safety Shoes : ANSI Z 41.1, AS 2210, EN 345

Hand Gloves : BS 1651

Ear Muffs : BS 6344, ANSI S 31.9

Hard Hat : ANSI Z 89.1/89.2, AS 1808 , BS 5240, DIN 4840

Goggles : ANSI Z 87.1

Face Shield : ANSI Z 89.1

Breathing Apparatus : BS 4667, NIOSH

Welding & Cutting : ANSI Z 49.1

Safe handling of compressed: P-1 (Compressed Gas Association Gases in cylinders 1235
Jefferson Davis Highway,
Arlington VA 22202 - USA)

Full body harness : EN-361

Lanyard : EN-354

Karabiner : EN-362 and EN-12275

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


Page 306 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 38 of 87

APPENDIX-B
DETAILS OF FIRST AID BOX
------------------------------------------------------------------------------------------------------------------------
SL. DESCRIPTION QUANTITY
NO.
------------------------------------------------------------------------------------------------------------------------

1. Small size Roller Bandages, 1 Inch Wide (Finger Dressing small) 6 Pcs.
2. Medium size Roller Bandages, 2 Inches Wide (Hand & Foot Dressing) 6 Pcs.
3. Large size Roller Bandages, 4 Inches Wide (Body Dressing Large) 6 Pcs.
4. Large size Burn Dressing (Burn Dressing Large) 4 Pkts.
5. Cotton Wool (20 gms packing) 4 Pkts.
6. Antiseptic Solution Dettol (100 ml.) or Savlon 1 Bottle
7. Mercurochrome Solution (100 ml.) 2% in water 1 Bottle
8. Ammonia Solution (20 ml.) 1 Bottle
9. A Pair of Scissors 1 Piece
10. Adhesive Plaster (1.25 cm X 5 m) 1 Spool
11. Eye pads in Separate Sealed Pkt. 4 pcs.
12. Tourniqut 1 No.
13. Safety Pins 1 Dozen
14. Tinc. Iodine/ Betadin (100 ml.) 1 Bottle
15. Polythene Wash cup for washing eyes 1 No.
16. Potassium Permanganate (20 gms.) 1 Pkt.
17. Tinc. Benzoine (100 ml.) 1 Bottle
18. Triangular Bandages 2 Nos.
19. Band Aid Dressing 5 Pcs.
20. Iodex/Moov (25 gms.) 1 Bottle
21. Tongue Depressor 1 No.
22. Boric Acid Powder (20 gms.) 2 Pkt.
23. Sodium Bicarbonate (20 gms.) 1 Pkt.
24. Dressing Powder (Nebasulf) (10 gms.) 1 Bottle
25. Medicinal Glass 1 No.
26. Duster 1 No.
27. Booklet (English & Local Language) 1 No. each
28. Soap 1 No.
29. Toothache Solution 1 No.
30. Vicks (22 gms.) 1 Bottle
31. Forceps 1 No.
32. Note Book 1 No.
33. Splints 4 Nos.
34. Lock 1 Piece
35. Life Saving/Emergency/Over-the counter Drugs As decided at site

-----------------------------------------------------------------------------------------------------------------
Box size: 14" x 12" x 4"
-----------------------------------------------------------------------------------------------------------------

Note : The medicines prescribed above are only indicative. Equivalent medicines can also be used.
A prescription, in this regard, shall be required from a qualified Physician.

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


Page 307 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 39 of 87

APPENDIX-C

TYPE OF FIRES VIS-À-VIS FIRE EXTINGUISHERS

Fire
Extinguisher
Multi purpose
Fire Water Foam CO2 Dry Powder
(ABC)

Originated from can control can control


  minor surface 
paper, clothes, wood minor surface
fires fires

Inflammable liquids
like alcohol, diesel,     
petrol, edible oils,
bitumen
Originated from
gases like LPG,     
CNG, H2

Electrical fires     

LEGEND :  : CAN BE USED

 : NOT TO BE USED

Note: Fire extinguishing equipment must be checked at least once a year and after every use by an
authorized person. The equipment must have an inspection label on which the next inspection date is
given. Type of extinguisher shall clearly be marked on it.

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


Page 308 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 40 of 87

APPENDIX-D

List of Statutory Acts & Rules Relating to HSE

- The Indian Explosives Act and Rules


- The Motor Vehicle Act and Central Motor Vehicle Rules
- The Factories Act and concerned Factory Rules
- The Petroleum Act and Petroleum Rules
- The Workmen Compensation Act
- The Gas Cylinder Rules and the Static & Mobile Pressure Vessels Rules
- The Indian Electricity Act and Rules
- The Indian Boiler Act and Regulations
- The Water (Prevention & Control & Pollution) Act
- The Water (Prevention & Control of Pollution) Cess Act
- The Mines & Minerals (Regulation & Development) Act
- The Air (Prevention & Control of Pollution) Act
- The Atomic Energy Act
- The Radiation Protection Rules
- The Indian Fisheries Act
- The Indian Forest Act
- The Wild Life (Protection) Act
- The Environment (Protection) Act and Rules
- The Hazardous Wastes (Management & Handling) Rules
- The Manufacturing, Storage & import of Hazardous Chemicals Rules
- The Public Liability Act
- The Building and Other Construction Workers (Regulation of Employment and Condition of service)
Act
- Other statutory acts Like EPF, ESIS, Minimum Wage Act.

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


Page 309 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 41 of 87

APPENDIX-E (Sheet 1 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
(A) Falling into pit Personal injury Provide guard rails/ barricade with warning
EXCAVATION signal
Provide at least two entries/ exits.
Pit Excavation Provide escape ladders.
upto 3.0m Earth Collapse Suffocation/ Provide suitable size of shoring and strutting, if
Breathlessness required.
Buried Keep soil heaps away from the edge equivalent to
1.5m or depth of pit whichever is more.
Don't allow vehicles to operate too close to
excavated areas. Maintain at least 2m distance
from edge of cut.
Maintain sufficient angle of repose. Provide
slope not less than 1:1 and suitable bench of 0.5m
width at every 1.5m depth of excavation in all
soils except hard rock.
Battering/benching the sides.
Contact with Electrocution Obtain permission from competent authorities,
buried electric Explosion prior to excavation, if required.
cables Locate the position of buried utilities by referring
Gas/ Oil to plant drawings.
Start digging manually to locate the exact
Pipelines position of buried utilities and thereafter use
mechanical means.
Pit Excavation Same as above Can cause Prevent ingress of water
beyond 3.0m plus drowning situation Provide ring buoys
Flooding due to Identify and provide suitable size dewatering
excessive rain/ pump or well point system
underground
water
Digging in the Building/Structure Obtain prior approval of excavation method from
vicinity of may collapse local authorities.
existing Building/ Loss of health & Use under-pining method
Structure wealth Construct retaining wall side by side.
Movement of May cause cave-in Barricade the excavated area with proper lighting
vehicles/ or slides. arrangements
equipments close Persons may get Maintain at least 2m distance from edge of cut
to the edge of cut. buried. and use stop blocks to prevent over-run
Strengthen shoring and strutting

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


Page 310 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 42 of 87

APPENDIX-E: (Sheet 2 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Narrow deep Same as above May cause severe Battering/benching of sides
excavations for plus injuries or prove Provide escape ladders
pipelines, etc. Frequent cave-in fatal
or slides
Flooding due to May arise drowning Same as above plus
Hydro- static situation Bail out accumulated water
testing Maintain adequate ventilation.
Rock by Improper May prove fatal Ensure proper storage, handling & carrying of
excavation handling of explosives by trained personnel.
blasting explosives Comply with the applicable explosive acts &
rules.
Uncontrolled May cause severe Allow only authorized persons to perform
explosion injuries or prove blasting operations.
fatal Smoking and open flames are to be strictly
prohibited
Scattering of Can hurt people Use PPE like goggles, face mask, helmets etc.
stone pieces in
atmosphere
Rock excavation Entrapping of May cause severe Barricade the area with red flags and blow siren
by blasting persons/ animals. injuries or prove before blasting.
(Contd) fatal
Misfire May explode Do not return to site for at least 20 minutes or
suddenly unless announced safe by designated person.
Piling Work Failure of pile- Can hurt people Inspect Piling rigs and pulley blocks before the
driving beginning of each shift.
equipment
Noise pollution Can cause deafness Use personal protective equipments like ear
and psychological plugs, muffs, etc.
imbalance.
Extruding Can hurt people Barricade the area and install sign boards
rods/casing Provide first-aid
Working in the Can cause Keep sufficient distance from Live-Electricity as
vicinity of 'Live- electrocution/ per IS code.
Electricity' Asphyxiation Shut off the supply, if possible
Provide artificial/rescue breathing to the injured
(B) Air pollution by May affect Wear respirators or cover mouth and nose with
CONCRETING cement Respiratory System wet cloth.
Handling of Hands may get Use gloves & other PPE.
ingredients injured
Protruding Feet may get Use Provide platform above reinforcement for
reinforcement injured movement of workers.
rods.

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


Page 311 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 43 of 87

APPENDIX-E : (Sheet 3 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Earthing of Can cause Ensure earthing of equipments and proper
electrical electrocution/ functioning of electrical circuit before
mixers, asphyxiation commencement of work.
vibrators, etc.
not done.
Falling of Persons may get Use hard hats
materials from injured Remove surplus material immediately from work
height place.
Ensure lighting arrangements during night hours
Continuous Cause tiredness of Insist on shift pattern
pouring by same workers and may Provide adequate rest to workers between
gang lead to accident. subsequent pours.
Revolving of Parts of body or Allow only mixers with hopper
concrete mixer/ clothes may get Provide safety cages around moving motors
vibrators entrapped. Ensure proper mechanical locking of vibrator
Super-structure Same as above Shuttering/props Avoid excessive stacking on shuttering material
plus may collapse and Check the design and strength of shuttering
Deflection in prove fatal material before commencement of work
props or Rectify immediately the deflection noted during
shuttering concreting.
material
Passage to work Improperly tied and Ensure the stability and strength of passage
place designed before commencement of work.
props/planks may Do not overload and stand under the passage.
collapse
(C) Curtailment and Persons may get Use PPE like gloves, shoes, helmets, etc.
REINFOR- binding of rods injured Avoid usage of shift tools
CEMENT Carrying of rods Workers may get Provide suitable pads on shoulders and use safety
for short injured their hands gloves.
distances/at and shoulders. Tie up rods in easily liftable bundles
heights Ensure proper staging.
Checking of Rods may cut or Use measuring devices like tape, measuring rods,
clear distance/ injure the fingers etc.
cover with hands
Hitting projected Persons may get Use safety shoes and avoid standing
rods and injured and fell unnecessarily on cantilever rods
standing on down Avoid wearing of loose clothes
cantilever rods.

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


Page 312 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 44 of 87

APPENDIX-E: (Sheet 4 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Falling of material May prove fatal Use helmets
from height Provide safety nets

Transportation of Protruded rods may Use red flags/lights at the ends


rods by trucks/ hit the persons Do not protrude the rods in front of or by the side
trailers of driver's cabin.
Do not extend the rods 1/3rd of deck length or
1.5m whichever is less
(D)WELDING Welding radiates Radiation can Use specified shielding devices and other PPE of
AND GAS invisible damage eyes and correct specifications.
CUTTING ultraviolet and skin. Avoid thoriated tungsten electrodes for GTAW
infra-red rays
Improper Explosion may occur Move out any leaking cylinder
placement of Keep cylinders in vertical position
oxygen and Use trolley for transportation of cylinders and
acetylene cylinders chain them
Use flashback arrestors
Leakage/ cuts in May cause fire Purge regulators immediately and then turn off
hoses Never use grease or oil on oxygen line
connections and copper fittings on acetylene lines
Inspect regularly gas carrying hoses
Always use red hose for acetylene & other
fuel gases and black for oxygen
Opening-up of Cylinder may burst Always stand back from the regulator while
cylinder opening the cylinder
Turn valve slowly to avoid bursting
Cover the lug terminals to prevent short
circuiting
Welding of tanks, Explosion may occur Empty & purge them before welding
container or pipes Never attach the ground cable to tanks, container
storing flammable or pipe storing flammable liquids
liquids Never use LPG for gas cutting

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


Page 313 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 45 of 87

APPENDIX-E: (Sheet 5 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES …(Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
(E) Ionizing Radiations may react Ensure Safety regulations as per BARC/AERB
RADIOGRAPHY radiation with the skin and can before commencement of job.
cause cancer, skin Cordon off the area and install Radiation warning
irritation, dermatitis, symbols
etc. Restrict the entry of unauthorized persons
Wear appropriate PPE and film badges issued by
BARC/AERB
Transpor-tation Same as above Never touch or handle radiography source with
and Storage of hands
Radiog-raphy Store radiography source inside a pit in an
source exclusive isolated storage room with lock and
key arrangement. The pit should be approved by
BARC/AERB.
Radiography source should never be carried
either in passenger bus or in a passenger
compartment of trains.
BARC/AERB has to be informed before source
movement.
Permission from Director General of Civil
Aviation is required for booking radio isotopes
with airlines.
Loss of Radio Same as above Try to locate with the help of Survey Meter.
isotope Inform BARC/AERB (*)
(F) ELECTRICAL Short circuiting Can cause Use rubberized hand gloves and other PPE
INSTALLATION Electrocution or Fire Don't lay wires under carpets, mats or door ways.
AND USAGE Allow only licensed electricians to perform on
electrical facilities
Use one socket for one appliance
Ensure usage of only fully insulated wires or
cables
Don't place bare wire ends in a socket
Ensure earthing of machineries and equipments
Do not use damaged cords and avoid temporary
connections
Use spark-proof/flame proof type field
distribution boxes.

(*) Atomic Energy Regulatory Board (AERB),


Bhabha Atomic Research Centre (BARC)
Anushaktinagar, Mumbai – 400 094

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


Page 314 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 46 of 87

APPENDIX-E: (Sheet 6 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY
HAZARD HAZARD
PREVENTIVE MEASURES
Do not allow open/bare connections
Provide all connections through ELCB
Protect electrical cables/equipment's from water
and naked flames
Check all connections before energizing
Overloading of Bursting of system Display voltage and current ratings prominently
Electrical can occur which with 'Danger' signs.
System leads to fire Ensure approved cable size, voltage grade and
type
Switch off the electrical utilities when not in use
Do not allow unauthorized connections.
Ensure proper grid wise distribution of Power
Improper laying Can cause Do not lay unarmoured cable directly on ground,
of overhead and electrocution and wall, roof of trees
underground prove fatal Maintain at least 3m distance from HT cables
transmission All temporary cables should be laid at least 750
lines/cables mm below ground on 100 mm fine sand
overlying by brick soling
Provide proper sleeves at crossings/ inter-
sections
Provide cable route markers indicating the type
and depth of cables at intervals not exceeding
30m and at the diversions/termination
(G) FIRE Small fires can Cause burn injuries In case a fire breaks out, press fire alarm system
PREVENTION become big ones and may prove fatal and shout "Fire, Fire"
AND and may spread Keep buckets full of sand & water/ fire
PROTECTION to the extinguishing equipment near hazardous
surrounding locations
areas Confine smoking to 'Smoking Zones' only.
Train people for using specific type of fire
fighting equipments under different classes of fire
Keep fire doors/shutters, passages and exit doors
unobstructed
Maintain good housekeeping and first-aid boxes
(for details refer Appendix-B)
Don't obstruct assess to Fire extinguishers.
Do not use elevators for evacuation during fire.
Maintain lightening arrestors for elevated
structures
Stop all electrical motors with internal
combustion

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


Page 315 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 47 of 87

APPENDIX-E : (Sheet 7 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Move the vehicles from dangerous locations
Remove the load hanging from the crane booms
Remain out of the danger areas.
Improper It may not Ensure usage of correct fire extinguisher meant
selection of Fire extinguish the fire for the specified fire (for details refer Appendix-
extinguisher C).
Do not attempt to extinguish Oil and electric
fires with water. Use foam cylinders/CO2/sand
or earth.
Improper storage Same as above Maintain safe distance of flammable substances
of highly from source of ignition
inflammable Restrict the distribution of flammable materials
substances to only min. necessary amount
Construct specifically designed fuel storage
facilities
Keep chemicals in cool and dry place away from
heat. Ensure adequate ventilation
Before welding operation, remove or shield the
flammable material properly
Store flammable materials in stable racks,
correctly labeled preferably with catchment
trays.
Wipe off the spills immediately
Short circuiting Same as above Don't lay wires under carpets, mats or door ways
of electrical Can cause Use one socket for one appliance.
system Electrocution Use only fully insulated wires or cables
Do not allow open/bare connections
Provide all connections through ELCB
Ensure earthing of machineries and equipments
(H) Crossing the Personal injury Obey speed limits and traffic rules strictly
VEHICULAR Speed Limits Always expect the unexpected and be a
MOVEMENT (Rash driving) defensive driver
Use seat belts/helmets
Blow horn at intersections and during
overtaking operations.
Maintain the vehicle in good condition
Do not overtake on curves, bridges and slopes
Adverse weather Same as Above Read the road ahead and ride to the left
condition Keep the wind screen and lights clean
Do not turn at speed.
Recognize the hazard, understand the defense
and act correctly in time.

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


Page 316 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 48 of 87

APPENDIX-E : (Sheet 8 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Consuming Same as above Alcohol and driving do not mix well. Either
alcohol before choose alcohol or driving.
and during the If you have a choice between hitting a fixed
driving object or an on-coming vehicle, hit the fixed
operation object
Quit the steering at once and become a passenger.
Otherwise take sufficient rest and then drive.
Do not force the driver to drive fast and round the
clock.
Do not day dream while driving
Falling objects/ May prove fatal Ensure effective braking system, adequate
Mechanical visibility for the drives, reverse warning alarm..
failure Proper maintenance of the vehicle as per
manufacturer instructions
(I) PROOF Bursting of May cause injury Prepare test procedure & obtain EIL/owner's
TESTING piping and prove fatal approval
(HYDROSTATI Collapse of Provide separate gauge for pressurizing pump
C /PNEUMATIC tanks and piping/equipment
TESTING) Tanks flying off Check the calibration status of all pressure
gauges, dead weight testers and temperature
recorders
Take dial readings at suitable defined intervals
and ensure most of them fall between 40-60% of
the gauge scale range
Provide safety relief valve (set at pressure
slightly higher than test pressure) while testing
with air/ nitrogen
Ensure necessary precautions, stepwise increase
in pressure, tightening of bolts/nuts, grouting, etc.
before and during testing
Keep the vents open before opening any valve
while draining out of water used for hydro-testing
of tanks.
Pneumatic testing involves the hazard of released
energy stored in compressed gas. Specific care
must therefore be taken to minimize the chance
of brittle failure during a pneumatic leak test.
Test temperature is important in this regard and
must be considered when the designer chooses
the material of construction.

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


Page 317 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 49 of 87

APPENDIX-E : (Sheet 9 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
A pressure relief device shall be provided, having
a set pressure not higher than the test pressure
plus the lesser of 345 KPa (50 psi) or 10% of the
test pressure.
The gas used as test fluid, if not air, shall be
nonflammable and nontoxic.
(J) Person can fall May sustain severe Provide guard rails/barricade at the work place
WORKING AT down injuries or prove Use PPE like full body harness, life line, helmets,
HEIGHTS fatal safety shoes, etc.
Obtain a permit before starting the work at height
above 3 meters
Fall arrest and safety nets, etc. must be installed
Provide adequate working space (min. 0.6 m)
Tie/weld working platform with fixed support
Use roof top walk ladder while working on a
slopping roofs
Avoid movement on beams
May hit the Keep the work place neat and clean
scrap/material Remove the scrap immediately
stacked at the
ground or in
between
Material can fall May hit the workers Same as above plus
down working at lower Do not throw or drop materials or equipment
levels and prove from height. I.e. do not bomb materials
fatal All tools to be carried in a tool-kit
Bag or on working uniform
Remove scrap from the planks
Ensure wearing of helmet by the workers
working at lower levels
(K) CONFINED Suffocation/ Unconsciousness, Use respiratory devices, if reqd.
SPACES drowning death Avoid over crowding inside a confined space
Provide Exhaust fans for ventilation
Do not wear loose clothes, neck ties, etc
Fulfill conditions of the permit

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


Page 318 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 50 of 87

APPENDIX-E: (Sheet 10 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Check for presence of hydrocarbons, O2 level
Obtain work permit before entering a confined
space
Ensure that the connected piping of the
equipment which is to be opened is pressure
free, fluid has been drained, vents are open and
piping is positively isolated by a blind flange

Presence of Inhalation can pose Same as above plus


foul smell and threat to life Check for hydrocarbon and Aromatic compounds
toxic before entering a confined space
substances Depute one person outside the confined space for
continuous monitoring and for extending help in
case of an emergency
Ignition/ flame Person may sustain Keep fire extinguishers at a hand distance
can cause fire burn injuries or Remove surplus material and scrap immediately
explosion may occur Do not smoke inside a confined space
Do not allow gas cylinders inside a confined
space
Use low voltage (24V) lamps for lighting
Use tools with air motors or electric tools with
max. voltage of 24V
Remove all equipments at the end of the day
(L) Failure of load Can cause accident Avoid standing under the lifted load and within
HANDLING lifting and and prove fatal the operating radius of cranes
AND moving Check periodically oil, brakes, gears, horns and
LIFTING equipments tyre pressure of all moving machinery
EQUIPMENTS Check quality, size and condition of all chain
pulley blocks, slings, U-clamps, D-shackles, wire
ropes, etc.
Allow crane to move only on hard, firm and
leveled ground.
Allow lifting slings as short as possible and
check gunny packings at the friction points
Do not allow crane to tilt its boom while moving
Install Safe Load Indicator
Ensure certification by applicable authority

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


Page 319 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 51 of 87

APPENDIX-E : (Sheet 11 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Overloading of Same as above Safe lifting capacity of derricks and winches
lifting written on them shall be got verified
equipments The max. safe working load shall be marked on
all lifting equipments
Check the weight of columns and other heavy
items painted on them and accordingly decide
about the crane capacity, boom and angle of
erection
Allow only trained operators and riggers during
crane operation.
Overhead Can cause Do not allow boom or other parts of crane to
electrical wires electrocution and come within 3m reach of overhead HT cables
fire Hook and load being lifted shall preferably
remain in full visibility of crane operators.
(M) Person can fall Person May sustain Provide guard rails for working at height
SCAFFOLDI down severe injuries and Face ladder while climbing and use both hands.
NG, prove fatal Ladders shall extend about 1m above landing for
FORMWOR easy access and tying up purpose
K Do not place ladders against movable objects and
AND maintain base at 1/4 unit of the working length of
LADDERS the ladder.
Suspended scaffolds shall not be less than 500
mm wide and tied properly with ropes
No loose planks shall be allowed
Use PPE, like helmets, safety shoes,etc
Failure of Same as above Inspect visually all scaffolding materials for
scaffolding stability and anchoring with permanent
material structures.
Design scaffolding for max. load carrying
capacity.
Scaffolding planks shall not be less than 50X250
mm full thickness lumber or equivalent. These
shall be cleated or secured and must extend over
the end supports by at least 150mm and not more
than 300mm
Don't overload the scaffolds
Do not splice short ladders to make a longer one.
Vertical ladders shall not exceed 6m.
Material can Persons working at Remove excess material and scrap immediately
fall down lower level gets Carry the tools in a tool-kit bag only
injured Provide safety nets

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


Page 320 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 52 of 87

APPENDIX-E: (Sheet 12 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
(N) Personal Can cause injury or Do not take rest inside rooms built for welding
STRUCTUR negligence and casualty machines or electrical distribution system.
AL WORKS danger of fall Avoid walking on beams at height
Wear helmet with chin strap and full body
harness while working at height.
Use hand gloves and goggles during grinding
operations
Cover or mark the sharp and projected edges
Do not stand within the operating radius of
cranes
Lifting/ slipping Same as above Do not stand under the lifted load
of material Stack properly all the materials. Avoid slippage
during handling
Control longer pieces lifted up by cranes from
both ends
Remove loose materials from height
Ensure tightening of all nuts & bolts
(O) Erection/ Can cause injury Do not stand under the lifted load
PIPELINE lowering failure Do not allow any person to come within the
WORKS radii of the side boom handling pipes
Check the load carrying capacity of the lifting
tools & tackles
Use safe Load Indicators
Use appropriate PPEs
Other Same as above Wear gum boots in marshy areas
Allow only one person to perform signaling
operations while lowering of pipes
Provide night caps on pipes
Provide end covers on pipes for stoppage of pigs
while testing/ cleaning operations
(P) Pollution in Can cause personal Ensure the blasting is done in enclosed shed.
GRIT neighboring injury Keep safe distance while blasting operations.
BLASTING area, hit by grits Wear positive pressure blast hood or helmet
and high with view –window, ear-muff/plug, gloves,
pressure air overall or leather coat /apron, rubber shoes.

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


Page 321 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 53 of 87

APPENDIX-F

TRAINING SUBJECTS / TOPICS


(For contractors’ personnel)

1. The Law & Safety – Statutory Requirement / Applicable statutes / Duties of employer / employee
2. Policy & Administration – Why HSE? / Duties & Responsibilities of Safety Personnel at project
site / Effect of incentive on accident prevention
3. HSE & Supervision – Duties of Supervisor / HSE integrated supervision / Who should be held
responsible for site accidents?
4. Safety Budget / Cost of Accidents – Direct costs / Indirect costs
5. Hazard Identification / Type of hazards / HIRAC
6. Behavioural Safety & Motivation
7. Housekeeping – Storage / Stacking / Handling of materials / Hydra handling
8. Occupational Health in Construction sector
9. Personal Protective Equipments – Respiratory & Non- respiratory
10. Electricity & Safety – ELCB / Fuse / Powered tools / Project illumination
11. Handling of Compressed Gas – Transportation / Storage / FBAs / Fire prevention
12. Machine Safety – Machine guarding / Maintenance
13. Transportation – Hazards & risks in transp. of materials / ODC consignments
14. Cranes & Other Lifting machinery – Legal requirements vis-à-vis essential safety requirements.
15. Communication – HSE Induction / TBTs / Safety Committee / Safety meeting / Safety
propaganda / Publicity.
16. Excavation – Risks & Dangers / Safety measures
17. Working at Heights – Use of ladder / Work on roofs / Scaffolds / Double harness lanyards / Life-
line / Fall arrester / Safety Nets / Floor openings
18. Hazards in Welding & important safety precautions
19. Gas Cutting – Hazards & safety measures
20. Fire prevention & fire protection

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


Page 322 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 54 of 87

APPENDIX - G
CONSTRUCTION POWER BOARD( typ)

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


Page 323 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 55 of 87

APPENDIX-H

LIST OF PROCEDURES (MINIMUM) TO BE FORMING PART OF HSE PLAN:-

A. HSE Management Procedures:

 HSE Risk Management (including JSA/HIRA)


 HSE Legal Compliance and Other Requirements
 HSE Objectives & Performance
 HSE Training and Competence (including Induction)
 HSE Motivation & Award Scheme
 HSE Audits
 HSE Meetings
 HSE Sub Contractor Management
 HSE Emergency Management
 HSE Incidents Reporting and Management
 HSE Reports
 HSE Management System Review
 HSE Change Management
 HSE procedure for Behaviour based Safety
 First Aid & Management
 Roles, Responsibility, accountabilities and Authorities

B. Job procedures/Safe Operating procedures

 Setting Up Site & Signage’s


 Handling of Electrical Appliances
 Working at Height
 Confined Space Entry
 Permit to Work (including hot works)
 Housekeeping
 Lifting Operations
 Transportation of materials including Manual Handling
 Compressed Air Tools and Units
 Earthmoving Operations & excavation
 Scaffolding
 Fire Prevention/Protection
 Hazardous Substance handling & Storage
 Radiation Hazard
 Personal Protective Equipment

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


Page 324 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 56 of 87

FORMAT NO. : HSE-1 REV 0


(Sheet 1 of 6)
SAFETY WALK-THROUGH REPORT
(Name & signature of walk through performer to be inserted at the bottom of each page)

Project : _____________ Report no. : ___________

Date : _____________ Contractor : ___________

Inspection by :_____________ Owner : ___________

Frequency : Monthly Job no. : ___________

Note : Write ‘NA’ wherever the item is not applicable


Non
SL. Satisafctory
ITEM satisfactory/ Remarks Action
NO. / Yes
No
1. HOUSEKEEPING
a) Waste containers provided and used
b) Sanitary facilities adequate and Clean

c) Passageways and Walkways Clear

d) General neatness of working areas

e) Other
2. PERSONNEL PROTECTIVE EQUIPMENT

a) Goggles; Shields
b) Face protection

Hearing protection

Foot protection
e) Hand protection

f) Respiratory Masks etc.

g) Full body harness conforming to CЄ, EN 361

h) Hard hat (HDPE)

i) Other

3. EXCAVATIONS/OPENINGS

a) Openings properly covered or barricaded


b) Excavations shored

c) Excavations barricaded

d) Overnight lighting provided

e) Other

Safety walk-through performer (Name & Signature)……………………………………………..

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


Page 325 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 57 of 87

FORMAT NO. : HSE-1 REV 0


(Sheet 2 of 6)

Non
SL. Satisafctory
ITEM satisfactory/ Remarks Action
NO. / Yes
No
4. WELDING & GAS CUTTING

a) Gas cylinders chained upright

b) Cables and hoses not obstructing

c) Screens or shields used

d) Flammable materials protected

e) Live electrode bits contained properly

f) Fire extinguisher (s) accessible

g) Other

5. SCAFFOLDING & BARRICADING

a) Fully decked platforms

b) Guard and intermediate rails in place

c) Toe boards in place

d) Adequate shoring

e) Adequate access

f) Positive barricading for critical activities

g) Installation of warning signs

h) Other

6. LADDERS

a) Extension side rails 1 m above

b) Top of landing

c) Properly secured

d) Angle + 700 from horizontal

e) Other

Safety walk-through performer (Name & Signature)……………………………………………..

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


Page 326 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 58 of 87

FORMAT NO. : HSE-1 REV 0


(Sheet 3 of 6)

Non
SL. Satisafctory
ITEM satisfactory Remarks Action
NO. / Yes
/No
7. HOISTS, CRANES AND DERRICKS

a) Condition of cables and sheaves OK

b) Condition of slings, chains, hooks and eyes


O.K.
c) Inspection and maintenance log-books
maintained
d) Outriggers used

e) Reverse horn installed / active / coupled with


gear
f) Signs/barricades provided

g) Signals observed and understood

h) Qualified operators

i) Other

8. MACHINERY, TOOLS AND EQUIPMENT

a) Proper instruction

b) Safety devices

c) Proper cords

d) Inspection and maintenance

e) Other

9. VEHICLE AND TRAFFIC

a) Rules and regulations observed

b) Inspection and maintenance

c) Licensed drivers

d) Other

Safety walk-through performer (Name & Signature)………………………………………

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


Page 327 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 59 of 87

FORMAT NO. : HSE-1 REV 0


(Sheet 4 of 6)

Non
SL. Satisafctory
ITEM satisfactory Remarks Action
NO. / Yes
/No
10. TEMPORARY FACILITIES

a) Emergency instructions posted

b) Fire extinguishers provided

c) Fire-aid equipment available

d) Secured against storm damage

e) General neatness

f) In accordance with electrical requirements

g) Other

11. FIRE PREVENTION

a) Personnel trained & instructed to make use


of facility
b) Fire extinguishers checked periodically &
record maintained
c) No smoking in Prohibited areas.
d) Fire Hydrants not obstructed Clear

e) Other Regular fire drill conducted

12. ELECTRICAL

a) Use of 3-core armored cables everywhere

b) Usage of 'All insulated' or 'double-insulated'


electrical tools
c) All electrical connection are routed through
ELCB
d) Natural Earthing at the source of power
(Main DB)
e) Continuity and tightness of earth conductor

f) Effective covering of junction boxes, panels


and other energized wiring places
g) Ground fault circuit interrupters provided

h) Prevention of tripping hazards maintained

f) DCP extinguishers arranged & licensed


electrician engaged at site

Safety walk-through performer (Name & Signature)…………………………………………

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


Page 328 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 60 of 87

FORMAT NO. : HSE-1 REV 0


(Sheet 5 of 6)

Non
SL. Satisafctory
ITEM satisfactory Remarks Action
NO. / Yes
/No
14. HANDLING AND STORAGE OF
MATERIALS
a) Safely stored or stacked
b) Passageways clear / free from obstructions
c) Fire fighting facility in place
15. FLAMMABLE GASES AND LIQUIDS
a) Containers clearly identified / protected from
fire
b) Safe storage & transportation arrangement
made
c) Fire extinguishers positioned nearby
d) Facilities kept away from electric spark, hot
spatters & ignition source.
16. WORKING AT HEIGHT
a) Approved Erection plan and work permit in
place
b) Safe access, Safe work platform & Safety
nets provided
c) Life lines, Fall arrester, Full body harness
and with double lanyards used;
d) Health Check record available for workers
going up?
e) Protective handrails arranged around floor
openings
17. CONFINED SPACE
a) Work Permit obtained from requisite
authority
b) Test for toxic gas and sufficient availability
of oxygen conducted & status
c) Supervisor present at site & at least one
person outside the confined space for
monitoring deputed
d) Availability of safe means of entry, exit and
ventilation (register for entry & exit
maintained)
e) Fire extinguisher and first-aid facility
ensured
f) Lighting provision made by using 24V Lamp
g) Proper usage of PPEs ensured
18. RADIOGRAPHY
a) Proper storage and handling of source as per
BARC/ AERB guidelines (authorized
radiographer available)
b) Work permit obtained

Safety walk-through performer (Name & Signature)…………………………………………

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


Page 329 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 61 of 87

FORMAT NO. : HSE-1 REV 0


(Sheet 6 of 6)

Non
SL. Satisafctory
ITEM satisfactory Remarks Action
NO. / Yes
/No
c) Cordoning of the area done
d) Use of appropriate PPE's ensured
e) HSE training to workers/supervisors
imparted during the fortnight (indicate topic)
f) Minimum occupancy of workplace ensured

19. HEALTH CHECKS

a) All Workers medically examined and found


be fit for working at heights (slinging,
rigging, painting etc.)
in confined space
in excavation / trenching
in shot blasting
b) Availability of First Aid box with contents
c) Proper sanitation at site, office and labour
camps
d) Arrangement of medical facilities.
e) Measures for dealing with illness at site &
labour camps.
f) Availability of Potable drinking water for
workmen & staff.
g) Provision of crèches for children.

h) Stand by vehicle / ambulance available for


evacuation of injured
20. ENVIRONMENT
a) Chemical and Other Effluents properly
disposed
b) Cleaning liquid of pipes disposed off
properly
c) Seawater used for hydro-testing disposed off
as per agreed procedure
d) Lubricant Waste/Engine oils properly
disposed
e) Waste from Canteen, offices, sanitation etc
disposed properly
f) Disposal of surplus earth, stripping materials,
Oily rags and combustible materials done
properly
g) Green belt protection

Safety walk-through performer (Name & Signature)…………………………………………

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


Page 330 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 62 of 87

FORMAT NO. : HSE-2 REV 0


(Sheet 1 of 3)

ACCIDENT / INCIDENT REPORT

(To be submitted by Contractor after every Incident / Accident within 24 hours to EIL/ Owner)

Report No.: ____________________________ Date: ______________________


Project site: ____________________________ Name of work: _______________________
Contractor’s name: ________________ Contractor’s Job Engineer (name) ________

Non-disabling injury (Non- Hospitalized but resumed duty before end of 48 hrs
LTA)
Disabling injury (other LTA) Hospitalized & failed to resume duty within next 48 hrs
Fatal (LTA): Death / Expiry
First Aid case (non LTA) Resume duty after first aid

Name of the injured: _______________________ Father's name of victim: _________________


Sub Contractor’s Name: ……………………………………………………………………………….
Gate Pass No.:……….. Age: _____Yrs. Victim’s medical fitness exam. (Pre-empl.) date: - ______

Date & time of Accident / Incident: _______________________________________________


Names of Witnesses: (1________________ (2)___________________ (3) ________________
Profession of victim:
Bar bender Carpenter Meson
Fitter Helper Gas cutter
Grinder Welder Electrician
Driver Rigger M/c.operator
Engineer Manager Other/specify

Qualification
No formal education Non-Matriculate Matriculate
Graduate Post- grad Other/specify

Job Experience
NIL Less than 2 yrs 2-5 yrs
5-10 yrs 11-15 yrs 15 years and above

Location where the incident happened: ___________________________________________


______________________________________________________________________________

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


Page 331 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 63 of 87

FORMAT NO. : HSE-2 REV 0


(Sheet 2 of 3)

Activity / Works that was continuing during incident / accident: -


Excavation Demolition Concrete carrying
Concrete pouring Transportation of materials Transportation of
(manually) materials (mechanically)
Work on or adjacent to water Work at height (+2.0 mts) Scaffold preparation
Scaffold dismantling Piling works Welding
Grinding Gas-cutting Pipe fit-ups & fabrication
Structural fabrications Machine works Hydro-testing works
Electrical works Erection activities Other/specify

What exactly the victim was doing just before the incident / accident? ....................................
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
Nature of injury:
Bruise or Contusion Abrasion (superficial wound) Sprains or strains
Cut or Laceration Puncture or Open wound Burn
Inhalation of toxic or Absorption Amputation
Poisonous fumes or gases
Fracture Other/specify

Parts of body involved in incident / accident


Head Face Eyes
Throat Arm (above wrist) Hand (including wrist)
Fingers Truck (Abdomen / Back / Throat
Chest / Shoulder)
Leg (above ankle) Foot (incl. ankle) Toes
Multiple Other/specify

Accident type:
Struck against Struck by Fall from Elevation
Fall on same level caught in caught under
caught in between Rubbed or abraded Contact with (Electricity)

Contact with (Temp./ Contact with chemicals or Vehicle accident


extremes) oils
Other/specify

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


Page 332 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 64 of 87

FORMAT NO. : HSE-2 REV 0


(Sheet 3 of 3)

Medical Aid provided: - (indicate specific aids / treatment etc.)-


………………………………………………………………………………………………………….
…………………………………………………………………………………………………………..
-------------------------------------------------------------------------------------------------------------------------
Actions taken to prevent recurrence of similar incident / accident: ………………………………
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
……………………………………………………………………………………………………………
………………………………………………………………………………………………………...

_____________________________________________________________________________

Intimation to local authorities (Dist Collector / Local Police Station / ESI authority): Yes / No / NA.
If yes, to whom ………………………………………………………………………………………..

Safety Officer Site Head / Resident Construction Manager


(Signature and Name) (Signature and Name)
Stamp of Contractor

To : Owner
: RCM/Site-in-charge EIL (3 copies)

Divisional Head (Constn) through RCM


Project Manager, EIL, through RCM

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


Page 333 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 65 of 87

FORMAT NO. : HSE-3 REV 0


(Sheet 1 of 5)

SUPPLEMENTARY INCIDENT / ACCIDENT INVESTIGATION REPORT


TICK THE APPROPRIATE ONE AS APPLICABLE (furnish within 72 hours)
Supplementary to Incident / Accident Report No: ______ (Copy enclosed)
Report No.: ____________________________ Date: ______________________
Project site: ____________________________ Name of work: _______________________
Contractor’s name: ________________ Contractor’s Job Engineer (name) ________

Non-disabling injury (Non- Hospitalized but resumed duty before end of 48 hrs
LTA)
Disabling injury (other LTA) Hospitalized & failed to resume duty within next 48 hrs
Fatal (LTA): Death / Expiry
First Aid case (non LTA) Resume duty after first aid

Name of the injured: _______________________ Father's name of victim: _________________


Sub Contractor’s Name: ……………………………………………………………………………….
Gate Pass No.:……….. Age: _____Yrs. Victim’s medical fitness exam. (Pre-empl.) date: - ______

Date & time of Accident / Incident: _______________________________________________


Names of Witnesses: (1________________ (2)___________________ (3) ________________
Profession of victim:
Bar bender Carpenter Meson
Fitter Helper Gas cutter
Grinder Welder Electrician
Driver Rigger M/c.operator
Engineer Manager Other/specify

Qualification
No formal education Non-Matriculate Matriculate
Graduate Post- grad Other/specify

Job Experience
NIL Less than 2 yrs 2-5 yrs
5-10 yrs 11-15 yrs 15 years and above

Location where the incident happened: ___________________________________________


______________________________________________________________________________

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


Page 334 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 66 of 87

FORMAT NO. : HSE-3 REV 0


(Sheet 2 of 5)
Activity / Works that was continuing during incident / accident: -
Excavation Demolition Concrete carrying
Concrete pouring Transportation of materials Transportation of
(manually) materials (mechanically)
Work on or adjacent to water Work at height (+2.0 mts) Scaffold preparation
Scaffold dismantling Piling works Welding
Grinding Gas-cutting Pipe fit-ups & fabrication
Structural fabrications Machine works Hydro-testing works
Electrical works Erection activities Other/specify

What exactly the victim was doing just before the incident / accident? ....................................
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….

Particular of tools & tackles being used and condition of the same after incident/accident:
…………………………………………………………………………….........................................
………………………………………………………………………………………………………
Description of Incident/Accident (How the incident was caused):
……………………………………………………………………………………….
……………………………………………………………………………………………………………
……………………………………………………………………………………………………………
Nature of injury:
Bruise or Contusion Abrasion (superficial wound) Sprains or strains
Cut or Laceration Puncture or Open wound Burn
Inhalation of toxic or Absorption Amputation
Poisonous fumes or gases
Fracture Other/specify

Parts of body involved in incident / accident


Head Face Eyes
Throat Arm (above wrist) Hand (including wrist)
Fingers Truck (Abdomen / Back / Throat
Chest / Shoulder)
Leg (above ankle) Foot (incl. ankle) Toes
Multiple Other/specify

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


Page 335 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 67 of 87

FORMAT NO. : HSE-3 REV 0


(Sheet 3 of 5)
Accident type:
Struck against Struck by Fall from Elevation
Fall on same level caught in caught under
caught in between Rubbed or abraded Contact with (Electricity)

Contact with (Temp./ Contact with chemicals or Vehicle accident


extremes) oils
Other/specify

Name & Designation of person who provided First-Aid to the victim: ---------------------------------------

Name & Telephone number of Hospital where the victim was treated_________________________

Mode of transport used for transporting victim – Ambulance / Private car / Tempo / Truck / Others

How much time taken to shift the injured person to Hospital________________________________

In case of FATAL incident, indicate clearly the BOCW Registration No. of the victim
/Company……………………………………………………………………………………………

Comments of Medical Practitioner, who treated / attended the victim/injured (attached / described
here)_____________________________________________________________________

What actions are taken for investigation of the incident, please indicate clearly – (Video film /
Photography / Measurements taken etc……………………………………………………………..)

Immediate cause (Please tick the right applicable) –


Hazardous methods or Poor housekeeping Inadequate or improper
procedures inadequately PPE
guarded
Environmental hazards improper Working on dangerous
(excess noise/ space illumination/Moving on oval equipment
constraint/ inadequate surface
ventilation

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


Page 336 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 68 of 87

FORMAT NO. : HSE-3 REV 0


(Sheet 4 of 5)

Failure to secure Horse-play Failure to use PPE

Inattention to surroundings Improper use of hands & By-passing safety devices


body-parts
Unsafe mixing or placement Bypassing standard Failure in communication
of tools & tackles procedures
Operating without authority Improper use of equipment drug or alcoholic
or tools & tackles influence
excessive haste Others(specify)

Basic cause

Over confidence Impulsiveness over-exertion


Faulty judgement or poor Failing to keep attention Nervousness & Fear
understanding constantly
Fatigue Defective vision Ill health or sickness

Slow reaction Others(specify)

Root cause

Inadequate Engg Improper Design Inadequate Planning &


organization
Inadequate knowledge Inadequate skill Inadequate training
Inadequate supervision Improper work procedure Inadequate compliance
with standard
Substandard performance Inadequate maintenance Improper inspection

Others(specify)

Loss of man days and impact on site works, (if any) –

Remarks from Contractor’s Safety Officer / Engineer –

Was the victim performing relevant tasks for which he was engaged /employed? Yes / No
Was the Supervisor present on work-site during the incident? Yes / No
Have the causes of incident rightly identified? Yes / No
Cause of Accident was_____________________________________________________________

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


Page 337 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 69 of 87

FORMAT NO. : HSE-3 REV 0


(Sheet 5 of 5)

Remedial measures recommended by Safety Officer of Contractor for avoiding similar incident in
future
: ………………………………
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
……………………………………………………………………………………………………………
………………………………………………………………………………………………………...

Intimation to local authorities (Dist Collector / Local Police Station / ESI authority): Yes / No / NA.
If yes, to whom ………………………………………………………………………………………..
_____________________________________________________________________________

Safety Officer Site Head / Resident Construction Manager


(Signature and Name) (Signature and Name)
Stamp of Contractor

To : Owner
: RCM// Site-in-charge of EIL (3 copies)
Divisional Head (Constn) through RCM
       Project Manager EIL, through RCM 

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


Page 338 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 70 of 87

FORMAT NO. : HSE-4 REV 0

NEAR MISS INCIDENT/ DANGEROUS OCCURRENCE SUGGESTED PROFORMA


(to be submitted within 24 hours)

 Near Miss : Human injury escaped & no damage to property, equipment


or interruption to work.
 Dangerous Occurrence: Damage to property, equipment or interruption of work, but not
resulting in personal injury/illness, e.g. Fire incident, collapse of structure, crane failure,
etc
Report No.: _________________

Name of Site: _________________________ Date: ______________________

Name of work: __________________________ Contractor: __________________

__________________________________________________________________________________

Incident reported by :

Date & Time of Incident :

Location :

__________________________________________________________________________________

Brief description of incident

__________________________________________________________________________________

Probable cause of incident

__________________________________________________________________________________

Suggested corrective action

__________________________________________________________________________________

Steps taken to avoid recurrence Yes No

To : Owner
: RCM/Site-in-charge EIL (3 copies)

Divisional Head (Constn) through RCM


Project Manager EIL, through RCM

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


Page 339 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 71 of 87

FORMAT NO. : HSE-5 REV 0


MONTHLY HEALTH, SAFETY & ENVIRONMENT (HSE) REPORT
(To be submitted by each Contractor)
Actual work start Date: _______________ For the Month of: __________________
Project: ____________________________ Report No: ________________________
Name of the Contractor: ______________ Status as on : ______________________
Name of Work : _____________________ Job No : __________________________
(Contractor in consultation with EIL shall generate the reports through web based
package(www.eil.co.in/conthse) only.
UPTO
THIS
ITEM PREVIOUS CUMULATIVE
MONTH
MONTH
1) Average number of Staff & Workmen
(average daily headcount, not man days)
2) Man-hours worked
3) Number of Induction programmes conducted
4) Number of HSE meetings organized at site
5) Number of HSE awareness programmes conducted at site
6) Number of Tool Box Talks conducted
7) Number of Lost Time Accidents (LTA) Fatal
Other LTA
8) Number of Loss Time Injuries (LTI) Fatalities
Other LTI
9) Number of Non-Loss Time Accidents
10) Number of First Aid Cases
11) Number of Near Miss Incidents
12) No. of unsafe acts/ practices detected
13) No. of disciplinary actions taken against staff/ workmen

14) Man-days lost due to accidents


15) LTA Free man-hours i.e. LTA free man-hours counted from the
Last LTA (enter date: ……….)
16) Frequency Rate (No. of LTA per 2 lacs man-hours worked)
17) Severity Rate (No. of man days lost per 2 lacs man-hours
worked)
18) Loss Time Injury Frequency (No. of LTI per 2 lacs man-hours
worked)
19) No. of activities for which Job Safety Analysis (JSA) completed
20) No. of incentives/ awards given
21) No. of occasions on which penalty imposed by EIL/ Owner

22) No. of Audits conducted

23) No. of pending NCs in above Audits


24) Compensation cases raised with Insurance
25) Compensation cases resolved and paid to workmen
26) Whether workmen compensation policy taken Yes No
27) Whether workmen compensation policy is valid Yes No
28) Whether workmen registered under ESI Act, as applicable Yes No
Remarks, if any
Date:
Prepared by Safety Officer Approved by Site Head / Resident Construction Manager
(Signature and Name) (Signature and Name)
To : - OWNER
- RCM EIL (2 copies)

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


Page 340 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 72 of 87

FORMAT NO. : HSE-6 REV 0


PERMIT FOR WORKING AT HEIGHTS (ABOVE 2.0 METER)
(In duplicate to be issued daily for site and for office)
Permit No…………….. Name of Main Contractor……………………
Name of work executing agency / sub agency / vendor:…………………………………………………...
Date……………… Exact Location of work……………………………………
Nature of work ……………………………………..Duration of work (from) ………… (to) ……….......
Number of workers covered within this permit……………………………………………………………
(List enclosed with name & gate pass numbers.)

Sl. Status of compliance


Items / Subjects
No. (Yes / No)
1 Work areas / Equipments inspected
2 Work area cordoned off
3 Adequate lighting is provided
4 Precautions against public traffic taken
5 Concerned persons in & around have been alerted & cautioned
Hazards / risks involved in routine / non-routine task assessed and control
6
measures have been implemented at specific task
7 ELCB provided for electrical connection & found working
8 Ladder safely attached / fixed
9 Scaffoldings are checked and TAGs are found used correctly
10 Working platforms are provided and are found sound /safe for use
Safe access & egress arrangements (e.g. ladders, fall arresters, life-lines etc.)
11
are satisfactorily incorporated
a. Openings on platform / floors are effectively cordoned / covered
12
b. Safety Nets are provided wherever required
Use of following safety gadgets by people working at area under this permit, is
checked and found satisfactory -
Safety helmet
13 Safety harness (full body) with double lanyard
Safety Shoes
Safety gloves
Safety goggles
14 Housekeeping of work area found satisfactorily tidy / clean & clear
Adequate measures have been taken for works being continued at the ground
15
level, when simultaneous works are permitted overhead at that very location.
16 Materials are not thrown from heights on to ground
17 Medical examination of workers are made & found satisfactory
Responsible job engineer / supervisor found physically present at work spot for
18
overall administration of work as well as safety of people.

Above items have been checked & compliance has been found in place. Hence work is permitted to
start / continue at the above-mentioned location. Work shall not start till identified lapses are rectified.

Additional Precautions, if any …………………………………………………………….


……………………………………………………………………………………………..

Work Permit issued by Verification By


Contractor Engineer/RCM Contractor Safety Officer

AT THE END OF THE DAY/WORK:


All works at height are completed & workmen have returned safely from work location at
(time)………….. (date)……………

(Sig. Contractor Engineer)

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


Page 341 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 73 of 87

FORMAT NO. : HSE-7 REV 0

CONFINED SPACE ENTRY PERMIT


Project site ___________________________ Sr.No. _________________________
Name of the work ______________________ Date ___________________________
Name of Contractor ____________________ Nature of work ___________________
Exact location of work _____________

Safety Requirements POSITIVE ISOLATION OF THE VESSEL IS MANDATORY


(A) Has the equipment been ?
Y NR Y NR Y NR
  Isolated from   water flushed &/or   radiation sources
power/steam/air steamed removed
  isolated from liquid or   Man ways open &   proper lighting
gases ventilated provided
  depressurized &/or   cont. inert gas flow  
drained arranged
  blanked/ blinded/   adequately cooled  
disconnected
(B) Expected Residual Hazards
  lack of O2   combustible gas/ liquid   H2S / toxic gases
  corrosive chemicals   pyrophoric iron / scales   electricity / static
  heat/ steam / frost   high humidity   ionizing radiation
     
(C) Protection Measures
  gloves   ear plug / muff   goggles / face shield
  protective clothing   dust / gas / air line mask   personal gas alarm
  grounded air duct/blower   attendant with SCBA/air   rescue
/AC mask equipment/team
  Fire fighting arrangements   safety harness & lifeline   communication
equipment
     
Authorization / Renewal (It is safe to enter the confined space)
Signature Time Signature
No. of Contractor's Contractor's From To Workman
persons Name of persons allowed Supervisor Safety Officer
allowed

Permit Closure :
(A) Entry  was closed  stopped  will continue on ...

(B)  Site left in a safe condition  Housekeeping done

(C) Multilock  removed  key transferred


 Ensured all men have come out  Man-ways barricaded

Remarks, if any:

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


Page 342 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 74 of 87

FORMAT NO. : HSE-8 REV 0

RADIATION WORK PERMIT

Project : Sr.No. :
Name of the work : Date :
Name of site contractor : Job No. :

Location of work :

Source strength :

Cordoned distance (m) :

Name of Radiography agency : Approved by Owner/EIL

No. of workers engaged :


(List enclosed with name & gate pass numbers.)

The following items have been checked &compliance shall be ensured during currency of the
permit:

S. No. Item description Done


Safety regulations as per BARC/AERB ensured while source in use/in transit & during
storage
Area cordoned off / safe working platform provided
Lighting arrangements for working during nights ensured
Warning signs/ flash lights installed
Cold work permit taken (if applicable)
PPEs like film badges, dosimeters used

Additional precautions, if any ______________________________________________________

(Radiography Agency’s BARC/AERB authorized Supervisor)

Permission is granted.

Permit is valid from ___________ AM/PM ____________ Date to ___________ AM/PM _________
Date

(Signature of permit issuing authority of site contractor)

Name :Designation: Date:


Permit renewal:
Sign of issuing authority with
Permit extended up to Additional precautions required, if any
date (of site contractor)
Date Time

Work completed/ stopped/ area cleared at ________ Hrs of Date ______________


(Sign. of permit issuing authority)
Name & Signature of site contractor:

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


Page 343 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 75 of 87

FORMAT NO. : HSE-9 REV 0


DEMOLISHING/DISMANTLING WORK PERMIT
Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :

Name of sub-contractor : No. of workers to be engaged:


(List enclosed with name & gate pass numbers.)

Line No./ Equipment No./ Structure to be dismantled :


Location details of dismantling/ demolition with sketch : (clearly indicate the area)

The following items have been checked &compliance shall be ensured during currency of the
permit:

S. Item description Done Not


No. Applicable

Services like power, gas supply, water, etc. disconnected

Dismantling/ Demolishing method reviewed & approved

Usage of appropriate PPEs ensured

Precautions taken for neighbouring structures

First-Aid arrangements made

Fire fighting arrangements ensured

Precautions taken for blasting

(Contractor’s Supervisor) (Contractor’s Safety Officer)

Permission is granted.

(Permit issuing authority)

Name :
Date :

Completion report :

Dismantling/ Demolishing is completed on _____________ Date at ____________ Hrs.

Materials/ debris transported to identified location Tagging completed (as applicable)

Services like power, gas supply, water, etc. restored

(Permit issuing authority)

CONTRACTOR’s NAME

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


Page 344 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 76 of 87

FORMAT NO. : HSE-10 REV 0

DAILY SAFETY CHECKLIST


(To make use of before start of day’s work)

Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
Description of Job decided to perform : -

 Use of PPE / Safety Gadgets

Sl. Compliance Sl. Compliance (Yes


PPEs PPEs
No (Yes / No) No / No)
1 Safety Helmets 6 Face Shield
2 Safety Shoes 7 Full body harness
3 Hand Gloves 8 Fall Arrest System
4 Dust Musk 9 Safety net
Horizontal life-line made
5 Safety Goggles 10 of steel wire, (dia not
less than 8.0 mm.)
(Serial No. 1 & 2 are compulsory for everyone. Specify & ensure use of other safety gadgets as required for the job)

 Identify following important unsafe conditions: -

Sl. No Conditions Yes / No


1 Access to work site / emergency escape clear
2 Soil / Loose earth kept away from excavated pit / slope / ladder provided
Electrical wire / welding lead lying entangled on ground / welding m/c. booth
3
accessible
4 Elevated work platform / open ends are protected
Ground area cordoned off before lifting works or erection at height / ground
5
area checked & cordoned-off before start of height works
Structural members / erected pipes / wooden boards/pieces etc. are safely
6 anchored at heights and are not likely to fall down on people when working
beneath
Rope ladders tied-up on tall steel structures, long before are removed to get
7
rid of their use
8 Any Other
 Indicate actions taken, if status of any of the above items is found “No”
………………………………
……………………………………………………………………………………………………………….

 Specific Safety guidelines / precautions, if any (communicated thro’ TBT)


……………………………
………………………………………………………………………………………………………………
………………………………………………………………………………………………………………
 Above conditions and PPE compliances are checked by undersigned and correct status are indicated after
verification

Inspected by Verification By
Contractor Engineer Contractor Safety Officer

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


Page 345 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 77 of 87

FORMAT NO. : HSE-11 REV 0


(Sheet 1 of 2)
HOUSEKEEPING ASSESSMENT & COMPLIANCE
Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
Name of contractor : Fortnightly
Sl Satisafctory/ Non
No.
Subjects of Review Remarks Action
Yes satisfactory/No
1. Cleanliness at the Main entry / access of site
2. Ground condition / floor areas free from water-
logging / oil spillage
3. Ground & elevated floors free from rubbish /
wastes / accumulated debris / scraps.
4. Manholes / openings are covered / fenced
5. Trenches are barricaded / walkways are in place
6. Drains are cleaned / not choked / not occupied
by dumped materials
7. Sufficient CAUTION boards / instructions
displayed
8. Construction machinery are maintained &
parked in orderly manner.
9. Movement of site people are not obstructed
because of dumping / storing of construction
materials
10. Access / egress to Electrical Distribution Boards
/ Panels clear from wires / cables / earth-strips
etc.
11. Electrical panel rooms / sheds / MCC / Control
rooms / Substations etc. are clean & tidy and not
used for storing dress / clothes, tiffin-box or
bicycles.
12. Passage behind Elec. panels are free for access
13. Fire extinguishers / fire-buckets are accessible
without any difficulty.
14. Stair-steps, platforms & landings are clear & tidy
15. Sheds / rooms & work areas have got sufficient
illumination as well as ventilation
16. Cables / Wires / welding leads are routed /
hanged appropriately & are not creating unsafe
condition.
17. Stacking / storing of insulation materials or their
packing.
18. Removal or cleanliness of left-over sand,
concrete, brick-bats, insulation-materials, excess
earth, wastes etc.
19. Storing / stacking of sand, metal chips, re-bars,
steel pipes, valves, fittings etc.
20. One escape route at ground & minimum two
escape routes at elevation available,

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


Page 346 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 78 of 87

FORMAT NO. : HSE-11 REV 0


(Sheet 2 of 2)

Sl Satisafctory/ Non
No.
Subjects of Review Remarks Action
Yes satisfactory/No
21. Captions / Posters / Slogans on various safety
instructions are displayed legibly in local
language
22. Cable trenches are water-free or regular
arrangement for taking out accumulated water
exists.
23. Windows of rooms / offices are regularly
cleaned
24. Facilities for cycle sheds, drinking water,
washing, rest-rooms etc. are maintained in tidy
manner.
25. Toilet, Urinals, Canteen / kitchen / pantry etc.
are maintained & free from obnoxious smell.
26. Construction tools / tackles are stored
systematically - the items are tagged / tested /
certified by competent third party.
27. Sufficient numbers of Dust-bins / Waste-bins
found at site and are regularly emptied.

Additional remarks, if any -


………………………………………………………………………………………………………………
………………………………………………………………………………………………………………
……………………………………

Inspected by Verification By
Contractor Engineer Contractor Safety Officer

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


Page 347 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 79 of 87

FORMAT NO. : HSE-12 REV 0

INSPECTION OF TEMPORARY ELECTRICAL BOOTH / INSTALLATION


Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
Sub Station No:/Booth No Location:

SL
SUBJECTS OBSERVATION (YES /NO) ACTION TAKEN
NO
Switchboards installed properly are in order and
1
protected from rain & water-logging.
Adequate illumination provided for switchboard
2 operation during night hours & the lamps are protected
from direct human contact.
Voltage ratings, DANGER signs, Shock-Treatment-
3
Chart displayed in the installation / booth
Fire extinguisher (DCP or CO2) & Sand Bucket kept in
4
close vicinity of Switchboards
Valid License & Competent Electrician / Wireman
5 available & name/ license no. displayed at booth /
installation.
General housekeeping in & around booth / installation
6
found in order.
7 Cable-route-markers for U/G cables provided.
Monthly inspection report of Electrical hand tools
8
available in booth / installation.
9 Insulated Mat provided in front of Elec. Panels.
10 Rubber hand gloves available/ used by Electricians
Availability of CAUTION boards for shutdown & / or
11
repairing works.
All incoming & outgoing feeders have proper MCCB /
12
HRC fuses / Switches.
Switchboards “earthed” at two distinctly isolated
13
locations.
Switchboards have adequate operating space at the front
14
face & at the rear face too.
15 All connections provided through 30mA ELCB.
16 Testing records of all ELCBs available at site
17 Only industrial type plugs & sockets are used.
Temporary connections are 3-core double insulated &
18 free from cuts & joints and 3rd core is earthed at both
ends
Socket boards are properly mounted on stand &
19
protected from water ingress.
Electrical equipments operating above 250V have two
20
earthing / double earthing.
All incoming / outgoing cables are properly glanded &
21
terminated with “lugs”.
22 Switch-boards are of industrial variety / type.
Sketch for installation / connection (SLD) made &
23
pasted & other safety labels/display boards
24 Labeling of incoming / outgoing feeders made.
25 All hand lamps are protected from direct contact.
26 All electrical cable / joints are in safe condition

Inspected by Verification By
Contractor Engineer Contractor Safety Officer

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


Page 348 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 80 of 87

FORMAT NO. : HSE-13 REV 0


(Sheet 1 of 2)
INSPECTION FOR SCAFFOLDING
Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
Sl. Actions
Description Yes No N.A
No taken
1 Whether work permit is obtained to take up work at height above 1.5 Mts?
Whether atmospheric condition is “stormy” or “raining” and works at
2
heights have been permitted?
3 Whether steel pipes scaffoldings are used for units /off-site areas?
Whether scaffolding has been erected on rigid/firm/leveled surfaces /
4 ground? Whether “foot-seals” or “base-plates” are used beneath the up-
rights (vertical steel pipes)
Whether scaffold construction is as per IS specification with toe-board and
5
hand-rails (top-rail as well as mid-rail)?
Whether distance between two successive up-rights are less than 2.5 Mts
6 (height of scaffold & load carrying capacity governs the distance between
two uprights)
Whether all uprights are extended at least 900 mm above the top most
7
working platform (to enable fitting of handrails)?
Whether vertical distance of two successive ledgers is satisfactory?
8
(varying between 1.3 Mts. To 2.1 Mts)
Whether the peripheral areas of working at height are cordoned-off? (for
9
avoiding accident to people arising out of dropped / deflected materials)
10 Whether platform is provided? Is it safely approachable?
Whether end of scaffold platform / board are extended beyond transoms?
11
(125mm to 150 mm)
Whether CE / IS approved quality and worthy conditioned full-body safety
12 harness (with double lanyard & karabiners) are used while working at
heights?
Whether life-line of safety harness is anchored to an independent secured
13
support capable of withstanding load of a falling person?
Whether the area around the scaffold is cordoned off to prohibit the entry of
14
unauthorized person / vehicle?
Whether clamps used are of good condition, of adequate strength and free
15
from defects?
16 Whether ladder is placed at secured and leveled surface?
17 Whether water-pass and oil-spills are avoided around the scaffold structure?
18 Whether ladder is extended 1.5mts. above the landing point at height?
19 Whether more than one access/egress provided to the scaffold?
Whether ladder used are of adequate length and overlapping of short
20
ladders avoided?
Whether metallic ladders are placed much away from near-by electrical
21
transmission line?
22 Whether rungs of ladder are inspected and found in good order?
23 Whether fall-arresters provided on both the access/egress routes?
Whether diagonal (cross) bracings are provided at regular interval on the
24
scaffold?
Whether working platform on the scaffold has been made free from “jolt”
25
or “gap”?
Whether tools or materials are removed after completion of the day’s job at
26
heights?
Whether a valid Permit for Work (PFW) is obtained before taking up work
27
over asbestos or fragile roof?
28 Whether sufficient precaution is taken while working on fragile roof?

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


Page 349 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 81 of 87

FORMAT NO. : HSE-13 REV 0

(Sheet 2 of 2)

Sl. Actions
Description Yes No N. A
No taken
Whether provision is made to arrange duck ladder, crawling board for
29
working on fragile roof?
Whether scaffold has been inspected by qualified civil engineers prior to
30
their use?
Whether the scaffolding has been designed for the load to be borne by the
31
same?
Whether the erection and dismantling of the scaffolding is being done by
32
trained persons and under adequate supervision?
Whether safety net with proper working arrangement and life-line has
33
been provided?
Whether TAGS (Green for acceptable and Red for incomplete/unsafe
34
scaffolds) are used on scaffolds?
Whether sufficient illumination is provided in and around the scaffold
35
and access?
Whether emergency rescue / response arrangements are made in place
36

Inspected by Verification By
Contractor Engineer Contractor Safety Officer

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


Page 350 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 82 of 87

FORMAT NO. : HSE-14 REV 0


(sheet 1 of 2)
PERMIT FOR ERECTION / MODIFICATION & DISMANTLING OF SCAFFOLDING
Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
Nature of activities : Duration: From………To…………
SL. NOT
SUBJECTS / ITEMS DONE REMARKS
No. DONE
Specific task of Erection / Modification / Dismantling of scaffolds,
1 identified & TAGGED accordingly (before as well as after carrying-
out jobs).
People engaged in doing the job are identified & are certified by Job Names to be
2
Engineer of Main Contractor as experienced / trained. noted
Concerned persons are alerted by the Job Engineer of Main Contractor
3 in connection with possible hazards & what the workmen MUST do /
MUST not do.
Verification by Job Engineer of Main Contractor made for confirming
that all persons permitted to carry-out the jobs are making use of
4
Helmet, Safety Shoes, Goggles, Gloves & Double lanyard safety
harness and other relevant PPEs.
5 Area of work is effectively cordoned-off / barricaded / illuminated.
For taking-up / lowering down Scaffolding members / clamps /
couplings etc. appropriate ropes / pulleys/ chains etc. have been
6
arranged for use (not to throw any item) & the same have been
verified as “fit for purpose”.
Items / members of scaffold, being lowered are removed from the area
7
& stacked correctly.
Ropes, chains, pulley blocks etc. being used for lifting or lowering
scaffold items, are inspected by the Job Engineer & their certifications
8
as well as physical conditions have been found O.K, before signing
this PERMIT.
Safety Net / Life-line / Fall Arresters etc. are arranged in position and
9 Job Engineer has found working conditions favourable for activities to
start.
Scaffold erection or dismantling tasks are being supervised by
10
Experienced Engineer / Competent person.
Only competent & experienced people have been selected / engaged in
11
Scaffolding erection, modification or dismantling tasks.
Adequate & effective actions for traffic and movement of people
12
around the cordoned-off area taken to avoid inadvertent incident
13 Working platforms are protected with handrails & toe-boards.
14 Access & Exit (for reach & escape) are safe for use by people.
Tools, tackles to be used for above jobs are verified by job Engineers
15 of Main contractor as genuinely good and tied-up at height (to prevent
their fall).
16 Site important Telephone Nos. are made known to everyone
SOP (Safe Operating Procedure) for the specific task is made &
17
followed too.
18 Emergency vehicle has been arranged at work locations.

 This permit for work shall be available at specific work location all the time.
 After completion of work, permit shall be returned to safety cell of main contractor, without fail.
 This Permit shall be issued maximum upto (Monday to Sunday).
 Additional Precautions, if any
…………………………………………………………………………………………………………………
 ACCORD OF PERMISSION (to be ticked) - YES ( ) / NO ( )

Inspected by Verification By
Contractor Engineer Contractor Safety Officer]

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


Page 351 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 83 of 87

FORMAT NO. : HSE-14 REV 0


(sheet 2of 2)

Everyday Site working conditions & performance of workmen shall be assessed / checked by Contractor
Site Engr. and Safety Officer shall verify the same .

Name / Sign. MONDAY TUESDAY WEDNESDAY THURSDAY FRIDAY SATURDAY SUNDAY


Site
Engr.
Safety
Off.

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


Page 352 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 84 of 87

FORMAT NO. : HSE-15 REV 0

PERMIT FOR HEAVY LIFT/CRITCAL ERECTION

Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
Nature of activities : Duration: From………To…………
Location of work : Name /Type of crane :
Equipment/Structure to be erected: Wt. of equipment/ structure to be erected :
SL. COMPLIANCE STATUS
Description of Item
NO. Remarks
Yes No Not applicable
1) Is the crane type suitable for lift or as per erection
procedure?
2) Is the crane have the correct number of counterweights
fitted?
3) Availability of Load Certification of crane from
authorized agency.
4) Is the load chart of crane available in carne cabin/or with
Crane operator?
5) Is the device to check the Wind speed in crane is working?
Is the safety features in crane are working?
6) Availability of Load certification of slings and other
accessories from authorized agency
7) Availability of Licensee/certificate for crane operator from
authorized agency.
8) Availability of approved JSA for the subject activities.
9) Availability of approved erection/rigging procedures.
10) Availability of temporary gratings/ platforms for critical
lifting(as applicable)
11) Tool Box conducted before erection?
12) Has the area been cordoned off?
13) Are the authorized persons during erection are identified?
14) Does each person identified for erection understand their
roles and responsibilities?
15) Is the ground on which crane will rest or outrigger support
are correct?
16) Is hard stand requirement (if any) complied?
17) Is the communication system (viz walkie talkies,etc are
working properly?
18) If more than one crane is lifting the load, is an
Intermediate rigger will supervise the lift?
19) If there is other obstruction within the operating radius of
the crane, have correct precautions been taken to prevent
collision?
20)
All the persons are wearing the requisite PPE?

Inspected & Issued by Verification By


Contractor Engineer/RCM Contractor Safety Officer

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


Page 353 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 85 of 87

FORMAT NO. : HSE-16 REV 0

PERMIT FOR ENERGY ISOLATION & DE-ISOLATION

Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
ENERGY ISOLATION PERMIT
 Clearance required from:…..Hrs ………Date To …. ..Hrs ….Date
 Name of equipment/ energy source etc ………………………………………………………………….
 Nature of job to be done: ……………………………………………………………………………….
 Area………………………….Location:…………………………………………………………………..

PERMIT VALIDATION PERFORMING AUTHORITY


I hereby authorize the …………..personnel(performer) The work and precautions will be carried out under my
to isolate the above equipment/energy source from all overall responsibility.(Testing/execution engineer)
sources of power and handover the equipment/energy
source for maintenance/repair.
Signature: Date:
Issuing authority Name:
Area –Incharge/RCM
Signature: Date:
Name:

SAFETY PRECAUTIONS FOR CLEARANCE NORMALISING AFTER CLEARANCE


1. Notify workers of intent to de- energize 1. Notify workers of intent to re- energize
2. Obtain lock,tag or locking/tagging devices 2. Conduct visual inspection to confirm that the
3. Shut down ,de energize, dissipate any danger zone is clear of workers
residual energies. 3. Conduct visual inspection to confirm that tools
4. Apply lock ,tag and locking and/or tagging ,equipments danger zone is clear of workers
devices 4. Reposition the safety devices(interlocks,
5. *Any other job specific precautions valves, guards, covers ,sensors, as applicable, etc)
6. Verify effectiveness of lockout by 5. *Any other job specific normalizing details
attempting to restart. 6. Remove lock, tag and locking and/or tagging
7. Proper PPE is ensured devices.
7. Re energize.
I certify that the energy source mentioned above is 8. Confirm system is operating properly& safely
isolated from all sources and is safe to start the work. I certify that the energy source mentioned above is
isolated from all sources and is safe to start the work.
Tag No:…… Lock No:………….
Tag No:…… Lock No:………….
Issuing authority Issuing authority
Area –Incharge/RCM Area –Incharge/RCM
Signature: Date: Signature: Date:
Name: Name:
(*to be included by contractor in consultation with (*to be included by contractor in consultation with
EIL/owner) EIL/owner)
ENERGY DE-ISOLATION PERMIT
PERMIT VALIDATION PERFORMING AUTHORITY
I hereby authorize the …………..personnel(performer) I herby certify that the equipment/energy source
to de- isolate the above equipment/energy source from mentioned above has been de-isolated and is ready for
all sources of power and handover the equipment/energy normal operation.(Testing/execution engineer)
source for normal operation..

Issuing authority Signature: Date:


Area –Incharge/RCM Name:
Signature: Date:
Name: Countersigned by Issuing authority

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


Page 354 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 86 of 87

FORMAT NO. : HSE-17 REV 0

PERMIT FOR EXCAVATION (depth 2m and above)


(Sheet 1of 2)
Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
Job Description : Location:
Size of excavation :

SL. COMPLIANCE STATUS Remarks


Description of Item
NO. Yes No Not
applicable
1) Suitable and sufficient risk assessments and method statements
has been carried to ensure that the work shall be undertaken in
accordance with specification and standard.
2) Are plans/details of underground services available and the
same has been reviewed?
3) Has survey done to locate the services/obstacles, etc.
4) Has the live services (electrical, water line, air line, telephone
line,etc) has been disabled for carrying out the job.
5) Is adequate barriers/fences to protect the excavation are in
place?
6) Is Adequate warning signs are in place?
7) Is Assessment of ground conditions done and remedial action (if
any) taken?
8) Safe access / egress (e.g. ramp / steps / ladders etc.) provided for
site workmen & supervisors.
9) Is the excavation work being undertaken in proximity of
structure, etc ? If Yes, it’s effect is considered?
10) Availability of competent person for supervising the excavation
work?
11) Adequate safe arrangement to prevent collapse of edges (e.g.
shoring / strutting / benching / sloping etc.) made at site.
12) Hard barricades (at least 1.0M away from edge & for excavation
near site access roads) with warning signs/caution boards are
provided
13) Accumulation / passage-ways of water at periphery of
excavation / trench stopped/ restricted.
14) Is the equipment being used for excavation has been checked for
adequacy and is in good working condition having all the safety
features?
15) Age & fitness of workmen ensured by medical test before
engagement in job ?
16) Arrangement of Monitoring of possible oxygen deficiency or
obnoxious gases done & action taken?

PERMIT GRANTED - Yes / No

(List enclosed with name & gate pass numbers.)

Name & Signature of Site Engr Name & Signature of Safety Officer
Contractor (Initiator) Contractor (Issuing authority)

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


Page 355 of 431
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 6
ENVIRONMENT MANAGEMENT
AT CONSTRUCTION SITES Page 87 of 87

FORMAT NO. : HSE-17 REV 0

PERMIT FOR EXCAVATION


(Sheet 2of 2)

NOTES: -
1. Slopes or benches for excavation beyond 2.0M depth shall be designed & approved by Contractor’s site
head.
2. Excavated earth to be kept at least 1.5M away from edges
3. Safety helmets, Safety shoes or gum-boots, gloves, goggles, Face shield, Safety Harness shall be essential
PPEs.
4. Permit shall be made in duplicate and original shall be available at site of work.
5. Permit shall be issued for maximum one week only (Monday to Sunday)
6. After completion of works, permit shall be closed & preserved for record purpose

GRANT OF PERMIT AND EXTENSIONS

Issuing authority
Initiator (site Review by EIL /
Sl. Validity period Working Time (Safety Officer
Engr. of Main Owner (Remarks
No. From ____To ____ From _____To _____ of Main
Contractor) with date
Contractor)

1.

2.

3.

4.

5.

6.

7.

Additional safety instructions if any: -


1.
2.
3.

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


Page 356 of 431
STANDARD SPECIFICATION
lafraeAa ENGINEERS
,t *Peg '4IW INDIA LIMITED
FOR POSITIVE MATERIAL
STANDARD SPECIFICATION No.
6-82-0002 Rev. 2
II IDENTIFICATION AT
6-1 S "ea " .""
CONSTRUCTION SITES Page 1 of 9

19Trfur T2,T1 717 *i ch I *lei ch

WIN * keR 4-111ch Fir4ki

STANDARD SPECIFICATION
FOR
POSITIVE MATERIAL
IDENTIFICATION
AT
CONSTRUCTION SITES

2 14/11/2011 Revised and updated 1,1"141t


)! 9i7w-A
1
SM SM Mk-t DM
1 02/01/2007 Revised and updated AS MPJ VNP VC
0 22/07/2002 Issued as Standard Specification MPJ MPJ RSG GRR
Standards Standards
Rev. Prepared Checked Committee Bureau
No Date Purpose Convenor Chairman
by by
Approved by

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

Page 357 of 431


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
45401-4€5 PS ENGINEERS FOR POSITIVE MATERIAL
sig:ar ElfakegiS
INDIA LIMITED 6-82-0002 Rev. 2
Gov't of India underlain%) IDENTIFICATION AT
CONSTRUCTION SITES Page 2 of 9

Abbreviations:

API American Petroleum Institute


ASM American Society for Metals
ASME American Society of Mechanical Engineers
ASTM American Society for Testing and Materials
BV Bureau Veritas
CELL Certification Engineers International Limited
DNV Det Norske Veritas
EIL Engineers India Limited
ITP Inspection Test Plan
PMI Positive Material Identification
RTJ Ring Type Jacket
TPI/TPIA Third Party Inspection /Third Party Inspection Agency

Construction Standards Committee

Convenor : Sh. MK Garg, DGM (Construction)

Members : Sh. SK Kaul, DGM (C&P)


Sh. M.P. Jain, DGM (Projects)
Sh Rakesh Nanda, DGM (Piping)
Sh. S Mukherjee, AGM (Construction)
Sh. B Chakraborty, AGM (Construction)

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

Page 358 of 431


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ISM-a-daft ENGINEERS FOR POSITIVE MATERIAL
Igiar ElfglegW INDIA LIMITED 6-82-0002 Rev. 2
IA CoN InSa IDENTIFICATION AT
CONSTRUCTION SITES Page 3 of 9

CONTENTS

1.0 SCOPE 4
2.0 DEFINITIONS 4
3.0 SPECIFIC APPLICABILITY 4
4.0 REFERENCES 5
5.0 GENERAL REQUIREMENTS 5
6.0 EXTENT OF PMI 6
7.0 PMI OF PIPING AND HEATER COIL COMPONENTS 6
8.0 TESTING METHODOLOGY 6
9.0 CHARACTERISTIC ELEMENTS 7
10.0 CALIBRATION 7
11.0 SITE VERIFICATION OF ANALYZER 8
12.0 PERSONNEL QUALIFICATION 8
13.0 ACCEPTANCE CRITERIA 8
14.0 REJECTION CRITERIA 8
15.0 DOCUMENTATION 9

ATTACHMENT (REPORTING FORMAT)

FORMAT FOR PMI TEST REPORT - 6-82-0002-F1 (1 SHEET)

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

Page 359 of 431


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
SalMileitelk
- ENGINEERS FOR POSITIVE MATERIAL
cif miaowINDIA LIMITED 6-82-0002 Rev. 2
EA G., d the. Und.t..9) IDENTIFICATION AT
CONSTRUCTION SITES Page 4 of 9

1.0 SCOPE

1.1 This specification applies to metallic alloy materials as well as carbon steel materials as
defined in this document used in piping, heater coils, storage tanks, vessels etc. at
construction sites. Positive Material Identification (PMI) is to be carried out on Owner
supplied material as well on materials purchased by the contractor.

1.2 Any deviation from this specification must be approved by Owner/EIL in the prescribed
format.

2.0 DEFINITIONS

2.1 Positive Material Identification (PMI)

The term Positive Material Identification (PMI) refers primarily to determination/verification


of alloy type or its composition using portable or mobile spectrometer/alloy analyzer. For the
purpose of this specification, some carbon steel materials as defined in this document are
also included for PMI checking to avoid mix up with Alloy steel during installation.

Chemical spot checking, resistivity testing, eddy current testing, electromagnetic alloy sorting,
thermoelectric testing shall not be considered as PMI for the purpose of this specification.

3.0 SPECIFIC APPLICABILITY

3.1 The following items require PMI unless specifically exempted through a Concession/
Deviation permit by Owner/EIL.

3.1.1 All pressure containing piping components including, thermowells instrument manifolds, RTJ
gaskets, fasteners etc..

3.1.2 Tubular products used in the fabrication of heaters.

3.1.3 Pressure - containing instrument housings (e.g. gauge glass housings, orifice meter tubes).

3.1.4 Internal metallic linings/cladding, and weld overlay, done at site, used for protection against
corrosive environments.

3.1.5 Tubing

3.1.6 Stud, bolts and nuts

3.1.7 Plates

3.1.8 All pressure containing welds.

3.1.9 a) Carbon steel piping components of rating 900# and above


b) Carbon steel piping items under H2 and NACE service.

3.1.10 any other components or materials specifically designated for PMI on the purchase
order/contract.

3.2 Exclusions

The following items are exempted unless specifically designated for PMI in the purchase
order/contract:

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

Page 360 of 431


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
15101-ad ENGINEERS FOR POSITIVE MATERIAL
09eu WV INDIA LIMITED 6-82-0002 Rev. 2
IA Govt of India uneensmg) IDENTIFICATION AT
CONSTRUCTION SITES Page 5 of 9

3.2.1 Gaskets (spiral wound or carbon steel only).

3.2.2 Internal instrument parts.

3.2.3 Internal machinery parts.

3.2.4 Internal non pressure - containing baffles, trays, tray clips, supports, pall-rings, support rings,
etc.

3.2.5 Electrical components.

3.2.6 Internal valve components.

3.2.7 Compression-type ferrules and fittings for use with 3/4 inch (19mm) outside diameter and
smaller tubing.

3.2.8 All carbon steel piping components (including carbon steel pipe supports) other than those
specified at 3.1.9.

3.2.9 All carbon steel Studs/bolts/nuts.

4.0 REFERENCES

American Society of Mechanical Engineers (ASME) BPV Code Section-II Part A, B, C and D

ASME B 31.3

American Society for Testing and Materials (ASTM): As applicable

Material Verification Program for New and Existing Alloy Piping Systems: API RP 578

Any other material specification referenced by the Purchase Order/Contract.

IS 1239, IS 3589 and other relevant BIS codes.

5.0 GENERAL REQUIREMENTS

5.1 The test methods outlined in this specification are intended to identify the nominal
composition of alloy/Carbon steel materials. These test methods are not intended to establish
the conformance of a material to a particular specification.

5.2 PMI shall not be considered as a substitute for required mill test reports listing chemical
composition. In addition, mill test reports shall not be considered as confirming
alloy/composition verification.

5.3 The PMI activity shall be included in the overall quality plan and Inspection & Test Plan for
fabrication/erection. The contractor shall submit to EIL/Owner, a procedure for PMI to
comply with the requirements of this specification. Approval of PMI procedure shall be
obtained from Own er/EIL prior to commencement of fabrication/erection as the case may be.

5.4 Contractor shall engage reputed TPIA (BV, Lloyds, CEIL, DNV) with prior approval to
witness inspection at site prior to hydrotesting, and accordingly submit ITP for review of
owner/EIL.

5.5 A copy of daily PMI records shall be submitted to Owner/EIL

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

Page 361 of 431


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
lalfr231Eg ift ENOEERS
N FOR POSITIVE MATERIAL
5`Ig7 Wag WY INDIA LIMITED
GOA at roam UncleflOong) IDENTIFICATION AT
6-82-0002 Rev. 2
CONSTRUCTION SITES Page 6 of 9

5.6 After installation, but prior to hydrostatic testing/painting/insulation, the contractor shall
examine all components requiring PMI for proper compliance to this specification. A record
of this final check duly endorsed by TPIA, as specified below, shall be submitted to
EIL/Owner and made part of the permanent inspection records.

5.6.1 Owner Supplied Material

Records signed by contractor and duly certified by TPIA (engaged by contractor)/ and
reviewed by EIL/ Owner at Contractor's warehouse as part of the receiving inspection at
warehouse.

5.6.2 Contractor Supplied Material

Records signed by contractor and certified by an approved third party inspection agency.

5.7 After acceptance, all components shall be marked with a suitable paint mark. Markings must
be permanent and readily visible. These markings are in addition to markings required by
other codes/specifications/Technical Notes.

5.8 Controls shall be established to keep the non conforming items identified till proper resolution
of non conformity.

5.9 EIL/Owner shall have the right to witness the performance of any PMI test.

6.0 EXTENT OF PMI

PMI shall be done on each component (100 percent PMI inspection) including welds, unless
specifically exempted by Owner/EIL

PMI shall be done on pipe supports (welded/bolted) such as pads, saddles, dummy pipes etc.
(100 percent PMI inspection) in all piping systems of alloy material

PMI shall be done on all bolts and nuts (100 percent PMI inspection) of flange joints in all
piping systems of alloy material.

7.0 PMI OF PIPING AND HEATER COIL COMPONENTS

PMI testing (irrespective of PMI done at earlier stages) shall be carried out when piping
loops/heater coils have been cleared for hydrostatic testing by EIL/Owner. Hydrostatic
Testing shall be carried out only when non conforming components have been
replaced with conforming components and subsequent Non Destructive Testing, Post Weld
Heat-Treatment, Hardness checking etc., as required by specifications have been completed.
PMI records shall form a part of piping/heater inspection records. Contractor shall
demonstrate to EIL that each & every component of the piping system and heater coils has
been subjected to PMI by providing line wise records of PMI duly endorsed by TPIA

8.0 TESTING METHODOLOGY

8.1 The method used for PMI examination shall provide a quantitative determination of the
alloying elements like chromium, nickel, molybdenum or vanadium in alloy steel items for the
characteristic elements specified in clause 9.0

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

Page 362 of 431


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
latazretjak ENGINEERS FOR POSITIVE MATERIAL
SgartegtegW INDIA LIMITED 6-82-0002 Rev. 2
CA GOA of Inclo Undept009) IDENTIFICATION AT
CONSTRUCTION SITES Page 7 of 9

8.2 Instruments or methods used for PMI examination shall be able to provide quantitative,
recordable, elemental composition results for positive identification of elements.

8.3 The acceptable instruments for alloy analyzer shall be either "portable X-ray Fluorescence" or
"optical Emission type each capable of verifying the percentage of elements within specified
range The instruments must have the printout facility and sensitivity to detect the elements in
the specified range.

8.4 Chemical spot testing, magnets, alloy sorters and other methods using eddy current or
triboelectric testing methods are not acceptable for PMI examination.

8.5 All PMI instruments shall have been serviced within a 6 month period of the time of use to
verify the suitability of batteries, sources,etc, and the date of the last service shall be stated on
the PMI report form.

8.6 The surfaces to be examined shall be prepared and cleaned by suitable means before PMI so
that surface be free from grease, oil, paint or oxides. Testing shall be done after proper
surface cleaning and other requirements as outlined by the manufacturer of the portable alloy
analyzer. Modification, if any, of these procedures must be approved by Owner/EIL.

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

9.0 CHARACTERISTIC ELEMENTS

Material Specification Characteristic Elements

Gr P1 1
! (Jr P5
Cr, Mo
ASTM A 335 ! GrP22
t Gr p9

Type 304 _Cr, Ni


Type 316 Cr, Ni, Mo
ASTM A 312
Type 321 I Cr, Ni, Ti
Type 347 Cr. Ni, Columbium, Tantalum

9.1 Carbon Steel materials shall be checked for Cr, Ni, Mo, Cu and Va as per clause no: 13 .3.

9.2 Characteristic elements for materials not listed above shall be proposed by the contractor for
approval of the Owner/EIL

10.0 CALIBRATION

10.1 Instruments used for PMI shall have the sensitivity to detect the alloying elements in the
specified ranges. Instruments or methods used for examination shall be of the type that will
provide quantitative, recordable, elemental composition results for positive identification of
the alloy elements present.

10.2 Each alloy analyzer shall be calibrated using known alloy standards for intended materials to
be checked by PMI. A calibration certification from the Manufacturer or his authorized
agency shall be submitted to EIL/Owner for records.

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

Page 363 of 431


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
1512zr&eENGINEF_RS FOR POSITIVE MATERIAL
lgt-9 ENegviiir INDIA LIMITED 6-82-0002 Rev. 2
IA GAN of XIda unaenakam IDENTIFICATION AT
CONSTRUCTION SITES Page 8 of 9

10.3 EIL/Owner shall review the procedure and qualification and witness sample alloy/carbon steel
materials verification tests to confirm that the procedures, equipment and personnel are
capable of providing consistent and accurate results. Certified samples, with full traceability,
of a known alloy materials/carbon steel materials shall be available for use as a random spot
checking on instrument calibration.

11.0 SITE VERIFICATION OF ANALYZER

Verification using Standard samples supplied by institutes such as ASM (American Society of
Metals) for the intended materials type and grade shall be performed each day before using the
analyzer. Such verification shall be done again if PMI test is to be performed on different
grade or type of material.

12.0 PERSONNEL QUALIFICATION

The persons performing the PMI test should be knowledgeable about properties of material,
all aspects of operation of PMI equipment including the method of testing.
Qualification/experience documents of the person performing the PMI test including his
training and experience shall be submitted to EIL/Owner for review and approval.

13.0 ACCEPTANCE CRITERIA

13.1 Base Metal

PMI test results showing presence of characteristic elements upto 10% less than the minimum
specified value in the material specification and upto 10% more than the maximum specified
value in the material specification shall be acceptable.

13.2 Deposited Weld Metal

For deposited weld metal between base metals of the same specification using matching
consumables, the recorded presence of characteristic elements upto 12.5% less than the
minimum specified value in the welding consumables specification and upto 12.5% more than
the maximum specified value in the welding consumable specification shall be acceptable.

13.3 Carbon Steel Material

The cumulative percentage of chemical composition of Cr, Ni, Mo, Cu and Va shall
maximum be 1% for acceptance of material.

14.0 REJECTION CRITERIA

14.1 If the PMI test results fall outside the acceptable range as given in 13.0 above, the contractor
shall obtain a quantitative check analysis performed by a laboratory acceptable to EIL/Owner
for a complete chemical analysis. Results of this analysis shall be submitted to EIL/Owner,
with contractor's recommendation, for final decision.

Decision of EIL/Owner shall be final in this regard.

14.2 If any material component or weld is found unacceptable, all other represented materials ( e.g.
in case of fasteners, supports) or welds shall be considered suspect. In such cases, the
contractor has the following options:

14.2.1 Scrapping all those represented materials or components and replacing with new components
or welds.

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

Page 364 of 431


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
OM-a-Eta ENGINEERS
seigTrr Wag's, INDIA LIMITED
I ^ G" btu. unonk.s■
FOR POSITIVE MATERIAL
IDENTIFICATION AT
6-82-0002 Rev. 2
CONSTRUCTION SITES Page 9 of 9

14.2.2 Performing 100% examination of the remainder of the represented materials/ components and
replacing each item that fails the PMI check.

14.2.3 If the performance of any verification activity is unacceptable to EIL/Owner or if any material
has been incorrectly identified, all further tests shall be subject to EIL/Owner approval until
the problem is corrected.

15.0 DOCUMENTATION

15.1 Print out from alloy analyzer, in original, duly certified by the contractor/ PMI agency.

15.2 PMI report as per format No. 6-82-0002-FI

15.3 Basis and action for resolving and documenting PMI non conformances.

15.4 Contractor shall demonstrate to EIL/Owner that all components requiring PMI have been
subjected to PMI testing and accepted.

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

Page 365 of 431


DOCUMENT NO.
15IrazIeqtt ENGINEERS POSITIVE MATERIAL
Ig7E1PreglilW INDIA LIMITED IDENTIFICATION TEST REPORT
Gow II16a thlthillSONO
Page 1 of 1

REPORT NO:

Contractor Date of PMI

Project Inspection Agency

Location PMI Agency

Job No. PMI Equipment Model

Line No. /ISO Drg. No Make & Serial No.


/Heater No./Drawing No

Result
Sr. Material Material
Part Identification (Accepted/Rej ected/
No. As per Drg./spec as per PMI
Retest)

(PMI AGENCY) (CONTRACTOR) (TPI AGENCY)

(EIL/OWNER *)

*When material is supplied by Owner

Format No. 6-82-0002-F1 Rev. 2 Copyright EIL — All rights reserved

Page 366 of 431


Offr ENGINEERS
STANDARD No.
egeINDIA LIAM
VESSEL TOLERANCES 7-12-0001 Rev. 5
(A Govt. of India Undertaking'
Page 1 of 2

L-

O
—U-
r
REF. PLANE

ir4

5 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT A M/SC DM


4 08.09.2006 REAFFIRMED AND REISSUED AS STANDARD POREL DNN AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. Page 367 of 431 by by
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
STANDARD No.
daMO ENGINEERS
INDIA MIMED
/A Govt. of India Undertakingl
VESSEL TOLERANCES 7-12-0001 Rev. 5
Page 2 of 2
NOTES
REFERENCE LINES SHALL BE LIGHTLY PUNCH—MARKED INSIDE AND OUTSIDE AROUND THE CIRCUMFERENCE OF
THE SHELL PLATE ON THE TANGENT LINES OF THE VESSEL
a) OUT OF ROUNDNESS (OVALITY) SHALL BE AS PER APPLICABLE CODE.
b) OUTSIDE CIRCUMFERENCE OF SHELL SHALL BE WITHIN THE FOLLOWING LIMITS.
10 mm FOR NOMINAL DIAMETER 1200 mm AND UNDER.
12 mm FOR NOMINAL DIAMETER 1201 mm THROUGH 2400 mm.
20 mm FOR NOMINAL DIAMETER ABOVE 2400 mm.
c) FOLLOWING TOLERANCES ON DIAMETER SHALL APPLY THROUGHOUT ITS LENGTH FOR VESSELS WITH TRAYS
AND / OR PACKING. (FOR CARTRIDGE TYPE TRAY REFER SPECIAL NOTE—E).

VESSEL NOM. DIA. TOLERANCE ON NOM. DIA.


2000 mm AND UNDER ± 0.5%
2001 mm TO 4000 mm GREATER OF ± 10 mm OR ± 0.35%
4001 mm TO 8000 mm GREATER OF t 14 mm OR ± 0.25%
ABOVE 8000 mm TO BE SPECIFIED ON VESSEL DRAWING.
TOLERANCE FOR LENGTH t 5 mm PER 3000 mm, MAXIMUM 15 mm.
OUTSIDE SURFACE OF CYLINDER MAY BE OUT OF ALIGNMENT / STRAIGHTNESS NOT MORE THAN 6 mm PER 6000 mm
STRAIGHT LENGHT, BUT NOT MORE THAN 20 mm FOR ANY LENGTH.
5. TOLERANCE FOR CENTRE TO CENTRE DISTANCE BETWEEN ANY PAIR OF INSTRUMENT CONNECTIONS TO BE AS FOLLOWS:—
DISTANCE BETWEEN NOZZLES : * 1 mm
ORIENTATION : * 1 mm
NOZZLE FACE INCLINATION : * 1/4°
ELEVATIONS FROM REFERENCE PLANE MAY VARY AS FOLLOWS:—
MANHOLE: ± 12 mm, NOZZLE t 6 mm, INTERNAL SUPPORTS: t 3 mm, EXCEPT THAT LOCATIONS OF MANHOLES
AND NOZZLES NEAR THE TRAY SHALL NOT VARY MORE THAN ± 3 mm FROM THE TRAY.
PROJECTION OF FLANGE FACE FROM SHELL CENTRAL LINE / TANGENT LINE MAY VARY + 5 mm FOR NOZZLES
AND ± 12 mm FOR MANHOLES.
CIRCUMFERENTIAL AND RADIAL DEVIATION OF NOZZLES, MANHOLES AND SUPPORTS FROM THE TRUE POSITION SHALL
NOT VARY MORE THAN ± 3 mm.
BOLT HOLE ORIENTATION OF NOZZLES MAY VARY ± 2 mm AT BOLT CIRCLE.
VERTICAL AND HORIZONTAL DEFLECTION OF NOZZLE FLANGE FACES FROM PLANES NORMAL TO NOZZLE CENTRE UNES
OR PARALLEL TO VESSEL CENTRE UNE SHALL NOT BE MORE THAN t 1/2?
ALL TOLERANCES OF TRAY SUPPORTS TO BE AS PER TRAY SPECIFICATIONS / DRAWING.
THE BASE RING BOLT CIRCLE DIAMETER MAY VARY t 5 mm. FOR ANY DIAMETER MEASURED AT POINTS 90' APART,
DISTANCE BETWEEN TWO CONSECUTIVE HOLES MAY VARY BY ± 5 mm.
a) DEVIATION OF SUPPORT BASE FROM HORIZONTAL MAY BE AS FOLLOWS:—
FOR VESSEL DIA. 1500 mm AND UNDER 3 mm
FOR VESSEL DIA. OVER 1500 mm TO 2000 mm 5 mm
FOR VESSEL DIA. OVER 2000 mm TO 4000 mm 6 mm
FOR VESSEL DIA. OVER 4000 mm TO 5000 mm 8 mm
FOR VESSEL DIA. OVER 5000 mm 10 mm
b) DEVIATION OF SUPPORT BASE FOR BRACKET TYPE SUPPORT / SADDLE SUPPORT FROM HORIZONTAL MAY BE ± 1?
DISTANCE BETWEEN CL TO CL OF SUPPORTS AND BOLT HOLES IN SUPPORTS FOR HORIZONTAL VESSELS MAY VARY ± 3 mm.
DISTANCE BETWEEN CENTRE UNE OF HORIZONTAL VESSEL AND BOTTOM OF SUPPORT MAY VARY ± 3 mm.
16. a) TOLERANCE FOR CENTRE TO CENTRE DISTANCE BETWEEN ANY PART OF EXTERNAL STRUCTURAL
ATTACHMENT SHALL NOT VARY MORE THAN t 3 mm.
b) TOLERANCE FOR DISTANCE FROM REFERENCE PLANE TO BASE OF VERTICAL SUPPORTS AND CENTRE LINE OF
SADDLE SUPPORT MAY VARY ± 6 mm.

SPECIAL NOTES
CUMULATIVE TOLERANCES ON CONSECUTIVE DIMENSIONS SHALL BE LIMITED BY OVERALL DIMENSIONAL TOLERANCES.
ALL TOLERANCES ARE FROM REFERENCE PLANE UNLESS OTHERWISE INDICATED.
INTERFERENCE BETWEEN INTERNAL AND EXTERNAL PARTS OR ANY RESTRICTION TO THE INTENDED FUNCTION OF ANY
PART SHALL BE KEPT IN VIEW WHERE TOLERANCES ARE CUMULATIVE.
SPECIFIC TOLERANCES FOR ANY PART SHOWN ON EIL DRAWING SHALL BE GIVEN PREFERENCE TO THOSE GIVEN
IN THIS STANDARD.
UNUSUALLY LARGE OR COMPLEX VESSELS MAY BE EXECUTED AS PER FABRICATOR'S STANDARD WHEN THE TOLERANCES
AS SHOWN ARE UNREASONABLE. IN SUCH INSTANCES FABRICATOR'S TOLERANCES & UMITS MUST BE SUBMITTED
FOR APPROVAL.
E. VESSEL UPTO AND INCLUDING 750 mm NOMINAL DIAMETER SHALL HAVE CARTRIDGE TYPE TRAY. FOLLOWING
TOLERANCES ON DIAMETER SHALL APPLY THROUGHOUT ITS LENGTH.
VESSEL NOMINAL DIAMETER TOLERANCE
500 mm AND UNDER VESSEL I.D. + 1 mm
501 mm TO 750 mm VESSEL I.D. ± 3 mm A

5 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL AKM/SC DM


4 08.09.2006 REAFFIRMED AND REISSUED AS STANDARD POREL DNN AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Page 368 of 431 Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
STANDARD No.
SKIRT BASE DETAILS 7-12-0004 Rev. 6
wriumwrosame (A Govt. of India Undertaking)
Page 1 of 1

CHAIR CAP
NOTCH GUSSET TO WASHER WELD AT SITE
CLEAR WELD CONTINUOUS RING
NOTCH GUSSET TO
CLEAR WELD
EARTHING LUG
ir
// BOLT 0
+ 3mm
H 20

//
W
n A K
AK +V BOLT 0
-17
I-
II BOLT 0
+ 12mm
L + 12mm
(ALL DIMENSIONS AND DETAILS ARE
BCD BCD SAME AS SHOWN FOR TYPE-2
BCD EXCEPT CONTINUOUS RING)
BOLT 0 + 12mm
[WIDE SLOT RADIUS
+ 6mm
TYPE-1 TYPE-2 SLOT DETAIL TYPE-3
(SEE NOTE-6) (FOR CONTINUOUS RING ONLY)

BOCTO t1 * t2 * t3 * Av B C E F H K L* W TYPE REMARKS


24 20 — 10 60 — — — — 250 75 165 10
1
27 20 — 10 60 — — — — 250 80 170 10
30 25 25 12 55 60 150 12 60 300 80 180 10
33 25 25 12 58 65 150 12 70 300 80 185 10
36 25 25 12 66 70 150 12 80 300 90 200 10
39 32 25 12 70 70 160 14 80 300 95 215 12
42 32 25 12 72 70 160 14 90 300 100 230 12
45 32 25 12 80 75 160 14 90 300 105 245 12 2
48 32 30 14 83 75 180 16 100 380 110 260 14 AND
52 38 30 14 87 80 180 16 110 380 110 275 14 3
56 38 30 16 91 85 180 18 120 380 115 280 14
60 38 35 18 95 85 200 20 120 430 125 285 14
64 38 35 18 104 90 200 25 130 430 135 300 16
68 42 40 20 108 90 220 25 140 450 145 320 16
72 42 40 20 112 95 220 25 150 450 150 340 16

NOTES
ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
BOLT CIRCLE DIAMETER ( BCD ), NUMBER AND SIZE OF THE BOLTS SHALL BE AS PER ENGINEERING DRAWING.
* 3. DIMENSIONS t1, t2, t3 AND 'I: ARE TO BE CHECKED IN EVERY CASE.
IN CASE OF ANY CONFLICT THE ENGINEERING DRAWING SHALL GOVERN.
NUMBER OF BOLTS USED IS TO BE A MULTIPLE OF 4 AND BOLTS SHALL STRADDLE VESSEL NORTH—SOUTH
CENTRE LINE IN PLAN.
USE CONTINUOUS RING ( CHAIR CAP ) IF DISTANCE BETWEEN CONSECUTIVE BOLTS IS LESS THAN 400 mm.
CIRCULAR WASHER SHALL BE SHIPPED LOOSE AND WELDED AT SITE AFTER ANCHOR BOLTS ARE IN POSITION.
♦ 8. PREFERRED DIMENSION 'A'
EARTHING LUG SHALL BE LOCATED BETWEEN THE ANCHOR BOLTS AND SHALL BE AS PER STANDARD 7-12-0026.
WHEN THE ANCHOR CHAIR CAP IS NOT CONTINUOUS, THE BASE PLATE SHALL BE SUITABLY STIFFENED USING
REMOVABLE STRUCTURAL SECTIONS (BEAM/SPIDER) AT SITE DURING ERECTION.
t*/
6 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT M/SC DM
5 08.09.2006 REAFFIRMED AND REISSUED AS STANDARD POREL DNN AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Page 369 of
Format No. 8-00-0001-F4 431
Rev.0 Copyright EIL - All rights reserved
.C110Eet/IINGNEEI6
dliturletuleGNIFINDIA
oimmumwommose
UMITED
(A Govt. of Indio Undertaking)
SKIRT OPENING DETAILS 7-12-0005 Rev. 5
Page 1 of 2

N
PAD ALL AROUND
SEE NOTE-7

REF. SHE 2 FOR


COVER PLT. DETAIL

SKIRT
INSIDE 100NB SCH. 40
40 PIPE VENI
SKIRT
EQUISPACED INSIDE

BASE PLATE

ACCESS OPENING PLAN VENT


(SEE NOTE-5)

ACCESS OPENING/PIPE OPENING/


VENT OPENING (TYPICAL)

SKIRT
80x6THK. PLATE
INSIDE
cv II 2mm(TENTATIVE)
CHECK FOR PIPE
THERMAL EXPANSION.

MALLER OF tx+2
OR 14mm (FOR PIPE
SSEE NOTE-6)
OR INSULATED PIPE+10
SEE NOTE-10

PIPE OPENING VIEW A VIEW A FLARED SKIRT


(HOT TYPE VESSEL) (COLD TYPE VESSEL)

5 23.05.2011 REAFFIRMED AND REISSUED AS STANDARD POREL KT

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserve
Page 370 of 431
0.401 4"XeWhINGNEERS SKIRT OPENING DETAILS
OBZIPPleSNIFINDIALIMITED
mom mime (A Govt. of Indio Undertaking)
7-12-0005 Rev. 5
illoamPO
Page 2 of 2

6 WIDE SLOT FOR

2-120 HANDLE

3-50 PINS-15 LG
EQUISPACED

VIEW—Q

VIEW—P
NOTES (HOT TYPE VESSEL) (COLD TYPE VESSEL)
ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
ACCESS OPENING SHALL BE LOCATED BETWEEN ANCHOR BOLTS WHEREVER POSSIBLE.
ACCESS OPENING IS NOT TO BE BLOCKED BY BOTTOM HEAD.
SKIRT DIAMETER ACCESS OPENING DIA.(D) NO. OF ACCESS OPENING
UP TO 1000 400 1
OVER 1000 UPTO 1500 450 1
OVER 1500 UPTO 3000 500 1
OVER 3000 500 2
SKIRT DIAMETER NO. OF VENT HOLES
UP TO 1000 2
OVER 1000 UPTO 2000 3
OVER 2000 4
MINIMUM SIZE OF PIPE SLEEVE IS 150NB SCH 40. USE SCH 40 UPTO 250NB PIPE SLEEVE. FOR 300NB AND
ABOVE, PIPE SLEEVE SHALL BE FABRICATED FROM PLATE.
ALL OPENINGS 300 DIA. AND ABOVE SHALL BE PROVIDE WITH REINFORCEMENT PADS ON INNER SURFACE OF SKIRT.
IN CASE OF CONFUCT ENGINEERING DRAWING SHALL GOVERN.
IN FLARED SKIRT, OPENING DETAIL IS SAME AS THAT FOR CYLINDRICAL SKIRT.
WOODEN BLOCK SHALL BE FIXED TO SLEEVE WITH TWO NO. OF WOOD SCREWS.
ACCESS OPENING/PIPE OPENING/VENT SHALL BE OF SAME MATERIAL AS THAT OF SKIRT.
ALL FILLET WELDS SHALL BE 6 mm MINIMUM.
* 13. PROJECTION OF SLEEVE/NECK SHALL BE GREATEST OF (30+INSULATION THK.), (30+FIRE PROOFING) & 50mm.
14. CENTER LINE OF ACCESS OPENING SHALL BE 850 MM (MINIMUM) ABOVE BOTTOM BASE RING FOR ANCHOR
BOLTS OF SIZE M45 & BELOW AND 1100 MM (MINIMUM) FOR ANCHOR BOLTS OF SIZE ABOVE M45. IF ANCHOR
CHAIR HEIGHT IS MORE THAN THAT OF GIVEN IN STANDARD. LOCATION OF ACCESS OPENING SHALL BE ESTABLISHED
SUITABLY.

1
5 23.05.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT

Rev. Prepared Checked Stds. Committee Stds. Bureau


No.
Date Purpose by by
Convenor Chairman
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserve
Page 371 of 431
STANDARD No.
INGINEEIZS
eitiMOINDIA LIMMED (A Govt. of India Undertaking)
MANHOLE WITH DAVIT 7-12-0010 Rev. 6
Page 1 of 2

20 0 x 25 LG. SNAP
HEAD RIVET

B(OD)420 1.5 THK. S.S. WASHER


240 ROD
PIPE 'El' SCH. 80
0
0 30 VENT

1
1

6R 15
1NO. 60
DRAIN HOLE

DETAIL 'X'
TELL TALE HOLE

3N0.—M16 SS JACK SCREWS


ON BOLT CIRCLE DIAMETER
( SEE NOTE-3 )

DETAIL OF EYE BOLT

BUND
FLANGE

IM16

TYP. DETAIL FOR SR MANHOLE DETAIL OF JACK SCREW

jk4j6;.11?l''-
6 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL KM/SC DM
5 11.09.2006 REAFFIRMED AND REISSUED AS STANDARD POREL DNN AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. Page 372 of 431 by by
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
Olar
STANDARD No.
ENGINEERS MANHOLE WITH DAVIT
geINIDIA LIAM 7-12-0010 Rev. 6
/A Govt. of India Undertaking)
Page 2 of 2

160 ROD FOR S.S. VESSEL


B(O0)+20 200 ROD FOR C.S. AND
PIPE 'B' SCH. 80 LOW ALLOY STEEL VESSEL
1.5 THK. VESSEL INSIDE
S.S. WASHER
1 0 THK. RIB 20R

8
260
(320)
40R NP4, 350

10V
ti DETAIL OF HAND GRIP
HAND GRIP
141"
0
I
— 1°N
N 20 0 x 25 LG. SNAP
250 HEAD RIVET
// PIPE 'A'
il \\
// \\
\\\
1/ \\ \ I I
/ \\ I I 0
II 1111 I I
— 30 VENT

\ 11 II
I I // ) 0
\\ //

\ \ s. //
F—R
\\
\\ ii
\\ // Y
1
//
.■...-- 1
------_ --------------
1 15
3N0.—M16 SS JACK SCREWS
ON BOLT CIRCLE DIAMETER 1NO. 60 )
(SEE NOTE-3) DRAIN HOLE

DETAIL 'Y'
1 N0.-3mm NPT
TELL TALE HOLE

CLASS 1,41ZBE) A (NB) B (NB)


.,
"nm-leg■-ing10000 400 50 NB SCH. 80 40
450 50 NB SCH. 80 40
150
200 ROD HANDLE 500 65 NB SCH. 40 50
200 200
600 65 NB SCH. 40 50
400 65 NB SCH. 40 50
450 65 NB SCH. 40 50
300
500 65 NB SCH. 40 50
NOTES
600 90 NB SCH. 40 80
ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
DIMENSIONS IN BRACKETS ARE FOR CLASS 900. 400 80 NB SCH. 40 65
B.C.D. OF JACK SCREWS IS TO BE SUITABLY CHANGED IF MANHOLE
STUDS INTERFERE WITH JACK SCREWS. 450 90 NB SCH. 40 80
600
THE SLEEVE PIPE 'A' SHOULD BE IN TRUE VERTICAL POSITION WITHIN 500 125 NB SCH. 80 100
A TOLERANCE OF 2 1/2 DEGREE, AFTER WELDING TO THE FLANGE.
600 125 NB SCH. 80 100
EDGES SHALL BE ROUNDED OFF IF SQUARE ROD IS USED
FOR HANDGRIP. 400 125 NB SCH. 80 100
MATERIAL OF DAVIT COMPONENTS SHALL BE C.S. UNLESS OTHERWISE
SPECIFIED IN ENGINEERING DRAWING. 450 125 NB SCH. 80 100
900
ALL FILLET WELDS SHALL BE 6mm MINIMUM. 500 150 NB SCH. 80 125
THIS STANDARD IS NOT APPLICABLE FOR LOW TEMPERATURE SERVICES.
600 150 NB SCH. 80 125
9. IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN.
taj•
6 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL KM/SC DM
5 11.09.2006 REAFFIRMED AND REISSUED AS STANDARD POREL DNN AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. Page 373 of 431 by by
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
STANDARD No.

derfa INDIA maw


lb13\aSEERS STANDARD BOLT HOLE ORIENTATION 7-12-0015 Rev. 5
amegi.wegammo (A Govt. of India Undertaking)

Page 1 of 1

HORIZONTAL VESSEL
(ELEVATION)
q_

VERTICAL VESSEL
(PLAN)

NOTES
ANY DEVIATION FROM THIS ARRANGEMENT WILL BE INDICATED IN ENGINEERING DRAWING.
BOLT HOLES TO STRADDLE CENTRE LINES INDICATED ( BY q. ) ABOVE.

5 23.05.2011 REAFFIRMED AND REISSUED AS STANDARD POREL KT

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Page 374 of
Format No. 8-00-0001-F4 431
Rev.0 Copyright EIL - All rights reserved
STANDARD No.
ENGNEERS
OM/I(ANDIA UMRED Govt. of India Undertaking)
INTERNAL FLANGES 7-12-0018 Rev. 5
Page 1 of 1

O.D.

B.C.D.

I.D. REFER NOTE-4

18 DIA. HOLES
FOR M16 BOLTS

THICKNESS OF
NOMINAL NUMBER FLANGE t
PIPE SIZE I.D. B.C.D. O.D.
OF BOLTS CARBON S. STEEL
(mm)
STEEL OR MONEL

40 51 110 160 4 16 10

50 63 120 170 4 16 10

80 92 150 200 4 16 10

100 117 180 230 4 16 10

150 171 240 290 4 16 10

200 222 290 340 8 20 12

250 276 350 400 8 20 12

300 327 400 450 8 20 12

350 358 430 480 12 24 16

400 409 480 530 12 24 16

450 460 530 580 12 24 16

500 511 580 630 12 24 16

600 612 680 730 12 24 16

NOTES
ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN.
* 3. FILLET SIZE IN BRACKET ARE FOR STAINLESS STEEL / MONEL.
FULL FACED GASKETS SHALL BE USED.
DIMENSIONS EXCEPT THICKNESS FOR INTERNAL FLANGES OF SIZE 25NB OR LESS SHALL BE AS PER
ASME 816.5 CLASS 150. FLANGE THICKNESS AND FACING SHALL BE EQUIVALENT TO 4 NB LANGE
COVERED IN THIS STANDARD. 2 14-4
5 30.07.2011 REAFFIRMED AND REISSUED AS STANDARD POREL AK / SC '' DM
4 11.09.2006 REAFFIRMED AND REISSUED AS STANDARD POREL DNN AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by Approved by
Page 375 of 431 Copyright EIL - All rights reserved
Format No. 8-00-0001-F4 Rev.0
gir
STANDARD No.
ENGNERS
ge,„,„,A. SUPPORT RING AND BOLTING BAR 7-12-0021 Rev. 5
MIR lell•WIIIMIIPPO to Govt. of India Undertaking)
Page 1 of 1

A
C-1.1
SIDE DOWNCOMER CENTRAL SIDE
DOWNCOMER DOWNCOMER THREE PASS TRAY
SINGLE PASS TRAY DOUBLE PASS TRAY

SUPP. RING FILLET


THICKNESS SIZE—C
MM MM
UPTO 12 6
ABOVE 12 10
—UPTO 16
ABOVE 16 0.7 T

DETAIL — A DETAIL — B SECTION—XX

VESSEL I/D. BOLTING BAR (WXT) * * SUPPORT RING (SXT) ** CENTER & OFFCENTER
UPTO 1200 85 X 6 0 40 X 6 * DOWNCOMER
1201 TO 2000 110 X 6 ix
i <V 50 X 6
w tn ,„ FOUR PASS TRAY
2001 TO 3000 125 X 6 3 2 PX 65 6
EXIT WEIR HEIGHT
3001 TO 4500 150 X 10 k) 75 X 10
1:23
+ TRAY THICKNESS
4501 TO 6000 175 X 10 g . a- 90 X 10
rn p
6001 TO 7500 200 X 10 w _1 90 X 10
e D
7501 TO 9000 200 X 10 (II L.- x 100 X 10
9001 TO 12000 225 X 10 110 X 10
12001 TO 14000 225 X 10 125 X 10
UPTO 1200 — r) r -
w
1201 TO 2000 125 X 6 g K< 50 X 6
2001 TO 3000 150 X 6 0 o to 65 X 6
o E !..2
3001 TO 4500 175 X 10 za o o 0-p 75 X 10
4501 TO 6000 200 X 10 w L,, —I 90 X 10
6001 TO 7500 225 X 10 zw zw g 90 X 10
7501 TO 9000 235 X 10 00w 100 X 10 O
9001 TO 12000 280 X 10 110 X 10
12001 TO 14000 305 X 10 125 X 10 w
O
O
NOTES : re cc
w
ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
THIS STANDARD IS FOR THE PURPOSE OF QUOTATION / INFORMATION ONLY.
**3. FINAL DETAIL SIZES OF TRAY SUPPORT RING, BOLTING BAR ETC. SHALL BE
AS PER TRAY DRAWING.
4. INDICATED THICKNESS OF TRAY SUPPORT RINGS AND BOLTING BARS IS
MINIMUM TO WHICH TWICE THE CORROSION ALLOWANCE IS TO BE ADDED.
* 5. SUPPORT RING WIDTH SHALL BE 50mm WHEREVER VESSEL CORROSION
ALLOWANCE IS 6mm OR MORE.
6. MATERIAL OF CONSTRUCTION SHALL BE AS PER ENGG. DRAWING.
SECTION —CC

5 23.05.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by Approved by
Page 376 of 431
Format No. 8 -00 -0001 - F4 Rev.0 Copyright EIL - All rights reserved
LIFTING LUG STANDARD No.
laRtze ENGINEERS
TOP HEAD TYPE 7-12-0024 Rev. 7
fafRegNIFINDIA LIMITED
iiiw ecReelVaX3,10543) (A Govt. of Indio Undertaking)
(FOR VERTICAL VESSELS / COLUMNS) Page 1 of 1

SECTION XX

MAX. ERECTION WT. OF VESSEL (TONNES) 410 25 45 90 140 180


THICKNESS OF PLATE (MINIMUM) T 12 28 40 50 70 80
WIDTH W 200 230 300 400 500 610
LENGTH L 400+E 460+E 580+E 750+E 900+E 1080+E
DIAMETER OF HOLE D 60 75 75 100 130 150
HEIGHT OF NOTCH & SIDE WELD H 130 130 150 200 250 300
RADIUS OF NOTCH R 40 40 50 75 90 100
WELD SIZE ( SEE NOTE 5 ) A 10 14 20 30 38 46

BOTTOM OF BRACE TO TOP OF LUG F 200 230 300 400 500 600
BOTTOM OF BRACE TO T.L OF HEAD E SEE NOTE 2
T.L. OF VESSEL TO BOTTOM OF LUG B 200 230 280 350 400 480
C 30 40 50 70 90 100
TOP OF LUG TO Q OF HOLE J 90 90 115 150 180 230
K 30 40 50 70 80 100
NO. OF LUGS 2 2 2 2 2 2

NOTES
1. ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
*2. DIMENSION 'E' IS TO BE DETERMINED BY THE SHAPE OF HEAD IN CONJUNCTION WITH DIMENSION 'K'.
DETAIL, DIMENSIONS AND NOTES GIVEN IN ENGINEERING DRAWING TAKE PRECEDENCE OVER THOSE SHOWN HERE.
FOR THIN WALLED EQUIPMENTS, DESIGNER SHALL ANALYSE THE STIFFENESS OF SHELL AT THE LIFTING LUG LOCATION.
IF PADS ARE USED ON STAINLESS STEEL EQUIPMENTS THE SIZE OF FILLET WELD BETWEEN SHELL AND STAINLESS
STEEL PAD SHALL BE ANALYSED.
MATERIAL SHALL BE COMPATIBLE WITH HEAD MATERIAL.
FOR INTERMEDIATE ERECTION WEIGHT, NEXT HIGHER SIZE OF LIFTING LUG SHALL BE USED.
LIFTING LUG SHALL BE MACHINED TO COVER OFFSET BETWEEN OUTER DIAMETERS OF SHELL AND HEAD.

7 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD POREL I


*IA
RKT F AKM SC DM
6 12.10.2006 REAFFIRMED AND REISSUED AS STANDARD POREL RKG AKM VC

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose by by
Convenor Chairman
No. Approved by
Page 377 of 431 Copyright EIL - All rights reserved
Format No. 8-00-0001-F4 Rev.O
FIRE PROOFING STANDARD No.
15MAZIEqENGINIEER.S
faglegVOY INDIA LIMITED AND 7-12-0025 Rev. 5
IMAM FRWIU ter MAAR) (A Govt. of India Undertaking)
INSULATION SUPPORTS Page 1 of 2

M6 x 4OLG. G.I. BOLTS 2-M6 BOLTS


6 DIA. HOLE FOR VESSEL DIAMETER ABOVE 600, TACK WELDED AT 600 PITCH x25LG. G.I.
(TYP•) PROVIDE 30X6 THK. FLATS WITH BOLTS AND
60 HOLE AT NUTS (TYP.)
10 TYP HEIGHT EQUAL TO INSULATION 600 PITCH
THK. AT 600 CIRCULAR PITCH
100 MIN. (TYP.) NOTE-7)
CORRUGATED
SHEET
10 DIA. LOOSE 3 THK. X 20 0.D
RING (TYP.) 100 MIN. NEOPRENE WASHER
S 2 THK. ALUMINIUM
WASHER
T.L
r•J
`A'
3 THK.
ASBESTOS SHEET
6 THK. ANGLE RINGS
VIEW - 'A'
(WELD ENDS)
8 THK. T-CLEATS AT
1000 PITCH(MINIMUM
3 CLEATS PER RING)
10
(TP)
010 HOLE ON
DETAIL—X ANGLE LEG
(FOR HOT INSUSLATED VESSELS)
(WHERE => 40) VIEW — 'B'
INSULATION
THICKNESS (S)

N W.L o b
T.L

600 MIN. FOR VESSELS


INSULATED FOR TEMP.
ABOVE 400'C.
r•-■ ry r J W.L.

5 X COLD INSULATION
THICKNESS ( MIN 600MM)

a_
7
1=-J b
M12 SQUARE NUTS TACK WELD
ON INSIDE AND OUTSIDE OF PIPE G
SKIRT ‘111SUPPORT
SKIRT ON 450 TRIANGULAR PITCH
FOR FIRE PROOFING (SEE DETAIL-Y) ANGLE LEG
(REFER NOTE-8) SUPPORT

M12 SQUARE NUTS TACK


WELDED AS SHOWN IN
SEC.D-D FOR FIRE PROOFING
(REFER NOTE-8)

DETAIL—Y

SECTION 'C—C'

5 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD DM


4 12.10.2006 REAFFIRMED AND REISSUED AS STANDARD POREL RKG AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Page 378 of 431 Copyright EIL - All rights reserved
Format No. 8-00-0001-F4 Rev.0
STANDARD No.
INPIZIEgMENIGINEERS FIRE PROOFING
fs' WWIEPIegilir
E9210121BTWO
INDIA LIMITED
(A Govt. of India Undertaking)
AND 7-12-0025 Rev. 5
INSULATION SUPPORTS Page 2 of 2

2 NOS. 100 HOLES IN


PROVIDE ONE HEAT BREAK T—CLEAT / RING FOR 14.1

M6 X 25 LG G.I. BOLTS w 0
BETWEEN TWO CLEATS (TYP) w
AND NUTS. to z
AIR POCKET
6 THK. FLAT (FOR VESSEL TEMP.
10
ABOVE 400T)

3 THK.
ASBESTOS SHEET

8 THK. T—CLEATS AT 40X6 THK. FLAT


1000 PITCH(MINIMUM WITH 60HOLES
3 CLEATS PER RING)
500 PITCH
10 TYP.
6 THK.
SUPPORT RING
WITH 6 DIA.
HOLE AT 600
* = (C OLD INSULATION THICKNESS — 50 MM) PITCH
= 5 0 MM (MIN)
VIEW — 'P' DETAIL — 'Z'
DETAIL-X
(FOR COLD INSULATED VESSELS)

M6 x 40LG. G.I. BOLTS


CORRUGATED TACK WELDED AT 600 PITCH B1
"SHEET 60 HOLE AT
3 THK. X 20 0.D 600 PITCH
NEOPRENE WASHER
S 2 THK. ALUMINIUM
WASHER

6 THK. ANGLE RINGS


IN SEGMENTS
6 THK. T—CLEATS AT
10 1000 PITCH (MINIMUM
2 CLEATS PER SEGMENT) VIEW - 'Al'
(TYP)
10mm GAP
DETAIL-X
(FOR HOT INSULATED VESSELS) (rY1')
(WHERE S < 40)

NOTES VIEW - 'Bl


ALL DIMENSIONS ARE IN mm.
FOR MATERIAL SPECIFICATION REFER ENGINEERING DRAWING.
'R' SHALL BE EQUAL TO 175mm FOR VESSELS UPTO 3000mm DIAMETER AND 300mm FOR VESSELS ABOVE 3000mm
DIAMETER.
DETAILS, DIMENSIONS AND NOTES ON ENGINEERING DRAWING SHALL TAKE PRECEDENCE OVER THOSE SHOWN HEREIN.
CLIPS SHALL CLEAR WELD SEAMS AND INSULATION RINGS SHALL BE SUITABLY NOTCHED INCASE OF INTERFERENCE
WITH NOZZLES/ATTACHMENTS.
ONLY T—CLEATS WITH ASBESTOS SHEET AND G.I. BOLTINGS, ANGLE RING ALONG WITH TACK WELDED BOLTS, INSULATION
SUPPORT CLEATS WELDED TO EQUIPMENT, LOOSE RINGS & M12 NUTS SHALL BE SUPPLIED BY EQUIPMENT FABRICATOR.
a) FOR COLD INSULATED VESSELS CLEATS ON DISHED ENDS ARE NOT REQUIRED.
b) FOR COLD INSULATED VESSELS CLEATS ON SHELL ARE TO BE PROVIDED IF COLD INSULATION THICKNESS IS MORE
THAN 60mm.
FOR UNINSULATED VESSELS SQUARE NUTS SHALL BE PROVIDED FOR ENTIRE HEIGHT OF SUPPORT (SKIRT, PIPE/ANGLE LEG).

5 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD


4 12.10.2006 REAFFIRMED AND REISSUED AS STANDARD POREL RKG AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by Approved by
Page 379 of 431 Copyright EIL - All rights reserved
Format No. 8-00-0001-F4 Rev.0
STANDARD No.
15iiitaEqM ENGINEERS
41gen fafReg
(..1921751¢tef3ACI FE0 W
INDIA LIMITED
(A Govt. of Indio Undertaking)
EARTHING LUG 7-12-0026 Rev. 5
Page 1 of 1

10 THK. PLATE
VESSEL PART

tr.)
N

14 DIA. HOLE
(FOR M12 BOLT)
75 25

NOTES
ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
ALL EQUIPMENTS SHALL BE PROVIDED WITH TWO(2) EARTHING
LUGS, UNLESS OTHERWISE STATED.
3.(a) EARTHING LUGS SHALL BE LOCATED DIAMETRICALLY OPPOSITE ON
NORTH—SOUTH CENTER LINE ON SKIRT SUPPORTED EQUIPMENTS,
ON ANY TWO(2) LEGS OF THREE(3) LEG SUPPORTED VERTICAL VESSEL,
ON DIAMETRICALLY OPPOSITE LEGS OF FOUR(4) LEG SUPPORTED
VERTICAL VESSEL AND ON EACH SADDLE OF HORIZOTAL VESSEL.
TWO(2) EATHING LUGS ARE TO BE LOCATED ON EACH SADDLE OF
HORIZONTAL VESSEL OF LENGTH GREATER THAN 20 METERS.
FOR SPHERE, TOTAL 4 — NOS. OF EARTHING LUGS SHALL BE PROVIDED
PREFERABLY ON DIAMETRICALLY OPPOSITE AND EQUALLY SPACED LEGS.
(SPHERES ARE USUALLY PROVIDED WITH LEGS IN NUMBERS WHICH ARE
MULTIPLE OF 4 FOR THE SYMMETRY)
DO NOT WELD EARTHING LUG ON PRESSURE PART.
IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN.
6. MATERIAL OF CONSTRUCTION SHALL BE CARBON STEEL.

5 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD POREL • RKT AKM / SC DM


4 12.10.2006 REAFFIRMED AND REISSUED AS STANDARD POREL RKG AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by Approved by
Page 380 of 431 Copyright EIL - All rights reserved
Format No. 8-00-0001-F4 Rev.0
STANDARD No.
18iatER7 ENGINEERS
,Ig ej. &Aft INDIA LIMITED
INIURFIEVWC1X3,111.1.1) (A Govt. of Indio Undertaking)
NAME PLATE 7-12-0027 Rev. 5
Page 1 of 1

"CE

co

1
6 .. z 1-
Li,
I- u_
<
1- Y 0 E
0
<
E
—.1 csj
ce Zt
w
N m 1— L,_
o
w o
cc I _1
w 1— 1—
w Ww
I- 0 Y i—
o T I- 0 v)
a
w 0 IX V)
tr) L.LI CO U)
La 0 w
_1 __I Ix _I

D o C.)
1
Li -4Z
1—
cr)
E CD 6 C■1
°)
E < o LL.
Lo 1-- 1 o
Z a co w — N Li,
_1 CD CO
w _J 1
w < _1 N _1
< 2 J _1
V) < 0 <
(/) I CC I
Z 0 V-) < (1)
0 Z 0
U) o Lu WW..
1-- Z
<
0 ,- n
W
w ix
0 CL
V 0_
m
E cr
Y L.L1 L.Li LO

(/) _1
_I C<C) <
2 1- 1 . 1L "i
MI < CO Z O Z
0
Z .— C■I ri 4 6 tO

/ 11. , ^
4.0 0

2/Vvt'4
KT
5 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD POREL 44.4) AKM / SC DM
4 12.10.2006 REAFFIRMED AND REISSUED AS STANDARD POREL RKG AKM VC

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Page 381 of 431 Copyright EIL - All rights reserved
Format No. 8-00-0001-F4 Rev.0
-

STANDARD No.
15iffazle ENGINEERS
e...111E1f5teg INDIA LIMI TED MANUFACTURER NAME PLATE 7-12-0028 Rev. 5
(llETI FIUME 115r3911771) (A Govt. of Indio Undertaking)
Page 1 of 1

I-

fY

CO
)-

W
_1
m
1.5
L...; V)
C.) o
Q 0_
Li_
I-
o o Li
w Z I—
=
La 5
Zi cc o_
0 Li)
a. = La
0

co
i a
M
—7"
Z I-
La La
I- VI 1..J La.
I- IX 0
fi)IX C E
t,_ ix
-J N
taJ
in 0 0 a u.
i—
W La 0
W 0
CZ CD I J
La I—
i— La
X - Lai La
1
I- -I
x
< I- 6 (n
'-
0
V)
0 0
w
< 0
ct)mw
Lai IX 0
-I ILI _i J
Z 0
= ix le
• I-Li
ce
0 z
LL 4'1
0 I 1-
E m -1 le a) V)
E 0 m .()
4 " L.
Z
z ,, 1.-
< m
0
1 o
N W
V) __I co
,_ m
La le ..„ I
IX 0
Q 0 i —I
< -J N _1
_1
_1 vi 4I 0 ..t
V1 m I cc Z
Z 0 in ..t v)
= ..:
v, Z o
Li) ce = Lai Z 1-61
Z Lai 0 I-
5 < I-
1—
w
m
i— ce
1- 0 0_ 0 0_
5 L i
ICW
X
La La
2
Cl)-J
-J J () 4 < 2 Lu
ll- 41
I- < < CO Z IX Z

0
Z Csi Iii 4 ui (IS

,/0/49-4-1"/ 5/44-k
5 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT AKM / SC DM
4 12.10.2006 REAFFIRMED AND REISSUED AS STANDARD POREL RKG AKM VC

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by Approved by
Page 382 of 431 Copyright EIL - All rights reserved
Format No. 8-00-0001-F4 Rev.0
STANDARD No.
1 legOINDIA LIMITED
ge4151Wt7-1e7
(NM meow wawa) (A Govt. of Indio Undertaking)
BRACKET FOR NAME PLATE 7-12-0029 Rev. 5
Page 1 of 1

0
—J

V)

10 R

BRACKET

NAME PLATE
0
r-

4-
N
EIL NAME PLATE
o 0:

+
N

0
N

0
MANUFACTURER NAME PLATE

<TYP
2V •

200
230

NOTES
I. ALL DIMENSIONS ARE IN inn UNLESS OTHERWISE STATED.
2, BRACKET MATERIAL SHALL BE SAME AS SHELL MATERIAL.

5 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT PKM / SC DM


4 12.10.2006 REAFFIRMED AND REISSUED AS STANDARD POREL RKG AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Page 383 of 431 Copyright EIL - All rights reserved
Format No. 8-00-0001-F4 Rev.0
TECHNICAL SPECIFICATION

OF

PAINT COATING

EDITION : APRIL 2012

DOCUMENT NO. : AE-S-5430

(Note: With these specifications, earlier Document No. AE-DEP-C-03 Edition:


January 2006 shall be kept in abeyance & not to be referred in future)

0 S.PERUMALSAMY RB TUPE PJM RAO 02.04.2012


(MANAGER – INSP.) CH. MANAGER DGM (INSPECTION &
(ADVISORY SERVICES) ADVISORY SERVICES)

REV PREPARED BY CHECKED BY APPROVED BY DATE

BHARAT PETROLEUM CORPORATION LTD. (MUMBAI REFINERY)


MAHUL, MUMBAI – 400 074.

Page 384 of 431


CONTENTS

Sl. Description
No.
1. Scope and General Introduction
2. Surface Preparation Methods
3. Paint Application
4. Inspection and Testing of Paint Material
5. Frequency of Painting and Guarantee
6. Paint Monitoring System
7. Area classification & recommended painting schemes
8. Detailed Paint Specifications
9. Building Paints
10. Standard For Color Coding of Pipelines, equipment and storage tanks
11 Brand Names of paints
12 Painting System for Tanks

Page 385 of 431


1.0 SCOPE AND GENERAL INTRODUCTION

This specification is applicable to general requirements of painting / coating within BPCL,


Mumbai Refinery. These requirements must be fulfilled and complied for painting and coating
of all equipment, pipelines, and storage tanks when they are off stream /shutdown and new
fabrication. However on specific situational based recommendation from area inspection
engineer, painting may be carried out with certain cautious deviations from these
requirements such as painting without stipulated surface preparation. Painting includes
surface preparation, clean up and application of painting. As a part of the periodical review of
the specification, it has been reviewed the existing practices vis-a vis current industrial
practices and available products with reputed painting manufacturers for enhancing
effectiveness and durability of the painting systems.
Accordingly, revised painting specification has been prepared for implementation at BPCL –
Mumbai Refinery. Scope of work covered in this specification shall include, but not limited to
the following:
• Surface preparation
• Selection and application of painting on:
a) Equipment including high temperature surfaces.
b) Piping
c) Steel Structures, buildings.
d) Storage Tanks
e) High temperature surfaces (Furnace casings, Stacks etc.).

1.1 Codes and standards

Following relevant international standards were considered.


SURFACE PREPARATION STANDARDS
a. SWEDISH STANDARDS: SIS-05 5900-1967 / ISO-8501-1-1988
b. Steel Structures Painting Council (SSPC)
c. NACE Standards
d. ISO 4624, ISO 2802

Page 386 of 431


The contractor shall arrange, at his own cost, to keep a set of latest edition of all the reference
standards and codes at work site.
The paint manufacturer’s instructions shall be followed as far as practicable at all times.
Particular attention shall be paid to the following:
a) Instructions for storage (Shelf life)
b) Surface preparation prior to painting
c) Mixing and thinning
d) Application of paints and recommended limit on time intervals between coats

2. 0 SURFACE PREPARATION METHODS

Most metallic articles that are usually given protective coatings are heavily contaminated and
require, at least, some cleaning treatment before the coating is applied. The importance of
surface preparation cannot be over emphasized as many investigations have shown
convincingly that the performance and durability of any protective coatings are, to a large
extent governed by the thoroughness of surface preparation. Often they concluded that
careful cleaning and preparation of the surface were more important than the quality of the
protective coating.
Surface contamination in the form of rust, scale, oil grease and dirt is often obvious. Invisible
contamination may also be present and represents, on the whole, a greater hazard. Examples
of the latter are soldering fluxes, perspiration in the form of hand marks, chlorides from
marine atmosphere and sulfite from industrial atmosphere.
The following table gives surface preparation specification in the descending order.
Table 1.1– Surface Preparation in Descending Order of Effectiveness

Sl. No. Methods of cleaning Specifications NACE/SSPC/SIS-05-


5900
1. White metal blast NACE # 1, SSPC SP 5-63,SA-3
2. Near –white metal blast NACE # 2, SSPC SP 10-63,SA-2.5
4. Acid Pickling SSPC SP 8-63,
5. Brush Blast NACE # 4, SSPC SP 7-63,SA-1
6. Flame Clean and Power Sanding SSPC SP 4-63
7. Power Tool Cleaning SSPC SP 3-63
8. Chip and Hand Wire Brush SSPC SP 2-63
9. Solvent Wipe SSPC SP 1-63

Page 387 of 431


Note: (Sand blasting is not allowed in refinery; hence cu slag shall be used in all such cases)

Cu slag is specified as a standard blasting material for BPCL-MR, as this will not
create spark on metal surface while blasting ,so can be also used in service tanks
( as cold work) ; as well not reusable resulting, less/negligible surface
contamination
2.1 Inspection of blasted steel surface

For the purpose of inspecting the blasted steel surface with cu slag abrasive, the respective
“Visual standards” can be utilized.

White metal blast (SSPC 5-63, NACE No.1, and SA-3)

This is defined as removing all rust, scale, paint etc. to a clean white metal which has a
uniform Grey white appearance. Streaks and stains of rust or other contaminants are not
allowed.

Near white metal (SSPC 10-63, NACE No.2, SA – 2.5)

This provides a surface of about 95% as clean as white metal. Light shades and streaks are not
allowed.

Commercial blast (SSPC 6-63, NACE No.3, SA –2)

This type of blast is more difficult to describe. It essentially amounts to about 2/3 of a white
metal blast, which allows for very slight residues of rust and paint in the form of staining.

Brush of blast (SSPC 7-63, NACE No.4 SA-1)

This preparation calls for removal of loose rust, paint, scales, etc. Tightly adherent paint, rust
and scale is permitted to remain.

2.2 Pictorial Standards of different surface preparation to be adopted

During surface preparation operations, the surface condition obtained has to be compared
with pictorial standards available for getting the specified condition.

Page 388 of 431


3. 0 PAINT APPLICATION

The purpose of painting/coating application is to develop a continuous highly adherent film


with an even thickness over the substrate. To achieve this, various factors have to be
considered such as type of coatings and weather conditions, application methods etc

APPLICATION RESTRICTIONS

For all cases, paint manufacturer guidelines shall be followed. Following restrictions are given
as recommended practices:

1. Coating application shall not be permitted during fog, mist or rain.


2. Coating application shall not be permitted when the relative humidity is 85 percent or
above.
3. Coating application shall not be permitted when the steel surface temperature and/or
ambient temperature is below 10°C (50°F) .
4. Coating application shall not be permitted when the steel surface temperature and/or
ambient temperature is above 50°C (120°F).
5. Coating application shall not be permitted when the steel surface temperature is less than
3°C (5°F) above the dew point.
6. Humidity and dew point readings shall be taken with a sling Psychrometric meter and
calculated using psychrometric tables. Readings shall be taken prior to coating operations
commencing and at least every four hours while coating application is ongoing.
7. Coatings shall not be applied before the surface has been inspected and the preparatory
work approved.
8. All sharp projections shall be ground to min. 2 mm radius and a thick stripe coat shall be
applied at sharp edges.
9. Salt water spray areas will require fresh water blasting or fresh water (Max. Chloride
content 50 ppm) mopping shall be carried out on Salt Water spray areas, before
application of primer, to remove the salts deposited on metal surface. Mopping can be
repeated before application of other coats to remove salts deposited on previous coats, if
such deposits are suspected

Page 389 of 431


4.0 INSPECTION AND TESTING OF PAINTING MATERIAL

1) Painting Contractor shall procure from approved manufacturers as given below:


• Asian Paints Ltd
• Berger paints Ltd
• Goodlass Nerolac Paints Ltd
• Jenson & Nicholson paints Ltd / Chugoku J&N paints Ltd
• Shalimar paints Ltd
• Sigma Paints Ltd
• CDC Carboline Ltd
• Bombay Paints (Now Growel India)
• Jotun coatings
• Sigma Coatings, USA
• Akzo Nobel paints

Additional manufacturers may be approved by BPCL Inspection, subjecting to


technical evaluation. All the procured paint material along with batch/test certificates
shall be offered for BPCL inspection for approval. Remaining Shelf life shall be at least
90% of the total duration at the inspection above.
2) All paint materials shall be accompanied by Manufacturer Test Certificate. All zinc
based paints shall have minimum 85% +- 5% of metallic Zinc by weight of total solids
on dry film. Glass flake epoxies shall have minimum 20% of glass flake pigments in dry
film by weight of total pigments.
3) Inspection Engineer at his discretion may test paint formulations, if required.
4) Minimum suggested stages of inspection shall be:
a. Surface Preparation
b. Primer application
c. Each coat of paint

5) All defects noticed during stages of inspection, shall be rectified free of cost by the
contractor. All records shall be kept by the contractor.
7

Page 390 of 431


6) Wet film thickness measurements shall be made throughout the course of painting in
order to ascertain the adequacy and uniformity of thickness. The readings shall be
taken at least one every ten (10) square metres.
7) Dry film thickness shall be taken on each coat after drying and curing of the coat. Dry
film thickness (DFT) readings shall be taken using a non-destructive dry film thickness
instrument capable of storing the readings. Sufficient readings shall be taken covering
each coat prior to application of the following coat to ensure the correct required DFT.
The DFT indicated against each system shall be obtained by applying one or more coat
of the paint based on paint properties. The Contractor is responsible to obtain the
indicated DFT as per painting system specification.
8) DFT meter used shall be calibrated before each inspection and shall be witnessed by
the Inspector. It is the duty of the Inspector to satisfy him/herself with the
performance of the DFT meter.
9) Frequency of inspection and criteria for acceptance of painting work shall be in
accordance with the following table:

Test Standard Frequency Acceptance criteria


Surface ISO 8501-1 One per ten (10) Sa 2 ½
cleanliness square meters
Surface Profile ISO 8503-2 One per ten (10) As per coating procedure / data
square meters sheet
Soluble salt ISO 8502-2 One per ten (10) <5µg/cm2
contamination square meters
Dust ISO 8502-3 One per ten (10) Rating 2 or better
square meters
Adhesion ISO 4624 One pretest panel, 5 MPa
per shift
Holiday NACE RP0188 100% of surface Zero defects
Detection
Dry Film SSPC PA-2 One per ten (10) Maximum and minimum dry
Thickness square meters film thickness not to be
exceeded
Wet Film ISO 2802 One per ten (10) Consistent with providing
Thickness square meters required DFT

10) Each contractor shall deploy adequate number of NACE CIP Level 1 qualified coating
inspectors to monitor and inspect the surface preparation, storage, handling, mixing
8

Page 391 of 431


and application on substrate of the painting/coating and to ensure the compliance of
this specification. The Inspection test plan which will be mandatory part of the
contract shall be prepared by the above qualified inspector and get approved by BPCL.
The CONTRACTOR’s qualified coating inspector and BPCL shall sign an inspection
report as per approved inspection test plan. The report shall consist, as a minimum, of
the following in addition to the inspection parameters and acceptable criteria as
above sl no.9.
· Names of the APPLICATOR and the responsible personnel.
· Dates when work was carried out.
· Equipment and techniques used.
· Type and calibration of instruments used.
· Weather and ambient conditions.
11) Each contractor shall possess relevant standards and deploy all inspection
tool/instrument to carry out the all above inspection and testing as per relevant
standard.

5.0 FREQUENCY & GUARANTEE

Painting system frequency shall be AS follows:


a. For surfaces painted after Blasting as surface preparation 5 years
b. For surfaces painted after Manual Cleaning as surface preparation 4 years
c. For area within 100 m radius of Sea water cooling tower area (salt water spray
area ), 3 years
Guarantee period shall be same as frequency. Paint material shall be procured from
approved manufacturers who also will stand guarantee as above clause.

6.0 PAINT MONITORING SYSTEM

All painting works shall be mentioned (sign writing) with date of completion and PO no. at
site/structure. These would facilitate defects observations and would also be basis for
evaluation of the painting contractor /paint system and manufacturer for future works.

Page 392 of 431


7. 0 AREA CLASSIFICATION & RECOMMENDED PAINTING SCHEMES

A) PAINTING SYSTEMS USING Cu-SLAG BLASTING TO Sa 2.5 (Min. Profile 50 microns) AS


SURFACE PREPARATION

SYSTEM – 1: FOR EXTERNAL SURFACE OF VESSEL, EQUIPMENT / COLOUMN / PIPING, &


ALL STRUCTURAL UP TO 100 0C TEMP.

( All areas in refinery including , Pipe Track No 14 , Pipe Track No. 9, SRU, ARU, CRU, FCCU
(MEROX), CCU (Gas Treater), Pipe Track No. 7, CDU-VDU, HGU, Hydro Cracker, DHDS, New
SRU, LOBS, DM Water Plant, Area, Pipe Track No. 4 & 5 (Along Road No. 4 Up To Road No. 5 &
Along Road No. 5 Up to Road No. 6), MINAS, SWPH, FLARE, JETTY, Jawahar Island &
Acid/Caustic Tanks).

Generic name of the paint DFT (Microns) Method of Application


Inorganic Zinc Ethyl Silicate Primer 1 x60 Air Spray / Airless
High build two pack ployamide cured 2 x 100 Brush
epoxy
Aliphatic acrylic modified high solids 1 x 30 Roller/Brush
weather resistant recoatable two pack
polyurethane (finish coat)
Total DFT 290

SYSTEM- 2; OLD SEA WATER COOLING TOWER/RMP CT AROUND COOLING TOWER OF 100
M RADIUS (SALT WATER SPRAY AREA)

Generic name of the paint DFT (Microns) Method of Application


Inorganic Zinc Ethyl Silicate Primer 1 x 60 Air Spray / Airless
2 x 125 Brush
Low VOC (Volatile Organic Compounds)
two component internally flexibilised high
build surface tolerant epoxy pigmented
with Aluminium & Lamellar Micaceous
Iron oxide coating
Aliphatic acrylic modified high solids 1 x 30 Roller/Brush
weather resistant recoatable two pack
polyurethane (finish coat)
Total DFT 340

Note: Salt water spray areas will require fresh water blasting or fresh water (Max. Chloride
content 50 ppm) mopping shall be carried out on Salt Water spray areas, before application of
primer, to remove the salts deposited on metal surface. Mopping can be repeated before
10

Page 393 of 431


application of other coats to remove salts deposited on previous coats, if such deposits are
suspected.

SYSTEM-3 : FOR INSULATED EQUIPMENTS/VESSELS/COLUMNS/PIPELINES UPTO 200 0C


TEMP.

Generic name of the paint DFT (Microns) Method of Application

Two component high solid High 2 x 100 Brush


temperature (up to 200deg c dry heat)
phenolic epoxy coating.
Total DFT 200

SYSTEM-4: FOR UN INSULATED EQUIPMENTS/ VESSELS/ COLOUMNS/ PIPE


LINES/FURNACES ABOVE 100 0C TEMP.

Generic name of the paint DFT (Microns) Method of Application


Inorganic Zinc Ethyl Silicate Primer 1 x 60 Air Spray / Airless
AND
Oleoresinous based heat resistant 2X25 Brush
Aluminium paint
(Temperature Resistance:250 0C )

OR
Silicon Based Heat Resistant Aluminum 2 x 20 Brush
Paint.
(Temperature Resistance :400 – 600 0C)

Total DFT 110/100

SYSTEM-5 : FOR INSULATED/UNINSULATED ABOVE 100 DEG C TURBINES, COMPRESSORS,


BLOWERS, STACKS.

Generic name of the paint DFT (Microns) Method of


Application
Bituminous Stack Black 2 x 35 Brush
(Temperature Resistance:200 0C )
OR
Zinc Dust Graphite Paint 2 x 30 Brush
(Temperature Resistance:450 0C )
Total DFT 70/60

11

Page 394 of 431


SYSTEM-6: UNDERGROUND, UNDER SOIL (BURIED) PIPELINES / STRUCTURES UP TO 100
DEG C

Generic name of the paint DFT (Microns) Method of


Application
Epoxy red oxide zinc phosphate primer 1x60
Epoxy Glass Flake (Amine Adduct) 2 x 200 Brush
Total DFT 460

OR

Generic name of the paint DFT (Microns) Method of


Application
2x125 Brush
Low VOC (Volatile Organic Compounds)
two component internally flexibilised
high build surface tolerant epoxy
pigmented with Aluminium & Lamellar
Micaceous Iron oxide coating
Total DFT 250

SYSTEM-7: UNDERGROUND, UNDER SOIL (BURIED) PIPELINES . 100 TO 540 DEG C

Generic name of the paint DFT (Microns) Method of


Application
3x125 Brush
Heat resistant Polysiloxane
Total DFT 375

12

Page 395 of 431


B) PAINTING SYSTEMS USING MANUAL CLEANING TO St2 OR POWER TOOL CLEANING TO
St3 AS SURFACE PREPARATION

SYSTEM –8 : FOR EXTERNAL SURFACE OF VESSEL, EQUIPMENT / COLOUMN / PIPING / ALL


STRUCTURAL UP TO 100 0C TEMP.

(All areas in refinery including, Pipe Track No 14 , Pipe Track No. 9, SRU, ARU, CRU, FCCU
(MEROX), CCU (Gas Treater), Pipe Track No. 7, CDU-VDU, HGU, Hydro Cracker, DHDS, New
SRU, LOBS, DM Water Plant, Pipe Track No. 4 & 5 (Along Road No. 4 Up To Road No. 5 &
Along Road No. 5 Up to Road No. 6), MINAS, SWPH, FLARE, JETTY, Jawahar Island &
Acid/Caustic Tanks).

Generic name of the paint DFT (Microns) Method of


Application
Self Priming Epoxy Mastic Paint 1 x 125 Brush
High build two pack ployamide cured 1 x 125 Brush
epoxy.

Aliphatic acrylic modified high solids 1 x 30 Roller/ Brush


weather resistant recoatable two pack
polyurethane (finish coat)
Total DFT 280

SYSTEM 9 : OLD SEA WATER COOLING TOWER/RMP CT AROUND COOLING TOWER OF 100
M RADIUS (SALT WATER SPRAY AREA)

Generic name of the paint DFT (Microns) Method of


Application
Self Priming Epoxy Mastic Paint 1 x 125 Brush
Low VOC (Volatile Organic Compounds) two 1 x 125 Brush
component internally flexibilised high build
surface tolerant epoxy pigmented with
Aluminium & Lamellar Micaceous Iron
oxide coating
Aliphatic acrylic high solids weather 1 x 30 Roller/ Brush
resistant recoatable two pack polyurethane
(finish coat)
Total DFT 280
Note: Salt water spray areas will require fresh water blasting or fresh water (Max.
Chloride content 50 ppm) mopping shall be carried out on Salt Water spray areas,
before application of primer, to remove the salts deposited on metal surface. Mopping
can be repeated before application of other coats to remove salts deposited on previous
coats, if such deposits are suspected

13

Page 396 of 431


SYSTEM-10 : FOR ALL AREAS IN REFINERY EXCEPT ABOVE INCLUDING
PUMPS/MOTORS/BLOWERS/ELECTRICAL PANELS.

Generic name of the paint DFT (Microns) Method of


Application
Self Priming Epoxy Mastic Paint 1 x 125 Brush
Aliphatic acrylic modified high solids 1X30 Brush
weather resistant recoatable two pack
polyurethane (finish coat)

Total DFT 155


OR
Epoxy Red Oxide Zinc Phosphate Primer 1 x 60 Brush
Synthetic Enamel Paint 2 x 25 Brush
Total DFT 110

SYSTEM –11: FOR INSULATED EQUIPMENTS /VESSELS/COLUMNS/PIPELINES


UPTO 200 0C TEMP.

Generic name of the paint DFT (Microns) Method of


Application

Two component high solid, High 2 x100 Brush


temperature(up to 200deg c dry heat)
phenolic epoxy coating

Total DFT 200

SYSTEM –12: FOR UN INSULATED EQUIPMENTS/ VESSELS/ COLOUMNS/ PIPE


LINES/FURNACES ABOVE 200 0C TEMP.

Generic name of the paint DFT Method of Application


(Microns)
Oleo resinous Based Heat Resistant 2 x 25 Brush
Aluminum Paint
(Temperature Resistance: up to 250 0C)
Silicon Based Heat Resistant Aluminum 2 x 20 Brush
Paint
(Temperature Resistance :400 – 600
0
C)
Total DFT 50 / 40
14

Page 397 of 431


SYSTEM –13: FOR INSULATED/ INSULATED TURBINES/ COMPRESSORS/ BLOWERS/
STACKS ABOVE 100 0C TEMP.

Generic name of the paint DFT Method of Application


(Microns)
Bituminous Stack Black 2 x 35 Brush
(Temperature Resistance:200 0C )

OR
Zinc Dust Graphite Paint 2 x 40 Brush
(Temperature Resistance:450 0C )

Total DFT 70/80

C) INTERNAL PAINTING OF EQUIPMENT AND STOTRAGE TANKS – Cu-SLAG BLASTING TO


Sa 2.5 (Min. Profile 50 microns) AS SURFACE PREPARATION

SYSTEM –14: FOR EQUIPMENT – STEAM DRUM/STEAM CONDENSATE POT

Generic Description DFT/Coat Method of Application


microns
Boiler composition interior paint(hot 2x35 brush
wet metal surface)

Total DFT 70

SYSTEM –15: FOR OVERHEAD PRODUCT ACCUMULATIONS EQUIPMENTS.

Generic name of the paint DFT Method of Application


(Microns)
Epoxy red oxide zinc phosphate 1x60 Brush
primer
Epoxy Glass Flake (Amine Adduct) 1 x 200 Brush
Total DFT 260

15

Page 398 of 431


SYSTEM –16: FOR EQUIPMENTS-KOD/AIR VESSEL (NORMALLY BOTTOM SECTION),
VESSELS CARRYING SALT WATER, EXCHANGER TUBE SHEET, FLOAT
HEAD AND CHANNELS COVERS OF COOLERS & CONDENSERS.
Note: surface preparation St2, St3 (manual/power tool cleaning shall be
accepted as suit to site condition)
Generic name of the paint DFT Method of Application
(Microns)
Epoxy Coal Tar Paint 2 x 100 Brush
Total DFT 200
SYSTEM –17: FOR LPG MOUNDED BULLETS (only from 4’o clock to 8’o clock position area)

Generic name of the paint DFT Method of Application


(Microns)
Two Component polyamide cured 1 X60 Brush / Spray
epoxy primer.
Two Component solvent free amine 2 X 300 Air less spray
cured epoxy coating.
Total DFT 660

SYSTEM-18 FOR GI SURFACES (EXCLUDING GALVANISED THICKNESS)


Note: surface preparation is only cleaning of dust/oil contamination.

PAINT TYPE DFT Method of


(Microns) Application
Wash etch primer 1X 08 Brush/roller
Epoxy red oxide zinc phosphate 1X60 Brush/roller
Aliphatic acrylic modified recoatable two 1X30 Brush/roller
pack polyurethane (finish coat)
Total DFT 98

SYSTEM 19: FOR PAINTING ON ALUMINUM/GI INSULATION CLADDING SHEET


Note: surface preparation is only cleaning of dust/oil contamination.
Generic name of the paint DFT Method of
(Microns) Application
Oil base Aluminum pigmented paint 1X20 Brush/Roller
Total DFT 20

16

Page 399 of 431


SYSTEM 20: FOR PAINTING OF STAINLESS STEEL SURFACES

SURFACE SURFACE PAINTING SYSTEM DFT (Microns)


TEMPERATURE PREPARATION
BELOW 0 Deg. a. ALUMINIUM SHEETING WITH ALUMINIUM FOIL AND
C TO ALL
MINUS b) CHLORIDE FREE MINERAL SEALANT CONTAINING BARIUM
TEMPERATURE CHROMATE SHALL BE APPLIED.

0 TO 120 SSPC-SP-10 (15-25 µ Two component 2X100


SURFACE PROFILE) epoxy phenolic
coating
121 TO 500 SSPC-SP-10 Silicon Based Heat 3X20
Resistant Aluminum
Paint

D) SPECIAL PAINTING SYSTEM

SYSTEM-22: EXTERNAL THERMAL INDICATIVE PAINT FOR COLD COLLECTOR VESSELS OF


REFORMER FURNACES (HGU & NHGU,FCCU REGENERATOR): ABRASIVE CU
SLAG SHOT BLASTING TO SA 2.5.
Generic name of the paint DFT Method of Application
(Microns)
Inorganic Zinc Ethyl Silicate Primer 1x60 Air Spray / Airless
A single pack, temperature indicating 2X25 Air spray
paint based upon a modified
silicone(Intertherm 715 of AKZONBEL
equivalent). (The colour to change from
green to blue at temperatures between
180-220°C (356-428°F), and from blue to
white at temperatures between 310-
350°C (590-662°F).

Total DFT 110

17

Page 400 of 431


SYSTEM-23: SEA COOLING WATER SERVICE INTERNAL LINING OG 30”NB DIA AND ABOVE IN
RMP UNITS: SURFACE PREPARATION: ABRASIVE CU SLAG SHOT BLASTING TO
SA 2.5.(DETAIL PROCEDURE SHALL GOT APPROVED FROM BPCL INSPECTION IN
LINE WITH INDICATIVE SYSTEM)

Generic name of the paint DFT Method of Application


(Microns)
Inorganic Zinc Ethyl Silicate Primer 1 x 70 spray
Solvent free, epoxy cured with 2X500 spray
polyamine/modified
polyamine/polyamine adduct coating
reinforced with chopped glass
fibre/flakes. SIGMAA GUARD CSF of Sigma
coatings, INTERLINE 985/995 of Akzo
Nobel, PLASMET of M/s Kirlosker,
JOTAPOX 26/MARATHON of Jotun Paints
or equivalent as approved.

Total DFT 1070

8.0 DETAILED PAINT SPECIFICATIONS

Zinc based paints

1) Inorganic Zinc ethyl silicate primer


Colour : Grey
Finish : Matt
Type : 2 pack inorganic ethyl silicate
Application : By brush or Airless spray
Dry film thickness/coat : 60 – 70 µm
Pigment (main) : Zinc 85 – 90% by wt. of the total pigments ]
Volume solids : 60 ± 2%
Area coverage (theoretical) : 6 to 7 sq.m/litre
Surface dry : 2 hrs.
Hard dry : 24 hrs.
Over coating : 24 hrs.
Recoatability : 24 hours
Full cure : 1 week.
Shelf life : Base - 12 months (minimum)
Zinc filler 24 months (minimum)
Temperature Resistance : 400 0C

18

Page 401 of 431


2) Epoxy red oxide zinc phosphate primer

Colour : Red
Finish : Semi gloss
Application : Airless/Airspray/Brush
Pigment (main) : Zinc phosphate content minimum 38- 40% by weight of
the total pigments
Epoxide equivalent : 450 – 500
Type of epoxy : Condensation product of bisphenol – A and
epichlorohydrin with terminal Epoxide groups.
Curing agent : Polyamide (amine value 210-230)
Volume solids : 50 ± 2 %
DFT : 60 - 70 microns
Area Coverage (Theoretical): 8 - 10 sq.m / litre
Surface dry : 8 hrs.
Hard dry : 24 hrs.
Recoatability : 24 hrs.
Full cure : 1 week
Shelf life : 12 months

Epoxy based paints

1) High build two pack ployamide cured epoxy


Colour : White /Grey
Finish : Semi Gloss
Type : Two Packs
Application : By brush or Air/Airless spray
Pigment (Main) : Titanium di-oxide (Anatase and zinc Phosphate in equal
amounts be added (50-60%) by weight of the total
pigments.)
Type of epoxy : Condensation product of bisphenol-A and
Epichlorohydrin with terminal Epoxide groups
Epoxide equivalent : 450-500
Curing agent : Polyamide (amine value 210-230)
Dry film thickness/coat : 100-150 µm
Volume solids : 60± 2%
Area coverage (theoretical) : 8 to 10 sq. m/ litre
Surface dry : 4 hrs.
Hard dry : 24 hrs.
Over coating : 24 hrs.
Recoatability : 24 hours.
Full cure : 1 week.
Shelf life : 12 months

19

Page 402 of 431


2) Epoxy coaltar paint

Colour : Brown/Black
Finish : Semi gloss
Application : Airless / Airspray / Brush
Volume solids : 64 ± 2%
Pigment : 20 - 22% by weight
Epoxide equivalent : 450 – 500
Type of epoxy : Condensation product of bisphenol –
A andepichlorohydrin with terminal Epoxide groups
Curing agent : Polyamide (amine value 210-230)
Curing agent + Epoxy content : 18 - 20 % by volume
Coaltar content : 35 - 40% by volume
DFT : 90-120 microns
Area Coverage (Theoretical) : 5-7 sq.m / litre
Surface dry : 8 hrs.
Hard dry : 24 hrs.
Recoatability : 24 hrs.
Full cure : 1 week
Shelf life : 6 months

3) Epoxy glass flake paint (amine adduct)

Colour : As desired
Finish : Semi-Glossy
Type : Two packs
Application : By brush or Airless spray
Dry film thickness/coat : 200– 210 µm
Volume solids : Approx. 90 ± 2%
Area coverage (theoretical) : 4 to 4. 5 sq.m/litre
Surface dry : 4 hrs.
Hard dry : 24 hrs.
Recoatability : 24 hours.
Over coating : 24 hrs.
Full cure : 1 week.
Shelf life : 12 months

4) Two pack Epoxy based tank liner

Colour : White/Grey
Finish : matt
20

Page 403 of 431


Type : Two pack
Application : By brush or Airless spray
Volume solids : 50 – 60%
Pigment volume
Concentration : 35 – 40%
Type of epoxy : Condensation product of bisphenol-A and
epichlorohydrin with terminal epoxide groups.
Epoxide equivalent : 120 – 200
Dry film thickness /coat : 120 - 130 microns
Spreading rate : 4 – 5 sq.m / litre
Surface dry : 2-3 hrs.
Hard dry : 6-8 hrs.
Recoatability : 24 hours.
Full cure : 5 days.
Shelf life : 12 months under sealed conditions

5) Self priming epoxy mastic paint

Colour : As desired
Finish : Semi-Glossy
Type : Two pack
Application : By brush or Airless spray
Dry film thickness/coat : 75– 125 µm
Volume solids : Approx. 80 ±2 %
Area coverage (theoretical) : 6 to10 sq.m/litre
Surface dry : 4 hrs.
Hard dry : 12 hrs.
Recoatability : 24 hours.
Full cure : 7 days.
Shelf life : 12 months

6) Amine Adduct Cured Epoxy Holding Primer

Colour : Red brown / greenish grey


Finish : Low Metallic Sheen
Type : Two pack
Application : By brush or Airless spray
Dry film thickness/coat : 60 µm
Volume solids : Approx. 60 ±2 %
Area coverage (theoretical) : 12 sq.m/litre
Surface dry : 2 hrs.
Hard dry : 12 hrs.
Recoatability : 8 hours.
Full cure : 7 days.
Shelf life : 24 months
21

Page 404 of 431


7) Solvent Free Epoxy

Colour : green
Finish : Glossy
Type : Two pack
Application : By brush or Airless spray
Dry film thickness/coat : 300 µm
Volume solids : Approx. 100 %
Area coverage (theoretical) : 3.3 sq.m/litre
Surface dry : 8 hrs.
Hard dry : 12 hrs.
Recoatability : 24 hours.
Full cure : 5 days.
Shelf life : 12 months

8) Two Component Polyamide cured Epoxy Primer

Color Yellow / Green


Finish Egg shell
Type Two Packs
Application Airless Spray, Air Spray, Brush, Roller
DFT per coat 60 microns
Volume Solids 57 %
Theoretical Coverage 11.4M² / Lt. @ 50 µ DFT
Touch Dry (25 Deg C) 1.5 hrs.
Hard Dry (25 Deg C) 3 hrs.
Minimum Over coating
Time 8 hrs.
Maximum Over coating
Time 7 days
Shelf Life 12 months

9 ) Two Component solvent free amine cured epoxy

Color Green / Off white


Finish Glossy
Type Two Packs
Application Airless Spray, Air Spray
DFT per coat 300 µ
Volume Solids 100 %
Theoretical Coverage 3.3 M² / Lt. @ 300 µ DFT
Touch Dry (25 Deg C) 8 hrs.

22

Page 405 of 431


Hard Dry (25 Deg C) 24 hrs
Minimum Over coating
Time 36 hrs.
Maximum Over coating
Time 7 Days
Shelf Life 12 months

10) Low VOC High build Surface tolerant Epoxy pigmented with Al,Micaceous iron oxide

Color Aluminum
Finish Egg Shell
Type Two Packs
Application Airless Spray, Air Spray, Brush, Roller
DFT per coat 125 ±25 microns
Volume Solids 80
5.30 square meters per liter at 150 microns
Theoretical Coverage DFT
Touch Dry (25 Deg C) 5 hours
Hard Dry (25 Deg C) 9 hours
Minimum Over coating
Time 9 hours
Maximum Over coating
Time 7 days to 4 weeks
Shelf Life 12 months

11) Two component high solid, high temperature phenolic Epoxy coating

Colour : Buff, light grey,light red


Finish : Glossy
Type : Two pack
Application : By brush or Airless spray
Dry film thickness/coat : 100-150µm
Volume solids : 66 %
Area coverage (theoretical) : 5 sq.m/litre
Surface dry : 6 hrs.
Hard dry : 16 hrs.
Recoatability : 24 hours.
Full cure : 5 days.
Shelf life : 12 months
dry heat : up to 200deg c

23

Page 406 of 431


12) Heat resistant Polysiloxane

Colour : range
Finish : Glossy
Type : Two pack
Application : By brush or Airless spray
Dry film thickness/coat : 125-200 µm
Volume solids : Approx. 75 %
Area coverage (theoretical) : 6 sq.m/litre for 125 µm
Surface dry : 4 hrs.
Hard dry : 5 hrs.
Recoatability : 5 hours.
Full cure : 7 days.
Shelf life : 12 months

Alkyd Based Paint

1) Synthetic enamel paint

Colour : As desired
Finish : High gloss
Application : Airless/Airspray/Brush
Volume solids : 40 ± 2 %
DFT : 25-35 microns
Area Coverage (Theoretical) : 11.4-16.0 sq.m / litre
Surface dry : 2 hrs.
Hard dry : 12 hrs.
Recoatability : 24 hrs.
Full cure : 48 hrs
Shelf life : 6 months

2) Oil based Aluminium paint

Colour : Metallic
Finish : Semi gloss
Application : Airless/Air spray/Brush
Volume solids : 40 ± 2 %
Aluminium content : 23-25 %
DFT : 20-25 microns
24

Page 407 of 431


Area Coverage (Theoretical) : 15-20 sq.m / litre
Surface dry : 1 hr.
Hard dry : 16 hrs.
Recoatability : 24 hrs.
Full cure : 48 hrs
Shelf life : 12 months

High temperature paints

1) Boiler composition

Colour : Black
Finish : Matt
Type : Single pack
Application : Brush
Volume solids : 40 ± 2 %
DFT : 35-40 microns
Area Coverage (Theoretical) : 11-14 sq.m / litre
Surface dry : 4-6 hrs.
Hard dry : 48 hrs.
Recoatability : 24 hrs.
Full cure : 48 hrs

2) Bituminous stack black

Colour : Black
Finish : Matt
Type : Single pack
Application : Brush
Volume solids : 40 ± 2 %
DFT : 30-40 microns
Area Coverage (Theoretical) : 11-14 sq.m / litre
Surface dry : 4 hrs.
Hard dry : 48 hrs.
Recoatability : 24 hrs.
Full cure : 48 hrs
Shelf life : 12 months
Temperature Resistance : 200 0C

3) Zinc dust graphite paint

Colour : Grey
Finish : Matt
Application : Brush / Spray
Zinc dust : 31 ±2 % by wt.
25

Page 408 of 431


Graphite : 24 ±2 %
Volume Solids : 40 ±2 %
DFT : 40-45 microns
Area Coverage (Theoretical) : 10-11 sq.m /litre
Surface dry : 12 hrs.
Hard dry : 12-14 hrs.
Recoatability : after 12 hrs. before 16 hrs.
Full cure : 18 hrs
Shelf life : 6 months.
Temperature Resistance : 450 0C

4) Oleoresinous based heat resistant Aluminium paint


Colour : Metallic
Finish : glossy
Type : Two pack
Application : Air spray/Brush
Volume solids : 40 ± 2 %
Aluminium content : 23-25 %
DFT : 20-25 microns
Area Coverage (Theoretical) : 19-22 sq.m / litre
Surface dry : 4 hrs.
Hard dry : 16 hrs.
Recoatability : 24 hrs.
Full cure : 48 hrs
Shelf life : 12 months
Temperature Resistance : 250 0C

5) Silicone Heat resistant Aluminum paint


Colour : Grey
Finish : Semi gloss
Application : Airless/Airspray/Brush
Volume solids : 28 ± 2 %
DFT : 20-25 microns
Area Coverage (Theoretical) : 11-14 sq.m / litre
Surface dry : 1 hr.
Hard dry : 16 hrs.
Recoatability : 24 hrs.
Full cure : 48 hrs.
Shelf life : 12 months
Temperature Resistance : 400 – 600 0C

6) Temperature indicating paint based upon modified silicone

Colour : Green (at ambient temperature)


Finish : Eggshell
26

Page 409 of 431


Application : Airless/Airspray/Brush
Volume solids : 42 %
DFT : 20-25 microns
Area Coverage (Theoretical) : 16 sq.m / litre
Surface dry : 1 hr.
Hard dry : 3 hrs.
Recoatability : 3 hrs.
Full cure : 3hrs.
Shelf life : 12 months

Polyurethane paints

1) Aliphatic acrylic modified high solids weather resistant polyurethane paint

Colour : As desired
Finish : Glossy
Type : Two packs
Application : By brush or Air/Airless spray
Pigment (Main) : Rutile titanium dioxide (30-40% by wt. of the
Total pigments.)
Type of resin : polyacrylate polyol
Curing agent : Aliphatic polyisocyanate
Dry film thickness/coat : 30– 75 µm
Volume solids : 45±2%
Area coverage (theoretical) : 11 to 14 sq.m/ litre
Surface dry : 1.5 hrs.
Hard dry : 6 hrs.
Over coating : 6 hrs.
Recoatability : 6hours.
Full cure : 1 week.
Shelf life : 6 months

9.0 BUILDING PAINTS

This section covers various building paints and also concrete and rebar coating

UNDERGROUND SURFACE
All under-ground surfaces shall be coated with 2 coats of coal tar epoxy

PLANT CONCRETE SURFACE:


Premium acrylic Anti carbonate painting (Sunext-8 of M/s Sunanda chemicals or equivalent) of
four coats on fresh surface; 2 coats on old surface.( note: after scrap cleaning fill the cracks
cavities with suitable polymer mortar like Poly fill AR/Polyalk EP.
27

Page 410 of 431


BUILDINGS & SHEDS

Important Buildings such


TYPE Sheds Other buildings as admin. bldg., control
rooms, main gate house
etc.
Building Cement based paint- 2 Cement based sandtex Antifungal, anti-algae
external coats over a coat of mat- 2 coats over a coat acrylic copolymer paint
primer. of primer.
Building Flat oil paint – 2 coats Acrylic distemper – 2 Acrylic emulsion/ plastic
internal over a coat of primer. coats over 2 coats of emulsion – 3 coats over 2
solvent thinnable coats of solvent thinnable
primer. primer.
Building ceiling Flat oil paint – 2 coats Acrylic distemper – 2 Acrylic distemper – 2 coats
over a coat of primer. coats over 2 coats of over 2 coats of solvent
solvent thinnable primer thinnable primer

Metal surface Synthetic enamel – 2 Anodizing / powder Anodizing / powder


coats over a coat of coating coating
primer.
Wooden Synthetic enamel –2 French polish –min.2 French polish –min. 2 coats
surface coats over a coatof coats or Synthetic or Synthetic enamel – 2
primer. enamel – 2 coats over a coats over a coat of wood
coat of wood primer. primer.
AC sheets Flat oil-2 coats over a
coat of primer
Cooilng water Coal tar epoxy-2 coats
sump/basin

10.0 STANDARD FOR COLOUR CODING OF PIPELINES/EQUIPMENT/STORAGE TANK

Non-uniformity of colour coding of pipelines in industrial installations causes faulty


manipulation of valves, cutting of lines, welding on line carrying hazardous or inflammable
material etc. resulting in to the destruction of property and injury to personnel. Uniformity of
colour promotes greater safety, lessens the chances of error and warns against the hazards
involved in the handling of material inside the pipelines.

28

Page 411 of 431


Identification of the particular contents of the pipelines is achieved by imposing suitable
colour bands on the ground colour. Letter writing as a mode of identification, is also
recommended for chemical industry, as this will reduce the possibility of mistakes in
identification. Lettering may include the contents by name, chemical formula, or
unmistakable and standard abbreviations.

10.1 This standard prescribes the colour scheme for the identification of the contents of pipelines
carrying fluids in the BPCL refinery.

This standard is not applicable to pipelines buried underground or used for electrical services.

PAINTS

Appropriate quality of paints conforming to relevant BPCL standards, wherever they exist,
shall be used for colour marking.

It is recommended that the paints used should produce a glossy finish.

COLOURS

In order to identify the contents of the pipelines, a large number of colour shades are
required. Recommendations regarding shades of colour that may be used are given in Table
1. Colours used should be near to the specified colour shade as possible.

TABLE – 1: DISTINCT SHADES OF COLOURS TO BE USED FOR CODING

COLOUR SHADE NO. AND ITS DESCRIPTION ACCORDING TO IS


5 – 1978.
Black Black
Blue 108 Aircraft Blue
174 Orient Blue
Brown 412 Dark Brown
413 Salmon Pink
414
Grey 692 Smoke Grey
Orange 592 international orange
Red 536 Fire Red
537 Signal Red

29

Page 412 of 431


Violet 796 Dark Violet
Yellow 309 Canary Yellow
358 Light Buff
362 Middle Stone
White White

IDENTIFICATION

The system of colour coding consists of ground colour and colour bands superimposed on it.

Ground colour
The ground colour identifies the basic nature of the fluid carried in the pipeline.

Colour Bands
Colour bands are superimposed on the ground colour to distinguish

a. one kind or condition of a fluid from another kind or condition of the same fluid, or
b. one fluid from another but belonging to the same group.

APPLICATION

Ground colour
Colour as given in Table III (wherever only one colour is mentioned) shall be applied
throughout the entire line including valves, junctions, joints, bends, service appliances,
bulkheads, etc.

Colour Bands
They shall be superimposed on the ground colour.

The recommended size of the colour bands is given below:

Outside Diameter of pipe Width of the band Distance between set of


or Covering Bands
mm. m.
Inch
1 to 3 inches 50 5
Above 3 to 12 inches 50 10
Above 12 to 24 inches 100 15
Above 24 inches 200 20

30

Page 413 of 431


The minimum gap shall be of 50mm between adjacent band.

For hot lines, which are insulated, painting of bands should be done in plain Aluminium sheet,
which can be easily screwed to the pipeline.

Valves shall be painted with the same colour as the main pipelines except the valves shall be
painted red for firefighting; yellow with black diagonal strips for warning of danger and
Brilliant green colour, to denote pipes carrying fresh water, either potable or non-potable.

The colour coding as prescribed in this standard for pipelines in BPCL refinery for general
services, process pipelines and pipelines conveying industrial gases (except pipelines
conveying medical gases) are given in Table – III.

ADDITIONAL IDENTIFICATION

When further identification is required, this may be done as per the requirement of Operation
Department.

10.2 Lettering

The recommended size of lettering for pipes of different diameters is given below:

Outside Diameter of pipe or Covering Size of legend


mm. mm.
20 to 30 10
Above 30 to 50 20
Above 50 to 80 30
Above 80 to 150 40
Above 150 to 250 63
Over 250 90

Direction of Flow

Where it is required to indicate the direction of flow, arrows or letters may be painted near
valves, junctions, walls etc. and at suitable intervals along the pipe. These shall be black or
white in colour and in contrast to the colour on which they are superimposed. If a label or
badge with codified indication is attached to the pipe, the direction of flow may be indicated
by the pointed end of the label or badge.
31

Page 414 of 431


VISIBILITY MARKINGS

Attention would be given to the visibility of colour markings and the letters. Where the
pipelines are located above the normal line of vision of the operator, the lettering should be
placed below the horizontal line of the pipe.

10.3 TABLE – III COLOUR CODE FOR PIPE LINES/EQUIPMENT IN BPCL REFINERY ( All colour code
bands /sign writing shall be with synthetic enamel paint)

A. UTILITES:

DESCRIPTION OF THE GROUND COLOUR COLOUR BANDS


PRODUCT
1. FIRE WATER FIRE RED (No.536) NIL
2. COOLING WATER SEA GREEN (No.217) NIL
3. RAW/DOMESTIC WATER BRILLIANT GREEN (No.221) NIL
4. DM WATER ALUMINIUM 1 BRILLIANT GREEN
(No.221)
5. BFW/CONDENSATE ALUMINIUM 2 BRILLIANT GREEN
(No.221)
6. DRINKING WATER ALUMINIUM 3 BRILLIANT GREEN
(No.221)
7. INSTRUMENT AIR AIR CARFT BLUE (No.108) NIL
8. PLANT AIR ORIENT BLUE (No.174) NIL
9. NITROGEN CANARY YELLOW (No.309) 1 BLACK BAND
10 15 KG STEAM ALUMINIUM 2 SIGNAL RED (No.537)
11. 3.5 KG STEAM ALUMINIUM 4 SIGNAL RED (No.537)
12. 1.0 KG STEAM ALUMINIUM 5 SIGNAL RED (No.537)
13. FLARE ALUMINIUM CANARY YELLOW (No.309)

B. PRODUCT RUNDOWN:

32

Page 415 of 431


1. FUEL GAS CANARY YELLOW (No.309) NIL
2. LPG ALUMINIUM 2 CANARY YELLOW (No.
309)
3. C3 STREAM ALUMINIUM 1 CANARY YELLOW (No.
309)
4. C4 STREAM ALUMINIUM 3 CANARY YELLOW (No.
309)
5. GASOLINE SALMON PINK (No.443) NIL
6. KEROSENE SMOKE GREY (No.692) NIL
7. ATF ALUMINIUM 4 ORIENT BLUE (No.174)
8. MT ALUMINIUM 4 SMOKE GREY (No.692)
9. HSD LIGHT BUFF (No.358) NIL
10 SBP 55/115 MIDDLE STONE (No.362) NIL
11 SBP 64/69 ALUMINIUM 1 MIDDLE STONE (No.362)
12 BENZENE WHITE NIL
13 TOULENE WHITE 4 MIDDLE STONE (No.362)
14 SLOPS SMOKE GREY (No.692) 1 BLACK
15 LSHS/FO/CLO ALUMINIUM 3 BLACK
16 NAPHTHA ALUMINIUM 1 SALMON PINK (No.443)

C. CHEMICALS:

1. CAUSTIC ALUMINIUM 1 DARK VIOLET (No.796)


2. HCL ACID ALUMINIUM 2 DARK VIOLET (No.796)
3. H2SO4 ACID ALUMINIUM 3 DARK VIOLET (No.796)
4. OTHERS DARK VIOLET (No.796) NIL

D. CRUDE DISTILLATION COMPLEX:

1. CRUDE ALUMINIUM NIL

33

Page 416 of 431


2. LPG ALUMINIUM 2 CANARY YELLOW
(No.309)
3. D4 BOTTOMS – HOT ALUMINIUM 1 SALMON PINK (No.443)
– COLD
4. HEAVY NAPTHA/SCN ALUMINIUM 4 SALMON PINK (No.443)
5. LK – 1 ALUMINIUM 1 SMOKE GREY (No.692)
6. LK – II ALUMINIUM 2 SMOKE GREY (No.692)
7. Hy KERO/HCP KERO ALUMINIUM 3 SMOKE GREY (No.692)
8. GO – I / LGO ALUMINIUM 1 DARK BROWN (No.412)
9. GO – III /HGO ALUMINIUM 3 DARK BROWN (No.412)
10. GO – IV ALUMINIUM 4 DARK BROWN (No.412)
11. LR ALUMINIUM 1 BLACK
12. VGO ALUMINIUM 2 BLACK
13. SR ALUMINIUM 3 BLACK
14. FO Ex B/H ALUMINIUM 4 NOS. BLACK

E. AROMATICS COMPLEX:

1. RFU FEED ALUMINIUM 1 SALMON PINK (No.443)


2. SPLITER – TOPS / IBP-60 ALUMINIUM 1 SALMON PINK (No.443)
&
1 CANARY YELLOW
(No.309)
3. SPLITTER – 2 ALUMINIUM 2 SALMON PINK (No.443)
TOPS/REFORMER FEED/
DSN
4. SPLITER – 2 ALUMINIUM 4 SMOKE GREY (No.692)
BOTTOMS
5. C3/C4 ALUMINIUM 2 CANARY YELLOW
(No.309)

34

Page 417 of 431


6. STABILIZER GAS CANARY YELLOW (No.309) NIL
7. REFORMATE/ARU FEED ALUMINIUM 3 SALMON PINK (No.443)
8. RAFFINATE ALUMINIUM 2 MIDDLE STONE (No.362)
9. EXTRACT ALUMINIUM 3 MIDDLE STONE (No.362)
10. SULFOLANE ALUMINIUM 1 INTERNATIONL ORANGE
(No.592)
11. HOT OIL ALUMINIUM 1 SIGNAL RED (No.537) & 1
BLACK
12. PROCESS WATER ALUMINIUM 4 BRILLIANT GREEN
(No.221)
13. BENZENE WHITE WHITE
14. TOLUENE WHITE 4 MIDDLE STONE (No.362)
15. MTBE WHITE 2 MIDDLE STONE (No.362)
16. HYDROGEN CANARY YELLOW (No.309) 1 SIGNAL RED (No.537)
17. SOUR GAS/H2S RICH GAS CANARY YELLOW (No.309) 2 SIGNAL RED (No.537)
18. METHANOL WHITE 1 SIGNAL RED (No.537)
19. DMDS WHITE 3 SIGNAL RED (No.537)

F. CCU / FCCU COMPLEX:

1. ACID GAS/H2S RICH CANARY YELLOW (No.309) 2 SIGNAL RED (No.537)


GAS
2. PROCESS WATER ALUMINIUM 4 BRILLIANT GREEN
(No.221)
3. CC GASOLINE SALMON PINK (No.443) NIL
4. IBP - 60 ALUMINIUM WITH 1 SALMON PINK
(No.443) & 1 CANARY
YELLOW(No.309)
5. LCO ALUMINIUM 1 ORIENT BLUE (No.174) &
1 DARK BROWN (No.412)
6. HCO ALUMINIUM 1 ORIENT BLUE (No.174) &

35

Page 418 of 431


2 DARK BROWN (No.412)
7. VGO ALUMINIUM 2 BLACK
8. CLO/MCB/SLURRY ALUMINIUM 3 BLACK
9. CAT LOADING LINES ZINC DUST GRAPHITE PAINT NIL
10. 40 KG STEAM ALUMINIUM 1 SIGNAL RED (No.537)
11. 5/7 KG STEAM ALUMINIUM 3 SIGNAL RED (No.537)
12. HYDRAULIC OIL / WHITE 1 BRILLIANT GREEN
FLUSHINGOIL /GLAND (No.221)
SEAL OIL
13. SOUR WATER ALUMINIUM 4 BRILLIANT GREEN
(No.221)
14. DEA WHITE 2 SIGNAL RED (No.537)
15. L IQUID SULPHERS WHITE 3 CANARY YELLOW
(No.309)

OTHER EQUIPMENT:

S. No.
SERVICE NEW COLOUR CODE (PU)
1. SAFETY VALVE YELLOW
2. COMPRESSORS Bus Grey (Dark Green)
3. PUMPS AND MOTORS Bus Green (Dark Green)
4. TURBINES & HIGH TEMP. PUPMPS HEAT RESITANT AL
5. STRUCTURES (GENERAL) Smoke GREY
6. LADDER STEPS, GRATINGS, CHECQ. PLATES BLACK
AND FOOR TRAFFIC AREA
7. HAND RAILING/CAGE ORANGE
9. EMERGENCY LIGHT FITTINGS FIRE RED
10. FLUE GAS STACK Aluminum

11.0 BRAND NAMES OF PAINTS (note: These are indicative; continuous change in
product name shall be considered during execution. Only six vendors’ brand
names are mentioned herewith as indicative, however other approved vendors
equivalent brands shall also be treated as accepted)
36

Page 419 of 431


Table 1

Sl. GENERIC NAME M/s Akzo Nobel M/s Jotun M/s Nerolac
No. OF PAINT
1. Zinc dust Graphite Paint Interzinc 78 (Zinc Resist 78 (Zinc
Silicate Primer) Silicate based) upto Nerolac Zinc
400ºC dust graphite
Paint

2. Silicone Heat Resistant Intertherm 50 Solvalitt (Upto 600


Aluminium Paint Up ºC) Nerotherm 538
0
to500 C
3. Synthetic Enamel Paint Interlac 1017 Pilot II
NSE / Neromin

4. Oil based Aluminium Paint Intertherm 891 Aluminium Paint


HR Nerolac Dual
Aluminium paint
5. Epoxy Coal tar Paint Intertuf 262 (Coal Penguard HB
Tar Epoxy (tarfree) Neropoxy coal
Alternate) tar
6. Chlorinated Rubber - Pioner Topcoat
(TiO2)Paint Nerochlor finish
paint
7. Epoxy Zinc Phosphate Red Intergard 906 Penguard HSP
Oxide Paint Neropoxy Red
oxide zinc
phosphate
primer
8. Epoxy Zinc Phosphate Intergard 906 Penguard HSP
TiO2 Paint Neropoxy zinc
phosphate
primer

9. Epoxy TiO2 – Cr2O3High - Penguard TC / FC


Build Paint Neropoxy Finish
paint

10. Aliphatic Polyurethane Interthane 138/ Hardtop XP /


Paint Interthane 990 Futura AS Nerothane
Enamel (PU)

11. Chlorinated Rubber With - Pioner Topcoat


TiO2 Pigment (Anatase) Nerochlor finish
37

Page 420 of 431


paint

12. Epoxy Glass Interline 850/ Jotamastic 87 GF


Flake Paint(Amine Adduct) Interline 925 Neromastic GFA
(Alternate)
13. Inorganic Zinc Ethyl Silicate Interzinc 78 Resist 78
Primer Nerosil

14. Epoxy Based Tank Interline 925/ Tankguard HB


Liner Interline 850 Neroline

15. Self Priming Epoxy Mastic Interseal 547 Jota Mastic Smart
Paints Pack Neromastic

16. Amine Adduct Cured Epoxy Interline 982 Tankguard


Holding Primer HB (Thinned) Neroline holing
primer

17. Solvent free epoxy Interline 925 Tankguard


412 / SF Neropoxy
solvent less
coating

18. Bituminous Stack Black Intertuf 16 ---


Nerolac HB
bituminous black

19. Boiler Composition Internal - ---


(Hot Wet Metal Surface) Nerolac Boilerite
interior

Table 1(Continued..)

Sl. GENERIC NAME OF PAINT ASIAN BERGER SIGMA


No. PAINTS PAINTS COATINGS
1. Zinc dust Graphite Paint Asian Zinc Dust - -
Graphite
Paint
2. Silicone Heat Resistant Aphotherm HR 500 Berger HR Silicone Sigmatherm 540
Aluminium Paint Up Aluminimum Paint 7564
to5000C
3. Synthetic Enamel Paint Apcomin Synthetic Berger Torpedo Sigma marine
Enamel Synthetic Enamel Enamel 7240
4. Oil based Aluminium Paint Asian Aluminium Berger Synthetic Sigma marine
38

Page 421 of 431


Paint HR Aluminium
2339 PQ- Aluminium HR7260
5. Epoxy Coal tar Paint Asian Coal Tar Epilux CTE Super Sigma cap
Epoxy Black coaltar EP 7686
6. Chlorinated Rubber Asian CR HB Linosol HB Chloro Sigma NUCOL
(TiO2)Paint Coating Finish finish 7308
7. Epoxy Zinc Phosphate Red Apcodur HB RO ZP Epilux 13 HB Primer Sigma epoxy
Oxide Paint Primer prime Build
coat 6821
8. Epoxy Zinc Phosphate Apcodur EHB ZB Epilux 610 HB Sigma cover CM
TiO2 Paint Primer Primer prime 7412
RO
9. Epoxy TiO2 – Cr2O3High Asian Epoxy HB - Sigma cover EP
Build Paint Coating HS Build
- C Green coat6823
10. Aliphatic Polyurethane Apcothane CP 674 Polyurethane Sigmadur 188
Paint coating 6824
11. Chlorinated Rubber With Asiachlor HB Linsol CR Paint Sigma NUCOL
TiO2 Pigment (Anatase) Coating unicoat 7321
12. Epoxy Glass Apcodur EP glass - Sigma guard CSF
Flake Paint(Amine Adduct) Flake glass flake
Amide cured 7954
13. Inorganic Zinc Ethyl Silicate Apcosil 605 ZS Zinc Anode 304 Sigma TORNUSIC
Primer MC 58 7558
14. Epoxy Based Tank Apcodur CF 699 Epilux 78 HBTL Sigma guard EHB
Liner 7433
15. Self Priming Epoxy Mastic Rust-O-Cap Berger protecto Sigma cover ST
Paints mastic 7428
16. Amine Adduct Cured Epoxy - - Sigma cover 522
Holding Primer
17. Solvent free epoxy - - Sigmaguard CSF
650
18. Bituminous Stack Black
19. Boiler Composition Internal
(Hot Wet Metal Surface)

39

Page 422 of 431


40

Page 423 of 431


12.0 PAINTING SYSTEMS FOR TANKS
Page 424 of 431

Surface
preparation
cu slag blating Primer / Paint - No. of coats x
SA 2.5 DFT (in microns)

INTERNAL
EXTERNAL
BOTTOM UNDERSID
SR. TANK (excluding ROOF LEG & TOP REMARKS,
PLATE & COMPLETE ROOF TRUSS E OF
NO. SERVICE the floating ROOF DRAIN SHELL IF ANY
1ST SHELL TANK UNDERSIDE ES BOTTOM
roof deck) PIPES COURSE
COURSE PLATES
1 Crude oil Epoxy Red Amine Amine Epoxy NIL NA Epoxy Coal Floating
tanks Oxide Zinc adduct adduct cured Coal Tar Tar Paint- roof tanks,
Phosphate cured epoxy Paint- 2x100 deck
Primer-1X60 epoxy holding 2x100 external to
Oil Based holding primer-1x60. be painted
Aluminum primer- with
Paint-2X20 1x60. Inorganic
Solvent free Zinc Ethyl
epoxy-2x300 Silicate
Solvent Primer-1x70
free epoxy- micr.
2x300 High build
two pack
ployamide
cured epoxy
(MID
COAT)-
2x100 micr
Note: A thin
layer of mist
coat
(approx. 30
to 40
microns) to
be sprayed
Page 425 of 431

first on top
of zinc
silicate
primer and
then
subsequent
coats to be
applied to
achieve
overall DFT.
Aliphatic
acrylic
modified
(isocynate
cured) high
solids
weather
resistant
recoatable
two pack
polyurethan
e (finish
coat) -
1x50
microns

42
2 Hexane & - do - Amine Amine Epoxy Amine NA Epoxy Coal --do-
Motor adduct adduct cured Coal Tar adduct Tar Paint-
spirit cured epoxy Paint- cured epoxy 2x100
Page 426 of 431

epoxy holding 2x100 holding


holding primer-1x60 primer-1x60
primer-
1x60 Epoxy Based Epoxy Based
Tank Liner- Tank Liner-
Epoxy 2x120 2x120
Based Tank
Liner-
2x120
3 Naptha, - do - Amine Amine Epoxy Amine Amine Epoxy Coal -do-
Kerosene adduct adduct cured Coal Tar adduct adduct Tar Paint-
Mineral cured epoxy Paint- cured epoxy cured 2x100
turpentine epoxy holding 2x100 holding epoxy
holding primer-1x60 primer-1x60 holdin
primer- g
1x60 Epoxy Based Epoxy Based primer
Tank Liner- Tank Liner- -1x60
Epoxy 2x120 2x120
Based Tank Epoxy
Liner- Based
2x120 Tank
Liner-
2x120
4 ATF -do_ Amine
- adduct cured
epoxy
holding
primer-1x60
-do-
Epoxy Based
43
Tank Liner-
2x120
Page 427 of 431

5 HSD,LDO,F - do - Amine Amine Amine Amine Amine Epoxy Coal


uel oil, adduct adduct cured adduct adduct adduct Tar Paint-
cycle oil cured epoxy cured cured epoxy cured 2x100
epoxy holding epoxy holding epoxy
holding primer-1x60 holding primer-1x60 holdin
primer- primer- g
1x60 Epoxy Glass 1x60 Epoxy Glass primer
Flake (Amine Flake -1x60
Epoxy Adduct)- Epoxy (Amine
Glass Flake 1x200 Glass Adduct)- Epoxy
(Amine Flake 1x200 Glass
Adduct)- (Amine Flake
1x200 Adduct)- (Amin
1x200 e
Adduc
t)- -do-
1x200
5 Slops and - do - Amine Amine Amine Amine Amine Epoxy Coal -do-
effluent adduct adduct cured adduct adduct adduct Tar Paint-
tanks cured epoxy cured cured epoxy cured 2x100
epoxy holding epoxy holding epoxy
holding primer-1x60 holding primer-1x60 holdin
primer- primer- g
1x60 Epoxy Based 1x70 Epoxy Based primer
Tank Liner- Tank Liner- -1x60
Epoxy 2x120 Epoxy 2x120

44
Glass Flake Glass Epoxy
(Amine Flake Based
Adduct)- (Amine Tank
Page 428 of 431

1x200 Adduct)- Liner-


1x200 2x120

6 Drinking - do - Amine Epoxy Coal


water,DM adduct cured Tar Paint-
water/Ra epoxy 2x100
w holding
water,Salt primer-1x60
water
Solvent free
epoxy 1X300
(Portable
water
certification
for drinking
water)
7 Bitumen - do - Two NA Amine Amine Amin Epoxy Coal
component adduct adduct e Tar Paint-
high solid cured cured epoxy adduct 2x100
High epoxy holding cured
temperatur holding primer-1x60 epoxy
e (up to primer- holdin
200deg c 1x60 Epoxy Based g
dry heat) Tank Liner- primer
phenolic Epoxy 2x120 -1x60
epoxy Based
coating.- Tank Epoxy
2x100 Liner- Based
microns 2x120 Tank
45
Liner-
2x120
Page 429 of 431

8 MTBE(Mo - do - Amine Amine Amine Amin Epoxy Coal


no- adduct adduct cured adduct e Tar Paint-
Tertiary cured epoxy cured adduct 2x100
Butyl epoxy holding epoxy cured
Ether) holding primer-1x60; holding epoxy
tanks primer- primer- holdin
1x60; Epoxy Glass 1x60 Amine g
Flake (Amine adduct primer
Epoxy Adduct)- Epoxy cured epoxy -1x60
Glass Flake 1x200 Based holding
(Amine Tank primer-1x60 Epoxy
Adduct)- Liner- Based
1x200 2x120 Epoxy Based Tank
Tank Liner- Liner-
2x120 2x120
9 Caustic - do - Amine Epoxy Coal
tanks adduct cured Tar Paint-
epoxy 2x100
holding
primer-1x60

Epoxy Based
Tank Liner-
2x120

46
10 LR/Waxy/ Two Amine Epoxy Coal
HGO/SR component Amine adduct Tar Paint-
high solid, adduct cured 2x100
Page 430 of 431

High cured epoxy


temperature epoxy holdin
(up to holding Amine g
200deg c dry primer- adduct primer
heat) 1x60 cured epoxy -1x60
phenolic holding
epoxy Epoxy primer-1x60 Epoxy
coating Based Based
-2x100 micrn Tank Epoxy Based Tank
Liner- Tank Liner- Liner-
NA NA 2x120 2x120 2x120

11 Benzene, Epoxy Red Two


Toluene, Oxide Zinc component
Methanol, Phosphate phenolic
Primer- epoxy
1x60micron , coating-
Oil Based 2x100
Aluminum microns
Paint-2X20

47
12 Lube oil - do - Amin Epoxy Coal
tanks e Tar Paint-
Amine adduct 2x100
Page 431 of 431

Amine adduct cured


adduct cured epoxy
cured epoxy holdin
epoxy holding Amine g
holding primer- adduct primer
primer- 1x60 cured epoxy -1x60
1x60 holding
Epoxy primer-1x60 Epoxy
Epoxy Based Based
Based Tank Tank Epoxy Based Tank
Liner- Liner- Tank Liner- Liner-
2x120 NA 2x120 2x120 2x120

48

You might also like