table of contents - eiltenders.eil.co.in/newtenders/userdata/doc_repository/a307/rfq/a30… ·...

167
Click on the Document Title to go to that section of the document Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR- 0515-98-RFQ 0 ENQUIRY DOCUMENT 2 A307-000-XR-MR- 0515 A HAZARDOUS AREA BULK MATERIAL 64 A307-000-16-50-TR- 0515 A INSTRUCTIONS TO VENDORS 73 A307-000-16-50-LL- 0510 A CHECKLIST 77 6-78-0001 0 Specification for Quality Mgt. System Requirements from Bidders 79 6-78-0003 0 Specification for Documentation Requirement from Suppliers 88 7-51-0221 4 Typical installation of hazardous area well glass lighting fixture. 100 6-81-1006 3 ITP for flameproof control stations 101 6-81-1008 2 ITP for flameproof lighting and power panels 106 6-81-1021 2 ITP for flameproof plugs, sockets and hand lamps 111 6-81-1061 3 ITP for hazardous area lighting fixture & junction boxes 116 6-51-0006 4 Specification for flameproof control stations. 122 6-51-0008 4 Specification for flameproof lighting and power panels 129 6-51-0021 4 Specification for flameproof plugs, sockets & hand lamps. 136 6-51-0061 4 Specification for hazardous area light fixtures and junctions boxes 144 A307-000-16-50-VR- 0515 A VDR FOR HAZARDOUS AREA EQPMNT 151 A307-000-16-50-DS- 0510 A FLAMEPROOF LIGHTING/POWER PANEL 155 A307-000-16-50-DS- 0511 C DATA SHEET- CONTROL STATION WIRING DIAG 156 A307-000-16-50-DS- 0512 A DATA SHEET- FLP MOV PANELS 157 A307-000-16-50-DS- 1001 D LIGHTING FIXTURE SCHEDULE 158 Page 1 of 167

Upload: others

Post on 06-May-2020

21 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

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

Table of ContentsDocument Number Rev. Document Title Page

NumberA307-000-XR-MR-0515-98-RFQ

0 ENQUIRY DOCUMENT 2

A307-000-XR-MR-0515

A HAZARDOUS AREA BULK MATERIAL 64

A307-000-16-50-TR-0515

A INSTRUCTIONS TO VENDORS 73

A307-000-16-50-LL-0510

A CHECKLIST 77

6-78-0001 0 Specification for Quality Mgt. System Requirements from Bidders 796-78-0003 0 Specification for Documentation Requirement from Suppliers 887-51-0221 4 Typical installation of hazardous area well glass lighting fixture. 1006-81-1006 3 ITP for flameproof control stations 1016-81-1008 2 ITP for flameproof lighting and power panels 1066-81-1021 2 ITP for flameproof plugs, sockets and hand lamps 1116-81-1061 3 ITP for hazardous area lighting fixture & junction boxes 1166-51-0006 4 Specification for flameproof control stations. 1226-51-0008 4 Specification for flameproof lighting and power panels 1296-51-0021 4 Specification for flameproof plugs, sockets & hand lamps. 1366-51-0061 4 Specification for hazardous area light fixtures and junctions boxes 144A307-000-16-50-VR-0515

A VDR FOR HAZARDOUS AREA EQPMNT 151

A307-000-16-50-DS-0510

A FLAMEPROOF LIGHTING/POWER PANEL 155

A307-000-16-50-DS-0511

C DATA SHEET- CONTROL STATION WIRING DIAG 156

A307-000-16-50-DS-0512

A DATA SHEET- FLP MOV PANELS 157

A307-000-16-50-DS-1001

D LIGHTING FIXTURE SCHEDULE 158

Page 1 of 167

Page 2: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 1 of 8

EI Bhawan Annexe, Bhikaiji Cama Place, RK Puram, New Delhi – 110 066, INDIA

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

REQUEST FOR QUOTATION (RFQ)

RFQ No. : SM/ A307-000-XR-MR-0515/98 Date: 14 – JAN -2015

Client : BHARAT PETROLEUM CORPN. LIMITED

Project: INTEGRATED REFINERY EXPANSION PROJECT AT KOCHI REFINERY

MR No.: A307-000-XR-MR-0515 Rev. A

Item: CONTROL STATION – FLAMEPROOF, JUNCTION BOXES (FLAMEPROOF), LIGHTING & DISTRIBUTION BOARD FLP), LIGHTING FITTINGS & ACCESSORIES (HAZARDOUS), PLUGS / SOCKETS HANDLAMPS (FLAMEPROOF)

Due Date & Time: 04-FEB-2015 & Up to 1200 Hrs. (IST)

UNPRICED BID OPENING:

At 1400 Hrs. (IST) on 04-FEB-2015 (at EIB - 5th Floor,

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

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

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

Gentlemen,

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

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

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

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

3. Special Notes for e-tendering:

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

(https://eprocure.gov.in/eprocure/app) only. b. All those vendors who have still not registered on the NIC Portal are required to register on the same

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

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

c. Only NIC registered vendors can upload their bids on the NIC portal. Therefore, all those bidders who have not complied with the above registration requirements will not be eligible to bid. NIC registered

Page 2 of 167

Page 3: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 2 of 8

bidders will be able to upload their bids from about one week before the bid due date up to Bid Due Date. However, an EIL enlisted vendor for the subject Limited RFQ who completes their NIC

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

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

d. The bid has to be necessarily submitted on the NIC Portal only. Inability of the bidders to upload their

bids on account of not completing the registration with NIC portal as mentioned above will not be a reason for seeking BDD extension.

e. Enlisted vendors of EIL who have completed the registration on NIC shall only be allowed to submit the

bids through NIC Portal. Therefore, it is in the interest of the bidders that they register on the NIC Portal at the earliest.

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

the vendor may contact the 24 X 7 CPP Portal helpdesk at Contact No. 1800 3070 2232 or Mobile No. +91-7878007972, +91-7878007973 and E-mail: [email protected].

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

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

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

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

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

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

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

11. Repeat Order is applicable to this RFQ / MR.

12. Delivery Period:- Within 06 Months on FOT Despatch Point Basis from the date of Fax of Acceptance. Date of LR/GR shall be considered the date of delivery.

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

14. The offer should be valid for 03 (Three) months from final bid due date.

15. Only E-Bids uploaded in the e-tendering portal (http://eprocure.gov.in/cppp) shall be acceptable. Physical bids and Bids/ Offer through Email or fax/ Telex/Telegraphic or Bids received in open

Page 3 of 167

Page 4: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 3 of 8

condition or Bids in any other mode shall not be accepted.

13. 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.

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

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

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

17 . As Purchaser intends to contract directly with suppliers of the goods for which bids are invited, the bids should be prepared by the suppliers and submitted directly. Purchaser reserves the right to reject offers made by intermediaries.

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

19 . 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.

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

21 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.

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

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

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

25 The Net Worth of the bidder should be positive as per the immediate preceding year's audited financial results. If the bidder is not meeting the above criteria their bid shall not be evaluated further. Bidders are therefore requested to furnish the Audited Financial Statement for the immediate preceding year including Profit & Loss Account.

Bidders are required to submit the complete audited financial report for the preceding financial year including balance sheet, profit and loss statements along with all relevant annexures required to assess the positive net worth of the bidder in that financial year. Failure to submit the same may render your bid liable for rejection.

In place of complete Annual Financial Documents required for the assessment of the Net Worth, the bidder can provide a certificate from any Practicing Chartered Accountant or their Statutory Auditor in case of foreign bidders and from statutory auditor in case of indigenous bidders that their net worth is positive as per the last audited financial statement as per

Page 4 of 167

Page 5: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 4 of 8

formula given in Appendix -II.

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

27 Category of MR:

i) Please note that this is a Category-I MR whereby no technical offers are invited and no correspondence shall be entered into or entertained after bid submission.

ii) No technical details of any nature shall be included in the offer and if the offer contains any technical deviations or clarifications or stipulates any technical specifications, the offer shall be liable for rejection.

iii) The submission of prices by vendor shall be construed to mean that the vendor has confirmed compliance with all technical specifications of the correspondence item.

Contact Persons for this RFQ are:

Mr Subhendu Mondal, DGM(C&P),

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

Mr. Naman Khanna, Engineer (C&P),

Phone No. +91-(0)11-2676-3875 & email: [email protected]

* Please specify RFQ. No. SM/ A307-000-XR-MR-0515/98 in all Correspondence.

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

Bharat Petroleum Corporation Limited

(SUBHENDU MONDAL) DEPUTY GEN. MANAGER(C&P) ENGINEERS INDIA LIMITED Enclosure: As per List Attached

Page 5 of 167

Page 6: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 5 of 8

LIST OF ENCLOSURES

DOCUMENT

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

B) Appendix I : Provisions for Micro And Small Enterprises under PPP, 2012

C) Appendix II : Net Worth Criteria

D) Price Schedule Format (For Indian Bidders)

E) Commercial document:

i) Agreed Terms & Conditions (For Indian Bidders)

ii) Special Instruction to Bidders (SIB)

iii) General Purchase Conditions (Indian)

iv) Proforma of Bank Guarantee (Performance)

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

vi) Integrity Pact

F) Technical document MR No. A307-000-XR-MR-0515 REV.A

Page 6 of 167

Page 7: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 6 of 8

Proforma of Letter of Authority

for Attending Unpriced / Priced Bid Opening

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

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

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

……………..….……………………… (Item Name)

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

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

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

Yours faithfully,

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

Note:

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

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

Page 7 of 167

Page 8: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 7 of 8

APPENDIX-I

PROVISIONS FOR MICRO AND SMALL ENTERPRISES UNDER PPP, 2012

i) In Tender, participating Micro and Small Enterprises quoting price within price band of L1+15%

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

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

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

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

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

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

documentary evidence in this regard.

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

If the bidder does not provide the above confirmation or appropriate document or any evidence, then it will be presumed that they do not qualify for any preference admissible in the Public Procurement Policy (PPP), 2012. Note :- The provisions for micro & small enterprises under PPP, 2012 mentioned above shall only

be applicable for such items for which evaluation shall be done on item wise basis and the same shall not be applicable for items for which group wise / block wise (more than one tag/ item) evaluation is to be done

Page 8 of 167

Page 9: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 8 of 8

Appendix-II

NET WORTH CRITERIA

Net Worth 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 net worth shall be all reserves created out of the profits and securities premium account but shall not include reserves created out of revaluation of assets, write back of depreciation and amalgamation.

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

Accordingly, the definition of Net Worth shall be as follows:

(A) Paid up share capital

A1 Add: Share application Money pending allotment

A2 Add: Reserves (As defined above’)

A3 Less: Accumulated Losses

A4 Less: Deferred Revenue expenditure to the extent not written off

NET WORTH = [A+A1+A2-A3-A4]

NOTE: Indian Central Public Sector Undertakings / Enterprises are exempted from the above requirement of Net Worth.

Page 9 of 167

Page 10: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

NOTES:

2.Price Schedule contains total 06 pages .

1. 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.

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

required by bidder for subject item the same shall be procured under TPIA (Lloyds/BV/DNV/TUV/CEIL) inspection in the country of origin and the quoted prices shall be

inclusive of the same.

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

Evaluation shall be done on itemwise basis (Supply + Transportation).

In case of discrepancy / anomaly, if any, in the description and quantity of items provided in this price schedule vis-à-vis the Material Requisition (MR), the description

and quantity as specified in the MR shall prevail.

Bidder to confirm that he has noted the contents of the Preamble to the Price Schedule, Price Schedule, RFQ, Material Requisition etc and quoted his prices

accordingly without any deviation.

Bidder to submit their offer considering quantity of drums in accordance with clause no. B3 of Special Instructions to vendors of MR.

Bidder to submit their offer considering quantity of cables in accordance with clase no. B4 of Special Instruction to Vendors of MR.

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

Bidder to clearly indicate 'Quoted' or "Not 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.

Bidder shall furnish prices/details as above, in accordance with Instructions To Bidders/ Request for Quotation.

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

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

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

PREAMBLE TO PRICE SCHEDULE (INDIAN BIDDER)

RFQ NO. SM/A307-000-XR-MR-0515/98

ITEM : CONTROL STATION – FLAMEPROOF, JUNCTION BOXES (FLAMEPROOF), LIGHTING & DISTRIBUTION BOARD FLP), LIGHTING FITTINGS & ACCESSORIES

(HAZARDOUS), PLUGS / SOCKETS HANDLAMPS (FLAMEPROOF)

NAME OF BIDDER: M/s -------------------------------------

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

Bidder must quote Freight charges inclusive of Service Tax and Educational Cess for each item in the space provided in the price schedule.

Page 1 of 6

Page 10 of 167

Page 11: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

RFQ NO. SM/A307-000-XR-MR-0515/98

ITEM

SL.

NO.

AS

PER

MR.

QTY

(Meters)

UNIT Price

on FOT

Despatch

Point Basis

incl. of P & F

(in Rs.)

TOTAL Price on

FOT Despatch

Point Basis

incl. of P & F (in

Rs.)

UNIT

Transportation

Charges upto

Project Site

Inclusive of

Service Tax + Ed.

Cess. (in Rs.)

TOTAL

Transportation

Charges upto

Project Site

Inclusive of

Service Tax + Ed.

Cess. (in Rs.)

01.00

01.01 LLEX3LWHZDZZZZZZ

LTG. FIXTURE & ACCS, Ex'nR', TEMP. CL.: T3, WITHOUT

CONTROL GEAR, WELL GLASS, HPMV, 125 W (Exn'R'-4) 3600

01.02 LLEX3LFHZGZZZZZZ

LTG. FIXTURE& ACCS, Ex'nR', TEMP. CL.:T3, WITHOUT

CONTROL GEAR, FLOOD LIGHT, HPMV, 250 W (Exn'R'-7) 50

01.03 LLDA3LWSZCZZZZZZ

LTG. FIX&ACCS, FLP, GRP IIA-IIB, T3, WELL GLASS, LED-40 W

(MINIMUM), 110V DC (LED 3) WITH JB &LAMPS 75

01.04 LLDA3LWSZFZZZZZZ

LTG. FIX&ACCS, FLP, GRP IIA-IIB,T3, WELL GLASS, LED-40 W

(MINIMUM), 230V AC(LED 3) WITH JB &LAMPS 250

01.05 LLDA3LWHZDZZZZZZ

LTG. FIXTURE & ACCS, FLP, GRP IIA-IIB, TEMP. CL.: T3, W/O

CONTROL GEAR, WELL GLASS,HPMV,125 W(FLP-4) 950

01.06 LLDA3MZZZQZZZZZZ

LTG. FIXTURE,ACCS, FLP, GRP IIA IIB, T3, TWIN AVIATION

MARKER, (FLP12) 60

01.07 LLDC3LWSZCZZZZZZ

LTG.FIX&ACCS, FLP,GRP IIC, T3, WELL GLASS, LED-40 W

(MINIMUM), 110 V DC(LED 4) WITH JB & LAMPS 10

01.08 LLDA3LWHZHZZZZZZ

LTG.FIXTURE & ACCS, FLP,GRP IIA-IIB,TEMP. CL.:T3,W/O

CONTROL GEAR, HPMV,400 W (FLP-5b) 60

01.09 LLDC3LFHZGZZZZZZ

LTG.FIXTURE & ACCS, FLP,GRP IIC,TEMP. CL.:T3,FLOOD

LIGHT, W/O CONTROL GEAR, HPMV,250 W (FLP-IIC-7) 5

01.10 LLDC3LWHZDZZZZZZ

LTG.FIXTURE & ACCS,FLP,GRP IIC,TEMP. CL.:T3,WELL GLASS,

W/O CONTROL GEAR, HPMV,125 W (FLP-IIC-3) 500

01.11 LLDC3MZZZQZZZZZZ

LTG.FIXTURE, ACCS, FLP, GRP IIC,T3, TWIN AVIATION

MARKER, (FLP-IIC-12) 25

01.12 LLEX3LWHZGZZZZZZ

LTG. FIXTURE & ACCS, Ex'nR', TEMP. CL.: T3, WITH SEPARATE

CG ,WELL GLASS,HPMV,250 W (Exn'R'-5) 40

01.13 LLEX3LWHZHZZZZZZ

LTG.FIXTURE & ACCS, Ex'nR', TEMP. CL:T3, WITHOUT

CONTROL GEAR,WELL GLASS,HPMV,400 W (Exn'R'-6) 80

Supply of CONTROL STATION – FLAMEPROOF, JUNCTION BOXES (FLAMEPROOF), LIGHTINH &

DISTRIBUTION BOARD FLP), LIGHTING FITTINGS & ACCESSORIES (HAZARDOUS), PLUGS /

SOCKETS HANDLAMOS (FLAMEPROOF) for following Tags/ Items as per complete scope mentioned in

Material Requisition No. A307-000-XR-MR-0515 REV. A

NAME OF BIDDER: M/S __________________________

PRICE SCHEDULE (INDIAN BIDDER)

ITEM : CONTROL STATION – FLAMEPROOF, JUNCTION BOXES (FLAMEPROOF), LIGHTING & DISTRIBUTION BOARD FLP), LIGHTING

FITTINGS & ACCESSORIES (HAZARDOUS), PLUGS / SOCKETS HANDLAMPS (FLAMEPROOF)

TAG NO. / DESCRIPTION

Page 2 of 6Page 11 of 167

Page 12: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

RFQ NO. SM/A307-000-XR-MR-0515/98

ITEM

SL.

NO.

AS

PER

MR.

QTY

(Meters)

UNIT Price

on FOT

Despatch

Point Basis

incl. of P & F

(in Rs.)

TOTAL Price on

FOT Despatch

Point Basis

incl. of P & F (in

Rs.)

UNIT

Transportation

Charges upto

Project Site

Inclusive of

Service Tax + Ed.

Cess. (in Rs.)

TOTAL

Transportation

Charges upto

Project Site

Inclusive of

Service Tax + Ed.

Cess. (in Rs.)

NAME OF BIDDER: M/S __________________________

ITEM : CONTROL STATION – FLAMEPROOF, JUNCTION BOXES (FLAMEPROOF), LIGHTING & DISTRIBUTION BOARD FLP), LIGHTING

FITTINGS & ACCESSORIES (HAZARDOUS), PLUGS / SOCKETS HANDLAMPS (FLAMEPROOF)

TAG NO. / DESCRIPTION

01.14 LLDC3LWHZHZZZZZZ

LTG.FIXTURE & ACCS,FLP,GRP IIC, TEMP CL:T3, W/O

CONTROL GEAR, WELL GLASS, HPMV, 400 W (FLP-IIC-5b) 60

01.15 LLDA3DWHZGZZZZZZ

LTG.FIXTURE & ACCS, FLP, GRP IIA-IIB, TEMP

CL:T3,SEPARATE CONTROL GEAR,WELL GLASS,HPMV,250

W(FLP-5) 45

01.16 LLDA3LFHZGZZZZZZ

LTG.FIXTUE & ACCS,FLP,GRP IIA-IIB, TEMP CL:T3, FLOOD

LIGHT,HPMV,250 W (FLP-7) 30

01.17 LLDC3LWSZFZZZZZZ

LTG.FIX&ACCS,FLP,GRP IIC, TEMP CL:T3, WELL GLASS, LED-

40 W (MINIMUM), 230V AC(LED 4), WITH JB &LAMPS 85

01.18 LLEX3GGGZDZZZZZZ CONTROL GEAR BOX, 125 W, FLP, GRP IIA-IIB, TEMP. CL.:T3 4550

01.19 LLEX3GGGZGZZZZZZ CONTROL GEAR BOX, 250 W, FLP, GRP IIA-IIB, TEMP. CL.:T3 165

01.20 LLDC3GGGZDZZZZZZ CONTROL GEAR BOX, 125 W, FLP,GRP IIC,TEMP. CL.: T3 500

01.21 LLDC3GGGZGZZZZZZ CONTROL GEAR BOX, 250 W, FLP,GRP IIC,TEMP. CL.: T3 5

01.22 LLDA3GGGZHZZZZZZ CONTROL GEAR BOX, 400W, FLP,GRP IIA-IIB,TEMP. CL.: T3 140

01.23 LLDC3GGGZHZZZZZZ CONTROL GEAR BOX, 400W, FLP, GRP IIC, TEMP CL:T3 60

01.24 LLDA3HZZZRZZZZZZ

240V-3 PIN-15A SOCKETS, FLAMEPROOF, GRP.IIA-IIB, TEMP.

CL.: T3 600

01.25 LLDC3HZZZRZZZZZZ

240V-3 PIN-15A PLUGS, FLAMEPROOF, GRP.IIA-IIB, TEMP.

CL.:T3 600

01.26 LLDA3KZZZPZZZZZZ

415V- 5 PIN- 63A SOCKETS, FLAMEPROOF, GRP IIA-IIB, TEMP.

CL.:T3 10

01.27 LLDA3PZZZPZZZZZZ

415V- 5 PIN- 63A PLUGS, FLAMEPROOF, GRP IIA-IIB, TEMP.

CL.: T3 10

01.28 LL

240V-3 PIN-15A SOCKETS, FLAMEPROOF, GRP.IIC, TEMP. CL.:

T3 80

01.29 LL1 240V-3 PIN-15A PLUGS, FLAMEPROOF, GRP.IIC, TEMP. CL.: T3 80Page 3 of 6Page 12 of 167

Page 13: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

RFQ NO. SM/A307-000-XR-MR-0515/98

ITEM

SL.

NO.

AS

PER

MR.

QTY

(Meters)

UNIT Price

on FOT

Despatch

Point Basis

incl. of P & F

(in Rs.)

TOTAL Price on

FOT Despatch

Point Basis

incl. of P & F (in

Rs.)

UNIT

Transportation

Charges upto

Project Site

Inclusive of

Service Tax + Ed.

Cess. (in Rs.)

TOTAL

Transportation

Charges upto

Project Site

Inclusive of

Service Tax + Ed.

Cess. (in Rs.)

NAME OF BIDDER: M/S __________________________

ITEM : CONTROL STATION – FLAMEPROOF, JUNCTION BOXES (FLAMEPROOF), LIGHTING & DISTRIBUTION BOARD FLP), LIGHTING

FITTINGS & ACCESSORIES (HAZARDOUS), PLUGS / SOCKETS HANDLAMPS (FLAMEPROOF)

TAG NO. / DESCRIPTION

01.30 LLDA3KZZZMZZZZZZ

240/24V, 100VA TRANSFORMER UNIT FLAMEPROOF, GRP IIA-

IIB, T3, AS PER CLAUSE:6.3 OF SPEC. 6-51-0021 70

01.31 LLDA3PZZZMZZZZZZ

24V HANDLAMPS FLAMEPROOF, GRP IIA-IIB, TEMP. CL.:T3, AS

PER CLAUSE:6.4 OF SPEC.-6-51-0021 70

01.32 LLDA3J4ZZZZZZZZZ

4 WAY JUNCTION BOX, FLAMEPROOF, GRP IIA IIB, TEMP.

CL.:T3 180

01.33 LLDC3J4ZZZZZZZZZ 4 WAY JUNCTION BOX, FLAMEPROOF, GRP IIC, TEMP. CL.:T3 50

01.34 LLDA3JBZZZZZZZZZ

6 WAY,15A, 110V DC, JUNCTION BOX SUITABLE FOR GAS GR:

IIA/IIB, TEMP. CL.: T3 WITH CABLE GLANDS&PLUGS 10

01.35 LPDA3ZZZZZ4AB22Z

12 WAY LTG.& PWR PNLS, FLP, GRP IIA-IIB,T3, 1 NO.TPN, 4 P,

40A I/C MCB, 12 NOS. SPN, 2P,16A O/G MCB 125

01.36 LPDA3ZZZZZ4AC21Z

18 WAY LTG.& PWR PNLS, FLP, GRP IIA-IIB,T3, 1 NO.TPN,4

P,63 A I/C MCB,18 NOS. SPN O/G FDRS 55

01.37 LPDC3ZZZZZ4AC22Z

18 WAY LTG & PWR PNLS, FLP, GRP IIC, T3, 1 NO. TPN,4 P, 63

A, I/C MCB, 18 NOS. SPN O/G FDRS 5

01.38 MOV PNL

FLP MOV PNL GRP IIA-IIB, TEMP. CLASS T3, 1 NO. TPN I/C, 12

NOS. TPN SFU O/G 50

01.39 LSDA3B2ZZZZZZZZZ

LCS WITH OPEN&CLOSE PB FLP, GRP IIA/IIB, T3 (TYPE B1 AS

PER DS-0511) 70

01.40 LSDA3B1ZZZZZZZZZ

LCS WITH START, STOP PB & AMMETER, FLP, GRP IIA/IIB, T3,

(TYPE C1 AS PER DS-0511) 85

01.41 LSDA3D0ZZZZZZZZZ

LCS WITH START,STOP PB & L-O-R SELECTOR SWITCH,

FLP,GRP IIA/IIB,T3 (TYPE D1 AS PER DS-0511) 90

01.42 LSDA3G0ZZZZZZZZZ

LCS WITH START,STOP PB,AMMETER & L-O-R SELECTOR

SWITCH, FLP,GRP IIA/IIB,T3 (TYPE E1 AS PER DS-0511) 45

01.43 LCS A2 IIC

LCS WITH EMGERGENCY STOP PB, FLP, GRP IIC, T3 (TYPE:A2

AS PER DS-0511) 60

01.44 LCS A3

LCS WITH CLOSE PB, FLP, GRP IIC, T3 (TYPE:A3 AS PER DS-

0511) 60

Page 4 of 6Page 13 of 167

Page 14: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

RFQ NO. SM/A307-000-XR-MR-0515/98

ITEM

SL.

NO.

AS

PER

MR.

QTY

(Meters)

UNIT Price

on FOT

Despatch

Point Basis

incl. of P & F

(in Rs.)

TOTAL Price on

FOT Despatch

Point Basis

incl. of P & F (in

Rs.)

UNIT

Transportation

Charges upto

Project Site

Inclusive of

Service Tax + Ed.

Cess. (in Rs.)

TOTAL

Transportation

Charges upto

Project Site

Inclusive of

Service Tax + Ed.

Cess. (in Rs.)

NAME OF BIDDER: M/S __________________________

ITEM : CONTROL STATION – FLAMEPROOF, JUNCTION BOXES (FLAMEPROOF), LIGHTING & DISTRIBUTION BOARD FLP), LIGHTING

FITTINGS & ACCESSORIES (HAZARDOUS), PLUGS / SOCKETS HANDLAMPS (FLAMEPROOF)

TAG NO. / DESCRIPTION

01.45 LCS C2 IIC

LCS WITH START/OPEN PB, FLP, GRP IIC, T3 (TYPE:C2 AS PER

DS-0511) 220

01.46 LCS E2 IIC

LCS WITH EMGERGENCY CLOSE PB + INDICATION LAMP, FLP,

GRP IIC, T3 (TYPE:E2 AS PER DS-0511) 10

01.47 LCS A2 IIA/IIB

LCS WITH EMERGENCY STOP PB, FLP, GRP IIA/IIB, T3 (TYPE:

A2 AS PER DS-0511) 45

01.48 LCS B2 IIA/IIB

LCS WITH OPEN & CLOSE PB, FLP, GRP IIA/IIB, T3 (TYPE: B2

AS PER DS:0511) 15

01.49 LCS E3 IIA/IIB

LCS WITH EMERGENCY CLOSE PB, MOV INDICATING

LAMP,FLP, GRP IIA/IIB, T3 (TYPE: E3 AS PER DS-0511) 65

01.50 LCS B1 IIC

LCS WITH OPEN&CLOSE PB FLP, GRP IIC, T3 (TYPE B1 AS

PER DS-0511) 25

01.51 LSDC3E4ZZZZZZZZZ

LCS WITH EMERGENCY CLOSE PB, FLP, GRP IIC, T3 (TYPE E4

AS PER DS-0511) 7

2 Bidder to furnish itemised price list for each tag no. as per MR in the

Format enclosed with this price schedule in the separate folder provided

in E-tender portal.

Supply of two years operation and Maintenance Spares, as per MR.

Page 5 of 6Page 14 of 167

Page 15: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

FORM-2

RFQ NO. SM/A307-000-XR-MR-0515/98

For Item Sl

. No. as per

MR

Description

of Imported

Items

Qty.

(Unit____)

*(1)

CUSTOM

TARIFF

NO.

BASIC

CUSTOMS

DUTY (%)

CVD + EDU.

CESS ON

CVD (%)

EDU. CESS

ON

CUSTOM

DUTY (%)

SAD (%) TOTAL CUSTOM

DUTY (%)

1 2 3 4 5 6 7 8 9

For Item

SL. No

01.00

TOTAL CIF VALUE

DESCRIPTION CIF value of Import

Content included in

quoted supply

prices for column

(2) Qty.

(In Rs)

RATE OF IMPORT DUTY INCLUDED IN QUOTED SUPPLY PRICES

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

ENCLOSURE TO PRICE SCHEDULE FOR SUPPLY

NAME OF BIDDER: M/S __________________________

ITEM : CONTROL STATION – FLAMEPROOF, JUNCTION BOXES (FLAMEPROOF), LIGHTING & DISTRIBUTION BOARD FLP), LIGHTING FITTINGS & ACCESSORIES

(HAZARDOUS), PLUGS / SOCKETS HANDLAMPS (FLAMEPROOF)

FORMAT - "CIF/CD"

Page 15 of 167

Page 16: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

A307_ATC (I) Page 1 of 8

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

BHARAT PETROLEUM CORPORATION LTD IREP-Kochi Refinery

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

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

RFQ No.: __________________________________________________________________

Supplier’s Offer Ref No. & Date: ______________________________________________________

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

Contact Person: ___________________________ E-mail _________________________________

1. ALL CORRESPONDENCE MUST BE IN ENGLISH LANGUAGE ONLY.

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

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

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

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

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

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

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

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

1.

i)

Price Basis:

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

Confirmed

ii) Specify Despatch Point

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

a)

b)

Freight Charges:

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

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

a) Confirmed , Quoted in Price

Schedule

b) Confirmed

iv) Insurance:

a) For Supply Only

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

Confirmed

Page 16 of 167

Page 17: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

A307_ATC (I) Page 2 of 8

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

b) For Supply + Site Work

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

Confirmed

2.

a.

b.

c.

d.

e. f.

g.

h.

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

_________________

………..%

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

3.

a.

b.

c.

d.

e.

Sales Tax applicable extra on finished goods:

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

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

…………%

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

………….%

Confirmed

Confirmed

Confirmed

Page 17 of 167

Page 18: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

A307_ATC (I) Page 3 of 8

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

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

Confirmed

4. Octroi / Entry Tax:

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

Confirmed

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

Confirmed

6.

a.

Spares Parts:

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

i) Mandatory Spares are quoted as per MR.

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

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

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

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

Confirmed

Confirmed (if Applicable as per MR)

Confirmed (if Applicable as per MR)

Confirmed (if Applicable as per MR)

Confirmed (if Applicable as per MR)

Confirmed (if Applicable as per MR)

7.

a.

b.

c.

d.

Site Work:

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

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

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

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

Confirmed

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

Confirmed

Confirmed

Page 18 of 167

Page 19: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

A307_ATC (I) Page 4 of 8

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

e.

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

Confirmed

8.

a.

b.

c.

d.

e.

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

Confirmed, Quoted in Price Schedule

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

Confirmed

Noted & Confirmed

Noted & Confirmed

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

Confirmed

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

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

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

applicable reduction.

Confirmed

Confirmed

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

Confirmed

12.

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

Confirmed

Page 19 of 167

Page 20: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

A307_ATC (I) Page 5 of 8

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

13.1 a.

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

Confirmed (If Applicable as per MR)

13.2 MSE BIDDERS:

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

(Please tick whichever is applicable)

b In case bidder is a MSE bidder, they must submit documentary evidence for the same duly certified by Statutory Auditor of the bidder or a practicing 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.

_________________

c In case bidder does not submit duly authenticated

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

Confirmed

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

Confirmed

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

Confirmed

15.

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

Bank Guarantee for 10% of total order value valid till full guarantee period plus 3 (Three) months as per respective clause(s) given in SIB.

b) The Performance Bank Guarantee shall be strictly as per

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

Confirmed

Confirmed

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

Confirmed

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

Confirmed

18. a.

b.

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

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

required in the Material Requisition.

Confirmed

Confirmed

Page 20 of 167

Page 21: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

A307_ATC (I) Page 6 of 8

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

c.

iii) Inclusive of all statutory certification charges PESO/CCOE

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

Confirmed

Confirmed

IBR Approved

Confirmed

19.0

19.1

a.

b.

c.

d.

e. f.

g.

h.

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

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

Confirmed

Refer Annexure to Price Schedule

Refer Annexure to Price Schedule

Refer Annexure to Price Schedule

Confirmed

Noted

Confirmed

Confirmed

i. j.

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

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

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

Confirmed

Confirmed

Page 21 of 167

Page 22: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

A307_ATC (I) Page 7 of 8

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

k. l.

19.2 i. ii

Iii

iv

The CIF Value(s) indicated by the vendor shall be deemed to be the maximum value(s) for the purpose of payment of variation in custom duty and/or other statutory variations, if any, thereon. Variation in price due to Customs duty rate will be dealt separately after receipt of material at site, against documentary evidence. Imported finished good/ item directly dispatched from port: Is it your offer is based on certain imported finished goods/ items/ materials directly despatched from port of entry (India) In case material is directly dispatched from port of entry (India) is required then bidder’s quoted equipment/ system/ materials prices shall not be inclusive of CVD & SAD and the same shall be payable extra by Purchaser against submission of cevatable documentary evidence. Hence, quoted prices are exclusive of CENVAT benefit. In case material is directly dispatched from port of entry (India), CVD/ SAD amount shall be reimbursed subject to submission of bill of entry documents along with CVD/ SAD invoice. In case bidder will not be able to provide the full cenvatable documentary evidence for indicated CVD & SAD above then bidder shall provide the mandatory discount for non cenvatable CVD & SAD

Confirmed

Confirmed

( YES/ NO ) (Please tick whichever is applicable)

Extra CVD @ --------%

Extra SAD@----------%

Confirmed

Confirmed

20.

a.

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

Confirmed

21.

a)

b)

Compliance to RFQ documents:

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

Pact. v) Terms & Conditions for Supervision services

Confirmed

Confirmed Confirmed Confirmed

Confirmed(if applicable)

Confirmed(if applicable)

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

Confirmed No relation

23. Please confirm you have not been banned or delisted by any Not Banned

Page 22 of 167

Page 23: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

A307_ATC (I) Page 8 of 8

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

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

24. 24.1

24.2 a.

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

Confirmed

Confirmed

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

Confirmed

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

Confirmed

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

Confirmed

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

Confirmed & Submitted

Page 23 of 167

Page 24: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

BPCL-KR Job: A307

A307_SIB Rev.5 dtd: 20.06.2013 Page 1 of 21

INTEGRATED REFINERY EXPANSION PROJECT

OF M/s BHARAT PETROLEUM CORPORATION LTD,

KOCHI REFINERY, KOCHI, KERALA

SPECIAL INSTRUCTION TO BIDDER (SIB)

Page 24 of 167

Page 25: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

BPCL-KR Job: A307

A307_SIB Rev.5 dtd: 20.06.2013 Page 2 of 21

INDEX

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

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

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

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

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

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

Page 25 of 167

Page 26: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

BPCL-KR Job: A307

A307_SIB Rev.5 dtd: 20.06.2013 Page 3 of 21

SPECIAL INSTRUCTIONS TO BIDDERS

BHARAT PETROLEUM CORPORATION LIMITED, KOCHI REFINERY

INTEGRATED REFINERY EXPANSION PROJECT

SECTION-A: TERMS OF PAYMENT

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

1.0 PAYMENT TERMS FOR INDIAN BIDDERS:

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

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

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

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

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

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

1.3.1 Supply

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

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

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

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

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

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

1.3.2 Erection/ Site work

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

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

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

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

Page 26 of 167

Page 27: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

BPCL-KR Job: A307

A307_SIB Rev.5 dtd: 20.06.2013 Page 4 of 21

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

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

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

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

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

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

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

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

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

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

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

Commissioning

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

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

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

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

1.7 Transportation charges conjunction

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

1.8 General

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

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

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

Page 27 of 167

Page 28: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

BPCL-KR Job: A307

A307_SIB Rev.5 dtd: 20.06.2013 Page 5 of 21

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

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

1.8.6 Major Raw Material: Shall be as specified below:

i. Columns and Vessels: Plates and Forgings

ii. Heat Exchangers: Plates, Forgings and Tubes

iii. Pumps/Compressors: Castings and Drivers

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

2.0 PAYMENT TERMS FOR FOREIGN BIDDERS:

2.1 Where the Material Requisition is only for Supply of materials

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

For PGTR cases only

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

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

For Supply Portion

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

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

For PGTR cases only

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

For Site Work Portion (Erection/Commissioning/PGTR)

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

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

Page 28 of 167

Page 29: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

BPCL-KR Job: A307

A307_SIB Rev.5 dtd: 20.06.2013 Page 6 of 21

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

2.3 For Training

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

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

2.4 Annual Maintenance Contract

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

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

Commissioning

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

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

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

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

2.6 General

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

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

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

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

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

3.0 OCEAN FREIGHT:

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

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

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

Page 29 of 167

Page 30: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

BPCL-KR Job: A307

A307_SIB Rev.5 dtd: 20.06.2013 Page 7 of 21

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

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

SECTION – B: EVALUATION CRITERIA FOR COMPARISION OF BIDS

4.0 WHERE ONLY INDIAN BIDS ARE UNDER COMPARISON:

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

Commercial loading shall be done on FOT Dispatch Point price.

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

Taxes/Duties:

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

5.0 WHERE ONLY FOREIGN BIDS ARE UNDER COMPARISON:

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

Sl. No. Head Basis

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

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

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

3 Add – Marine Insurance @ 1% of FOB Price

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

5 Commercial Loading, if any On FOB Value

6 Less – Cenvatable Duties

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

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

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

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

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

Domestic Bidders:

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

Commercial loading shall be done on FOT Dispatch Point price.

Page 30 of 167

Page 31: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

BPCL-KR Job: A307

A307_SIB Rev.5 dtd: 20.06.2013 Page 8 of 21

Foreign Bidders:

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

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

Sl. No. Head Basis

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

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

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

3 Add – Marine Insurance @ 1% of FOB Price

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

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

Sl. No. Head Basis

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

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

7 Add – L/C charges @ 1% of FOB Price

8 Commercial Loading, if any On FOB Value

9 Less – Cenvatable Duties

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

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

7.0 GENERAL NOTES:

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

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

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

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

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

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

Page 31 of 167

Page 32: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

BPCL-KR Job: A307

A307_SIB Rev.5 dtd: 20.06.2013 Page 9 of 21

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

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

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

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

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

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

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

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

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

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

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

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

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

8.0 SPECIAL NOTES ON TAXES/DUTIES AND CENVAT BENEFITS:

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

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

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

Page 32 of 167

Page 33: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

BPCL-KR Job: A307

A307_SIB Rev.5 dtd: 20.06.2013 Page 10 of 21

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

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

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

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

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

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

9.0 PRICE REDUCTION SCHEDULE TOWARDS DELAY IN DELIVERY:

i. For Indigenous Vendor:

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

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

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

ii. For Foreign Vendor:

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

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

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

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

10.0 Guarantee / Warranty Period :-

i) For Indigenous Vendor:

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

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

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

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

Page 33 of 167

Page 34: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

BPCL-KR Job: A307

A307_SIB Rev.5 dtd: 20.06.2013 Page 11 of 21

ii) For Foreign Vendor:

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

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

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

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

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

11.0 BASIS OF LOADING:

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

12.0 PAYMENT TERMS:

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

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

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

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

13.0 PERFORMANCE BANK GUARANTEE (PBG):

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

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

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

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

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

14.0 DELAYED DELIVERIES:

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

(TOV)]

Page 34 of 167

Page 35: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

BPCL-KR Job: A307

A307_SIB Rev.5 dtd: 20.06.2013 Page 12 of 21

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

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

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

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

(TOV)]

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

15.0 PRICE VARIATION:

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

a) Firm Price No loading

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

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

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

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

Offer may be rejected.

16.0 FREIGHT CHARGES:

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

17.0 INDIAN TAXES/ DUTIES:

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

18.0 DELIVERY/COMPLETION PERIOD:

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

19.0 UTILITIES:

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

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

(ON BUILT-IN IMPORT CONTENT) :

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

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

Page 35 of 167

Page 36: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

BPCL-KR Job: A307

A307_SIB Rev.5 dtd: 20.06.2013 Page 13 of 21

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

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

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

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

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

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

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

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

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

22.0 ENTRY TAX:

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

23.0 REJECTION CRITERIA:

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

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

ii) Advance payment along with FOA/ PO.

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

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

v) Delivery / completion schedule.

vi) Guarantee/ Defects Liability Period

vii) Inadequate Bid Validity

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

24.0 SUO-MOTO CHANGES IN PRICES:

Page 36 of 167

Page 37: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

BPCL-KR Job: A307

A307_SIB Rev.5 dtd: 20.06.2013 Page 14 of 21

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

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

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

25.0 PRICE IMPLICATION NOT PERMITTED:

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

26.0 INTEGRITY PACT:

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

Bidding shall be through E-tendering methodology as per Enclosed “INSTRUCTIONS TO BIDDERS FOR E-TENDERING”.

SECTION-D: SPECIAL CONDITIONS.

27.0 DELIVERY SCHEDULE/ COMPLETION PERIOD:

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

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

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

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

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

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

28.0 DESPATCH INSTRUCTIONS FOR INDIGENOUS SUPPLIES:

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

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

Commercial Invoice

Dispatch instructions/ clearance by Purchaser/Consultant.

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

LR/ GR

Packing List

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

Certificate of Measurement and Weight

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

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

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

Page 37 of 167

Page 38: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

BPCL-KR Job: A307

A307_SIB Rev.5 dtd: 20.06.2013 Page 15 of 21

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

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

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

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

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

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

31.0 GOVERNING LAW:

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

32.0 PURCHASER’S RIGHTS AND REMEDIES:

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

33.0 DEDUCTION AT SOURCE:

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

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

34.0 STATUTORY APPROVAL RELATED WITH SUPPLIES / WORKS:

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

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

Government shall be the responsibility of Contractor agency.

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

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

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

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

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

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

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.

Page 38 of 167

Page 39: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

BPCL-KR Job: A307

A307_SIB Rev.5 dtd: 20.06.2013 Page 16 of 21

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

35.0 LIEN:

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

36.0 LIMITATION OF LIABILITY:

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

SECTION-E: GENERAL INSTRUCTIONS

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

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

minimum requirement:

a) PART-I: UNPRICED OFFER

A. All technical specifications as per requirement of MR.

B. Agreed Terms & Conditions duly filled in.

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

D. Terms & Conditions for Site Work, if applicable

E. Copy of Registration with EIL, if applicable

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

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

H. Audited Financial Report of latest preceding Financial year.

I. Deviation sheet, if any.

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

b) PART-II: PRICED OFFER

A. Price Schedule with prices filled in.

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

c) Bidders in their own interest are requested to register on e- tendering portal and upload/submit their bid well in time. Bidders should avoid the last hour rush to the website for registration of user id & password, enabling of user id and mapping of digital signature serial number etc. since this exercise require activities from EIL & M/s Anatares System (Service Provider) and needs time. In the event of failure in bidder’s connectivity with EIL/Service Provider during the last few hours, bidder is likely to miss the deadline for bid submission. Due date extension request due to aforesaid reasons may not be entertained. Since the bidders are already registered at ASP e-tendering portal, bidders are advised to furnish the details of Digital Signature (serial no.) by email within one week of receipt of intimation of issuance of RFQ to save time and avoid mapping of Digital Signature details to the bidders User ID at the bid uploading stage.

d) Request for extension or any queries or issues related to difficulties in uploading/downloading bids, if any, received from any with less than four working days prior to bid due date shall generally be ignored, since there will not be adequate time for proper communication with Client and other Bidders.

e) Bidders to refer Instruction to Bidders for E-Tendering provided in the RFQ. Bidder shall download the Price Schedule in *.xls format from EIL’s Authorised Service Provider’s Electronic system / portal at www.tenderwizard.com/eil only, and use the same for uploading their Price Bids as per the Instruction provided.

Note:

Page 39 of 167

Page 40: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

BPCL-KR Job: A307

A307_SIB Rev.5 dtd: 20.06.2013 Page 17 of 21

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

38.0 FRAUDULENT PRACTICES:

The OWNER requires that Bidders/ Contractors observe the highest standard of ethics during the award/ execution of Contract. "Fraudulent Practice" means a misrepresentation of facts in order to influence the award of a Contract to the detriment of the Owner, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition. a) The OWNER will reject a proposal for award if it determines that the bidder recommended for

award has engaged in fraudulent practices in competing for the Contract in question. Bidder is required to furnish the complete and correct information/ documents required for evaluation of their bids. If the information/ documents forming basis of evaluation is found to be false/ forged, the same shall be considered adequate ground for rejection of bids and forfeiture of Earnest Money Deposit.

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

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

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

39.0 ONE BID PER BIDDER:

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

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

participated to be disqualified.

b. Alternative price bids are not acceptable.

40.0 LANGUAGE OF BID:

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

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

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

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

of the bid, the English translation shall govern.

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

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

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

applied.

41.0 EARNEST MONEY DEPOSIT:

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

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

The bank guarantee for submission of EMD shall be valid as period mentioned in EMD / Bid

Page 40 of 167

Page 41: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

BPCL-KR Job: A307

A307_SIB Rev.5 dtd: 20.06.2013 Page 18 of 21

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

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

If a bidder modifies his bid on his own.

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

i. To submit the order acceptance.

ii. To furnish the PBG.

42.0 MODIFICATION AND WITHDRAWAL OF BIDS:

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

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

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

43.0 EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS:

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

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

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

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

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

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

45.0 NOTIFICATION OF AWARD:

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

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

i) 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.

Page 41 of 167

Page 42: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

BPCL-KR Job: A307

A307_SIB Rev.5 dtd: 20.06.2013 Page 19 of 21

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

46.0 WAIVER OR TRANSFER OF THE AGREEMENT:

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

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

SUBSIDIARIES:

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

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

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

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

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

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

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

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

with RFQ Document.

49.0 REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN NATIONALS:

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

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

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

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

executive or in managerial position etc.

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

not considered.

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

jobs.

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

50.0 Order of Precedence of Commercial Documents:

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

SECTION-F: ADDITIONAL CLAUSES TO GPC

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

Settlement of dispute between CPSEs or CPSEs & Government Departments

Page 42 of 167

Page 43: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

BPCL-KR Job: A307

A307_SIB Rev.5 dtd: 20.06.2013 Page 20 of 21

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

ANNEXURE-A INTEGRATED REFINERY EXPANSION PROJECT (IREP) OF

M/s BPCL KOCHI REFINERY, KOCHI, KERALA (INDIA)

(Job No. A307) TERMS & CONDITIONS FOR INDIAN SOURCED COMPONENTS / SERVICES BY FOREIGN

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

1. PRICING:

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

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

2. AWARD OF ORDER:

Client may pace two separate order in this situation considering single point responsible taken care

by foreign (principal) bidder under “Umbrella Contract”. However obligation of Performance Bank

Guarantee & Price Reduction Schedule for complete package shall always lies with foreign

(principal) Bidder.

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

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

5. OVERALL RESPONSIBILTY: Overall responsibility towards the contractual obligations like delivery, bid security, order execution,

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

foreign (principal) bidder.

6. PERFORMANCE BANK GUARANTEE

Foreign (principal) bidder shall submit one performance bank guarantee as per GPC for total order

value including value of items source from India.

7. INSPECTION

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

Page 43 of 167

Page 44: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

BPCL-KR Job: A307

A307_SIB Rev.5 dtd: 20.06.2013 Page 21 of 21

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

submission is not permitted.

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

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

8. PAYMENT TERMS:

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

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

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

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

Page 44 of 167

Page 45: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 45 of 167

Page 46: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 46 of 167

Page 47: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 47 of 167

Page 48: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 48 of 167

Page 49: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 49 of 167

Page 50: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 50 of 167

Page 51: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 51 of 167

Page 52: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 52 of 167

Page 53: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

PROFORMA OF BANK GUARANTEE ( Performance ) (Ref. clause 26) To Bharat Petroleum Corporation Limited Kochi Refinery, Ambalamugal, Kerala- 682 302 Dear Sir, In consideration of the Bharat Petroleum Corporation Limited (hereinafter called “the Company” which expression shall include its successors and assigns) having awarded to M/s. (Name)…................................... ………………………………..(address) …………………………………............ ................................................. ................... ................................................... (hereinafter referred to as “The Supplier” which expression wherever the subject or context so permits include its successors and assigns) a supply contract in terms interalia, of the Company’s Purchase Order No………………………dated……………………… and the General Purchase Conditions of the company and upon the condition of supplier’s furnishing security for the Performance of the supplier’s obligation and/or discharge of the supplier’s liability under and/or in connection with the said supply contract up to a sum of (in figure)…………........................…. (in words) .......................................................................................... ........................................................................ ……………..............................................………) contract value. We, (Name)………...........................……………………(constitution)………………...........................….. (hereinafter called “the Bank” which expression shall include its successors and assigns) hereby jointly and severally undertake the guarantee to pay to the Company in (Currency) forthwith on demand in writing and without protest or demur of any and all moneys anywise payable by the Supplier to the Company under in respect of or in connection with the said supply contract inclusive of all the Company’s losses and damages and costs, (inclusive between attorney and client), charges and expenses and other moneys anywise payable in respect to the above as specified in any notice of demand made by the Company to the Bank with reference to this Guarantee up to aggregate limit of Rs………………………...... (Rupees …..... ................................................................... ……………………………………..only) AND the Bank hereby agrees with company that: This Guarantee / Undertaking shall be a continuing / undertaking and shall remain valid and irrevocable for all claims of the Company and liabilities of the Supplier arising up to and until midnight of…………………………….. This date shall be 6 months from the last date of guarantee period This Guarantee / Undertaking shall be in addition to any other guarantee or security whatsoever that the company may now or at any time anywise have in relation to the Supplier’s obligations/liabilities under and/or connection with the said supply contract, and the Company shall have full authority to take recourse to or reinforce this security in preference to the other security(ies) at its sole discretion, and failure on the part of the

Page 53 of 167

Page 54: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Company in enforcing or requiring enforcement of any other security shall have the effect of releasing the Bank from its liability hereunder. The company shall be at liberty without reference to the bank and without affecting the full liability of the Bank hereunder to take any other security in respect of the Supplier’s obligations and/or liabilities under or in connection with the said supply contract and to vary the terms vis a vis the supplier of the said supply contract or to grant time and/or indulgence to the supplier or to reduce or to increase or otherwise vary the prices of the total contract value or and/or the remedies of the company under any other security (ies) now or hereafter held by the company and no such dealing(s), variation(s), reduction(s), increase(s) or the indulgence(s) or arrangement(s) with the supplier or release or forbearance whatsoever shall have the effect of releasing the Bank from its full liability to the Company hereunder or of prejudicing rights of the Company, against the Bank. The Guarantee / Undertaking shall not be determined or affected by the liquidation or winding up, dissolution or change of constitution or insolvency of the supplier but shall in all respects and for all purposes be binding and operative until payment of all moneys payable to the Company in terms hereof. The Bank hereby waives all rights at any time inconsistent with the terms of its Guarantee / Undertaking and the obligations of the Bank in terms hereof shall not be anywise affected or suspended by reason of any dispute or disputes having been raised by the supplier (whether or not pending before any Arbitrator, office, Tribunal or Court) or any denial of liability by the supplier or any other of communication whatsoever by the supplier stopping or preventing or purporting to stop or prevent any payment by the Bank to the Company in terms hereof. The amount stated in any notice of demand addressed by the Company to the Guarantor as liable to be paid to the Company by the supplier or as suffered or incurred by the Company on account of any losses or damages of costs, charges and or expenses shall as between the Bank and the company be conclusive of the amount so liable to be paid to the Company or suffered or incurred by the Company, as the case may be and payable by the Guarantor to Company in terms hereof. Yours faithfully,

Page 54 of 167

Page 55: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

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

Dated -02-July-2014

Annexure – 1

E-TENDERING METHODOLOGY

Instructions for Online Bid Submission:

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

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

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

requirements and submitting their bids online on the CPP Portal.

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

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

REGISTRATION

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

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

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

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

and assign a password for their accounts.

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

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

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

Portal.

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

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

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

their profile.

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

Certificates requirements which comes under Download Tab at

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

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

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

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

and the password of the DSC / e-Token.

SEARCHING FOR TENDER DOCUMENTS

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

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

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

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

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

on the CPP Portal.

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

to the respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the

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

document.

Page 55 of 167

Page 56: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

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

Dated -02-July-2014

3) The bidder should make a note of the unique Tender ID assigned to each tender, in case

they want to obtain any clarification / help from the Helpdesk.

PREPARATION OF BIDS

1) Bidder should take into account any corrigendum published on the tender document before

submitting their bids.

2) Please go through the tender advertisement and the tender document carefully to

understand the documents required to be submitted as part of the bid. Please note the

number of covers in which the bid documents have to be submitted, the number of

documents - including the names and content of each of the document that need to be

submitted. Any deviations from these may lead to rejection of the bid.

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

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

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

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

4) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the

tender document and generally, they can be in PDF / XLS / RAR / DWF formats. Bid

documents may be scanned with 75 dpi with black and white option. However, Price

Schedule / SOR shall be strictly in RAR format without altering any contents of the

formats uploaded by EIL in their Bidding Document.

5) To avoid the time and effort required in uploading the same set of standard documents which

are required to be submitted as a part of every bid, a provision of uploading such standard

documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided

to the bidders. Bidders can use “My Documents” area available to them to upload such

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

while submitting a bid, and need not be uploaded again and again. This will lead to a

reduction in the time required for bid submission process.

SUBMISSION OF BIDS

1) Bidder should log into the site well in advance for bid submission so that he/she upload the

bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay

due to other issues.

2) The bidder has to digitally sign and upload the required bid documents one by one as

indicated in the tender document.

3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as

applicable and enter details of the instrument.

4) Bidder should prepare the EMD as per the instructions specified in the tender document. The

original should be posted/couriered/given in person to the Tender Processing Section, with

in 7 calendar days of the date of Unpriced bid opening. The details of the DD/any other

accepted instrument, physically sent, should tally with the details available in the scanned

copy and the data entered during bid submission time. Otherwise the uploaded bid will be

rejected.

5) A Price Bid format has been provided with the tender document to be filled by all the bidders.

Bidders are requested to note that they should necessarily submit their financial bids in the

format provided and no other format is acceptable. Bidders are required to download the

Page 56 of 167

Page 57: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

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

Dated -02-July-2014

Price Bid file, open it and complete the cells with their respective financial quotes and other

details (such as name of the bidder). No other cells should be changed. Once the details

have been completed, the bidder should save it and submit it online, without changing the

filename. If the Price Bid file is found to be modified by the bidder, the bid will be rejected.

6) The server time (which is displayed on the bidders’ dashboard) will be considered as the

standard time for referencing the deadlines for submission of the bids by the bidders,

opening of bids etc. The bidders should follow this time during bid submission.

7) All the documents being submitted by the bidders would be encrypted using PKI encryption

techniques to ensure the secrecy of the data. The data entered cannot be viewed by

unauthorized persons until the time of bid opening. The confidentiality of the bids is

maintained using the secured Socket Layer 128 bit encryption technology. Data storage

encryption of sensitive fields is done.

8) The uploaded tender documents become readable only after the tender opening by the

authorized bid openers.

9) Upon the successful and timely submission of bids, the portal will give a successful bid

submission message & a bid summary will be displayed with the bid no. and the date & time

of submission of the bid with all other relevant details.

10) The bid summary has to be printed and kept as an acknowledgement of the submission of

the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

RETENDER

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

submit their offer again on CPP Portal.

WITHDRAWAL OF BID

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

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

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

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

his bid again for that particular tender.

ASSISTANCE TO BIDDERS

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

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

person indicated in the tender.

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

in general may be directed to the 24 x 7 CPP Portal Helpdesk. The contact number for the

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

Page 57 of 167

Page 58: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 58 of 167

Page 59: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 59 of 167

Page 60: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 60 of 167

Page 61: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 61 of 167

Page 62: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 62 of 167

Page 63: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 63 of 167

Page 64: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

ENGINEERS INDIA LIMITED

NEW DELHI Client: BPCL-KOCHI REFINERY

Project: INTEGRATED REFINERY EXPANSION PROJECT

Thi

s dr

awin

g, d

esig

n an

d de

tail

s gi

ven

on th

is f

orm

at a

re th

e pr

oper

ty o

f E

NG

INE

ER

S I

ND

IA L

IMIT

ED

. The

y ar

e m

erel

y lo

aned

on

the

borr

ower

's e

xpre

ss a

gree

men

t tha

t the

y w

ill n

ot b

e re

prod

uced

,co

pied

, exh

ibit

ed o

r us

ed, e

xcep

t in

the

lim

ited

way

per

mit

ted

by a

wri

tten

con

sent

giv

en b

y th

e le

nder

to th

e bo

rrow

er f

or th

e in

tend

ed u

se. E

IL-1

641-

515

Rev

.1 A

4-21

0x29

7.

Sheet 1 of 8

ITEM DESCRIPTION: CONTROL STATION-FLAMEPROOF, JUNCTION BOXES (FLAMEPROOF), LIGHTING & DISTRIBUTIONBOARD (FLP), LIGHTING FITTINGS & ACCESSORIES (HAZARDOUS), PLUGS/SOCKETS/HANDLAMOS(FLAMEPROOF)

GROUP ITEM CODE: 13GB,13MA,13MB,13LA,13MC DESTINATION: As per Commercial Documents

MR CATEGORY: I DELIVERY PERIOD: As per Commercial Documents

DOCUMENT NUMBER( Always quote the Document Number given below as reference )

31/12/2014 16

JOB NO. UNIT/ AREA

MAINCOST

DOC.CODE

SR. NO. REV. DATE

50

DIVN. DEPT.

ORIGINATOR

NOTES :12

3

This page is a record of all the Revisions of this Requisition.The nature of the Revision is briefly stated in the "Details" column below, theRequisition in its entirety shall be considered for contractual purposes.Vendor shall note the MR category and shall submit his offer in line with therequirements included in attached 'Instructions to Bidders'.

REV. DATE BY CHK. APPD. DETAILS

A 31/12/2014 ISSUED WITH BIDSNNB/SNM SV BRB

MATERIAL REQUISITION (TOP SHEET)

000 XR MR 0515 AA307

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

Page 64 of 167

Page 65: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

ENGINEERS INDIA LIMITED

NEW DELHI Client: BPCL-KOCHI REFINERY

Project: INTEGRATED REFINERY EXPANSION PROJECT

Thi

s dr

awin

g, d

esig

n an

d de

tail

s gi

ven

on th

is f

orm

at a

re th

e pr

oper

ty o

f E

NG

INE

ER

S I

ND

IA L

IMIT

ED

. The

y ar

e m

erel

y lo

aned

on

the

borr

ower

's e

xpre

ss a

gree

men

t tha

t the

y w

ill n

ot b

e re

prod

uced

,co

pied

, exh

ibit

ed o

r us

ed, e

xcep

t in

the

lim

ited

way

per

mit

ted

by a

wri

tten

con

sent

giv

en b

y th

e le

nder

to th

e bo

rrow

er f

or th

e in

tend

ed u

se. E

IL-1

641-

515

Rev

.1 A

4-21

0x29

7.

Sheet 2 of 8

REQUISITION NO. REV.

AA307-000-XR-MR-0515

SR. NO.TAG NO/

ITEM CODE/ [ ID. NO. ] DESCRIPTION QUANTITY

01.00 Design, engineering, manufacture,procurement of materials and bought outcomponents, assembly at shop, inspection,testing at manufacturer's works, packing,delivery of the following lightingfixtures and accessories, plugs,sockets,junction boxes, Lighting and powerpanels, FLP and weatherproof controlstations including supply of specialtools and tackles as per the enclosed EILstandard specifications, instructions tovendors, data sheets , Wiring diagram,Fixture schedule etc. and other codes andstandards attached or referred.

01.01

01.02

01.03

01.04

01.05

01.06

01.07

01.08

01.09

01.10

01.11

01.12

01.13

LLEX3LWHZDZZZZZZ

LLEX3LFHZGZZZZZZ

LLDA3LWSZCZZZZZZ

LLDA3LWSZFZZZZZZ

LLDA3LWHZDZZZZZZ

LLDA3MZZZQZZZZZZ

LLDC3LWSZCZZZZZZ

LLDA3LWHZHZZZZZZ

LLDC3LFHZGZZZZZZ

LLDC3LWHZDZZZZZZ

LLDC3MZZZQZZZZZZ

LLEX3LWHZGZZZZZZ

LLEX3LWHZHZZZZZZ

LTG. FIXTURE & ACCS, Ex'nR', TEMP. CL.:T3, WITHOUT CONTROL GEAR, WELL GLASS,HPMV, 125 W (Exn'R'-4)

LTG. FIXTURE& ACCS, Ex'nR', TEMP. CL.:T3,WITHOUT CONTROL GEAR, FLOOD LIGHT, HPMV,250 W (Exn'R'-7)

LTG. FIX&ACCS, FLP, GRP IIA-IIB, T3, WELLGLASS, LED-40 W (MINIMUM), 110V DC (LED3) WITH JB &LAMPS

LTG. FIX&ACCS, FLP, GRP IIA-IIB,T3, WELLGLASS, LED-40 W (MINIMUM), 230V AC(LED 3)WITH JB &LAMPS

LTG. FIXTURE & ACCS, FLP, GRP IIA-IIB,TEMP. CL.: T3, W/O CONTROL GEAR, WELLGLASS,HPMV,125 W(FLP-4)

LTG. FIXTURE,ACCS, FLP, GRP IIA IIB, T3,TWIN AVIATION MARKER, (FLP12)

LTG.FIX&ACCS, FLP,GRP IIC, T3, WELLGLASS, LED-40 W (MINIMUM), 110 V DC(LED4) WITH JB & LAMPS

LTG.FIXTURE & ACCS, FLP,GRP IIA-IIB,TEMP.CL.:T3,W/O CONTROL GEAR, HPMV,400 W (FLP-5b)

LTG.FIXTURE & ACCS, FLP,GRP IIC,TEMP.CL.:T3,FLOOD LIGHT, W/O CONTROL GEAR,HPMV,250 W (FLP-IIC-7)

LTG.FIXTURE & ACCS,FLP,GRP IIC,TEMP.CL.:T3,WELL GLASS, W/O CONTROL GEAR,HPMV,125 W (FLP-IIC-3)

LTG.FIXTURE, ACCS, FLP, GRP IIC,T3, TWINAVIATION MARKER, (FLP-IIC-12)

LTG. FIXTURE & ACCS, Ex'nR', TEMP. CL.:T3, WITH SEPARATE CG ,WELL GLASS,HPMV,250W (Exn'R'-5)

LTG.FIXTURE & ACCS, Ex'nR', TEMP. CL:T3,WITHOUT CONTROL GEAR,WELL GLASS,HPMV,400W (Exn'R'-6)

3600 Nos

50 Nos

75 Nos

250 Nos

950 Nos

60 Nos

10 Nos

60 Nos

5 Nos

500 Nos

25 Nos

40 Nos

80 Nos

A1

A2

A1

A3

A4

A5

A2

A3

Page 65 of 167

Page 66: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

ENGINEERS INDIA LIMITED

NEW DELHI Client: BPCL-KOCHI REFINERY

Project: INTEGRATED REFINERY EXPANSION PROJECT

Thi

s dr

awin

g, d

esig

n an

d de

tail

s gi

ven

on th

is f

orm

at a

re th

e pr

oper

ty o

f E

NG

INE

ER

S I

ND

IA L

IMIT

ED

. The

y ar

e m

erel

y lo

aned

on

the

borr

ower

's e

xpre

ss a

gree

men

t tha

t the

y w

ill n

ot b

e re

prod

uced

,co

pied

, exh

ibit

ed o

r us

ed, e

xcep

t in

the

lim

ited

way

per

mit

ted

by a

wri

tten

con

sent

giv

en b

y th

e le

nder

to th

e bo

rrow

er f

or th

e in

tend

ed u

se. E

IL-1

641-

515

Rev

.1 A

4-21

0x29

7.

Sheet 3 of 8

REQUISITION NO. REV.

AA307-000-XR-MR-0515

SR. NO.TAG NO/

ITEM CODE/ [ ID. NO. ] DESCRIPTION QUANTITY

01.14

01.15

01.16

01.17

01.18

01.19

01.20

01.21

01.22

01.23

01.24

01.25

01.26

01.27

01.28

01.29

01.30

01.31

01.32

01.33

01.34

01.35

LLDC3LWHZHZZZZZZ

LLDA3DWHZGZZZZZZ

LLDA3LFHZGZZZZZZ

LLDC3LWSZFZZZZZZ

LLEX3GGGZDZZZZZZ

LLEX3GGGZGZZZZZZ

LLDC3GGGZDZZZZZZ

LLDC3GGGZGZZZZZZ

LLDA3GGGZHZZZZZZ

LLDC3GGGZHZZZZZZ

LLDA3HZZZRZZZZZZ

LLDC3HZZZRZZZZZZ

LLDA3KZZZPZZZZZZ

LLDA3PZZZPZZZZZZ

LL

LL1

LLDA3KZZZMZZZZZZ

LLDA3PZZZMZZZZZZ

LLDA3J4ZZZZZZZZZ

LLDC3J4ZZZZZZZZZ

LLDA3JBZZZZZZZZZ

LPDA3ZZZZZ4AB22Z

LTG.FIXTURE & ACCS,FLP,GRP IIC, TEMPCL:T3, W/O CONTROL GEAR, WELL GLASS,HPMV, 400 W (FLP-IIC-5b)

LTG.FIXTURE & ACCS, FLP, GRP IIA-IIB,TEMP CL:T3,SEPARATE CONTROL GEAR,WELLGLASS,HPMV,250 W(FLP-5)

LTG.FIXTUE & ACCS,FLP,GRP IIA-IIB, TEMPCL:T3, FLOOD LIGHT,HPMV,250 W (FLP-7)

LTG.FIX&ACCS,FLP,GRP IIC, TEMP CL:T3,WELL GLASS, LED-40 W (MINIMUM), 230VAC(LED 4), WITH JB &LAMPS

CONTROL GEAR BOX, 125 W, FLP, GRP IIA-IIB, TEMP. CL.:T3

CONTROL GEAR BOX, 250 W, FLP, GRP IIA-IIB, TEMP. CL.:T3

CONTROL GEAR BOX, 125 W, FLP,GRPIIC,TEMP. CL.: T3

CONTROL GEAR BOX, 250 W, FLP,GRPIIC,TEMP. CL.: T3

CONTROL GEAR BOX, 400W, FLP,GRP IIA-IIB,TEMP. CL.: T3

CONTROL GEAR BOX, 400W, FLP, GRP IIC,TEMP CL:T3

240V-3 PIN-15A SOCKETS, FLAMEPROOF,GRP.IIA-IIB, TEMP. CL.: T3

240V-3 PIN-15A PLUGS, FLAMEPROOF,GRP.IIA-IIB, TEMP. CL.:T3

415V- 5 PIN- 63A SOCKETS, FLAMEPROOF, GRPIIA-IIB, TEMP. CL.:T3

415V- 5 PIN- 63A PLUGS, FLAMEPROOF, GRPIIA-IIB, TEMP. CL.: T3

240V-3 PIN-15A SOCKETS, FLAMEPROOF,GRP.IIC, TEMP. CL.: T3

240V-3 PIN-15A PLUGS, FLAMEPROOF,GRP.IIC, TEMP. CL.: T3

240/24V, 100VA TRANSFORMER UNITFLAMEPROOF, GRP IIA-IIB, T3, AS PERCLAUSE:6.3 OF SPEC. 6-51-0021

24V HANDLAMPS FLAMEPROOF, GRP IIA-IIB,TEMP. CL.:T3, AS PER CLAUSE:6.4 OF SPEC.-6-51-0021

4 WAY JUNCTION BOX, FLAMEPROOF, GRP IIAIIB, TEMP. CL.:T3

4 WAY JUNCTION BOX, FLAMEPROOF, GRP IIC,TEMP. CL.:T3

6 WAY,15A, 110V DC, JUNCTION BOX SUITABLEFOR GAS GR: IIA/IIB, TEMP. CL.: T3 WITHCABLE GLANDS&PLUGS

12 WAY LTG.& PWR PNLS, FLP, GRP IIA-IIB,T3, 1 NO.TPN, 4 P, 40A I/C MCB, 12NOS. SPN, 2P,16A O/G MCB

60 Nos

45 Nos

30 Nos

85 Nos

4550 Nos

165 Nos

500 Nos

5 Nos

140 Nos

60 Nos

600 Nos

600 Nos

10 Nos

10 Nos

80 Nos

80 Nos

70 Nos

70 Nos

180 Nos

50 Nos

10 Nos

125 Nos

A6

A2

A2

A1

A2

A5

A4

A3

A6

A7

A7

A8

A8

A9

A9

B1

B1

Page 66 of 167

Page 67: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

ENGINEERS INDIA LIMITED

NEW DELHI Client: BPCL-KOCHI REFINERY

Project: INTEGRATED REFINERY EXPANSION PROJECT

Thi

s dr

awin

g, d

esig

n an

d de

tail

s gi

ven

on th

is f

orm

at a

re th

e pr

oper

ty o

f E

NG

INE

ER

S I

ND

IA L

IMIT

ED

. The

y ar

e m

erel

y lo

aned

on

the

borr

ower

's e

xpre

ss a

gree

men

t tha

t the

y w

ill n

ot b

e re

prod

uced

,co

pied

, exh

ibit

ed o

r us

ed, e

xcep

t in

the

lim

ited

way

per

mit

ted

by a

wri

tten

con

sent

giv

en b

y th

e le

nder

to th

e bo

rrow

er f

or th

e in

tend

ed u

se. E

IL-1

641-

515

Rev

.1 A

4-21

0x29

7.

Sheet 4 of 8

REQUISITION NO. REV.

AA307-000-XR-MR-0515

SR. NO.TAG NO/

ITEM CODE/ [ ID. NO. ] DESCRIPTION QUANTITY

02.00

03.00

<< DELETED >>

Transportation from Vendors work/ shop tosite for the following as per theenclosed EIL standard specifications,instructions to vendors, jobspecification, data sheets etc

01.36

01.37

01.38

01.39

01.40

01.41

01.42

01.43

01.44

01.45

01.46

01.47

01.48

01.49

01.50

01.51

03.01

03.02

03.03

03.04

03.05

03.06

03.07

LPDA3ZZZZZ4AC21Z

LPDC3ZZZZZ4AC22Z

MOV PNL

LSDA3B2ZZZZZZZZZ

LSDA3B1ZZZZZZZZZ

LSDA3D0ZZZZZZZZZ

LSDA3G0ZZZZZZZZZ

LCS A2 IIC

LCS A3

LCS C2 IIC

LCS E2 IIC

LCS A2 IIA/IIB

LCS B2 IIA/IIB

LCS E3 IIA/IIB

LCS B1 IIC

LSDC3E4ZZZZZZZZZ

{03}LLEX3LWHZDZZZZZZ

{03}LLEX3LFHZGZZZZZZ

{03}LLDA3LWSZCZZZZZZ

{03}LLDA3LWSZFZZZZZZ

{03}LLDA3LWHZDZZZZZZ

{03}LLDA3MZZZQZZZZZZ

{03}LLDC3LWSZCZZZZZZ

18 WAY LTG.& PWR PNLS, FLP, GRP IIA-IIB,T3, 1 NO.TPN,4 P,63 A I/C MCB,18 NOS.SPN O/G FDRS

18 WAY LTG & PWR PNLS, FLP, GRP IIC, T3,1 NO. TPN,4 P, 63 A, I/C MCB, 18 NOS. SPNO/G FDRS

FLP MOV PNL GRP IIA-IIB, TEMP. CLASS T3,1 NO. TPN I/C, 12 NOS. TPN SFU O/G

LCS WITH OPEN&CLOSE PB FLP, GRP IIA/IIB,T3 (TYPE B1 AS PER DS-0511)

LCS WITH START, STOP PB & AMMETER, FLP,GRP IIA/IIB, T3, (TYPE C1 AS PER DS-0511)

LCS WITH START,STOP PB & L-O-R SELECTORSWITCH, FLP,GRP IIA/IIB,T3 (TYPE D1 ASPER DS-0511)

LCS WITH START,STOP PB,AMMETER & L-O-RSELECTOR SWITCH, FLP,GRP IIA/IIB,T3 (TYPEE1 AS PER DS-0511)

LCS WITH EMGERGENCY STOP PB, FLP, GRPIIC, T3 (TYPE:A2 AS PER DS-0511)

LCS WITH CLOSE PB, FLP, GRP IIC, T3(TYPE:A3 AS PER DS-0511)

LCS WITH START/OPEN PB, FLP, GRP IIC, T3(TYPE:C2 AS PER DS-0511)

LCS WITH EMGERGENCY CLOSE PB + INDICATIONLAMP, FLP, GRP IIC, T3 (TYPE:E2 AS PERDS-0511)

LCS WITH EMERGENCY STOP PB, FLP, GRPIIA/IIB, T3 (TYPE: A2 AS PER DS-0511)

LCS WITH OPEN & CLOSE PB, FLP, GRPIIA/IIB, T3 (TYPE: B2 AS PER DS:0511)

LCS WITH EMERGENCY CLOSE PB, MOVINDICATING LAMP,FLP, GRP IIA/IIB, T3(TYPE: E3 AS PER DS-0511)

LCS WITH OPEN&CLOSE PB FLP, GRP IIC, T3(TYPE B1 AS PER DS-0511)

LCS WITH EMERGENCY CLOSE PB, FLP, GRPIIC, T3 (TYPE E4 AS PER DS-0511)

For Item 01.01

For Item 01.02

For Item 01.03

For Item 01.04

For Item 01.05

For Item 01.06

For Item 01.07

55 Nos

5 Nos

50 Nos

70 Nos

85 Nos

90 Nos

45 Nos

60 Nos

60 Nos

220 Nos

10 Nos

45 Nos

15 Nos

65 Nos

25 Nos

7 Nos

3600 Nos

50 Nos

75 Nos

250 Nos

950 Nos

60 Nos

10 Nos

A1

A2

A1

Page 67 of 167

Page 68: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

ENGINEERS INDIA LIMITED

NEW DELHI Client: BPCL-KOCHI REFINERY

Project: INTEGRATED REFINERY EXPANSION PROJECT

Thi

s dr

awin

g, d

esig

n an

d de

tail

s gi

ven

on th

is f

orm

at a

re th

e pr

oper

ty o

f E

NG

INE

ER

S I

ND

IA L

IMIT

ED

. The

y ar

e m

erel

y lo

aned

on

the

borr

ower

's e

xpre

ss a

gree

men

t tha

t the

y w

ill n

ot b

e re

prod

uced

,co

pied

, exh

ibit

ed o

r us

ed, e

xcep

t in

the

lim

ited

way

per

mit

ted

by a

wri

tten

con

sent

giv

en b

y th

e le

nder

to th

e bo

rrow

er f

or th

e in

tend

ed u

se. E

IL-1

641-

515

Rev

.1 A

4-21

0x29

7.

Sheet 5 of 8

REQUISITION NO. REV.

AA307-000-XR-MR-0515

SR. NO.TAG NO/

ITEM CODE/ [ ID. NO. ] DESCRIPTION QUANTITY

04.00

05.00

<< DELETED >>

Supply of Two Years Operation andMaintenance Spares, as per enclosed

Lot

03.08

03.09

03.10

03.11

03.12

03.13

03.14

03.15

03.16

03.17

03.18

03.19

03.20

03.21

03.22

03.23

03.24

03.25

03.26

03.27

03.28

03.29

03.30

03.31

03.32

03.33

03.34

03.35

03.36

03.37

03.38

03.39

03.40

03.41

03.42

03.43

03.44

03.45

03.46

03.47

03.48

03.49

03.50

03.51

{03}LLDA3LWHZHZZZZZZ

{03}LLDC3LFHZGZZZZZZ

{03}LLDC3LWHZDZZZZZZ

{03}LLDC3MZZZQZZZZZZ

{03}LLEX3LWHZGZZZZZZ

{03}LLEX3LWHZHZZZZZZ

{03}LLDC3LWHZHZZZZZZ

{03}LLDA3DWHZGZZZZZZ

{03}LLDA3LFHZGZZZZZZ

{03}LLDC3LWSZFZZZZZZ

{03}LLEX3GGGZDZZZZZZ

{03}LLEX3GGGZGZZZZZZ

{03}LLDC3GGGZDZZZZZZ

{03}LLDC3GGGZGZZZZZZ

{03}LLDA3GGGZHZZZZZZ

{03}LLDC3GGGZHZZZZZZ

{03}LLDA3HZZZRZZZZZZ

{03}LLDC3HZZZRZZZZZZ

{03}LLDA3KZZZPZZZZZZ

{03}LLDA3PZZZPZZZZZZ

{03}LL

{03}LL1

{03}LLDA3KZZZMZZZZZZ

{03}LLDA3PZZZMZZZZZZ

{03}LLDA3J4ZZZZZZZZZ

{03}LLDC3J4ZZZZZZZZZ

{03}LLDA3JBZZZZZZZZZ

{03}LPDA3ZZZZZ4AB22Z

{03}LPDA3ZZZZZ4AC21Z

{03}LPDC3ZZZZZ4AC22Z

{03}MOV PNL

{03}LSDA3B2ZZZZZZZZZ

{03}LSDA3B1ZZZZZZZZZ

{03}LSDA3D0ZZZZZZZZZ

{03}LSDA3G0ZZZZZZZZZ

{03}LCS A2 IIC

{03}LCS A3

{03}LCS C2 IIC

{03}LCS E2 IIC

{03}LCS A2 IIA/IIB

{03}LCS B2 IIA/IIB

{03}LCS E3 IIA/IIB

{03}LCS B1 IIC

{03}LSDC3E4ZZZZZZZZZ

For Item 01.08

For Item 01.09

For Item 01.10

For Item 01.11

For Item 01.12

For Item 01.13

For Item 01.14

For Item 01.15

For Item 01.16

For Item 01.17

For Item 01.18

For Item 01.19

For Item 01.20

For Item 01.21

For Item 01.22

For Item 01.23

For Item 01.24

For Item 01.25

For Item 01.26

For Item 01.27

For Item 01.28

For Item 01.29

For Item 01.30

For Item 01.31

For Item 01.32

For Item 01.33

For Item 01.34

For Item 01.35

For Item 01.36

For Item 01.37

For Item 01.38

For Item 01.39

For Item 01.40

For Item 01.41

For Item 01.42

For Item 01.43

For Item 01.44

For Item 01.45

For Item 01.46

For Item 01.47

For Item 01.48

For Item 01.49

For Item 01.50

For Item 01.51

60 Nos

5 Nos

500 Nos

25 Nos

40 Nos

80 Nos

60 Nos

45 Nos

30 Nos

85 Nos

4550 Nos

165 Nos

500 Nos

5 Nos

140 Nos

60 Nos

600 Nos

600 Nos

10 Nos

10 Nos

80 Nos

80 Nos

70 Nos

70 Nos

180 Nos

50 Nos

10 Nos

125 Nos

55 Nos

5 Nos

50 Nos

70 Nos

85 Nos

90 Nos

45 Nos

60 Nos

60 Nos

220 Nos

10 Nos

45 Nos

15 Nos

65 Nos

25 Nos

7 Nos

A3

A4

A5

A2

A3

A6

A2

A2

A1

A2

A5

A4

A3

A6

A7

A7

A8

A8

A9

A9

B1

B1

Page 68 of 167

Page 69: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

ENGINEERS INDIA LIMITED

NEW DELHI Client: BPCL-KOCHI REFINERY

Project: INTEGRATED REFINERY EXPANSION PROJECT

Thi

s dr

awin

g, d

esig

n an

d de

tail

s gi

ven

on th

is f

orm

at a

re th

e pr

oper

ty o

f E

NG

INE

ER

S I

ND

IA L

IMIT

ED

. The

y ar

e m

erel

y lo

aned

on

the

borr

ower

's e

xpre

ss a

gree

men

t tha

t the

y w

ill n

ot b

e re

prod

uced

,co

pied

, exh

ibit

ed o

r us

ed, e

xcep

t in

the

lim

ited

way

per

mit

ted

by a

wri

tten

con

sent

giv

en b

y th

e le

nder

to th

e bo

rrow

er f

or th

e in

tend

ed u

se. E

IL-1

641-

515

Rev

.1 A

4-21

0x29

7.

Sheet 6 of 8

REQUISITION NO. REV.

AA307-000-XR-MR-0515

SR. NO.TAG NO/

ITEM CODE/ [ ID. NO. ] DESCRIPTION QUANTITY

06.00

07.00

08.00

09.00

instructions to vendor

<< DELETED >>

<< DELETED >>

<< DELETED >>

Drawings and documents as per attachedVendor Data requirement for all suppliesand services covered above in Sr.Nos.1.00to Sr.No.8.00

Lot

Vendors shall quote prices in EIL Price Schedule except for Sr.No.9.00. Price fordocumentation is implied to be included in the prices quoted against Sr.No.1.00 toSr.No.8.00

Vendor to note that the numbers given in square '[]' and curly '{}' brackets arenot for their use and meant for store purpose only. Items shall be tagged as permain equipment Tag No. only.

Note:Bidder to note that,one fixed price is to be quoted for grouped items. The groupsof items are identified by A2, A3, A6, A9, A1, A5, B1, A4, A7, A8 where A2indicates one group and so on.Grouped items shall not be split ordered.

Page 69 of 167

Page 70: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

ENGINEERS INDIA LIMITED

NEW DELHI Client: BPCL-KOCHI REFINERY

Project: INTEGRATED REFINERY EXPANSION PROJECT

Thi

s dr

awin

g, d

esig

n an

d de

tail

s gi

ven

on th

is f

orm

at a

re th

e pr

oper

ty o

f E

NG

INE

ER

S I

ND

IA L

IMIT

ED

. The

y ar

e m

erel

y lo

aned

on

the

borr

ower

's e

xpre

ss a

gree

men

t tha

t the

y w

ill n

ot b

e re

prod

uced

,co

pied

, exh

ibit

ed o

r us

ed, e

xcep

t in

the

lim

ited

way

per

mit

ted

by a

wri

tten

con

sent

giv

en b

y th

e le

nder

to th

e bo

rrow

er f

or th

e in

tend

ed u

se. E

IL-1

641-

515

Rev

.1 A

4-21

0x29

7.

Sheet 7 of 8

REQUISITION NO. REV.

AA307-000-XR-MR-0515

LIST OF ATTACHMENTS

SL.No. DOCUMENT TITLE DOCUMENT NO.

REVISION

REV. REV. REV. REV.DATE DATE DATE DATE

Instructions to Vendor

Format for Vendor Drawing/Document Submission Schedule

Vendor List (Electerical)

Specification for QualityManagement System Requirementsfrom Bidders

Specification forDocumentation Requirementsfrom Suppliers

Typical Installation ofHazardous Area Well GlassLighting Fixtures

Inspection Test Plan for Flameproof Control Stations

Inspection Test Plan forFlameproof Lighting and PowerPanels

Inspection Test Plan forFlameproof Plugs, Sockets andHand Lamps

Inspection Test Plan forHazardous Area LightingFixtures and Junction Boxes

Specification for FlameproofControl Station

Specification for FlameproofLighting and Power Panels

Specification for FlameproofPlugs, Sockets and Hand Lamps

Specification for HazardousArea Lighting Fixtures andJunction Boxes

Vendor Data Requirement

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

A307-000-XR-TR-0515

EIL-1641-1923Rev.1

A307-000-16-50-LL-0515

6-78-0001

6-78-0003

7-51-0221

6-81-1006

6-81-1008

6-81-1021

6-81-1061

6-51-0006

6-51-0008

6-51-0021

6-51-0061

A307-000-16-50-VDR-0515

A

A

0

0

4

3

2

2

3

4

4

4

4

A

23/12/2014

23/12/2014

04/06/2009

04/06/2009

17/07/2013

21/11/2013

21/11/2013

21/11/2013

21/11/2013

11/04/2011

11/04/2011

11/04/2011

11/04/2011

23/12/2014

INSTRUCTIONS TO VENDORS

FORMATS

VENDOR LIST

QUALITY REQUIREMENTS

STANDARD

INSPECTION & TEST PLANS

STANDARD SPECIFICATIONS

VENDOR DATA REQUIREMENTS

DATASHEET ELECTRICAL

Page 70 of 167

Page 71: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

ENGINEERS INDIA LIMITED

NEW DELHI Client: BPCL-KOCHI REFINERY

Project: INTEGRATED REFINERY EXPANSION PROJECT

Sheet 8 of 8

Thi

s dr

awin

g, d

esig

n an

d de

tail

s gi

ven

on th

is f

orm

at a

re th

e pr

oper

ty o

f E

NG

INE

ER

S I

ND

IA L

IMIT

ED

. The

y ar

e m

erel

y lo

aned

on

the

borr

ower

's e

xpre

ss a

gree

men

t tha

t the

y w

ill n

ot b

e re

prod

uced

,co

pied

, exh

ibit

ed o

r us

ed, e

xcep

t in

the

lim

ited

way

per

mit

ted

by a

wri

tten

con

sent

giv

en b

y th

e le

nder

to th

e bo

rrow

er f

or th

e in

tend

ed u

se. E

IL-1

641-

515

Rev

.1 A

4-21

0x29

7.

REQUISITION NO. REV.

AA307-000-XR-MR-0515

LIST OF ATTACHMENTS

SL.No. DOCUMENT TITLE DOCUMENT NO.

REVISION

REV. REV. REV. REV.DATE DATE DATE DATE

In case of any subsequent revision of MR or PR, only revised sheets of theattachments listed above shall be issued alongwith the revision.

GENERAL NOTES:1. The rates quoted against items shall be applicable for addition/deletion ofquantity to the tune of 25% at the time of order placement.2. The rates shall remain valid for repeat order for duration as specified incommercial documents.

Data Sheet for FlameproofLighting & Power Panels

Wiring Diagram for ControlStations

Data Sheet for LightingFixture Schedule

Data Sheet for FLP MOV Panel

16

17

18

19

A307-000-16-50-DS-0510

A307-000-16-50-DS-0511

A307-000-16-50-DS-1001

A307-000-16-50-DS-0512

A

A B

C D

A

09/12/2013

09/12/2013 23/12/2014

09/12/2013 31/12/2014

09/12/2013

DATASHEET ELECTRICAL

Page 71 of 167

Page 72: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

En

gin

eers

Ind

ia L

imit

ed

Clie

nt:

BP

CL

-KO

CH

I RE

FIN

ER

Y

S.N

o.E

quip

men

t Num

ber

For

mE

lect

roni

c(E

)/ P

rint (

P)

Rem

arks

Ven

do

r D

raw

ing

/ Do

cum

ent

Su

bm

issi

on

Sch

edu

leP

roje

ct:

INT

EG

RA

TE

D R

EF

INE

RY

EX

PA

NS

ION

PR

OJE

CT

Ven

do

r N

ame:

Co

nta

ct P

erso

n(E

IL):

EIL

Ori

gin

atin

g D

epar

tmen

t: E

LE

CT

RIC

AL

PR

No

.:

Dat

e o

f L

OI:

PO

No

.:D

ate

of

PO

:

For

mat

No.

: EIL

-164

1-19

23 R

ev.1

Drg

./ D

oc. N

omen

clat

ure

as p

er E

IL V

endo

r D

ata

Req

uire

men

t

Sch

edul

edda

te o

f 1st

Sub

mis

sion

Cat

egor

yR

evie

w (

R)

/R

eco

rds

(I)

Ven

dor

Drg

./ D

oc. T

itle

Ven

dor

Drg

. / D

oc. N

umbe

r

Sta

tus

Dat

e

Ad

dre

ss:

Co

nta

ct P

erso

n:

Ph

on

e:

Cit

y:

Em

ail:

Fax

:

Item

Des

crip

tio

n:

CO

NT

RO

L S

TA

TIO

N-

FL

AM

EP

RO

OF

, JU

NC

TIO

N B

OX

ES

(F

LA

ME

PR

OO

F),

LIG

HT

ING

& D

IST

RIB

UT

ION

BO

AR

D (

FL

P),

LIG

HT

ING

FIT

TIN

GS

& A

CC

ES

SO

RIE

S(H

AZ

AR

DO

US

), P

LU

GS

/SO

CK

ET

S/H

AN

DL

AM

OS

(FL

AM

EP

RO

OF

)

Page 72 of 167

Page 73: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

INSTRUCTIONS TO VENDOR

DOCUMENT No.

A307-000-16-50-TR-0515 Rev. A

Page 1 of 4

A 31.12.2014 ISSUED FOR MR SNM/MHR SV BRB

Rev. No

Date Purpose Prepared

by Checked

by Approved

by

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

INSTRUCTIONS TO VENDOR

FOR HAZARDOUS AREA EQUIPMENT

(MR NO. A307-000-XR-MR-0515)

PROJECT: INTEGRATED REFINERY EXPANSION PROJECT

CLIENT: M/s BPCL-KR

Page 73 of 167

Page 74: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

INSTRUCTIONS TO VENDOR

DOCUMENT No.

A307-000-16-50-TR-0515 Rev. A

Page 2 of 4

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

1.0 SPECIAL INSTRUCTIONS TO BIDDERS

1.1 Bidder shall submit quotations only for those items which they can supply strictly as per MR specifications, defined in the MR.

1.2 If the bid does not include complete scope, the offer shall be liable for rejection.

1.3 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).

1.4 Equipments having following valid Test Certificates, approval/ license shall only be offered.

- Certificates of CIMFR or from any other recognized testing agency

- Applicable Statutory Approvals.

- BIS license (For indigenous flameproof equipments, where insisted by statutory authorities).

1.5 The equipment shall be strictly in conformity with stipulations given in the certificates & certified drawings of testing agency.

1.6 The originals of the following documents shall be shown to the EIL inspector at the time of inspection:

- Certificate of CIMFR or from any other recognized testing agency.

- Certified drawings of testing agency (CIMFR or equivalent).

- Applicable statutory Approvals (CCOE)

- BIS license (For flameproof indigenous equipments, where insisted by statutory authorities).

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

2.0 BIDDER SHALL NOTE THAT NO TECHNICAL QUESTIONNAIRE SHALL BE ISSUED. BIDDER SHALL ENSURE COMPLIANCE TO THE FOLLOWING:

2.1 Bidder has quoted for all items as per item description exactly as specified in MR and confirmed compliance to the scope of MR.

2.2 Un-priced copy of the priced bid with item description exactly as per MR has been furnished.

2.3 Bidder has quoted unit rates for 2 years of operation and maintenance spares along with recommended quantity.

Bidder has furnished list of recommended maintenance spares for 2 year‟s of trouble free operation along with quantity and unit price price (the rates shall be inclusive of packing and transportation). However the spares shall include the following as a minimum: a) Toughened Glass b) Wire mesh c) Lamps of each type d) Lamp holder of each type e) Control gear of each type f) Clamps of each type g) Flameproof plugs and socket h) Push button element of each type i) Clustered LED type indicating lamp of each type. j) Selector switch k) Ammeter l) Driver for LED lamps.

Bidder shall specifically identify those spares out of the two years operation and maintenance spares, which would be required for commissioning of the offered flameproof control stations.

2.4 Bidder has furnished confirmation that there is no deviation to MR specifications.

Page 74 of 167

Page 75: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

INSTRUCTIONS TO VENDOR

DOCUMENT No.

A307-000-16-50-TR-0515 Rev. A

Page 3 of 4

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

2.5 Cable sizes and cable dimensions shall be informed at the time of drawing review. These shall be taken care by the vendor without any time and cost implication to the owner.

2.6 The CT ratio and ammeter range for local control station shall be informed after order during drawing review, which shall be taken care by the vendor without any impact of cost to owner. Ammeters shall be suitable for 1A current.

2.7 Makes of components/ devices are exactly as specified in the MR.

2.8 Lighting fixtures shall be supplied without lamps except for Aviation lighting fixtures, LED lighting fixtures, which shall be supplied alongwith lamps.

2.9 All L-O-R selector switches shall be make before break type and shall be lockable in OFF position.

2.10 The „Ex nR‟ fixtures shall confirm to IS/IEC 60079, Part-15:2005.

2.11 Cable glands supplied with all items shall confirm to IS/IEC 60079-0.

2.12 The lighting fixtures, control gear boxes, junction boxes, 15 A sockets etc. shall be suitable for the termination of 3Cx2.5 sq. mm copper conductor, PVC insulated armoured cable.

2.13 The two cable entries of 63 A welding sockets shall be suitable for the termination of 3.5Cx50 sq. mm (max.) and 3.5Cx35 sq mm Al. conductor PVC insulated armoured cable respectively.

2.14 The inscription of the 3 position selector switch shall be “LOCAL-OFF-REMOTE”.

2.15 Supply of GI canopies for lighting and power panels and Local Control Stations is included in the scope of bidder.

2.16 The lighting fixture schedule document attached with this MR (Doc no A307-000-16-50-DS-1001 Rev.C) is a general document pertaining to lighting fixtures, however items considered in this MR shall only be considered by the bidder.

2.17 The junction boxes shall have min. IP-65 enclosure protection. The terminal blocks for these shall be bolted type.

2.18 External hardware of all lighting fixtures, control gear boxes, welding receptacles, 230V receptacles, local control stations, lighting/power panels shall be of stainless steel.

2.19 Aviation lighting fixture shall be complete with medium intensity, clustered LED, lamps and shall be flashing type.

3.0 All items within a group shall be of same make & shall be compatible for use with associated item. Items within group shall not be split ordered.

4.0 MR item nos. 01.43 (PB Type A2)

a) Push button shall be push to lock & rotate to release. Sequence of operation of push button shall be as follow: Normal condition: When push button is in pressed condition-contact requirement is Close (1). Activate condition: When push button is released and pulled condition-contact requirement is Open (0).

b) Stop push button shall be stay put with mushroom head type. Color of pushbutton: Red. c) Push button station shall be Weather-proof to IP 65 and Explosion-proof (Ex „d‟) type certified

suitable for Zone 1, Gas Group IIC d) 2 nos. cable entries of ½”NPTF shall be provided for each push-button with one entry plugged. e) The push-button station shall be provided with mounting accessories like U-Clamp, Bolts & nuts

suitable for mounting on 2" pipe. f) The push-buttons shall be with 2 NO + 2 NC and the contact rating shall be 1A, 24 V DC. g) Push Button shall be provided with SS tag plate.

5.0 MR item nos. 01.44 (PB Type A3)

a) Push button shall break the contact when activated and the contact shall be momentary type. Color of pushbutton: Red.

b) Push Button stations shall be Weather-proof to IP 65 and Explosion- proof (Ex„d‟) type certified suitable for Zone 1, Gas Group IIC.

c) The push-buttons shall be provided with tamper-proof cover.

Page 75 of 167

Page 76: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

INSTRUCTIONS TO VENDOR

DOCUMENT No.

A307-000-16-50-TR-0515 Rev. A

Page 4 of 4

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

d) The push-button station shall be provided with mounting accessories like U-Clamp, Bolts & nuts suitable for mounting on 2" pipe.

e) The push-buttons shall be with 2 NO + 2 NC and the contact rating shall be 1A, 24 V DC. 2 nos. of cable entries of size 1/2" NPT shall be provided for each push button with one entry plugged.

f) Push Button shall be provided with SS tag plate. 6.0 MR item nos. 01.45 (PB Type C2)

a) Push button shall make the contact when activated and the contact shall be momentary type. Color of pushbutton: Green.

b) Push Button stations shall be Weather-proof to IP 65 and Explosion- proof (Ex„d‟) type certified suitable for Zone 1, Gas Group IIC.

c) The push-buttons shall be provided with tamper-proof cover. d) The push-button station shall be provided with mounting accessories like U-Clamp, Bolts & nuts

suitable for mounting on 2" pipe. e) The push-buttons shall be with 2 NO + 2 NC and the contact rating shall be 1A, 24 V DC. 2 nos.

of cable entries of size 1/2" NPT shall be provided for each push button with one entry plugged. f) Push Button shall be provided with SS tag plate.

7.0 MR item nos. 01.38 (MOV Panel)

MOV Panel shall be provided with 63A TPN incomer and 12 nos. 16A-32A SFU outgoing feeders.

8.0 MR item nos. 01.03, 01.04, 01.07, 01.17 (LED fixtures)

FLP LED type fixtures shall be complete with all accessories and associated FLP junction box for loop in, loop out and fixture wiring and ballast.

Page 76 of 167

Page 77: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

VENDOR’S LIST

DOCUMENT No.

A307-000-16-50-LL-0510 Rev. A

Page 1 of 2

A 09.12.2013 ISSUED WITH MR NN SV BRB

Rev. No

Date Purpose Prepared

by Checked

by Approved

by

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

VENDOR LIST FOR ELECTRICAL EQUIPMENT

ITEM

VENDOR

Control Stations (Flameproof) Baliga Lighting Equipments (P) Ltd., FCG Flamproof Controls Gears Pvt. Ltd., FCG Power Industries Pvt. Ltd., Flexpro Electricals Pvt. Ltd., Sudhir Switchgears Pvt. Ltd., Flameproof Equipment Pvt. Ltd., Petroleum safety products Ind. Pvt. Ltd.

Junction Boxes (Flame proof) Baliga Lighting Equipments (P) Ltd., FCG Flamproof Controls Gears Pvt. Ltd., FCG Power Industries Pvt. Ltd., Flexpro Electricals Pvt. Ltd., Sudhir Switchgears Pvt. Ltd., Flameproof Equipment Pvt. Ltd., Petroleum safety products Ind. Pvt. Ltd.

Lighting Fixture & Accessories (Flameproof)

Bajaj Electricals Ltd., Baliga Lighting Equipments (P) Limited, FCG Flameproof Control Gears P. Ltd., FCG Power Industries Pvt. Ltd., Flameproof Equipments Pvt. Ltd., Flexpro Electricals Pvt. Ltd., Petroleum safety products Ind. Pvt. Ltd., Sudhir Switchgears Pvt. Ltd, Crompton Greaves ltd.

Plugs/Sockets/Handlamps (Flame proof)

Baliga Lighting Equipments (P) Limited, FCG Flameproof Control Gears P. Ltd., FCG Power Industries Pvt. Ltd., Flameproof Equipments Pvt. Ltd., Flexpro Electricals Pvt. Ltd., Petroleum safety products Ind. Pvt. Ltd., Sudhir Switchgears Pvt. Ltd.

Lighting, Power & MOV Panels (Flame proof)

Baliga Lighting Equipments (P) Limited, FCG Flameproof Control Gears P. Ltd., FCG Power Industries Pvt. Ltd., Flameproof Equipments Pvt. Ltd., Flexpro Electricals Pvt. Ltd., Sudhir Switchgears Pvt. Ltd.

Cable Glands (For Hazardous Area)

Baliga Lighting Equipments (P) Ltd., Comet Brass Products, Comet Industries, FCG Flameproof Control Gears Pvt. Ltd., FCG Power Industries Pvt. Ltd., Flameproof Equipments Pvt. Ltd., Flexpro Electricals Pvt. Ltd., Sudhir Switchgears Pvt. Ltd., Standard Metal industries

VENDOR LIST FOR ELECTRICAL COMPONENTS

ITEM

VENDOR

Heavy Duty Switches Novateur Electrical & Digital Systems, Larsen & Toubro Ltd.-Ahmednagar, Siemens Ltd.

Fuse Switch Combination Unit ABB Ltd. (Bangalore), GE India Industrial Pvt. Ltd., Havells India Ltd., Novateur Electrical & Digital systems, Larsen & Toubro Ltd.-Ahmednagar, Siemens Ltd., Standard Electricals Ltd., Schneider Electric India Pvt. Ltd.

Fuses Cooper Bussman India Pvt. Ltd., GE India Industrial Pvt. Ltd., Novateur Electrical & Digital systems, Larsen & Toubro Ltd.-Ahmednagar, Siemens Ltd.

Instrument Transformer (CT/PT) – MV

Gilbert & Maxwell Electricals Pvt. Ltd., Kalpa Electrikal Pvt. Ltd, Narayan Powertech Pvt. Ltd., Pragati Electricals Pvt. Ltd., Precise Electricals, Silkaans Electricals Mfg. Co. Pvt. Ltd.

Page 77 of 167

Page 78: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

VENDOR’S LIST

DOCUMENT No.

A307-000-16-50-LL-0510 Rev. A

Page 2 of 2

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

ITEM

VENDOR

Meters Automatic Electric Ltd, MECO Instruments Pvt. Ltd, Rishabh Instruments Pvt. Ltd, Nippen Electrical Instruments Co., Secure meters Ltd.

Push Buttons & Indicating Lamps

Hotline Switchgear & Controls, L&T Ltd. - Powai, Schneider Electric India Pvt. Ltd., Siemens Ltd., Teknic Controls, Essen Deinki, Shri Tulsi Switchgears Pvt. Ltd., BCH Electric Ltd.(only PB), Precifine Products Pvt. Ltd.(LED type indicating lamps only)

MCB ABB Ltd., Havells India Ltd., Novateur Electrical & Digital Systems, Indiana Current Control, Legrand (India) Pvt. Ltd., Siemens Ltd., Standard Electricals Ltd., Schneider Electric India Pvt. Ltd.

Earth Leakage Circuit Breaker ABB Ltd., GE India Industrial Pvt. Ltd., Havells India Ltd., Novateur Electrical & Digital Systems, Legrand (India) Pvt. Ltd., Siemens Ltd., Schneider Electric India Pvt. Ltd.

Control Switches / Selector Switches

Alstom T&D India Ltd., Hotline Switchgear & Controls, Kaycee Industries Ltd., Larsen & Toubro Ltd.-Ahmednagar, Reliable Electronic Components Pvt. Ltd., Siemens Ltd., Switron Devices.

Contactors ABB Ltd. (Bangalore), BCH Electric Ltd., GE India Industrial Pvt. Ltd, Larsen & Toubro Ltd.-Ahmednagar, Siemens Ltd., Schneider Electric India Pvt. Ltd.

NOTES: 1. Bidder may procure components/ material from any of Owner/ EIL approved vendors, as listed

above. However, current validity and range of approval as per EIL enlistment letter, workload, stability and solvency need to be verified by the bidder before placement of order.

2. Vendor can offer components of makes other than those specified in the MR, during order execution. The alternate makes of components will be evaluated post order, based on the satisfactory track record and test certificates to be furnished by the vendor. In case the alternate makes are not found acceptable, components shall be provided strictly as per vendor list enclosed with MR.

3. For items for which makes have not been indicated, the same shall be subject to approval of EIL/owner.

Page 78 of 167

Page 79: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 79 of 167

Page 80: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 80 of 167

Page 81: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 81 of 167

Page 82: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 82 of 167

Page 83: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 83 of 167

Page 84: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 84 of 167

Page 85: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 85 of 167

Page 86: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 86 of 167

Page 87: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 87 of 167

Page 88: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 88 of 167

Page 89: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 89 of 167

Page 90: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 90 of 167

Page 91: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 91 of 167

Page 92: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 92 of 167

Page 93: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 93 of 167

Page 94: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 94 of 167

Page 95: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 95 of 167

Page 96: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 96 of 167

Page 97: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 97 of 167

Page 98: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 98 of 167

Page 99: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 99 of 167

Page 100: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

SEE DETAIL—A 50 DIA. G.I. PIPE

EXTERNAL REFLECTOR

25MM MIN.

HEXAGONAL—HEAD EXTERNAL THREAD

INTERNAL THREAD

25MM MIN.

DETAIL-1

POLE MOUNTED

EXTERNAL REFLECTOR

MOUNTING HEIGHT

11 DIA. HOLE (TYP.)

CLAMP TYPE—'A' 50X10 MM M.S. FLAT

CLAMP TYPE—'B' 50X10 MM M.S. FLAT

220

185

11 DIA. HOLE (TYP.)

EXTERNAL REFLECTOR

$PigZITIF .frem i.recure zr5,3qa.)

ENGINEERS TYPICAL INSTALLATION OF INDIA LIMITED (A Govt. of Indio Undertaking) HAZARDOUS AREA WELL GLASS LTG.

STANDARD No.

7-51-0221 Rev. 4

FIXTURE Page 1 of 1

DETAIL-2

BRACKET MOUNTED

DETAIL-A

(ADAPTOR)

DIMENSIONS X Y

*TO SUIT TO SUIT 19 DIA. 50 DIA.

* ALTERNATIVELY SIZE TO SUIT FIXTURE

DETAIL-3

CEILING MOUNTED

NOTES: - 1.

ALL DIMENSIONS ARE IN MM. .

2. SUPPORT ACCESSORIES VIZ THE BRACKET, CEILING ADAPTOR SHALL BE PAINTED WITH EPDXY BASED PAINT.

4 17.07.13 REAFFIRMED & ISSUED AS STANDARD BP FA/SA UAP/ OM 3 15.12.08 REVISED & ISSUED AS STANDARD BP RKS/NS JMS VC — Rev.

No.

Format No. 8-00-0001-F4 Rev.O

Date Purpose Checked by

Stds. Bureau Convenor Chairman

Approved by

Copyright EIL - All rights reserved

Page 100 of 167

Page 101: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

CrJ

ci)

0 'Aad Ld-1.000-00-8 'oN 1ewioJ

ZOOZ.170.0£

o

LOOZ.60.9Z

Z LOZ'90'6Z

Copyright EIL — All rights reserved

Aq penoiddv

-43

mo

uo!muaruaidwn roj panssi

C)

7:1

7:1

0

panss!-ax pue pas!Aa-u

penss!eu pue pes!Aeld

9001-18-9

STANDARD SPECIFICATION NO.

Pag

e 10

1 o

f 16

7

Page 102: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

sumjmnaacmv

DZZ

S

rn

STANDARD SPECIFICATION NO.

.nall 9001-18-9

0 *A92:1 L1-1000-00-8 'oN 4eW.10j

co 0

s uldnD .D.s

Inspection Standards Committee

pamasai sp.161-1 11V —113 4L16pAcloo

(-) =1 uu

c)

> c

l)

(") (

-) p:

r-4

<-)

rrl

EF, 5

Fi E

F, - ri

.1 .1

ril

ci (.

.) c)

r)

r) t

o 51

›.-

t_ .

. PD

-,- Z

E

-...* cr

, ,-1

A)

CD

CD

CD

CD

.1

0

(/)

''.

(i)

,,›

C-.)

(")

cn

e)

0

-I '-

C■ 2 '-

ii o

-i -,

., --

,- ;:p

v)

--

,ft g

. crc

'.-

: c°

" r

) o

n) ,

• ,1

'.). (,)

(-)

o c,

c"o

-':<

0

vD

''-''

1-1-1

■-•

-■ ■

:,0 0 0

_ „

.."

-42- ›

cp 8

-,

$=

,, 3

4 ,.,

. (-) -•

,,e) <

• c,

---

::::.

n

■-•■•,

<2

, :zi

Ejs e

D w,

,1

(-D

,i-

,t

(71:-', $'

'.2-, ':E

7 (-)

<•,,

o , ,-

. ti

l c)

o-

.

-• o

o

cp ••

•, F5

- ,

..,• '-•

,- rri

0

Q

,-1 ..

...,

,- C

l.. C

‹.,,

l'°

'-' «

<

,.., r

) o '-

4" (:

) ■-3

o

,./),-- C

r2 .

H 4

) (.,,L)

, c'"[7

cr,9

(D"

6')

0 C

D ()

-« -

• c)

p,)

cn

CD

0 ,

• 0

C/

) (-1)

r4

- ■-t

c)

ei)

0.

■-t

co 0

.-+

. cfc?

cr,

,-■

■-1-

, ■-r

, c")

o

0 P

4.

'4 (

)

A)

rw •

'

1,1

c)

Cr■:■

4

CD(1)

ril

,t >

C

eD

,-.

— -

0-

(DH

5

. ,,,, 'l

O.

<).

r) 0

0

1:0

r)

rw

0

co

-*

0

cn

CM c

p CL

, (")

cr

' ED

CfC

7 A)

,

o :,

,, E

co

0

,-

rri

n

94 ''

' CD

C)

ri

11

0

A)

C

D 0

C)1

~)

C

0

■-,

,-1

) '.

(.7') .

CD

5

A)

'O

" ti

l "

r2 ..sn

0

e) '''

,-4-

rD

tn..,

''ES. .

CD E cr

>< o

cl

H

0 '-rc

czzz44 4 4

r. =6

r.

-c)

()

(-)

cD r

l o

rri

0

s-3

■-3

■-3

r)

<

-•1 >-

.3 7z:

J '

"t: '"

"ci '-'0

't::,

'-zi

2 cc,

c„ C

D

,-•

''' C

D A

D

0 0

2

CD

C).•

r:t

■74 . 4)

4

o

■-ci r)

crc

? ,R

s- --

-, z

AD

CL,

'<7D-

CD

s•

o -

1 (

,)

,— c

n crt

:r ,

__

, z

go

_("D

p0" r) E

• a

cr)'''

r2 §

.-,:i ,

.., ,.

..., n

. 'i.5

",.-

,.. —•-

ot ,

,-.<

4 .,.

., r:

::4- -

9 ' -

3 c)

'-<

,, (-

) •:4

' 0) ,c

) t'll

O

.— c

p

c) :,.,

h7,, .

~. ,

c7

,,,,).

-o

5 ..,=

:, cr

,„ 0

(1,:■

c")

4

..-,.-

t'D

,-1

,-+

E

{=1.

, E,.,'

(.3' •

e)

.".' •

,-,

.. O

C/D

CD

r-

. 0

C

ra

(I) ep

0

94 e

p

ril

e)

-C1

E .

3" c

la

.D''

>

a,

.

cn

CFC?

c)'-'th

....,

(1)

...

■-b

0 $

:')

.-"'Z'à

co

A)

CD

k'

CD .-

-■ • n

0

,--

o

:=.'t

A)

r)

.8"

0 C

)

c) .c

.. ,‹

"

),)

o

,r

CfC

7 •-

■ • A)

0

.10p.10 3S1I10.1rid

Freall uopns anwsod

N

O

Pag

e 10

2 o

f 16

7

Page 103: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

0 Aad L3-1000-00-8 'oN leiwod pamasa, s11461.1 IIV —113 41160doo

3.0 INSPECTION AND TEST REQUIREMENTS

PO/PR/ Standards referred there in/Job specifications/Approved documents.

SIA131A1f130(1 aDNIM13,1321[

tvl O

This Inspection and Test Plan covers the minimum testing requirements of Flameproof Control Stations.

3d03S

£ "AaH 9001-18-9

STANDARD SPECIFICATION NO.

L.,

w

o

!--) -

its.à o

,—, o

Z w

o

r

Flameproof enclosure without components

In process Inspection

Incoming material like castings, glass, meters, Fasteners etc

Material Inspection

Procedures

STAGE/ ACTIVITY

Routine Pressure test

Visual, Dimensional, Operational checks, Review of Manufacturer's Certificates etc. as applicable

.

r) ril H 1"' cn

100% by Supplier

o

oo

. .

QUANTUM OF CHECK

Supplier's Test Records

TC's/ Inspection

Test records / Lab Test Records

r)

o

g

SUB SUPPLIER

SCOPE OF INSPECTION

SUPPLIER

7 . .

EIL/TPIA

Pag

e 10

3 o

f 16

7

Page 104: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

0 'Aed Ld-1000-00-9 'oN 491.2.1J0d

Copyright EIL — All rights reserved

STANDARD SPECIFICATION NO.

Aall 9001-18-9

CA

,:::D

(..ii

,—,

f.ii

G>

-1=.

i.

) .t=

. __

, ,::

:, z

CA

0 t

""

Documentation and IC

Painting and Packing

.C1

DD

....

Z

=

CM

Submission of Certificates & Documents

Flameproof Control Station (Acceptance tests)

Final Inspection

STAGE/ ACTIVITY

Visual

Suitable protection to prevent entry of foreign material.

Proper packing to prevent any damage during transportation and storage.

Certificate of Statutory testing agency for suitability of area classification

Certificate of Statutory approval authority like CCoE/ PESO as applicable.

Valid BIS License as applicable

• Degree of protection certificate as applicable

Visual/Dimensional/BOM Checks

Plan Gap/Path/Clearances

Electrical/Functional Checks

High voltage test

IR test before and after High voltage

CHARACTERISTICS

..--,

o

c:'

C4 SDD 5 Cii

cn

trl

■—,

___

cz,

7. ,°3

- ,1, -cs ©

.3

<., -

cs c:,

I-ci

cr —

• ,—

, ...

.<

.c.,,,

»,...

QUANTUM OF CHECK

Packing list / Supplier' s Records

(-)

■-...

<D

CD

V)..-

. rW

r,

Cf

Ci

CD

,"-P-

(I)

r)

(4

■-s

CDC

) ci)

'—i

;-"," •

•-.■

CD

CD,4

,C4

Zn

'1:$

V)

CD

cD

,__

, C)

e•-,

.•-,

•--,-.

0

CD

n

cn

0

a ,

0

SUB SUPPLIER

SCOPE OF INSPECTION

SUPPLIER EIL/TPIA

Pag

e 10

4 o

f 16

7

Page 105: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

> —

1 r, co

• 7)• o

CD

Cfg

O rD

■"r

c/3

O"C

t o

. cr

' P.

) •

9,

t-F

CD

ct)

!ZD

CfC?

• co

• ••ci

• CD

CD

CD

s=,)

cn

CD

CD

~17

>

•-G

C/)

■-F

• 0

C■1••

cn

CD

cn

0

CL,

co

co o

0

O

>0

10

cr'

"CS cn

.4;

CD cn

cn

cn

0"

o

CD

• (i

)

0

cn

cn

<1)

CD

<1)-'

cn

cn

0 'rad Ld-1000-00-8 'oN 4euuod pamasai sli461-1 11V —113 41460doo

STANDARD SPECIFICATION NO.

Aau 9001-18-9

01 _

Z c

4

o r.

,

ill

Documentation and IC

STAGE/ ACTIVITY

Review of Internal Test Reports & MTC

IC Issuance

CHARACTERISTICS

— c>

,=='

QUANTUM OF CHECK

'-cs

c)

-• n

) 0

.--

, ■ 0

.-s

rD

---

cA

"

Q,'

(.7,

(,)

,-,

r)

0

SUB SUPPLIER

SCOPE OF INSPECTION

SUPPLIER EIL/TPIA

Pag

e 10

5 o

f 16

7

Page 106: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

cn

0 'Aed LJ-1.000-00-8 "oN 1elwod

800Z.0 VLO O

(.4 O

O

0

Z— rn

aDZ

ti ET

T:1

I

c

pansspi pue paspax

-01

panss!ald pue pes!ned

uoneweweldw! Joi penssi

CrJ o

o

o

c.) cn

cn

cn

cn

cn

(.4

o.

nd

o

cr, 0

o

3

3

CD

1:13

CD

CD

131

C

(")

O. a

3 (1'

pemesa! sit!6!.! liv — -113 11.161JACi00

o

STANDARD SPECIFICATION NO.

Z 'AaR 800I-I8-9

cn

Pag

e 10

6 o

f 16

7

Page 107: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

suo!julnaiqqv

STANDARD SPECIFICATION NO.

Z 'Aall 8001-18-9

TQ

TQ 0 UN

0 .AGd Ld-1000-00-8 'oN }eLILIOd paAJ9S91 SW61.1 - 313 ;1160doo 4444 n '

• 6

"

`-■ D. - C D • ,

.;

: r

rl

( ■--,

rl C

c c

(-

c)

c) c

) to

w r/ rDi

>

z

z

'Fl

;

4

0--1; t

1()7

>i

1

•C

=

- H

nnn

(J0

70H

H

F.

n ■-g

^.

O

p

-1

tri

CA •

• (-)

(-)

,-,

$:,,

cra

,i-

0

4w -

r4

z

rri

z.. ,

z..

cn

o 5

t- ..,

,, •

= =

c x'-/.1-ri'ri trl tzl 1:

- .5c)r

)(-)

c-),,,

;)g:I

<>5

,0>

44

2

.-c ,-

,-,,, , ,,

,; ,,

cn

crq

cn `

-<

•AT'

E. (-

1;- `-<

cp ,1 ,s=",

(1)

co

conco'-

-t

n• rD

'',:

s-arD

Th

'.--

H

<1, .4-

c ,,

n,

,....,g,

,-cl----

- ....,_

O

-•

P.,

co

,- •

--5—

,- s2

o" o

> F t;

'-j)g

),E'.

• 0

,-1:J

on

,-,-

■-4)

rt. i

i CD

<

,

,y =

Ris

■-

■ 0

= .

1 c

.,) • ■ -5

o H

.2

;._,3,_

ES"

, ..

(.,-, ..!

:2, „ C

o -

- E

. nnA

D-b

•-0

"l'D

- -,

-.

AD .,.

., --

H

- •

< '-'

0

■-t

o ,..

., „

CD

r.,

=...

(1 , C

D

c)

rri

<

,.,F

c , -J (

...)

zt. c

x.,

9-,

Cr4

1-i

e)

CD

DD

■-■-

n

o

co 0

CD

-r

-Uo

-,

'- "' 9

H

cD

co

AD

cn

c '5.(

1)

( DE

.0

0

AD

- •

F.,- ; -

- o

= -

-'- 0 p

0 co

=

• 0

=

DD C

) =

- e7

'«C«

). ›-=

-' ,- ■'''

DD

«.

••-•

u p C

L CrA

ci)

-•

0

(-)

174

■-•:. A

D

<

cp

o

P,

c cr

44

n

Fg- 0

- o

,o co

c)

,-,

- 5▪ -

t. '.. 5

,

ri , _

. 'F',

• co

co

cD

CD

D)

''=

. cn

CD

DD

ci)

rr

i D))

crQ

.-=

5.

.-1

C)

=

= =

.6

.• 'Z

i •-r-

DD ;,

) CD n

cp.

cD

(-)

153- p,› cr

'F1>

><

":1

4 4

r-

()

<

cp

c)

rn

4-

nr)

Japio osugoind

( 9,..,

,D- t ,CD

o

CD

CD

D.D. . .

". 1 ,;“

Y4

:)-'

:D) ' '.-

. .•-

•,•

C)

0 "

E. C

L. c

i=0 0

1.,

p• •

- •

.:2-.

c o

CD

r-■

, q ''. 9 p .

'

C -c

;,)

ci c

t,

• -•

,.0

,- 4

r° '

a'

.-, ,..

.,-

:=,,--

0—

cD

to

,-,- q

‘-<

,•■•

(-)

('' ' • C

' ril

o.,,,

'''' a

n ><

0

1rk

cp

s=, ,

=,'•

'co

(1 > '-

' o L

: ,_ D, .,c7

j, : ,..

, -: C

. cr

.-,t

. , ..

,,,...,

0clq

CD

■-..

■-s

2,

E.

cp...

'f5-.5

.2

rlin

cp

■-■ -• C

D CD

, cD

cip

ci

, 1='

.5 .

(174

ci).

- •

s2

'z'à

2.:

,-,,

, C

4

(Tq

o

7:),D

=,

:,,,

,, 2 t'

CD •-

• C)

co

::_t2

AD

c)

5'

o o

o

E ' -'

L r=,)

,-■

,. P,D

..(5

Al

. ,-. o

zzzg

g n U

4 0

-

n n

o

• cp

cn

P■•

rn

o

»C-)'

Pag

e 10

7 o

f 16

7

Page 108: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

A.LIALLDV /aDVIS 213IrIcIdrIS

NOLL33dSKI IO adops

(....)

k.....)

t...>

■.....)

ii.)

.—■

C.4

.C

> 1\

.)

;--,

l'.

4 Z=

> 1...

.■ ■:::

:,

Panel assembly

Wiring Checks

Over Pressure Check

In process Inspection

Incoming Materials like castings, glass, ammeter, voltmeter,

fasteners, Gaskets etc

Material Inspection

Procedures

Visual ,Dimensional and Bill of Material

Size, termination, ferruling, continuity

Over Pressure test on individual enclosures as .er relevant standard.

Physical, chemical & electrical properties as applicable

1 1

■—■

0

C>

......

C>

C

>

1 1 1

Test Records

Material test certificates / Test

records

e 1 et e

0 •Aed L3-1000-00-9 "oN iewioj peniesai s;46p iiv —113 4146p(doo

3.0 INSPECTION AND TEST REQUIREMENT:

PO/PR / Standards referred there in /Job specifications / Approved documents.

SINaIAT.113011 3[3M3)133311

This Inspection and Test Plan covers the minimum inspection and testing requirements for Flameproof Lighting And Power panels.

adops o.T

Z *AaH 800I-18-9

STANDARD SPECIFICATION NO.

O

Pag

e 10

8 o

f 16

7

Page 109: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

0 Aod Ld-1.000-00-8 'oN ;e1.1.1.10d pamesei slq6P 11V —113 41160doo

Z *AaH 8001-18-9

STANDARD SPECIFICATION NO. (-1

1 •--

, Ur

i G

:' i•

J ■—

4.0

zC/

) 0

Painting and Packing

Painting

Submission of Certificates & Documents

Final Inspection

Final Inspection

STAGE/ ACTIVITY

Visual

Suitable protection to prevent entry of foreign material .

Proper packing to prevent any damage during transportation and storage.

Certificate of Statutory testing agency for suitability of area classification

Certificate of Statutory approval authority like CCoE/ PESO as applicable .

• Valid BIS License as applicable • Degree of protection certificate as applicable

Visual and Dimensional check

Bill of material

Paint shade and thickness.

Verification of mechanical and electrical operations

Dielectric test.

Insulation check before & after High Voltage

Correctness of nameplate

CHARACTERISTICS

c:=D

<::'

C/D

AD

'l=3 'CT

c/)

C4

rri

,--,

Cr

C) ■

-t=j

H C

7)•

'5. ,

,:'

•-0 cr

CL.,

,-t

5 Q

..`

QUANTUM OF CHECK

Packing list / Supplier' s Records

(-)

,--t-

CD

CD

C1)

...,

•--t-

.,zi.

Crc? CD

•-

•-

(1)

(-)

(1'

••••■•

•-1.,

cp

.--s

v)

o

CDH

cn

e•-■-

CD

ö

o

cL.

v)

r)

C,

g

1 .

1

SCOPE OF INSPECTION

x

1

Pag

e 10

9 o

f 16

7

Page 110: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

co>

■—■

cD

CD

co

s>)

' E

o

Q.

O

O (D CD •

0

0"

0

CD Q.

O

O

O

O

sy)

s•CD O

o"

o

rD

CD

CL.

cD

0 'Aed L3-1000-00-8 oN Tetmod paivasei sABP IIV —113 116!JAcloo

1•J

O

Z 8001-18-9

STANDARD SPECIFICATION NO. C"

, ;--

, C

■ 0

Documentation and IC

Documentation and IC

Review of Internal Test Reports & MTC

IC Issuance

,---, CD

CD

c'

'

Supplier' s Test Records / Inspection Certificate

Pag

e 11

0 o

f 16

7

Page 111: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

0 'Aeld Ld- L000-00-8 '0N Lewiod

01

fD

O

O

o

CO

o

ZLOZ.90.6Z

Copyright EIL — All rights reserved

-2

O

fD

uonetuawaidwi penssi

co

co penss!ai pue pas!ned

penss!ei pue pesp■eu

Z 'Aall IZ01-18-9

STANDARD SPECIFICATION NO.

Pag

e 11

1 o

f 16

7

Page 112: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

suopmnaiqqv

STANDARD SPECIFICATION NO. 0 •Aed L3-1000-00-8 oN 4euuo3 Pa/UaSai Sti6P iiV ii3 41160d00

Inspection Standards Committee

uldng 3 S z : Jouanuo3

t-,

,-..

~ ,

—' '—

' '—

' '- r

i 'r

i 1-1

- 1 t

ri

nnnneo

co >

..,

rri

tri

c -)

n -

0-i

,_, r

c.),-c

, ■ --3

''r

l rr

l '.-'

m

r)E-A

>

cl

Hn

nn

-0 ,-

-3H

H

,-,

.-ri

4'

c.)

r-,

2

m,

m

n

-1

n >

0

m

r-'

w" p'-

' - 5

'' 5

'-r

1 '-r

1 P-

r1 t

ri ,9 ry

.y

$,

,n

nr)

Dr - ) n

t: cl

> 1

: o >

-,

•et) -

cs -

, -c

t ct

.,

c) c

) u)

r)

0

CD .--

.-t

'M

J 't

~1-1 0

" ...-J.H--

. ■-

■., ;

:,.,

0 c

.--A '-<

,-.•••

cn

,-,-.

crw

,.

C) 0

CD

‹.)

=

.E'-) .

r, (

-) c

u)

>0

CA

-t n

ril

, c

o n

s:).

• 7

:Jg

'H2-,.',-

4. -

c).

. ")

3

c"D

'Oe'1

7 7:i

GIQ

■-]

(!),

.--,

cp

=

■-t

f=,D

H <

5_ u)

'-c5

.°R

20

cso

- o

t c)

co

cs..

CD

r) a

,, ,-

, ,,,,

,,,

CD

(4

cr-c, c

n •-■

- .-y

,-,

, ,CA

C4

SD■D

D.)

5-

v)

ro vt

-t

°

'-'-

-P.

n

vt

5

•c, ,

4. .

■-,

_,

n

CI)

r) -<

-• CfQ

.7

-t. t-

' " <

..

.w

9,

p. tri

(-

) eD

0 ,

.1 , .

el7

o

;,,,

cp 0

c)

...

o

t-1

n)

5

CD ,--

CD ''''

?)-

• SDND .(7)

. CC)

'6.

-t

,..s=s

4.5'.

(:)L.

co

0"

n-

4H

cA

nn

m—

HH

H

H

c-)-C

s-3

,-3

e'-c

l'-'0

'..tJ'

-c,~

c:J'-ciZ

ZZ

44

4

,

Co ,..-_,

,. CD

DD

0 C

) ''l

CD

:,., o

cp

CD

CD.,

'"t ,--

S c4

Q- s

» ,--

' '"

") c)

cl'.4 -

1,-

,-.$

4 ,)

n

- •

,-

0 C

D

co

E.

rs. c

p sw

s:s

. cs

CfQ

, . ,

. .1

...■

a .."

'..' •

CD

Cil

CC) SD

D C

D C

/3

."4-

AD

CD

5.

C,3

cm

=

f:U

$:

. ".".

% =

CD

,--t

CD

'-' C

C, ''' •

'«C«). C

)~

(1).- (Dr-

s:S ..,, -0

,,,Y

Z• ?

••)•

„9-

.- 'o

‘.

<

r=

t..■(:)~

r■IX

co

.-t

- t-t-

o

,H

t-t- r

o ,_

.4 O

rrl

--n rt

, A)

.-to

E),

-r r

) ,,1<1 ,2 C

M ..-tc

'ijo

nn

4

f:0

CL ,

-h r

, rs,

) -t

».■

co

DC

Q. n

.-

.0 °

co

(4

. cn

e,•-■- .-1

at

- .,)

cl)

,

2L.

CD

AD

. -

` •

»C

i

cf)

..t

(1

) -•

E-)

'-s:7)“

c,,,-' •

---s

-sn

cs-

co

e+

... ~

-"' ',:

-",.“ '-•

:ii 9

C-IF'

c-D -t-

• ia

t 8

. o ..,•

s:t,

H :•

t.• `4

, D

-- -c

or D

H

H

'-'1=

0-s

wocrc

to

trIn

c,

c5.

CfQ

CD .=')

co°

.t- c

)

'.--:.'s

z r

D ,..

< ,0

eD

,--.

,-s .

,•r-

'"C3. C

/D

S2 5

. '-'•

f:D

4

..

" ■-'

. =

P r

ic) n

) C

4 (RD

CD

'Z'

à -')

Q)

CfQ

CD

CL

,

'Z'à

CD PD

co,..

- w

CD .-

-'• (-

) ..

c)

c-)

r)

■•c)

8

OO

R

tz,) c

)

C

"

,-r-

CfQ

ro 'E)

w

.

v)

N •

>

w z

(/)

a)"•

o

c)

sw

,-,-

o

Pag

e 11

2 o

f 16

7

Page 113: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

(....)

..—■

(..#à

0D

l \J

;--,

t..)

7:0

1.••■

7:0

Flameproof plugs Sockets and Hand Lamps assembly

In process Inspection

Incoming Material like casting, terminals, Knobs, Switches, Push button, etc.

Material Inspection

0

f'D

fD

O.

0

ro

z

Visual ,Dimensional and Bill of Material

Routine Press Test on Castings as per latest IS/IEC

Physical, chemical & electrical properties as applicable

e 1

e.—..

CD

0

1—

, C

Z 0

e e

Test Records

Material test certificates / Test

records

e e 1 1

X

e

0 .A9d L3-1000-00-9 "oN ;ewiod pamasai sp.ibp py — -113 Iii6pAcloo

3.0 INSPECTION AND TEST REQUIREMENTS

This Inspection and Test Plan covers the minimum inspection and testing requirements for Flameproof Plugs, Sockets and Hand Lamps .

7:0

Z *Aa21 IZ01-18-9

STANDARD SPECIFICATION NO.

HaI'IddfIS

Nomaasm ,10 adODS AIIAILDV /aDVIS

CZ

t=i

Pag

e 11

3 o

f 16

7

Page 114: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

0 Aed Ld-1000-00-9 'oN ettLioj pamesai sTLIBP IIV —113 41/60doo STANDARD SPECIFICATION NO.

(..., .

tni

O

-1=. iv

P'

4

O

cA

0 C

Painting and Packing

Painting

Submission of Certificates & Documents

Final Inspection

Final Inspection

STAGE/ ACTIVITY

Visual

Suitable protection to prevent entry of foreign material .

Proper packing to prevent any damage during transportation and storage.

Type tests (if specified)

Certificate of statutory authorised testing agency/ for suitability of area classification and weather Proof as per latest valid IS/IEC • Certificate of statutory approval authority like PESO, FM/UL, PTB, BASEEFA etc.

Valid BIS license, if indigenous is supplied

Visual

Dimensional (flame path/gap/clearances etc.)

Bill of Material checks.

Compatibility of cable glands with cable sizes/cable entry

Verification of mechanical and electrical operation.

HV test /Insulation Resistance test before and after HV Test

:

r)

,-. m c.) ,- ,—,

_ o:, o> .c, -, o o CD

-- co co

QUANTUM OF CHECK

Packing list / Supplier's Records

5

F:,)

F D

—■- c

f) ,,_

e—t-

o■i•

CfQ

r D

„ c

)Ft cn

U

J 0

(j)

• ,--

,

9 )

■-3

C'D

Cn o

o

,--s

cn

g

1 1

SCOPE OF INSPECTION

x

i Pag

e 11

4 o

f 16

7

Page 115: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

0-3

0 .1\ad L3-1,000-00-8 'oN iewiod pamasaJ sABP IIV —113 4L16pAcloo STANDARD SPECIFICATION NO.

C.N

00 O INJ

51)

(.0 fT

O

07

cr■

i.)

cr,

,-

- cr■

O

Final Document submission

Documentation and IC

Documentation and IC

Compilation of Inspection reports ,drawings, etc as per VDR / PR

Review of Internal Test Reports

Issuance of IC

,--

cp

c:

:,

<,:"'

--.

cp

c>

Final data folder /Completeness

certificate

Supplier Test Records / Inspection Certificate

Z

Z

Z

Pag

e 11

5 o

f 16

7

Page 116: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

G)

Aq penoiddy

o ZOOZ•90•Z uoge;ueweidw! .10j penssi

G)

G) pensshed pue pes!nad LOOZ*60'9Z

w penss!ed pue pes!nad Z tOZ'90'6Z

STANDARD SPECIFICATION NO. z

o fD 0

.°4

c

0 •Aed Ld-1000-00-9 "oN lewiod

Copyright EIL —All rights reserved

Pag

e 11

6 o

f 16

7

Page 117: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

suo!mitaiciqy

'ON NOIIV313133dS adVONVIS

0 Aad Ld-1000-00-8 '0N leauod pamasai s;LIBIJ IIV —113 46!JAdoo

n rD

o

»61

•;' r'7

1‹ 5 -c

=)' 'F

)' --9

'z3'

'-ri -

1 tii

lz

-)n

nn

to

czi>

5 =

c

,..,:j ,

?-..)

3 t"

" 4

(Th ,-

o ,---

3 '-r

1 rr

l '-''

tri (

-) 7)

>

cA

or

CD

', H

(")

n (

")

~d

■-3 ,-

-3 H

t

4 rn

CD

Z

.:

1,•.

,~ r-

I '.1

1

CA

tri

>

x o

ol.

t-ri

r.

•-s

ICOH

e.)

o

4 4

4

_. g

. ,.,

. o: 5

" 5"

5-'

.., cn

cfc?

ci)

`-‹

.

. .

E .=

-cs

-.

s,› -,.

.

CD

,..,

;.-.;

CD

co

CD

‘< '-

t •

' ro o

rii o

'--t

- v)

CD

CD

■-• ri

l "

Zt.

E),

, st =

- co

0

CD

n .

.._.,

-• 8

c)

o

o

CD

-t -

: c)

t,)

o

o

cn

(-

cp

-..

:,'•

,-,"

,..,•

= $:,.,

...

4 4

o-

= $.-

cc

: :

, o

,__. g.

. eD

o

cp ,....-

A.

n)

cn .

()

cn

A) ,

x.

(5 •

')."')

7-'

AD 0 A

,) 0

~t

0

'-r1 s-

r1 'rl

trl

C".7

uic

-)c

-)nnto

>ti

i>

■-cj .,

'7

1

,--,

. ■--

1-,

0

o' "C . , -' •

, _ tt. .

. a.

.5. '

,,,,,,,,

,,,,, .

„.8r

CD

cn

r) 6

co

'.<:5

~ .

Z

C)

(-) ,

c4

0

.-4

i

v

CD ,

co

H (,

. 0

6

'

o

E

,-..

r o

<

7:1 c

m H

c4

.1"-

co

co

ro -

- o

CD

cfc

l "

("1)

0 ,-. • 0

AD

cn

0

:"1-

. Cir'

Z C

C2

CD

CA

C

I)

..1

,.,

CH D(4 ''C

S

"' ()

.

rà) co

5"

(4,-

5" 8

)

cyq ,i.

(,)

0..

o..4.,

Y-r) r

"'

0

Z-. AD

go

.(29) .

«

-

o

cr

o

CD

til

F' D+ .9

,

8.-

c17'

A)

CD

O

0

,-t

v) r

"'

>ri"

1:0

n)

..c)

" F

.t,

0..

.6- .

CD

...

•11

r).

crAD

Ii

< C

H ■C

) 'tJ

4

7cie

rrio

eir

rie

,-o0

H

rri

H

- n,>

- -• a ,o

f_L .,

■ c— ,

H HC

(,D),

cr

o

D

'.-o •

c , "

o C g.o

Ao D z z o

4

4 --+ g .

4 g.

4

( 4=

4A

n

C CC

"

r

69+

) C

CA (Q -D

°

- n

O.

0. C

"

CL,

'--

0

r

- cD

g =

- = D

.- • c

n G

1Q ,-

-, AD

(...)

er)

- •

CD

CA

C/2

CD

..1

.—e

CD

(,)

,--,

,..,

...

'-1

:1-, •

'(-

)..

- ... ,...,

›:, co

Zrf

• •-

4 ,—

,- C

D S

H

C)

•-• c

o -

, P

'-''

s.< ■

••-t- s.

_,

'' -'

. ,...

,,

riz)

'''n.,

CD

1."-'

AD

...

t ‘•-

■.°

(1) (

-) (

4,-)

7.

CL,

■-n

"

,.,_,

0 c

or'

.,- C

D .-

c)

><

0-

,,,-

.- •

C/)

,-,

.- - '•

C3

' - •

0 'A

7) "

c7, "

..' ', .

,a,

CD

c)

= i

r)

., -

,--,

- •

H (

7 O

n -

. -s

t-t-

o.

, ■-

■ -,

• (,-)

,- •

n f

:L, 0

lz,

) CD

C)

,--h

" .

CD

H

trl c

) t t

),)

'".

• ,/, C

D

,--t

- cp

C.4

CD

,-,

- ,-

■.- e-

t- l /

C+

Cip

"

Zi

0

,

0

cA

5 x

'8' 9

4 ..-,-

V,LD , E

4.i

c4

CfQ

r)

n

G1Q

AD co

,.-

r),) C

D .-

' •

C'D

.-t-

(,-) r)

r) -•

-•

-<

o

-t

O

.-I

r+

CrQ

CD

cn

ts7

AD

(/)

e-r-

CA ■-.

. 0

0

C)

..-..

AD .--

O

Pag

e 11

7 o

f 16

7

Page 118: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

0 Al G L3-1000-00-8 'oN 4eLtuo3 pamasai sp.161.1 IIV —113 4146pAclo3

siNawaffinÒau amv MOIIDadSKI O'£

PO/PR/ Standards referred there in/Job specifications/Approved documents.

This Inspection and Test Plan covers the minimum testing requirements of Lighting fixtures, control gearboxes, junction boxes and accessories

adODS

'ON NOIIV01d103cIS aavaNvis

4.

0

(...)

iNJ

(....)

. ■—■

t..4

. C5

t.)

.—

ts.>

c:

, 0

z w

) 0 r

Final Inspection

Control gear boxes and junction Boxes

CD

=

cfa ES-

cn

cn

CD

C4

In process Inspection

Incoming materials like castings, terminals, Glass, Rubber gaskets, reflectors, Guards, Chokes, Capacitors, etc.

Material Inspection

Procedures

STAGE/ ACTIVITY

Routine Pressure test

Static Hydraulic test

Physical & Chemical Properties, Dimensions, Surface finish, Light transmission thro' glass, tests on glass, Material Certificate, Make, IR for chokes, etc.

, ril ,- ,—, c.)

100% by supplier and

sample basis by EIL

100% by supplier and

sample basis by EIL

Samples as per relevant standard/ supplier's standard

QUANTUM OF CHECK

Supplier's Test Records

Supplier's Test Records

Supplier's Test Records

, r) o g

z

SUB SUPPLIER

SCOPE OF INSPECTION

z z

z

SUPPLIER

xJ . .

EIL/TPIA

Pag

e 11

8 o

f 16

7

Page 119: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

0 'Aed L3-1000-00-9 'oN pamesai sp.16P IIV —113 41160do3

Aall 1901-18-9

1\1VrId LSI.L (INV momaasm 'ON NOILVD1d133dS aavaNvis

i..) —

,,..,

4 ...,

k

Type tests:-

'"Il

,-

-..

P,

'CZ

(i

) r) o,-

-.

STAGE/ ACTIVITY

• Temperature rise test

Test for suspension for Div 2 fittings

Test for enclosed Break lamp holder for Div 2 fittings.

Pressure Test (As Applicable)

Acceptance Tests:-

Physical, Dimensional and BOM Verification

Flame paths, Clearances

Marking on each piece for suitability to area classification, Tag no. and other details as per relevant IS/IEC.

Marking on glass for type and other details as per IS/IEC

Test for restricted breathing enclosure for Div-2

Impact test (on samples)

Thermal shock test (on samples)

Electrical operation check

Power factor test on choke

HV test

• IR test before & after HV

CHARACTERISTICS

Samples

,---

CD

C

D

‘:

QUANTUM OF CHECK

Certificates from test agencies

-,..1 ■

-• • r

-, c'-

' '-'•

v)

cp

(I)

o

(-)

cp

(=1..

,-.1 -

• u)

o

CD

,-4- -

(n

0

SUB SUPPLIER

SCOPE OF INSPECTION

SUPPLIER EIL/TPIA

Pag

e 11

9 o

f 16

7

Page 120: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

0 ykod Ld-L000-00-9 '0N 4euilod pemesei sP-16P liv -113 1.16pAclo3

so rg

> 2

r=1-

71 M

.nau 1901-18-9

'ON NOI1V313103dS CIWONVIS

CT t)

Cl'■

»,---.

01

P

L

/1

;.-.

(J1

7:::,

.4,

L-)

V)

0

.

Final Document submission

Documentation and IC

Documentation and IC

Painting and Packing

.0

0 ..

•4-

....

Cr:

Submission of Certificate & Documents

STAGE/ ACTIVITY

Compilation of Inspection reports ,drawings, etc as per VDR / PR

• Review of suppliers internal test reports

• Issuance of IC •

Visual

Suitable protection to prevent entry of foreign material.

Proper packing to prevent any damage during transportation

Certificate of Statutory testing agency for suitability of area classification

Certificate of Statutory approval authority like PESO

License for Indigenous fittings from BIS

Degree of protection certificate.

CHARACTERISTICS

,..-

0

0

■-,

0

0

.-,

0

0

Samples

QUANTUM OF CHECK

Final data folder /Completeness

certificate

Internal test reports & Inspection Certificates

Packing list / Supplier's Records

Certificates from test agencies

o g SUB

SUPPLIER

SCOPE OF INSPECTION

z

z

z z

SUPPLIER

z

z

EIL/TPIA

Pag

e 12

0 o

f 16

7

Page 121: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

0 •A92:1 LJ-1000-00-8 'oN }eWJOJ pemesai s}116P IIV —113 4460do3

Aall 1901-18-9

'ON NOLLVOld103dS aavaNvis

> H

o

C

) c)•

CD

1:

t • •

C-)

CO7

eD

CD

CFA

cp

O C

D (7)

CL.

CD

rij

C/)

• o

'a-

• a)

• Cf

c7

• -

cn

cn

• CD

CD

s),)

cn

"Ct

CD

»-t

~C

o.

,-t-

• 0

cn

■-b

o

ct)

CD

" O

Zi

■-s

- cn

o

o

'c;

cr

ci)

'11=1

c)

co

,•••■•

— •

s=1.,

v)

E •

CD

o

c->

(

?D

CD

cn(4

A.)

o

r))

cr'

CD

Pag

e 12

1 o

f 16

7

Page 122: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 122 of 167

Page 123: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 123 of 167

Page 124: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 124 of 167

Page 125: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 125 of 167

Page 126: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 126 of 167

Page 127: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 127 of 167

Page 128: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 128 of 167

Page 129: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 129 of 167

Page 130: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 130 of 167

Page 131: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 131 of 167

Page 132: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 132 of 167

Page 133: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 133 of 167

Page 134: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 134 of 167

Page 135: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 135 of 167

Page 136: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 136 of 167

Page 137: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 137 of 167

Page 138: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 138 of 167

Page 139: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 139 of 167

Page 140: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 140 of 167

Page 141: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 141 of 167

Page 142: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 142 of 167

Page 143: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Page 143 of 167

Page 144: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

aReleiM ENGINEERSogeiropegmy INDIA LIMITED

(MEW Gait. undertak.n9)

SPECIFICATIONFOR

HAZARDOUS AREA LIGHTFIXTURES AND JUNCTION

BOXES

STANDARD SPECIFICATION No.6-51-0061 Rev. 4

Page 1 of 7

ticheiiq 4-A1 fRiz itocrecia

fffizfeTku

SPECIFICATIONFOR

HAZARDOUS AREA LIGHT FIXTURESAND JUNCTION BOXES

4 11.04.11

3 27.08.07

2 30.01.02

1 23.12.96

0 12.01.83 ISSUED AS STANDARD SPECIFICATION

REVISED AND ISSUED AS STANDARDSPECIFICATION

REVISED AND ISSUED AS STANDARDSPECIFICATION

REVISED AND ISSUED AS STANDARDSPECIFICATION

REVISED AND ISSUED AS STANDARDSPECIFICATION

ANPS UAP JMS VC

UAP AAN VPS GRR

RKM VPS SG AS

GNT AK

Preparedby

Checkedby

StandardsCommitteeConvenor

StandardsBureau

ChairmanApproved by

Rev.No Date Purpose

Copyright EIL — All rights reservedFormat No. 8-00-0001-F1 Rev. 0Page 144 of 167

Page 145: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

dolRe,fgzrr EtPeg

IMIETT eiONIZMIJ‘141.1) IA Goo. of India Undertaking)

SPECIFICATIONFOR

HAZARDOUS AREA LIGHTFIXTURES AND JUNCTION

BOXES

STANDARD SPECIFICATION No.

6-51-0061 Rev. 4

Page 2 of 7

ENGINEERSINDIA LIMITED

Abbreviations:

BIS Bureau of Indian StandardsBS British StandardCCE Chief Controller of ExplosivesCEA Central Electricity AuthorityCIMFR Central Institute of Mines and Fuel Research (formerly CMRI)CPRI Central Power Research InstituteDGFASLI : Directorate General Factory Advice Service and Labour InstitutesDGMS Directorate General of Mines SafetyERTL Electronic Regional Test LaboratoriesES Edison ScrewFM Factory Mutual Research CorporationFRP Fibre Reinforced PlasticGI Galvanised IronHRC High Rupturing CapacityICAO International Civil Aviation OrganisationIEC International Electrotechnical CommissionIEEE Institute of Electrical & Electronics EngineersIP Ingress ProtectionIS Indian StandardLCIE Laboratoire Central des Industries ElectriquesLED Light Emitting DiodeLV Low VoltageNEMA National Electrical Manufacturers AssociationPESO Petroleum and Explosives Safety OrganisationPVC Poly Vinyl ChlorideSPN Single Phase NeutralTPN Three Phase NeutralUL Underwriters LaboratoriesVDE Verband der Elektrotechnik, Elektronik and Information stechnik

Electrical Standards Committee

Convenor: Mr. UA Patro

Members: Mr. AK TickooMr. MP JainMr. BR BhogalMr. Arun KumarMr. KK GeraMr. Saeed Akhtar

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

Page 145 of 167

Page 146: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

401Ifg-,ar 02-esENGINEERSINDIA LIMITED(A Govt of India Undertaking)

SPECIFICATIONFOR

HAZARDOUS AREA LIGHTFIXTURES AND JUNCTION

BOXES

STANDARD SPECIFICATION No.

6-51-0061 Rev. 4

Page 3 of 7

CONTENTS

1.0 SCOPE •4

2.0 CODES AND STANDARDS 4

3.0 GENERAL REQUIREMENTS 4

4.0 SITE CONDITIONS 4

5.0 POWER SUPPLY 4

6.0 CERTIFICATION 5

7.0 TECHNICAL REQUIREMENTS 5

8.0 INSPECTION, TESTING AND ACCEPTANCE 7

9.0 PACKING AND DESPATCH 7

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

Page 146 of 167

Page 147: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

ENGINEERSIfgar ElOieg INDIA LIMITED(A Govt of India Undertaking)1.112Pr eletrrawaacra)

SPECIFICATIONFOR

HAZARDOUS AREA LIGHTFIXTURES AND JUNCTION

BOXES

STANDARD SPECIFICATION No.

6-51-0061 Rev. 4

Page 4 of 7

1.0 SCOPEThis specification covers the requirements of design, manufacture, testing, packing and supplyof lighting fixtures, control gearboxes, junction boxes and accessories suitable for installationin locations handling flammable liquids and gases.

2.0 CODES AND STANDARDS

2.1 The equipment shall comply with the requirements of latest revision of the followingstandards issued by BIS:IS-5 • Colours for ready mixed paints and enamels.IS-2148 Flameproof enclosures for electrical apparatus.IS-6381 Electrical apparatus for explosive gas atmospheres

Increased safety "e".IS / IEC 60079-0 Electrical apparatus for explosive gas atmospheres

(General requirements).IS / IEC 60079-1 Electrical apparatus for explosive gas atmospheres

(Equipment Protection by Flameproof Enclosures "d").IS / IEC 60079-7 Electrical apparatus for explosive gas atmospheres

(Equipment Protection by Increased Safety "e").IS / IEC 60079-15 Electrical apparatus for explosive gas atmospheres

Construction, test & marking of type of protection "n"IS / IEC 60529 Degrees of protection provided by enclosures (IP Code).

2.2 In case of imported equipment, standards of the country of origin shall be applicable if thesestandards are equivalent or more stringent than the applicable Indian standards.

2.3 The equipment shall also confirm to the provisions of CEA Regulations and statutoryregulations currently in force in the country.

2.4 In case Indian standards are not available for any equipment, standards issued by IEC/ BS/VDE/ IEEE/ NEMA or equivalent agency shall be applicable.

2.5 In case of any conflict between requirements specified in various applicable documents for theproject, the most stringent one shall prevail. However, Owner's decision in this regard will befinal and binding.

3.0 GENERAL REQUIREMENTS

3.1 The offered equipment shall be brand new with state of art technology and proven field trackrecord. No prototype equipment shall be offered.

3.2 Vendor shall ensure availability of spare parts and maintenance support services for theoffered equipment for at least 10 years from the date of supply.

4.0 SITE CONDITIONSThe equipment shall be suitable for installation and satisfactory operation in classifiedhazardous locations in tropical, humid and corrosive atmosphere as prevalent in refineries,petrochemical and fertilizer plants. Unless otherwise specified, a design ambient temperatureof 40° C and an altitude not exceeding 1000 m above mean sea level shall be considered.

5.0 POWER SUPPLYAll AC lighting fixtures/ control gear boxes/ junction boxes shall be suitable for 220 — 250V,SPN, 50Hz ± 3% power supply and all DC lighting fixtures/ junction boxes shall be suitablefor 110/ 220 ±10% V power supply.

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

Page 147 of 167

Page 148: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

4o1ReJel ENGINEERSINDIA LIMITED(A Gout of India Undertaking)

SPECIFICATIONFOR

HAZARDOUS AREA LIGHT

STANDARD SPECIFICATION No.

6-51-0061 Rev. 45 a IFII5teglifflETT emamet11130SPRO

FIXTURES AND JUNCTION Page 5 of 7BOXES

6.0 CERTIFICATION

The equipment shall have test certificates issued by recognised independent test house(CIMFR/ CPRI/ ERTL/ Baseefa/ LCIE/ UL/ FM or equivalent). All indigenous equipmentshall conform to Indian standards and shall be certified by Indian testing agencies. Allequipment (indigenous & imported) shall also have valid statutory approvals as applicable forthe specified location. All indigenous flameproof equipment shall have valid BIS license andmarking as required by statutory authorities.

7.0 TECHNICAL REQUIREMENTS

7.1 Construction

7.1.1 The enclosures of the lighting fixtures, control gear box and junction boxes shall be of castlight metal alloy.

7.1.2 All equipment shall be suitable for use in outdoor open locations and shall have IP-55 degreeof protection.

7.1.3 The enclosures shall be provided with gaskets made of non-inflammable and self-extinguishing material.

7.1.4 All metal surfaces shall undergo manufacturer's standard cleaning/ painting cycle. Afterpreparation of under surface, the equipment shall be painted with two coats of epoxy basedfinal paint with colour shade as below:

- Flame proof (Gas group IIA/IIB) and AC supply : Dark admiralty grey shade 632 of IS-5/RAL 7035

- Flame proof (Gas group IIC) and AC Supply : Light yellow shade 355 of IS-5- Zone-2/ Increased safety and AC Supply : Dark admiralty grey shade 632 of IS-5/

RAL 7035- DC lighting fixtures : Bright red shade 538 of IS-5

All unpainted steel parts shall be suitably treated to prevent rust formation. If these parts aremoving elements then they shall be greased.

7.1.5 A warning inscription "Isolate power supply elsewhere before opening" shall be provided oneach enclosure. The warning inscription shall be embossed on the enclosure or a separatewarning plate with above inscription shall be fixed to the enclosure with screws. The warningplate shall be of nickel plated brass or stainless steel.

7.1.6 All accessories like nuts, bolts, washers etc. shall be made of stainless steel SS-304.

7.1.7 All equipments on single phase supply shall be provided with an independent earth terminalwith lug inside the enclosure for terminating the third (earth) core of the cable and shall havefacility for looping.

7.1.8 A nameplate shall be provided to indicate the details of testing agency (CIMFR or equivalent),test certificate no. with date, statutory approval no. with date and agency (PESO/ CCE/DGFASLI/ DGMS), BIS license number and date, applicable gas group etc. The nameplatesshall be engraved type and permanently fixed on the equipment. In case the standard detailsgiven above are embossed on the enclosures, the same need not be repeated on the nameplate.

7.2 Lighting Fixtures

7.2.1 Glass used for lighting fixture shall be clear and suitable for use under conditions involvingexceptional risk of mechanical damage.

7.2.2 All well glass fixtures shall be provided with either galvanised steel or epoxy powder coatedmild steel protective wire cage using minimum 5mm welded steel construction and havingmesh dimension not exceeding 50mm x 70mm.

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

Page 148 of 167

Page 149: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

eilig-a. 1610lift

174111.1 2IETIA2^JVC1511)

ENGINEERSINDIA LIMITED(A Gout. of India Undertaking)

SPECIFICATIONFOR

HAZARDOUS AREA LIGHTFIXTURES AND JUNCTION

BOXES

STANDARD SPECIFICATION No.

6-51-0061 Rev. 4

Page 6 of 7

7.2.3 The fixing parts of the enclosure, which are to be opened for replacement of bulb, shall be sofastened that they can be unfastened only with special tools.

7.2.4 The lighting fixtures in Zone-2 area shall be Ex nR type. Lamp holder shall be Edison screwtype.

7.2.5 The lighting fixtures having integral control gear box or to be used with incandescent lampsshall be provided with 2 nos. threaded entries and 2 nos. double compression nickel platedbrass cable glands. All other lighting fixtures shall be provided with 1 no. threaded entry and 1no. double compression nickel plated brass cable gland. The glands shall be suitable for thespecified cable size. 20% of the fixtures having double cable entry shall be supplied with 1 no.nickel plated brass plug for sealing the unused entry.

7.2.6 The top of all well glass lighting fixtures shall be identically drilled/ threaded to facilitateinstallation on pole/ column or ceiling.

7.2.7 The flood lighting fixtures shall be supplied with adjustable mounting arrangement both inhorizontal and vertical plane.

7.2.8 The lighting fixtures for aviation purpose shall have cluster LED lamps of medium intensity(as per ICAO regulations) and of red colour, with toughened glass.

7.2.9 All lighting fixtures shall be provided with suitable mirror-polished aluminium internalreflector of suitable thickness to ensure adequate mechanical strength. Additionally, all wellglass fixtures shall be provided with an anodized mirror-polished aluminium external reflectorof minimum thickness 1.2mm and parabolic in design.

7.2.10 External reflectors, for use with well glass fixtures with lamps rated up to 150W, shall have aheight not less than 60% of the length of the well glass in use. Height of the externalreflectors, for use with well glass fixtures with lamps rated above 150W, shall extend at least10mm below the full length of the well glass in use.

7.3 Control Gear Box

7.3.1 Lighting fixtures suitable for discharge lamps shall be provided with power factor correctioncapacitor, choke starter etc., housed in separate control gear box. The choke shall be copperwound. The complete control gear shall have power factor not less than 0.9.

7.3.2 The control gear boxes shall be provided with 3 nos. entries and 3 nos. double compressionnickel plated brass cable glands. The glands shall be suitable for the specified cable size. 20%of the control gear boxes shall be supplied with 1 no. nickel plated brass plug for sealing theunused entry.

7.3.3 Control gear box for flame proof fixtures shall be flameproof type and for Ex nR type fixturesshall be increased safety type, except that the control gear boxes having a fuse inside theenclosure shall be necessarily of flameproof type. The fuses shall be HRC type. Requirementof fuse shall be as specified in data sheet/ job specification.

7.4 Junction Boxes

The junction boxes shall be of flameproof construction. All junction boxes for looping ofsingle phase lighting circuits using cables up to 6mm2 shall be minimum 125mm diameter insize. Each junction box shall be complete with requisite number of cable entries and doublecompression flameproof nickel plated brass cable glands to suit the specified cable size.

7.5 Terminals & Wiring

7.5.1 The fixtures and junction boxes shall be provided with sufficient number of terminals. Morethan 2 wires per terminal shall not be permitted. If required, additional terminal with shortinglink may be used. The terminals for external cable termination shall be suitable for 2.5mm2solid copper conductor. Tinned copper lugs shall be provided for cable termination.

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

Page 149 of 167

Page 150: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

SPECIFICATIONFOR

HAZARDOUS AREA LIGHTFIXTURES AND JUNCTION

BOXES

STANDARD SPECIFICATION No.

6-51-0061 Rev. 4

Page 7 of 7

01 e..1 ENGINEERS

1i faReg INDIA LIMITED

Own etecannanerni IA Govt crl India Undertaking)

7.5.2 All internal wiring shall employ 2.5mm 2, 660 V grade, PVC insulated copper conductor wires,colour coded for phase, neutral and earth.

7.5.3 For flameproof equipments, terminal box can be provided in 'Exe' execution.

8.0 INSPECTION, TESTING AND ACCEPTANCE

8.1 During fabrication, the equipment shall be subjected to inspection by EIL/ Owner or by anagency authorised by the Owner, if specified/ agreed in Inspection Test Plan. Manufacturershall furnish all necessary information concerning the supply to EIL/ Owner's inspector. Allroutine/ acceptance tests shall be carried out at manufacturer's works under his care andexpense.

8.2 Type test certificates from CIMFR or equivalent test house, applicable PESO/ CCE/DGFASLI/ DGMS approval certificates, BIS license and original drawings referred in typetest certificates shall be shown to the inspection agency on demand during inspection. Thecertificates and BIS license must be valid at the time of despatch.

8.3 Test certificates of bought out components shall be shown to the inspection agency on demandduring inspection.

8.4 All equipments shall be subjected to various acceptance tests as per standards but not limitedto the following:

8.4.1 General visual inspection

8.4.2 Dimensional inspection

8.4.3 Verification of mechanical and electrical operations

8.4.4 Dielectric tests

8.4.5 Over pressure test (for flameproof control gear boxes and junction boxes)

8.4.6 Any other routine and acceptance test as per applicable standards.

9.0 PACKING AND DESPATCHAll the equipment shall be divided into several sections for protection and ease of handlingduring transportation. The equipment shall be properly packed for the selected mode oftransportation, i.e. by ship/ rail or trailer, and shall be wrapped in polythene sheets beforebeing placed in crates/ cases to prevent damage to finish. The crates/ cases shall have skidbottom for handling. Special notations such as 'Fragile', 'This side up', 'Center of gravity',`Weight',' Owner's particulars', 'PO nos.' etc., shall be clearly marked on the packagestogether with other details as per purchase order.

The equipment may be stored outdoors for long periods before installation. The packing shallbe completely suitable for outdoor storage, in areas with heavy rains/ high ambienttemperature.

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

Page 150 of 167

Page 151: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

VENDOR DATA REQUIREMENTS

FOR

HAZARDOUS AREA BULK ITEMS

A 31-DEC-2014 ISSUED FOR MR SNM SV BRB

Rev.No.

Date Purpose Prepared by Checked by Approved by

VENDOR DATA REQUIREMENTSFOR

HAZARDOUS AREA BULK ITEMS of 4

Document No.A307-000-16-50-VDR-0515

Rev. A

Page 1

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 151 of 167

Page 152: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

VENDOR DATA REQUIREMENTS

The following drawings/documents marked " " shall be furnished by the bidder.

FLAMEPROOF CONTROL STATIONS

FLAMEPROOF LIGHTING AND POWER PANELS

S.NO.

DESCRIPTION WITHBID

POST ORDERREMARKSFOR

REVIEWFOR

RECORD

WITHDATABOOK

(FINAL)

1. Schedule of Vendor Documents

2. Dimensional/Assembly Drawings : GADrawings ( For control station and canopy)

3. Dimensional/Assembly Drawings : Installationand mounting details

4. Wiring Diagram And Terminal Details

5. Type Test Certificate from Independent TestLab

6. Statutory approval certificate

7. BIS Licence

8. List of Maintenance Spares

9. List of Special Tools & Tackles

10. Test Records

11. Data Books/ Manuals : Installation Manual

12. Data Books/ Manuals : Operating/ MaintenanceManual

13. Data Books/ Manuals : Catalogues/ Brochures

14. Equipment storage procedure at site

S.NO.

DESCRIPTION WITHBID

POST ORDERREMARKSFOR

REVIEWFOR

RECORD

WITHDATABOOK

(FINAL)

1. Schedule of Vendor Documents

2. Data Sheets (Duly filled-in)

3. Dimensional Drawings : G.A. Drawing

4. Dimensional Drawings : Crossectional view

5. Dimensional Drawings : Cable gland, sealingplug drawings

6. Dimensional Drawings : Terminal details, wiringdiagram

7. Test Records

VENDOR DATA REQUIREMENTSFOR

HAZARDOUS AREA BULK ITEMS of 4

Document No.A307-000-16-50-VDR-0515

Rev. A

Page 2

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 152 of 167

Page 153: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

FLAMEPROOF PLUG, SOCKET AND HANDLAMPS

LIGHT FITTINGS FOR HAZARDOUS LOCATIONS

S.NO.

DESCRIPTION WITHBID

POST ORDERREMARKSFOR

REVIEWFOR

RECORD

WITHDATABOOK

(FINAL)

8. Type Test Certificate from Independent TestLab

9. Statutory approval certificate

10. BIS Licence

11. List of spares

12. List of Special Tools & Tackles

13. Data Books/ Manuals : Installation Manual

14. Data Books/ Manuals : Operating/ MaintenanceManual

15. Data Books/ Manuals : Catalogues/ Brochures

16. Equipment storage procedure at site

S.NO.

DESCRIPTION WITHBID

POST ORDERREMARKSFOR

REVIEWFOR

RECORD

WITHDATABOOK

(FINAL)

1. Schedule of Vendor Documents

2. Dimensional/Assembly Drawings : GADrawings

3. Dimensional/Assembly Drawings : Installationand mounting details

4. Wiring Diagram And Terminal Details

5. Type Test Certificate from Independent TestLab

6. Statutory approval certificate

7. BIS Licence

8. List of spares

9. List of Special Tools & Tackles

10. Test Records

11. Data Books/ Manuals : Installation Manual

12. Data Books/ Manuals : Operating/ MaintenanceManual

13. Data Books/ Manuals : Catalogues/ Brochures

14. Equipment storage procedure at site

VENDOR DATA REQUIREMENTSFOR

HAZARDOUS AREA BULK ITEMS of 4

Document No.A307-000-16-50-VDR-0515

Rev. A

Page 3

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 153 of 167

Page 154: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Notes :

1. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).

2. All post order documents shall be submitted / approved through EIL eDMS portal.

3. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to

submission through EIL eDMS.

4. Refer - 6-78-0001: Specification for quality management system from Bidders.

5. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.

6. All drawings & documents shall be submitted in A4 or A3 paper sizes. Documents in higher paper size shall

be submitted in exceptional circumstances or as indicated in the MR/Tender.

7. 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).

8. "@" indicates submission of documents to Inspection Agency.

9. Bill of Material shall form part of the respective drawing.

S.NO.

DESCRIPTION WITHBID

POST ORDERREMARKSFOR

REVIEWFOR

RECORD

WITHDATABOOK

(FINAL)

1. Schedule of Vendor Documents

2. Dimensional/Assembly Drawings : GADrawings

3. Dimensional/Assembly Drawings : InstallationPlan/Mounting Details

4. Dimensional/Assembly Drawings : TerminalBox Arrangement

5. Performance Curves : Polar Curves For EachType Of Fixture

6. Performance Curves : Photomatric Data ForEach Type Of Fixture

7. Test Records

8. Statutory approval certificate

9. Type Test Certificate from Independent TestLab

10. List of Commissioning Spares

11. List of Maintenance Spares

12. List of Special Tools & Tackles

13. Data Books/ Manuals : Installation Manual

14. Data Books/ Manuals : Operating/ MaintenanceManual

15. Data Books/ Manuals : Catalogues/ Brochures

16. Equipment storage procedure at site

VENDOR DATA REQUIREMENTSFOR

HAZARDOUS AREA BULK ITEMS of 4

Document No.A307-000-16-50-VDR-0515

Rev. A

Page 4

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 154 of 167

Page 155: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Format No: EIL-1650-2030 Rev.1 Copyrights EIL - All rights reserved

Datasheet No.A307-000-16-50-DS-0510

Rev.No. APage 1 of 1

PURCHASER'S DATA

Project IREP-KOCHI Location KERALA

Client M/s BPCL-KR Unit

A Site conditions

1 Maximum ambient temperature: 46 °C 4 Relative humidity: 95 %

2 Minimum ambient temperature: 1 °C 5 Altitude above MSL:

3 Design ambient temperature: 45 °C 6 Environment:

B Technical particulars

1 Area classification 9 Earthing Terminals

2 Type of panel enclosure Flameproof Ex 'd' 10 Incoming supply

3 Gas group 11 Outgoing supply

4 Surface temperature 12 Incomer feeder rating

5 Degree of ingress protection IP-55 (Min) 13 Outgoing feeder rating

6 Cable entry Bottom 14 Short cut capacity-MCB/ELCB

7 Panel mounting 15 Applicable standard

8 Exterior painting 16 Type test

9 Interior painting

MANUFACTURER'S DATA

Equipment

1 MR item no.

2 Explosion protection class

3 Tag no.

4 Type reference no.

5 Ref. No. & date of CMRI/ other test

certificates of recognised test

authority

6 Ref. No. & date of CCE approval

certificates

7 Ref. No. & date of DGFASLI approval

certificates

8 Ref. No. & date of DGMS approval

certificates

9 BIS license no. date

10 Dimension L x D x H (mm)

11 Weight (kg)

A 9/12/2013 ISSUED WITH MR NNB/NN SV BRB

Rev. Date Purpose Prepared Checked Approved

DATA SHEET FLAMEPROOF LIGHTING/

POWER PANELS

10mmф stud (External-2nos,Internal-1no.)

LP ---ways

LP ---ways

LP ---ways

PP ---ways

PP ---ways

PP ---ways

PP ---ways

PP ---ways

< 1000 m

Humid & corrosive

As per MR

T3

Column

As per Spec.

415 V, 50 Hz, TPN

240 V, 50 Hz, SPN

4 pole, 40A MCB

2 pole, 10/16A MCB

EIL std. 6-51-0008

9 kA (M9 Category)

Certificate Required

Zone 1 / Zone 2

As Per Spec.

Page 155 of 167

Page 156: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

1 2 3 4 5 6 7 8 9 10 1112 13 14

IL1 - MOV OPEN STATUS INDICATION LAMPIL2 - MOV CLOSE STATUS INDICATION LAMP

15 161 2 3 4 5 6 7 8 9 10 11 12

139 10 11 1412 15 16

Pag

e 15

6 o

f 16

7

Page 157: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

Format No: EIL-1650-2030 Rev.1 Copyrights EIL - All rights reserved

Datasheet No.A307-000-16-50-DS-0512

Rev. APage 1 of 1

PURCHASER'S DATA

Project IREP-KOCHI Location KERALA

Client BPCL-KR Unit

A Site conditions1 Maximum ambient temperature: 46 °C 4 Relative humidity: 95%

2 Minimum ambient temperature: 1 °C 5 Altitude above MSL:

3 Design ambient temperature: 45 °C 6 Environment:

B Technical particulars

1 Area classification 9 Earthing Terminals External-2nos

2 Type of panel enclosure Flameproof Ex'd' 10 Incoming supply

3 Gas group As per MR 11 Outgoing supply

4 Surface temperature 12 Incomer feeder rating

MOV PNL 63A TPN Switch

5 Degree of ingress protection IP-55 (Min) 13 Outgoing feeder rating

MOV PNL 12 Nos. 16A-32A SFU O/G fdrs.

6 Cable entry Bottom 14 Short cut capacity-MCB/ELCB NA

7 Panel mounting Free standing floor 15 Applicable standard

mounted type

8 Exterior painting 16 Type test

9 Interior painting

MANUFACTURER'S DATA

Equipment

1 MR item no.

2 Explosion protection class

3 Tag no.

4 Type reference no.

5 Ref. No. & date of CIMFR/ other test

certificates of recognised test

authority

6 Ref. No. & date of CCE approval

certificates

7 BIS license no. date

Dimension L x D x H (mm)

8 Weight (kg)

A 09.12.13 ISSUED WITH MR NNB SV BRB

Rev. Date Purpose Prepared Checked Approved

DATA SHEET FLAMEPROOF MOV PANELS

MOV PNL (12 O/G)

< 1000 mHumid & corrosive

T3

As per spec.

415 V, 50 Hz, TPN

415 V, 50 Hz, TPN, SFU

EIL std. 6-51-0008

CERTIFICATE REQUIRED

Zone 2/Zone 1

As per spec.

Page 157 of 167

Page 158: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

LIGHTING FIXTURE SCHEDULE PROJECT : IREP , KOCHI

CLIENT – BPCL - KR

DOCUMENT NO.

A307-000-16-50-DS-1001 Rev. D

Page 1 of 10

D 31.12.2014 ISSUED FOR MR SNM/MHR SV BRB

C 09.12.13 ISSUED WITH MR NNB SV BRB

B 03.10.12 ISSUED WITH MR/ TENDER DA SD BRB

A 07.09.12 ISSUED WITH MR/ TENDER DA SD BRB

Rev.No.

Date Purpose Prepared

by Checked

by Approved

by

Format No. EIL 1650-3010 Rev. 1 Copyright EIL – All rights reserved

DATA SHEET

LIGHTING FIXTURES SCHEDULE

PROJECT INTEGRATED REFINERY EXPANSION PROJECT

CLIENT BPCL – KR

CONSULTANT EIL

EIL JOB No. A307

Page 158 of 167

Page 159: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

LIGHTING FIXTURE SCHEDULE

PROJECT : IREP , KOCHI CLIENT – BPCL - KR

DOCUMENT NO.

A307-000-16-50-DS-1001 Rev. D

Page 2 of 10

Format No. EIL 1650-3010 Rev. 1 Copyright EIL – All rights reserved

FIXTURE TYPE

DESCRIPTION WATTAGE MANUFACTURER TYPE DESIGNATION

IND1

Mounting rail type fixture suitable for 1 x 36 W fluorescent lamp made of stove enamel finish MS sheet steel housing.

1x36 W Philips-TMC 501/136 Crompton-IGP13 14HSB Bajaj-BJIR-136, 140

IND1T

Mounting rail type fixture suitable for 1 x 28 W fluorescent T5 lamp made of stove enamel finish MS sheet steel housing.

1x28 W Philips-TMS 122/128HF

IND2

Similar to IND1 but suitable for 2x36W fluorescent lamps.

2x36 W

Philips-TMC 501/236 Crompton-IGP13-24HSB Bajaj-BJIR-236

IND2T

Similar to IND1T but suitable for 2x28W fluorescent T5 lamps.

2x28 W

Philips-TMS 122/228HF

IND3

Industrial type fixture suitable for 1x36W fluorescent lamp made of stove enamel finish MS sheet steel housing and vitreous enameled white reflector.

1x36 W Philips-TKC 203/136 Crompton-IGE-1314/ RSE14 Bajaj-BJIV-136

IND3T

Industrial type fixture suitable for 1x28W fluorescent T5 lamp made of stove enamel finish MS sheet steel housing and vitreous enameled white reflector.

1x28 W Philips-TMS 122/128R

IND4 Similar to IND3 but suitable for 2x36W fluorescent lamps.

2x36 W Philips-TKC-203/236, Crompton-IGE1324/ RSE24 Bajaj BJIV-236

IND4T Similar to IND3T but suitable for 2x28W fluorescent T5 lamps.

2x28 W Philips-TMS 122/228R

IND5 Similar to IND3 but with white epoxy powder coated from inside and outside with reflector.

1x36 W Philips-TKC-203/136 Crompton-IGP-1314 /RPC14 Bajaj BJIE-136

IND6

Similar to IND5 but suitable for 2x36W fluorescent lamps.

2x36 W Philips-TKC-203/236 Crompton-IGP 1324 /RPC24 Bajaj BJIE-236

SFD3

Pendent mounting decorative fixture suitable for 1x36W fluorescent lamp with opal acrylic cover

1x36 W Philips TCS-19/136 Crompton-CPA 1114 HSB

SFD4

Ceiling/pendant mounting fixture suitable for 2x36 W fluorescent lamps with opal acrylic translucent diffuser and high import black polystyrene end plates.

2x36 W Philips-TCS-19/236 Crompton-CPA 1124 HSB Bajaj BJP-236

SFD5

Ceiling/pendent mounting decorative fixture suitable for 2x36W fluorescent lamps with serrated Al. cross louvers.

2x36 W Philips TCX-398 / 236 Bajaj BJSM-02/236 Crompton CMLM 24H/TW

SFD6

Wide spread decorative ceiling/pendent mounting fixture made of white stove enameled sheet steel housing and aluminum mirror optic system to achieve wide light distribution and having a serrated Al. cross louvers suitable for 2x36 W fluorescent lamps.

2x36 W

Philips TCS-306/236 Bajaj-BJPMS-236, Crompton CSBW 1124 HSB

Page 159 of 167

Page 160: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

LIGHTING FIXTURE SCHEDULE

PROJECT : IREP , KOCHI CLIENT – BPCL - KR

DOCUMENT NO.

A307-000-16-50-DS-1001 Rev. D

Page 3 of 10

Format No. EIL 1650-3010 Rev. 1 Copyright EIL – All rights reserved

FIXTURE TYPE

DESCRIPTION WATTAGE MANUFACTURER TYPE DESIGNATION

SFD6T

Wide spread decorative ceiling/pendent mounting fixture made of white stove enameled sheet steel housing and aluminum mirror optic system to achieve wide light distribution and having a serrated Al. cross louvers suitable for 2x28 W fluorescent T5 lamps.

2x28 W

Philips-TPS 814/228HF

SFD9

Ceiling mounting decorative fixture suitable for 4x18 W fluorescent lamps with dished opal acrylic cover.

4x18 W Crompton CSP 42H/TW Bajaj BJMP-420

SFD10

Similar to SFD9 but with prismatic louvre. 4x18 W Crompton CRL 42H/TW/P Bajaj BJML-420

SFD12

Ceiling/wall mounting fixture with prismatic glass cover.

1x60 W/ 1x100 W

Crompton IBH-1110BC PHILIPS FXC101 Bajaj BJDB-100

SFD13

Wide spread mirror optics with decorative finish on ends. Ceiling/ pendant luminaries fitted with aluminum reflector and having serrated cross louvers suitable for 2x36 W fluorescent lamps.

2x36 W Philips TCS 31/236 White Bajaj BJSM 236 Crompton CSBW 11 24HSB

SFD14

Widespread mirror optics decorative recess/surface mounting luminaries fitted with aluminum reflector and having serrated Al. cross louvers suitable for 2x36 W fluorescent lamps.

2x36 W Philips TCS 306/236 Bajaj BJCM 236 Crompton CRFG 24HSB

SFD15

Widespread mirror optics ceiling mounted luminaries with high purity aluminum reflector and serrated Al. cross louvers suitable for 2x36 W compact fluorescent lamps.

2x36 W

Bajaj BLSM 236 CFLP2 Crompton CRDI 236

SFD16

Widespread mirror optics decorative ceiling/pendent luminaries suitable for 1x36 W fluorescent lamps.

1x36 W Philips TCS 498/136 Bajaj BJPMS 136

RSD1

Wide spread, mirror optics decorative recess mounting fixture for use in areas with strip false ceiling having a reflector made of high purity aluminum sheet and fitted with serrated Al. cross louvres, suitable for 1x36 W fluorescent lamp.

1x36 W Philips TBS-185/136 Bajaj BJMM-136 Crompton CRFA-14HSB

RSD2 Wide spread mirror optics decorative recess mounting fixture having a reflector made of high purity aluminum sheet and fitted with serrated Al. cross louvres across the mirror system for minimizing glare, suitable for 2x36 W fluorescent lamp.

2x36 W Philips TBS-90 Bajaj BJLM-236 Crompton CRFD-24HSB

RSD6 Recess mounting luminaries with mirror system housing and dispersive anodised aluminum reflector for use in areas with strip false ceiling type suitable for 2x36W fluorescent lamp.

2x36 W Philips TBS 285/236(DL) Darklite Crompton CRFD 24HSB Bajaj BJDL 236

RSD6T Recess mounting luminaries with mirror system housing and dispersive anodised aluminum reflector for use in areas with strip false ceiling type suitable for 2x28W fluorescent T5 lamp.

2x28 W Philips-TBS 869/228HF

RSD7 Same as above but with 4x18 W fluorescent lamp.

4X18 W Philips TBS 300/418M1 Crompton CRFL 42HSB Bajaj BJDL 418

Page 160 of 167

Page 161: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

LIGHTING FIXTURE SCHEDULE

PROJECT : IREP , KOCHI CLIENT – BPCL - KR

DOCUMENT NO.

A307-000-16-50-DS-1001 Rev. D

Page 4 of 10

Format No. EIL 1650-3010 Rev. 1 Copyright EIL – All rights reserved

FIXTURE TYPE

DESCRIPTION WATTAGE MANUFACTURER TYPE DESIGNATION

RSD7T Same as above but with 4x14 W fluorescent T5 lamp.

4X14 W Philips-TBS 869/414HF

RSD9 Recess mounting decorative fixture suitable for 4x18 W fluorescent lamp with dished opal acrylic cover.

4x18 W Philips TBC-305/418(0) Crompton CRP 42H/TW Bajaj BJMP 420

RSD10 Recess mounting down-lighter fixture with 60/100W incandescent lamp.

1x60 W/ 1x100 W

Philips DN 622 Crompton DDLV 10BC Bajaj BJDR 100

RSD12 Same as RSD6 but for single 36 W fluorescent lamp.

1x36 W Bajaj BJDL 136 Philips TBS 185/136 (DL) Crompton CRFD 14 HSB

RSD13 Similar to RSD1 but suitable for 4x18W fluorescent lamps.

4x18 W Philips TBS-305/418 Crompton CRFD 42HSB Bajaj BJMM 420

LB1

Low bay sheet steel fixture, with wide distribution mirror system, bracket mounting suitable for 70 W sodium vapour lamp.

1x70W Philips SGK-27 Bajaj BJRLB-70SV Crompton LSA 7IH

LB2 Same as LB1 but with wire guard.

1x70W Philips SGK-27 Crompton LSA 7IH Bajaj BJRLB 70SV/WG

LB3 Medium bay fixture made of sheet steel finished with stove enamel light grey. The housing is closed with clear toughened glass fitted with a robust MS frame with anodised aluminum reflector and complete with integral control gear, suitable for 125 W HPMV lamp.

1x125W Bajaj BJRLB Crompton LMA 11121H/BC Philips HGK 27

HB1 Industrial high bay fixture with anodised aluminum reflector, suitable for 250 W HPMV lamp complete with integral ballast, capacitor etc.

1x250 W Philips HDK-225HPL250 Crompton IMB1325IH Bajaj BJHBI-250

HB2 Similar to HB1 but with 400 W HPMV lamp. 1x400 W Philips HDK-225HPL400 Crompton IMB1340IH/P Bajaj BJHBI-400

HB3 Similar to HB1 but with a gasketed front glass cover.

1x250 W Philips HPK-225/HPL250 Crompton IMB-1325IH/P Bajaj BJEHB-250MV

HB4 Similar to HB2 but with a gasketed front glass cover.

1x400 W Philips HPK 225/HPL 400 Bajaj BGEHB-400MV/TE Crompton IMB-1340IH/P

HB5 Similar to HB1 but with 150W SON lamp.

1x150 W Philips HPK-225 50N150 Bajaj BGEHB-150 SV Crompton SHB-1315 IH/P

HB6 Similar to HB1 but with 250W SON lamp.

1x250 W Philips HPK-225 50N 250 Bajaj BGEHB-250 SV Crompton SHB-1325IH/P

HB7 Similar to HB1 but with 400 W SON lamp.

1x400 W Philips HPK 225 50N 400 Bajaj BGEHB 400 SV Crompton SHB-1240IH

HB11 Similar to HB1 but with 70 W Metal Hallide lamp with PRISMATIC Reflector.

1x70 W Crompton MRF071H/P

CM2 Chemical resistance fixture suitable for 2x36 W fluorescent lamp.

2x36 W Philips TMX-95/236 Crompton IFV-1124HSB Bajaj BJI-236 VP

CM3 Similar to CM2 but suitable for 2x18W fluorescent lamps with reeded light stabilized clear acrylic cover (for use in indoor areas with high humidity and corrosive vapours).

2x18 W Philips TDC-10/218 Bajaj BJI-218FG

Page 161 of 167

Page 162: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

LIGHTING FIXTURE SCHEDULE

PROJECT : IREP , KOCHI CLIENT – BPCL - KR

DOCUMENT NO.

A307-000-16-50-DS-1001 Rev. D

Page 5 of 10

Format No. EIL 1650-3010 Rev. 1 Copyright EIL – All rights reserved

FIXTURE TYPE

DESCRIPTION WATTAGE MANUFACTURER TYPE DESIGNATION

CM4 Similar to CM3 but with 2x36W fluorescent lamps.

2x36 W Philips TDC-10/236 Crompton IPFC-24HSB Bajaj BJI-236FG

CM5 Ceiling/pendent mounting drip proof and dust tight fixture suitable for 2x36 W fluorescent lamps with aluminum housing, stove enameled grey outside and white inside with gasketed clear acrylic cover.

2x36 W Philips TPW-11/236 Crompton IDJ-1124HSB Bajaj BJI-236

CM6 Dust & Vapour proof fixture suitable for 1x40W fluorescent lamp with glass sheet cover.

1x40W Crompton IPFC 14HSB Bajaj BJI-136FG

COMPACT FLUORESCENT LAMP (CFL)

CFL1

Wall/ceiling mounting fixture suitable for 9W CFL with opal acrylic diffuser.

1x9 W Crompton TLN 91L Philips FWN 012 (OPAL) Bajaj BJEXL 19

CFL2

Recess mounted luminaries, fitted with anodised aluminum reflector suitable for 9W CFL.

1x9 W Philips FBS-185 Crompton DDLV9 Bajaj BMR 109

CFL3 Ceiling mounted decorative luminaries, with mirror louvers suitable for 2x11 W CFL.

2x11 W Crompton TLE 211 Philips FCS-518/211 Bajaj BJMS 211

CFL4 Recess mounted decorative luminaries, with mirror louvers suitable for 2x11W CFL.

2x11 W Crompton TLD 211 Philips FBS-518/211 Bajaj BJMR 211

CFL8 Similar to CFL4 but suitable for 2xPL-L 36W CFL lamp

2x36 W Crompton CRFQ11236/P5 Havells LHCC22236311 HF Philips FBS 300/236 P5HF Bajaj BMLA01236 CFL

CFL9 Similar to CFL8 but suitable for 3xPL-L 36W CFL lamp

3x36 W Crompton CRFQ11336/PF Havells LHCC22336311 HF Philips FBS 300/336 P5HF Bajaj BMLA01336 CFL

CFL11 Street lighting fixture with 1x36W CFL lamp 1x36W

CFL12 Street lighting fixture with 1x18W CFL lamp 1x18W

CFL13 Recess mounted luminaries, fitted with anodised aluminum reflector suitable for 2x36W CFL.

2X36 W Crompton CRFQN236EB Havells LHCC22236311 Philips FBS300/236

CFL14 Recess mounted luminaries, fitted with anodised aluminum reflector suitable for 2x36W CFL.

2X36 W Crompton CFTT11236EB Havells LHCC56236111 Philips FBS430/236

CFL15 Recess mounted luminaries, fitted with anodised aluminum reflector suitable for 1x18W CFL.

1X18 W Crompton DDLH118/N6 Havells LHOC10118320 Philips FBH145/118L

CFL16 Recess mounted luminaries, fitted with anodised aluminum reflector suitable for 2x13W CFL.

2X13 W Crompton DDLH213/N6 Havells LHOC14218399 Philips FBH145/213L

CFL17 Wall mounted fixture with 1x9/11W CFL lamp 1x9/11W

CFL18

Wall mounted fixture with 2x9W CFL lamp

LED FIXTURES

LED 1 Decorative circular down lighter, recess mounted type with LED light source having high glossy mirror, matt reflector including suitable integrated independent driver box.

28 W

Page 162 of 167

Page 163: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

LIGHTING FIXTURE SCHEDULE

PROJECT : IREP , KOCHI CLIENT – BPCL - KR

DOCUMENT NO.

A307-000-16-50-DS-1001 Rev. D

Page 6 of 10

Format No. EIL 1650-3010 Rev. 1 Copyright EIL – All rights reserved

FIXTURE TYPE

DESCRIPTION WATTAGE MANUFACTURER TYPE DESIGNATION

LED 2 Recess type square fixture, 50 W with LED light source having high efficiency low glare optics with integral constant current driver.

50 W

LED 3 Flameproof and weatherproof fixture suitable for minimum 40 W LED Lamp

40 W

LED 4 Flameproof and weatherproof fixture suitable for minimum 40 W LED Lamp suitable for IIC area

40 W

OUTDOOR TYPE FIXTURES

ST1 Street lighting fixture suitable for 2x36W fluorescent lamps made of stove enameled grey aluminum canopy and acrylic transparent cover.

2x36 W Philips TRC-33/236 Crompton SFE Bajaj BJSLA-236/240

ST1T Street lighting fixture suitable for 2x28W fluorescent T5 lamps made of stove enameled grey aluminum canopy and acrylic transparent cover.

2x28 W Philips-HGS 120XTL5

ST2 Similar to ST1 but suitable for 2x18W fluorescent lamp.

2x18 W Philips TRC-33/218

ST3 Street lighting fixture suitable for 125W HPMV lamp with cast aluminum housing stove enameled grey outside and white inside, a pair of anodised aluminum reflectors and highly transparent clear acrylic sheet cover with hinge and toggle fastening, neoprene gaskets and integrated prewired ballasts etc.

1x125 W Crompton MSC-1125 IH Bajaj BJMSD-125MV Philips HRP-48

ST4 Similar to ST3 but suitable for 250W HPMV lamp.

1x250 W Crompton MSS-1525IH Bajaj BJMIP-250MV

ST8 Similar to ST3 but suitable for 70W HPSV lamp.

1x70 W Philips SRP-48 Crompton SSC-1207 IH/WI Bajaj BJMSC-70SV

ST9 Similar to ST10 but suitable for 70W HPSV tubular lamp.

1x70 W Crompton SSC-1207 IH/WI Bajaj BJMSC-70SV Philips SRY 066/70

ST10 Single piece die-cast aluminum body street light fixture with bowl type Al. reflector and with clear acrylic cover suitable for 150 W SON tubular lamp.

1x150 W Philips SRP 501 Bajaj BGEST 150 Crompton SSG 1315 IH

ST11 Single piece die-cast aluminum body street light fixture with Al. reflector and with toughened heat resistant clear glass cover suitable for 150 W SON tubular lamp.

1x150 W Philips SRX 51 Bajaj BGETT 150 Crompton MHSG 2315 IH Havells LHRS21115A36

PT1 Post top lantern suitable for 80W HPMV lamp with necessary control gear and housing attachment. (Integral type).

1x80 W Crompton MPT-118IL Bajaj BJPTI-80MV Philips HPC-201/80

PT2 Similar to PT1 but suitable for 125W HPMV lamp. (Integral type).

1x125 W Crompton MPT-112IL Bajaj BJPTI-125 Philips HPC 102/125

PT3 Similar to PT1 but suitable for 70W HPSV lamp. (Integral type).

1x70 W Crompton SPT-1107IL Bajaj BJPTI-70 Philips SPC-101/70

PT5 Similar to PT4 but suitable for 9W CFL. 1x9 W Philips FGC-100 Crompton CFBL-9 Bajaj BRBOL 111

Page 163 of 167

Page 164: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

LIGHTING FIXTURE SCHEDULE

PROJECT : IREP , KOCHI CLIENT – BPCL - KR

DOCUMENT NO.

A307-000-16-50-DS-1001 Rev. D

Page 7 of 10

Format No. EIL 1650-3010 Rev. 1 Copyright EIL – All rights reserved

FIXTURE TYPE

DESCRIPTION WATTAGE MANUFACTURER TYPE DESIGNATION

PT6 Similar to PT1 but suitable for 70W HPSV lamp

1x70 W Crompton SPT 11071L/BF

PT7 Similar to PT1 but suitable for 2x9 W CFL 2x9 W Crompton CFBL 1229

BK1 Bulk head fitting with cast aluminum alloy body having stove enameled finish (silver grey outside, white inside) and complete with prismatic front glass, wire guard, tropicalised gasket and BC lamp holder suitable for 100W GLS lamp.

1x100 W Crompton IBH-1110BC Bajaj BJDB-100 Philips FXC 101

BK2 Similar to BK1 but with pressed aluminum body, finished stove enameled grey outside white inside with frosted front glass fitted with tropicalised gasket and without wire guard.

1x100 W Philips-FXC-101 Crompton IBH-1110BC

BK3 Industrial well glass fixture with cast aluminum alloy mounting piece and a sheet aluminum canopy stove enameled white inside and grey outside with heat resistant glass and wire guard suitable for upto 200W GLS/160 W MLL.

1x100 W Philips NDC-203 Crompton IWV-1120BC/ES Bajaj BJVW 200

BK4 Similar to BK3 but suitable for 125 W HPMV lamp with necessary control gear and housing attachment.

1x125 W Philips NDC-203 Crompton IWV-1210BC/ES/VE Bajaj VWI 125 MV

BK5 Similar to BK3 but with additional vitreous enameled reflector.

1x100 W Philips NDC-203 Crompton IWV 20BL/Y Bajaj VWI 125/VE

FD1 Flood lighting fixture suitable for 250W HPMV lamp comprising of anodised aluminum housing and reflector with adjustable lamp holder, heat resistant front glass cover fixed to reflector by aluminum ring and rubber gasket. (IP-54 enclosure).

1x250 W Bajaj BJEF-18(S) Philips MNF 14/250 Crompton FMD 1525

FD2 Similar to FD1 but suitable for 400W HPMV lamp.

1x400 W Philips MNF 14/400 Bajaj BJEF-18 (S) Crompton FMD 1525

FD4

Flood lighting fixture suitable for 2x400W HPMV lamps made of cast aluminum with cooling fins, anodised reflector gasketed heat resisting glass front cover, easy relamping facility (without disturbing the beam direction) protector scale for quick day light adjustment.

2x400 W Philips MNT-001 Crompton FHD-1224 Bajaj BJEF-22CA/ BGENF 22

FD6 Flood light fixture of cast aluminum housing and spun aluminum reflector heat resistant glass cover and adjusting facility suitable for 1x250W HPSV tubular lamp.

1x250 W Philips MNF-14/25 Crompton-FMD 1525 Bajaj BJEF 18 (S)

FD7 Similar to FD6 but with 2x250W HPSV tubular lamp.

2x250 W Philips SNT-001/250 Bajaj BJEF-22 CA/ BGENF 22 Crompton FHD-1524

FD8 Similar to FD6 but with 1x400W HPSV tubular lamp.

1x400 W Philips MNF-14/400 Crompton FBD-14 Bajaj BJEF 215

FD9 Similar to FD6 but with 2x400W HPSV tubular lamp.

2x400 W Philips SNT-001 / 400 Bajaj BJEF-22CA/ BGENF 22 Crompton FHD-1524

Page 164 of 167

Page 165: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

LIGHTING FIXTURE SCHEDULE

PROJECT : IREP , KOCHI CLIENT – BPCL - KR

DOCUMENT NO.

A307-000-16-50-DS-1001 Rev. D

Page 8 of 10

Format No. EIL 1650-3010 Rev. 1 Copyright EIL – All rights reserved

FIXTURE TYPE

DESCRIPTION WATTAGE MANUFACTURER TYPE DESIGNATION

FD13 Similar to FD6 but suitable for 2x250W HPMV lamp.

2x250 W Philips SNT-001 / 250 Bajaj BJEF-22CA/ BGENF 22 Crompton FHD-1524

FD14 Integrated flood lighting fixture of die-cast aluminum housing with ALGLAS reflector, heat resistant toughened clear glass cover suitable for 150 W HPSV lamp.

1x150 W Bajaj BGEMF 1505 V Crompton FAMH 1215 IH

AV1 Neon aviation obstruction lighting fixture complete with neon lamp, designed to give omni directional steady ‘ON’ red colour light.

1x100 W Bajaj BJAOL-1

AV2 Weatherproof LED cluster based aviation obstruction light complete with LEDs (Twin type)

Medium Intensity

Page 165 of 167

Page 166: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

LIGHTING FIXTURE SCHEDULE

PROJECT : IREP , KOCHI CLIENT – BPCL - KR

DOCUMENT NO.

A307-000-16-50-DS-1001 Rev. D

Page 9 of 10

Format No. EIL 1650-3010 Rev. 1 Copyright EIL – All rights reserved

FLAMEPROOF/INCREASED SAFETY TYPE LIGHTING FIXTURE (ZONE-1 AND 2)

FLP-1

Flameproof and weatherproof well glass lighting fixture for use in zone-1 classified areas with 100/200W incandescent lamp.

1x100 W / 1x200W

FLP-4 Same as FLP-1 but with 125W HPMV lamp and separate control gear.

1x125 W

FLP-4a Same as FLP-4 but with integral control gear. 1x125 W

FLP-5 Same as FLP-1 with 250W HPMV lamp and separate control gear

1x250 W

FLP-5a Same as FLP5 but with integral control gear. 1x250 W

FLP-5b Flameproof & WP Well glass lighting fixture with 400 W HPMV lamp.

1x400 W

FLP-7 Flameproof and weatherproof flood lighting fixture with 250W HPMV lamp.

1x250 W

FLP-9 Flameproof and weatherproof flood lighting fixture with 400 W HPMV lamp.

1x400 W

FLP-10 Flameproof and weatherproof fluorescent lamp fixture suitable 2x36/40W fluorescent lamps with integrated choke box housing mounting clamps etc.

2x36/40 W

FLP-11 Same as FLP-10 but for 2x20W fluorescent lamps.

2x20 W

FLP-12 Flameproof and weatherproof LED cluster based aviation obstruction light complete with LEDs (Twin type)

Medium Intensity

FLP-13 Flameproof and weatherproof fixture suitable for 3 Nos. 18W CFL Lamp

3x18W

FLP-14 Flameproof and weatherproof fixture suitable for 3 Nos. 23W CFL Lamp

3x23 W

FLP-15 Flameproof and weatherproof fixture suitable for 3 Nos. 32W CFL Lamp

3x32 W

FLP IIC-1 Flameproof & WP Well glass lighting fixture with 100W/200W incandescent lamp for use in IIC classified areas.

1x100/200 W

FLP IIC-3 Flameproof & WP Well glass lighting fixture with 125 W HPMV lamp for use in IIC classified areas.

1x125W

FLP IIC-4 Flameproof & WP Well glass lighting fixture with 250 W HPMV lamp for use in IIC classified areas.

1x250 W

FLP-5b Flameproof & WP Well glass lighting fixture with 400 W HPMV lamp for use in IIC classified areas.

1x400 W

FLP-7 Flameproof and weatherproof flood lighting fixture with 250W HPMV lamp for use in IIC classified areas.

1x250 W

FLP-IIC-12 Flameproof and weatherproof aviation marker light complete with cluster LED, medium intensity, flashing lamp and built-in step up transformer for use in IIC classified area.

Medium Intensity

FLP-IIC-13 Flameproof and weatherproof fixture suitable for 3 Nos. 18W CFL Lamp suitable for IIC area

3x18 W

FLP-IIC-14 Flameproof and weatherproof fixture suitable for 3 Nos. 23W CFL Lamp suitable for IIC area

3x23 W

Page 166 of 167

Page 167: Table of Contents - EILtenders.eil.co.in/newtenders/userdata/Doc_Repository/A307/RFQ/A30… · Table of Contents Document Number Rev. Document Title Page Number A307-000-XR-MR-0515-98-RFQ

LIGHTING FIXTURE SCHEDULE

PROJECT : IREP , KOCHI CLIENT – BPCL - KR

DOCUMENT NO.

A307-000-16-50-DS-1001 Rev. D

Page 10 of 10

Format No. EIL 1650-3010 Rev. 1 Copyright EIL – All rights reserved

FLP-IIC-15 Flameproof and weatherproof fixture suitable for 3 Nos. 32W CFL Lamp suitable for IIC area

3x32 W

Exn’R’-1 Weatherproof well glass non sparking restricted breathing type lighting fixture for use in zone-2 classified areas with 100/200W incandescent lamp.

1x100 W

Exn’R’-4 Same as Exn’R’-1 but with 125 W HPMV lamp and separate control gear.

1x125 W

Exn’R’-4a Same as Exn’R’-4 but with integral control gear.

1x125 W

Exn’R’-5 Same as Exn’R’-1 but with 250 W HPMV lamp and separate control gear.

1x250 W

Exn’R’-5a Same as Exn’R’-5 but with integral control gear.

1x250 W

Exn’R’-6 Non sparking restricted breathing & WP Well glass lighting fixture for use in zone-2 classified areas with 400 W HPMV lamp.

1x400 W

Exn’R’-7 Non sparking restricted breathing & WP lighting fixture with 250W HPMV lamp suitable for use in zone-2 classified areas.

1x250 W

Exn’R’-13 Non sparking restricted breathing & WP lighting fixture suitable for use in zone-2 classified areas with 3x26W CFL lamp.

3X26W

NOTES:

1. All fluorescent/Mercury vapour/ Sodium Vapour fixtures shall be high power factor (Min. 0.9) type.

2. All fluorescent fixtures shall be fitted with low loss type electronic ballast. 3. All 36 W fluorescent lamp can be replaced by 40W with the consultation of site Engineer-in-

Charge. 4. All mirror optics luminaries should be epoxy powder coated. 5. Make of fixtures shall be embossed on the body. 6. All fluorescent fixtures shall be cool white.

Page 167 of 167