Sie sind auf Seite 1von 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- 0 ENQUIRY DOCUMENT 2
0515-98-RFQ
A307-000-XR-MR- A HAZARDOUS AREA BULK MATERIAL 64
0515
A307-000-16-50-TR- A INSTRUCTIONS TO VENDORS 73
0515
A307-000-16-50-LL- A CHECKLIST 77
0510
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- A VDR FOR HAZARDOUS AREA EQPMNT 151
0515
A307-000-16-50-DS- A FLAMEPROOF LIGHTING/POWER PANEL 155
0510
A307-000-16-50-DS- C DATA SHEET- CONTROL STATION WIRING DIAG 156
0511
A307-000-16-50-DS- A DATA SHEET- FLP MOV PANELS 157
0512
A307-000-16-50-DS- D LIGHTING FIXTURE SCHEDULE 158
1001

Page 1 of 167
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)

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


Engineers India Limited, Bhikaiji Cama Place, R.K. Puram,
UNPRICED BID OPENING: 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 1 of 8

Page 2 of 167
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: support.nic@eil.co.in.

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 2 of 8

Page 3 of 167
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 3 of 8

Page 4 of 167
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: subhendu.mondal@eil.co.in
Mr. Naman Khanna, Engineer (C&P),
Phone No. +91-(0)11-2676-3875 & email: naman.khanna@eil.co.in

* 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 4 of 8

Page 5 of 167
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 5 of 8

Page 6 of 167
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 6 of 8

Page 7 of 167
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 7 of 8

Page 8 of 167
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 8 of 8

Page 9 of 167
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 -------------------------------------


1 Scope of supply including testing, inspection, documentation etc., shall be strictly as per Material Requisition and other documents which are part of RFQ.
2 Bidder must quote Freight charges inclusive of Service Tax and Educational Cess for each item in the space provided in the price schedule.
3 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".

4 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.
5 Bidder shall furnish prices/details as above, in accordance with Instructions To Bidders/ Request for Quotation.
6 All the Columns of quoted items in the Price Schedule must be filled with required information, as applicable.
7 Bidder must quote the price in enclosed Price Schedule formats only. The formats shall not be changed and/or retyped.
8 Quoted prices are firm and fixed till complete execution of the entire order and no variation on any account is allowed.
9 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.
10 In case of any discrepancy between Unit Price and Total Price, Unit Price shall prevail.
11 Evaluation shall be done on itemwise basis (Supply + Transportation).
12 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.
13 Bidder to submit their offer considering quantity of drums in accordance with clause no. B3 of Special Instructions to vendors of MR.
14 Bidder to submit their offer considering quantity of cables in accordance with clase no. B4 of Special Instruction to Vendors of MR.
15 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.
NOTES: 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.
2.Price Schedule contains total 06 pages .

Page 1 of 6

Page 10 of 167
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 __________________________

UNIT TOTAL
ITEM UNIT Price
TOTAL Price on Transportation Transportation
SL. on FOT
FOT Despatch Charges upto Charges upto
NO. QTY Despatch
TAG NO. / DESCRIPTION Point Basis Project Site Project Site
AS (Meters) Point Basis
incl. of P & F (in Inclusive of Inclusive of
PER incl. of P & F
Rs.) Service Tax + Ed. Service Tax + Ed.
MR. (in Rs.)
Cess. (in Rs.) Cess. (in Rs.)

01.00 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
LTG. FIXTURE & ACCS, Ex'nR', TEMP. CL.: T3, WITHOUT
01.01 LLEX3LWHZDZZZZZZ CONTROL GEAR, WELL GLASS, HPMV, 125 W (Exn'R'-4) 3600

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


01.02 LLEX3LFHZGZZZZZZ CONTROL GEAR, FLOOD LIGHT, HPMV, 250 W (Exn'R'-7) 50

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


01.03 LLDA3LWSZCZZZZZZ (MINIMUM), 110V DC (LED 3) WITH JB &LAMPS 75

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


01.04 LLDA3LWSZFZZZZZZ (MINIMUM), 230V AC(LED 3) WITH JB &LAMPS 250

LTG. FIXTURE & ACCS, FLP, GRP IIA-IIB, TEMP. CL.: T3, W/O
01.05 LLDA3LWHZDZZZZZZ CONTROL GEAR, WELL GLASS,HPMV,125 W(FLP-4) 950

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


01.06 LLDA3MZZZQZZZZZZ MARKER, (FLP12) 60

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


01.07 LLDC3LWSZCZZZZZZ (MINIMUM), 110 V DC(LED 4) WITH JB & LAMPS 10
LTG.FIXTURE & ACCS, FLP,GRP IIA-IIB,TEMP. CL.:T3,W/O
01.08 LLDA3LWHZHZZZZZZ CONTROL GEAR, HPMV,400 W (FLP-5b) 60

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


01.09 LLDC3LFHZGZZZZZZ LIGHT, W/O CONTROL GEAR, HPMV,250 W (FLP-IIC-7) 5

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


01.10 LLDC3LWHZDZZZZZZ W/O CONTROL GEAR, HPMV,125 W (FLP-IIC-3) 500

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


01.11 LLDC3MZZZQZZZZZZ MARKER, (FLP-IIC-12) 25

LTG. FIXTURE & ACCS, Ex'nR', TEMP. CL.: T3, WITH SEPARATE
01.12 LLEX3LWHZGZZZZZZ CG ,WELL GLASS,HPMV,250 W (Exn'R'-5) 40

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


01.13 LLEX3LWHZHZZZZZZ CONTROL GEAR,WELL GLASS,HPMV,400 W (Exn'R'-6) 80
Page 11 of 167 Page 2 of 6
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 __________________________

UNIT TOTAL
ITEM UNIT Price
TOTAL Price on Transportation Transportation
SL. on FOT
FOT Despatch Charges upto Charges upto
NO. QTY Despatch
TAG NO. / DESCRIPTION Point Basis Project Site Project Site
AS (Meters) Point Basis
incl. of P & F (in Inclusive of Inclusive of
PER incl. of P & F
Rs.) Service Tax + Ed. Service Tax + Ed.
MR. (in Rs.)
Cess. (in Rs.) Cess. (in Rs.)

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


01.14 LLDC3LWHZHZZZZZZ CONTROL GEAR, WELL GLASS, HPMV, 400 W (FLP-IIC-5b) 60
LTG.FIXTURE & ACCS, FLP, GRP IIA-IIB, TEMP
CL:T3,SEPARATE CONTROL GEAR,WELL GLASS,HPMV,250
01.15 LLDA3DWHZGZZZZZZ W(FLP-5) 45
LTG.FIXTUE & ACCS,FLP,GRP IIA-IIB, TEMP CL:T3, FLOOD
01.16 LLDA3LFHZGZZZZZZ LIGHT,HPMV,250 W (FLP-7) 30
LTG.FIX&ACCS,FLP,GRP IIC, TEMP CL:T3, WELL GLASS, LED-
01.17 LLDC3LWSZFZZZZZZ 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

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


01.24 LLDA3HZZZRZZZZZZ CL.: T3 600

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


01.25 LLDC3HZZZRZZZZZZ CL.:T3 600

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


01.26 LLDA3KZZZPZZZZZZ CL.:T3 10

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


01.27 LLDA3PZZZPZZZZZZ CL.: T3 10

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


01.28 LL T3 80

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

UNIT TOTAL
ITEM UNIT Price
TOTAL Price on Transportation Transportation
SL. on FOT
FOT Despatch Charges upto Charges upto
NO. QTY Despatch
TAG NO. / DESCRIPTION Point Basis Project Site Project Site
AS (Meters) Point Basis
incl. of P & F (in Inclusive of Inclusive of
PER incl. of P & F
Rs.) Service Tax + Ed. Service Tax + Ed.
MR. (in Rs.)
Cess. (in Rs.) Cess. (in Rs.)

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


01.30 LLDA3KZZZMZZZZZZ IIB, T3, AS PER CLAUSE:6.3 OF SPEC. 6-51-0021 70

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


01.31 LLDA3PZZZMZZZZZZ PER CLAUSE:6.4 OF SPEC.-6-51-0021 70

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


01.32 LLDA3J4ZZZZZZZZZ CL.:T3 180

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

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


01.34 LLDA3JBZZZZZZZZZ IIA/IIB, TEMP. CL.: T3 WITH CABLE GLANDS&PLUGS 10
12 WAY LTG.& PWR PNLS, FLP, GRP IIA-IIB,T3, 1 NO.TPN, 4 P,
01.35 LPDA3ZZZZZ4AB22Z 40A I/C MCB, 12 NOS. SPN, 2P,16A O/G MCB 125
18 WAY LTG.& PWR PNLS, FLP, GRP IIA-IIB,T3, 1 NO.TPN,4
01.36 LPDA3ZZZZZ4AC21Z P,63 A I/C MCB,18 NOS. SPN O/G FDRS 55

18 WAY LTG & PWR PNLS, FLP, GRP IIC, T3, 1 NO. TPN,4 P, 63
01.37 LPDC3ZZZZZ4AC22Z A, I/C MCB, 18 NOS. SPN O/G FDRS 5

FLP MOV PNL GRP IIA-IIB, TEMP. CLASS T3, 1 NO. TPN I/C, 12
01.38 MOV PNL NOS. TPN SFU O/G 50

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


01.39 LSDA3B2ZZZZZZZZZ PER DS-0511) 70

LCS WITH START, STOP PB & AMMETER, FLP, GRP IIA/IIB, T3,
01.40 LSDA3B1ZZZZZZZZZ (TYPE C1 AS PER DS-0511) 85

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


01.41 LSDA3D0ZZZZZZZZZ FLP,GRP IIA/IIB,T3 (TYPE D1 AS PER DS-0511) 90
LCS WITH START,STOP PB,AMMETER & L-O-R SELECTOR
01.42 LSDA3G0ZZZZZZZZZ SWITCH, FLP,GRP IIA/IIB,T3 (TYPE E1 AS PER DS-0511) 45

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


01.43 LCS A2 IIC AS PER DS-0511) 60
LCS WITH CLOSE PB, FLP, GRP IIC, T3 (TYPE:A3 AS PER DS-
01.44 LCS A3 0511) 60

Page 13 of 167 Page 4 of 6


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 __________________________

UNIT TOTAL
ITEM UNIT Price
TOTAL Price on Transportation Transportation
SL. on FOT
FOT Despatch Charges upto Charges upto
NO. QTY Despatch
TAG NO. / DESCRIPTION Point Basis Project Site Project Site
AS (Meters) Point Basis
incl. of P & F (in Inclusive of Inclusive of
PER incl. of P & F
Rs.) Service Tax + Ed. Service Tax + Ed.
MR. (in Rs.)
Cess. (in Rs.) Cess. (in Rs.)

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


01.45 LCS C2 IIC DS-0511) 220

LCS WITH EMGERGENCY CLOSE PB + INDICATION LAMP, FLP,


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

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


01.47 LCS A2 IIA/IIB A2 AS PER DS-0511) 45

LCS WITH OPEN & CLOSE PB, FLP, GRP IIA/IIB, T3 (TYPE: B2
01.48 LCS B2 IIA/IIB AS PER DS:0511) 15

LCS WITH EMERGENCY CLOSE PB, MOV INDICATING


01.49 LCS E3 IIA/IIB LAMP,FLP, GRP IIA/IIB, T3 (TYPE: E3 AS PER DS-0511) 65
LCS WITH OPEN&CLOSE PB FLP, GRP IIC, T3 (TYPE B1 AS
01.50 LCS B1 IIC PER DS-0511) 25
LCS WITH EMERGENCY CLOSE PB, FLP, GRP IIC, T3 (TYPE E4
01.51 LSDC3E4ZZZZZZZZZ AS PER DS-0511) 7

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

Page 14 of 167 Page 5 of 6


FORM-2

ENCLOSURE TO PRICE SCHEDULE FOR SUPPLY


FORMAT - "CIF/CD"
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 __________________________

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

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

1 2 3 4 5 6 7 8 9

For Item
SL. No
01.00

TOTAL CIF VALUE

Page 15 of 167
A307_ATC (I) Page 1 of 8

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.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.

1. Price Basis:
i) Quoted supply prices are on FOT - Despatch Point basis Confirmed
inclusive of Packing & Forwarding.
ii) Specify Despatch Point
-----------------------
iii) Freight Charges:
a) Confirmed , Quoted in Price
a) Confirm firm transportation charges inclusive of Service Tax Schedule
and Ed Cess, upto project site, has been quoted separately
by you in Price Schedule.
b) Confirmed
b) No Variation on any account (including Statutory Variation) on
Service Tax on Transportation Charges shall be paid by the
owner.

iv) Insurance:

a) For Supply Only


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

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 16 of 167
A307_ATC (I) Page 2 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.

b) For Supply + Site Work


Confirmed
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.
2. Excise Duty applicable extra on Finished Goods:

a. Specify Excise Tariff Sub-Heading No. _________________

b. Present Rate of Excise Duty & Edu. Cess payable extra on ………..%
finished goods (including Spares)

c. Any variations in Excise Duty & Edu. Cess at the time of Confirmed
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.

d. If Excise Duty & Edu. Cess is not applicable at present due to Confirmed
any reason, the same shall be borne by Seller if it becomes
applicable later.

e. Confirm Excise Duty & Edu. Cess will not be applicable on Confirmed
transportation charges.

f. If Excise Duty & Edu. Cess is not applicable on transportation Confirmed


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.

g. Non Cenvatable Excise Duty, if any is included in quoted Confirmed


prices & no variation on any account (including statutory
variation) shall be paid by Owner.

h. Only Statutory Variations, if any, in the present rate of Excise Confirmed


Duty, upto the Contractual Delivery Date / Completion Period
shall be to Owner’s account subject to documentary evidence
to be furnished by Seller.
3. Sales Tax applicable extra on finished goods:
a. Central Sales Tax against Concessional Form “C” payable (Applicable / Not Applicable)
extra on finished goods (including spares) is applicable & the (Please tick whichever is applicable)
present rate (in %age) is indicated
…………%
b. Kerala VAT payable extra on finished goods (including (Applicable / Not Applicable)
spares) without concessional form is applicable & the present (Please tick whichever is applicable)
rate (in %age) is indicated
………….%
c. If CST / Kerala VAT is not applicable at present due to any
reason, the same shall be borne by Supplier if it becomes Confirmed
applicable later.

d. Confirm CST/ Kerala VAT will not be applicable on Confirmed


transportation charges.

e. If CST / Kerala VAT is not applicable on transportation Confirmed


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.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 17 of 167
A307_ATC (I) Page 3 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.

h. Only Statutory Variations, if any, in the present rate of CST / Confirmed


Kerala VAT, upto the Contractual Delivery Date / Completion
Period shall be to Owner’s account subject to documentary
evidence to be furnished by Seller.
4. Octroi / Entry Tax:
Octroi / Entry Tax, if applicable on finished goods (including Confirmed
spares) shall be borne and paid directly by Owner. Confirm
that Octroi / Entry Tax has not been included in the quoted
prices.
5. Any new or additional taxes/ duties and any increase in the
Confirmed
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.
6. Spares Parts:
a. Confirm item wise unit price (FOT Despatch Point) of Confirmed
following spare parts as required in Material Requisition (MR)
have been included indicating itemised quantity.
i) Mandatory Spares are quoted as per MR. Confirmed (if Applicable as per MR)
ii) Commissioning spares as specified in MR are included in Confirmed (if Applicable as per MR)
the quoted Price.
iii) Special Tools & Tackles as specified in the MR are Confirmed (if Applicable as per MR)
included in the quoted prices.
iv) Confirm spares wherever required have been included in Confirmed (if Applicable as per MR)
the quoted price and list of spares is also furnished.
v) Recommended Spares for Two Years Operation & Confirmed (if Applicable as per MR)
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.

7. 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
a. Tax & Edu. Cess but inclusive of VAT on Works Contract and Confirmed
all other applicable taxes & duties.
b. Percentage of Service Tax & Edu. Cess as applicable extra -------------------%
on Site Work.
c. 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 Confirmed
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.
d. Statutory Variation on Service Tax & Edu. Cess on Site work
shall be paid by the Owner against documentary evidence
Confirmed
within Contractual completion period.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 18 of 167
A307_ATC (I) Page 4 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.

e. Confirm that Entry Tax / Octroi applicable on Construction


Machinery/Equipment brought by the supplier to site to Confirmed
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.
8. Supervision / Training Charges:

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

b. Percentage of Service Tax & Edu. Cess as applicable extra ----------------%


on Supervision / Training

c. Per-diem rate for supervision has been quoted in accordance Confirmed


with the Terms & Conditions for Supervision enclosed with the
RFQ Documents.

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


commissioning assistance is required as per RFQ Documents
/ Material requisition, penalty for non mobilization/delay in
mobilization as per order shall be applicable. The penalty
shall generally be 1.5 times the per diem rate for each day of
delay of reporting to site and shall be in addition to price
reduction for delayed delivery.

e. Bidders shall also provide additional BG of an amount equal Noted & Confirmed
to the per diem charges for the number of days considered for
evaluation, over and above 10% PBG to cover compensation
for delay in mobilizing the erection/ commissioning personnel.
This BG will be released to the bidder upon the erection/
commissioning personnel reporting at site. This BG shall be
furnished along with 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.

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


quoted prices.

10. Price Reduction for delay in delivery/ completion:

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


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 Confirmed


applicable reduction.

11. Delivery / Completion Period:


Please confirm delivery / completion period as specified in the Confirmed
RFQ Covering Letter.
12. Payment Terms:
Confirm acceptance of “Terms and Mode of Payment” as per Confirmed
respective clause(s) given in SIB and RFQ covering letter.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 19 of 167
A307_ATC (I) Page 5 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
13.1 PART ORDER:
a. Confirm acceptance of Part Order clause as per GPC Confirmed (If Applicable as per MR)
(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.
13.2 MSE BIDDERS:
YES/ NO
a Confirm whether the bidder is a MSE bidder or not. (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 Confirmed
not be considered eligible for availing MSE benefits.
d Any charges quoted extra as lumpsum (like IBR,
Testing, freight, etc.) shall be applicable prorata on
Confirmed
value basis in the event of part order / part quantities/
split order.
14. Repeat Order:
Confirm Acceptance of Repeat Order clause as per RFQ Confirmed
Covering Letter / SIB / GPC.

15. Performance Bank Guarantee:


a) In the event of award of order, submission of Performance Confirmed
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 Confirmed


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.

16. Guarantee / Warranty: Confirmed


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

17. Firmness of prices:


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

18. Testing and Inspection charges:


a. Goods supplied are subject to stage wise and final inspection
as specified in MR by EIL and no extra charges shall be Confirmed
payable by Owner towards the same. Travel, Living and
Personnel expenses of EIL’s Representative shall be borne
by Owner.

b. Quoted prices are:


i) Inclusive of all testing and inspection charges (if applicable)
as per MR. Confirmed
ii) Inclusive of all IBR/IGC/NACE charges (if applicable) as
required in the Material Requisition.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 20 of 167
A307_ATC (I) Page 6 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
Confirmed
iii) Inclusive of all statutory certification charges PESO/CCOE
etc. (if applicable) as required in the Material Requisition
Confirmed
c. Is your shop approved by IBR/CCE authority, if yes, indicate
validity.
i. IBR IBR Approved
ii. CCE
It is the responsibility of supplier to get the entire imported
materials and the built in imported contents inspected by TPIA Confirmed
(i.e. Lloyds/BV/DNV/TUV/CEIL) in the country of origin and
the quoted prices are inclusive of charges towards the same.
19.0 Import Content:

19.1 Imported raw materials required for equipments/


materials:

a. If your offer is based on certain imported raw materials (Applicable / Not Applicable)
required for equipments/ materials offered, please specify the (Please tick whichever is applicable)
following :

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


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

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

d. Indicate brief description/ specification with itemised CIF Refer Annexure to Price Schedule
value and country of origin of imported material.

e. Indicate classification with tariff no. under which Vendor Refer Annexure to Price Schedule
intends to import.

f. Confirm prices shall be firm on account of variation in foreign Confirmed


exchange rate.

g. Owner shall not provide any import licence. Noted


h. Quoted prices are after considering the benefit of CENVAT on Confirmed
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 Confirmed
be passed on to Owner.

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


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

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


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

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 21 of 167
A307_ATC (I) Page 7 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
k. The CIF Value(s) indicated by the vendor shall be deemed to Confirmed
be the maximum value(s) for the purpose of payment of
variation in custom duty and/or other statutory variations, if
any, thereon.

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


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

19.2 Imported finished good/ item directly dispatched from


port:

i. Is it your offer is based on certain imported finished goods/ ( YES/ NO )


items/ materials directly despatched from port of entry (India) (Please tick whichever is applicable)

ii In case material is directly dispatched from port of entry Extra CVD @ --------%
(India) is required then bidder’s quoted equipment/ system/
materials prices shall not be inclusive of CVD & SAD and the Extra SAD@----------%
same shall be payable extra by Purchaser against submission
of cevatable documentary evidence. Hence, quoted prices
are exclusive of CENVAT benefit.

Iii In case material is directly dispatched from port of entry Confirmed


(India), CVD/ SAD amount shall be reimbursed subject to
submission of bill of entry documents along with CVD/ SAD
invoice.

iv In case bidder will not be able to provide the full cenvatable Confirmed
documentary evidence for indicated CVD & SAD above then
bidder shall provide the mandatory discount for non
cenvatable CVD & SAD

20. Validity of Bid:

a. Confirm Bid validity as stipulated in RFQ covering letter from Confirmed


the final due date of bid submission.

21. Compliance to RFQ documents:


a) Confirm your offer is in total compliance with RFQ Document Confirmed
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.

b) Confirm your offer is in total compliance with RFQ


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

i) Request for Quotation (RFQ) Confirmed


ii) Special Instructions to Bidders (SIB) Confirmed
iii) General Purchase Conditions (GPC) Confirmed
iv) Terms & Conditions of Site work / GCC / HSE / Integrity Confirmed(if applicable)
Pact.
v) Terms & Conditions for Supervision services Confirmed(if applicable)

22. Whether any of the Directors of Bidder is a relative of any Confirmed No relation
Director of Owner/EIL or the Bidder is a firm in which any
Director of Owner/EIL or his relative is a Partner or the Bidder
is a private company in which any director of Owner/EIL is a
member or Director.
23. Please confirm you have not been banned or delisted by any Not Banned

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 22 of 167
A307_ATC (I) Page 8 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
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. Please confirm your offer contains the following:

24.1 UNPRICED OFFER- without any Deviations Confirmed


24.2 PRICED OFFER
a. Duly filled Price Schedule with relevant annexures Confirmed
25. Please confirm that you have quoted strictly for items based Confirmed
on your registration/approval with EIL as on date of issue of
RFQ.
26. Any claim arising out of order shall be sent to Owner in writing Confirmed
with a copy to EIL within 3 months from the date of last
despatch. In case the claim is received after 3 months, the
same shall not be entertained by Consultant/ Owner.
27. Printed terms and conditions, if any, appearing in quotation, Confirmed
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.
28. Confirm that Net worth of the Bidder’s company is Confirmed & Submitted
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.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 23 of 167
BPCL-KR
Job: A307

INTEGRATED REFINERY EXPANSION PROJECT


OF
M/s BHARAT PETROLEUM CORPORATION LTD,
KOCHI REFINERY, KOCHI, KERALA

SPECIAL INSTRUCTION TO BIDDER


(SIB)

A307_SIB Rev.5 dtd: 20.06.2013 Page 1 of 21

Page 24 of 167
BPCL-KR
Job: A307

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)

A307_SIB Rev.5 dtd: 20.06.2013 Page 2 of 21

Page 25 of 167
BPCL-KR
Job: A307

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.

A307_SIB Rev.5 dtd: 20.06.2013 Page 3 of 21

Page 26 of 167
BPCL-KR
Job: A307

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.

A307_SIB Rev.5 dtd: 20.06.2013 Page 4 of 21

Page 27 of 167
BPCL-KR
Job: A307

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

A307_SIB Rev.5 dtd: 20.06.2013 Page 5 of 21

Page 28 of 167
BPCL-KR
Job: A307

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

A307_SIB Rev.5 dtd: 20.06.2013 Page 6 of 21

Page 29 of 167
BPCL-KR
Job: A307

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.
A307_SIB Rev.5 dtd: 20.06.2013 Page 7 of 21

Page 30 of 167
BPCL-KR
Job: A307

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 1% of Landed Cost i.e. Sl. Nos. 1 to 5
from Port of Entry in India to
Project Site
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.

A307_SIB Rev.5 dtd: 20.06.2013 Page 8 of 21

Page 31 of 167
BPCL-KR
Job: A307

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

A307_SIB Rev.5 dtd: 20.06.2013 Page 9 of 21

Page 32 of 167
BPCL-KR
Job: A307

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).
A307_SIB Rev.5 dtd: 20.06.2013 Page 10 of 21

Page 33 of 167
BPCL-KR
Job: A307

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)]

A307_SIB Rev.5 dtd: 20.06.2013 Page 11 of 21

Page 34 of 167
BPCL-KR
Job: A307

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

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.

A307_SIB Rev.5 dtd: 20.06.2013 Page 12 of 21

Page 35 of 167
BPCL-KR
Job: A307

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:

A307_SIB Rev.5 dtd: 20.06.2013 Page 13 of 21

Page 36 of 167
BPCL-KR
Job: A307

(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.
A307_SIB Rev.5 dtd: 20.06.2013 Page 14 of 21

Page 37 of 167
BPCL-KR
Job: A307

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.
A307_SIB Rev.5 dtd: 20.06.2013 Page 15 of 21

Page 38 of 167
BPCL-KR
Job: A307

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:

A307_SIB Rev.5 dtd: 20.06.2013 Page 16 of 21

Page 39 of 167
BPCL-KR
Job: A307

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 et hics 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
A307_SIB Rev.5 dtd: 20.06.2013 Page 17 of 21

Page 40 of 167
BPCL-KR
Job: A307

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.
A307_SIB Rev.5 dtd: 20.06.2013 Page 18 of 21

Page 41 of 167
BPCL-KR
Job: A307

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
A307_SIB Rev.5 dtd: 20.06.2013 Page 19 of 21

Page 42 of 167
BPCL-KR
Job: A307

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.

A307_SIB Rev.5 dtd: 20.06.2013 Page 20 of 21

Page 43 of 167
BPCL-KR
Job: A307

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.

A307_SIB Rev.5 dtd: 20.06.2013 Page 21 of 21

Page 44 of 167
Page 45 of 167
Page 46 of 167
Page 47 of 167
Page 48 of 167
Page 49 of 167
Page 50 of 167
Page 51 of 167
Page 52 of 167
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
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
Annexure – 1
E-TENDERING METHODOLOGY

Instructions for Online Bid Submission:


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

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

REGISTRATION

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

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

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

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

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

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

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

SEARCHING FOR TENDER DOCUMENTS

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

Page 55 of 167
3) The bidder should make a note of the unique Tender ID assigned to each tender, in case
they want to obtain any clarification / help from the Helpdesk.
PREPARATION OF BIDS

1) Bidder should take into account any corrigendum published on the tender document before
submitting their bids.
2) Please go through the tender advertisement and the tender document carefully to
understand the documents required to be submitted as part of the bid. Please note the
number of covers in which the bid documents have to be submitted, the number of
documents - including the names and content of each of the document that need to be
submitted. Any deviations from these may lead to rejection of the bid.

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


35 MB per part. However, in case file size exceeds 35 MB, bidder may compress the files by
scanning with 75 dpi setting as per s.no 4 below and can use additional 25 MB space (“My
Documents”) provided to the bidder as per s.no 5 below.

4) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the
tender document and generally, they can be in PDF / XLS / RAR / DWF formats. Bid
documents may be scanned with 75 dpi with black and white option. However, Price
Schedule / SOR shall be strictly in RAR format without altering any contents of the
formats uploaded by EIL in their Bidding Document.

5) To avoid the time and effort required in uploading the same set of standard documents which
are required to be submitted as a part of every bid, a provision of uploading such standard
documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided
to the bidders. Bidders can use “My Documents” area available to them to upload such
documents. These documents may be directly submitted from the “My Documents” area
while submitting a bid, and need not be uploaded again and again. This will lead to a
reduction in the time required for bid submission process.

SUBMISSION OF BIDS

1) Bidder should log into the site well in advance for bid submission so that he/she upload the
bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay
due to other issues.

2) The bidder has to digitally sign and upload the required bid documents one by one as
indicated in the tender document.

3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as
applicable and enter details of the instrument.

4) Bidder should prepare the EMD as per the instructions specified in the tender document. The
original should be posted/couriered/given in person to the Tender Processing Section, with
in 7 calendar days of the date of Unpriced bid opening. The details of the DD/any other
accepted instrument, physically sent, should tally with the details available in the scanned
copy and the data entered during bid submission time. Otherwise the uploaded bid will be
rejected.

5) A Price Bid format has been provided with the tender document to be filled by all the bidders.
Bidders are requested to note that they should necessarily submit their financial bids in the
format provided and no other format is acceptable. Bidders are required to download the
Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved
Dated -02-July-2014

Page 56 of 167
Price Bid file, open it and complete the cells with their respective financial quotes and other
details (such as name of the bidder). No other cells should be changed. Once the details
have been completed, the bidder should save it and submit it online, without changing the
filename. If the Price Bid file is found to be modified by the bidder, the bid will be rejected.

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

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

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

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

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

RETENDER

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

WITHDRAWAL OF BID

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

ASSISTANCE TO BIDDERS

1) Any queries relating to the tender document and the terms and conditions contained therein
should be addressed to the Tender Inviting Authority for a tender or the relevant contact
person indicated in the tender.

2) Any queries relating to the process of online bid submission or queries relating to CPP Portal
in general may be directed to the 24 x 7 CPP Portal Helpdesk. The contact number for the
helpdesk is 1800-3070-2232 and Mobile Nos +91-7878007972, +91-7878007973.

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


Dated -02-July-2014

Page 57 of 167
Page 58 of 167
Page 59 of 167
Page 60 of 167
Page 61 of 167
Page 62 of 167
Page 63 of 167
MATERIAL REQUISITION (TOP SHEET)
ITEM DESCRIPTION: CONTROL STATION-FLAMEPROOF, JUNCTION BOXES (FLAMEPROOF), LIGHTING & DISTRIBUTION
BOARD (FLP), LIGHTING FITTINGS & ACCESSORIES (HAZARDOUS), PLUGS/SOCKETS/HANDLAMOS
(FLAMEPROOF)
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced,

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 )

A307 000 XR MR 0515 A 31/12/2014 16 50


copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.

JOB NO. UNIT/ MAIN DOC. SR. NO. REV. DATE DIVN. DEPT.
AREA COST CODE
ORIGINATOR

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

REV. DATE BY CHK. APPD. DETAILS

A 31/12/2014 NNB/SNM SV BRB ISSUED WITH BIDS


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

Project: INTEGRATED REFINERY EXPANSION PROJECT


ENGINEERS INDIA LIMITED

NEW DELHI Client: BPCL-KOCHI REFINERY


Sheet 1 of 8

Page 64 of 167
TAG NO/
SR. NO. DESCRIPTION QUANTITY
ITEM CODE/ [ ID. NO. ]
01.00 Design, engineering, manufacture,
procurement of materials and bought out
components, assembly at shop, inspection,
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced,

testing at manufacturer's works, packing,


delivery of the following lighting
fixtures and accessories, plugs,sockets,
junction boxes, Lighting and power
panels, FLP and weatherproof control
stations including supply of special
copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.

tools and tackles as per the enclosed EIL


standard specifications, instructions to
vendors, data sheets , Wiring diagram,
Fixture schedule etc. and other codes and
standards attached or referred.
01.01 A1 LLEX3LWHZDZZZZZZ LTG. FIXTURE & ACCS, Ex'nR', TEMP. CL.: 3600 Nos
T3, WITHOUT CONTROL GEAR, WELL GLASS,
HPMV, 125 W (Exn'R'-4)
01.02 A2 LLEX3LFHZGZZZZZZ LTG. FIXTURE& ACCS, Ex'nR', TEMP. CL.:T3, 50 Nos
WITHOUT CONTROL GEAR, FLOOD LIGHT, HPMV,
250 W (Exn'R'-7)
01.03 LLDA3LWSZCZZZZZZ LTG. FIX&ACCS, FLP, GRP IIA-IIB, T3, WELL 75 Nos
GLASS, LED-40 W (MINIMUM), 110V DC (LED
3) WITH JB &LAMPS
01.04 LLDA3LWSZFZZZZZZ LTG. FIX&ACCS, FLP, GRP IIA-IIB,T3, WELL 250 Nos
GLASS, LED-40 W (MINIMUM), 230V AC(LED 3)
WITH JB &LAMPS
01.05 A1 LLDA3LWHZDZZZZZZ LTG. FIXTURE & ACCS, FLP, GRP IIA-IIB, 950 Nos
TEMP. CL.: T3, W/O CONTROL GEAR, WELL
GLASS,HPMV,125 W(FLP-4)
01.06 LLDA3MZZZQZZZZZZ LTG. FIXTURE,ACCS, FLP, GRP IIA IIB, T3, 60 Nos
TWIN AVIATION MARKER, (FLP12)
01.07 LLDC3LWSZCZZZZZZ LTG.FIX&ACCS, FLP,GRP IIC, T3, WELL 10 Nos
GLASS, LED-40 W (MINIMUM), 110 V DC(LED
4) WITH JB & LAMPS
01.08 A3 LLDA3LWHZHZZZZZZ LTG.FIXTURE & ACCS, FLP,GRP IIA-IIB,TEMP. 60 Nos
CL.:T3,W/O CONTROL GEAR, HPMV,400 W (FLP-
5b)
01.09 A4 LLDC3LFHZGZZZZZZ LTG.FIXTURE & ACCS, FLP,GRP IIC,TEMP. 5 Nos
CL.:T3,FLOOD LIGHT, W/O CONTROL GEAR,
HPMV,250 W (FLP-IIC-7)
01.10 A5 LLDC3LWHZDZZZZZZ LTG.FIXTURE & ACCS,FLP,GRP IIC,TEMP. 500 Nos
CL.:T3,WELL GLASS, W/O CONTROL GEAR,
HPMV,125 W (FLP-IIC-3)
01.11 LLDC3MZZZQZZZZZZ LTG.FIXTURE, ACCS, FLP, GRP IIC,T3, TWIN 25 Nos
AVIATION MARKER, (FLP-IIC-12)
01.12 A2 LLEX3LWHZGZZZZZZ LTG. FIXTURE & ACCS, Ex'nR', TEMP. CL.: 40 Nos
T3, WITH SEPARATE CG ,WELL GLASS,HPMV,250
W (Exn'R'-5)
01.13 A3 LLEX3LWHZHZZZZZZ LTG.FIXTURE & ACCS, Ex'nR', TEMP. CL:T3, 80 Nos
WITHOUT CONTROL GEAR,WELL GLASS,HPMV,400
W (Exn'R'-6)

Project: INTEGRATED REFINERY EXPANSION PROJECT


ENGINEERS INDIA LIMITED REQUISITION NO. REV.

NEW DELHI Client: BPCL-KOCHI REFINERY A307-000-XR-MR-0515 A


Sheet 2 of 8

Page 65 of 167
TAG NO/
SR. NO. DESCRIPTION QUANTITY
ITEM CODE/ [ ID. NO. ]
01.14 A6 LLDC3LWHZHZZZZZZ LTG.FIXTURE & ACCS,FLP,GRP IIC, TEMP 60 Nos
CL:T3, W/O CONTROL GEAR, WELL GLASS,
HPMV, 400 W (FLP-IIC-5b)
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced,

01.15 A2 LLDA3DWHZGZZZZZZ LTG.FIXTURE & ACCS, FLP, GRP IIA-IIB, 45 Nos


TEMP CL:T3,SEPARATE CONTROL GEAR,WELL
GLASS,HPMV,250 W(FLP-5)
01.16 A2 LLDA3LFHZGZZZZZZ LTG.FIXTUE & ACCS,FLP,GRP IIA-IIB, TEMP 30 Nos
CL:T3, FLOOD LIGHT,HPMV,250 W (FLP-7)
01.17 LLDC3LWSZFZZZZZZ LTG.FIX&ACCS,FLP,GRP IIC, TEMP CL:T3, 85 Nos
copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.

WELL GLASS, LED-40 W (MINIMUM), 230V


AC(LED 4), WITH JB &LAMPS
01.18 A1 LLEX3GGGZDZZZZZZ CONTROL GEAR BOX, 125 W, FLP, GRP IIA- 4550 Nos
IIB, TEMP. CL.:T3
01.19 A2 LLEX3GGGZGZZZZZZ CONTROL GEAR BOX, 250 W, FLP, GRP IIA- 165 Nos
IIB, TEMP. CL.:T3
01.20 A5 LLDC3GGGZDZZZZZZ CONTROL GEAR BOX, 125 W, FLP,GRP 500 Nos
IIC,TEMP. CL.: T3
01.21 A4 LLDC3GGGZGZZZZZZ CONTROL GEAR BOX, 250 W, FLP,GRP 5 Nos
IIC,TEMP. CL.: T3
01.22 A3 LLDA3GGGZHZZZZZZ CONTROL GEAR BOX, 400W, FLP,GRP IIA- 140 Nos
IIB,TEMP. CL.: T3
01.23 A6 LLDC3GGGZHZZZZZZ CONTROL GEAR BOX, 400W, FLP, GRP IIC, 60 Nos
TEMP CL:T3
01.24 A7 LLDA3HZZZRZZZZZZ 240V-3 PIN-15A SOCKETS, FLAMEPROOF, 600 Nos
GRP.IIA-IIB, TEMP. CL.: T3
01.25 A7 LLDC3HZZZRZZZZZZ 240V-3 PIN-15A PLUGS, FLAMEPROOF, 600 Nos
GRP.IIA-IIB, TEMP. CL.:T3
01.26 A8 LLDA3KZZZPZZZZZZ 415V- 5 PIN- 63A SOCKETS, FLAMEPROOF, GRP 10 Nos
IIA-IIB, TEMP. CL.:T3
01.27 A8 LLDA3PZZZPZZZZZZ 415V- 5 PIN- 63A PLUGS, FLAMEPROOF, GRP 10 Nos
IIA-IIB, TEMP. CL.: T3
01.28 A9 LL 240V-3 PIN-15A SOCKETS, FLAMEPROOF, 80 Nos
GRP.IIC, TEMP. CL.: T3
01.29 A9 LL1 240V-3 PIN-15A PLUGS, FLAMEPROOF, 80 Nos
GRP.IIC, TEMP. CL.: T3
01.30 B1 LLDA3KZZZMZZZZZZ 240/24V, 100VA TRANSFORMER UNIT 70 Nos
FLAMEPROOF, GRP IIA-IIB, T3, AS PER
CLAUSE:6.3 OF SPEC. 6-51-0021
01.31 B1 LLDA3PZZZMZZZZZZ 24V HANDLAMPS FLAMEPROOF, GRP IIA-IIB, 70 Nos
TEMP. CL.:T3, AS PER CLAUSE:6.4 OF SPEC.-
6-51-0021
01.32 LLDA3J4ZZZZZZZZZ 4 WAY JUNCTION BOX, FLAMEPROOF, GRP IIA 180 Nos
IIB, TEMP. CL.:T3
01.33 LLDC3J4ZZZZZZZZZ 4 WAY JUNCTION BOX, FLAMEPROOF, GRP IIC, 50 Nos
TEMP. CL.:T3
01.34 LLDA3JBZZZZZZZZZ 6 WAY,15A, 110V DC, JUNCTION BOX SUITABLE 10 Nos
FOR GAS GR: IIA/IIB, TEMP. CL.: T3 WITH
CABLE GLANDS&PLUGS
01.35 LPDA3ZZZZZ4AB22Z 12 WAY LTG.& PWR PNLS, FLP, GRP IIA- 125 Nos
IIB,T3, 1 NO.TPN, 4 P, 40A I/C MCB, 12
NOS. SPN, 2P,16A O/G MCB

Project: INTEGRATED REFINERY EXPANSION PROJECT


ENGINEERS INDIA LIMITED REQUISITION NO. REV.

NEW DELHI Client: BPCL-KOCHI REFINERY A307-000-XR-MR-0515 A


Sheet 3 of 8

Page 66 of 167
TAG NO/
SR. NO. DESCRIPTION QUANTITY
ITEM CODE/ [ ID. NO. ]
01.36 LPDA3ZZZZZ4AC21Z 18 WAY LTG.& PWR PNLS, FLP, GRP IIA- 55 Nos
IIB,T3, 1 NO.TPN,4 P,63 A I/C MCB,18 NOS.
SPN O/G FDRS
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced,

01.37 LPDC3ZZZZZ4AC22Z 18 WAY LTG & PWR PNLS, FLP, GRP IIC, T3, 5 Nos
1 NO. TPN,4 P, 63 A, I/C MCB, 18 NOS. SPN
O/G FDRS
01.38 MOV PNL FLP MOV PNL GRP IIA-IIB, TEMP. CLASS T3, 50 Nos
1 NO. TPN I/C, 12 NOS. TPN SFU O/G
01.39 LSDA3B2ZZZZZZZZZ LCS WITH OPEN&CLOSE PB FLP, GRP IIA/IIB, 70 Nos
copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.

T3 (TYPE B1 AS PER DS-0511)


01.40 LSDA3B1ZZZZZZZZZ LCS WITH START, STOP PB & AMMETER, FLP, 85 Nos
GRP IIA/IIB, T3, (TYPE C1 AS PER DS-0511)
01.41 LSDA3D0ZZZZZZZZZ LCS WITH START,STOP PB & L-O-R SELECTOR 90 Nos
SWITCH, FLP,GRP IIA/IIB,T3 (TYPE D1 AS
PER DS-0511)
01.42 LSDA3G0ZZZZZZZZZ LCS WITH START,STOP PB,AMMETER & L-O-R 45 Nos
SELECTOR SWITCH, FLP,GRP IIA/IIB,T3 (TYPE
E1 AS PER DS-0511)
01.43 LCS A2 IIC LCS WITH EMGERGENCY STOP PB, FLP, GRP 60 Nos
IIC, T3 (TYPE:A2 AS PER DS-0511)
01.44 LCS A3 LCS WITH CLOSE PB, FLP, GRP IIC, T3 60 Nos
(TYPE:A3 AS PER DS-0511)
01.45 LCS C2 IIC LCS WITH START/OPEN PB, FLP, GRP IIC, T3 220 Nos
(TYPE:C2 AS PER DS-0511)
01.46 LCS E2 IIC LCS WITH EMGERGENCY CLOSE PB + INDICATION 10 Nos
LAMP, FLP, GRP IIC, T3 (TYPE:E2 AS PER
DS-0511)
01.47 LCS A2 IIA/IIB LCS WITH EMERGENCY STOP PB, FLP, GRP 45 Nos
IIA/IIB, T3 (TYPE: A2 AS PER DS-0511)
01.48 LCS B2 IIA/IIB LCS WITH OPEN & CLOSE PB, FLP, GRP 15 Nos
IIA/IIB, T3 (TYPE: B2 AS PER DS:0511)
01.49 LCS E3 IIA/IIB LCS WITH EMERGENCY CLOSE PB, MOV 65 Nos
INDICATING LAMP,FLP, GRP IIA/IIB, T3
(TYPE: E3 AS PER DS-0511)
01.50 LCS B1 IIC LCS WITH OPEN&CLOSE PB FLP, GRP IIC, T3 25 Nos
(TYPE B1 AS PER DS-0511)
01.51 LSDC3E4ZZZZZZZZZ LCS WITH EMERGENCY CLOSE PB, FLP, GRP 7 Nos
IIC, T3 (TYPE E4 AS PER DS-0511)
02.00 << DELETED >>
03.00 Transportation from Vendors work/ shop to
site for the following as per the
enclosed EIL standard specifications,
instructions to vendors, job
specification, data sheets etc
03.01 A1 {03}LLEX3LWHZDZZZZZZ For Item 01.01 3600 Nos
03.02 A2 {03}LLEX3LFHZGZZZZZZ For Item 01.02 50 Nos
03.03 {03}LLDA3LWSZCZZZZZZ For Item 01.03 75 Nos
03.04 {03}LLDA3LWSZFZZZZZZ For Item 01.04 250 Nos
03.05 A1 {03}LLDA3LWHZDZZZZZZ For Item 01.05 950 Nos
03.06 {03}LLDA3MZZZQZZZZZZ For Item 01.06 60 Nos
03.07 {03}LLDC3LWSZCZZZZZZ For Item 01.07 10 Nos
Project: INTEGRATED REFINERY EXPANSION PROJECT
ENGINEERS INDIA LIMITED REQUISITION NO. REV.

NEW DELHI Client: BPCL-KOCHI REFINERY A307-000-XR-MR-0515 A


Sheet 4 of 8

Page 67 of 167
TAG NO/
SR. NO. DESCRIPTION QUANTITY
ITEM CODE/ [ ID. NO. ]
03.08 A3 {03}LLDA3LWHZHZZZZZZ For Item 01.08 60 Nos
03.09 A4 {03}LLDC3LFHZGZZZZZZ For Item 01.09 5 Nos
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced,

03.10 A5 {03}LLDC3LWHZDZZZZZZ For Item 01.10 500 Nos


03.11 {03}LLDC3MZZZQZZZZZZ For Item 01.11 25 Nos
03.12 A2 {03}LLEX3LWHZGZZZZZZ For Item 01.12 40 Nos
03.13 A3 {03}LLEX3LWHZHZZZZZZ For Item 01.13 80 Nos
03.14 A6 {03}LLDC3LWHZHZZZZZZ For Item 01.14 60 Nos
03.15 A2 {03}LLDA3DWHZGZZZZZZ For Item 01.15 45 Nos
copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.

03.16 A2 {03}LLDA3LFHZGZZZZZZ For Item 01.16 30 Nos


03.17 {03}LLDC3LWSZFZZZZZZ For Item 01.17 85 Nos
03.18 A1 {03}LLEX3GGGZDZZZZZZ For Item 01.18 4550 Nos
03.19 A2 {03}LLEX3GGGZGZZZZZZ For Item 01.19 165 Nos
03.20 A5 {03}LLDC3GGGZDZZZZZZ For Item 01.20 500 Nos
03.21 A4 {03}LLDC3GGGZGZZZZZZ For Item 01.21 5 Nos
03.22 A3 {03}LLDA3GGGZHZZZZZZ For Item 01.22 140 Nos
03.23 A6 {03}LLDC3GGGZHZZZZZZ For Item 01.23 60 Nos
03.24 A7 {03}LLDA3HZZZRZZZZZZ For Item 01.24 600 Nos
03.25 A7 {03}LLDC3HZZZRZZZZZZ For Item 01.25 600 Nos
03.26 A8 {03}LLDA3KZZZPZZZZZZ For Item 01.26 10 Nos
03.27 A8 {03}LLDA3PZZZPZZZZZZ For Item 01.27 10 Nos
03.28 A9 {03}LL For Item 01.28 80 Nos
03.29 A9 {03}LL1 For Item 01.29 80 Nos
03.30 B1 {03}LLDA3KZZZMZZZZZZ For Item 01.30 70 Nos
03.31 B1 {03}LLDA3PZZZMZZZZZZ For Item 01.31 70 Nos
03.32 {03}LLDA3J4ZZZZZZZZZ For Item 01.32 180 Nos
03.33 {03}LLDC3J4ZZZZZZZZZ For Item 01.33 50 Nos
03.34 {03}LLDA3JBZZZZZZZZZ For Item 01.34 10 Nos
03.35 {03}LPDA3ZZZZZ4AB22Z For Item 01.35 125 Nos
03.36 {03}LPDA3ZZZZZ4AC21Z For Item 01.36 55 Nos
03.37 {03}LPDC3ZZZZZ4AC22Z For Item 01.37 5 Nos
03.38 {03}MOV PNL For Item 01.38 50 Nos
03.39 {03}LSDA3B2ZZZZZZZZZ For Item 01.39 70 Nos
03.40 {03}LSDA3B1ZZZZZZZZZ For Item 01.40 85 Nos
03.41 {03}LSDA3D0ZZZZZZZZZ For Item 01.41 90 Nos
03.42 {03}LSDA3G0ZZZZZZZZZ For Item 01.42 45 Nos
03.43 {03}LCS A2 IIC For Item 01.43 60 Nos
03.44 {03}LCS A3 For Item 01.44 60 Nos
03.45 {03}LCS C2 IIC For Item 01.45 220 Nos
03.46 {03}LCS E2 IIC For Item 01.46 10 Nos
03.47 {03}LCS A2 IIA/IIB For Item 01.47 45 Nos
03.48 {03}LCS B2 IIA/IIB For Item 01.48 15 Nos
03.49 {03}LCS E3 IIA/IIB For Item 01.49 65 Nos
03.50 {03}LCS B1 IIC For Item 01.50 25 Nos
03.51 {03}LSDC3E4ZZZZZZZZZ For Item 01.51 7 Nos
04.00 << DELETED >>
05.00 Supply of Two Years Operation and Lot
Maintenance Spares, as per enclosed
Project: INTEGRATED REFINERY EXPANSION PROJECT
ENGINEERS INDIA LIMITED REQUISITION NO. REV.

NEW DELHI Client: BPCL-KOCHI REFINERY A307-000-XR-MR-0515 A


Sheet 5 of 8

Page 68 of 167
TAG NO/
SR. NO. DESCRIPTION QUANTITY
ITEM CODE/ [ ID. NO. ]
instructions to vendor
06.00 << DELETED >>
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced,

07.00 << DELETED >>


08.00 << DELETED >>
09.00 Drawings and documents as per attached Lot
Vendor Data requirement for all supplies
and services covered above in Sr.Nos.1.00
to Sr.No.8.00
copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.

Vendors shall quote prices in EIL Price Schedule except for Sr.No.9.00. Price for
documentation is implied to be included in the prices quoted against Sr.No.1.00 to
Sr.No.8.00

Vendor to note that the numbers given in square '[]' and curly '{}' brackets are
not for their use and meant for store purpose only. Items shall be tagged as per
main equipment Tag No. only.

Note:
Bidder to note that,one fixed price is to be quoted for grouped items. The groups
of items are identified by A2, A3, A6, A9, A1, A5, B1, A4, A7, A8 where A2
indicates one group and so on.
Grouped items shall not be split ordered.

Project: INTEGRATED REFINERY EXPANSION PROJECT


ENGINEERS INDIA LIMITED REQUISITION NO. REV.

NEW DELHI Client: BPCL-KOCHI REFINERY A307-000-XR-MR-0515 A


Sheet 6 of 8

Page 69 of 167
LIST OF ATTACHMENTS
REVISION
SL. REV. REV. REV. REV.
DOCUMENT TITLE DOCUMENT NO.
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced,

No.
DATE DATE DATE DATE
INSTRUCTIONS TO VENDORS
1 Instructions to Vendor A307-000-XR-TR- A
0515 23/12/2014
FORMATS
2 Format for Vendor Drawing/ EIL-1641-1923
copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.

Document Submission Schedule Rev.1


VENDOR LIST
3 Vendor List (Electerical) A307-000-16-50-LL- A
0515 23/12/2014
QUALITY REQUIREMENTS
4 Specification for Quality 6-78-0001 0
Management System Requirements 04/06/2009
from Bidders
5 Specification for 6-78-0003 0
Documentation Requirements 04/06/2009
from Suppliers
STANDARD
6 Typical Installation of 7-51-0221 4
Hazardous Area Well Glass 17/07/2013
Lighting Fixtures
INSPECTION & TEST PLANS
7 Inspection Test Plan for Flame 6-81-1006 3
proof Control Stations 21/11/2013
8 Inspection Test Plan for 6-81-1008 2
Flameproof Lighting and Power 21/11/2013
Panels
9 Inspection Test Plan for 6-81-1021 2
Flameproof Plugs, Sockets and 21/11/2013
Hand Lamps
10 Inspection Test Plan for 6-81-1061 3
Hazardous Area Lighting 21/11/2013
Fixtures and Junction Boxes
STANDARD SPECIFICATIONS
11 Specification for Flameproof 6-51-0006 4
Control Station 11/04/2011
12 Specification for Flameproof 6-51-0008 4
Lighting and Power Panels 11/04/2011
13 Specification for Flameproof 6-51-0021 4
Plugs, Sockets and Hand Lamps 11/04/2011
14 Specification for Hazardous 6-51-0061 4
Area Lighting Fixtures and 11/04/2011
Junction Boxes
VENDOR DATA REQUIREMENTS
15 Vendor Data Requirement A307-000-16-50- A
VDR-0515 23/12/2014
DATASHEET ELECTRICAL

Project: INTEGRATED REFINERY EXPANSION PROJECT


ENGINEERS INDIA LIMITED REQUISITION NO. REV.

NEW DELHI Client: BPCL-KOCHI REFINERY A307-000-XR-MR-0515 A


Sheet 7 of 8

Page 70 of 167
LIST OF ATTACHMENTS
REVISION
SL. REV. REV. REV. REV.
DOCUMENT TITLE DOCUMENT NO.
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced,

No.
DATE DATE DATE DATE
DATASHEET ELECTRICAL
16 Data Sheet for Flameproof A307-000-16-50-DS- A
Lighting & Power Panels 0510 09/12/2013
17 Wiring Diagram for Control A307-000-16-50-DS- A B
Stations 0511 09/12/2013 23/12/2014
copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.

18 Data Sheet for Lighting A307-000-16-50-DS- C D


Fixture Schedule 1001 09/12/2013 31/12/2014
19 Data Sheet for FLP MOV Panel A307-000-16-50-DS- A
0512 09/12/2013
In case of any subsequent revision of MR or PR, only revised sheets of the
attachments listed above shall be issued alongwith the revision.

GENERAL NOTES:
1. The rates quoted against items shall be applicable for addition/deletion of
quantity to the tune of 25% at the time of order placement.
2. The rates shall remain valid for repeat order for duration as specified in
commercial documents.

Project: INTEGRATED REFINERY EXPANSION PROJECT


ENGINEERS INDIA LIMITED REQUISITION NO. REV.

NEW DELHI Client: BPCL-KOCHI REFINERY A307-000-XR-MR-0515 A


Sheet 8 of 8

Page 71 of 167
Format No.: EIL-1641-1923 Rev.1

Engineers India Limited Status


Vendor Drawing/ Document Submission Schedule Date
Client: BPCL-KOCHI REFINERY Project: INTEGRATED REFINERY EXPANSION PROJECT Vendor Name:

Item Description: CONTROL STATION- PR No.: Address:


FLAMEPROOF, JUNCTION BOXES (FLAMEPROOF),
LIGHTING & DISTRIBUTION BOARD (FLP), Date of LOI:
LIGHTING FITTINGS & ACCESSORIES
(HAZARDOUS), PLUGS/SOCKETS/HANDLAMOS PO No.:

Page 72 of 167
(FLAMEPROOF) Date of PO: City:
EIL Originating Department: ELECTRICAL Contact Person(EIL): Contact Person: Fax:
Phone: Email:

Drg./ Doc. Nomenclature Category Scheduled Form


S.No. Equipment Number as per EIL Vendor Data Vendor Drg. / Doc. Number Vendor Drg./ Doc. Title Electronic Remarks
Review (R) / date of 1st
Requirement Records (I) Submission (E)/ Print (P)
DOCUMENT No.
INSTRUCTIONS TO VENDOR A307-000-16-50-TR-0515
Rev. A
Page 1 of 4

INSTRUCTIONS TO VENDOR
FOR
HAZARDOUS AREA EQUIPMENT
(MR NO. A307-000-XR-MR-0515)

PROJECT: INTEGRATED REFINERY EXPANSION


PROJECT

CLIENT: M/s BPCL-KR

A 31.12.2014 ISSUED FOR MR SNM/MHR SV BRB


Rev. Prepared Checked Approved
Date Purpose
No by by by

Page
Format No. EIL731641-1924
of 167 Rev. 1 Copyright EIL – All rights reserved
DOCUMENT No.
INSTRUCTIONS TO VENDOR A307-000-16-50-TR-0515
Rev. A
Page 2 of 4

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
Format No. EIL741641-1924
of 167 Rev. 1 Copyright EIL – All rights reserved
DOCUMENT No.
INSTRUCTIONS TO VENDOR A307-000-16-50-TR-0515
Rev. A
Page 3 of 4

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
Format No. EIL751641-1924
of 167 Rev. 1 Copyright EIL – All rights reserved
DOCUMENT No.
INSTRUCTIONS TO VENDOR A307-000-16-50-TR-0515
Rev. A
Page 4 of 4

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
Format No. EIL761641-1924
of 167 Rev. 1 Copyright EIL – All rights reserved
DOCUMENT No.
A307-000-16-50-LL-0510
VENDOR’S LIST
Rev. A
Page 1 of 2

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 Bajaj Electricals Ltd., Baliga Lighting Equipments (P) Limited, FCG
(Flameproof) 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 Baliga Lighting Equipments (P) Limited, FCG Flameproof Control
(Flame proof) 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 Baliga Lighting Equipments (P) Limited, FCG Flameproof Control
(Flame proof) Gears P. Ltd., FCG Power Industries Pvt. Ltd., Flameproof
Equipments Pvt. Ltd., Flexpro Electricals Pvt. Ltd., Sudhir
Switchgears Pvt. Ltd.
Cable Glands Baliga Lighting Equipments (P) Ltd., Comet Brass Products,
(For Hazardous Area) 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 Gilbert & Maxwell Electricals Pvt. Ltd., Kalpa Electrikal Pvt. Ltd,
(CT/PT) – MV Narayan Powertech Pvt. Ltd., Pragati Electricals Pvt. Ltd., Precise
Electricals, Silkaans Electricals Mfg. Co. Pvt. Ltd.

A 09.12.2013 ISSUED WITH MR NN SV BRB


Rev. Prepared Checked Approved
Date Purpose
No by by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 77 of 167
DOCUMENT No.
VENDOR’S LIST A307-000-16-50-LL-0510
Rev. A
Page 2 of 2

ITEM VENDOR

Meters Automatic Electric Ltd, MECO Instruments Pvt. Ltd, Rishabh


Instruments Pvt. Ltd, Nippen Electrical Instruments Co., Secure
meters Ltd.
Push Buttons & Indicating Hotline Switchgear & Controls, L&T Ltd. - Powai, Schneider
Lamps 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 Alstom T&D India Ltd., Hotline Switchgear & Controls, Kaycee
Switches 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.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 78 of 167
Page 79 of 167
Page 80 of 167
Page 81 of 167
Page 82 of 167
Page 83 of 167
Page 84 of 167
Page 85 of 167
Page 86 of 167
Page 87 of 167
Page 88 of 167
Page 89 of 167
Page 90 of 167
Page 91 of 167
Page 92 of 167
Page 93 of 167
Page 94 of 167
Page 95 of 167
Page 96 of 167
Page 97 of 167
Page 98 of 167
Page 99 of 167
STANDARD No.
ENGINEERS TYPICAL INSTALLATION OF
$PigZITIF INDIA LIMITED 7-51-0221 Rev. 4
zr5,3qa.)
.frem i.recure (A Govt. of Indio Undertaking) HAZARDOUS AREA WELL GLASS LTG.
FIXTURE Page 1 of 1

50 DIA. G.I. PIPE SEE DETAIL—A

EXTERNAL REFLECTOR

INTERNAL
25MM THREAD
MIN.
DETAIL-1 HEXAGONAL—
POLE MOUNTED HEAD
EXTERNAL 25MM
MIN.
THREAD

DETAIL -A
(ADAPTOR)

DIMENSIONS
X Y
EXTERNAL REFLECTOR
*TO SUIT TO SUIT
MOUNTING HEIGHT 19 DIA. 50 DIA.

* ALTERNATIVELY SIZE
11 DIA. HOLE TO SUIT FIXTURE
CLAMP TYPE—'A'
(TYP.)
50X10 MM M.S. FLAT

DETAIL-2
BRACKET MOUNTED

220

185
CLAMP TYPE—'B'
50X10 MM M.S. FLAT

11 DIA. HOLE
(TYP.)

EXTERNAL REFLECTOR

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
3 FA/SA UAP/ OM
15.12.08 REVISED & ISSUED AS STANDARD BP RKS/NS JMS
Rev. VC —
Date Purpose Checked Stds. Bureau
No.
by Convenor Chairman
Page 100 Rev.O
Format No. 8-00-0001-F4 of 167
Approved by
Copyright EIL - All rights reserved
Copyright EIL — All rightsreserved
0'Aad Ld - 1. 000-00-8'oN1ewioJ
Aq penoiddv
-43
m
o

7:1
7:1
uo!muaruaidwn roj panssi

C)
o

ZOOZ .170 .0£


panss!-ax pue pas!Aa-u LOOZ .60 .9Z

Page 101 of 167


p enss!eu pue pes!Aeld Z L OZ '90'6Z
9001-18-9

CrJ
ci)
STANDARD SPECIFICATIONNO.
=1 uu > cl)
(-) (") (-) p: c)
r-4

s0 co
<-)

rrl
sumjmnaacmv

S
DZZ

0*A92:1L1- 1000-00-8 'oN 4eW.10j


t_.. EF, 5Fi EF, -ri .1 .1 ril ci (..) c) r) r) to 51 ›.-
PD -,- Z ,-1 A) CD

uldnD .D. s
CD CD CD .1 E cr, -.. * ''.
(i) ,,› C-.) (") e) crc '-C■ 2 '-ii o -i -,., --,- ;:p 0 (/) rn
o n) , • ,1'.
ft g.
,cn 0 '.-: c° " r) -I ) . (,) (-) o c,
_ „.."
v) -- vD

InspectionStandards Committee
c"o -':< 0 ''-'' 1-1-1 ■-•-■ ■:,0 0 0 -42- ›
cp 8 -, $=,, 3 4 ,.,. (-)
-• e)
,, <• --- ::::.
c , n ■-•■•, <2, :ziEsj eD
1 (-D
(71-:,' $''
.2-, ':E7 (-) <•,, o , ,-. c) w, , F5-
o- . ,i- -• o ,t o cp •••,
,..,• '-• ,- rri 0 Q
til
,-1 ....., C ‹.,, l'° <
-« ,- -•Cl.. c) ,./)
,-- Cr2 . H 4) (.,,
L), c'"[7 cr,9 ("D '-'6')« p,)
,..,
0 CDr)() o '-4" (:) ■-3 o 0 , • 0
(-1) r4- ■-t c) ei) 0. co 0 .-+. CD ,-■ ■-1-,
cn cfc? cr, ■-r, C/)
c") o ■-t A) rw •'
0 P4. '4 () CD ril
4 (1)
eD ,-. c) Cr■:■ ,t >C
— 1,1- H
0- (D 5. ,,,, 'l O.
00
r) 0 1:0 r) rw <).
-* co
0 cn CM cp CL,
(") CfC7 0
,
o :,,,ED A) co
E cr' ,-11 rri
n CD C)ri 94 '''
0 A) CD 0 C)
■-1~),
0 ) ,-1
C '. .(7') .
CD 5 A)
"
'O " r2 ..sntil
0 e)''' ,-4-
rD
tn.., ''ES. .
CD

E
cr

>< o cl cDczzz
rl 44
o 4 4
r. =6 r. -c) H0
() (-) '-rc
rri 0 s-3

-3 ■
-3

2
r) cc, c„ CD
< -•1 >-.3 7z:J
,-• ''' CD AD
'"t: '""ci '-'0 't::
0 0 2, '-zi
CD
C).• r:t ■74 . 4) 4
CD s• o -1 (,) o ■-ci r) crc? ,Rs- ---, z AD CL, '<7D-
,— cn 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
,,
,,)
.10p.10 3S1I10.1rid

.— cp c) ,c7
:,.,. h7,, . ~. -o
O 5 ..,=:, cr ,„
0 (1,:■ c") `4
E•
. -,.-
{=1., E,.,' .(3' • e) .".' •
t'D ,-1 ,-+
r- .
ril e)
,-,.. OC/D CD 0 Cra (I) ep 0 94 ep
-C1 E . 3" cla
a, . .D'' > ... ■-b
cn
Freall uopns anwsod

0 $:') .-"'Z'à
CFC? '-'th
c) ...., (1)
CD .--■ • n
co A)
,-- CD
o k'
:=.'t A) 0
r)
,‹ .8" 0 C)
c) .c.. "
),) o
,r CfC7
•-■ • A)
0
N
pamasai sp.161-1 11V— 1134L16pAcloo

O
.nall9001-18-9
STANDARD SPECIFICATION NO.

Page 102 of 167


STANDARD SPECIFICATION NO.
£"AaH 9001-18-9

3d03S

ThisInspectionandTestPlancoverstheminimumtestingrequirementsofFlameproof ControlStations.
SIA131A1f130(1aDNIM13,1321[
O
tvl

PO/PR/ Standardsreferred there in/Job specifications/Approved documents.

3.0 INSPECTION ANDTEST REQUIREMENTS

SCOPE OF INSPECTION
Zw
or

QUANTUM
r)
STAGE/ ACTIVITY

ril
H
cn
"1'

r)
o
g
OF CHECK SUB
SUPPLIER EIL/TPIA
SUPPLIER
o o

Procedures
,—,

..

..
its.à

Material Inspection

Incomingmaterial like TC's/ Inspection


Visual,Dimensional,Operational checks,Review
-

castings,glass,meters,
!--)

o
o
o
of Manufacturer's Certificatesetc.
asapplicable Testrecords / Lab
Fastenersetc
Test Records
o
w

Inprocess Inspection

Page 103 of 167


Flameproof enclosure
RoutinePressuretest 100% by Supplier'sTest
L.,

withoutcomponents

7
Supplier Records

0Aad L3-1000-00-8 'oN leiwod


pamasa, s114 61.1 IIV— 113 41160doo
STANDARDSPECIFICATION NO.
Aall9001-18-9

SCOPE OF INSPECTION
z CA
0 t""

QUANTUM

0
STAGE/ ACTIVITY CHARACTERISTICS SUB
OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
,:::,

Final Inspection

cz,
Visual/Dimensional/BOMChecks

.,• ,...,—,
7. °3-,1, -cs ©

,
<., -cs c:,

'—i
,4,C4
»

.•-, •--,-. 0
V) CD cD
CD

,__, C) e•-,

cn
Plan Gap/Path/Clearances

cr —.c,
Flameproof Control Station

;-","• •-.■
Zn '1:$
.t=.
__,

Electrical/Functional Checks

.3 ,
—, ___

I ci ....<
(Acceptancetests)

0
n
a
CD
CD
trl
Highvoltagetest

-
IRtestbeforeand after High voltage

Certificateof Statutorytestingagency for


suitabilityof areaclassification
Certificateof Statutoryapproval authority like
Submissionof Certificates

..- .
(-)

CD ■
CD ,"-P-
rW r,
<D

ci) C)
-s
(I)
r) (4
i.)
-1=.

Cii
C4
CCoE/ PESOasapplicable.

5
cn
SDD
&Documents

-...

V)
CD

CfCi
Valid BISLicenseasapplicable
Degreeof protectioncertificateasapplicable
••••• • • •• •• •
....
G>

C1
f.ii

=
DD
Z

CM

PaintingandPacking Visual

Page 104 of 167


Suitableprotectiontoprevententryof foreign Packinglist /
,—,
(..ii

o
c:'
..--,
material. Supplier' s
Properpackingtopreventany damage during Records
transportationand storage.

CA
,:::D

Documentationand IC

0'Aed Ld- 1000-00-9 'oN 491.2.1J0d

Copyright EI L— All rightsreserved


01 Z c4
_ o r.,
r,> —1
co

• 7)•
o
CD
Cfg
O rD ■"r

0'rad Ld - 1000-00-8 'oN 4euuod


c/3
"Ct
O o .

Documentationand IC
cr'
P.) • 9,
STAGE/ ACTIVITY

t-F

CD
ct)
il

!ZD CfC?

• co

••
• ••ci •
CD
CD
IC Issuance

CD
s=,)
cn
CD
CD
~17
>
•-G

C/)

-F

0
CHARACTERISTICS

C■1••
cn CD
cn
Reviewof Internal Test Reports&MTC

0
co
CL,
oco

0
O

c>
cr' >10
0
cn .
4; ,=='
"CS
CD cn
QUANTUM
OF CHECK

cn cA
cn

'-cs c) r)
-• n) 0
.--, ■ 0 .-s " 0
"
0 Q,'
rD --- (.7,
(,)
,-,
o
CD
• (i)
cn
cn
SUB

0
SUPPLIER

<1)
pamasai sli4 61-1 11V— 113414 60doo

CD
Aau 9001-18-9

SUPPLIER

<1)-'
cn
SCOPE OF INSPECTION

cn
STANDARD SPECIFICATION NO.

EIL/TPIA

Page 105 of 167


pemesa! sit!6!.!liv — -113 11.161JACi00 0'Aed LJ- 1.000-00-8 "oN 1elwod
o
c

CD
C
CD

131
o

1:13
CD
nd

o
3
3

3 (1'
a
.(4

(") O.
cr, 0
o.
cn
cn
uoneweweldw! J oi penssi 800Z.0 VLO
O

cn
cn
cn
pansspi pue paspax
(.4
O
O

cn
cn
panss!ald pue pes!ned
0

Page 106 of 167


-01

c.)
CrJ

o
o
ti

I
Z'AaR800I-I8-9

Z
— rn

ETT:1
aDZ
STANDARD SPECIFICATION NO.

o
• •
• •
• -

.4444 • '
n6" w >
z .; 'Fl ; r rl
4 ( rl C c c (- c) c) c) to
z 0--1; t1()7 i
>i
■- • • C = - Hnnn (J0
: 70 F. n /D
DD , ■--, H H
`-C 1 ■
-g ^. rr
O p -1 tri
CA • • (-)
,-, ,i- (-)
suo!julnaiqqv
4w$:,,- cra r4 0
z rri
z..
,
z..
cn

0.AGd Ld- 1000-00-8 'oN }eLILIOd


o
5 t- ..,,, • ,,, ;)g:I <>5,0>
= = c x'-/.1-ri'ri trl tzl 1:.- 5c)r)(-)c-)
44 2 .-
c,- ,-,,, ,,,;
, co,, cn crq cn `-< •AT' E. -(1;- `-< cp ,1 ,s=", (1)
.4- conco'--t n rD'',:s-arDTh'.--
H <1, c,, ....,_O ,. . , g,
P., co ,- — ,-cl----- n , o
-• '-j)g), E'. 0• ,-1:Jon --5— ,- s2
,-,- o" ■ > Ft;
-4) rt. ii CD
< , ,y = Ris -, ..!:2,
■-■ 0 = .1 c.,) ■-5 o H .2 ;.,_3,_ ES" , .. (.,
AD .,.., „ Co -- E. nnAD-b•-0 - -, -.

-t o ,..., „ CD r., =... -- (1, CD
"l'D H -c) • < '-' rri 0
,.,F c,-J (...) zt. cx., 9-, Cr4 1-i e)CD -■-
DD ■n <
AD o co 0 CD '-"' 9 H cD co -r-Uo-,
cnc'5.(1) (DE. 0 0
AD
-=• • F.,;- -0- = DD C) =- e7 '«C«).
= --' 0-p 0 co
DD «. o ••-• ›-=-'
› ,-■ up
ci) ''' CrA -• CL 0
(-) 174 :.■-•AD R° <
o P, c cr cp
44 n Fg- 0
• - o ,o co c)
,-,-
rit., _. '.. 5- ,
co cD 5
co CD 'F'
D)
,•
''= cn
DD ci) . CD rri
crQ D))
.-1 .-=
5. C) =
.6.•
==
'Zi
•-r- CD
DD ;,) n
cp.
cD
(-) 153-

p,›
cr
'F1>

>< ":1 4 4
r- () < cp c)
rn 4- nr)

o CD CD (9,.., ,D
-t CD, zzz g g
D.D. .". ,;“ Y4 :)-' :D) ''.-. .•-•,• C) 0 " n U4
E. CL. ci=01 01., p• CD 0 nn
r-■ ,q ''. 9 p . • -'• C -c.:2-.;,) ccio ct, o
cn P■•
• cp
• -•,.0 r° 'a' »C-)'
to ,-,-
cD .-, ,...,- :=,
,- - 0 ,- —4 rn o
o.,,, q ‘-< ,•■• (-) '''' an (''
• C' ' ril ><
Japio osugoind

0 1rk cp s=, ,=,'• 'co (1> '-' o L: ,D_ , ,


c.7j
,
cr : ,..,
,..,,,..., E. .-,t . -: C.
CD ■-.. 0clq
■-s 2, cp...'f5-.5.2
CD
rlin
, cD cip ci ,1=' .5 . (1`74 cp ■-■-• CD
-• s2
,-,,
'z'à
-313 ;1160doo

2.: , C4ci). (Tq›


=, co o
:,,, 7:) , D
CD •-• C)
::_t2 AD
,, 2 t'
c) 5' o o
,-■
r=,),. o EL '-' TQTQ
..(5 P,D
Al. 0
,-. UN
Z'Aall 8001-18-9

o
paAJ9S91 SW 61.1
STANDARD SPECIFICATION NO.

Page 107 of 167


STANDARD SPECIFICATION NO.
Z*AaH 800I-18-9

adops o.T

This Inspectionand Test Plancoverstheminimum inspectionand testingrequirements for Flameproof Lighting And Powerpanels.

SINaIAT.113011 3[3M3)133311

PO/PR / Standardsreferred there in /Job specifications / Approved documents.

3.0 INSPECTION AND TEST REQUIREMENT:


NOLL33dSKIIOadops
A.LIALLDV /aDVIS

O
213IrIcIdrIS
:::,
1....■

Procedures
:■

1
1
1

1
1

1et

e
l'.4
Z=>

Material Inspection

IncomingMaterials likecastings, • •Material


• test
Physical,chemical&electrical
glass,ammeter,voltmeter,

C>
C>
......
certificates /Test
propertiesasapplicable
;--,
1\ .)

fasteners, Gasketsetc records


C.4
.C>

Inprocess Inspection

Page 108 of 167


Visual,Dimensional and Billof
t...>
.—■

Panelassembly
Material
Size,termination, ferruling,
ii.)
k.....)

WiringChecks
0
C>
—■

Test Records

e
continuity
OverPressureteston individual
(....)
.....)

OverPressureCheck

enclosuresas.errelevantstandard.
0•Aed L3- 1000-00-9 "oN iewioj peniesai s;46p iiv —113 4146p (doo
STANDARD SPECIFICATION NO.
Z*AaH8001-18-9
z C/)

QUANTUM

r)

g
C,
STAGE/ ACTIVITY CHARACTERISTICS SCOPE OF INSPECTION
0

OF CHECK
4.0 Final Inspection
Visual andDimensionalcheck
Billofmaterial
Paintshadeandthickness.

5 Q.. `
'5. ,,:'
Verificationofmechanical and

C) C4
electricaloperations

■-t=j

•-0 cr CL., ,-t


—■

FinalInspection

cL.
H
e•-■-
Dielectrictest.

ö
o
v)
CD
cn

CD

1
H C7)•
,--, Cr
Insulationcheck before&afterHigh

rri
Voltage
Correctnessofnameplate

Certificateof Statutorytesting
agency forsuitabilityof area
classification
CertificateofStatutoryapproval
authority likeCCoE/ PESOas

--t- ...,
SubmissionofCertificates &

(-)

• •-1.,
•-•-
.,zi.

(1'

v) o
(1)
,--t- CD

cp .--s
i•J

C' T
applicable.

C/D

'l=3
c/)
AD

.
Documents

(-)
Crc?
CD

CD
•C1)

••••■
•••• •• Valid
• • BISLicense
• asapplicable
•• •• •
Degreeof protectioncertificateas
applicable
G:'
Uri

Painting

Page 109 of 167


PaintingandPacking Visual
Suitableprotectiontoprevententry
of foreignmaterial. Packinglist/
(-11
•--,

<::'

x
c:=D

Properpackingtopreventany Supplier' s

1
damage duringtransportationand Records
storage.

0Aod Ld - 1.000-00-8 'oN ;e1.1.1.10d pamesei slq 6P 11V— 113411 60doo


STANDARD SPECIFICATION NO.
0 8001-18-9 Z

Documentationand IC
C`■

Supplier' s Test
Reviewof Internal Test Reports &
Records /
;--,
C",

c''
Documentationand IC

CD
CD
MTC

,---,
Inspection
IC Issuance
Certificate
Q.
E

Q.

CL.

■—■

"
o

0
0

0
cD

sy)

o
O

O
O

O
O

O
(DCD

o"
rD

cD
CD

s•CD

CD
'
co>

s>)
co
CD

O
1•J

• •

Page 110 of 167


0'Aed L3- 1000-00-8 oN Tetmod paivasei sA BP IIV— 113116!JAcloo
Copyright EIL— All rightsreserved
0'Aeld Ld- L000-00-8 '0N Lewiod
fD
O
-2
01
fD

co
uonetuawaidwi penssi
CO
O
o
O
o

co
penss!ai pue pas!ned ZLOZ.90.6Z
penss!ei pue pesp■eu

Page 111 of 167


Z'AallIZ01-18-9
STANDARDSPECIFICATION NO.
t-, ,-.. ~ ,—' '—' '—' '-ri 'ri 1-1-1 tri nnnneo co >
.., rri tri c-) n -0-i ,_, r c.) ,-c, ■--3 ''rl rrl '.-' mr)E-A
Hnnn > cl
-0,-,,r-, --3H H c.)
.-ri4' m
2, m
n -1
n >
0
m suopmnaiqqv

0•AedL3- 1000-00-8 oN 4euuo3


uldng 3 S z : Jouanuo3
'-' - 5 '' 5
r-' ẁ" p '- r1 '-r1 P-r1 tri ,9 ry .y $,,n n r) r D- ) n t: cl > 1 : o >

s» -, •et) -cs -, -ct ct.,


c) u) r) 0 CD .-- H
-J.
-. ■-■., ;:,., 0 c.--A '-<
c) ,-.••• cn ,-,-. crw ,.
'MJ 't‹.)~1-1
C) .0-t CD = 0 ".E)...-
'-. r, (-) c >0 u) CA

InspectionStandardsCommittee
-t n ril , co n s:).• ,-4.
7:Jg'H 2-,.' - c).. ") 3
c"D'Oe 7:i GIQ ■-] (!), .--, cp = ■-t f=,D
H <5_ '17 co cs.. u)
c)
,-,t ,,,, ,,, CD '-c5.°R20 .-y - o
(4 cr-c, cn •-■- cso CA
,-,, , C4
CD
vt r) a,, °vt '-'- SD■-tD D.) 5- v) ro
5 -P•c,. n
, 4.
.
■ -,_, n
CI) ...w
r) -<-• CfQ .7-t. t-' " < 9,
(-) .1 p., . tri
0
eD , el7
o ;,,, cp 0 c)
... o t-1
n) 5 ,-- CD '''' ?)-•
CD CC) SDND
.(7).
'6. -t ,. s=s
(:)L. 4.5'.
co

0"

n- 4HcAnn HH
m—
H H

c-)
, -Cs
Co ,. -_,,. -3 ,-3e'
CD DD 0-cl'-'
C)0 '..tJ'-c,~c:J' ''l CD -ciZZZ44
:,., o cp 4
0 CD co E. CD., '"t ,--S c4 Q- s» ,--' '.4 n -1,-,-.$4
- • ,- ,) CD
rs. cp sw s:s. ' " ") c) cl cs CfQ
,.,. ■
.1 ...
a .." '..' •
CD Cil CC) CD C/3
AD CD
."4-
. C,3 cm = f:U $:. ".".% = CD ,--t CDSDD
'-' CC, ~
'«C«). C)
(1) ‘.< co
5.- (D r-s:S ,-0
.., ,,,Y Z• ?••)• „9-r=t.. .- 'o ■ (:)~r .-t-'''t-t-• o ,H
■IX A)
.-to t-t- ro ,_.4 rrl
Otc'ijon --n
n4 rt, f:0
CL ,-h r, rs,) -t co».■ E), -r r) 11 <,, ,2 C M DC ..-Q. n .-
.0
, ° co cn •-■
e,- .-1 at - .,) cl )
2L. CD AD . -(4. `• (1) -• E- ) '-s:7)“ -'
c,,, •---s
-sn cs- »Ci co cf) ..t
'-'1=0 -swocrcto e+• ... ~-"'
a
i t ':-",.“. •'o
,8 -:ii..,•9 s:t, H :•t.• `4 H C-IF'
c-D -t- r D o c .-
trI n c, c5. CfQ CD .=') co .t-
° c) '---:.'-s ,z
D rDH
,..< ,0 eD ,--. ,-s . ,•r- C' " 3. C/D S2 5. '-'• f:D 4
.."
■-'.
'Z'à =P ric) n) CD
C4 (RD CD -') Q) CfQ
' Z' à CD PD co,.. - w CL,
CD .--'• (-) .. c) c-)
r) ■• c) 8 OO
tz,) c) " Rro
,-r- C CfQ
.
'E) w v)
N•>
w z (/)
a)"• o
c)
Pa/UaSaiSti6PiiVii341160d00

sw
,-,-
o
STANDARD SPECIFICATION NO.

Page 112 of 167


STANDARD SPECIFICATIONNO.
Z*Aa21IZ01-18-9
7:0

This InspectionandTestPlancoverstheminimum inspectionandtestingrequirements forFlameproof Plugs, Socketsand HandLamps.

3.0 INSPECTION AND TESTREQUIREMENTS


Nomaasm ,10 adODS
AIIAILDV/aDVIS

CZ

t=i
HaI'IddfIS
7:0
1.••■

O.
0

z
0
f'D

ro
fD

1
1
e

e
e

e
7:0
t..)

Material Inspection

IncomingMaterial likecasting, • • Material test


terminals,Knobs,Switches, Push Physical,chemical &electrical properties

0
1—,
CZ
button,etc. certificates / Test
asapplicable
;--,
l \J

records
0D
(..#à

Inprocess Inspection

Page 113 of 167


Visual ,Dimensional and Bill of Material
Flameproof plugsSocketsandHand
(....)

0
..—■

CD
e.—..

Routine PressTeston Castingsasper Test Records

X
e
Lampsassembly
latest IS/IEC

0.A9dL3- 1000-00-9"oN ;ewiod pamasai sp.i bp py — -113 Iii 6pAcloo


STANDARD SPECIFICATION NO.

:
O 0 C•

QUANTUM
cA

g
r)
STAGE/ ACTIVITY SCOPE OF INSPECTION

cn
m

,-,c.)—,
,-.
OF CHECK
Final Inspection
4

Visual
Dimensional (flamepath/gap/clearances
etc.)
Bill of Material checks.
Compatibilityof cableglandswith cable
sizes/cableentry
P'

Final Inspection

-3
--co
co


Verificationof mechanical and electrical

o
Cn
C'D

,--s
o
operation.
HVtest /Insulation Resistancetest before
and after HV Test

Typetests(if specified)
Certificateof statutoryauthorised testing
agency/ forsuitabilityof area
classificationand weather Proof asper

o i•

0 (j) • ,--,
„ c) cn
CfQ rD

Ft
Submissionof Certificates
•• • &• • latest
• valid IS/IEC
•• • • •• •
iv
-1=.

x
F:,) F D
,,_ e—t-
oo
.c,-,

CD

—■- cf)

1
Documents Certificateof statutoryapproval authority

UJ
5

9)
like PESO, FM/UL, PTB, BASEEFAetc.
Valid BIS license, if indigenous is
supplied

Page 114 of 167


O
tni

Painting
Paintingand Packing Visual
Suitableprotectiontoprevententryof
Packing list /
foreignmaterial.
.(...,

Supplier's
o:,o>_

i
Properpackingtopreventany damage Records
duringtransportationand storage.

0Aed Ld - 1000-00-9 'oN ettLioj pamesai sT LI BP IIV— 11341/60doo


STANDARD SPECIFICATION NO.

INJ
O
C.N
00

07
fT
O
(.0
51)
O

DocumentationandIC
cr■

Supplier Test
Records /

--.
Reviewof Internal Test Reports

c>
cp
,--
cr,

Documentationand IC Inspection
Issuanceof IC

Z
Certificate

Final data folder


Compilationof Inspectionreports
i.)

c::,
,--
Final Documentsubmission
cr■

Z
cp

<,:"'
/Completeness
,drawings,etcasper VDR / PR
certificate
0-3

••

Page 115 of 167


0.1\ad L3 - 1,000-00-8 'oN iewiod pamasaJ sA BP IIV— 1134L1 6pAcloo
CopyrightEIL —All rightsreserved
0•Aed Ld- 1000-00-9"oN lewiod
Aq penoiddy
z

c
.°4
0
o fD

uoge;ueweidw! .10j penssi

G)
o

G)
ZOOZ •90•Z
pensshed pue pes!nad

G)
LOOZ*60'9Z

Page 116 of 167


w
penss!ed pue pes!nad Z tOZ'90'6Z
STANDARD SPECIFICATION NO.
rD
n
o '-ri -1 tii lz -)nnnto czi>
5 =c - 'z3'
»61 •;' 'r71‹ 5 c-=)' 'F)' -9 ,..,:j ,?-..) 3~dt"" 4 (Th ,-o ,---3 '-r1 rrl '-'' tri (-) 7) > cA
or CD ', H (") n (") ■-3 ,--3 H t4 rn CA
CD Z .:1,•. ,~ r-I '.11 tri
>

suo!mitaiciqy
x o
ol. t-ri
•r.
-s
e.)

0Aad Ld- 1000-00-8'0N leauod


o
_. g. ,.,. ..,
o:cn5" cfc?5"ci)
5-' `-‹ '-r1 s-r1 'rl trl C".7 uic-)c-) nnto>tii>
444

COH
E .= -cs CD ;.-.;
,..,

I
. . . -.
-,. . s,› CD co CD ■
-cj ., '71
'o
"C'. , -• , t._.t . a. .5. ',,,,
,--,. ■--1-,
,,, . .8r
,,,, 0 ,, „
CD cn
r) 6 co '.<:5 ~ . Z C) (-) , c4
‘< '-t • ' .-4
o '--t ' ,-..
ro rii o
- v) 0 v 0
CD CD i , co H . 6
o CD
(, E r o<
E),, st =- ■ ril "
-• CD Zt. c) 7:
1 cm H c4 .1"- co AD
co 0 _., 8
n ...-• o ro -- o CD cfclco"
o cn 0 ("1) 0 ,-. • 0 CI)
CA
CD c) o-t -: t,) :
1-.
" Cir'Z CC2 CD
o
cn -.. (- ..1 ,.,

• :,'• ,-,"
cp ,..,• = $:,., H ''CS () .
CD(4 rà)"'

Ii
... 5" (4,- co
5". (,)
cyq ,i 8) 0.. o..4.,
cc Y-r) r"' 0
-
o- = Z-.AD go .(o2)9 . CD«
$.- o cr til
44 F' +D .9, 8.- c17'
: : , o A) CD
0 -t
,O
g..
,__. eD o >ri"
,...
cp .- v) r"' 1:0
A. n) cn .
() cn n)
A) ,x. (5 • " F.t, ..c)
)')."' 0.. .6- .
7-'
0AD A,) CD
0 ~t
0 ...
•11
r).

AD
cr

< C H ■C) 'tJ


47cierrioeirrie ,-o0H
rri
H

- H c o o z z 44 4 4
- a ■— ,D),cr D n " C AD C AD
° ( ., 4= 4A -• C CC " r
o 69+ cD) -+ CQ
n O. C
0.f_L CL, '-- 0 r - =- =
n,> -• ,o "
c, H o , g. o g -g . g. (-D
CD CA
- • '.-o C/2 ,.., ...
C(er)
.- • cn G1Q ,--, AD (...) ..1 .—e CD (,) ,--, •
CD Zrf• •-4 ,—,- CD SH C)
'-1 :1
-, • '(-).. - ... ,..., ›:, co
•-• co -, P '-'' s.< ■••-t- s._, '' -'. ,...,, riz)
n.,'
''
" CD 1." -' AD ...t .,- CD .-c) -
>< 0- ,,, ‘•-■.
° (1) (-) (4,- ) 7.
,.,_, 0 co
CL, ■-n r' .- - ,--,
., • C/) ,-, -•
.- - '•C3 ' - • 0 'A 7) " c7, " ..' , '. ,a, CD c) = i r)
t-t- o., ■-■ -, • (,-) ,- • H (7
-s
O n -.t t),) n f:L, 0 lz,) CD C) ",--h. CD H
,--t-
trl c)cp C.4 CD ,-,- '". ,-■.- e-t- l /
• ,/, CD
C+ Cip
"Zi 0 , 0 cA ..-,-
5 x '8' 94
CfQ r) n G1Q
,VL
D , E4.i c4 AD co ,.- r),)
CD .-' • C'D .-t- (,-) r)
r) -•-• `-< o -t O
.-I
r+ CrQ CD
cn
ts7
AD(/)
pamasai s;LI BIJ IIV— 1134 6!J Adoo

e-r-

-.. CA
0 0
C)
..-..
AD
.--
O
'ONNOIIV313133dSadVONVIS

Page 117 of 167


'ON NOIIV01d103cISaavaNvis

adODS

This InspectionandTestPlancoverstheminimumtestingrequirementsofLighting fixtures,control gearboxes,j unction boxesand accessories

PO/PR/Standardsreferredthere in/Job specifications/Approved documents.


amv MOIIDadSKI O'£ siNawaffinÒau

SCOPE OF INSPECTION
z w)
0 r•

QUANTUM

r)
o
g
c.)
ril
STAGE/ ACTIVITY

,-,—,
OF CHECK SUB
SUPPLIER EIL/TPIA
SUPPLIER
0

Procedures

..
,
,
.— c:,
t.) ts.>

Material Inspection
Incomingmaterials like Physical & Chemical Properties, Dimensions, Samplesasper
castings,terminals,Glass, Surface finish, Lighttransmissionthro' glass, relevant
Supplier's Test

z
z
Rubbergaskets,reflectors, testsonglass, Material Certificate,Make, IR standard/
Records
Guards, Chokes, Capacitors, forchokes,etc. supplier's
etc. standard
—■ C5
t..4

Inprocess Inspection
.

=
ES-

Static Hydraulictest 100% by


(....)

cn
cn
cfa

C4
CD

CD
.

supplierand Supplier'sTest

z
sample basis by Records

Page 118 of 167


EIL
100% by
(...)
iNJ

Control gear boxesand RoutinePressuretest


juncti onBoxes supplierand Supplier's Test

xJ
sample basis by Records
EIL
4.
0

Final Inspection

G L3- 1000-00-8'oN 4eLtuo3


0Al
pamasai sp.161.1 IIV — 1134146pAclo3
momaasm 1\1VrIdLSI.L(INV 'ONNOILVD1d133dSaavaNvis

Aall1901-18-9

SCOPE OF INSPECTION
QUANTUM
,,.., 4

0
(n
k

STAGE/ ACTIVITY CHARACTERISTICS SUB


OF CHECK
...,

SUPPLIER EIL/TPIA
SUPPLIER
-.
,--..

AcceptanceTests:-
'"Il

,-

P,

r)
(i)

o
'CZ

Physical, Dimensional and BOM


Verification
Flamepaths, Clearances
Markingoneach piece forsuitabilityto
areaclassification, Tagno. andother
detailsasperrelevant IS/IEC.

(=1.. ,-.1 -•
Markingonglass fortypeand otherdetails

r-,
(-) (I) o
o
■-• • v)
cp
asper IS/IEC

CD
CD
,---

-,..1 '-'•

-
,-4-
CD
‘:
Test forrestricted breathingenclosure for

c'-'

u)
cp
Div-2
Impacttest(onsamples)
Thermal shock test(onsamples)
Electrical operationcheck
Power factortestonchoke
HVtest
• • • IRtest•before
• &after
••••• HV • ••• •
i..)

Typetests:- Temperaturerisetest
Test forsuspension forDiv 2 fittings
Certificates from
Test forenclosed Break lamp holder for Samples
testagencies
Div 2 fittings.

Page 119 of 167


PressureTest(As Applicable)

0'Aed L3- 1000-00-9 'oN


pamesai sp.1 6P IIV— 11341160do3
'ONNOI1V313103dSCIWONVIS

so rg
>2
r=1-71
.nau 1901-18-9

M
SCOPE OF INSPECTION
QUANTUM
V)

g
o
STAGE/ ACTIVITY CHARACTERISTICS SUB
OF CHECK
.0

SUPPLIER EIL/TPIA
SUPPLIER
.4,
L-)

Submissionof Certificate& Certificateof Statutorytestingagency for


Documents suitabilityofareaclassification
Certificateof Statutoryapprovalauthority
Certificates from

z
like PESO Samples
testagencies
License forIndigenous fittings from BIS
Degreeof protectioncertificate.
..
(J1

.0

....
;.-. 7:::,

•4-
0

Cr:
L/1

PaintingandPacking Visual
Suitableprotectiontoprevententryof Packing list /

z
0
0
.-,
foreignmaterial. Supplier's
Properpackingtopreventany damage Records
duringtransportation
P
01

Documentationand IC
DocumentationandIC Reviewof suppliers internal testreports Internal test
»,---.
Cl'■

•• • • ••
• • Issuanceof•IC reports &

z
z
-,
0
0

Inspection
Certificates
Final data folder
Compilationof Inspectionreports,drawings,

z
z
0
0
/Completeness

,..-
t)

FinalDocumentsubmission
CT

etcasper VDR / PR

Page 120 of 167


certificate

0ykod Ld- L000-00-9'0N 4euilod


1.1 6pAclo3 pemesei sP-16P liv -113

>
o
H C)
c)•
CD
:t
1
• • C-) CO7
eD
CD
CFA cp
(7)
O CD
CL.
CD

0•A92:1LJ- 1000-00-8 'oN }eWJOJ


rij C/)
• o
a
'-
• a)

• Cfc7

cn
cn

• CD

• -
CD
s),)
cn
"Ct
CD
»-t
~C •

,-t- •
• 0

o. cn

-b o
ct)
CD
"Zi


-s
O
- cn

o o
'c;
cr ci)
'11=1
c)
co

,•••■•
—• s=1.,
v) E•

CD

o
c->
?
(D

CD
(4
cn
A.)

r))
pemesai s}11 6P IIV— 11344 60do3

cr'
Aall1901-18-9

CD
'ON NOLLVOld103dS aavaNvis

Page 121 of 167


Page 122 of 167
Page 123 of 167
Page 124 of 167
Page 125 of 167
Page 126 of 167
Page 127 of 167
Page 128 of 167
Page 129 of 167
Page 130 of 167
Page 131 of 167
Page 132 of 167
Page 133 of 167
Page 134 of 167
Page 135 of 167
Page 136 of 167
Page 137 of 167
Page 138 of 167
Page 139 of 167
Page 140 of 167
Page 141 of 167
Page 142 of 167
Page 143 of 167
SPECIFICATION STANDARD SPECIFICATION No.
og p aReleiM ENGINEERS
eiro egmy INDIA LIMITED
(MEW Gait. undertak.n9)
FOR
HAZARDOUS AREA LIGHT
FIXTURES AND JUNCTION
6-51-0061 Rev. 4
Page 1 of 7
BOXES

ticheiiq 4-A1 fRiz itocrecia

fffiz
feTku

SPECIFICATION
FOR
HAZARDOUS AREA LIGHT FIXTURES
AND JUNCTION BOXES

4 11.04.11 REVISED AND ISSUED AS STANDARD


SPECIFICATION
3 27.08.07 REVISED AND ISSUED AS STANDARD ANPS UAP JMS VC
SPECIFICATION
2 30.01.02 REVISED AND ISSUED AS STANDARD UAP AAN VPS GRR
SPECIFICATION
1 23.12.96 REVISED AND ISSUED AS STANDARD RKM VPS SG AS
SPECIFICATION
0 12.01.83 ISSUED AS STANDARD SPECIFICATION GNT AK
Standards Standards
Rev. Prepared Checked Committee Bureau
No Date Purpose by by Convenor Chairman
Approved by

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


Page 144 of 167
SPECIFICATION STANDARD SPECIFICATION No.
dolRe, ENGINEERS FOR
fgzrr EtPeg INDIA LIMITED 6-51-0061 Rev. 4
IMIETT eiONIZMIJ‘141.1) IA Goo. of India Undertaking) HAZARDOUS AREA LIGHT
FIXTURES AND JUNCTION Page 2 of 7
BOXES

Abbreviations:

BIS Bureau of Indian Standards


BS British Standard
CCE Chief Controller of Explosives
CEA Central Electricity Authority
CIMFR Central Institute of Mines and Fuel Research (formerly CMRI)
CPRI Central Power Research Institute
DGFASLI : Directorate General Factory Advice Service and Labour Institutes
DGMS Directorate General of Mines Safety
ERTL Electronic Regional Test Laboratories
ES Edison Screw
FM Factory Mutual Research Corporation
FRP Fibre Reinforced Plastic
GI Galvanised Iron
HRC High Rupturing Capacity
ICAO International Civil Aviation Organisation
IEC International Electrotechnical Commission
IEEE Institute of Electrical & Electronics Engineers
IP Ingress Protection
IS Indian Standard
LCIE Laboratoire Central des Industries Electriques
LED Light Emitting Diode
LV Low Voltage
NEMA National Electrical Manufacturers Association
PESO Petroleum and Explosives Safety Organisation
PVC Poly Vinyl Chloride
SPN Single Phase Neutral
TPN Three Phase Neutral
UL Underwriters Laboratories
VDE Verband der Elektrotechnik, Elektronik and Information stechnik

Electrical Standards Committee

Convenor: Mr. UA Patro

Members: Mr. AK Tickoo


Mr. MP Jain
Mr. BR Bhogal
Mr. Arun Kumar
Mr. KK Gera
Mr. Saeed Akhtar

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


Page 145 of 167
SPECIFICATION STANDARD SPECIFICATION No.
401 ENGINEERS FOR
Ifg-,ar 02-es INDIA LIMITED
(A Govt of India Undertaking) HAZARDOUS AREA LIGHT
6-51-0061 Rev. 4
FIXTURES AND JUNCTION Page 3 of 7
BOXES

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


SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS FOR
Ifgareletrrawaacra)
1.112Pr
ElOieg INDIA LIMITED
(A Govt of India Undertaking) HAZARDOUS AREA LIGHT
6-51-0061 Rev. 4
FIXTURES AND JUNCTION Page 4 of 7
BOXES

1.0 SCOPE
This specification covers the requirements of design, manufacture, testing, packing and supply
of lighting fixtures, control gearboxes, junction boxes and accessories suitable for installation
in 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 following
standards 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 these
standards are equivalent or more stringent than the applicable Indian standards.

2.3 The equipment shall also confirm to the provisions of CEA Regulations and statutory
regulations 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 the
project, the most stringent one shall prevail. However, Owner's decision in this regard will be
final and binding.

3.0 GENERAL REQUIREMENTS


3.1 The offered equipment shall be brand new with state of art technology and proven field track
record. No prototype equipment shall be offered.
3.2 Vendor shall ensure availability of spare parts and maintenance support services for the
offered equipment for at least 10 years from the date of supply.
4.0 SITE CONDITIONS
The equipment shall be suitable for installation and satisfactory operation in classified
hazardous locations in tropical, humid and corrosive atmosphere as prevalent in refineries,
petrochemical and fertilizer plants. Unless otherwise specified, a design ambient temperature
of 40° C and an altitude not exceeding 1000 m above mean sea level shall be considered.

5.0 POWER SUPPLY


All 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 suitable
for 110/ 220 ±10% V power supply.

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


Page 147 of 167
SPECIFICATION STANDARD SPECIFICATION No.
4o1ReJel ENGINEERS FOR
5 a IFII5teg INDIA LIMITED 6-51-0061 Rev. 4
lifflETT emamet11130SPRO (A Gout of India Undertaking) HAZARDOUS AREA LIGHT
FIXTURES AND JUNCTION Page 5 of 7
BOXES

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 equipment
shall conform to Indian standards and shall be certified by Indian testing agencies. All
equipment (indigenous & imported) shall also have valid statutory approvals as applicable for
the specified location. All indigenous flameproof equipment shall have valid BIS license and
marking 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 cast
light metal alloy.
7.1.2 All equipment shall be suitable for use in outdoor open locations and shall have IP-55 degree
of 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. After
preparation of under surface, the equipment shall be painted with two coats of epoxy based
final 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 are
moving elements then they shall be greased.
7.1.5 A warning inscription "Isolate power supply elsewhere before opening" shall be provided on
each enclosure. The warning inscription shall be embossed on the enclosure or a separate
warning plate with above inscription shall be fixed to the enclosure with screws. The warning
plate 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 terminal
with lug inside the enclosure for terminating the third (earth) core of the cable and shall have
facility 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 nameplates
shall be engraved type and permanently fixed on the equipment. In case the standard details
given 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 involving
exceptional risk of mechanical damage.
7.2.2 All well glass fixtures shall be provided with either galvanised steel or epoxy powder coated
mild steel protective wire cage using minimum 5mm welded steel construction and having
mesh dimension not exceeding 50mm x 70mm.

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


Page 148 of 167
SPECIFICATION STANDARD SPECIFICATION No.
ei ENGINEERS FOR 6-51-0061 Rev. 4
lig-a.. 1610lift
174111 1 2IETIA2^JVC1511)
INDIA LIMITED
(A Gout. of India Undertaking) HAZARDOUS AREA LIGHT
FIXTURES AND JUNCTION Page 6 of 7
BOXES

7.2.3 The fixing parts of the enclosure, which are to be opened for replacement of bulb, shall be so
fastened 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 screw
type.
7.2.5 The lighting fixtures having integral control gear box or to be used with incandescent lamps
shall be provided with 2 nos. threaded entries and 2 nos. double compression nickel plated
brass cable glands. All other lighting fixtures shall be provided with 1 no. threaded entry and 1
no. double compression nickel plated brass cable gland. The glands shall be suitable for the
specified 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 facilitate
installation on pole/ column or ceiling.
7.2.7 The flood lighting fixtures shall be supplied with adjustable mounting arrangement both in
horizontal 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 internal
reflector of suitable thickness to ensure adequate mechanical strength. Additionally, all well
glass fixtures shall be provided with an anodized mirror-polished aluminium external reflector
of 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 a
height not less than 60% of the length of the well glass in use. Height of the external
reflectors, for use with well glass fixtures with lamps rated above 150W, shall extend at least
10mm 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 correction
capacitor, choke starter etc., housed in separate control gear box. The choke shall be copper
wound. 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 compression
nickel 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 the
unused entry.
7.3.3 Control gear box for flame proof fixtures shall be flameproof type and for Ex nR type fixtures
shall be increased safety type, except that the control gear boxes having a fuse inside the
enclosure shall be necessarily of flameproof type. The fuses shall be HRC type. Requirement
of 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 of
single phase lighting circuits using cables up to 6mm2 shall be minimum 125mm diameter in
size. Each junction box shall be complete with requisite number of cable entries and double
compression 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. More
than 2 wires per terminal shall not be permitted. If required, additional terminal with shorting
link may be used. The terminals for external cable termination shall be suitable for 2.5mm2
solid 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


SPECIFICATION STANDARD SPECIFICATION No.
01 e..1 ENGINEERS FOR
1i faReg INDIA LIMITED 6-51-0061 Rev. 4
Own etecannanerni IA Govt crl India Undertaking) HAZARDOUS AREA LIGHT
FIXTURES AND JUNCTION Page 7 of 7
BOXES

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 an
agency authorised by the Owner, if specified/ agreed in Inspection Test Plan. Manufacturer
shall furnish all necessary information concerning the supply to EIL/ Owner's inspector. All
routine/ acceptance tests shall be carried out at manufacturer's works under his care and
expense.
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 type
test certificates shall be shown to the inspection agency on demand during inspection. The
certificates 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 demand
during inspection.
8.4 All equipments shall be subjected to various acceptance tests as per standards but not limited
to 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 DESPATCH


All the equipment shall be divided into several sections for protection and ease of handling
during transportation. The equipment shall be properly packed for the selected mode of
transportation, i.e. by ship/ rail or trailer, and shall be wrapped in polythene sheets before
being placed in crates/ cases to prevent damage to finish. The crates/ cases shall have skid
bottom 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 packages
together with other details as per purchase order.
The equipment may be stored outdoors for long periods before installation. The packing shall
be completely suitable for outdoor storage, in areas with heavy rains/ high ambient
temperature.

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

Page 150 of 167


Document No.
VENDOR DATA REQUIREMENTS A307-000-16-50-VDR-0515
FOR Rev. A
HAZARDOUS AREA BULK ITEMS Page 1 of 4

VENDOR DATA REQUIREMENTS


FOR
HAZARDOUS AREA BULK ITEMS

A 31-DEC-2014 ISSUED FOR MR SNM SV BRB


Rev. Date Purpose Prepared by Checked by Approved by
No.

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 151 of 167


Document No.
VENDOR DATA REQUIREMENTS A307-000-16-50-VDR-0515
FOR Rev. A
HAZARDOUS AREA BULK ITEMS Page 2 of 4

VENDOR DATA REQUIREMENTS

The following drawings/documents marked " " shall be furnished by the bidder.

FLAMEPROOF CONTROL STATIONS

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. Schedule of Vendor Documents
2. Dimensional/Assembly Drawings : GA
Drawings ( For control station and canopy)
3. Dimensional/Assembly Drawings : Installation
and mounting details
4. Wiring Diagram And Terminal Details
5. Type Test Certificate from Independent Test
Lab
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/ Maintenance
Manual
13. Data Books/ Manuals : Catalogues/ Brochures
14. Equipment storage procedure at site

FLAMEPROOF LIGHTING AND POWER PANELS

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(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, sealing
plug drawings
6. Dimensional Drawings : Terminal details, wiring
diagram
7. Test Records

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 152 of 167


Document No.
VENDOR DATA REQUIREMENTS A307-000-16-50-VDR-0515
FOR Rev. A
HAZARDOUS AREA BULK ITEMS Page 3 of 4

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
8. Type Test Certificate from Independent Test
Lab
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/ Maintenance
Manual
15. Data Books/ Manuals : Catalogues/ Brochures
16. Equipment storage procedure at site

FLAMEPROOF PLUG, SOCKET AND HANDLAMPS

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. Schedule of Vendor Documents
2. Dimensional/Assembly Drawings : GA
Drawings
3. Dimensional/Assembly Drawings : Installation
and mounting details
4. Wiring Diagram And Terminal Details
5. Type Test Certificate from Independent Test
Lab
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/ Maintenance
Manual
13. Data Books/ Manuals : Catalogues/ Brochures
14. Equipment storage procedure at site

LIGHT FITTINGS FOR HAZARDOUS LOCATIONS

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 153 of 167


Document No.
VENDOR DATA REQUIREMENTS A307-000-16-50-VDR-0515
FOR Rev. A
HAZARDOUS AREA BULK ITEMS Page 4 of 4

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. Schedule of Vendor Documents
2. Dimensional/Assembly Drawings : GA
Drawings
3. Dimensional/Assembly Drawings : Installation
Plan/Mounting Details
4. Dimensional/Assembly Drawings : Terminal
Box Arrangement
5. Performance Curves : Polar Curves For Each
Type Of Fixture
6. Performance Curves : Photomatric Data For
Each Type Of Fixture
7. Test Records
8. Statutory approval certificate
9. Type Test Certificate from Independent Test
Lab
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/ Maintenance
Manual
15. Data Books/ Manuals : Catalogues/ Brochures
16. Equipment storage procedure at site

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.

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 154 of 167


Datasheet No.
DATA SHEET
A307-000-16-50-DS-0510
FLAMEPROOF LIGHTING/
Rev.No. A
POWER PANELS
Page 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: < 1000 m
3 Design ambient temperature: 45 °C 6 Environment: Humid & corrosive
B Technical particulars
Zone 1 / Zone 2 10mmф stud (External-
1 Area classification 9 Earthing Terminals
2nos,Internal-1no.)
2 Type of panel enclosure Flameproof Ex 'd' 10 Incoming supply 415 V, 50 Hz, TPN
3 Gas group As per MR 11 Outgoing supply 240 V, 50 Hz, SPN
4 Surface temperature T3 12 Incomer feeder rating 4 pole, 40A MCB
5 Degree of ingress protection IP-55 (Min) 13 Outgoing feeder rating 2 pole, 10/16A MCB
6 Cable entry Bottom 14 Short cut capacity-MCB/ELCB 9 kA (M9 Category)
7 Panel mounting Column 15 Applicable standard EIL std. 6-51-0008
8 Exterior painting As per Spec. 16 Type test Certificate Required
9 Interior painting As Per Spec.
MANUFACTURER'S DATA
Equipment LP LP LP PP PP PP PP PP
---ways ---ways ---ways ---ways ---ways ---ways ---ways ---ways
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

Format No: EIL-1650-2030


Page 155 ofRev.1
167 Copyrights EIL - All rights reserved
9 10 11 12 13 14 15 16

IL1 - MOV OPEN STATUS INDICATION LAMP


IL2 - MOV CLOSE STATUS INDICATION LAMP

Page 156 of 167


1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
1 2 3 4 5 6 7 8 9 10 11 12
Datasheet No.
DATA SHEET FLAMEPROOF A307-000-16-50-DS-0512
MOV PANELS Rev. A
Page 1 of 1
PURCHASER'S DATA
Project IREP-KOCHI Location KERALA
Client 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: < 1000 m
3 Design ambient temperature: 45 °C 6 Environment: Humid & corrosive
B Technical particulars

1 Area classification Zone 2/Zone 1 9 Earthing Terminals External-2nos

2 Type of panel enclosure Flameproof Ex'd' 10 Incoming supply 415 V, 50 Hz, TPN

3 Gas group As per MR 11 Outgoing supply 415 V, 50 Hz, TPN, SFU


4 Surface temperature T3 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 EIL std. 6-51-0008
mounted type
8 Exterior painting As per spec. 16 Type test CERTIFICATE REQUIRED
9 Interior painting As per spec.
MANUFACTURER'S DATA
Equipment MOV
PNL
(12 O/G)
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

Format No: EIL-1650-2030


Page 157 Rev.1
of 167 Copyrights EIL - All rights reserved
LIGHTING FIXTURE SCHEDULE DOCUMENT NO.
PROJECT : IREP , KOCHI A307-000-16-50-DS-1001 Rev. D
CLIENT – BPCL - KR Page 1 of 10

DATA SHEET

LIGHTING FIXTURES SCHEDULE


PROJECT INTEGRATED REFINERY EXPANSION PROJECT

CLIENT BPCL – KR

CONSULTANT EIL

EIL JOB No. A307

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. Prepared Checked Approved
Date Purpose
No. by by by

Format No. EIL 1650-3010 Rev. 1 Copyright EIL – All rights reserved
Page 158 of 167
DOCUMENT NO.
LIGHTING FIXTURE SCHEDULE
A307-000-16-50-DS-1001
PROJECT : IREP , KOCHI
Rev. D
CLIENT – BPCL - KR
Page 2 of 10

FIXTURE DESCRIPTION WATTAGE MANUFACTURER


TYPE TYPE DESIGNATION
IND1 Mounting rail type fixture suitable for 1 x 36 W 1x36 W Philips-TMC 501/136
fluorescent lamp made of stove enamel finish Crompton-IGP13 14HSB
MS sheet steel housing. Bajaj-BJIR-136, 140
IND1T Mounting rail type fixture suitable for 1 x 28 W 1x28 W Philips-TMS 122/128HF
fluorescent T5 lamp made of stove enamel
finish MS sheet steel housing.
IND2 Similar to IND1 but suitable for 2x36W 2x36 W Philips-TMC 501/236
fluorescent lamps. Crompton-IGP13-24HSB
Bajaj-BJIR-236
IND2T Similar to IND1T but suitable for 2x28W 2x28 W Philips-TMS 122/228HF
fluorescent T5 lamps.

IND3 Industrial type fixture suitable for 1x36W 1x36 W Philips-TKC 203/136
fluorescent lamp made of stove enamel finish Crompton-IGE-1314/
MS sheet steel housing and vitreous RSE14
enameled white reflector. Bajaj-BJIV-136
IND3T Industrial type fixture suitable for 1x28W 1x28 W Philips-TMS 122/128R
fluorescent T5 lamp made of stove enamel
finish MS sheet steel housing and vitreous
enameled white reflector.
IND4 Similar to IND3 but suitable for 2x36W 2x36 W Philips-TKC-203/236,
fluorescent lamps. Crompton-IGE1324/ RSE24
Bajaj BJIV-236
IND4T Similar to IND3T but suitable for 2x28W 2x28 W Philips-TMS 122/228R
fluorescent T5 lamps.
IND5 Similar to IND3 but with white epoxy powder 1x36 W Philips-TKC-203/136
coated from inside and outside with reflector. Crompton-IGP-1314
/RPC14
Bajaj BJIE-136
IND6 Similar to IND5 but suitable for 2x36W 2x36 W Philips-TKC-203/236
fluorescent lamps. Crompton-IGP 1324
/RPC24
Bajaj BJIE-236
SFD3 Pendent mounting decorative fixture suitable 1x36 W Philips TCS-19/136
for 1x36W fluorescent lamp with opal acrylic Crompton-CPA 1114 HSB
cover
SFD4 Ceiling/pendant mounting fixture suitable for 2x36 W Philips-TCS-19/236
2x36 W fluorescent lamps with opal acrylic Crompton-CPA 1124 HSB
translucent diffuser and high import black Bajaj BJP-236
polystyrene end plates.
SFD5 Ceiling/pendent mounting decorative fixture 2x36 W Philips TCX-398 / 236
suitable for 2x36W fluorescent lamps with Bajaj BJSM-02/236
serrated Al. cross louvers. Crompton CMLM 24H/TW
SFD6 Wide spread decorative ceiling/pendent 2x36 W Philips TCS-306/236
mounting fixture made of white stove Bajaj-BJPMS-236,
enameled sheet steel housing and aluminum Crompton CSBW 1124
mirror optic system to achieve wide light HSB
distribution and having a serrated Al. cross
louvers suitable for 2x36 W fluorescent lamps.

Format No. EIL 1650-3010 Rev. 1 Copyright EIL – All rights reserved
Page 159 of 167
DOCUMENT NO.
LIGHTING FIXTURE SCHEDULE
A307-000-16-50-DS-1001
PROJECT : IREP , KOCHI
Rev. D
CLIENT – BPCL - KR
Page 3 of 10

FIXTURE DESCRIPTION WATTAGE MANUFACTURER


TYPE TYPE DESIGNATION
SFD6T Wide spread decorative ceiling/pendent 2x28 W Philips-TPS 814/228HF
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.
SFD9 Ceiling mounting decorative fixture suitable for 4x18 W Crompton CSP 42H/TW
4x18 W fluorescent lamps with dished opal Bajaj BJMP-420
acrylic cover.
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 1x60 W/ Crompton IBH-1110BC
glass cover. 1x100 W PHILIPS FXC101
Bajaj BJDB-100
SFD13 Wide spread mirror optics with decorative 2x36 W Philips TCS 31/236 White
finish on ends. Ceiling/ pendant luminaries Bajaj BJSM 236
fitted with aluminum reflector and having Crompton CSBW 11
serrated cross louvers suitable for 2x36 W 24HSB
fluorescent lamps.
SFD14 Widespread mirror optics decorative 2x36 W Philips TCS 306/236
recess/surface mounting luminaries fitted with Bajaj BJCM 236
aluminum reflector and having serrated Al. Crompton CRFG 24HSB
cross louvers suitable for 2x36 W fluorescent
lamps.
SFD15 Widespread mirror optics ceiling mounted 2x36 W Bajaj BLSM 236 CFLP2
luminaries with high purity aluminum reflector Crompton CRDI 236
and serrated Al. cross louvers suitable for
2x36 W compact fluorescent lamps.
SFD16 Widespread mirror optics decorative 1x36 W Philips TCS 498/136
ceiling/pendent luminaries suitable for 1x36 W Bajaj BJPMS 136
fluorescent lamps.
RSD1 Wide spread, mirror optics decorative recess 1x36 W Philips TBS-185/136
mounting fixture for use in areas with strip Bajaj BJMM-136
false ceiling having a reflector made of high Crompton CRFA-14HSB
purity aluminum sheet and fitted with serrated
Al. cross louvres, suitable for 1x36 W
fluorescent lamp.
RSD2 Wide spread mirror optics decorative recess 2x36 W Philips TBS-90
mounting fixture having a reflector made of Bajaj BJLM-236
high purity aluminum sheet and fitted with Crompton CRFD-24HSB
serrated Al. cross louvres across the mirror
system for minimizing glare, suitable for 2x36
W fluorescent lamp.
RSD6 Recess mounting luminaries with mirror 2x36 W Philips TBS 285/236(DL)
system housing and dispersive anodised Darklite
aluminum reflector for use in areas with strip Crompton CRFD 24HSB
false ceiling type suitable for 2x36W Bajaj BJDL 236
fluorescent lamp.
RSD6T Recess mounting luminaries with mirror 2x28 W Philips-TBS 869/228HF
system housing and dispersive anodised
aluminum reflector for use in areas with strip
false ceiling type suitable for 2x28W
fluorescent T5 lamp.
RSD7 Same as above but with 4x18 W fluorescent 4X18 W Philips TBS 300/418M1
lamp. Crompton CRFL 42HSB
Bajaj BJDL 418

Format No. EIL 1650-3010 Rev. 1 Copyright EIL – All rights reserved
Page 160 of 167
DOCUMENT NO.
LIGHTING FIXTURE SCHEDULE
A307-000-16-50-DS-1001
PROJECT : IREP , KOCHI
Rev. D
CLIENT – BPCL - KR
Page 4 of 10

FIXTURE DESCRIPTION WATTAGE MANUFACTURER


TYPE TYPE DESIGNATION
RSD7T Same as above but with 4x14 W fluorescent 4X14 W Philips-TBS 869/414HF
T5 lamp.
RSD9 Recess mounting decorative fixture suitable 4x18 W Philips TBC-305/418(0)
for 4x18 W fluorescent lamp with dished opal Crompton CRP 42H/TW
acrylic cover. Bajaj BJMP 420
RSD10 Recess mounting down-lighter fixture with 1x60 W/ Philips DN 622
60/100W incandescent lamp. 1x100 W Crompton DDLV 10BC
Bajaj BJDR 100
RSD12 Same as RSD6 but for single 36 W 1x36 W Bajaj BJDL 136
fluorescent lamp. Philips TBS 185/136 (DL)
Crompton CRFD 14 HSB
RSD13 Similar to RSD1 but suitable for 4x18W 4x18 W Philips TBS-305/418
fluorescent lamps. Crompton CRFD 42HSB
Bajaj BJMM 420
LB1 Low bay sheet steel fixture, with wide 1x70W Philips SGK-27
distribution mirror system, bracket mounting Bajaj BJRLB-70SV
suitable for 70 W sodium vapour lamp. 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 1x125W Bajaj BJRLB
finished with stove enamel light grey. The
housing is closed with clear toughened glass Crompton LMA 11121H/BC
fitted with a robust MS frame with anodised Philips HGK 27
aluminum reflector and complete with integral
control gear, suitable for 125 W HPMV lamp.
HB1 Industrial high bay fixture with anodised 1x250 W Philips HDK-225HPL250
aluminum reflector, suitable for 250 W HPMV Crompton IMB1325IH
lamp complete with integral ballast, capacitor Bajaj BJHBI-250
etc.
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 1x250 W Philips HPK-225/HPL250
cover. Crompton IMB-1325IH/P
Bajaj BJEHB-250MV
HB4 Similar to HB2 but with a gasketed front glass 1x400 W Philips HPK 225/HPL 400
cover. 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 1x70 W Crompton MRF071H/P
lamp with PRISMATIC Reflector.

CM2 Chemical resistance fixture suitable for 2x36 2x36 W Philips TMX-95/236
W fluorescent lamp. Crompton IFV-1124HSB
Bajaj BJI-236 VP
CM3 Similar to CM2 but suitable for 2x18W 2x18 W Philips TDC-10/218
fluorescent lamps with reeded light stabilized Bajaj BJI-218FG
clear acrylic cover (for use in indoor areas
with high humidity and corrosive vapours).
Format No. EIL 1650-3010 Rev. 1 Copyright EIL – All rights reserved
Page 161 of 167
DOCUMENT NO.
LIGHTING FIXTURE SCHEDULE
A307-000-16-50-DS-1001
PROJECT : IREP , KOCHI
Rev. D
CLIENT – BPCL - KR
Page 5 of 10

FIXTURE DESCRIPTION WATTAGE MANUFACTURER


TYPE TYPE DESIGNATION
CM4 Similar to CM3 but with 2x36W fluorescent 2x36 W Philips TDC-10/236
lamps. Crompton IPFC-24HSB
Bajaj BJI-236FG
CM5 Ceiling/pendent mounting drip proof and dust 2x36 W Philips TPW-11/236
tight fixture suitable for 2x36 W fluorescent Crompton IDJ-1124HSB
lamps with aluminum housing, stove Bajaj BJI-236
enameled grey outside and white inside with
gasketed clear acrylic cover.
CM6 Dust & Vapour proof fixture suitable for 1x40W Crompton IPFC 14HSB
1x40W fluorescent lamp with glass sheet Bajaj BJI-136FG
cover.

COMPACT FLUORESCENT LAMP (CFL)


CFL1 Wall/ceiling mounting fixture suitable for 9W 1x9 W Crompton TLN 91L
CFL with opal acrylic diffuser. Philips FWN 012 (OPAL)
Bajaj BJEXL 19
CFL2 Recess mounted luminaries, fitted with 1x9 W Philips FBS-185
anodised aluminum reflector suitable for 9W Crompton DDLV9
CFL. Bajaj BMR 109
CFL3 Ceiling mounted decorative luminaries, with 2x11 W Crompton TLE 211
mirror louvers suitable for 2x11 W CFL. Philips FCS-518/211
Bajaj BJMS 211
CFL4 Recess mounted decorative luminaries, with 2x11 W Crompton TLD 211
mirror louvers suitable for 2x11W CFL. Philips FBS-518/211
Bajaj BJMR 211
CFL8 Similar to CFL4 but suitable for 2xPL-L 36W 2x36 W Crompton CRFQ11236/P5
CFL lamp Havells LHCC22236311 HF
Philips FBS 300/236 P5HF
Bajaj BMLA01236 CFL
CFL9 Similar to CFL8 but suitable for 3xPL-L 36W 3x36 W Crompton CRFQ11336/PF
CFL lamp 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 2X36 W Crompton CRFQN236EB
anodised aluminum reflector suitable for Havells LHCC22236311
2x36W CFL. Philips FBS300/236
CFL14 Recess mounted luminaries, fitted with 2X36 W Crompton CFTT11236EB
anodised aluminum reflector suitable for Havells LHCC56236111
2x36W CFL. Philips FBS430/236
CFL15 Recess mounted luminaries, fitted with 1X18 W Crompton DDLH118/N6
anodised aluminum reflector suitable for Havells LHOC10118320
1x18W CFL. Philips FBH145/118L
CFL16 Recess mounted luminaries, fitted with 2X13 W Crompton DDLH213/N6
anodised aluminum reflector suitable for Havells LHOC14218399
2x13W CFL. Philips FBH145/213L
CFL17 Wall mounted fixture with 1x9/11W CFL lamp 1x9/11W
Wall mounted fixture with 2x9W CFL lamp
CFL18
LED FIXTURES
LED 1 Decorative circular down lighter, recess 28 W
mounted type with LED light source having
high glossy mirror, matt reflector including
suitable integrated independent driver box.

Format No. EIL 1650-3010 Rev. 1 Copyright EIL – All rights reserved
Page 162 of 167
DOCUMENT NO.
LIGHTING FIXTURE SCHEDULE
A307-000-16-50-DS-1001
PROJECT : IREP , KOCHI
Rev. D
CLIENT – BPCL - KR
Page 6 of 10

FIXTURE DESCRIPTION WATTAGE MANUFACTURER


TYPE TYPE DESIGNATION
LED 2 Recess type square fixture, 50 W with LED 50 W
light source having high efficiency low glare
optics with integral constant current driver.

LED 3 Flameproof and weatherproof fixture suitable 40 W


for minimum 40 W LED Lamp
LED 4 Flameproof and weatherproof fixture suitable 40 W
for minimum 40 W LED Lamp suitable for IIC
area
OUTDOOR TYPE FIXTURES
ST1 Street lighting fixture suitable for 2x36W 2x36 W Philips TRC-33/236
fluorescent lamps made of stove enameled Crompton SFE
grey aluminum canopy and acrylic transparent Bajaj BJSLA-236/240
cover.
ST1T Street lighting fixture suitable for 2x28W 2x28 W Philips-HGS 120XTL5
fluorescent T5 lamps made of stove enameled
grey aluminum canopy and acrylic transparent
cover.
ST2 Similar to ST1 but suitable for 2x18W 2x18 W Philips TRC-33/218
fluorescent lamp.

ST3 Street lighting fixture suitable for 125W HPMV 1x125 W Crompton MSC-1125 IH
lamp with cast aluminum housing stove Bajaj BJMSD-125MV
enameled grey outside and white inside, a Philips HRP-48
pair of anodised aluminum reflectors and
highly transparent clear acrylic sheet cover
with hinge and toggle fastening, neoprene
gaskets and integrated prewired ballasts etc.
ST4 Similar to ST3 but suitable for 250W HPMV 1x250 W Crompton MSS-1525IH
lamp. Bajaj BJMIP-250MV
ST8 Similar to ST3 but suitable for 70W HPSV 1x70 W Philips SRP-48
lamp. Crompton SSC-1207 IH/WI
Bajaj BJMSC-70SV
ST9 Similar to ST10 but suitable for 70W HPSV 1x70 W Crompton SSC-1207 IH/WI
tubular lamp. Bajaj BJMSC-70SV
Philips SRY 066/70
ST10 Single piece die-cast aluminum body street 1x150 W Philips SRP 501
light fixture with bowl type Al. reflector and Bajaj BGEST 150
with clear acrylic cover suitable for 150 W Crompton SSG 1315 IH
SON tubular lamp.
ST11 Single piece die-cast aluminum body street 1x150 W Philips SRX 51
light fixture with Al. reflector and with Bajaj BGETT 150
toughened heat resistant clear glass cover Crompton MHSG 2315 IH
suitable for 150 W SON tubular lamp. Havells LHRS21115A36
PT1 Post top lantern suitable for 80W HPMV lamp 1x80 W Crompton MPT-118IL
with necessary control gear and housing Bajaj BJPTI-80MV
attachment. (Integral type). Philips HPC-201/80
PT2 Similar to PT1 but suitable for 125W HPMV 1x125 W Crompton MPT-112IL
lamp. (Integral type). Bajaj BJPTI-125
Philips HPC 102/125
PT3 Similar to PT1 but suitable for 70W HPSV 1x70 W Crompton SPT-1107IL
lamp. (Integral type). 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

Format No. EIL 1650-3010 Rev. 1 Copyright EIL – All rights reserved
Page 163 of 167
DOCUMENT NO.
LIGHTING FIXTURE SCHEDULE
A307-000-16-50-DS-1001
PROJECT : IREP , KOCHI
Rev. D
CLIENT – BPCL - KR
Page 7 of 10

FIXTURE DESCRIPTION WATTAGE MANUFACTURER


TYPE TYPE DESIGNATION
PT6 Similar to PT1 but suitable for 70W HPSV 1x70 W Crompton SPT 11071L/BF
lamp
PT7 Similar to PT1 but suitable for 2x9 W CFL 2x9 W Crompton CFBL 1229
BK1 Bulk head fitting with cast aluminum alloy 1x100 W Crompton IBH-1110BC
body having stove enameled finish (silver grey Bajaj BJDB-100
outside, white inside) and complete with Philips FXC 101
prismatic front glass, wire guard, tropicalised
gasket and BC lamp holder suitable for 100W
GLS lamp.
BK2 Similar to BK1 but with pressed aluminum 1x100 W Philips-FXC-101
body, finished stove enameled grey outside Crompton IBH-1110BC
white inside with frosted front glass fitted with
tropicalised gasket and without wire guard.
BK3 Industrial well glass fixture with cast aluminum 1x100 W Philips NDC-203
alloy mounting piece and a sheet aluminum Crompton IWV-1120BC/ES
canopy stove enameled white inside and grey Bajaj BJVW 200
outside with heat resistant glass and wire
guard suitable for upto 200W GLS/160 W
MLL.
BK4 Similar to BK3 but suitable for 125 W HPMV 1x125 W Philips NDC-203
lamp with necessary control gear and housing Crompton
attachment. IWV-1210BC/ES/VE
Bajaj VWI 125 MV
BK5 Similar to BK3 but with additional vitreous 1x100 W Philips NDC-203
enameled reflector. Crompton IWV 20BL/Y
Bajaj VWI 125/VE
FD1 Flood lighting fixture suitable for 250W HPMV 1x250 W Bajaj BJEF-18(S)
lamp comprising of anodised aluminum Philips MNF 14/250
housing and reflector with adjustable lamp Crompton FMD 1525
holder, heat resistant front glass cover fixed to
reflector by aluminum ring and rubber gasket.
(IP-54 enclosure).
FD2 Similar to FD1 but suitable for 400W HPMV 1x400 W Philips MNF 14/400
lamp. Bajaj BJEF-18 (S)
Crompton FMD 1525
FD4 Flood lighting fixture suitable for 2x400W 2x400 W Philips MNT-001
HPMV lamps made of cast aluminum with Crompton FHD-1224
cooling fins, anodised reflector gasketed heat Bajaj BJEF-22CA/
resisting glass front cover, easy relamping BGENF 22
facility (without disturbing the beam direction)
protector scale for quick day light adjustment.
FD6 Flood light fixture of cast aluminum housing 1x250 W Philips MNF-14/25
and spun aluminum reflector heat resistant Crompton-FMD 1525
glass cover and adjusting facility suitable for Bajaj BJEF 18 (S)
1x250W HPSV tubular lamp.
FD7 Similar to FD6 but with 2x250W HPSV tubular 2x250 W Philips SNT-001/250
lamp. Bajaj BJEF-22 CA/
BGENF 22
Crompton FHD-1524
FD8 Similar to FD6 but with 1x400W HPSV tubular 1x400 W Philips MNF-14/400
lamp. Crompton FBD-14
Bajaj BJEF 215
FD9 Similar to FD6 but with 2x400W HPSV tubular 2x400 W Philips SNT-001 / 400
lamp. Bajaj BJEF-22CA/
BGENF 22
Crompton FHD-1524

Format No. EIL 1650-3010 Rev. 1 Copyright EIL – All rights reserved
Page 164 of 167
DOCUMENT NO.
LIGHTING FIXTURE SCHEDULE
A307-000-16-50-DS-1001
PROJECT : IREP , KOCHI
Rev. D
CLIENT – BPCL - KR
Page 8 of 10

FIXTURE DESCRIPTION WATTAGE MANUFACTURER


TYPE TYPE DESIGNATION
FD13 Similar to FD6 but suitable for 2x250W HPMV 2x250 W Philips SNT-001 / 250
lamp. Bajaj BJEF-22CA/
BGENF 22
Crompton FHD-1524
FD14 Integrated flood lighting fixture of die-cast 1x150 W Bajaj BGEMF 1505 V
aluminum housing with ALGLAS reflector, Crompton FAMH 1215 IH
heat resistant toughened clear glass cover
suitable for 150 W HPSV lamp.
AV1 Neon aviation obstruction lighting fixture 1x100 W Bajaj BJAOL-1
complete with neon lamp, designed to give
omni directional steady ‘ON’ red colour light.
AV2 Weatherproof LED cluster based aviation Medium
obstruction light complete with LEDs (Twin Intensity
type)

Format No. EIL 1650-3010 Rev. 1 Copyright EIL – All rights reserved
Page 165 of 167
DOCUMENT NO.
LIGHTING FIXTURE SCHEDULE
A307-000-16-50-DS-1001
PROJECT : IREP , KOCHI
Rev. D
CLIENT – BPCL - KR
Page 9 of 10

FLAMEPROOF/INCREASED SAFETY TYPE


LIGHTING FIXTURE (ZONE-1 AND 2)
FLP-1 Flameproof and weatherproof well glass 1x100 W /
lighting fixture for use in zone-1 classified 1x200W
areas with 100/200W incandescent lamp.
FLP-4 Same as FLP-1 but with 125W HPMV lamp 1x125 W
and separate control gear.
FLP-4a Same as FLP-4 but with integral control gear. 1x125 W

FLP-5 Same as FLP-1 with 250W HPMV lamp and 1x250 W


separate control gear
FLP-5a Same as FLP5 but with integral control gear. 1x250 W

FLP-5b Flameproof & WP Well glass lighting fixture 1x400 W


with 400 W HPMV lamp.
FLP-7 Flameproof and weatherproof flood lighting 1x250 W
fixture with 250W HPMV lamp.
FLP-9 Flameproof and weatherproof flood lighting 1x400 W
fixture with 400 W HPMV lamp.
FLP-10 Flameproof and weatherproof fluorescent 2x36/40 W
lamp fixture suitable 2x36/40W fluorescent
lamps with integrated choke box housing
mounting clamps etc.
FLP-11 Same as FLP-10 but for 2x20W fluorescent 2x20 W
lamps.
FLP-12 Flameproof and weatherproof LED cluster Medium
based aviation obstruction light complete with Intensity
LEDs (Twin type)
FLP-13 Flameproof and weatherproof fixture suitable 3x18W
for 3 Nos. 18W CFL Lamp
FLP-14 Flameproof and weatherproof fixture suitable 3x23 W
for 3 Nos. 23W CFL Lamp
FLP-15 Flameproof and weatherproof fixture suitable 3x32 W
for 3 Nos. 32W CFL Lamp
FLP IIC-1 Flameproof & WP Well glass lighting fixture 1x100/200
with 100W/200W incandescent lamp for use in W
IIC classified areas.
FLP IIC-3 Flameproof & WP Well glass lighting fixture 1x125W
with 125 W HPMV lamp for use in IIC
classified areas.
FLP IIC-4 Flameproof & WP Well glass lighting fixture 1x250 W
with 250 W HPMV lamp for use in IIC
classified areas.
FLP-5b Flameproof & WP Well glass lighting fixture 1x400 W
with 400 W HPMV lamp for use in IIC
classified areas.
FLP-7 Flameproof and weatherproof flood lighting 1x250 W
fixture with 250W HPMV lamp for use in IIC
classified areas.
FLP-IIC-12 Flameproof and weatherproof aviation marker Medium
light complete with cluster LED, medium Intensity
intensity, flashing lamp and built-in step up
transformer for use in IIC classified area.
FLP-IIC-13 Flameproof and weatherproof fixture suitable 3x18 W
for 3 Nos. 18W CFL Lamp suitable for IIC
area
FLP-IIC-14 Flameproof and weatherproof fixture suitable 3x23 W
for 3 Nos. 23W CFL Lamp suitable for IIC
area

Format No. EIL 1650-3010 Rev. 1 Copyright EIL – All rights reserved
Page 166 of 167
DOCUMENT NO.
LIGHTING FIXTURE SCHEDULE
A307-000-16-50-DS-1001
PROJECT : IREP , KOCHI
Rev. D
CLIENT – BPCL - KR
Page 10 of 10

FLP-IIC-15 Flameproof and weatherproof fixture suitable 3x32 W


for 3 Nos. 32W CFL Lamp suitable for IIC
area
Exn’R’-1 Weatherproof well glass non sparking 1x100 W
restricted breathing type lighting fixture for use
in zone-2 classified areas with 100/200W
incandescent lamp.
Exn’R’-4 Same as Exn’R’-1 but with 125 W HPMV lamp 1x125 W
and separate control gear.
Exn’R’-4a Same as Exn’R’-4 but with integral control 1x125 W
gear.
Exn’R’-5 Same as Exn’R’-1 but with 250 W HPMV lamp 1x250 W
and separate control gear.
Exn’R’-5a Same as Exn’R’-5 but with integral control 1x250 W
gear.
Exn’R’-6 Non sparking restricted breathing & WP Well 1x400 W
glass lighting fixture for use in zone-2
classified areas with 400 W HPMV lamp.
Exn’R’-7 Non sparking restricted breathing & WP 1x250 W
lighting fixture with 250W HPMV lamp suitable
for use in zone-2 classified areas.
Exn’R’-13 Non sparking restricted breathing & WP 3X26W
lighting fixture suitable for use in zone-2
classified areas with 3x26W CFL lamp.

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.

Format No. EIL 1650-3010 Rev. 1 Copyright EIL – All rights reserved
Page 167 of 167

Das könnte Ihnen auch gefallen