Beruflich Dokumente
Kultur Dokumente
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
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.
(SUBHENDU MONDAL)
DEPUTY GEN. MANAGER(C&P)
ENGINEERS INDIA LIMITED
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:
Dear Sir,
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
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 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
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)
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, 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, Ex'nR', TEMP. CL.: T3, WITH SEPARATE
01.12 LLEX3LWHZGZZZZZZ CG ,WELL GLASS,HPMV,250 W (Exn'R'-5) 40
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.)
01.18 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
01.22 LLDA3GGGZHZZZZZZ CONTROL GEAR BOX, 400W, FLP,GRP IIA-IIB,TEMP. CL.: T3 140
01.23 LLDC3GGGZHZZZZZZ CONTROL GEAR BOX, 400W, FLP, GRP IIC, TEMP CL:T3 60
01.29 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.)
01.33 LLDC3J4ZZZZZZZZZ 4 WAY JUNCTION BOX, FLAMEPROOF, GRP IIC, TEMP. CL.:T3 50
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 START, STOP PB & AMMETER, FLP, GRP IIA/IIB, T3,
01.40 LSDA3B1ZZZZZZZZZ (TYPE C1 AS PER DS-0511) 85
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 OPEN & CLOSE PB, FLP, GRP IIA/IIB, T3 (TYPE: B2
01.48 LCS B2 IIA/IIB AS PER DS:0511) 15
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.
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
Page 15 of 167
A307_ATC (I) Page 1 of 8
2. DULY SIGNED & STAMPED COPIES OF THIS “QUESTIONNAIRE”, WITH ALL THE
CLAUSES DULY CONFIRMED/ PRECISELY REPLIED TO BY THE SUPPLIER, SHALL BE
ENCLOSED.
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:
Page 16 of 167
A307_ATC (I) Page 2 of 8
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
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.
Page 17 of 167
A307_ATC (I) Page 3 of 8
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
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.
Page 18 of 167
A307_ATC (I) Page 4 of 8
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
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.
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.
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.
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:
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 :
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.
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.
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.
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
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
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:
Page 23 of 167
BPCL-KR
Job: A307
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
Page 25 of 167
BPCL-KR
Job: A307
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.
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.
1.6 Payment for PGTR / Per Diem Charges for Supervision of Erection, Testing &
Commissioning
1.6.1 100% Payment of Invoice Amount shall be paid on completion of supervision services / PGTR
against submission of Invoice along with Time Sheet duly certified by EIL/BPCL Site-In-Charge.
Payment shall be made after deducting Income Tax at applicable rate. Service Tax, if any, shall be
paid on submission of Service Tax Invoice.
1.6.2 Where erection/commissioning supervision, commissioning assistance is required from the vendor,
penalty for non mobilization/delay in mobilization as per order shall also be specified in the
specifications. The penalty shall generally be 1.5 times the per diem rate for each day of delay of
reporting to site and shall be in addition to price reduction for delayed delivery.
1.6.3 Wherever supervision is in the scope of MR, bidders shall provide additional BG of an amount equal
to the per diem charges for the number of days considered for evaluation over and above 10%
PBG to cover compensation for delay in mobilising the erection/ commissioning personnel. This BG
will be released to the bidder upon the erection/ commissioning personnel reporting at site. This BG
shall be furnished along with payment milestone for submission of final documentation as per PR
and shall be valid up to six months which shall be extended based on the request by BPCL. (In case
where commissioning, Performance Guarantee Test, etc. are required and the 10% is under hold,
this condition shall not be applicable).
1.7 Transportation charges conjunction
1.7.1 100% Payment within 4 weeks after receipt of materials at site.
1.8 General
1.8.1 Excise Duty, Service Tax & VAT on Supplies shall be released only on receipt of Cenvatable/
Vatable copy of corresponding Invoice enabling availing of Input Credit by BPCL.
1.8.2 No initial advance payment along with Order shall be made by the Owner against Supplies as well
as Services (i.e. Transportation, Erection, Site Work, etc.). If a Supplier insists on the same, their
Offer shall be rejected.
1.8.3 Bank Guarantee(s) shall be issued through Scheduled Commercial Bank in India/ Indian Branch of
Foreign Bank, directly to BPCL as per the Pro-forma enclosed with RFQ documents and Supplier
shall also enclose copy of the same along with Invoice.
Page 27 of 167
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.
2.2 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.
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).
2.5.3 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)
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.
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.
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.
Wherever supervision and site works are involved, in that cases service tax plus Ed. Cess
shall be loaded with as applicable rates
7.0 GENERAL NOTES:
i. Cost of Mandatory (Insurance) Spares, if identified in the Material Requisition, Commissioning
spares and Special Tools & Tackles will be included for price evaluation of bids, but costs of Spares
for Two Years Normal Operation & Maintenance shall be excluded.
ii. Cost of loading towards Technical Parameters (Utilities, etc.) wherever applicable shall be carried
out.
iii. BPCL shall claim CENVAT benefits on Excise Duty, CVD/SAD, Service Tax as well as the Cess
applicable and accordingly Excise Duty/ CVD/ SAD/ Cess/ Service Tax shall be considered and
necessary credit shall be given for evaluation and comparison of bids.
Wherever Site Work, AMC, Training, Supervision, etc. are required as per MR/RFQ, the same shall
be considered for evaluation.
iv. Bidders shall indicate the Customs Duty at Merit Rate in their Offer.
v. The Bidder must ascertain and confirm along with supporting documents in the bid, if any Custom
duty exemption / waiver is applicable to the products being supplied by bidder under any multi-lateral
/ bi-lateral trade agreement between India and Bidder’s country.
The bidder shall liable to provide all documentation to ensure availment of the exemption / waiver. In
case the bidder defaults on this due to any reason whatsoever, they shall be liable to bear the
incremental Custom Duty applicable, if any.
Any Custom Duty applicability on account of any change in the bi-lateral / multi-lateral agreement
shall be in bidder’s account.
Page 31 of 167
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.
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.
“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)”.
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”.
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.”
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).
Page 33 of 167
BPCL-KR
Job: A307
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).
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.
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:
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)
19.0 UTILITIES:
Cost loading in respect of utilities etc. will be considered as mentioned in RFQ documents.
20.0 FOREIGN EXCHANGE RATE VARIATION/CUSTOM DUTY VARIATION FOR INDIAN BIDDERS
(ON BUILT-IN IMPORT CONTENT) :
i. Prices shall remain firm and fixed without any escalation except for statutory variation in customs
duty rate.
The prices shall be firm and fixed on account of FE variation also.
Page 35 of 167
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.
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.
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.
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.
37.0 GENERAL: Bidders shall submit their Bids in following manner & containing the listed inputs, duly
filled-in, stamped & signed by authorized signatory of Bidder holding Power of Attorney, as a
minimum requirement:
a) PART-I: UNPRICED OFFER
A. All technical specifications as per requirement of MR.
B. Agreed Terms & Conditions duly filled in.
C. Terms & Conditions for Supervision of Erection/Testing/Commissioning, if applicable
D. Terms & Conditions for Site Work, if applicable
E. Copy of Registration with EIL, if applicable
F. Copy of MOU/ MOM, if any, signed with EIL and referred in offer.
G. Integrity Pact, duly filled-in, stamped & signed on each page (if applicable).
H. Audited Financial Report of latest preceding Financial year.
I. Deviation sheet, if any.
J. Price Schedule with prices blanked out but “Quoted/ Not quoted” to be mentioned & its
relevant enclosures, duly filled-in, stamped & signed on each page.
b) PART-II: PRICED OFFER
A. Price Schedule with prices filled in.
B. Statement that all specifications and terms & conditions are as per un-priced part of offer.
c) Bidders in their own interest are requested to register on e- tendering portal and
upload/submit their bid well in time. Bidders should avoid the last hour rush to the website
for registration of user id & password, enabling of user id and mapping of digital signature
serial number etc. since this exercise require activities from EIL & M/s Anatares System
(Service Provider) and needs time. In the event of failure in bidder’s connectivity with
EIL/Service Provider during the last few hours, bidder is likely to miss the deadline for bid
submission. Due date extension request due to aforesaid reasons may not be entertained.
Since the bidders are already registered at ASP e-tendering portal, bidders are advised to
furnish the details of Digital Signature (serial no.) by email within one week of receipt of
intimation of issuance of RFQ to save time and avoid mapping of Digital Signature details to
the bidders User ID at the bid uploading stage.
d) Request for extension or any queries or issues related to difficulties in
uploading/downloading bids, if any, received from any with less than four working days prior
to bid due date shall generally be ignored, since there will not be adequate time for proper
communication with Client and other Bidders.
e) Bidders to refer Instruction to Bidders for E-Tendering provided in the RFQ. Bidder shall
download the Price Schedule in *.xls format from EIL’s Authorised Service Provider’s
Electronic system / portal at www.tenderwizard.com/eil only, and use the same for uploading
their Price Bids as per the Instruction provided.
Note:
Page 39 of 167
BPCL-KR
Job: A307
Bidding currency shall be Indian Rupees for supplies dispatched from India & and USD/EURO for
supplies dispatched from foreign.
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
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.
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.
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.
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.
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.
7. INSPECTION
i. Inspection of Item being sourced from India shall be by EIL/Owner.
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.
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)
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
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 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
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.
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.
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.
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,
DOCUMENT NUMBER
( Always quote the Document Number given below as reference )
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'.
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,
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,
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.
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,
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,
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.
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.
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.
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.
Page 71 of 167
Format No.: EIL-1641-1923 Rev.1
Page 72 of 167
(FLAMEPROOF) Date of PO: City:
EIL Originating Department: ELECTRICAL Contact Person(EIL): Contact Person: Fax:
Phone: Email:
INSTRUCTIONS TO VENDOR
FOR
HAZARDOUS AREA EQUIPMENT
(MR NO. A307-000-XR-MR-0515)
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
1.1 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.
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.
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.
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.
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.
MOV Panel shall be provided with 63A TPN incomer and 12 nos. 16A-32A SFU outgoing feeders.
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
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
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.
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
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
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
CrJ
ci)
STANDARD SPECIFICATIONNO.
=1 uu > cl)
(-) (") (-) p: c)
r-4
s0 co
<-)
rrl
sumjmnaacmv
S
DZZ
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 $:') .-"'Z'à
CFC? '-'th
c) ...., (1)
CD .--■ • n
co A)
,-- CD
o k'
:=.'t A) 0
r)
,‹ .8" 0 C)
c) .c.. "
),) o
,r CfC7
•-■ • A)
0
N
pamasai sp.161-1 11V— 1134L16pAcloo
O
.nall9001-18-9
STANDARD SPECIFICATION NO.
3d03S
ThisInspectionandTestPlancoverstheminimumtestingrequirementsofFlameproof ControlStations.
SIA131A1f130(1aDNIM13,1321[
O
tvl
SCOPE OF INSPECTION
Zw
or
QUANTUM
r)
STAGE/ ACTIVITY
ril
H
cn
"1'
r)
o
g
OF CHECK SUB
SUPPLIER EIL/TPIA
SUPPLIER
o o
Procedures
,—,
..
..
its.à
Material Inspection
castings,glass,meters,
!--)
o
o
o
of Manufacturer's Certificatesetc.
asapplicable Testrecords / Lab
Fastenersetc
Test Records
o
w
Inprocess Inspection
withoutcomponents
7
Supplier Records
SCOPE OF INSPECTION
z CA
0 t""
QUANTUM
0
STAGE/ ACTIVITY CHARACTERISTICS SUB
OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
,:::,
Final Inspection
cz,
Visual/Dimensional/BOMChecks
.,• ,...,—,
7. °3-,1, -cs ©
,
<., -cs c:,
'—i
,4,C4
»
.•-, •--,-. 0
V) CD cD
CD
,__, C) e•-,
cn
Plan Gap/Path/Clearances
cr —.c,
Flameproof Control Station
;-","• •-.■
Zn '1:$
.t=.
__,
Electrical/Functional Checks
.3 ,
—, ___
I ci ....<
(Acceptancetests)
0
n
a
CD
CD
trl
Highvoltagetest
-
IRtestbeforeand after High voltage
..- .
(-)
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
o
c:'
..--,
material. Supplier' s
Properpackingtopreventany damage during Records
transportationand storage.
•
CA
,:::D
Documentationand IC
01 Z c4
_ o r.,
r,> —1
co
• 7)•
o
CD
Cfg
O rD ■"r
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
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
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
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
o
paAJ9S91 SW 61.1
STANDARD SPECIFICATION NO.
adops o.T
This Inspectionand Test Plancoverstheminimum inspectionand testingrequirements for Flameproof Lighting And Powerpanels.
SINaIAT.113011 3[3M3)133311
O
213IrIcIdrIS
:::,
1....■
Procedures
:■
1
1
1
1
1
1et
e
l'.4
Z=>
Material Inspection
C>
C>
......
certificates /Test
propertiesasapplicable
;--,
1\ .)
Inprocess Inspection
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
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
<::'
x
c:=D
Properpackingtopreventany Supplier' s
1
damage duringtransportationand Records
storage.
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
• •
co
uonetuawaidwi penssi
CO
O
o
O
o
co
penss!ai pue pas!ned ZLOZ.90.6Z
penss!ei pue pesp■eu
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.
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
0
1—,
CZ
button,etc. certificates / Test
asapplicable
;--,
l \J
records
0D
(..#à
Inprocess Inspection
0
..—■
CD
e.—..
X
e
Lampsassembly
latest IS/IEC
:
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
Painting
Paintingand Packing Visual
Suitableprotectiontoprevententryof
Packing list /
foreignmaterial.
.(...,
Supplier's
o:,o>_
i
Properpackingtopreventany damage Records
duringtransportationand storage.
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
c::,
,--
Final Documentsubmission
cr■
Z
cp
<,:"'
/Completeness
,drawings,etcasper VDR / PR
certificate
0-3
••
c
.°4
0
o fD
G)
o
G)
ZOOZ •90•Z
pensshed pue pes!nad
G)
LOOZ*60'9Z
suo!mitaiciqy
x o
ol. t-ri
•r.
-s
e.)
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
- 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
adODS
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-
cn
cn
cfa
C4
CD
CD
.
supplierand Supplier'sTest
z
sample basis by Records
xJ
sample basis by Records
EIL
4.
0
Final Inspection
Aall1901-18-9
SCOPE OF INSPECTION
QUANTUM
,,.., 4
0
(n
k
SUPPLIER EIL/TPIA
SUPPLIER
-.
,--..
AcceptanceTests:-
'"Il
,-
—
P,
r)
(i)
o
'CZ
(=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.
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-)
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
>
o
H C)
c)•
CD
:t
1
• • C-) CO7
eD
CD
CFA cp
(7)
O CD
CL.
CD
• 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
fffiz
feTku
SPECIFICATION
FOR
HAZARDOUS AREA LIGHT FIXTURES
AND JUNCTION BOXES
Abbreviations:
CONTENTS
1.0 SCOPE •4
6.0 CERTIFICATION 5
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.
2.2 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.
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.
7.2.3 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.
7.5.1 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.
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.
The following drawings/documents marked " " shall be furnished by the bidder.
POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. 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
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
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
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
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.
2 Type of panel enclosure Flameproof Ex'd' 10 Incoming supply 415 V, 50 Hz, TPN
DATA SHEET
CLIENT BPCL – KR
CONSULTANT EIL
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
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
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
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
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
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
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
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
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
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