Sie sind auf Seite 1von 22

INQUIRY REQUISITION /

PURCHASE REQUISITION FOR

VESSELS

TABULATION OF REVISED PAGES

Revision Page / Section Description

Rev. Date Document Class Issue Purpose Author Checked Approved

Number Origin Document Number Rev.


TABULATION OF HOLDS

Page /Section Description

SELLER: TBA Job No. :


Inquiry / P.O No. :
Date :

ITEM QTY. DESCRIPTION


Vendor’s scope of work shall include but not be limited to Mechanical design,
Performance guarantee for process internal, Detail Engineering,
Documentation as per SDRL, Procurement of raw materials and bought-out
components, Fabrication, NDE, Inspection & Testing, Surface preparation &
Painting, preservation, packing and preparation for shipment, Guarantees for
mechanical design, material and workmanship, delivery of Vessels listed in
accordance with this purchase requisition, datasheets, project specifications,
standard drawings, codes & standards, local rules & regulations, Scope of Work
& Supply (SOWS) and other attachments listed in this Requisition and all its
Annexures / Attachments.

1.0 EQUIPMENT / MATERIAL TO BE QUOTED


Vessels within PIL Units
NC Condensate Flash Drum
1.1 2 Nos. Tag No: 440V-001 A/B

Criticality Rating: Three (CR-3)


Auxiliary Boiler Continuous Blowdown Drum
1.2 3 Nos. Tag No: 440V-002 A/B/C
Criticality Rating: Three (CR-3)
Auxiliary boiler Intermittent Blowdown Drum
1.3 3 Nos. Tag No: 440V-003 A/B/C
Criticality Rating: Three (CR-3)
Refinery Fuel Gas Knockout Drum
1.4 2 Nos. Tag No: 450V-001 A/B
Criticality Rating: Three (CR-3)
Wet Air Receiver
1.5 5 Nos. Tag No: 460V-001 A/B/C/D/E
Criticality Rating: Three (CR-3)
HP Instrument Air Receiver
1.6 2 Nos. Tag No: 460V-002 A/B
Criticality Rating: Two (CR-2)
Utility Area Caustic Drain Drum
1 No. Tag No: 480V-003
1.7
Criticality Rating: Three (CR-3)
Natural Gas Knock Out Drum
1No. Tag No: 610V-001
1.8
Criticality Rating: Two (CR-2)
Crude Import Area Closed Blowdown Drum
1 No. Tag No: 635V-001
1.9
Criticality Rating: Three (CR-3)
Road Tanker Closed Blowdown Drum
1 No. Tag No: 640V-001
1.10
Criticality Rating: Three (CR-3)
Vendor shall prepare separate technical quote (within overall quote) for
items 1.1 to 1.10 for ease of technical evaluation.
Vessels Within SECL Units
HP Flare KO Drum
2 Nos. Tag No: 530V-001A/B
1.11
Criticality Rating: One (CR-1)
LP Flare KO Drum
1 No. Tag No: 530V-002
1.12
Criticality Rating: One (CR-1)
SG Flare KO Drum
1 No. Tag No: 530V-003
1.13
Criticality Rating: One (CR-1)
LLP Flare KO Drum
Tag No: 530V-004
1.14 1 No
Criticality Rating: Three (CR-3)
Flare System Closed Blowdown Drum
1 No Tag No: 530V-005
1.15
Criticality Rating: Three (CR-3)
Slop Oil System Closed Blowdown Drum
1 No Tag No: 550V-001
1.16
Criticality Rating: Three (CR-3)
Desalter Slope Drum
1 No Tag No: 570V-001
1.17
Criticality Rating: Two (CR-2)
Caustic Skimmed Oil Drum
1 No Tag No: 590V-001
1.18
Criticality Rating: Three (CR-3)
No.1 / No.2 Recovered Oil Drum
2 Nos. Tag No: 595V-001/002
1.19
Criticality Rating: Three (CR-3)
Condensate Drum
1 No Tag No: 710V-002
1.20
Criticality Rating: Three (CR-3)
Intermediate Storage No.1 Closed Blowdown Drum
1 No Tag No: 710V-003
1.21
Criticality Rating: Three (CR-3)
Intermediate Storage No.1 Closed Blowdown Drum
1 No Tag No: 710V-003
1.22
Criticality Rating: Three (CR-3)
Intermediate Storage No.2 Closed Blowdown Drum
1 No Tag No: 710V-004
1.23
Criticality Rating: Three (CR-3)
Product Storage LSO Closed Blowdown Drum
1 No Tag No: 730V-002
1.24
Criticality Rating: Three (CR-3)
Vendor shall prepare separate technical quote (within overall quote) for
items 1.11 to 1.24 for ease of technical evaluation
2.0 COMMON REQUIREMENTS
Guarantee for the following are included in Vendor scope:

1 Lot  Mechanical design


2.1
 Materials and workmanship
 Performance guarantee for process internal, as required by data sheet
2.2 All accessories for the internals of above mentioned Vessels (Item No. 1.1 to
1 Lot 1.24) including fasteners, internal gaskets, fixing beams/frames, supports,
clamps/wedges etc. MOC shall be as per datasheet.
2.3 Design of all the internals & its supports as specified in design data, hydraulics
1 Lot data and notes indicated in the respective Vessel data sheets.

2.4 1 Lot Fabrication drawings of all removable and welded vessel internals.

2.5 1 Lot
per Design of Anchor Bolts for all vessels (Supply excluded).
item
2.6 1 Lot Supply of internal ladder for drain vessels. (Tag No:480V-003, 640V-001 &
per 635V-001)
item
2.7 Pre-commissioning, commissioning and start-up spares. (Item-wise quantity
shall be submitted in the bid):
As minimum following shall be supplied:
1 Lot
 200% gasket and 10% Bolts & Nuts (Min. 4 Nos. of each size) for man
Per
holes, nozzle with companion / blind & internal Gasketed joints, Clamps,
Item washers for internals - 5% but not less than 4 pieces.
 Special Tools: As recommended by the Vendor.

Surface preparation and external painting for the complete scope of supply as
per attached document specification for, “Painting of New Equipment and
Piping, Doc. No: DRP001-OUF-SPE-W-000-008”.

-- Surface preparation and internal lining for the complete scope of supply as per
2.8
attached document specification for “ Coatings - Internal Lining , Doc. No:
DRP001-OUF-SPE-W-000-009”.

(Supplier shall supply sufficient quantity of touch-up paint along with the package
for site/yard touch-up)
1 Lot Lifting Trunnions / Lifting lugs for all vessels and tailing lugs for all vertical
Per Vessels.
2.9 Item
Transportation lashing lugs (for all items).
1 lot 2 Nos of Stainless Steel Sliding Plates + Teflon sheet (5 mm thick) at sliding
per saddle for Horizontal Vessels.
item
Sliding Plate for Horizontal Vessels:

Equipment’s having weight more than 30 Tones.


2.10
1 No of 10 thk Carbon Steel Sliding Plate +2 Nos of 3 thk Stainless Steel Plates
+ 1 No Teflon sheet (5 mm thick)
For Horizontal Equipment’s less than 30 Tones:

Only 1 No of 10 thk Carbon Steel Sliding Plate shall be provided.


1 lot Box type skirt base ring template (primer applied) to be supplied separately for
2.11 per each skirt supported vertical vessel.
item
1 Lot Pressure Fasteners with service temperature below 200 deg.C shall be coated in
2.12 accordance with Appendix D of ''Painting of New Equipment and Piping,
Doc.No: DRP001-OUF-SPE-W-000-008''.
1 Lot All external nozzles requiring internal connections, it shall be with internal
2.13 projection terminated with plate flange.
-- Installation of removable internals at vendor shop :

All removable internals shall be installed at vendor shop.


2.14
Note: Vendor to ensure that shop installed internals shall not have any damage
during transportation.
1 lot Shipping saddles for all vertical vessels, suitable for sea/rail/road transportation
per designed in accordance with project specifications.
2.15 item Rubber lining (min. 6 mm thk.) wherever applicable shall be provided between
vessel & shipping saddle.
1 lot
per Documentation shall be as per the requirement specified in “Specification for
2.16 item Carbon and Alloy Steel Pressure Vessels, Doc. No.: DRP001-OUF-SPE-V-000-
001”, SDRL, SQRF and all referenced specifications, standards and data sheets.

-- Inspection and testing shall be in accordance with Data Sheets, Codes and
Standards, SQRF and minimum shop inspection and certification requirements
2.17 stated in the document “Specification for carbon and alloy steel pressure
vessels, Doc. No.: DRP001-OUF-SPE-V-000-001”.
-- Export packing & boxing suitable for seaworthy & inland transport and outdoor
2.18 storage for 24 months as per Packing & Marking Procedure for the complete
scope of supply of this Requisition.
-- Vessel internal surfaces shall be protected against corrosion during shipment
2.19 and site storage by approved vapour corrosion inhibitor (VCI) unless protected
by positive nitrogen pressure.
1 Lot Special tools and tackles, as per vendor’s recommendation, for complete scope
2.20 of supply including for installation, maintenance & start-up, erection and
commissioning.

Supplier’s participation (including all related expenses) at Contractor’s offices /


sub- Supplier office for following individual studies and meetings:
 Design review
--
2.21  Attending kick-off / Pre-Inspection meetings / progress review meetings
Any modifications / alterations required within Supplier’s scope of supply as a
result of above studies and recommendations related to safety shall be
implemented by Supplier as part of his scope at no cost and time implication.
-- Quality control / Quality assurance requirements as per Annexure 2 and Section
2.22 H of this Requisition.

2.23 -- Material certification as per SQRF attached in Annexure 2.


--
Implementation of HAZOP / 3D model review recommendations within Vendor
2.24
scope of supply.
Vendor Compliance to “Right First time (RFT) procedure, Doc. No.: DRP001-
OUF-PRO-Q-000-513”.
--
Supplier to implement Right first time program which means potential flaws
related to scope of work shall be identified, evaluated and implementation of
2.25
mitigation plan at all stages (engineering, design, planning, procurement,
manufacturing, testing, preservation, packing and shipment) to avoid inherent
flaws/premature failures in product and workmanship is mitigated at right time to
meet on time schedule of commissioning and start-up.

3.0 OPTIONAL
1 Lot Schedule of rates for the following (for additional scope only):
a) Per kg rate for Platform support.
b) Per kg rate for Pipe support cleats.
c) Per kg rate for Insulation support clips.
d) Unit rate for addition/deletion of nozzles (including design, engineering &
fabrication) for all material type, all ratings specified in datasheets with and
without blind flanges. (Nozzles with blind flanges shall include stud with two
nuts & service gasket and commissioning spares).
e) Unit rate for increase/decrease in Skirt height
3.1 f) Unit rate for increase/decrease in Saddle height per kg/basis
g) Unit rate for increase/decrease of Nozzle projections.
h) Price for unit length for ladder
i) Unit rate (per kg or per square meter) for platform with grating
j) Unit rate for each 100mm increase in vessel shell length (CS)
k) Per kg rate for welded internal supports made of CS
l) Unit rate for each 100mm increase in boot length (CS)
m) Unit rate for increase/decrease of internal ladder (CS)
n) Per kg rate for Platform and grating.
o) Per kg rate for Ladder.
-- Site Supervision Services (Separate order):
Per diem rates for supervision service including sub-suppliers participation
3.2
during erection and commissioning, start-up site acceptance tests. Supplier to
indicate expected number of working days.
1 Lot Capital Spares (As applicable):
List of Insurance/Capital spares as per vendor recommendation. To be quoted
separately with item wise quantity and price break up in the SPIR (Spare Parts
and Interchangeability Records) form.( Annexure-5)
3.3
 200% gasket and 10% Bolts & Nuts (Min. 4 Nos. of each size) for man
holes, nozzle with companion / blind & internal Gasketed joints.
 Special Tools: As recommended by the Vendor.
1 lot Spares for Two Years Normal Operation (Separate order):
per Spares necessary for two years of normal operation after successful
item commissioning for Item No. 1.1 to 1.24, as recommended by Supplier.
However, as a minimum the following shall be included as per Spares
3.4 Philosophy Doc. No:. DRP001-OUF-PHD-T-000-012
 200% gasket and 10% Bolts & Nuts (Min. 4 Nos. of each size) for man
holes, nozzle with companion / blind & internal Gasketed joints.
 Special Tools: As recommended by the Vendor.
-- Training Services (Separate order):
1. Vendor to provide lump sum price for shop training of Vessels as per the
requirement stated in TND-1100-1000-007 “Training of Company
3.5 Personnel”
2. Vendor to provide per diem rate for training at site for the operational
Personnel as per the requirement stated in TND-1100-1000-007
“Training of Company Personnel”.
1 lot Design and supply of third party certified common spreader bar with chain
per hooks to handle maximum size and weight (out of all the Vessels) and suitable
item for lifting all the vessels at shop, loading/unloading points and erection works,
3.6 along with all necessary lifting accessories such as slings, shackles, etc.
Calculation of lifting beam shall be provided.
Note: Requirement for spreader beam will be confirmed during detailed
engineering in consultation with construction / lifting contractor.

For Tag No: 530V-001A/B & 530V-002


3.7 6 Nos
Supply of Companion flange (Non-standard), along-with fasteners and gasket
and blank / spacer including spares, for nozzle N1 & N2.

For SECL Units Item No. 1.11 to 1.24,

 Supply of equipment mounted Platform & Ladder


1 lot  Detail Drawing of Platform & Ladder
3.8 per
item Platform and ladder arrangement drawings (inclusive of match marking details
for identification of parts and assembly).
Structural calculation / analysis / studies for equipment mounted platforms.

4.0 TECHNICAL NOTES


Sl. No. DESCRIPTION
4.0 TECHNICAL NOTES
Sl. No. DESCRIPTION
The minimum scope of supply shall be as defined in Scope of Work and Supply
(Annexure-01 to this requisition), which shall be read in conjunction with data sheets and
4.1 all other applicable specifications, standards and attachments listed in this requisition and
to be complied with. However, it is Supplier’s responsibility to provide proper design,
materials and equipment, safe start-up, shutdown and efficient operation. Any additional
items required for the above shall be included in Supplier’s scope.

4.2 Any conflicts between this specification and other applicable purchaser’s standards and
specifications, standard drawings, or industry standards, codes etc. shall be reported to the
purchaser for resolution in writing before proceeding with design and start of fabrication of
the affected part. In case of conflicts, between requirements generally most stringent
requirements shall be applied for the bids.

4.3 The order of precedence is as follows:


i) Omani Local Regulations
ii) This Material Requisition
iii) Project Procedures and Specifications
iv) International Codes and Standards
v) Omani National Codes and Standards
vi) Licensor Engineering Standards, where Project Specifications or International
Standards are not available or not applicable.
Note : Licensor specification, standards, or standard drawing have precedence
over project procedures and specification only where they are more stringent or
are required by the licensor to meet performance guarantees.
vii) Petrofac Engineering Standards, where none of the above are available or not
applicable.
Any conflicts or ambiguities among the referenced codes, standards, etc. and this Material
Requisition shall be immediately referred to the Purchaser by the Vendor in writing, for
resolution.
The Vendor shall ensure that all sub-vendors comply with the requirements of this Material
Requisition.
4.4 All field equipment shall be suitable for operation in a corrosive, salt laden, marine
atmosphere.
4.5 Design life of the equipment shall be 25 years.

4.6 Criticality rating of Vessels shall be as mentioned in datasheet.


4.0 TECHNICAL NOTES
Sl. No. DESCRIPTION
4.7 Vessel shall be designed and fabricated in accordance with ASME Sec VIII Div.1, 2017
Edition, Datasheet, “Specification for Carbon and Alloy Steel Pressure Vessels,
Doc.No.:DRP001-OUF-SPE-V-000-001”, & all other referred specifications,
Codes/standards and attachments listed therein.

4.8 Vessels shall be ASME code stamped and National Board (NB) registered.

4.9 The maximum carbon content for carbon steel plate shall be limited to 0.23% and Carbon
Equivalent (C.E.) to be 0.45 maximum, Seamless Pipe, forgings, castings & wrought
fittings shall be limited to 0.25% Carbon and 0.45 Carbon equivalent using long formula
where; C.E. = C+ Mn/6 + [Cr+Mo+V]/5 + [Ni+Cu]/15.
4.10 All carbon steel materials shall be fully killed and normalized.

4.11 All carbon steel piping and pressurised equipment welds and cold formed bends in caustic
service shall be stress relieved or PWHT at 635 ±15 ºC in accordance with DRP001-OUF-
SPE-W-000-005.
4.12 Quoted pressure in the data sheet is at the top of the vessel and do not include liquid head
or pressure drop across any internals.

4.13 MOC of external welded cleats, if welded directly on the pressure part, shall be same as
that of the MOC of pressure part to which it is attached. In case of RF pad placed in
between the external cleat & the pressure part, the MOC of RF pad shall be same as that
of the pressure part to which it is attached.
All sub-suppliers shall be from ‘Annexure-4 Approved List of Vendors & Sub-Vendors’
attached with this Material Requisition.
Vendor shall comply with the approved Vendor list to the extent possible for the sub-
components of the equipment. In case of non-compliance owing to procurement of limited
4.14 quantity, Vendor shall specifically list the Manufacturer in the Bid. In such cases the Sub-
vendor shall be proven adhering to the Vendors Quality instructions.
Vendor shall only use sub-vendors as per the DUQM Approved Vendor List (AVL) or
otherwise shall be pre-approved by company prior to use.

For all nozzles on Top dish end of vertical vessels, nozzle shall project beyond platforms.
4.15

4.16 For all nozzles on top of shell of horizontal vessels, nozzle shall project beyond platforms.
4.0 TECHNICAL NOTES
Sl. No. DESCRIPTION
The Vendor shall produce a complete lift study that includes stresses in the pressure
shell/skirt and lifting attachments during a lift from horizontal to vertical. Lift weight shall be
for a fully dressed pressure vessel including insulation, platforms, ladders, attached piping
4.17 and removable internals/trays. A calculated weight for the installation of new vessels shall
be increased by a minimum of 10% to allow for manufacturing tolerances. Actual
measured weights as obtained from a certified scale or from calibrated load cells do not
require any increase.
Maximum allowable working pressure (MAWP) shall be based on a calculated value and
4.18 the limiting part shall be named. Nozzles neck and nozzle reinforcement shall not be the
limiting part.

Each nozzle shall be analysed for local loads in accordance with WRC 537 (107) and 297
or finite element methods. Nozzle Loads shall be as per `Section 2.5 Nozzle Openings –
4.19 Estimated External Piping Loads‘ of “Carbon and Alloy Steel Pressure Vessels,
Doc.No.:DRP001-OUF-SPE-V-000-001“.

Where FE analysis is performed by the vendor, it shall be in accordance with ASME


Section VIII Division 2 Part 5 unless agreed to in writing with Purchaser. Calculations shall
include all necessary details in order to verify that all applicable loadings have been fully
assessed. As a minimum, vendor shall include the following within the FE calculations
submitted for Purchaser review.
 Analysis type
 Derivation of allowable stresses
 Design parameters including pressure loading, temperature loading, material
 and physical properties, corrosion allowance etc.
4.20
 Model type
 Approximations and assumptions
 Plot showing mesh, suitably refined at the point(s) of interest
 Boundary conditions
 Color output contour plots for each loading condition at each point of interest
 showing stress contours, deflections etc.
 Summary results in tabular format showing maximum stresses/deflections etc,
applicable acceptance criteria and detailed conclusion(s).

For equipment in Caustic Service, the following requirements shall be applied:


4.21 "Specification for Alkaline Service Doc No: DRP001-OUF-SPE-W-000-005"

Nozzles up to 16” N.B. shall be from seamless pipe but above 16”N.B. may be welded also
4.22
with 100% radiography of longitudinal weld seam.
4.0 TECHNICAL NOTES
Sl. No. DESCRIPTION
Bulk Density for Loading Calculation:
1) Hot insulation: 145 kg/m3
4.23 2) Cold insulation: 115 kg/ m3
3) Platform / Stair: 3.6 kN/ m2 / 4.8 kN/ m2
Wind design parameters:
1) Design Code is ASCE -05
4.24 2) Wind speed of 55 m /sec at 10 m elevation and 3 sec duration
3) Exposure Category "D"
4) Importance factor is 1.15
Seismic design parameters:
1) Applicable Code: ASCE 7-05
4.25 2) Site class: C
3) The mapped MCE spectral response acceleration at short periods = Ss = 0.19
4) The mapped MCE spectral response acceleration at a period of 1 second = S1 = 0.08
Anchor bolt tensile stress shall not exceed 120 N/mm2 based on thread root area when
corroded 3mm on root diameter. Nominal concrete bearing stress shall not exceed
4.26 5N/mm2 under any condition. Corrosion allowance of 1.5mm on support skirt and 3mm on
anchor bolts shall be allowed.
PMI (Positive Material Identification) shall be carried out on all low alloy steel, SS & other
4.27 high Alloy steels parts & welds, as per Project specification for Positive Materials
Identification (Doc. no. DRP001-OUF-SPE-W-000-007) attached with this requistion.
Pressure part materials and directly welded attachments shall be certified to ISO.10474
level 3.1, with non-pressure parts certified to ISO.10474 level 3.1. Pressure part
4.28 materials and directly welded attachments for criticality rating CR-1 vessel items shall
be certified to ISO.10474 level 3.2.
Nozzle necks that extend through maintenance platforms on carbon steel vessels
4.29 operating at or below 120 oC shall be provided with an extra 1.5 mm external corrosion
allowance to assure that they will not limit the service life of the vessel.
Vessels shall be post weld heat treated as required in datasheets, in accordance with the
4.30 applicable code and with the additional requirements stated in Clause 4.4 of “Specification
Carbon and Alloy Steel Pressure Vessels, Doc.No.:DRP001-OUF-SPE-V-000-001“.
After pressure part plate material has been heat treated (normalized or normalized and
tempered) the plate manufacturer shall guarantee that the material is capable of
4.31 maintaining specification mechanical property requirements for at least three full post-weld
heat treatment (PWHT) cycles.
4.0 TECHNICAL NOTES
Sl. No. DESCRIPTION
Only Furnace PWHT using external firing is acceptable. Secondary internal heating by hot
gases is acceptable for nozzle areas. Local post weld heat treatment may only be
4.32 performed with the prior written approval of the Purchaser. In case one time furnace PWHT
is not feasible, local PWHT can be performed subject to approval of PWHT procedure by
company.

Removable internal parts shall be sized to be removable through the nearest or specified
4.33 manhole. Parts shall be as large as practical for clearance, but shall not exceed a
maximum weight of 50kg.
Erection attachments shall be designed for a minimum impact factor of 2.0 for the lift
4.34 vessel weight up to 50 tons, 1.4 for lift weight over 50 tons. Vessel shells shall be analyzed
for local buckling, bending, and shear stress imposed during erection.

4.35 No bolts smaller than 16mm in diameter shall be used for pressure retaining joints.

Carbon steel / low alloy steel external pressure retaining fasteners with service
4.36 temperature below 200oC shall be coated in accordance with Appendix D of “Painting of
New Equipment and Piping, Doc. No.: DRP001-OUF-SPE-W-000-008“.

As per clause 3.7.1 of “Painting of New Equipment and Piping, Doc. No.: DRP001-OUF-
4.37 SPE-W-000-008“, structural steel fasteners shall be hot dip spun galvanised in accordance
with ASTM A153.

Holiday testing is applicable for internal lined surfaces as per table 1 of DRP001-OUF-
4.38 SPE-W-000-009 and for external surfaces of buried items as per clause 9.2.5 of DRP001-
OUF-SPE-W-000-008.

Test pressure shall be in accordance with code section UG-99 (c) at shop hydro & UG
4.39 99(b) at Field.

The maximum hardness measured in the plate, HAZ, and weld shall not exceed 200 BHN
(Pipe & Fittings). Fittings manufactured to ASTM A234 are already covered for this Aspect.
4.40 For A105N hardness shall be 187 BHN max. Verification of hardness is required in
accordance with Para 7.4 of ASTM A105.

Spiral wound and ring type gaskets shall be in compliance with NACE MR0103.
4.41
Hydrostatic test temperature shall be maintained at least 17ºC above the minimum design
4.42 metal temperature or 10ºC, whichever is higher. Hydrotest shall be in accordance with
Code / Project specifications.
4.0 TECHNICAL NOTES
Sl. No. DESCRIPTION
Supplier must point out deviation, if any, to the listed attachments indicating clause no. of
the specification. If no deviations are listed in the offer, it will be construed that Supplier
4.43 complies with all the specifications. Deviations listed elsewhere in the offer other than
`Deviation Form‘ will not be considered. The format‚ `Annexure-6 Deviation Form‘ attached
with to this RFQ.

Where reference is made to a code, specification or standard, the reference shall be taken
to mean the edition of the code, specification or standard, including addenda, supplements
and revision thereto as referred in this Material Requisition and on referred specifications.
4.44 As such, these documents form part of the requisition. It shall be Vendor’s responsibility to
acquire and familiar with all required codes and standards and provide the material /
equipment in full compliance with the requirements of these Codes and Standards.

Supplier to implement Right first time program which means potential flaws related to
scope of work shall be identified, evaluated and implementation of mitigation plan at all
stages (engineering, design, planning, procurement, manufacturing, testing, preservation,
4.45 packing and shipment) to avoid inherent flaws/premature failures in product and
workmanship is mitigated at right time to meet on time schedule of commissioning and
start-up.
For vessels under wet H2S service, the materials shall be complied with requirements
4.46 specified in DRP001-OUF-SPE-W-000-003. For severe wet H2S sevice, the requirements
specified in Clause 5.2 and 6.2 shall be met additionally.

Following are inspection & testing related HOLD points


4.47  Final inspection prior to dispatch (including visual & dimensional)
 Inspection release for item

Chloride content of test water for testing of vessels shall be limited to a maximum of
4.48 30ppm. Certification of chloride content of test water shall have been performed within six
months prior to hydro-testing.

4.49 Vendor shall comply to the requirements of ISO 9001-2015 & ISO 14001.

5.0 INFORMATION / DATA REQUIRED TO BE SUBMITTED ALONG WITH THE BID


Sl.
DESCRIPTION
No.
Annexure-01 (Scope of Work/Services and Supply) to this Requisition which shall be
5.1 dully filled signed and stamped by Supplier and shall be submitted along with the offer.
Compliance statement with inquiry requisition, attached data sheets, project
5.2 specifications, referenced industry codes & standards, local rules, regulations and other
attachments referenced here in this requisition.
List of deviations / Exceptions / Assumptions, (if any) in the attached format (Annexure -
5.3
06).
5.4 Scope split matrix pertaining to supply & services.

GA Drawings of vessels (Include: MOC, thickness of shell, head, nozzles) with overall
5.5
dimensions.
5.6 Details of software used for mechanical design.

5.7 Filled-In pressure vessel data sheet for each of the equipment.

5.8 Preliminary Foundation load data.


5.9 Empty/Erection/Operating/Hydro/Lifting Weight of each equipment.
5.10 Quality plan & ISO 9001-2015 & ISO 14001 Certificate.
5.11 ASME ‘U’ Certificate U/U2, if applicable.
5.12 List of similar supplies of Equipment in the last 5 years.
5.13 Typical Inspection & Test Plan, Quality Plan based on SQRF.
List of Pre-commissioning, commissioning & start-up spares with unit price and
5.14
recommended quantities.
5.15 List of spare parts for two year operations with unit price and recommended quantities.

5.16 List of capital / insurance spare parts unit price and recommended quantities.

5.17 List of Special Tools, if any.


5.18 Schedule of rates (for addition / deletion scope only)
List of sub-Suppliers.
5.19

5.20 Preliminary fabrication/production schedule.

5.21 Delivery period, Type & Delivery Location.


Delivery & Manufacturing Schedule.
5.22
5.23 Other documents required during bid stage as per SDRL.
A1.

A2.

A3.

A4.

A5.

A6.

A7.

A8.

A9.

A10.

A11.

A12.

A13.

A14.
A15.

A16.

A17.

A18.

A19.

A20.

A21.

A22.

A23.

A24.

Das könnte Ihnen auch gefallen