Sie sind auf Seite 1von 221

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

Table of Contents
Document Number Rev. Document Title Page
Number
A307-000-YR-MR- 0 ENQUIRY DOCUMENT 2
1369-1368-RFQ
A307-000-YR-MR- B Pressure Relief Valves 90
1369
A307-000-16-51- B VENDOR DATA REQUIREMENT 95
VDR-1369
A307-000-16-51-SIV- 1 SPECIAL INSTRUCTION TO VENDOR 97
1369
A307-000-YR-TQS- B TECHNICAL QUESTIONAIRE 102
1369
A307-000-16-51-ID- 1 DATASHEET INDEX & DATASHEETS 103
1369
A307-000-16-51-OD- 0 Deviation List Format 183
1369
A307-000-YR-CF- 0 COMPLIANCE STATEMENT 184
1369
A307-000-16-51-SP- 0 JOB SPECIFICATION 186
0052
6-78-0001 0 Specification for Quality Mgt. System Requirements from Bidders 188
6-78-0003 0 Specification for Documentation Requirement from Suppliers 197
6-52-0026 3 Std. specification for pressure relief valves. 209
6-81-2026 3 ITP for pressure relief valves. 217

Page 1 of 221
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-YR-MR-1369/1368 Date: 11–NOVEMBER-2014

Client : BHARAT PETROLEUM CORPN. LIMITED


Project: INTEGRATED REFINERY EXPANSION
PROJECT AT KOCHI REFINERY
MR No.: A307-000-YR-MR-1369 Rev. B

Item: PRESSURE RELIEF VALVES


Due Date & Time: 08-DEC-2014 & Up to 1200 Hrs. (IST)

A Pre-bid meeting will be held on 21-NOV-2014 at 1100


PRE-BID MEETING : Hrs. (IST) at EIL, R&D Complex,Sector 16, Gurgaon -
122001
At 1400 Hrs. (IST) on 08-DEC-2014 (at EIB - 5th Floor,
Engineers India Limited, Bhikaiji Cama Place, R.K.
UNPRICED BID OPENING: Puram, New Delhi – 110066, India) (In case the bid due
date happens to fall on Holiday, the next working day shall
be deemed to be due date).
PRICED BID OPENING: TIME & VENUE SHALL BE INTIMATED LATER.
Gentlemen,

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

1. Bidder should submit their bids strictly as per the requirements outlined hereunder and as specified in
the material requisition.
2. The bidders are required to submit soft copies of their bids electronically on the CPP Portal only (URL:
http://eprocure.gov.in/cppp) using valid Digital Signature Certificates, on or before the bid submission
date and time. Bidders are required to register themselves at http://eprocure.gov.in/cppp).
Bidders to refer attached E-TENDERING METHODOLOGY (ANNEXURE-I) for detailed instructions
on registration and online bid submission.
3. Special Notes for e-tendering:
a. NIC Portal mandates that the bidders are to be registered on the portal. The enquiry is being issued
through EIL Tender Portal http://tenders.eil.co.in and Bidders can download the complete RFQ
documents from the EIL Tender Portal only. And bidders shall submit their bids through NIC Portal
(https://eprocure.gov.in/eprocure/cppp) 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 7

Page 2 of 221
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 at least 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 Mr. Amrit
Chaswal at Ph. No. +91-7532022483 / 011 2676 2073 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. Direct bids only, without the intermediary of an Indian Agent will be considered from Foreign Bidder.
12. Repeat Order is not Applicable to this RFQ.
13. Delivery Period:-

FOR INDIAN BIDDERS: Within 7 (Seven) Months) on FOT Despatch Point Basis from the date of Fax
of Acceptance. Date of LR/GR shall be considered the date of delivery.
FOR FOREIGN BIDDERS: Within 6 (Six) Months on FOB International Sea Port of Exit Basis from
the Date of Fax of Acceptance. Date of clean bill of lading shall be considered the date of delivery.

Page 2 of 7

Page 3 of 221
14. Payment Terms shall be as per following:-

For Indian bidders: 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).

For Foreign Bidders: The payment to foreign bidders shall be made in accordance with S. No. 2.1
Under Section A of Special Instruction to Bidders (SIB).

15. The offer should be valid for 04 (FOUR) months from final bid due date.
16. 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
condition or Bids in any other mode shall not be accepted.
17. 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.
18. Canvassing in any form by the Bidder or by any other agency on their behalf may lead to
disqualification of their bid.
19. 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.
20. 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.
21. 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.
22. Addendum / corrigendum to the RFQ documents if issued must be signed and submitted along with
the bid.
23. 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.
24. EIL reserves the right to use in-house information for assessment of bidder’s capability for
consideration of bid.
25. 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.
26. 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.
27. Bidders are requested to quote as per their capability as registered in EIL, as on the date of issue of
RFQ.
28. 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. (For details Refer Appendix-I).

Page 3 of 7

Page 4 of 221
29. 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.
30. Purchaser reserve the right to make any changes in the terms and conditions of purchase and to reject
any or all the bids.
31. PRE-BID MEETING :
31.1 The bidder(s) or his official representative are invited to attend a pre-bid meeting which will take
place at EIL, R&D Complex,Sector 16, Gurgaon - 122001 (India) on above mentioned date and
time.
31.2 The bidder is requested to submit any questions by courier/fax/e-mail to reach EIL at least two
working days before pre bid meeting. These questions shall be replied during the pre bid
meeting.
31.3 Record Notes including the text of the questions raised (without identifying the sources of the
query) and the responses given will be transmitted to all bidders.
31.4 Non- attendance of the pre-bid meeting will not be a cause for disqualification of bidder.
32. Contact Persons for this RFQ are:
Mr. Subhendu Mondal, AGM (C&P),
Phone No. +91-(0)11-2676-3883 & email: subhendu.mondal@eil.co.in
Mr. Rahul Jain, Sr. Engineer (C&P),
Phone No. +91-(0)11-2676-3878 & email: rahul.jain@eil.co.in

* Please specify RFQ. No. SM/ A307-000-YR-MR-1369/1368 in all Correspondence.


THIS IS NOT AN ORDER
Very truly yours,
For & on behalf of
Bharat Petroleum Corporation Limited

(SUBHENDU MONDAL)
ASST. GEN. MANAGER(C&P)
ENGINEERS INDIA LIMITED

Enclosure: As per List Attached

Page 4 of 7

Page 5 of 221
LIST OF ENCLOSURES

DOCUMENT
A) Request For Quotation (RFQ)
B) Proforma of Letter of Authority for Attending Un-priced / Priced Bid Opening
C) Appendix-I : Provisions for Micro & Small Enterprises under PPP, 2012
D) Price Schedule Format (For Indian Bidders)
E) Price Schedule Format (For Foreign Bidders)
F) Commercial document:
i) Agreed Terms & Conditions (For Indian Bidders)
ii) Agreed Terms & Conditions (For Foreign Bidders)
iii) Special Instruction to Bidders (SIB)
iv) General Purchase Conditions (Indian)
v) General Purchase Conditions (Imported)
vi) Special Packaging Requirements ( For Foreign Bidders)
vii) Tax Residency Certificate
viii) Proforma of Bank Guarantee (Performance)
ix) Integrity Pact
x) E-tendering Methodology (Annexure-I).
xi) Instructions for Foreign bidders for DSC
G) Technical document MR No. A307-000-YR-MR-1369

Page 5 of 7

Page 6 of 221
Proforma of Letter of Authority
for Attending Unpriced / Priced Bid Opening

No. Date:

The Asst.General Manager (C&P)


Engineers India Limited
Engineers India Bhawan EIB-5th Floor
1-Bhikaiji Cama Place
New Delhi – 110 066
India

Attn.: Mr. S.MONDAL

Dear Sir,

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


Unpriced / Priced Bid Opening against your RFQ No……………..……… .……………..………… for
……………..….……………………… (Item Name)

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

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

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

Yours faithfully,

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

Note:

This Letter of Authority should be on the letterhead of the bidder and should be signed by a
person competent and having the Power of Attorney to bind the bidder.

Page 6 of 7

Page 7 of 221
APPENDIX-I

PROVISIONS FOR MICRO AND SMALL ENTERPRISES UNDER PPP, 2012

i) In Tender, participating Micro and Small Enterprises quoting price within price band of L1+15%
shall also be allowed to supply a portion of requirement by bringing down their prices to L1 price
in a situation where L1 price is from someone other than a micro and small enterprises and such
micro and small enterprises shall be allowed to supply upto 20% of the total tendered value. In
case of more than one such Micro and Small Enterprises, the supply shall be shared
proportionately (to tendered quantity). Further, out of above 20%, 4% (20% of 20%) shall be
from MSEs owned by SC/ST entrepreneurs. This quota is to be transferred to other MSEs in case
of non-availability of MSEs owned by SC/ST entrepreneurs.

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

iii) In case bidder is a micro or Small Enterprise under the Micro, Small and Medium Enterprises
Development Act, 2006, the bidder shall submit the following:

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

b) If the MSE is owned by SC/ST Entrepreneurs, the bidder shall furnish appropriate
documentary evidence in this regard.

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

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

Note :- The provisions for micro & small enterprises under PPP, 2012 mentioned above shall
only be applicable for such items for which evaluation shall be done on item wise basis and the
same shall not be applicable for items for which group wise / block wise (more than one tag/
item) evaluation is to be done.

Page 7 of 7

Page 8 of 221
PREAMBLE TO PRICE SCHEDULE (INDIAN BIDDER)
RFQ NO. SM/A307-000-YR-MR-1369/1368
ITEM : Pressure Relief Valves
NAME OF BIDDER: M/s -------------------------------------
1 Scope of supply including testing, inspection, documentation etc., shall be strictly as per Material Requisition and other documents which are part of RFQ.
2 Bidder shall submit the Lump sum price for each group separately as per the price schedule format, covering all the items including mandatory spares and any other
requirement as specified in the MR.
3 Evaluation shall be done on groupwise basis including Transportation, Hence Bidder shall quote for all items in a group as per MR / RFQ, failing which the same group
shall be liable for rejection on account of incomplete scope.
4 Indian Bidders must quote group wise Freight charges including Service Tax and Ed. cess thereupon in the space provided in the price schedule.

5 Unit rates for each valve shall be provided separately for any addition/deletion in a separate Annexure. Bidder shall note that these unit rates are only for
addition/deletion at a later date. Price for testing and any other requirement for each item as per MR specifications shall be included in the item price in pricing schedule

6 Groupwise Prices for 2 years operation & maintenance spares shall be furnished as per enclosed format and as per MR and shall not be included in the quoted supply
prices. Prices for 2 years operation & maintenance spares should be valid for 12 months from Contractual Delivery Date for main equipment/items.
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 Bidder shall furnish built-in CIF value if any, against each quoted item, giving details of description of goods, qty. rate of Custom Duty etc. in attached Format-"CIF/CD".

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

12 Bidder to clearly indicate 'Quoted' or "Not Quoted" against each group 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.
13 Bidder shall furnish prices/details as above, in accordance with Instructions To Bidders/ Request for Quotation.

14 Bidder to note that in case of discrepancy / anomaly in the Item/ Group description & Qty in the Price Schedule Format vis-à-vis corresponding description & Qty in MR,
the MR requirements shall prevail.
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.

Page 1 of 4

Page 9 of 221
PRICE SCHEDULE FOR SUPPLY (INDIAN BIDDERS)
RFQ NO. SM/A307-000-YR-MR-1369/1368
ITEM : Pressure Relief Valves
NAME OF BIDDER: M/S
Item Sl. No. Items Code QTY. Total Price on FOT Despatch Total Freight Charges upto
as per MR. Point Price including P&F Project Site (Including service
(INR) Tax) (INR)

1 2 4 5 6
SUPPLY OF FOLLOWING ITEMS AS PER COMPLETE SCOPE MENTIONED IN MR. NO. A307-000-YR-MR-1369 COMPLETE IN
1
ALL RESPECTS
PRESSURE RELIEF VALVES CONVENTIONAL TYPE Qty - 9
GROUP A: 1 LOT
Nos. (UNIT: 0ID, 0IG, 0IS & IST)

PRESSURE RELIEF VALVES CONVENTIONAL TYPE Qty - 6


GROUP B: 1 LOT
Nos. (UNIT: 0ID & 0IV)

DESIGN CODE-IBR PRESSURE RELIEF VALVES, - Qty 6 Nos.


GROUP C: 1 LOT
(UNIT: 0IS)

DESIGN CODE-IBR PRESSURE RELIEF VALVES, - Qty 4 Nos.


GROUP D: 1 LOT
(UNIT: 0IS)

PRESSURE RELIEF VALVES BELLOWS TYPE, Qty - 8 Nos.


GROUP E: 1 LOT
(UNIT: DHDT & VGO)

PRESSURE RELIEF VALVES- THERMAL RELIEF: Qty- 3 Nos.


GROUP F: 1 LOT
(UNIT: DCU & SWS)
5 Supply of two years operation and Maintenance Spares, as per Bidder to furnish itemised price list for each tag no. as per MR in
MR. the Format enclosed with this price schedule.
6.001 Unit Rates of items for addition/deletion purpose, as per MR. 1 LOT Bidder to furnish the Unit Rates for Addition/ Deletion as per MR in
a sepaarate Annexure

Page 10 of 221 Page 2 of 4


ENCLOSURE TO PRICE SCHEDULE FOR SUPPLY (INDIAN BIDDERS)
FORMAT - "CIF/CD"
RFQ NO. SM/A307-000-YR-MR-1369/1368
ITEM : Pressure Relief Valves
NAME OF BIDDER: M/S __________________________

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

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

Rate in Rate in Words


Figures
1 2 3 4 5 6 8 9
7
i)_____
ii)_____
iii)______

iv)_____
For Item
v)_____
SL. No
vi)______

TOTAL CIF VALUE


NOTE: *(1) Unit to be specified by the Bidder.
2) Bidder to furnish the above details separatly for each item S. No. of MR.

Page 3 of 4
Page 11 of 221
PRICE SCHEDULE FOR 2 YEARS OPERATION & MAINTENANCE SPARES (FOR INDIAN BIDDER)

RFQ NO. SM/A307-000-YR-MR-1369/1368


ITEM : Pressure Relief Valves
NAME OF BIDDER: M/S __________________________

S. NO. Item Tag Nos. Description of spare Qty Unit FOT Despatch Point Total FOT Despatch Point Transportation Charges up to
parts (Unit_____)* Price including P&F Price including P&F Site excluding Service Tax in
(INR) (INR) percentage of price
mentioned in column 6

1 2 3 4 5 6 7

Page 4 of 4
Page 12 of 221
PREAMBLE TO PRICE SCHEDULE (FOREIGN BIDDER)
RFQ NO. SM/A307-000-YR-MR-1369/1368
ITEM : PRESSSURE RELIEF VALVES
NAME OF BIDDER: M/S __________________________
1 Scope of supply including testing, inspection, documentation etc., shall be strictly as per Material Requisition and other documents which are part of RFQ.
2 Bidder shall submit the Lump sum price for each group separately as per the price schedule format, covering all the items including mandatory spares and any other requirement as specified in the MR.

3 Evaluation shall be done on groupwise basis including Transportation, Hence Bidder shall quote for all items in a group as per MR / RFQ, failing which the same group shall be liable for rejection on account of incomplete scope.

4 Bidder must quote Ocean Freight Charges in the space provided in the price schedule.
5 Unit rates for each valve shall be provided separately for any addition/deletion in a separate Annexure. Bidder shall note that these unit rates are only for addition/deletion at a later date. Price for testing and any other
requirement for each item as per MR specifications shall be included in the item price in pricing schedule
6 Groupwise Prices for 2 years operation & maintenance spares shall be furnished as per enclosed format and as per MR and shall not be included in the quoted supply prices. Prices for 2 years operation & maintenance spares
should be valid for 12 months from Contractual Delivery Date for main equipment/items.
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's quoted prices are inclusive of TPI Charges, TPI Agency will be Lloyds/BV/DNV/TUV/CEIL.

10 Bidder must submit signed and stamped Un-Priced copy of Price Schedule indicated "Quoted" or "Not Quoted" against each group with their Unpriced offer.
11 Foreign Bidder shall quote in USD / Euro / INR only.

12 All the Columns of quoted items in the Price Schedule must be filled with required information, as applicable.
13 Bidder to note that in case of discrepancy / anomaly in the Item/ Group description & Qty in the Price Schedule Format vis-à-vis corresponding description & Qty in MR, the MR requirements shall prevail.

14 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: 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.

Page 1 of 3

Page 13 of 221
PRICE SCHEDULE (FOREIGN BIDDER)
RFQ NO. SM/A307-000-YR-MR-1369/1368

ITEM : PRESSSURE RELIEF VALVES

NAME OF BIDDER: M/S __________________________

Total Price (FOB


Total Ocean Freight Charges
ITEM SL. International Port of Exit
from FOB International Seaport
NO. AS PER DESCRIPTION/ TAG NO. QTY. Basis as per Incoterms
of Exit upto Kochi Port (India)
MR. 2010) (Currency --------------
(Currency --------------)
)

1 SUPPLY OF FOLLOWING ITEMS AS PER COMPLETE SCOPE MENTIONED IN MR. NO. A307-000-YR-MR-1369 COMPLETE IN ALL RESPECTS

PRESSURE RELIEF VALVES CONVENTIONAL TYPE Qty - 9 Nos.


GROUP A: 1 LOT
(UNIT: 0ID, 0IG, 0IS & IST)
PRESSURE RELIEF VALVES CONVENTIONAL TYPE Qty - 6 Nos.
GROUP B: 1 LOT
(UNIT: 0ID & 0IV)
DESIGN CODE-IBR PRESSURE RELIEF VALVES, - Qty 6 Nos. (UNIT:
GROUP C: 1 LOT
0IS)
DESIGN CODE-IBR PRESSURE RELIEF VALVES, - Qty 4 Nos. (UNIT:
GROUP D: 1 LOT
0IS)
PRESSURE RELIEF VALVES BELLOWS TYPE, Qty - 8 Nos. (UNIT:
GROUP E: 1 LOT
DHDT & VGO)
PRESSURE RELIEF VALVES- THERMAL RELIEF: Qty- 3 Nos. (UNIT:
GROUP F: 1 LOT
DCU & SWS)
5 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.
6.001 Unit Rates of items for addition/deletion purpose, as per MR. 1 LOT Bidder to furnish the Unit Rates for Addition/ Deletion as per
MR in in a separate Annexure

Page 14 of 221 Page 2 of 3


PRICE SCHEDULE FOR 2 YEARS OPERATION & MAINTENANCE SPARES (FOR FOREIGN BIDDER)
RFQ NO. SM/A307-000-YR-MR-1369/1368

ITEM : PRESSSURE RELIEF VALVES


NAME OF BIDDER: M/S __________________________

S. NO. Item Tag Nos. Description of spare Qty (Unit_____)* Unit Price on FOB International Port of Exit Total Price on FOB International Port of Exit Ocean Freight Charges from International
parts Prices as per INCOTERMS 2010 Prices as per INCOTERMS 2010 Sea Port of Exit to Sea Port of entry-Kochi
(Currency………...) Col (4 x 5 ) (India)
(Currency……...) in %(percentage) -applicable extra on
Column No.6

1 2 3 4 5 6 7

*UNIT TO BE SPECIFIED BY BIDDER

BIDDER'S SIGNATURE:
COMPANY'S NAME:
SEAL:

Page 3 of 3
Page 15 of 221
A307_ATC (I) Page 1 of 8

BHARAT PETROLEUM CORPORATION LTD


IREP-Kochi Refinery
(Job No. A307)
AGREED TERMS & CONDITIONS (ATC)
(FOR INDIAN BIDDERS)
Supplier Name: M/s ______________________________________________________________

RFQ No.: __________________________________________________________________

Supplier’s Offer Ref No. & Date: ______________________________________________________

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

Contact Person: ___________________________ E-mail _________________________________

1. ALL CORRESPONDENCE MUST BE IN ENGLISH LANGUAGE ONLY.

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

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


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

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


“QUESTIONNAIRE” WITH UN-PRICED BID AND/ OR SUBMITTING INCOMPLETE
REPLIES MAY LEAD TO REJECTION OF SUPPLIER’S BID.

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


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

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.

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

iv) Insurance:

a) For Supply Only


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

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 16 of 221
A307_ATC (I) Page 2 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.

b) For Supply + Site Work


Confirmed
Comprehensive Insurance (Transit/Marine-cum-storage-cum-
erection till handing over of equipment) has been taken care
by the Seller & charges of the same have been included in
the quoted prices.
2. Excise Duty applicable extra on Finished Goods:

a. Specify Excise Tariff Sub-Heading No. _________________

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

c. Any variations in Excise Duty & Edu. Cess at the time of Confirmed
supplies for any reasons including variation due to Turnover
shall be borne by the Seller. Only Statutory Variations within
the Contractual Delivery / completion period shall be borne by
Purchaser.

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

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

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


charges presently, and if it becomes applicable at the time of
delivery due to any reasons other than statutory, the same will
be borne by the Supplier. Confirm acceptance.

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


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

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


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

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


transportation charges.

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


charges presently, and if it becomes applicable at the time of
delivery due to any reasons other than statutory, the same will
be borne by the Supplier. Confirm acceptance.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 17 of 221
A307_ATC (I) Page 3 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.

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


Kerala VAT, upto the Contractual Delivery Date / Completion
Period shall be to Owner’s account subject to documentary
evidence to be furnished by Seller.
4. Octroi / Entry Tax:
Octroi / Entry Tax, if applicable on finished goods (including Confirmed
spares) shall be borne and paid directly by Owner. Confirm
that Octroi / Entry Tax has not been included in the quoted
prices.
5. Any new or additional taxes/ duties and any increase in the
Confirmed
existing Cenvatable taxes/duties imposed after contractual
completion period shall be to Supplier’s account whereas any
corresponding decrease in the existing Cenvatable taxes/
duties shall be passed on to the Owner.
6. Spares Parts:
a. Confirm item wise unit price (FOT Despatch Point) of Confirmed
following spare parts as required in Material Requisition (MR)
have been included indicating itemised quantity.
i) Mandatory Spares are quoted as per MR. Confirmed (if Applicable as per MR)
ii) Commissioning spares as specified in MR are included in Confirmed (if Applicable as per MR)
the quoted Price.
iii) Special Tools & Tackles as specified in the MR are Confirmed (if Applicable as per MR)
included in the quoted prices.
iv) Confirm spares wherever required have been included in Confirmed (if Applicable as per MR)
the quoted price and list of spares is also furnished.
v) Recommended Spares for Two Years Operation & Confirmed (if Applicable as per MR)
Maintenance, as specified in MR have been quoted
separately with Price validity of One (1) year from Contractual
Delivery Date for Main Items/Equipment & List of such spares
has been furnished in the Unpriced Bid.

7. Site Work:
For Site Work, if in the scope of the Bidder as per MR, please
confirm the following:
Confirm that quoted site work prices are exclusive of Service
a. Tax & Edu. Cess but inclusive of VAT on Works Contract and Confirmed
all other applicable taxes & duties.
b. Percentage of Service Tax & Edu. Cess as applicable extra -------------------%
on Site Work.
c. Supplier shall submit the Assessment/ Liability
Certificate from Sales Tax authorities indicating the VAT
on Works Contract payable for enabling Owner to
deduct the same from Supplier Invoices & make Confirmed
payment to the tax authorities. TDS Certificate towards
VAT on Works Contract shall be provided by Owner.
Statutory variation on VAT on Works Contract shall not
be payable by Owner.
d. Statutory Variation on Service Tax & Edu. Cess on Site work
shall be paid by the Owner against documentary evidence
Confirmed
within Contractual completion period.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 18 of 221
A307_ATC (I) Page 4 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.

e. Confirm that Entry Tax / Octroi applicable on Construction


Machinery/Equipment brought by the supplier to site to Confirmed
execute / complete the site work shall be borne by the
Supplier and same is included in the quoted prices. No
variation (including statutory) on such entry tax shall be paid
by the Owner.
8. Supervision / Training Charges:

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

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


on Supervision / Training

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


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

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


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

e. Bidders shall also provide additional BG of an amount equal Noted & Confirmed
to the per diem charges for the number of days considered for
evaluation, over and above 10% PBG to cover compensation
for delay in mobilizing the erection/ commissioning personnel.
This BG will be released to the bidder upon the erection/
commissioning personnel reporting at site. This BG shall be
furnished along with payment milestone for submission of
final documentation as per MR and shall be initially valid up to
six months which shall be extended based on the request by
Owner.

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


quoted prices.

10. Price Reduction for delay in delivery/ completion:

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


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

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


applicable reduction.

11. Delivery / Completion Period:


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

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 19 of 221
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 MSME bidders as per
Govt. guide lines.
13.2 MSE BIDDERS:
YES/ NO
a Confirm whether the bidder is a MSME 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 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.
c In case bidder does not submit duly authenticated
documentary evidence as required above, bidder shall Confirmed
not be considered eligible for availing MSE benefits.
d Any charges quoted extra as lumpsum (like IBR,
Testing, freight, etc.) shall be applicable prorata on
Confirmed
value basis in the event of part order / part quantities/
split order.
14. Repeat Order:
Confirm Acceptance of Repeat Order clause as per RFQ Confirmed
Covering Letter / SIB / GPC.

15. Performance Bank Guarantee:


a) In the event of award of order, submission of Performance Confirmed
Bank Guarantee for 10% of total order value along with
Final supply payment valid till full guarantee period plus 3
(Three) months.

b) The Performance Bank Guarantee shall be strictly as per Confirmed


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

16. Guarantee / Warranty: Confirmed


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

17. Firmness of prices:


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

18. Testing and Inspection charges:


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

b. Quoted prices are:


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

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 20 of 221
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. Import Content:

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 :

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


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

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

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

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

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


exchange rate.

f. Owner shall not provide any import licence. Noted


g. Quoted prices are after considering the benefit of CENVAT on Confirmed
CVD including Edu. Cess. In case material is shipped directly
to Port/Project Site, quoted prices are excluding CENVAT
benefit.

h. In case material is directly dispatched from port, CVD amount Confirmed


shall be reimbursed subject to submission of bill of entry
documents along with CVD invoice.

i. Any upward variation due to change in Customs Duty Confirmed


classifications shall be absorbed by the vendor. However, any
reduction in customs duty due to change in classification shall
be passed on to Owner.
j. Statutory variations, if any, in the rate of Import Duties upto Confirmed
rd
2/3 contractual delivery period shall be to Owner’s account.

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


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

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 21 of 221
A307_ATC (I) Page 7 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
l. 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.

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


separately after receipt of material at site, against
documentary evidence.
20. Validity of Bid:

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


the final due date of bid submission.

21. Compliance to RFQ documents:


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

b) Confirm your offer is in total compliance with RFQ


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

i) Request for Quotation (RFQ) Confirmed


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

22. Whether any of the Directors of Bidder is a relative of any Confirmed No relation
Director of Owner/EIL or the Bidder is a firm in which any
Director of Owner/EIL or his relative is a Partner or the Bidder
is a private company in which any director of Owner/EIL is a
member or Director.
23. Please confirm you have not been banned or delisted by any Not Banned
Government or Quasi Government agencies or PSUs. If you
have been banned, then this fact must be clearly stated. This
does not necessarily mean cause for disqualification.
However if this declaration is not furnished the bid shall be
rejected as non-responsive.
24. Please confirm your offer contains the following:

24.1 UNPRICED OFFER- without any Deviations Confirmed


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

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 22 of 221
A307_ATC (I) Page 8 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
contradiction between the confirmations given above and
terms & conditions mentioned elsewhere in the offer, the
confirmation given/confirmed herein above shall prevail.
28. Confirm that Net worth of the Bidder’s company is Confirmed & Submitted
positive as per the immediate preceding year’s audited
financial results & Immediate preceding year’s audited
annual financial results has been submitted along with un-
priced bid.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 23 of 221
A307_ATC (F) Page 1 of 7

M/s BHARAT PETROLEUM CORPORATION LIMITED


IREP-Kochi Refinery
(Job No. A307)
AGREED TERMS & CONDITIONS (ATC)
(FOR FOREIGN BIDDERS)

Supplier Name: M/s ______________________________________________________________

RFQ No.: __________________________________________________________________

Supplier’s Offer Ref No. & Date: ______________________________________________________

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

Contact Person: ___________________________ E-mail _________________________________

1. ALL CORRESPONDENCE MUST BE IN ENGLISH LANGUAGE ONLY.

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

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


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

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


“QUESTIONNAIRE” WITH UN-PRICED BID AND / OR SUBMITTING INCOMPLETE REPLIES
MAY LEAD TO REJECTION OF SUPPLIER’S BID.

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


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

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
1. a) Confirm that the offer contains firm prices on Confirmed
F.O.B. International Seaport of Exit Basis
b) Indicate International Seaport of Exit -----------------------------
c) Indicate the HSN Code of the Items __________________
d) Details of any Free Trade Agreement (FTA) /
Comprehensive Economic Partnership
Agreement (CEPA) / Treaty between Bidders
country Govt. & Indian Government for availing
custom duty exemption / concession. If bidder will
not specifically mention the same, it is to be Applicable / Not Applicable
considered that there is no specific Agreement /
Treaty between Govt. of Bidders & Purchasers
County.
e) Confirm quoted prices are inclusive of stowage
charges. Confirmed

f) Confirm that ocean freight charges upto port of


entry- Kochi, (India) has been quoted separately Confirmed , Quoted in Price Schedule
by you in the price schedule.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 24 of 221
A307_ATC (F) Page 2 of 7

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
g) In case you have not indicated the ocean freight
charges separately in the price schedule please
quote the same in terms of Percentage of the ------------ %
quoted FOB Price.
h) In case ocean freight charges are repeated
anywhere in the bid/Price Schedule/ATC, then Confirmed
higher shall be considered for evaluation & lower
for ordering. (In case of CFR)
2. Insurance:
a) For Supply Only
Price quoted must exclude Marine insurance
charges from FOB International Port of Exit, as Confirmed
same shall be arranged by the Owner. However
all marine insurance charges for inland transit
upto FOB International Port of Exit must be
included by you in your prices.
b) For Supply + Site Work
Comprehensive Insurance (Transit/Marine-cum-
Confirmed
storage-cum-erection till handing over of
equipment) has been taken care by the Seller &
charges of the same have been included in the
quoted prices.
3. Owner reserves the option to place order either on
FOB or CFR basis (applicable only as per Confirmed
requirement mentioned in RFQ documents).
4. Delivery / Completion Period:
a) Delivery / Completion period shall be as Confirmed
mentioned in the RFQ covering letter.
b) Confirm delivery period shall be reckoned from Confirmed
the date of Fax of Acceptance.
c) Confirm date of clean Bill of Lading shall be
considered as date of delivery. (In case order is Confirmed
placed on FOB port of Exit basis or on CFR
basis)

5. Taxes & Duties:


a. All taxes, duties and levies of any kind payable upto Confirmed
FOB International Port of Exit shall be borne by
Bidder.
Confirmed
b. Export permit/ licence if required shall be vendor’s
responsibility & any expenditure towards same will
be borne by Bidder.
6. Supervision / Training Charges:
a. Charges for Supervision / Training, if in the scope of Confirmed, Quoted in Price Schedule
the Bidder as per MR have been indicated by bidder
separately in the Price Schedule.
b. Per-diem rate for supervision has been quoted in Confirmed
accordance with the Terms & Conditions for
Supervision enclosed with the RFQ Documents.

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


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

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 25 of 221
A307_ATC (F) Page 3 of 7

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.

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


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

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


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

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

a. Confirm that quoted site work prices are exclusive of


Service Tax & Edu. Cess but inclusive of VAT on Confirmed
Works Contract and 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 Confirmed


Certificate from Sales Tax authorities indicating the
VAT on Works Contract payable for enabling Owner
to deduct the same from Supplier Invoices & make
payment to the tax authorities. TDS Certificate
towards VAT on Works Contract shall be provided by
Owner. Statutory variation on VAT on Works
Contract shall not be payable by Owner.
Confirmed
d. Statutory Variation on Service Tax & Edu. Cess on
Site work shall be paid by the Owner against
documentary evidence within Contractual completion
period.
Confirmed
e. Confirm that Entry Tax / Octroi applicable on
Construction Machinery/Equipment brought by the
supplier to site to execute / complete the site work
shall be borne by the Supplier and same is included
in the quoted prices. No variation (including statutory)
on such entry tax shall be paid by the Owner.
8. Validity:
a. Confirm Bid validity as stipulated in RFQ covering Confirmed
letter from the final due date of bid submission.

9. Manufacturer’s Name and Address

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 26 of 221
A307_ATC (F) Page 4 of 7

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.

10. Inspection Charges:


a. Goods supplied are subject to stage wise and final
inspection as specified in MR by TPI agency i.e. Confirmed
Lloyds/BV/DNV/TUV/CEIL in the country of origin
and charges of the same shall be included in quoted
prices and it is supplier’s responsibility to arrange for
the same. No additional charges shall be paid by
owner towards the same.
b. Quoted prices are:
i) Inclusive of all testing and inspection charges (if
Confirmed
applicable) as per MR.
ii) Inclusive of all IBR/IGC/NACE charges (if
Confirmed
applicable) as required in the Material
Requisition.
iii) Inclusive of all statutory certification charges
PESO/CCOE etc. (if applicable) as required in Confirmed
the Material Requisition.

11. Country of Origin:


Country of origin from where the goods have been --------------------------
offered.
12. Currency of Quote:
Furnish the currency of quote. Change in currency
once quoted will not be allowed. Bidder shall quote -----------------------------
either in USD / Euro / INR only.
13. Spares Parts:
a) Confirm item wise unit price (FOB Port of Exit bais)of Confirmed
following spare parts as required in Material
Requisition (MR) have been quoted indicating
itemised quantity.
i) Mandatory Spares are quoted as per MR. Confirmed (if Applicable as per MR)
ii) Commissioning spares as specified in MR are Confirmed (if Applicable as per MR)
included in the quoted Price.
iii) Special Tools & Tackles as specified in the MR Confirmed (if Applicable as per MR)
are included in the quoted prices.
iv) Confirm spares wherever required have been Confirmed (if Applicable as per MR)
included in the quoted price and list of spares is
also furnished.
b) Recommended Spares for Two Years Operation & Confirmed (if Applicable as per MR)
Maintenance, as specified in MR have been quoted
separately with Price validity of One (1) year from
Contractual Delivery Date for Main Items/Equipment
& List of such spares has been furnished in the
Unpriced Bid. Also itemwsie Ocean freight charges
upto port of entry, Kochi (India) for the spares has
been quoted.
14. Confirm documentation charges as per MR are
inclusive in your quoted prices. Confirmed

15. Confirm customer references list for the item/model Confirmed


quoted by you, is given in offer.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 27 of 221
A307_ATC (F) Page 5 of 7

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
16. Indicate shipping weight (net and gross) and volume
of the consignment.
---------------------------
17. Performance Bank Guarantee:
a. Confirm goods to be supplied by you shall be
guaranteed for performance as per the General Confirmed
Purchase Conditions (Imports) & Special Instructions
to Bidders (SIB) and submission of the Bank
Guarantee 15% of Order Total Value (10% towards
Performance and 5% towards Price Reduction
Schedule for delay in Delivery) shall be valid till full
guarantee period plus 3 (Three) Months.

b. i) The Performance Bank Guarantee shall be Confirmed


strictly as per proforma enclosed with the GPC
document and shall be from any Indian
Scheduled Bank or any reputed International
Bank and shall be submitted within 15 days from
date of FOA.
ii) However, if Performance Bank Guarantee are Confirmed
furnished other than the Nationalised Indian
Bank, the banks where BGs are furnished, must
be Commercial Bank having net worth in excess
of Rs. 100 crore or USD 22 Millions and any
declaration to this effect will be furnished by such
Commercial Bank either in the bank guarantee
itself or separately on a letter head.
18. Guarantee / Warranty
Confirm acceptance to Guarantee / Warranty clause Confirmed
as mentioned in the General Purchase Conditions &
Special Instructions to Bidders.

19. Firmness of prices:


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

20. Part Order:


a) Confirm acceptance of Part Order clause as per Confirmed if applicable as per MR()
GPC (Imports). And bidder also confirm
acceptance to part quantity orders of any items
(having quantities 5 Nos. & more) to facilitate Confirmed
purchase preference to MSME bidders as per
Govt. guide lines.
b) In case of part order confirm all lumpsum charges
quoted extra if any viz. Documentation, testing,
packing, crating, handling, FOB, IBR etc., shall be
Confirmed
applicable prorata on value basis in the event of
part order / part quantities/ split order.
21. Repeat Order:
Confirm Acceptance to Repeat Order as per RFQ Confirmed
Covering Letter/SIB/GPC/Material Requisition.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 28 of 221
A307_ATC (F) Page 6 of 7

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
22. Price Reduction on delay in delivery/completion:
a) Confirm acceptance of price reduction schedule Confirmed
for delay in deliveries/completion of work/services
specified in General Purchase Conditions (GPC)
enclosed with the RFQ Document. Liquidated
damages or penalty are not acceptable.

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


amount by applicable reduction. Confirmed
23. Payment Terms:
Confirm acceptance of payment terms as per
“Payment Terms and Mode of Payment” specified in Confirmed
Special Instructions to Bidders and RFQ covering
letter.

24. a) Letter of Credit shall be opened after receipt of


Confirmed
unconditional order acknowledgement along with
15% bank guarantee(as per Sl. 17a above) valid
till expiry of Material/Equipment Guarantee period
as per General Purchase Conditions and Special
Instructions to Bidders plus 3 (Three) months
claim period.
b) Letter of Credit shall be opened through a Govt.
of India Nationalised/ Scheduled Bank and hence Confirmed L/C not required
need not be confirmed.
OR
c) However, if you still insist for confirmed L/C,
confirmation charges shall be borne by you. Noted
Please confirm.
25. All Bank charges and stamp duties payable outside
India in connection with payments to be made under
Purchase Order for the item, if placed, shall be borne Confirmed
by you. All bank charges and stamp duties payable in
India shall be borne by the Purchaser.
26. Please indicate name and address of your Bankers
for L/C opening, telephone/E-mail address.
27.
a) Confirm your offer is in total compliance with RFQ Confirmed
Document containing technical specifications
including General / Technical notes, scope of
supply/services/site work (as applicable) including
documentation as per Material Requisition (MR) and
subsequent amendment and corrigendum, if any,
without any deviation.

Confirm your offer is in total compliance with RFQ Confirmed


b)
documents containing commercial terms and
conditions as per the following documents, without
any deviation:
Confirmed
i) Request for Quotation (RFQ)
Confirmed
ii) Special Instructions to Bidders(SIB)
iii) General Purchase Conditions (GPC) Confirmed
v) Terms & Conditions for Supervision Confirmed (if Applicable as per MR)
vi)Terms & Conditions for Site work, GCC & HSE Confirmed (if Site Work is Applicable as
per MR)

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 29 of 221
A307_ATC (F) Page 7 of 7

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.

vii) Integrity Pact Confirmed

viii) Commercial / Technical Amendments, if any Confirmed


28. Direct offer without the intermediary of an Indian
Agent will only be considered. Noted & Confirmed.
29. Please confirm you have not been banned or delisted
by any Government or Quasi Government agencies
or PSUs. If you have been banned, then this fact
must be clearly stated. This does not necessarily be
Not Banned
cause for disqualification. However if this declaration
is not furnished the bid shall be rejected as non-
responsive.
30. Please confirm your offer contains the following:
30.1 Unpriced offer- without any deviations Confirmed
30.2 Priced Offer
Price Schedule with annexures only. Confirmed
31. Any claim arising out of order shall be sent to Owner
in writing with a copy to EIL within 3 months from the
date of last despatch. In case the claim is received Confirmed
after 3 months, the same shall not be entertained by
consultant / Owner.

32. Printed terms and conditions, if any, appearing in


quotation, shall not be applicable in the event of
order. In case of contradiction between the
Confirmed
confirmations given above and terms & conditions
mentioned elsewhere in the offer, the confirmation
given/confirmed herein above shall prevail.
33. Confirm that Net worth of the Bidder’s company is
positive as per the immediate preceding year’s
audited financial results & Immediate preceding Confirmed & Submitted
year’s audited annual financial results has been
submitted along with unpriced bid.

VENDOR’S NAME:

SIGNATURE & SEAL:

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 30 of 221
BPCL-KR
Job: A307

INTEGRATED REFINERY EXPANSION PROJECT


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

SPECIAL INSTRUCTION TO BIDDER


(SIB)

A307_SIB Rev.6 dt. 14.04.2014 Page 1 of 20

Page 31 of 221
BPCL-KR
Job: A307

INDEX
SECTION – A (TERMS OF PAYMENT)
1.0 Payment Terms For Indian Bidders
2.0 Payment Terms For Foreign Bidders
3.0 Ocean Freight
SECTION – B: EVALUATION CRITERIA FOR COMPARISION OF BIDS
4.0 Where only Indian Bids are under comparison
5.0 Where only Foreign Bids are under comparison
6.0 Where Indian as well as Foreign Bids are under comparison
7.0 General Notes
8.0 Special Notes on Taxes/Duties and CENVAT benefits
9.0 Price Reduction Schedule Towards Delay In Delivery
10.0 Guarantee / Warranty Period
SECTION-C: (COMMERCIAL LOADING OF OFFERS IN CASE OF DEVIATIONS)
11.0 Basis of Loading
12.0 Payment Terms
13.0 Performance Bank Guarantee (PBG)
14.0 Delayed Deliveries
15.0 Price Variation
16.0 Freight charges
17.0 Indian taxes/ duties
18.0 Utilities
19.0 Delivery/Completion Period
20.0 Foreign Exchange Rate Variation/Custom Duty Variation For Indian Bidders (On
Built-In Import Content)
21.0 VAT on Works Contracts/ Service Tax/ Splitting Of Orders
22.0 Entry Tax
23.0 Rejection Criteria
24.0 Suo-Moto Changes In Prices
25.0 Price Implication Not Permitted
26.0 Integrity Pact
SECTION-D: SPECIAL CONDITIONS.
27.0 Delivery Schedule/ Completion Period
28.0 Despatch Instructions for Indigenous Supplies
29.0 Additional Taxes & Duties (Applicable For Indian Bidder)
30.0 Recovery Of Custom Duty, Excise Duty And Sales Tax
31.0 Governing Law
32.0 Purchaser’s Rights And Remedies
33.0 Deduction At Source
34.0 Statutory Approval
35.0 Lien
36.0 Limitation Of Liability
SECTION-E: GENERAL INSTRUCTIONS
37.0 General
38.0 Fraudulent Practices
39.0 One Bid Per Bidder
40.0 Language Of Bid
41.0 Earnest Money Deposit:
42.0 Modification And Withdrawal Of Bids
43.0 Examination Of Bids And Determination Of Responsiveness
44.0 Owner’s Right To Accept Any Bid And To Reject Any Bid
45.0 Notification Of Award
46.0 Waiver Or Transfer Of The Agreement
47.0 T&C For Foreign Suppliers (To Whom RFQ Issued) Operated Through Their Indian
Office / Subsidiaries
48.0 Tax Residency Certificate (TRC) Format For Foreign Bidder
49.0 Requirement of Employment Visa For Foreign Nationals

SECTION-F: ADDITIONAL CLAUSES TO GPC


50.0 Settlement of dispute between CPSEs or CPSEs & Government Departments

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


Foreign Bidder)

A307_SIB Rev.6 dt. 14.04.2014 Page 2 of 20

Page 32 of 221
BPCL-KR
Job: A307

SPECIAL INSTRUCTIONS TO BIDDERS


BHARAT PETROLEUM CORPORATION LIMITED, KOCHI REFINERY
INTEGRATED REFINERY EXPANSION PROJECT

SECTION-A: TERMS OF PAYMENT


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

1.0 PAYMENT TERMS FOR INDIAN BIDDERS:

1.1 Where the Material Requisition is only for supply of materials and there is no Supplier Data
Requirement specified in MR e.g. Bulk Piping Items, etc.
1.1.1 100% Payment within 30 days after receipt and acceptance of materials at site and on submission of
Performance Bank Guarantee for 10% of Total Order Value, valid till the full guarantee period plus
Three months claim period.

1.2 Where the Material Requisition calls for Supplier Drawings/Technical Documentation.
1.2.1 90% Payment within 30 days of receipt and acceptance of materials at Site and on submission of
dispatch documents.
1.2.2 10% Payment after receipt of final technical documentation as per PR against EIL’s certification and
on submission of Performance Bank Guarantee for 10% of Total Order Value, valid till full guarantee
period plus Three months claim period.

1.3 Where Supply of materials and Erection or Site Work are in the scope of Supplier and
Package Items.
1.3.1 Supply
1.3.1.1 5% Payment on approval of all drawings atleast in CODE-2 by EIL against submission of Bank
Guarantee of equivalent amount valid till complete execution of Order plus Three months claim
period.
1.3.1.2 15% Payment after receipt of identified raw materials at Supplier’s Works and against certification by
EIL and submission of Bank Guarantee of equivalent amount valid till complete execution of Order
plus Three months claim period.
1.3.1.3 60% Payment after receipt of equipment/materials at BPCL’s Site. Billing Schedule to be furnished
by the Supplier in case pro-rata payments are required.
1.3.1.4 10% payment after completion of Site Work and submission of final Technical documents as
specified in the Purchase Requisition against EIL’s Certification and submission of Performance
Bank Guarantee for 10% of Total Order Value (Supply plus Site Work), valid till full guarantee period
plus three months claim period.
In case of delay in start of the site work beyond 6 months, the above 10% Payment shall be released
against submission of Bank Guarantee of equivalent amount valid initially for 1 year and subject to
extension upto completion of the site work. However, in the event of delay in the site work, the
Supplier is not relieved of his responsibility to carry out the same.
1.3.1.5 10% payment within 30 days of handing over the successfully commissioned equipment. Wherever
commissioning is not in the Supplier’s scope, the payment will be released after completion of Site
Work as per PR and handing over of equipment.

1.3.2 Erection/ Site work


1.3.2.1 90% Payment against monthly running bills (based on agreed Billing Schedule), duly certified by
EIL.
1.3.2.2 10% Payment within 30 days after final handing over of equipment package to BPCL at site.

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


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

A307_SIB Rev.6 dt. 14.04.2014 Page 3 of 20

Page 33 of 221
BPCL-KR
Job: A307

1.4.2 15% after receipt of identified raw materials at Supplier’s Works and against certification by EIL and
submission of Bank Guarantee of equivalent amount valid till complete execution of Order plus
Three months claim period.
1.4.3 60% Payment through NEFT against receipt of materials at BPCL’s Site. Billing Schedule to be
furnished by the Supplier in case pro-rata payments are required.
1.4.4 10% Payment after receipt of final documents as required in Purchase Requisition against EIL’s
certification and on submission of Performance Bank Guarantee for 10% of Total Order Value, valid
till full guarantee period plus Three months claim period.
1.4.5 Balance 10% Payment within 30 days of receipt of equipment at Site.

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


1.5.1 5% Payment on approval of all drawings atleast in CODE-2 by EIL against submission of Bank
Guarantee of equivalent amount valid till complete execution of Order plus Three months claim
period.
1.5.2 75% Payment against receipt of materials at BPCL’s Site. Billing Schedule to be furnished by the
Supplier in case pro-rata payments are required.
1.5.3 10% Payment after receipt of final documents as required in Purchase Requisition against EIL’s
certification and on submission of Performance Bank Guarantee for 10% of Total Order Value, valid
till full guarantee period plus three months claim period
1.5.4 Balance 10% Payment against Commissioning/Demonstration of Performance Guarantee (if
applicable) or 6 months from receipt of material at Site (against Bank Guarantee of equivalent
amount valid for 1 year), whichever is earlier. However, in the event of delay in conducting the
Performance Guarantee Run, the Supplier is not relieved of his responsibility to carry out the same.
No additional payment shall be made for visit of Supplier to Site for demonstrating the performance,
if the same is included in the scope of Supplier.
For items where supervision during erection, testing and commissioning is not required, the last 10%
Payment shall be released within 30 days of receipt of material at Site.

1.6 Payment for PGTR / Per Diem Charges for Supervision of Erection, Testing &
Commissioning
1.6.1 100% Payment of Invoice Amount shall be paid on completion of supervision services / PGTR
against submission of Invoice along with Time Sheet duly certified by EIL/BPCL Site-In-Charge.
Payment shall be made after deducting Income Tax at applicable rate. Service Tax, if any, shall be
paid on submission of Service Tax Invoice.
1.6.2 Where erection/commissioning supervision, commissioning assistance is required from the vendor,
penalty for non mobilization/delay in mobilization as per order shall also be specified in the
specifications. The penalty shall generally be 1.5 times the per diem rate for each day of delay of
reporting to site and shall be in addition to price reduction for delayed delivery.

1.6.3 Wherever supervision is in the scope of MR, bidders shall provide additional BG of an amount equal
to the per diem charges for the number of days considered for evaluation over and above 10%
PBG to cover compensation for delay in mobilising the erection/ commissioning personnel. This BG
will be released to the bidder upon the erection/ commissioning personnel reporting at site. This BG
shall be furnished along with payment milestone for submission of final documentation as per PR
and shall be valid up to six months which shall be extended based on the request by BPCL. (In case
where commissioning, Performance Guarantee Test, etc. are required and the 10% is under hold,
this condition shall not be applicable).
1.7 Transportation charges
1.7.1 100% Payment within 4 weeks after receipt of materials at site.

1.8 General
1.8.1 Excise Duty, Service Tax & VAT on Supplies shall be released only on receipt of Cenvatable/
Vatable copy of corresponding Invoice enabling availing of Input Credit by BPCL.
1.8.2 No initial advance payment along with Order shall be made by the Owner against Supplies as well
as Services (i.e. Transportation, Erection, Site Work, etc.). If a Supplier insists on the same, their
Offer shall be rejected.
1.8.3 Bank Guarantee(s) shall be issued through Scheduled Commercial Bank in India/ Indian Branch of
Foreign Bank, directly to BPCL as per the Pro-forma enclosed with RFQ documents and Supplier
shall also enclose copy of the same along with Invoice.

A307_SIB Rev.6 dt. 14.04.2014 Page 4 of 20

Page 34 of 221
BPCL-KR
Job: A307

1.8.4 All payments shall be released either through Electronic Clearing System (ECS) / Electronic Fund
Transfer (EFT)/ Real Time Gross Settlement (RTGS) or through internet, within 30 days of receipt of
Invoice and all requisite documents, complete in all respects.
1.8.5 Billing schedule shall be submitted to EIL & BPCL by the Supplier for approval within 30 days from
the date of Purchase Order wherever specified therein. No payment against pro-rata dispatch shall
be made without approval of Billing Schedule.
1.8.6 Major Raw Material: Shall be as specified below:
i. Columns and Vessels: Plates and Forgings
ii. Heat Exchangers: Plates, Forgings and Tubes
iii. Pumps/Compressors: Castings and Drivers
iv. Any other item(s) as may be defined in MR/PR.

2.0 PAYMENT TERMS FOR FOREIGN BIDDERS:


2.1 Where the Material Requisition is only for Supply of materials
2.1.1 100% of FOB Order Value shall be paid through an Irrevocable Letter of Credit against submission
of Shipping Documents. The Letter of Credit shall be established only on receipt of acceptance of
Fax of Acceptance/Purchase Order along with submission of Bank Guarantee of 15% of Order Value
(10% towards Performance Bank Guarantee valid till full Guarantee period plus Three months claim
period & separate 5% Bank Guarantee towards Price Reduction Schedule due to delay in delivery
valid till contractual delivery date (CDD) + Five and half Months).
For PGTR cases only
In case of PGTR 90% supply amount shall be released through Letter of Credit and last 10% supply
amount shall be released against successful demonstration of Performance Guarantee Test Run &
submission of Invoices duly certified by Site-In-charge or 6 months from receipt of material at site
(against BG of equivalent amount valid for 1 year), whichever is earlier. However in the event of
delay in conducting the PGTR, the bidder is not relieved of his responsibility to carry out the same.
No additional payment shall be made for visit of supplier to site for demonstrating the PGTR, if the
same is included in the scope of supplier.

2.2 Where the Material Requisition calls for Supply of material and Erection or Site Work in the
scope of Supplier and Package Items
For Supply Portion
2.2.1 90% Payment of FOB Supply value through an Irrevocable Letter of Credit against submission of
Shipping Documents. The Letter of Credit shall be established only on receipt of acceptance of Fax
of Acceptance/Purchase Order along with submission of Bank Guarantee of 15% of Order Value
(10% towards Performance Bank Guarantee valid till full Guarantee period plus Three months claim
period & separate 5% Bank Guarantee towards Price Reduction Schedule due to delay in delivery
valid till contractual delivery date (CDD) + Five and half Months).
2.2.2 10% Payment of FOB Supply value through direct wire transfer through banking channels on
completion of Erection or Site Work or Commissioning/Performance Guarantee Test Run (PGTR) at
site, as applicable as per Purchase Order/Purchase Requisition (PR) against submission of final
documents or Certificate of Completion of Work by BPCL Site.
For PGTR cases only
The above amount (10%) shall be released against successful demonstration of Performance
Guarantee Test Run & submission of Invoices duly certified by Site-In-charge or 6 months from
receipt of material at site (against BG of equivalent amount valid for 1 year), whichever is earlier.
However in the event of delay in conducting the PGTR, the bidder is not relieved of his responsibility
to carry out the same. No additional payment shall be made for visit of supplier to site for
demonstrating the PGTR, if the same is included in the scope of supplier.

For Site Work Portion (Erection/Commissioning/PGTR)


2.2.3 100% Payment of Amount for Erection or Site Work or Commissioning/Performance Guarantee Test
Run (PGTR) at site, shall be paid through direct wire transfer through banking channels on
completion of Erection or Site Work at site as per Purchase Order against submission of Certificate
for Completion of Work by EIL Site.
The Letter of Credit shall be established only on receipt of acceptance of Fax of
Acceptance/Purchase Order along with submission of Performance Bank Guarantee of 15% of Total
Order Value [Supply+Site Work] (10% towards Performance Bank Guarantee valid till full Guarantee

A307_SIB Rev.6 dt. 14.04.2014 Page 5 of 20

Page 35 of 221
BPCL-KR
Job: A307

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

2.3 For Training


2.3.1 At Site: 100% payment against final bill to be submitted by seller after completion of training duly
certified by site-in-charge.
2.3.2 At Supplier’s Works: 100% payment against final bill to be submitted by seller after completion of
training.
2.4 Annual Maintenance Contract
100% payment shall be paid at the end of each quarter of the contractual year against quarterly
progressive bills to be submitted by Seller duly certified by Site-in-Charge.
2.5 Payment for PGTR / Per Diem Charges for Supervision of Erection, Testing &
Commissioning
2.5.1 100% Payment of Invoice amount through direct wire transfer as per normal banking channels on
completion of supervision activity / PGTR upon submission of Invoice, Time Sheet duly certified by
Site In-Charge at BPCL Site, legible copy of visa (showing date of entry and date of exit from India)
and passport (showing Name and Nationality of the personnel). Payment shall be made after
deducting Income Tax at applicable rate.
2.5.2 Where erection/commissioning supervision, commissioning assistance is required from the vendor,
penalty for non mobilization/delay in mobilization as per order shall also be specified in the
specifications. The penalty shall generally be 1.5 times the per diem rate for each day of delay of
reporting to site and shall be in addition to price reduction for delayed delivery.

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

2.6 General
2.6.1 No initial advance payment along with Order shall be made by the Owner against Supplies as well
as Services (i.e. Transportation, Erection, Site Work, etc.). If a Supplier insists on the same, their
Offer shall be rejected.
2.6.2 All Bank Guarantee(s) shall be issued through any Indian Scheduled Bank or branch of an
International Bank situated in India and registered with Reserve Bank of India as scheduled foreign
Bank as per Pro-forma provided in RFQ documents. All Bank Guarantees will be directly to BPCL by
the Bank.
2.6.3 All bank charges and stamp duties payable outside India in connection with payments shall be borne
by the Supplier. All bank charges and stamp duties payable in India shall be borne by BPCL except
L/C Amendment charges for delays in delivery. Confirmation charges for Confirmed L/C shall be
borne by Supplier.
2.6.4 Billing schedule shall be submitted to EIL & BPCL by the Supplier for approval within 30 days from
the date of Purchase Order wherever specified therein. No part shipment shall be made without
approval of billing schedule.
2.6.5 Subject to Technical Acceptability, For supplies sourced within India (if any) by Foreign
Bidder & directly dispatched to Site shall have following provisions: (Refer Annexure-A)

3.0 OCEAN FREIGHT:


3.1 Ocean freight from FOB Port of Exit to designated Indian Port shall be arranged by BPCL through
their nominated Freight Forwarder. Supplier shall arrange handing over the material to BPCL Freight
Forwarder at the designated Port of Exit.
3.2 In cases where the RFQ requires the Supplier to quote Ocean Freight, BPCL reserves the right to
ask the Supplier to arrange shipment through their own Freight Forwarder at the quoted freight
rates.
3.3 Owner/EIL reserves the right to place the order for foreign bidder either on FOB basis or CFR basis.
In case of award, initially the order shall be placed on FOB basis and Owner reserves the right to
convert the same to CFR basis within 4 months, from placement of order. Therefore, the Ocean

A307_SIB Rev.6 dt. 14.04.2014 Page 6 of 20

Page 36 of 221
BPCL-KR
Job: A307

Freight Charges/ CFR prices should be valid for additional 4 months from the date of Order. The
bidder is required to furnish the shipping details within 45 days from the date of order. In case the
bidder is not able to prove the shipping details within 45 days then 4 months shall be considered
from the date of receipt of shipping details of consignment for converting FOB to CFR.
3.4 Above clause no. 3.1 to 3.3 is not applicable for Turn-Key jobs where ocean freight along with
Marine cum transit cum erection insurance in bidders scope.

SECTION – B: EVALUATION CRITERIA FOR COMPARISION OF BIDS

4.0 WHERE ONLY INDIAN BIDS ARE UNDER COMPARISON:


Bids shall be evaluated on the basis of Net Effective Price i.e. landed cost at Site including Third
Party Inspection charges (if applicable) by Third Party Inspection Agency as nominated by BPCL
minus CENVAT/ Set Off benefit available to BPCL.
Commercial loading shall be done on FOT Dispatch Point price.
If a Bidder does not quote freight charges, his offer shall be loaded with maximum freight charges as
quoted by the other bidders.
Taxes/Duties:
Taxes and Duties will be loaded as applicable. However, if a Bidder states that the Sales Tax/
Excise Duty is not applicable at present or quotes lesser percentage stating the same will be
charged as applicable at the time of delivery, then such Bidder’s price will be loaded by the highest
rate as indicated by the remaining bidders.

5.0 WHERE ONLY FOREIGN BIDS ARE UNDER COMPARISON:


Bids shall be evaluated on the CIF basis including Custom Clearance (as mentioned below),
considering firm ocean freight up to Port of Entry (Kochi, India) as quoted by bidders.
Sl. No. Head Basis
1 F.O.B. Price As quoted by the Bidder (including stowage charges in case of
pipes*) and Third Party Inspection charges.
* Stowage charges, if not included in the quoted FOB Price, the
same shall be loaded @ 10% of freight quoted by the Bidder.
2 Add – Ocean Freight Firm Freight charges as quoted by Bidders or provision mentioned
in the bid documents
3 Add – Marine Insurance @ 1% of FOB Price
4 Add – Customs Duty Prevailing Rate on (CIF value plus Landing Charges @ 1% of CIF
Value)
5 Commercial Loading, if any On FOB Value
6 Less – Cenvatable Duties
7 FOT SITE PRICE Sum Total (Sl. Nos. 1 ~ 5) – (Sl. No. 6)

If a Bidder does not quote Ocean freight charges, his offer shall be loaded with maximum freight
charges as quoted by the other bidders.
Comparison shall be done on equivalent Indian Rupees considering RBI Reference rate of Foreign
Exchange published on the day of Opening of Priced Bids.
Normally, deviations in Payment terms, Firm prices & Performance Bank Guarantee are not
acceptable. However, wherever Bidder insists, the loading shall be done as applicable to Indigenous
cases on FOB price.

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


Domestic Bidders:
Bids shall be evaluated on the basis of Landed Cost at Site (considering EIL Inspection charges @
1.25% of FOT Dispatch Point price) including all duties, taxes and transportation charges less
Cenvatable Excise Duty, Cenvatable Service Tax, VAT on Supplies, VAT on Works Contract,
whichever is applicable.
Commercial loading shall be done on FOT Dispatch Point price.
A307_SIB Rev.6 dt. 14.04.2014 Page 7 of 20

Page 37 of 221
BPCL-KR
Job: A307

Foreign Bidders:
Bids shall be evaluated on the basis of landed cost at Site including the charges of inspection by
Third Party Inspection Agency, all duties, taxes and ocean freight charges as under less Cenvatable
CVD/SAD, Cenvatable Service Tax, VAT on Supplies, VAT on Works Contract, whichever is
applicable.

Sl. No. Head Basis


1 F.O.B. Price As quoted by the Bidder (including stowage charges in case of
pipes*) and Third Party Inspection charges.
* Stowage charges, if not included in the quoted FOB Price, the
same shall be loaded @ 10% of freight quoted by the Bidder.
2 Add – Ocean Freight Firm Freight charges as quoted by Bidders
3 Add – Marine Insurance @ 1% of FOB Price
4 Add – Customs Duty Prevailing Rate on (CIF value plus Landing Charges @ 1% of CIF
Value)
5 Add – Port Handling Charges @ 2% of CIF Value

Sl. No. Head Basis


6 Add – Inland Freight Charges 1% of Landed Cost i.e. Sl. Nos. 1 to 5
from Port of Entry in India to
Project Site
7 Add – L/C charges @ 1% of FOB Price
8 Commercial Loading, if any On FOB Value
9 Less – Cenvatable Duties
10 FOT SITE PRICE Sum Total (Sl. Nos. 1 ~ 8) – (Sl. No. 9)

Wherever supervision and site works are involved, in that cases service tax plus Ed. Cess shall be
loaded with as applicable rates
7.0 GENERAL NOTES:
i. Cost of Mandatory (Insurance) Spares, if identified in the Material Requisition, Commissioning
spares and Special Tools & Tackles will be included for price evaluation of bids, but costs of Spares
for Two Years Normal Operation & Maintenance shall be excluded.
ii. Cost of loading towards Technical Parameters (Utilities, etc.) wherever applicable shall be carried
out.
iii. BPCL shall claim CENVAT benefits on Excise Duty, CVD/SAD, Service Tax as well as the Cess
applicable and accordingly Excise Duty/ CVD/ SAD/ Cess/ Service Tax shall be considered and
necessary credit shall be given for evaluation and comparison of bids.
Wherever Site Work, AMC, Training, Supervision, etc. are required as per MR/RFQ, the same shall
be considered for evaluation.
iv. Bidders shall indicate the Customs Duty at Merit Rate in their Offer.

v. The Bidder must ascertain and confirm along with supporting documents in the bid, if any Custom
duty exemption / waiver is applicable to the products being supplied by bidder under any multi-lateral
/ bi-lateral trade agreement between India and Bidder’s country.

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

Any Custom Duty applicability on account of any change in the bi-lateral / multi-lateral agreement
shall be in bidder’s account.

A307_SIB Rev.6 dt. 14.04.2014 Page 8 of 20

Page 38 of 221
BPCL-KR
Job: A307

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

vi. BPCL shall issue Concessional Form ‘C’ for Central SalesTax, for all applicable cases.
vii. Comparison shall be done on equivalent Indian Rupees considering RBI Reference Rate of Foreign
Exchange published on the day of opening of the Price Bids.
viii. Third Party Inspection charges for foreign bidder must be included in quoted prices or anything
specifically mentioned in RFQ documents..
ix. Excise Duty, Central Sales Tax, VAT on Supplies & Service Tax shall not be included in the quoted
prices and shall be payable extra at actual. BPCL shall claim eligible credit on CENVAT/Service
Tax/VAT quoted by the Bidder and therefore eligible portion of CENVAT/Service Tax/VAT shall be
considered for price comparison. Bidder shall be required to furnish proper invoices issued in
accordance with relevant rules for enabling BPCL to avail CENVAT benefits. Further, the amount of
Excise Duty, Service Tax & VAT shall only be payable against submission of CENVATABLE/
VATABLE Invoices, subject to maximum amount quoted in the Offer and in case of non-submission,
will not be paid.
x. Bidders quoted transportation charges shall be inclusive of service tax plus education cess
thereupon applicable on transportation.
xi. Transit Insurance/ Marine Insurance shall be excluded from Supplier’s scope for the items where
only supply is involved, and in such cases, the same shall be arranged by the Owner. For purchases
involving Site Work, the Comprehensive Insurance (Transit/Marine cum Storage, Erection, till
handing over of equipment) shall be in the scope of Supplier.
xii. Owner reserves its right to allow Public Sector Enterprises (Central/State), Micro & Small
Enterprises (MSEs) and MSEs owned by Scheduled Caste (SC)/ Scheduled tribe (ST)
entrepreneurs, purchase preference as admissible/applicable from time to time under the existing
Govt. policy. Bidder to submit documentary evidence for the same duly certified by Statutory Auditor
of the bidder or a practicing Charted Account (not being an employee or a Director or not having any
interest in the Bidder’s company / firm) where audited accounts are not mandatory as per law.). In
this regard, item wise quantity may be splitted and the quoted price shall remain valid.
xiii. If various item rates are present in the RFQ and if there is correction/wrong entry or a difference
between the values entered in figures and in words, the following procedure shall be adopted for
evaluation.
i. When there is a difference between the rate in figures and in words for an item, the rate
which corresponds to the amount worked out by the Bidder for the item based on the
notional quantity specified, shall be taken as correct.
ii. When the rate quoted by the Bidder in figures and words tallies but the amount is incorrect,
the rate quoted by the Bidder shall be taken as correct.
iii. When it is not possible to ascertain the correct rate as detailed above, the rate quoted for
the item in words shall be adopted as the quoted rate.
iv. If the total amount written against an item does not correspond to the rate written in figures
and if the rate in words is missing, then the higher of the rates, i.e. higher of the rate worked
out by dividing the amount by the notional quantity and the rate quoted shall be considered
for evaluation In the event that such a bid is determined as the lowest bid, the lower of the
rates shall be considered for award of works.

8.0 SPECIAL NOTES ON TAXES/DUTIES AND CENVAT BENEFITS:


(i) CST/ Kerala VAT (Applicable only on supplies being made from within state of Kerala), as
applicable during the contractual delivery period, shall be paid by the supplier and the same
shall be reimbursed on submission of the documentary proof. 'C' Form for CST will be
issued for all applicable cases. However no concessional form is applicable for Kerala VAT.
(ii) CENVAT BENEFITS: In view of CENVAT/ Input credit benefits being available to BPCL on
Excise Duty, no loading on Cenvatable excise duty and/ or interest thereon shall be
considered for comparison of bids. In the case of Kerala VAT on Supplies, loading will be
done to extent of 80% of VAT rate (since VAT credit is available for 20% only)
In the case of Service Tax, Cenvat credit against Service Tax shall be available to BPCL to
the extent of 96% only. Hence loading of 4% of Service Tax rate shall be considered for
Price evaluation.
(iii) BPCL shall claim CENVAT benefits on Excise Duty, Kerala VAT /CVD/SAD/Service Tax as
well as the cess applicable and accordingly Excise Duty /VAT/CVD/SAD/Service Tax, Cess
shall be considered and necessary credit shall be given for evaluation and comparison of

A307_SIB Rev.6 dt. 14.04.2014 Page 9 of 20

Page 39 of 221
BPCL-KR
Job: A307

bids. Credit shall be taken during evaluation for 20% of Kerala VAT rate, 96% of Service Tax
rate and full amount for other Cenvatable taxes and duties.
(iv) Excise Duty, Central Sales Tax, Kerala VAT & Service Tax shall not be included in the
quoted prices and shall be payable extra at actuals. Further, the amount of Excise Duty,
Service Tax, Central Sales Tax, KVAT shall only be payable against submission of
supporting documents/Cenvatable/Vatable invoices subject to maximum amount quoted in
the offer and in case of non-submission, will not be paid.

(v) Non Cenvatable Excise Duty, if any is to be included in quoted prices & no variation on any
account (including statutory variation) shall be paid by Owner.

(vi) All New taxes/duties/cess/levies notified after the last date of submission of bid (final bid due
date) but within contractual delivery/ completion period, shall be to Owner’s account.
(vii) The bidder shall be required to furnish details of any special dispensation regarding
concessional/ exempted taxes/ duties.

9.0 PRICE REDUCTION SCHEDULE TOWARDS DELAY IN DELIVERY:


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

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

b) In case item involving only supply:-


Delayed Delivery shall be as per clause 9 of GPC (For Indigenous materials & equipments).

ii. For Foreign Vendor:


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

Price Reduction Schedule (Supply + Site work) towards delay in delivery for foreign bidder shall be
applicable as per clause no. 17 of GPC Import of RFQ subject to following modification:

“Imports, for any delay in delivery of equipments / materials or part thereof beyond the delivery
date stipulated, the vendor shall be liable to pay, compensation at 0. 5% of the total FOB Value of
order per week of delay or part thereof subject to maximum of 5% of the total FOB Value of
order”.

a) In case item involving only supply:-


Delayed Delivery shall be as per clause 17 of GPC (For Foreign materials & equipments).

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

10.0 Guarantee / Warranty Period :-


i) For Indigenous Vendor:
a) In case item involving supply and site work including comprehensive Insurance
policy:-
In partial modification of the terms specified in clause 30 of GPC –12 months from the date of
handing over of duly completed plant/equipment/system as per the contract at site to the owner.

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

c) In case item involving only supply:-


Performance Guarantee shall be as per clause 30 of GPC (For Indigenous materials &
equipments).
A307_SIB Rev.6 dt. 14.04.2014 Page 10 of 20

Page 40 of 221
BPCL-KR
Job: A307

ii) For Foreign Vendor:


a. In case item involving supply and site work including comprehensive Insurance
policy:-
In partial modification of the terms specified in clause 26 of GPC –12 months from the date of
handing over of duly completed plant/equipment/system as per the contract at site to the owner.

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

c. In case item involving only supply:-


Performance Guarantee shall be as per clause 26 of GPC (For Foreign materials & equipments).

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

11.0 BASIS OF LOADING:


The Foreign Bids shall be loaded on FOB Port of Exit prices and the Indian Bids shall be loaded on
FOT Despatch Point prices.
12.0 PAYMENT TERMS:
i. Any differential payment terms offered by an Indian supplier as against the terms specified in the
RFQ/ GPC shall be loaded @ 15% (simple interest) per annum for the applicable period as under:
Drawing approval : 80% of the delivery period
Sub-ordering of raw materials : 75% of the delivery period
Receipt of raw material at vendor’s works : 50% of the delivery period
Final 10% also against dispatch documents : one month
Period of any other stage shall be suitably decided at the time of evaluation.

In cases like turnkey jobs, to derive the delivery period of supply items, the total period of turnkey
jobs shall be split into delivery period of supplies & site work period in the ratio of 70:30 for loading of
differential payment terms for the supply periods as defined above.
ii. Foreign suppliers shall not be permitted to offer differential payment terms as against the terms
specified in the RFQ/ GPC and in case they insist, their offer shall be rejected.
iii. Advance along with FOA/ PO will not be allowed. If a supplier insists for advance payment along
with FOA/PO, his offer shall be rejected.

13.0 PERFORMANCE BANK GUARANTEE (PBG):


i. Performance Bank Guarantee shall be required in all cases of supplies of all values. In case a
supplier offers to give a PBG for less than 10% of order value, or for a lesser period than what is
provided in GPC, loading shall be done for the differential amount and/ or the differential period. For
differential period/ amount, the following example will amplify the methodology of loading (if GPC
specifies 10% PBG for 18 months + 3 months claim period = Total 21 months):
For differential period:
Period offered by Bidder Loading
10% for 21 months - No loading
10% for 18 months - 10% x 3/21 = 1.43%
10% for 12 months - 10% x 9/21 = 4.29%
10% for 6 months - 10% x 15/21 = 7.14%
For differential Amount:
Other than 10%: To be loaded by percentage by which PBG is short of 10%.
ii. In case, bidder does not agree to submit the PBG, 10% payment shall be deducted and withheld till
the guarantee period.
iii. In case, Bidder does not agree to submit the PBG or agree for deduction as per Cl. 13.(ii) above, the
offer shall be liable for rejection.
14.0 DELAYED DELIVERIES:
i. For Supply Only: [considering 0.5% un-delivered order value (UDOV) ~ 5% total order value
(TOV)]

A307_SIB Rev.6 dt. 14.04.2014 Page 11 of 20

Page 41 of 221
BPCL-KR
Job: A307

In case a Supplier does not accept the delayed delivery clause and/or takes any deviation (indicates
Penalty clause/Liquidated damages in place of Price Reduction Clause) or takes exception to the
percentage rate mentioned in GPC, the offer of such supplier(s) shall be loaded as under:
0.5% UDOV to 5%TOV : No loading
0.5% UDOV to 5% UDOV : 5%
0.5% UDOV to less than 5% TOV : Differential between the offered %age and 5%
Any other deviation/Liquidated : 5%
Damages/ penalty or non acceptance
of price reduction schedule
ii. For Supply + Site Work: [considering 0.5% total order value (TOV) ~ 5% total order value
(TOV)]
0.5% TOV to 5%TOV : No loading
0.5% UDOV to 5%TOV : 5% loading
0.5% TOV to less than 5% TOV : Differential between the Offered % and 5%
Any other deviation/Liquidated : 5%
Damages/ penalty or non acceptance
of price reduction schedule
15.0 PRICE VARIATION:
Suppliers must quote firm & fixed prices unless price variation is specified in the RFQ. Where price
variation is permitted as per RFQ, the loading thereto shall be as follows:

a) Firm Price No loading


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

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

16.0 FREIGHT CHARGES:


i. Indian Suppliers shall quote firm freight charges up to destination by road transport for all cases until
unless specified otherwise in the RFQ documents.
17.0 INDIAN TAXES/ DUTIES:
In case a supplier states that taxes/duties are not applicable at present and will be charged as
applicable at the time of delivery then his bid shall be loaded by the maximum rate of taxes/duties
applicable.

18.0 DELIVERY/COMPLETION PERIOD:


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

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

20.0 FOREIGN EXCHANGE RATE VARIATION/CUSTOM DUTY VARIATION FOR INDIAN BIDDERS
(ON BUILT-IN IMPORT CONTENT) :
i. Prices shall remain firm and fixed without any escalation except for statutory variation in customs
duty rate.
The prices shall be firm and fixed on account of FE variation also.

A307_SIB Rev.6 dt. 14.04.2014 Page 12 of 20

Page 42 of 221
BPCL-KR
Job: A307

ii. Indigenous bidders shall be required to quote their prices including customs duty (Merit rate)
towards their built in import content. CIF content in Indian Rupees shall also be furnished by
Bidders along with the merit rate of customs duty considered.
iii. The statutory variation in customs duty shall be subject to the following
guidelines and the supplier shall confirm the following in their bid:
(a) Maximum CIF value of import content shall be furnished in the bid.
(b) The material to be imported covering the above CIF value to be indicated in the bid.
(c) Any increase in price due to increase in customs duty rate beyond two-third of the quoted
delivery period will be to supplier’s account. However, any decrease in price due to
decrease in customs duty rate at the time of actual clearance of imported materials shall
be passed on to BPCL.
(d) Variation in price due to customs duty rate will be dealt with separately after receipt of
materials at site against documentary evidence.

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


i. Wherever site work is involved, suppliers shall quote their prices inclusive of VAT on Works
Contracts. The Supplier shall submit the assessment/ liability certificate from Sales Tax Authority
stating the tax due on Contract/ Running bill submitted for payment for enabling BPCL to deduct
the VAT on Works Contract as per the certificate, from Suppliers Invoices and remittance to tax
authorities. TDS Certificate towards deduction of VAT on Works Contract shall be provided to
supplier by owner. Payment to the Supplier will be released only on receipt of the aforesaid
certificate. The Supplier shall submit the total tax liability certificate along with final bill. Under no
circumstance, the Supplier should remit VAT on Works Contract directly to the Department. Any
loss to BPCL, due to direct remittance of VAT on Works Contract by Supplier will be recovered from
Supplier. BPCL shall not be responsible for any delay in payment/ non-payment of bill due to delay
in submission/ non-submission of the aforesaid certificate. Order for Supply and Site Work shall not
be split and only single order covering the entire scope of work on each supplier shall be placed.
ii. Wherever, Service Tax is applicable, Suppliers shall quote their prices exclusive of Service Tax.
Supplier shall be required to furnish Invoices towards Service Tax in order to enable BPCL to avail
credit of the same. Presently BPCL is able to avail credit of 96% of the Service Tax rate only.
Hence, 4% of Service Tax rate shall be loaded for price evaluation. The same is not applicable for
service tax on transportation charges, since CENVAT Benefits not available.

22.0 ENTRY TAX:


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

23.0 REJECTION CRITERIA:


Bidder shall strictly comply with the technical and commercial requirements. Bid shall be considered
non responsive and rejected, if bidder insists on deviations to the under mentioned provisions of
RFQ/Bidding document:
i) Bid Security amount, Bid security validity, issuing bank and any major deviation to format of
Bid security. However this shall not be applicable in case Bid security is not required as per
RFQ/Bidding Document.
ii) Advance payment along with FOA/ PO.
iii) Unless specified in the RFQ, Price variation with no formula and no ceiling.
iv) Price change/implication against TQ/CQ when there is no change in scope of work,
specification and terms & conditions of MR/RFQ.
v) Delivery / completion schedule.
vi) Guarantee/ Defects Liability Period
vii) Inadequate Bid Validity
viii) Performance bank Guarantee or any other bank guarantee mandatorily required against
Milestone or supervision or Price Reduction Schedule (PRS)

A307_SIB Rev.6 dt. 14.04.2014 Page 13 of 20

Page 43 of 221
BPCL-KR
Job: A307

24.0 SUO-MOTO CHANGES IN PRICES:

(i.) Any Suo-moto reduction in price offered by a supplier within the bid validity by way of discount or
revised prices subsequent to the bid due date and which is not as a result of any change in scope of
supply or terms and conditions, shall not be taken into account for evaluation. However, such
reduction in price shall be taken into account for ordering if such supplier happens to be the
recommended supplier as per the originally quoted prices.
(ii.) However, in the event of any suo-moto price increase sought by a supplier subsequent to the bid
due date and which is not as a result of any change in scope of supply or terms and conditions, the
bid of such a supplier shall be rejected for the items in which such suo-moto increase is made.
(iii.) Any wrong interpretation of taxes & duties or any taxes & duties not specified in the offer shall be
borne by Bidder.
25.0 PRICE IMPLICATION NOT PERMITTED:
Price implications on account of technical clarifications shall not be permitted as long as
BPCL/EIL do not change the specifications/ scope spelt out in the RFQ.

26.0 INTEGRITY PACT:


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

SECTION-D: SPECIAL CONDITIONS.

27.0 DELIVERY SCHEDULE/ COMPLETION PERIOD:


i. All goods under the scope of the Supplier shall be delivered as per delivery schedule/ completion
period specified in Request for Quotation (RFQ) and no variation shall be permitted.
ii. Failing to meet the delivery schedule/ completion period will be subject to price reduction and/or
other remedies available to the purchaser in RFQ documents.
iii. Price Reduction Schedule (PRS) shall be applicable as per Clause 9.0 of GPC (Indian) & clause no.
17 of GPC (Imported) and mentioned in RFQ Covering letter.
(iv.) The delivery schedule/ completion period shall be reckoned from the date of Fax of Acceptance.
(V.) For Indian Bidder date of LR/GR shall be considered as date of delivery or date of receipt of material
at site shall be the date of delivery as specified in RFQ/FOA/PO. For Foreign Bidder date of clean
bill of Lading shall be considered as date of Delivery.
(VI.) In case of foreign bidder, quoted FOB Port of Exit prices shall be inclusive of all charges, all taxes &
duties, applicable upto FOB port of exit.
28.0 DESPATCH INSTRUCTIONS FOR INDIGENOUS SUPPLIES:
i. Supplier shall obtain despatch clearance from the purchaser prior to despatch.
ii. Following despatch documents are required to be submitted by the Indigenous supplier immediately
after shipment is made.
 Commercial Invoice
 Dispatch instructions/ clearance by Purchaser/Consultant.
 Inspection Release Note by Third Party Inspection Agency/ Purchaser/ Consultant.
 LR/ GR
 Packing List
 Test Certificates (NDT reports, MTC, etc. as per MR)
 Certificate of Measurement and Weight
 List of documents as specified in Vendor Data Requirement in Material Requisition &
counter signed & stamped by EIL.

A307_SIB Rev.6 dt. 14.04.2014 Page 14 of 20

Page 44 of 221
BPCL-KR
Job: A307

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.
ii. All necessary taxes & duties registration, if required for carrying out the site activities shall be done
by the bidder and cost towards the same shall be included in quoted prices.
iii. The statutory variations on Customs duty (rate) considered on above CIF value of built – in import
content, within contractual delivery period shall be to Employer’s account against submission of the
documentary evidence. However, any increase in the rate of Customs duty beyond the contractual
completion period shall be to bidder’s account. In case of wrong classification, no variation
including statutory variation of Customs Duty will be payable extra. Any decrease in the rate of
Customs duty shall be passed on to the Employer.
iv. The statutory variations on Excise rate and amount of Excise Duty, CST with concessional form &
VAT without concessional form, which will be payable on the finished goods and Cenvatable
Service Tax, as applicable, within the contractual delivery period shall be to Employer’s account
against submission of the documentary evidence. Any increase in the rate of these taxes and
duties beyond the contractual completion period shall be to bidder’s account. However, any
decrease in the rate of taxes & duties shall be passed on to the Employer.
v. Works Contract Tax & service tax on transportation, if applicable, shall be included in the quoted
prices and no variation including statutory variations shall be payable by BPCL.

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


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

31.0 GOVERNING LAW:


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

32.0 PURCHASER’S RIGHTS AND REMEDIES:


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

33.0 DEDUCTION AT SOURCE:


i. Purchaser will release the payment to the Supplier after effecting deductions as per applicable law in
force. Purchaser will release the payment to the Supplier after effecting deductions as per applicable
law in force. Owner shall deduct VAT on Works Contract as applicable & shall furnish TDS certificate
to supplier.
ii. Purchaser will release payments to the Supplier after offsetting all dues to the Purchaser payable
by the Supplier under the Contract.

34.0 STATUTORY APPROVAL RELATED WITH SUPPLIES / WORKS:

Approval from any authority (i.e. Inspector of Boiler, Electrical Inspector, and Municipal Corporation
of Greater Kochi (MCGK) etc.) required as per statutory rules and regulations of Central/ State
Government shall be the responsibility of Contractor agency.

The application on behalf of the OWNER for submission to relevant authorities along with copies of
required certificate complete in all respects shall be prepared and submitted by the Contractor
agency well ahead of time so that the actual construction/ commissioning of the work is not delayed
for want of the approval/ inspection by concerned authorities. The Contractor agency shall arrange
the inspection of the works by the authorities and necessary coordination and liaison work in this
respect shall be the responsibility of the Contractor agency. Reimbursement by the OWNER of the
A307_SIB Rev.6 dt. 14.04.2014 Page 15 of 20

Page 45 of 221
BPCL-KR
Job: A307

statutory fees payable by Contractor agency (as per advance approval of OWNER) may be provided
for, subject to submission of receipt.
The Contractor agency shall carry out any change/ addition required to meet the requirements of the
statutory authorities, within the quoted rates. The inspection and acceptance of the work by statutory
authorities shall be the responsibility of the Contractor agency.
List of all documents, drawings, forms, affidavits etc required for the approvals shall be submitted by
the contractor agency.

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

36.0 LIMITATION OF LIABILITY:


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

SECTION-E: GENERAL INSTRUCTIONS

37.0 GENERAL: Bidders shall submit their Bids in following manner & containing the listed inputs, duly
filled-in, stamped & signed by authorized signatory of Bidder holding Power of Attorney, as a
minimum requirement:
a) PART-I: UNPRICED OFFER
A. All technical specifications as per requirement of MR.
B. Agreed Terms & Conditions duly filled in.
C. Terms & Conditions for Supervision of Erection/Testing/Commissioning, if applicable
D. Terms & Conditions for Site Work, if applicable
E. Copy of Registration with EIL, if applicable
F. Copy of MOU/ MOM, if any, signed with EIL and referred in offer.
G. Integrity Pact, duly filled-in, stamped & signed on each page (if applicable).
H. Complete 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.

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

38.0 FRAUDULENT PRACTICES:


The OWNER requires that Bidders/ Contractors observe the highest standard of ethics du ring
the award/ execution of Contract. "Fraudulent Practice" means a misrepresentation of facts in order
to influence the award of a Contract to the detriment of the Owner, and includes collusive practice
among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-
competitive levels and to deprive the Owner of the benefits of free and open competition.
a) The OWNER will reject a proposal for award if it determines that the bidder recommended for
award has engaged in fraudulent practices in competing for the Contract in question.
Bidder is required to furnish the complete and correct information/ documents required for
evaluation of their bids. If the information/ documents forming basis of evaluation is found to be
false/ forged, the same shall be considered adequate ground for rejection of bids and forfeiture
of Earnest Money Deposit.
A307_SIB Rev.6 dt. 14.04.2014 Page 16 of 20

Page 46 of 221
BPCL-KR
Job: A307

b) In case, the information/ document furnished by the Bidder/ Contractor forming basis of
evaluation of his bid is found to be false/ forged after the award of the contract, Owner shall
have full right to terminate the contract and get the remaining job executed at the risk & cost of
such Bidder/ Contractor without any prejudice to other rights available to Owner under the
contract such as forfeiture of CPBG/ Security Deposit, withholding of payment etc.
c) In case, this issue of submission of false documents comes to the notice after execution of
work, Owner shall have full right to forfeit any amount due to the Bidder/ Contractor along with
forfeiture of CPBG/ Security Deposit furnished by the bidder/ contractor.
d) Further, such bidder/ contractor shall be put on Blacklist/ Holiday/ Negative List of OWNER/EIL
debarring them from future business with Owner & EIL for a time period, as per the prevailing
policy of OWNER & EIL.

39.0 ONE BID PER BIDDER:


a. A Bidder shall submit only one bid in the same bidding process. A Bidder who submits or
participates in more than one bid will cause all the proposals in which the bidder has
participated to be disqualified.
b. Alternative price bids are not acceptable.

40.0 LANGUAGE OF BID:


a) The Bid prepared by the bidder, all correspondence/drawings and documents relating to the
bid exchanged by the bidder with the Owner/Consultant shall be in English Language alone
provided that any document furnished by the bidder may be written in another language so
long as accompanied by an English translation, in which case, for the purpose of interpretation
of the bid, the English translation shall govern.

b) In the event of submission of any document/ certificate by the Bidder in a language other than
English, the English translation of the same duly authenticated by Chamber of Commerce of
Bidder’s country shall be submitted by the Bidder. Metric measurement system shall be
applied.
41.0 EARNEST MONEY DEPOSIT:
Bidder shall furnish, as part of its Bid, EMD for an amount as indicated in the NIT/ IFB. If the
Bidder is unable to submit Bid Document Fee & EMD in original within the due date & time, then
bidder shall submit the original Bid Document Fee & EMD within 7 days from the date of unpriced
bid opening, provided copy of the same have been uploaded on E-Tendering Website. In case
the bidder fails to submit the same in original within 7 days, then their bid shall be rejected,
irrespective of their status/ ranking in tender and notwithstanding the fact that a copy of Bid
Document Fee & EMD was earlier uploaded by the bidder. OWNER shall not pay any interest on
EMD furnished.

The EMD shall be in favour of BPCL and shall be acceptable in the form of Crossed Demand Draft
or Bank Guarantee in the prescribed pro-forma.
The Bank Guarantees/DD for EMD shall be issued by any Scheduled Commercial Bank (other than
co-operative Bank) in India or any Indian Branch of Foreign Bank and same shall be as per the
format given in this bidding document. Swift Message or Cash or Cheque in lieu EMD shall not be
acceptable.
The bank guarantee for submission of EMD shall be valid as period mentioned in EMD / Bid
Security format or elsewhere mentioned in Bid Document / RFQ.
EMD/ Bid securities of unsuccessful bidders will be returned upon award of Contract. However,
EMD of the successful Bidder will be returned upon the Bidder's acceptance of PO/ signing the
Contract and furnishing the PBG.
The EMD may be forfeited:
If a Bidder withdraws its bid during the period of Bid Validity or does any breach of
tendering terms and conditions, or

If a bidder modifies his bid on his own.

In case of a successful Bidder, if the Bidder fails, within the specified period:
i. To submit the order acceptance.
ii. To furnish the PBG.

A307_SIB Rev.6 dt. 14.04.2014 Page 17 of 20

Page 47 of 221
BPCL-KR
Job: A307

42.0 MODIFICATION AND WITHDRAWAL OF BIDS:


a) The Bidder may modify / withdraw its Bid prior to the due date prescribed for submission of
Bids.
b) No bid shall be modified subsequent to the deadline for submission of bids.
c) No bid shall be allowed to be withdrawn in the interval between the deadline for submission
of bids and the expiration of the period of bid validity specified by the bidder. Withdrawal of a
bid during this interval shall result in the forfeiture of bidder’s bid security.

43.0 EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS:


a. The Owner/EIL will examine the bids to determine whether they are complete, whether any
computational errors have been made, whether the documents have been properly signed,
and whether the bids are generally in order.
c) Prior to the detailed evaluation, the Owner/EIL will determine whether each bid is of
acceptable quality, is generally complete and is responsive to the RFQ Documents. For the
purposes of this determination, a responsive bid is one that conforms to all the terms,
conditions and specifications of the RFQ Documents without deviations, objections,
conditionality or reservations.
c. Bidder shall not be allowed to submit any Price Implication or Revised Price after submission
of Bid, unless there is change in the stipulations of the RFQ Document and such changes are
incorporated through an Amendment. In case Exceptions and Deviations submitted by Bidder
along with Bid are not considered as acceptable and no Amendment is issued, then in such a
case the Bidders would be required to withdraw such Exceptions/Deviations in favour of
stipulations of the RFQ document and Bidders would not be eligible for submission of Price
Implication/Revised Price, failing which such Bid(s) shall be considered as non responsive
and rejected.
d. The Owner/EIL determination of a bid’s responsiveness is to be based on the contents of the
bid itself without recourse to extrinsic evidence. If a bid is not responsive, it will be rejected by
the Owner/EIL, and may not subsequently be made responsive by the bidder by correction of
the nonconformity.
44.0 OWNER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID:
The Owner/EIL reserves the right to accept or reject any bid, and to annul the bidding process and
reject all bids at any time prior to award of the order without thereby incurring any liability to the
affected bidder or bidders or any obligations to inform the affected bidder or bidders of the ground
for Owner/EIL’s action.
45.0 NOTIFICATION OF AWARD:
d) Prior to the expiration of period of bid validity Owner /EIL will notify the successful bidder in writing
by fax/e-mail to be confirmed in writing, that his bid has been accepted. The notification of award/
Fax of Acceptance will constitute the formation of the Order.
e) The Delivery Schedule shall commence from the date of notification of award/ Fax of Acceptance
(FOA).
f) Award of Contract/Order will be by issuing Fax of Acceptance (FOA) of your bid. FOA will contain
price, delivery and other salient terms of bid and RFQ Document.
Bidder will be required to confirm receipt of the same by returning “Copy of the FOA” duly signed
and stamped by the bidder as a token of acknowledgement to Owner and EIL. On receipt of
acknowledgement without any deviation/ condition, detail Purchase Order/ Contract will be issued
in quadruplicate. Three copies of the same without any condition/ deviation will be returned duly
signed and stamped by the bidder as a token of acknowledgement to Owner and EIL.
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:

A307_SIB Rev.6 dt. 14.04.2014 Page 18 of 20

Page 48 of 221
BPCL-KR
Job: A307

I. The parent company shall issue an authorization from the authorized signatory like CEO, CFO, CS
to confirm their authorization to the subsidiary to manufacture & supply the equipments.
II. The parent company shall furnish a back-up guarantee duly signed by above signatory for the
performance of the equipment.
III. The order shall be placed on Indian subsidiary and the payment shall be released to Indian
subsidiary.
IV. Indian subsidiary shall be a manufacturing company in the same product & not a liaison /
representative office.
V. Bidder to submit bipartite agreement between parent & subsidiary to ensure experience &
compliance to contract.
VI. All critical components / parts to be supplied by parent company only which is enlisted with EIL.

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


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

49.0 REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN NATIONALS:


i) All Foreign nationals coming to India for execution of Projects/ Contracts will have to apply for
Employment Visa only and that grant of Employment Visa would be subject to strict adherence
of following norms:
a. Employment Visa is granted only for the skilled and qualified professionals or to a person who is
being engaged or appointed by a Company, Organization, Industry or Undertaking etc. in India
on contract or employment basis at a senior level, skilled position such as technical expert, senior
executive or in managerial position etc.
b. Request for Employment Visa for jobs for which large number of qualified Indians are available, is
not considered.
c. Under no circumstances an Employment Visa is granted for routine, ordinary secretarial/ clerical
jobs.
ii) Suppliers are advised in their own interest to check latest Visa rules from Indian Embassy/ High
Commission in their country in case Foreign nationals are required to be deputed to India during
execution of the Contract.

50.0 Order of Precedence of Commercial Documents:


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

SECTION-F: ADDITIONAL CLAUSES TO GPC

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


Settlement of dispute between CPSEs or CPSEs & Government Departments
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.

A307_SIB Rev.6 dt. 14.04.2014 Page 19 of 20

Page 49 of 221
BPCL-KR
Job: A307

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 will place single order for Main Supplies/ Services including Indian source supplies/ Services
with single point responsibility taken care by foreign (principal) bidder. However obligation of
Performance Bank Guarantee & Price Reduction Schedule for complete package shall always be in
scope of foreign (principal) Bidder.

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

4. PRICE REDUCTION SCHEDULE FOR DELAY IN DELIVERY / SERVICES:


PRS for delay in deliver / services shall be applicable on total order value including Indian sourced
component / Service.

5. OVERALL RESPONSIBILTY:
Overall responsibility towards the contractual obligations like delivery, bid security, order execution,
performance guarantee etc. including supplies being sourced from India shall be only with the
foreign (principal) bidder.

6. PERFORMANCE BANK GUARANTEE


Foreign (principal) bidder shall submit one performance bank guarantee as per GPC for total order
value including value of items source from India.

7. INSPECTION
i. Inspection of Item being sourced from India shall be by EIL/Owner.
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 Sourced supplies:
100% payment along with taxes and duties will be paid against receipt & acceptance of Indian sourced
goods/material at project site and on presentation of invoice suitable for availing Cenvat.
8.2 Payment of Indian source supplies/Services shall be released directly to Indian counterpart against
Invoices raised by Indian counterpart duly endorsed by Foreign principal for payment.
8.3 The payments shall be made after Adjustment of Price Reduction Schedule.
9. In case of any deviation to above requirement, loading shall be applicable as mentioned for Indian
Bidder.

A307_SIB Rev.6 dt. 14.04.2014 Page 20 of 20

Page 50 of 221
Page 51 of 221
Page 52 of 221
Page 53 of 221
Page 54 of 221
Page 55 of 221
Page 56 of 221
Page 57 of 221
Page 58 of 221
Sham
PatroleUI"

BHARAT PETROLEUM CORPORATION LIMITED


KOCHI REFINERY
GENERAL PURCHASE CONDITIONS
FOR IMPORTED MATERIALS AND EQUIPMENTS

INDEX

1. NON-WAIVER
ADDRESSES
ARBITRATION
TECHNICAL
VENDOR'S
DELAYED
DELAYS
OILS
SPARE
PACKING
SHIPPING
RESPECT
CANCELLATION
PART
RECOVERY
MODIFICATIONS
INSPECTION-CHECKING-
PRICE
CONFIRMATION
COMPLETE
PATENTS
EXPEDITING
NO ASSIGNMENT
&ORDER/REPEAT
TRANSITLUBRICANTS
PARTS
DUE
AND
DELIVERY
DEFINITIONS
TERMS
SHIPMENT
SERVICES
WEIGHTS
SALES
IMPORT
PERFORMANCE
REFERENCE FOR
DRAWINGS
AGREEMENT
OF
INFORMATION
TO
MARKING
ROYALTIES
CONDITIONS
OF
LICENCE
REJECTION,RISK
AND
OF
AND DELIVERY
SUMS
PAYMENT
FOR OF
FORCE
ORDER
VENDOR'SDUE
ORDER
AND
INSURANCE
MEASURES
SHIPMENTMAJEURE
TESTING
GUARANTEE
REMOVAL DATES
DOCUMENTATION
OFPERSONNEL
NOTICES
REJECTED 19.
34.
33.
30.
31.
32. DATA REQUIREMENT
GOODS AND REPLACEMENT 25.
28.
20.
24.
27.
26.
21.
23.
29.
22.

-1-

Page 59 of 221 •
1. DEFINITIONS: 7.1 All tests mechanical and others and particularly
The following expressions used in the purchase order those required by relevant codes will be performed
shall have meaning indicated against each of these; at the Vendor's expenses and in accordance with
inspector's instructions. The vendor will also bear
The OWNER means BHARAT PETROLEUM
the expenses.
CORPORATION LIMITED a company incorporated in
India having its registered office at Mumbai. India and 7.2 Concerning preparation and rendering of tests
shall include its successors and assigns. required by Boiler Inspector~te or such other
"GoodslMaterials" : Goods and/or materials shall mean statutory testing agencies or by L10yds register of
shipping as may be required.
any of the articles, materials, machinery, equipment,
supplies drawings, data and other property and all 7.3 Before shipping or despatch, the equipment and/
services Including but not limited to assigning, delivery, or materials will have to be checked and stamped
Installation, Inspection. testing and commissioning by Inspectors who are authorised also to forbid
specified or required to complete the order. the use and despatch of any equipment and/or
materials which during tests and inspection fail to
·Vendor" : Vendor shall mean the person, firm or
comply with the specification. codes and testing
corporation to whom this purchase order is issued, and
requirements.
include its successors and assigns.
7.4 The Vendor will have to-
"Inspectors" : Inspectors deputed by Owner.
2. REFERENCE FOR DOCUMENTATION: Inform Owner at least fifteen days in advance of
the exact place date and time of rendering the
Purchase order Number must appear on all equipment or materials for required Inspection.
correspondence, drawings, invoices, shipping notes,
Provide free access to inspectors during normal
packing and on any documents or papers connected
working hours to Vendors or his /lts sub-Vendor's
with the order.
work and place at their disposal all useful means
3. IMPORT LICENCE: of performing, checking, marklhg testing,
Relevant particulars of the import licence if any shall be inspection and final stamping.
duly indicated in the invoice and shipping documents Even if the inspection and tests are fully carried
as well as on the packages or consignments. out Vendor is not absolved to any degree of his
4. CONFIRMATION OF ORDER: responsibilities to ensure that all equipments and
The vendor shall acknowledge the receipt of the materials supplied comply strictly with
Purchase order within ten days following the mailing of requirements as per agreement both during
this order and shall thereby confirm his acceptance of requirements as per agreements both during
this Purchase Order in its entirety without exceptions. construction, at the time of delivery, inspection on
This acknowledgment will be on both purchase order arrival at site and after Its erection or start-up and
and General Purchase Conditions. Vendor shall also guarantee period as stipulated In clause 26 hereof.
submit along with order acceptance a Bank Guarantee 7.5The Vendor's responsibility will not be lessened to
as per clause 26 hereunder. any degree due to any comments made by Owner/
6. SALES CONDITIONS: Owner's representatives and inspectors on the
Vendor's drawings or specifications or by
With Vendor acceptance of provisions of this Purchase
inspectors witnessing any chemical or physical
Order he waives and considers as cancelled any of his
tests. In any case the equipment must be in strict
general sales conditions. accordance with the Purchase Order and or its
6. COMPLETE AGREEMENT: attachments failing which the Owner shall have the
The terms and conditions of this Purchase Order right to reject the goods and hold the Vendor liable
constitute the entire agreement between the parties for non-performance of contract.
thereto. Changes will be binding only if the amendments 8. EXPEDITING:
are made in writing and signed by an authorised
Owner/Owner's representatives have been assigned to
representative of the Owner and the Vendor.
expedite both manufacture and shipment of equipment
7. INSPECTION-CHECKING-TERMS: and materials covered by the Purchase Order. The
The equipment, materials and workmanship covered by Owner/Owner's representatives shall have free access
the Purchase Order is subject to inspection and testing to Vendor's shop and/or sub supplier's shop at any time
at any time prior to shipment and/or despatch and to and they shall provide all necessary assistance and
final Inspection within a reasonable time after arrival at Information to help them perform their job.
site. Inspectors shall have the right to carry out the 9. WEIGHTS AND MEASUREMENTS:
Inspections and testing which will Include the raw
The shipping documents, invoices, packing lists and all
materials at manufacturer's shop, at fabricator's shop other relevant documents shall contain the same units
and at the time of actual despatch before and after
of weight and measurements as given in the Owner's
completion of packing. Purchase Order.
-2-

Page 60 of 221 •
10. OILS & LUBRICANTS: CARE GLASS FRAGilE, DON'T ROLL. THIS END UP.
The first filling of oils and lubricants for every equipment THIS END DOWN.· to be indicated by arrow.
shall be included In the price. The vendor shall also A distinct colour splash in say red-black around each
recommend for quality and quantity of oils and lubricants package crate/bundle shall be given for identification.
required for one year's continuous operation. Ail pipes and sheets shall be marked with strips bearing
11. SPARE PARTS: progressive No.
The vendor must furnish itemised and priced list of spare In case of bundles, the shipping marks shall be
parts required for two years operation of the equipment. embossed on metal or similar tag and wired securely
The vendor shall provide the necessary cross sectional on each end.
drawing to Identify the spare parts numbers and their For bulk uniform material when packed in several cases,
location as well as inter-changeability chart. progressive serial numbers shall be indicated on each
12. PACKING AND MARKING: cases. All nozzles, holes and opening and also all
delicate surfaces shall be carefully protected against
All equipment/materials shall be suitably packed in
damage and bad weather. Flange faces of all nozzles
weather proof, seaworthy packing for ocean transport
shall be protected by blanks. All manufactured surfaces
under tropical conditions and for rail or road or other
shall be painted with rust proof paint.
appropriate transport in India. The packing shall be
strong and efficient enough to ensure safe preservance All threaded fittings shall be packed in cases.
upto the final point of destination. The vendor shall be held liable for all damages or
Equipment / Materials shall be protected by suitable breakages to the goods due to defective or Insufficient
coat of paint and all bright parts protected from rust by packing as well as for corrosion due to insufficient
application of rust preventive as may be necessary. All greasing/ protection.
machined surface shall be suitably protected. On three sides of the packages, the following marks
All fragile and all exposed parts will be packed with care shall appear clearly visible in indeliable paint and on
and the packages shall bear the words -HANDLE WITH Vendor's care and expense.

BHARAT PETROLEUM CORPORATION LIMITED


KOCHI REFINERY
AMBALAMUGAl
KOCHI-682302
From

To:
Chief Manager (Projects)
Bharat Petroleum Corporation Ltd.
Koehl Refinery, Ambalamugal
Kochi - 682 302

Purchase Order No.

Item:

Equipment:

NetWeight: Kgs.

Gross Weight: Kgs.


Case No. of Total Cases:

Dimensions:

-3-

Page 61 of 221 •
l!!RI§.;. MarKIngshall be bold-minimum letter height 5cm. charges, if any, surcharge, discount, etc. cleal
for every order and every shipment, packages must be and separately and the net total freight payab
marked with serial progressive numbering. All packages shown at the bottom.
will bear warning signs on the outside denoting the All documents vlz. bill of lading/airway bi,
center of gravity and sling marks. Packages that require Invoices/packing list, freight memos, country 4

special handing and transport should have their centres origin certificates, test certificate, drawings an
of gravity and points at which they may be gripped catalogues should be in English language.
clearly indicated and marked -Attention Special Load
In addition to the bill of lading which should b
Handle with Care" In English Language. Any other
obtained In 3 stamped original plus as many copiei
direction for handling shall be clearly indicated on the
as required, Invoices packing lists, freight memos
package.
(If the freight particulars are not shown In the billl
Top heavy containers will be so marked either Top of lading), country of origin certificate, test
Heavy or Heavy Ends. When packing material is clean composition certificate, shall be made out agains',
and light coloured, a dark black stencil paint shall be each shipment in as many number of copies as
acceptable. However, where packaging material is shown below. The bill of lading, invoice and
soiled or dark, a coat of flat zinc white paint shall be packing list specifically must show uniformly, the
applied and allowed to dry before applying the specific marks and numbers, contents case wise country
markings. of origin, consignees name, port of destination and
In case of large equipments like vessels, heat all other particulars as indicated under clause 12.
exchangers, etc. documents contained in the envelope The invoice must show the unit rates and net total
shall be fastened Inside a shell connection with an EO.B. prices. Items packed separately should also
identifying arrow sign -documents" applied with Indelible be Invoiced and the value shown accordingly.
paint. Packing list must show apart from other particulars
13. SHIPMENT AND SHIPMENT NOTICES: actual contents in each case, net and gross
weights and dimensions, and the total number of
The Vendor shall make shipment only after prior
packages. All documents should be duly signed
approval of Inspector whenever specifically mentioned.
by the Vendor's authorised representatives.
As soon as any shipment is made, the Foreign Supplier
shall send advance information by way of Fax message Shipping arrangements shall be made by
to Chief Manager (Projects), Bharat Petroleum Chartering Wing Ministry of Surface Transport,
Corporation Ltd., Koehl Refinery, Ambalamugal, Kochi- New Delhi through their respective forwarding
682 302 giving particulars of the shipment, vessel's agents, M/s. Schenker & Co., P.O. Box 110313
name, port of shipment, bill of lading number and date, 02043 Hamburg West Germany, Ph. 49 (040)
total FOB and freight value with confirmation copies by 361350, Fax (040) 36135216 Gr.2/a, Telex
post to the owner, Bharat Petroleum Corporation 217004-33 Sh.d, for shipping consignments from
Limited, Koehl Refinery, Ambalamugal, Kochi -682 302 UK / continent port; M/s. OPT Overseas Project
In case of air shipment a copy each of airway bill & Transport Inc. 46 sellers Street, kearny, N.J.
Invoice shall be sent by fax to BPCL as soon as 07032, Tel (201) 998-7771, Telex 673-3586, Fax
shipment is made. (201 )998-7833. In respect of consignments form
US/CANADA, MEXICO & SOUTH AMERICA and
14 SHIPPING:
the Embassy of India in Japan, Tokyo in respect
14.1 SEA SHIPMENT: of consignments from Japaneses ports. Supplier
All shipment of materials shall be made by first shall furnish to the respective agents the full details
class direct vessels, through the chartering wing, of consignments such as outside dimensions,
Ministry of Surface Transport Govt, of India, New weights (both gross and net) No. of packages,
Delhi as per procedure detailed hereunder. The technical descriptions and drawings, name ofthe
Foreign supplier shall arrange with Vessels Supplier, ports of loading, etc. 6 weeks notice shall
Owners or Forwarding Agents for proper storage be given by the supplier to enable the concerned
of the entire Cargo intended for the project in a agency to arrange shipping space.
specific manner so as to facilitate and to avoid The bill of lading Shall Indicate the following:
any over carriage at the port of discharge. All
Shipper: Government of India
shipment shall be under deck unless carriage on
deck is unavoidable. Consignee:
Bharat Petroleum Corporation Ltd.-
The bills of lading should be made out in favour of
Koehi Refinery,
Bharat Petroleum Corporation Ltd.,
Ambalamugal,
All columns in the body of the bill of lading namely Kochl - 682 302.
marks and nos. material description, weight
In case of supplies from USA, Export licences, if
particulars, etc. should be uniform in all the
any required from the American Authorities shall
shipping documents. The freight particulars should
be obtained by the U.S. suppliers. If need be
mention the basis of freight tonnage, heavy lift
-4-


Page 62 of 221
assistance for obtaining such export licences their delivery. By time delivery, is meant the date on the
would be available from India supply Mission at Bill of lading/Air way Bill at FOB port of despatch.
Washington. 17. DELAYED DELIVERY:
14.2 AIRSHIPMENT:
The time and date of delivery of materials/equipment
In case of Airshipment, the material shall be as stipulated in the Purchase Order shall be deemed
shipped through freight consolidator (approved by to be the essence of the agreement. For any delay in
us). The airway bill shall be made out in favour of delivery of equipment materials or part thereof beyond
BHARAT PETROLEUM CORPORATION LTD, the delivery date stipulated, the vendor shall be liable
Kochi Refinery, Ambalamugal, Kochi - 682 302 to pay compensation at O. 5% per week or part thereof
Tel: 91-484-2722061-69, Fax: 91-484- 2721094/ the FOB Port of embarkation value of the non-delivered
2720855/56. items of equipment subject to maximum of 5% of the
14.3 TRANSMISSION OF SHIPPING DOCUMENTS: total FOB value. The Owner reserves the right of
cancelling the Purchase Order for any delay exceeding
Foreign supplier shall obtain the shipping
the period of maximum compensation and the vendor
documents in eleven complete sets including three
shall be liable to all consequences thereof. If the delay
original stamped copies of the Bill of lading/Airway
in delivery is due to Force Majeure, the owner shall be
Bill as quickly as possible is made, and airmail as
free to act in terms under clause 18 of this text.
shown below so that they are received at least
three weeks before the Vessels' arrival in case of 18. DELAYS DUE TO FORCE MAJEURE:
sea shipment and immediately on air freighting in In the event of causes of Force Majeure occuring within,
case of air-shipment. Foreign supplier shall be fully the contractual date of delivery the Owner on receipt of
responsible for any delay and/or demurrage in application from the Vendor may extend the contractual
clearance of the consignment at the port due to date of delivery without imposition of penalty. Only those
delay in transmittal of the shipping documents. causes which depend on natural calamities, civil wars
If in terms of latter of otherwise, the complete and national strikes which have a duration of more than
original set of documents are required to be sent seven consecutive calendar days are considered the
to BPCL through Bank the distribution indicated causes of force majeure. The decision of Owner shall
below will confine to copies of documents only be final and binding on Vendor.
minus originals. The Vendor must advise the Owner by a Registered
Documents letter duly certified by a local chamber of statutory
BPCL, Kochi Refinery
authorities, the beginning and the end of the delay
Bill of lading/ 4 (including 1 immediately, but in no case later than within 10 days of
Airway Bill original) the beginning and end of such cause of Force Majeure
Invoice 4 condition as defined above.
Packing List 4 19. REJECTION, REMOVAL OF REJECTED GOODS
Freight Memo 4 AND REPLACEMENT:
Country of Origin-
Certificate 4 In case the testing and inspection at any stage of
4 inspection reveal that the equipment, materials and
Drawing
1 workmanship do not comply with the specification and
Catalogue
Invoice ofthird 4 requirements, the same shall be removed by the Vendor
at his/its own expense and risk within the time allowed
Party/Lloyd for
by the Owner. The Owner shall be at liberty to dispose
Inspection charges,
of such rejected goods in such a manner as he may
wherever applicable.
think appropriate. In the event the Vendor fails to remove
15. TRANSIT RISK INSURANCE:
the rejected goods within the period as aforesaid, all
Insurance against all marine and transit risk on FOB to expenses incurred by the Owner for such disposal shall
warehouse basis shall be covered under the owner's be to the account of the Vendor. The freight paid by the
marine policy. However, the Vendor shall ensure the in Owner, if any, on the inward joumey of the rejected
effecting shipments clear bills of lading/airway bills are materials shall be reimbursed by the vendor to the
obtained and the carriers responsibility is fully retained Owner before the rejected materials are removed by
the carriers so that the consignee's interests are fully the Vendor. The Vendor will have to proceed with the
secured and are in no way jeopardized. replacement of that equipment without claiming any
16. RESPECT FOR DELIVERY DATES: extra payment if so required by the Owner. The time
taken for replacement in such event will not be added
Time of delivery mentioned in the Purchase Order shall
to the contractual delivery period.
be the essence of the agreement and no variation shall
be permitted except with prior authorisation in writing 20. PRICE:
from the Owner. Goods should be delivered securely Unless otherwise agreed to in the terms of the Purchase
packed and in good order and condition at the place Order, the price shall be :
and within the time specified in the Purchase Order for
-5-

Page 63 of 221 •
Firm and not subject to escalation for any reason equipment and/or materials or which can, in any way.
whatsoever even though It might be necessary for the 26. PERFORMANCE GUARANTEE:
order execution to take longer than the delivery period
The Vendor shall guarantee that any and all materials
specified in the order. used in execution of the Purchase Order shall in strict
21. TERMS OF PAYMENT: compliance with characteristics, requirements and
Payment will be made by the Owner against submission specifications and that the same shall be free from any
of despatch documents by Cash Against Documents/ defects. Checking of the Vendor's drawings by the
Letter of Credit. Owner/Owner's representatives and their approval and
22. RECOVERY OF SUMS DUE: permission to ship or despatch the equipment and
materials granted by Inspectors shall not relieve the
Whenever any claim against the Vendor for payment
Vendor from any part of hlsllts responsibilities for proper
of a sum of money arises out of or under the contract,
fulfillment of the requirements. The Vendor will
the Owner shall be entitled to recover such sums from
guarantee that all materials and equlpments shall be
any sum them due or when at any time thereafter may
repaired or replaced as the case may be at site, at its
become due from the Vendor under this or any other
contract with the Owner and should this sum be not own expense, in case the same have been found to be
defective in respect of material, workmanship or smooth
sufficient to cover the recoverable amount, the vendor
and rated operation within a period of twelve months
shall pay to the Owner on demand the balance after the same have been Commissioned or 18 months
remaining due.
from despatch whichever is earlier.
23. MODIFICATIONS:
The guarantee period for the part that may be altered,
The Owner shall have the right to make technical repaired or replaced shall be 12 months from the date
changes or modifications in the technical documents/ on which the same is commissioned.
specifications. Any major changes or modifications shall
Acceptance by the Owner or Its inspectors of any
be at the cost, if any, of the Owner. As soon as possible
equipment and materials or its replacement will not
after receipt of the written request for changes the
relieve the Vendor of its responsibility of supplying the
vendor shall furnish in writing to the owner an estimate
equipment/materials strictly according to the guarantee
of cost for such major changes and modifications and
agreed by the Vendor. The Vendor shall furnish a Bank
its effect on the FOB delivery date. On receipt of
Guarantee along with the order acceptance for the
Owner's written authorisation, the Vendor shall promptly
amount equivalent to 10% of the F.O.B. value of
proceed with the changes/modifications.
equipment/ materials to support Vendor's performance
24. CANCELLATION: (as per proforma hereunder). This Bank Guarantee shall
The owner reserves the right to cancel this Purchase remain in force for the entire period covered by the
Order or any part thereof and shall be entitled to rescind performance guarantee. It will be the responsibility of
the contract wholly or in part In a written notice to the the Vendor to keep the Bank Guarantee fully
Vendor if: subscribed. Any shortfall in the value of the Bank
The Vendor fails to comply with the terms of this Guarantee as a result of encashment by the owner
Purchase Order. either in full or in part in terms of the performance
Guarantee shall be made good by the Vendor within
The Vendor fails to deliver the goods on time and/or one week thereof.
replace the rejected goods promptly:
27. NON-WAIVER:
The Vendor makes a general assignment for the benefit
of creditors; and Failure of the Owner/Owner's representatives to insist
upon any of the terms or conditions incorporated in the
A receiver is appointed for any of the property owned
Purchase Order or failure or delay to exercise any rights
by the Vendor.
or remedies specified herein or by law or failure to
Upon receipt of the said cancellation notice, the Vendor properly notify Vendor in the event of breach, or the
shall discontinue all work on the Purchase Order and acceptance of payment of any goods hereunder or
matters connected with it. approval of design shall not release the Vendor and
The owner in that event will be entitled to procure the shall not be deemed waiver of any right of the Owner
requirement in the open market and recover excess or Owner's representatives to Insist upon the strict
payment over the Vendor reserving to Itself the right to performance thereof or any of his or their rights or
forfeit the security deposit, if any, placed by the Vendor remedies as to any such goods regardless of when
against the contract. goods are shipped, received or accepted nor shall any
25. PATENTS AND ROYALTIES: purported modification or revision ofthe order by Owner/
Owner's representative act as waiver of the terms
On acceptance of this order, the Vendor will be deemed hereof.
to have entirely indemnified the Owner's representatives
from any legal action or claims regarding compensation 28. NO ASSIGNMENT:
for breach of patent rights which the Vendor deems The purchase Order shall not be assigned to any other
necessary to comply for manufacturing the orclefed agency by the Vendor without obtaining prIor-written
-6-

Page 64 of 221 •
consent of the Owner. maintenance of the equipment if required by the Owner.
29. VENDOR'S DRAWINGS AND DATA REQUIREMENT: The terms and conditions for the services of the
Vendor's personnel shall be indicated in the quotation
The Vendor shall submit drawings data and itself.
documentation in accordance with but not limited to
32. ARBITRATION:
what is specified in the bid document and lor In Vendor's
drawings and data form attached to the Purchase Order Any dispute or difference between the Vendor on one
and as called for in clause 8, vlz, 'Expediting' above. hand and the Owner on the other. of any kind
The types, quantities and time limits of submitting this whatsoever at any time or times, arising out of or in
must be respected in its entirety failing which the connection with or incidental to the Purchase Order
purchase Order shall not be deemed to have been including any dispute or difference regarding the
executed for all purposes including settlement of interpretation of the terms and conditions or any clause
payment since the said submission is an integral part thereof shall be referred to arbitration under the Rules
of purchase Order execution. of International Chamber of Commerce in Paris. The
30. TECHNICAL INFORMATION: venue of such arbitration shall be in India. The Indian
law shall apply.
Drawings, specifications & details shall be the property
of the Owner and shall be returned by the Vendor on 33. PART ORDER I REPEAT ORDER:
demand. The Vendor shall not make use of drawings Vendor shall agree to accept part order at owner's
and specifications for any purpose at any time save option without any limitations whatsoever and also
and except for the purposes of the Owner. The Vendor accept repeat order during a period of six months after
shall not disclose the technical Information furnished placement of purchase order at the same unit prices
or gained by the Vendor to any person, firm or body or terms and conditions.
corporate authority and shall make all endeavours to 34. ADDRESS:
ensure that the technical Information is kept
Bharat Petroleum Corporation Ltd.
CONFIDENTIAL. The technical information imparted
and supplied to the Vendor by the Owner shall at all Kochi Refinery
times remain the absolute property ofthe Owner. Ambalamugal
31. SERVICES OF VENDOR'S PERSONNEL: Kochi - 682 302
Upon two weeks advance notice, the Vendor shall INDIA
depute the necessary personnel to India for supervision Tel: 91-484-2722061-69
of erection and start up of the equipment and train a Fax: 91-484-2721094/2720855/56
few of the Owner's personnel for the operation and

-7-

Page 65 of 221 •
PROFORMA OF BANK GUARANTEE
( Performance )
(Ref. clause 26)
To
Bharat Petroleum Corporation Limited
Koehl Refinery, Ambalamugal, Kerala- 682302
Dear Sir,
In consideration of the Bharat Petroleum Corporation Limited (hereinafter called 8the Company8 which expression shall
include its suceessorsand assigns) having awarded to MIs. (Name) (address)
..................................................•....................................................................................................................... (hereinafter
referred to as ~he 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 fumishing 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
8the Bank8 which expression shall include its successors and assigns) hereby jointly and severally undertake the guarantee to
pay to the Company In (Currency) forthwith on demand in writing and without protest or demur of any and all moneys anywise
payable by the Supplier to the Company under in respect of or in connection with the said supply contract inclusive of all the
Company's losses and damages and costs, (Inclusive between attorney and client), charges and expenses and other moneys
anywise payable In respect to the above as specified in any notice of demand made by the Company to the Bank with reference
to this Guarantee up to aggregate limit of Rs (Rupees .
.. ... . ... .. . .. .... .. . ... .. ... ... ... ... .... ..only)
AND the Bank hereby agrees with company that:
This Guarantee / Undertaking shall be a continuing / undertaking and shall remain valid and irrevocable for all claims of the
Company and liabilities of the Supplier arising up to and until midnight of .
This date shall be 6 months from the last date of guarantee period
This Guarantee / Undertaking shall be in addition to any other guarantee or security whatsoever that the company may now or at
any time anywise have in relation to the Supplier's obligationslliabilities under and/or connection with the said supply contract,
and the Company shall have full authority to take recourse to or reinforce this security in preference to the other securlty(ies) at
its sole discretion, and failure on the part of the Company in enforcing or requiring enforcement of any other security shall have
the effect of releasing the Bank from its liability hereunder.
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), varlation(s), reduction(s), Increase(s) or the
indulgence(s) or arrangement(s) with the supplier or release or forbearance whatsoever shall have the effect of releasing the
Bank from its full liability to the Company hereunder or of prejudicing rights of the Company, against the Bank.
The Guarantee / Undertaking shall not be determined or affected by the liquidation or winding up, dissolution or change of
constitution or insolvency of the supplier but shall in all respects and for all purposes be binding and operative until payment of all
moneys payable to the Company in terms hereof.
The Bank hereby waives all rights at any time inconsistent with the terms of its Guarantee / Undertaking and the obligations of the
Bank in terms hereof shall not be anywise affected or suspended by reason of any dispute or disputes having been raised by the
supplier (whether or not pending before any Arbitrator, office, Tribunal or Court) or any denial of liability by the supplier or any
other of communication whatsoever by the supplier stopping or preventing or purporting to stop or prevent any payment by the
Bank to the Company in terms hereof.
The amount stated in any notice of demand addressed by the Company to the Guarantor as liable to be paid to the Company by
the supplier or as suffered or incurred by the Company on account of any losses or damages of costs, charges and or expenses
shall as between the Bank and the company be conclusive of the amount so liable to be paid to the Company or suffered or
incurred by the Company, as the case may be and payable by the Guarantor to Company in terms hereof.
Yours faithfully,

-8-

Page 66 of 221 •
Job No. : A307
BPCL-KR - IREP

SPECIAL PACKAGING REQUIREMENTS

All raw/solid wood packaging material used for packaging shall be appropriately treated and marked as
per ISPM-15 (International Standards of Phyto-sanitary measures 15) OR shall be accompanied by a
Phytosanitary Certificate with the treatment endorsed.

The treatment of raw/solid wood packaging material prior to export shall include either Methyl Bromide
(MB) @ 48 g/m3 for 16 hrs at 21º C and above or any equivalent thereof or heat treatment (HT) at 56º
C for 30 min (core temperature of wood) or Kiln Drying (KD) or Chemical Pressure Impregnation (CPI)
or any other treatments provided that these meet the HT specifications of the ISPM-15.

However, the above conditions shall not be applicable to wood packaging material wholly made of
processed wood products such as ply wood, particle board, oriental strand board of veneer that have
been created using glue, heat and pressure or combination thereof. The above conditions shall also
not be applicable to wood packaging material such as veneer peeler cores, wood wool & shavings and
thin wood pieces (less than 6mm thickness) unless they are found to be harboring any pests.

SPR-Foreign Page 1 of 1

Page 67 of 221
PROFORMA OF BANK GUARANTEE
( Performance )
(Ref. clause 26)
To
Bharat Petroleum Corporation Limited
Kochi Refinery, Ambalamugal, Kerala- 682 302
Dear Sir,
In consideration of the Bharat Petroleum Corporation Limited (hereinafter called “the
Company” which expression shall
include its successors and assigns) having awarded to M/s.
(Name)…................................... ………………………………..(address)
…………………………………............ ................................................. ...................
................................................... (hereinafter
referred to as “The Supplier” which expression wherever the subject or context so
permits include its successors and assigns) a supply contract in terms interalia, of the
Company’s Purchase Order No………………………dated……………………… and the
General Purchase Conditions of the company and upon the condition of supplier’s
furnishing security for the Performance of the supplier’s obligation and/or discharge of
the supplier’s liability under and/or in connection with the said supply contract up to a
sum of (in figure)…………........................…. (in words)
..........................................................................................
........................................................................
……………..............................................………) contract value.

We,
(Name)………...........................……………………(constitution)………………....................
.......….. (hereinafter called “the Bank” which expression shall include its successors and
assigns) hereby jointly and severally undertake the guarantee to pay to the Company in
(Currency) forthwith on demand in writing and without protest or demur of any and all
moneys anywise payable by the Supplier to the Company under in respect of or in
connection with the said supply contract inclusive of all the Company’s losses and
damages and costs, (inclusive between attorney and client), charges and expenses and
other moneys anywise payable in respect to the above as specified in any notice of
demand made by the Company to the Bank with reference to this Guarantee up to
aggregate limit of Rs………………………...... (Rupees ….....
...................................................................
……………………………………..only)

AND the Bank hereby agrees with company that:

This Guarantee / Undertaking shall be a continuing / undertaking and shall remain valid
and irrevocable for all claims of the Company and liabilities of the Supplier arising up to
and until midnight of……………………………..

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

This Guarantee / Undertaking shall be in addition to any other guarantee or security


whatsoever that the company may now or at any time anywise have in relation to the
Supplier’s obligations/liabilities under and/or connection with the said supply contract,
and the Company shall have full authority to take recourse to or reinforce this security in
preference to the other security(ies) at its sole discretion, and failure on the part of the

Page 68 of 221
Company in enforcing or requiring enforcement of any other security shall have the
effect of releasing the Bank from its liability hereunder.

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

The Guarantee / Undertaking shall not be determined or affected by the liquidation or


winding up, dissolution or change of constitution or insolvency of the supplier but shall in
all respects and for all purposes be binding and operative until payment of all moneys
payable to the Company in terms hereof.

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

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

Yours faithfully,

Page 69 of 221
Page 70 of 221
Page 71 of 221
Page 72 of 221
Page 73 of 221
Page 74 of 221
Page 75 of 221
Annexure – 1
E-TENDERING METHODOLOGY

Instructions for Online Bid Submission:


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

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

REGISTRATION

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

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

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

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

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

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

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

SEARCHING FOR TENDER DOCUMENTS

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

Page 76 of 221
3) The bidder should make a note of the unique Tender ID assigned to each tender, in case
they want to obtain any clarification / help from the Helpdesk.
PREPARATION OF BIDS

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

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


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

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

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

SUBMISSION OF BIDS

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

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

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

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

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

Page 77 of 221
Price Bid file, open it and complete the cells with their respective financial quotes and other
details (such as name of the bidder). No other cells should be changed. Once the details
have been completed, the bidder should save it and submit it online, without changing the
filename. If the Price Bid file is found to be modified by the bidder, the bid will be rejected.

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

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

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

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

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

RETENDER

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

WITHDRAWAL OF BID

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

ASSISTANCE TO BIDDERS

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

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

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


Dated -02-July-2014

Page 78 of 221
Government eProcurement System

Procedure for obtaining Digital Signature by Foreign Vendors

This document gives the procedure to be followed by bidders who are resident of countries other
than India for participating in Online Tendering Activity.

As per the IT ACT 2000, all bidders who participate in the online bidding process in this site
should possess a valid Digital Signature issued by any of the Digital Signature Certificate (DSC)
vendors approved by CCA, India (https://cca.gov.in). The following document gives the procedure
that is generally followed by various vendors.

Generally, the documents that are required to be submitted by Foreign Nationals are as follows:

1. Identity Proof (ID Proof) of the person in whose name DSC has to be issued (E.g.
Passport copy)
2. Bank account statement in country of residence, duly attested by Indian Embassy / High
Commission / Consulate / Apostille in the country where the applicant is currently
located. (At least 6 months of Bank transactions) with the proof indicating the account is
owned by the Individual.
3. Copy of the Trade license attested by any one of the authorities as specified in Point 2
above.
4. As the Individual is representing the company, an Authorization on company’s letter head
as given in the form
5. Copy of the Authorization letter or invitation letter from department for the
participation in the tender by any one of the tender inviting authority.

As of now, it is learnt that GNFC, TCS, eMudhra issue DSCs with the above procedure. The
copy of the nCodes, TCS and eMudhra Format is enclosed as Annexure; the Copies of other
vendors will be made available on receipt of information from these vendors.

Note: The Information given by the vendors is attached for facilitating the Foreign Nationals to
procure DSCs from the Indian CA authorized vendors for information purpose only as shared by
the respective CA's.

Please find below the details of various vendors and procedure for obtaining DSC:

 GNFC
 Tata Consultancy Services
 eMudhra

DSC for F oPage


r e i 79
g of
n 221
Nationals Version 1.0
Page 80 of 221
Page 81 of 221
Page 82 of 221
Page 83 of 221
Page 84 of 221
Page 85 of 221
Page 86 of 221
Page 87 of 221
Page 88 of 221
Page 89 of 221
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be reproduced,
MATERIAL REQUISITION (TOP SHEET)
ITEM DESCRIPTION: Pressure Relief Valves
GROUP ITEM CODE 15EC DESTINATION : KOCHI REFINERY, KOCHI, KER
ITEM CATEGORY II DELIVERY PERIOD

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

A307 000 YR MR 1369 B 04/11/2014 16 51


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

JOB NO UNIT/ MAIN DOC. SR.NO. REV DIVN. DEPT.


COST CODE DATE
ORIGINATOR

Notes:
1. This page is a record of all 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 pupose.
3.Vendor shall note the MR category and shall submit his offer in line with the requirements included in attached
'Instructions to Bidders'

REV DATE BY CHK APPD DETAILS


A 28/10/2014 SG AR MN Issued for Bids

B 04/11/2014 SG JJ AA Revised Issued for Bids

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

Project : IREP
ENGINEERS INDIA LIMITED
Client : BPCL-KOCHI Sheet 1 Of 5
NEW DELHI
Page 90 of 221
S.NO TAG NO . DESCRIPTION QUANTITY
/ ITEM CODE
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be reproduced,

1 Design ,engineering,manufacture,procurement of materials and


bought out components, mandatory spares, assembly at
shop,inspection,testing at manufacturer's works, packing, delivery,
documentation as per the enclosed EIL standard specifications,
instructions to vendors, job specification, data sheets etc
GROUP: A PRESSURE RELIEF VALVES CONVENTIONAL TYPE Qty - 9 Nos. (UNIT: 0ID, 0IG, 0IS & IST)
1.01 0ID-PSV-2301 Pressure Relief Valve 1 Nos
1.02 0ID-PSV-2302 Pressure Relief Valve 1 Nos
copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1641-515 Rev.1 A4-210x297

1.03 0ID-PSV-3501B Pressure Relief Valve 1 Nos


1.06 0IG-PSV-8301A Pressure Relief Valve 1 Nos
1.07 0IG-PSV-8301B Pressure Relief Valve 1 Nos
1.10 0IS-PSV-7101 Pressure Relief Valve 1 Nos
1.11 0IS-PSV-7102 Pressure Relief Valve 1 Nos
1.33 IST-PSV-3002A Pressure Relief Valve 1 Nos
1.34 IST-PSV-3002B Pressure Relief Valve 1 Nos
GROUP: B PRESSURE RELIEF VALVES CONVENTIONAL TYPE Qty - 6 Nos. (UNIT: 0ID & 0IV)
1.04 0ID-PSV-4002B Pressure Relief Valve 1 Nos
1.22 0IV-PSV-1108 Pressure Relief Valve 1 Nos
1.26 0IV-PSV-2804A Pressure Relief Valve 1 Nos
1.27 0IV-PSV-2804B Pressure Relief Valve 1 Nos
1.29 0IV-PSV-3004A Pressure Relief Valve 1 Nos
1.30 0IV-PSV-3004B Pressure Relief Valve 1 Nos
GROUP: C DESIGN CODE-IBR PRESSURE RELIEF VALVES, - Qty 6 Nos. (UNIT: 0IS)
1.12 0IS-PSV-8201A Pressure Relief Valve 1 Nos
1.13 0IS-PSV-8201B Pressure Relief Valve 1 Nos
1.14 0IS-PSV-8202A Pressure Relief Valve 1 Nos
1.15 0IS-PSV-8202B Pressure Relief Valve 1 Nos
1.20 0IS-PSV-8205A Pressure Relief Valve 1 Nos
1.21 0IS-PSV-8205B Pressure Relief Valve 1 Nos
GROUP: D DESIGN CODE-IBR PRESSURE RELIEF VALVES, - Qty 4 Nos. (UNIT: 0IS)
1.16 0IS-PSV-8203A Pressure Relief Valve 1 Nos
1.17 0IS-PSV-8203B Pressure Relief Valve 1 Nos
1.18 0IS-PSV-8204A Pressure Relief Valve 1 Nos
1.19 0IS-PSV-8204B Pressure Relief Valve 1 Nos
GROUP: E PRESSURE RELIEF VALVES BELLOWS TYPE, Qty - 8 Nos. (UNIT: DHDT & VGO)
1.08 0IG-PSV-8525A Pressure Relief Valve 1 Nos
1.09 0IG-PSV-8525B Pressure Relief Valve 1 Nos
1.23 0IV-PSV-2605A Pressure Relief Valve 1 Nos
1.24 0IV-PSV-2605B Pressure Relief Valve 1 Nos
1.25 0IV-PSV-2704 Pressure Relief Valve 1 Nos
1.28 0IV-PSV-2904 Pressure Relief Valve 1 Nos

Project : IREP REQUISITION No. REV


ENGINEERS INDIA LIMITED
A307-000-YR-MR-1369 B
NEW DELHI Client : BPCL-KOCHI
Page 91 of 221 Sheet 2 Of 5
S.NO TAG NO . DESCRIPTION QUANTITY
/ ITEM CODE
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be reproduced,

1.31 0IV-PSV-4801A Pressure Relief Valve 1 Nos


1.32 0IV-PSV-4801B Pressure Relief Valve 1 Nos
GROUP: F PRESSURE RELIEF VALVES- THERMAL RELIEF: Qty- 3 Nos. (UNIT: DCU & SWS)
1.05 0ID-PSV-7501 Thermal Relief Valve 1 Nos
1.35 ISW-PSV-5202 Thermal Relief Valve 1 Nos
copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1641-515 Rev.1 A4-210x297

1.36 ISW-PSV-5203 Thermal Relief Valve 1 Nos

5 Supply of two years operation and Maintenance Spares,as per


enclosed instructions to vendor
6 Unit Rates
6.001 Unit Rates of items for addition/deletion purpose,as per the enclosed 1 Lot
instructions to vendor.

Vendors shall quote prices against these items in their price schedule
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 equipment Tag No. only.

Project : IREP REQUISITION No. REV


ENGINEERS INDIA LIMITED
A307-000-YR-MR-1369 B
NEW DELHI Client : BPCL-KOCHI
Page 92 of 221 Sheet 3 Of 5
LIST OF ATTACHMENTS
S. No. DOCUMENT TITLE DOCUMENT NO. REV DATE SHEETS
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be reproduced,

1 Vendor Data Requirement A307-000-YR-VD-1369 1 04/11/2014 2

2 Special Instruction to Vendor A307-000-YR-SI-1369 1 04/11/2014 5

3 Technical Questionarrie A307-000-YR-TM-1369 B 04/11/2014 1

4 Spec. for documentation requirements 6-78-0003 0 04/06/2009 12


from supplier
5 Spec. for quality management sys.req. 6-78-0001 0 04/06/2009 9
from bidders
copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1641-515 Rev.1 A4-210x297

6 Standard specification for Pressure Relief 6-52-0026 3 29/11/2010 8


Valves
7 Datasheet Index & Datasheets A307-000-16-51-ID-1369 1 03/11/2014 80

8 Compliance Statement A307-000-16-51-CF-1369 0 28/10/2014 2

9 Deviation List Format A307-000-16-51-OD-1369 0 13/10/2014 1

10 ITP for pressure relief valves 6-81-2026 2 22/03/2012 5

11 Special Requirement for Hydrogen Service 6-44-0052-A4 6 04/08/2010 2

In case of any subsequent revision of MR or PR,only revised sheets of the attachments listed above shall be issued
alongwith the revision.
GENERAL NOTES:

Project : IREP REQUISITION No. REV


ENGINEERS INDIA LIMITED
A307-000-YR-MR-1369 B
NEW DELHI Client : BPCL-KOCHI
Page 93 of 221 Sheet 4 Of 5
Engineers India Limited Vendor Drawing/ Document Submission Schedule
Client/ Project:BPCL-KOCHI/ IREP Vendor's Name : Contact Person (Name/ Tel/ Fax/ email) : Status Date:

Item Description:Pressure Relief PR No.: Review Status Code:


Valves 1. No Comments
Date of LOI:
2. Proceed with manufacture/ fabrication as per commented document.
PO No.: Revised document required.
3. Document does not conform to basic requirements as marked.

Page 94 of 221
Date of PO: Resubmit for Review. R: Retained for Reference V: Void
EIL Originating Department :Instrumentation Contact Person(EIL):

Anticipated (Ant) Date of submission by vendor


Schedule
Drg/ Doc. Nomenclature Vendor Drg/ Doc No. Category Date of 1st Actual (Act) Date of submission by vendor Form
S.No. as per EIL Vendor Data Review(R)/ Submission Date of Return (Rew) by EIL Electronic Remarks
Requirement Records(I) (Rev. 0) (E)/ Print (P)
Title Review Status (Code)
Rev. 0 Rev. 1 Rev. 2 Rev. 3
Ant
Act
Rew
Code
Ant
Act
Rew
Code
Ant
Act
Rew
Code
Ant
Act
Rew
Code
Ant
Act
Rew
Code
Form No. EIL-1641-1923 Rev.1
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not
be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-726 Rev.0 A4-210x297
VENDOR DATA REQUIRMENT

With Final
Description AFTER PURCHASE ORDER
Proposal Documentation
(Prints) / As Built
Prints Date Needed
1. Dimensional details with mounting details and model number 1 1 4W 6(W/S)
2. Connections by purchase(Piping,Electrical Etc.) 1 4W 6(W/S)
3. Wiring diagrams
4. Parts list
5. Recommended spare parts list(for two years operation ) 1
6. Installation, Operation and maintenance manual 6(W/S)
7. Nomograph and sizing calculations 1 1 4W 6(W/S)
8. Test certificates 6(W/S)
9. Certificate from statutory body
10. Assembly details 6(W/S)
11. Catalogues in english 1 6(W/S)
12. Testing and Inspection procedures 1 6W
13. COmplaiance Statement & Deviation List (if any) 1
14. Proven Track Record 1
15. Final Documentation in CD 6(W/S)

1 04/11/2014 SG JJ AA REQ. NO. : A307-000-YR-MR-1369


0 28/10/2014 SG AR MN Page 1 Of 2
ORDER NO. :
REV DATE BY CHKD APPVD VENDOR :

PLANT : IREP SPECIFICATION REV


ENGINEERS INDIA LIMITED
UNIT : 000
NEW DELHI A307-000-YR-VD-1369 1
CLIENT BPCL-KOCHI
Page 95 of 221
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not
be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-726 Rev.0 A4-210x297
VENDOR DATA REQUIRMENT

NOTES :

1. Fold all drawings to 216mm X 279mm and roll transparencies.

2. Vendor to provide all printed matter to ENGINEERS INDIA LIMITED (EIL).


ATTENTION -

Vendor Drawing Control


5th Floor EI House, 1, Bhikaji Cama Place, New Delhi-110066.
LEGEND:

Categories preceeded with * will be approved for fabrication by Engineers India Limited.
The remaining drawings are needed for information only.

A/C = As compiled A/R = As required W/S = With shipment W = Weeks

IMPORTANT

While submittimg drawings and documents for review as indicated in vendor data requirement,
vendor must ensure the following :

1. A blank space measuring 75 mm W x 38 mm H shall be provided on all vendor drawings


(on the front side) for marking review codes etc. by ENGINEERS INDIA LIMITED.

2. The review of the drawings shall be done as applicable, under the following review codes :
a) Review Code 1 : No Comments.
b) Review Code 2 : Proceed with manufacture / fabrication as per commented drawing.
Revised drawing required.
c) Review Code 3 : Document does not conform to the basic requirements as marked.
Resubmit for review.

3. Review of the vendor drawings by EIL would be only to check compatibility with basic design and
concepts and would in no way absolve the manufacturer / fabricator of his responsibility to meet the
applicable codes, specifications and statutory rules and regulations.

4. For drawings / documents indicated as FOR INFORMATION in the vendor data requirement,
vendor must clearly mark FOR INFORMATION ONLY on the submitted drawings / documents.

I. The soft copy of documentation shall be in editable form (CAD. Excel, Database etc as well as SPI).
II. Note-1&2 above is not applicable as document shall be submitted as soft opies through eDMS.

1 04/11/2014 SG JJ AA REQ. NO. : A307-000-YR-MR-1369


0 28/10/2014 SG AR MN Page 2 Of 2
ORDER NO. :
REV DATE BY CHKD APPVD VENDOR :

PLANT : IREP SPECIFICATION REV


ENGINEERS INDIA LIMITED
UNIT : 000
NEW DELHI A307-000-YR-VD-1369 1
CLIENT BPCL-KOCHI
Page 96 of 221
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not
be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-726 Rev.0 A4-210x297
SPECIAL INSTRUCTION TO VENDORS

Part A:

BIDDING INSTRUCTIONS

A1. Bidder must follow the following guidelines while submitting their offer. Offers not complying with these guidelines shall be
rejected summarily without any intimation to the Bidder.

a) The Material Requisition (MR) specifications (i.e.) data sheets, Standard specifications and other attachments to this MR
shall be fully complied with. No deviations of any type are acceptable in general.

b) Bidder shall follow clause 1.2 of the attached Standard Specifications for Pressure Relief Valves, Doc. no.6-52-0026 Rev.3
and Special Instructions to Vendor (SIV) attached with MR.

c) In case of any contradiction between these bidding instructions and any other documents attached with MR, this bidding
instructions shall govern.

d) Bidder shall submit the Lump sum price for each group separately, covering all the items including mandatory spares and
any other requirements as specified in this MR following the price schedule format of RFQ. No information / description,
technical or non technical, other than what is required as per price format shall be filled or submitted.

e) Unit rates for each valve shall be provided separately for any addition/deletion. Bidder shall note that these unit rates are
only for addition/deletion at a later date. Price for testing and any other requirement for each item as per MR specifications
shall be included in the item price in pricing schedule.

f) Bidder to note that alternate quote shall not be furnished for any tag. As per project philosophy an offer with alternate quote
shall be rejected.

A2. Bidder is responsible for meeting all technical requirements in this Material Requisition including instrument data sheets. If
at any stage, till the completion of order, the offered instruments and its accessories are found unsuitable to meet the MR
specification, Bidder shall replace the same with suitable items, without any time / cost implication.

A3. The Bidder shall submit the required drawings/ documents as per the Vendor Data Requirements (VDR) enclosed with the
MR.

A4. The Bidder shall submit the 'Technical Questionnaire' in this M.R. duly filled in along with the offer. Answers to the
contents of this Technical Questionnaire shall be unambiguous i.e. 'yes', 'no' or the required data/information. An offer without
the filled-in Technical Questionnaire or with vague, non-committal replies or referenced reply to some catalogue etc., without
specific page and paragraph no. shall be considered incomplete and is liable for rejection.

A5. MUST COMPLY REQUIREMENTS


--------------------------------------------------------
a) Bidder must indicate their contact person; email ID, fax no., telephone number and postal address in the attached format.

b) Offer must be complete in all respects complying fully to the MR requirements without exception. No price change,
whatsoever, shall be allowed to the Bidder after submission of bid even if it results from any technical clarification.

c) Any price change subsequent to the submission of the offer because of any technical query or any other reason attributable
to the Bidder may lead to rejection of the offer.

d) Technical queries if necessary shall be forwarded either in email or by fax. Bidder shall be allowed to forward their replies
either by email or by fax, addressed directly to Purchase department (addressed to the Purchase department from where the
enquiry is issued) indicating the enquiry number in each of such correspondence. Bidder shall also forward a hardcopy of the
email duly signed and addressed to both the above.

1 04/11/2014 SG JJ AA REQ. NO. : A307-000-YR-MR-1369


0 28/10/2014 SG AR MN ORDER NO. : Page 1 Of 5

REV DATE BY CHKD APPVD VENDOR :

PLANT : IREP SPECIFICATION REV


ENGINEERS INDIA LIMITED
UNIT : 000
NEW DELHI A307-000-YR-SI-1369 1
CLIENT BPCL-KOCHI
Page 97 of 221
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not
be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-726 Rev.0 A4-210x297
SPECIAL INSTRUCTION TO VENDORS

e) Any query raised on the email or fax must be replied within the specified period. Replies received beyond the specified
period may lead to ignoring any subsequent correspondence from the Bidder.

f) Bidder to note that a pre-bid meeting shall be held in which Bidder can seek any clarification/ confirmation if required. Bidder
shall ensure that this meeting is attended by both technical and commercial personnel of the Bidder who should have
thoroughly scrutinized the MR before hand so that all issues are finally resolved in this meeting.

g) Offered models shall be accompanied by sizing calculations and detailed technical catalogues in English. An offer without
sizing calculations and catalogues shall be considered incomplete and is liable for rejection.

A6. (i) Bidder shall fill and furnish the following documents along with the offer:
1. Compliance statement
2. Technical deviation list if any
3. Technical Questionnaire duly filled in
4. Un-priced Offer (Without Prices) as per the RFQ FORMAT
THE ABOVE DOCUMENTS ARE THE ONLY BASIS OF TECHNICAL EVALUATION. OFFERS SHALL BE EVALUATED
BASED ON THE ABOVE-MENTIONED DOCUMENTS ONLY. THERFORE BIDDER SHALL TAKE PROPER NOTE OF THIS
IMPORTANT REQUIREMENT AND COMPLY.

BIDDER TO NOTE THAT DEVIATIONS, IF ANY, SHALL BE FURNISHED IN THE OFFER ONLY IN THE CONSOLIDATED
DEVIATION LIST AS PER FORMAT GIVEN IN MR DOC. A307-000-16-51-MD-1369. DEVIATIONS NOT LISTED IN THE
DEVIATION LIST BUT MENTIONED IN ANY OTHER PLACE OF THE OFFER SHALL NOT BE TAKEN COGNIZANCE OF.
ii) After placement of order, Bidder shall furnish filled in instrument data sheets, complete model no. and model decoding
details along with instruments catalogs for inclusion in the PR within 1 week of issue of LOI.

iii) Bidder to note that Delivery will be reckoned from the date of issue of LOI and any delay in submission of filled in datasheet
and resulting delay in delivery shall be in Bidders account.

PART-B
SPECIFIC JOB REQUIREMENTS
--------------------------------------------------------
B1. The Pressure relief Valves covered in this MR are for the safety, safety+relief and thermal relief applications for the
Delayed Coker Unit (0ID), DHDT(0IG), Sulphur Recovery Unit (0IS), Sour Water Stripping unit-I/II ( ISW), VGO-HDT (0IV) &
Tail Gas Treating Unit (IST) of IREP, Kochi Refinery of M/s BPCL-KR.

B2. The Specifications 6-52-0026, Rev.3 for Pressure Relief Valves shall be read in conjunction with this Special Instructions
to Vendor and the data sheets enclosed in this Material Requisition. Wherever any discrepancy exists between the above
documents, Special Instructions to Vendor and the data sheets shall override.
Bidder shall read the valves datasheet specification together with the notes given at the bottom of the datasheets. Each
datasheet is provided with General notes & notes specific to that tag no. Bidder shall read the datasheet specification together
with these notes given at the bottom of datasheets.

B3. Offered Model Nos. for Pressure Relief Valves shall be field proven for at least 4000 hrs. in hydrocarbon application
similar to as those indicated in the MR.
Bidder shall furnish the following information as a minimum along with their offer for all such valves to support the provenness
of the pressure relief valves being offered by them.
-Name of the Plant and Customer
-Model No. of the supplied Valve
-Year of supply and commissioning
-Name, address, telephone/ fax no., e-mail of the contact person
-Application details
Bidder shall furnish the above information positively with the offer. Pressure Relief Valves not having proven references in
similar applications or the references provided without complete information as asked or ambiguous references shall not be
acceptable.

B4. Bidder to note the following with regard to ordering of the Pressure Relief Valves mentioned in the requisition. The
Pressure Relief Valves are divided into groups with details as follows- :

1 04/11/2014 SG JJ AA REQ. NO. : A307-000-YR-MR-1369


0 28/10/2014 SG AR MN ORDER NO. : Page 2 Of 5

REV DATE BY CHKD APPVD VENDOR :

PLANT : IREP SPECIFICATION REV


ENGINEERS INDIA LIMITED
UNIT : 000
NEW DELHI A307-000-YR-SI-1369 1
CLIENT BPCL-KOCHI
Page 98 of 221
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not
be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-726 Rev.0 A4-210x297
SPECIAL INSTRUCTION TO VENDORS

GROUP-A: PRESSURE RELIEF VALVES CONVENTIONAL TYPE (INLET SIZE 2", 600# & up to 6", 300#), Qty - 9 Nos.
(UNIT: DCU, DHDT, SRU & TGTU)
GROUP-B: PRESSURE RELIEF VALVES CONVENTIONAL TYPE, (INLET SIZE 3" & above with rating 600#) Qty - 6 Nos.
(UNIT: DCU & VGO)
GROUP-C: DESIGN CODE-IBR PRESSURE RELIEF VALVES, (DISCHARGE SIZE UPTO 8"), Qty- 6 Nos. (UNIT: SRU)
GROUP-D: DESIGN CODE-IBR PRESSURE RELIEF VALVES, (DISCHARGE SIZE 10")- Qty 4 Nos. (UNIT: SRU)
GROUP-E: PRESSURE RELIEF VALVES BELLOWS TYPE, Qty - 8 Nos. (UNIT: DHDT & VGO).
GROUP-F: PRESSURE RELIEF VALVES- THERMAL RELIEF: Qty- 3 Nos. (UNIT: DCU & SWS).

Bidder to note that the evaluation shall be carried out on bottom line basis (lump sum basis) for all the tags in a group
including mandatory spares, all other requirements of MR and testing & inspection requirement, IBR, Radiography, statutory
certification etc. as applicable as per individual datasheets. Ordering shall be carried out GroupWise i.e. all valves and
Mandatory spares for one group shall be ordered together on one Bidder. Bidder must quote for all valves in a group so as to
be considered for that group.

Bidder to offer only standard product out of their manufacturing range as listed in their product catalogue including valve model
no., size etc. Valve with non-standard model no., size shall not be accepted. Bidder to quote only for the groups for which they
are qualified as per their enlistment with EIL.

B5. SPECIAL SERVICE REQUIREMENTS


Bidder to note that the charges for all the applicable testing and / or certification requirements as per below shall be included in
the base price of the applicable valves in the group.

(i) RADIOGRAPHY REQUIREMENTS:

a) Valve castings and welds shall undergo Radiography as follows:


For all valve castings with ratings ANSI 600# and above or as specified in the individual data sheets, 100% radiography testing
shall be applied. The radiography procedure shall be as per ANSI B16.34 and acceptance criteria shall be as per ANSI B16.34
Annexure-B. For areas of casting to be radiographed for valves not covered as per ANSI B16.34, the Bidder shall furnish
details of the areas to be radiographed as per ANSI B16.34.

b) Post weld heat treatment (PWHT) for stress relieving shall be provided for welds, if any, wherever specified in the data
sheets.
Radiography shall be carried out after completion of the PWHT/ Stress relieving operation.

ii) IBR Requirements:

a) Whenever a valve has been specified in the individual datasheet, as being in IBR service, the Bidder shall provide material
certificate for the valve construction as per IBR Form-IIIC, duly signed by IBR or its authorized representative.

b) Wherever valves on steam service are specified in data sheets requiring IBR sizing, Bidder shall size the valves as per IBR
Clause 295. Bidder shall furnish certificate from IBR for discharge coefficient "C" used in the sizing of this valves.
Valves not having IBR certificate with discharge coefficient shall not be accepted in such cases. Also bidder to furnish IBR
certificate as per form III, attachment 11.

c) Bidder shall note that for IBR valves, any valve part that requires welding shall not have a carbon content exceeding 0.25%.
Also, flanges shall not have sulphur or phosphorous content exceeding 0.05% each.

iii) NACE REQUIREMENTS.


For valves under NACE service, wherever specifically mentioned in the individual datasheet, the following shall be met:
- Maximum hardness in weld joints shall be limited to 200 BHN.
- The valve shall comply to NACE MR 0103 requirements.
- All girth weld joints shall be 100% radiographed & all types of welds shall be wet fluorescent MP tested.
Price for NACE requirements (wherever applicable as mentioned in the individual data sheets) shall be included in the base
price of the valves in the group.

iv) WET H2S SERVICE REQUIREMENTS:


For valves under Wet H2S service, following shall be met.

1 04/11/2014 SG JJ AA REQ. NO. : A307-000-YR-MR-1369


0 28/10/2014 SG AR MN ORDER NO. : Page 3 Of 5

REV DATE BY CHKD APPVD VENDOR :

PLANT : IREP SPECIFICATION REV


ENGINEERS INDIA LIMITED
UNIT : 000
NEW DELHI A307-000-YR-SI-1369 1
CLIENT BPCL-KOCHI
Page 99 of 221
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not
be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-726 Rev.0 A4-210x297
SPECIAL INSTRUCTION TO VENDORS

- Maximum hardness in weld joints shall be limited to 200BHN.


-All CS welded pipes, castings & all types of fittings including strainers shall have control to hardness to 200BHN.

v) HYDROGEN SERVICE:
Valves in hydrogen service as indicated in datasheets shall comply with "Special Requirements for hydrogen service valves".
6-44-0052-A4, Rev 6 attached along with the MR. Radiography for these valves shall be done as per the requirements given in
the specification.

B6. a) BIDDER TO NOTE THAT CALCULATED AREA SPECIFIED IN THE DATA SHEETS IS TENTATIVE ONLY. BIDDER
SHALL SUBMIT THE SIZING CALCULATION FOR EACH VALVE IN HIS OFFER AND CONFIRM THE VALVE SIZES
INDICATED IN DATA SHEETS. BIDDER TO NOTE THAT VALVE INLET AND OUTLET SIZE, RATING AND ORIFICE
DESIGNATION INDICATED IN THE DATA SHEETS HAVE TO BE COMPLIED AS A MINIMUM. HOWEVER, IF REQUIRED
AS PER BIDDER'S SIZING CALCULATION, HIGHER SIZE, RATING AND ORIFICE DESIGNATION SHALL BE OFFERED
BY BIDDER AND THE SAME SHALL BE BROUGHT OUT DURING PRE-BID MEETING AND ACCORDINGLY OFFERED.

b) Bidder shall indicate the calculated area, selected area, valve reaction force, orifice designation and Inlet & Outlet
connections as per API -526, actual relieving capacity, % blow down and cold bench set pressure etc. for each of the offered
tag numbers as per his sizing calculation and indicate the same in the filled-up datasheets.

B7. For all the tags where thermal relief valves with Inlet/Outlet Size of 3/4" x 1" are required, selected area indicated in the
individual data sheets shall be provided as a minimum.

B8. Wherever more than one valve is required to meet the required discharge capacity, the same is indicated in notes section
in the data sheet of applicable valve. However, only one valve shall be supplied against each data sheet. Vendor shall furnish
offer in the same order as per item list in MR. In all such cases, Bidder must comply with the quantity of valves indicated in the
MR datasheets to meet the required discharge capacity.

B9. Inspection and Test requirements:

a) All the items supplied by the Bidder shall be subject to inspection at valve manufacturing works.

b) As a minimum, the inspection and testing requirements as per Standard Specification for Pressure Relief Valves (6-52-
0026) and Inspection Test Plan for Pressure Relief Valves (6-81-2026) attached along with the MR shall be adhered to.

B10. a) For all the tags where Body and Bonnet material is specified as 'carbon steel', ASTM A105 or A216 Gr. WCB are
acceptable. SS 316 body material is also acceptable in lieu of carbon steel provided that the offered SS316 body/bonnet
including the inlet and outlet flanges meets the pressure and temperature conditions (ASME rating) as per ASME B 16.5.

b) In line no. 40 of EIL datasheets Nozzle and disc material - wherever SS316 has been specified, SS316L is also acceptable
but wherever SS316L has been specified, SS316 is NOT acceptable.

B11. The Bidder shall furnish a separate quote for recommended spare parts for the valves for 2 years normal operation.

B12. Bidder shall strictly quote Safety valves as per their size, type & rating enlisted with EIL.

B13. MANDATORY SPARES


Bidder shall supply the following mandatory spares for each group. Price for the same shall be included in the lumpsum price
of each group:
a) 10% of total quantity or minimum one no. whichever is higher, for spring of each type for each group. (The word TYPE
means the type, range and material as applicable).

b) 10% of total quantity or minimum one set, whichever is higher, of soft parts like gaskets, o-rings, Seal-ring and packing of
each type for each group.

c) 10% of total quantity or minimum one no, whichever is higher, of Nozzle & Disc of each type for each group. (The word
TYPE means the type, size and material as applicable).
The list of mandatory spares shall not be reviewed during offer/evaluation stage. It is vendor's responsibility to meet the above
requirement.

1 04/11/2014 SG JJ AA REQ. NO. : A307-000-YR-MR-1369


0 28/10/2014 SG AR MN ORDER NO. : Page 4 Of 5

REV DATE BY CHKD APPVD VENDOR :

PLANT : IREP SPECIFICATION REV


ENGINEERS INDIA LIMITED
UNIT : 000
NEW DELHI A307-000-YR-SI-1369 1
CLIENT BPCL-KOCHI
Page 100 of 221
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not
be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-726 Rev.0 A4-210x297
SPECIAL INSTRUCTION TO VENDORS

B14. For all the tags where spring material has been specified as 'Plated Carbon Steel', 'Nickel plated CS' shall be provided.
'Zinc Plated CS' or 'HTAP coated CS' are also acceptable for the same.

B15. For all the tags where spring material has been specified as Tungsten alloy Steel, proven 'High Temp. Alloy', is also
acceptable.

B16. For thermal relief valves, semi nozzle design is specified in the data sheets. Bidder to note that for semi nozzle designs
where the body is also part of the internal flow path/ wetted part, the body material shall be same as that specified for the
nozzle in the data sheets. Modified nozzle design in place of semi-nozzle design is also acceptable for the thermal relief
valves.

B17.For all Safety Valves, bolting material shall be ASTM A193 Grade B7 for bolts and ASTM A194 Grade 2H for stud nuts
unless otherwise specified in the data sheets.
For any other specific requirement, same is indicated in individual datasheets of the safety valves.

B18. Bidder to ensure the submission of all drawings / documents mentioned above in soft copies through EIL eDMS portal
only during detail engineering & no documents shall be submitted through hard copies however as built document shall be
submitted in hard copy along with soft copy.

B19. Bidder shall furnish soft copies of all as built drawings and datasheets in Autocad/ MS excel formats for loading in
Owners's Documentation Node.

B20. Bidder shall note that wherever the relieving temperature of Pressure relief valves is exceeding 1000 deg F, the sizing of
the valve shall be done considering the relieving temperature only, whereas the selection of the same (as per API) shall be
based on the Mechanical design temperature mentioned in the respective datasheets.

B21. SITE CONDITIONS:


The Safety Valves and accessories covered in the MR shall be suitable for unprotected installation in Hot, Humid and
Corrosive environment having following ambient condition.
The site environmental conditions at Kochi are as follows:
Ambient temperature (Max//min.): 38deg C / 20 deg C.
Relative Humidity: 95% (max) at max 38 deg C
Maximum recorded rainfall: 179 mm in 1 hour

1 04/11/2014 SG JJ AA REQ. NO. : A307-000-YR-MR-1369


0 28/10/2014 SG AR MN ORDER NO. : Page 5 Of 5

REV DATE BY CHKD APPVD VENDOR :

PLANT : IREP SPECIFICATION REV


ENGINEERS INDIA LIMITED
UNIT : 000
NEW DELHI A307-000-YR-SI-1369 1
CLIENT BPCL-KOCHI
Page 101 of 221
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not
TECHNICAL QUESTIONNAIRE
This questionnaire shall be duly filled in and submitted along with unpriced sets of offers to avoid further queries
and to ensure proper evaluation of your offer in time. If this is not complied with, your offer is liable to be rejected.
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------
ANSWER 'YES' 'NO' OR 'NOT APPLICABLE'
be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-TEQ

DESCRIPTION BIDDER'S RESPONSE


-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

1. Have you any deviations to the following:


i) General Specifications (clausewise)
ii) Special requirements (clausewise)
iii) Instrument specifications indicated in the data sheets.
iv) The scope of supply as indicated in the material requisition. If `yes' have you included
the list of deviations? (If no deviations are furnished, it will be assumed that all
the specifications and requirements of the subject requisition are complied with and
no deviations whatever will be accepted after the placement of order.)
-------------------------------------------------------------------------------------------------------------------------------------------------------------
2. Have you quoted for the spare parts including consumable items required for the startup
and 2 years normal operation/maintenance of the Instruments?
-------------------------------------------------------------------------------------------------------------------------------------------------------------
3. Have you quoted for the mounting accessories, special calibration kits and equipments
(complete with technical details) required if any, for the erection, commissioning and
maintenance of the instruments?
-------------------------------------------------------------------------------------------------------------------------------------------------------------
4. A) Have you enclosed the relevant technical catalogue/Literature in ENGLISH language including
model decoding details, drawings etc. necessary for the evaluation of your offer?
(NOTE: In case of line mounted instruments, viz. control valves, positive displacement meters,
Pressure relief valves etc., for all the lines quoted, relevant dimensional details required for
the installation must be furnished along with the offer.)
B) Have you confirmed that the documents required as per vendor data Requirements will be
supplied after the placement of order.
C) If so, have you indicated the extra price applicable, if any?
-------------------------------------------------------------------------------------------------------------------------------------------------------------
5. Have you furnished sizing, noise level calculations and certified capacity curves for the
instruments, wherever applicable?
-------------------------------------------------------------------------------------------------------------------------------------------------------------
6. Have you furnished, separately the `Shop inspection charges, if any, for inspection at
your works by EIL/Third party? (The details of the tests to be carried out on the instruments
during shop inspection are to be furnished)
-------------------------------------------------------------------------------------------------------------------------------------------------------------
7. Have you furnished the certificates from statutory bodies vis. BASEEFA, FM, CSA etc. for the
Explosion proof construction / intrinsically safe design of the instruments, wherever specified?
-------------------------------------------------------------------------------------------------------------------------------------------------------------
8. Have you furnished the certificates from statutory authority i.e., CCOE certificate for all electrical
equipments for intrinsically safe/ explosion proof design wherever specified?
-------------------------------------------------------------------------------------------------------------------------------------------------------------
9. Have you confirmed that IBR certification in Form III(C) or equivalent certification from statutory
bodies viz. Lloyds, Bureau veritas, TUV etc. will be furnished wherever specified?
-------------------------------------------------------------------------------------------------------------------------------------------------------------
10. Have you indicated separately the installation and commissioning charges, in case the same
are included in your scope of work?
-------------------------------------------------------------------------------------------------------------------------------------------------------------
11. Have you furnished the estimated power / utility consumptions and special cable requirements,
if any, for the instruments quoted?
-------------------------------------------------------------------------------------------------------------------------------------------------------------
12. Have you furnished the customer reference list in India/Abroad.
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------
- NOTE : If the answer is 'NO' , then furnish reasons thereof.
[ ] Deviation [ ] No Deviation Vendor Seal And Signature

B 04/11/2014 SG JJ AA REQ. NO. : A307-000-YR-MR-1369


A 28/10/2014 SG AR MN ORDER NO. : Page 1 Of 1

REV DATE BY CHKD APPVD VENDOR :

PLANT : IREP SPECIFICATION REV


ENGINEERS INDIA LIMITED
UNIT : 000
NEW DELHI A307-000-YR-TM-1369 B
CLIENT BPCL-KOCHI
Page 102 of 221
PSV GROUPING DETAILS DOCUMENT No.
(DATASHEET INDEX) A307-000-16-51-ID-1369 Rev-1

GROUP-A: PRESSURE RELIEF VALVES CONVENTIONAL TYPE (INLET SIZE 2”, 600# & up to 6”, 300#), Qty – 9 Nos.
(UNIT: DCU, DHDT, SRU & TGTU)

SL. NO. TAG NO. DATA SHEET NO. QTY.


1 0ID-PSV-2301 A307-0ID-YR-DS-3137 1 No.
2 0ID-PSV-2302 A307-0ID-YR-DS-3138 1 No.
3 0ID-PSV-3501B A307-0ID-YR-DS-3139 1 No.
4 0IG-PSV-8301A A307-0IG-YR-DS-3065 1 No.
5 0IG-PSV-8301B A307-0IG-YR-DS-3066 1 No.
6 0IS-PSV-7101 A307-0IS-YR-DS-3055 1 No.
7 0IS-PSV-7102 A307-0IS-YR-DS-3056 1 No.
8 IST-PSV-3002A A307-IST-YR-DS-3023 1 No.
9 IST-PSV-3002B A307-IST-YR-DS-3024 1 No.
MANDATORY SPARE
Refer Special Instruction to Vendor (A307-000-YR-MR-1369) (SIV) clause no. B13 1 Lot

GROUP-B: PRESSURE RELIEF VALVES CONVENTIONAL TYPE, (INLET SIZE 3” & above with rating 600#) Qty – 6 Nos.
(UNIT: DCU & VGO)

SL. NO. TAG NO. DATA SHEET NO. QTY.


1 0ID-PSV-4002B A307-0ID-YR-DS-3140 1 No.
2 0IV-PSV-1108 A307-0IV-YR-DS-3038 1 No.
3 0IV-PSV-2804A A307-0IV-YR-DS-3101 1 No.
4 0IV-PSV-2804B A307-0IV-YR-DS-3102 1 No.
5 0IV-PSV-3004A A307-0IV-YR-DS-3103 1 No.
6 0IV-PSV-3004B A307-0IV-YR-DS-3104 1 No.
MANDATORY SPARE
Refer Special Instruction to Vendor (A307-000-YR-MR-1369) (SIV) clause no. B13 1 Lot

GROUP-C: DESIGN CODE-IBR PRESSURE RELIEF VALVES, (DISCHARGE SIZE UPTO 8"), Qty- 6 Nos. (UNIT: SRU)

SL. NO. TAG NO. DATA SHEET NO. QTY.


1 0IS-PSV-8201A A307-0IS-YR-DS-3045 1 No.
2 0IS-PSV-8201B A307-0IS-YR-DS-3046 1 No.
3 0IS-PSV-8202A A307-0IS-YR-DS-3047 1 No.
4 0IS-PSV-8202B A307-0IS-YR-DS-3048 1 No.
5 0IS-PSV-8205A A307-0IS-YR-DS-3053 1 No.
6 0IS-PSV-8205B A307-0IS-YR-DS-3054 1 No.
MANDATORY SPARE
Refer Special Instruction to Vendor (A307-000-YR-MR-1369) (SIV) clause no. B13 1 Lot

GROUP-D: DESIGN CODE-IBR PRESSURE RELIEF VALVES, (DISCHARGE SIZE 10")- Qty 4 Nos. (UNIT: SRU)

SL. NO. TAG NO. DATA SHEET NO. QTY.


1 0IS-PSV-8203A A307-0IS-YR-DS-3049 1 No.
2 0IS-PSV-8203B A307-0IS-YR-DS-3050 1 No.
3 0IS-PSV-8204A A307-0IS-YR-DS-3051 1 No.
4 0IS-PSV-8204B A307-0IS-YR-DS-3052 1 No.

Page 1 of 2
Page 103 of 221
PSV GROUPING DETAILS DOCUMENT No.
(DATASHEET INDEX) A307-000-16-51-ID-1369 Rev-1

MANDATORY SPARE
Refer Special Instruction to Vendor (A307-000-YR-MR-1369) (SIV) clause no. B13 1 Lot

GROUP-E: PRESSURE RELIEF VALVES BELLOWS TYPE, Qty – 8 Nos. (UNIT: DHDT & VGO)

SL. NO. TAG NO. DATA SHEET NO. QTY.


1 0IG-PSV-8525A A307-0IG-YR-DS-3067 1 No.
2 0IG-PSV-8525B A307-0IG-YR-DS-3068 1 No.
3 0IV-PSV-2605A A307-0IV-YR-DS-3044 1 No.
4 0IV-PSV-2605B A307-0IV-YR-DS-3045 1 No.
5 0IV-PSV-2704 A307-0IV-YR-DS-3046 1 No.
6 0IV-PSV-2904 A307-0IV-YR-DS-3048 1 No.
7 0IV-PSV-4801A A307-0IV-YR-DS-3065 1 No.
8 0IV-PSV-4801B A307-0IV-YR-DS-3066 1 No.
MANDATORY SPARE
Refer Special Instruction to Vendor (A307-000-YR-MR-1369) (SIV) clause no. B13 1 Lot

GROUP-F: PRESSURE RELIEF VALVES- THERMAL RELIEF: Qty- 3 Nos. (UNIT: DCU & SWS)

SL. NO. TAG NO. DATA SHEET NO. QTY.


1 0ID-PSV-7501 A307-0ID-YR-DS-3141 1 No.
2 ISW-PSV-5202 A307-ISW-YR-DA-3026 1 No.
3 ISW-PSV-5203 A307-ISW-YR-DA-3027 1 No.
MANDATORY SPARE
Refer Special Instruction to Vendor (A307-000-YR-MR-1369) (SIV) clause no. B13 1 Lot

Page 2 of 2
Page 104 of 221
GROUP-A
PRESSURE RELIEF VALVES CONVENTIONAL TYPE
(INLET SIZE 2”, 600# & up to 6”, 300#), Qty – 9 Nos.
(UNIT: DCU, DHDT, SRU & TGTU)

Page 105 of 221


1 Tag Number 0ID-PSV -2301
2 Service Steam Condensate
3 Line No. Eqp./Line Protected 2"-SL-ID-2310-A2A-IS
GENERAL 4 Nozzle (Full, Semi) Full Nozzle Full Lift
5 Design Safety, Relief, Safety-Relief Safety valve without RD
6 Type Conventional, Bellow, Pilot Operated Conventional
7 Bonnet Type Open
8 Valve Discharge to Atmosphere
9 Fluid State LP Steam Steam
10 Required Capacity 150 kg/h
11 Molecular Mass
12 Oper. Pressure Set Pressure 6 kgf/cm²-g 10 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 164 °C 191.2 °C
14 Constant 0 kgf/cm²-g
15 Back Pressure Variable bar-g
16 Total
17 % Allowable Overpressure 21
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor 0.92
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats 1.3
22 Relative Density @ Rel. Temp. kg/m³
23 Viscosity @ Rel. Temp. cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % * kgf/cm²-g *
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code API
28 Sizing Basis FIRE
BASIS 29
AND 30 Calculated Area 0.25 cm²
SELECTION 31 Selected Area 0.71 cm²
32 Orifice Designation D
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity 434.43 kg/h
35 Inlet : Size Rating 1 in 150#
36 Facing and Finish RF/ 125AARH
CONNECTIONS
37 Outlet: Size Rating 2 in 150#
38 Facing and Finish RF/ 125AARH
39 Body and Bonnet ASTM A 216 GR. WCB
MATERIALS 40 Nozzle and Disc SS 316
41 Resilient Seat Seal
42 Guide and Rings SS
43 Spring Plated Carbon Steel
44 Bellows
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed Plain
OPTIONS 47 Test Gag Yes
48 IBR Yes
49 Others
50 Manufacturer *
51 Model *
PURCHASE 52 Purchase Order Number A307-000-YR-MR-1369
53 Price Item Number
54 Serial Number
Notes: Note 1:

INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : IREP,BPCL-KR
Job No : A307
A SG 10/9/2014 Issued with MR Unit No : 0ID-Delayed Coker Unit Sheet 1 of 2
No. By Date Revision Code: 74 Doc. No.: A307-0ID-YR-DS-3137 Rev.: A

Page 106 of 221


Tag Number : 0ID-PSV -2301

1. "*" indicates data to be furnished by vendor.


2. IBR requirements as per SIV shall be complied for this tag.

INSTRUMENT SPECIFICATION

PSV

A SG 10/9/2014 Issued with MR Sheet 2 of 2


No. By Date Revision Code: 74 Dwg. No.: A307-0ID-YR-DS-3137 Rev.: A

Page 107 of 221


1 Tag Number 0ID-PSV -2302
2 Service Steam Condensate
3 Line No. Eqp./Line Protected 2"-SL-ID-2311-A2A-IS
GENERAL 4 Nozzle (Full, Semi) Full Nozzle Full Lift
5 Design Safety, Relief, Safety-Relief Safety valve without RD
6 Type Conventional, Bellow, Pilot Operated Conventional
7 Bonnet Type Open
8 Valve Discharge to Atmosphere
9 Fluid State LP Steam Steam
10 Required Capacity 150 kg/h
11 Molecular Mass
12 Oper. Pressure Set Pressure 6 kgf/cm²-g 10 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 164 °C 191.2 °C
14 Constant 0 kgf/cm²-g
15 Back Pressure Variable bar-g
16 Total
17 % Allowable Overpressure 21
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor 0.92
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats 1.3
22 Relative Density @ Rel. Temp. kg/m³
23 Viscosity @ Rel. Temp. cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % * kgf/cm²-g *
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code API
28 Sizing Basis FIRE
BASIS 29
AND 30 Calculated Area 0.25 cm²
SELECTION 31 Selected Area 0.71 cm²
32 Orifice Designation D
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity 434.43 kg/h
35 Inlet : Size Rating 1 in 150#
36 Facing and Finish RF/ 125AARH
CONNECTIONS
37 Outlet: Size Rating 2 in 150#
38 Facing and Finish RF/ 125AARH
39 Body and Bonnet ASTM A 216 GR. WCB
MATERIALS 40 Nozzle and Disc SS 316
41 Resilient Seat Seal
42 Guide and Rings SS
43 Spring Plated Carbon Steel
44 Bellows
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed Plain
OPTIONS 47 Test Gag Yes
48 IBR Yes
49 Others
50 Manufacturer *
51 Model *
PURCHASE 52 Purchase Order Number A307-000-YR-MR-1369
53 Price Item Number
54 Serial Number
Notes: Note 1:

INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : IREP,BPCL-KR
Job No : A307
0 SG 10/9/2014 Issued with MR Unit No : 0ID-Delayed Coker Unit Sheet 1 of 2
No. By Date Revision Code: 74 Doc. No.: A307-0ID-YR-DS-3138 Rev.: 0

Page 108 of 221


Tag Number : 0ID-PSV -2302

1. "*" indicates data to be furnished by vendor.


2. IBR requirements as per SIV shall be complied for this tag

INSTRUMENT SPECIFICATION

PSV

0 SG 10/9/2014 Issued with MR Sheet 2 of 2


No. By Date Revision Code: 74 Dwg. No.: A307-0ID-YR-DS-3138 Rev.: 0

Page 109 of 221


1 Tag Number 0ID-PSV -3501B
2 Service MP CONDENSATE
3 Line No. Eqp./Line Protected 2"-SM-ID-3504-B2A-IH
GENERAL 4 Nozzle (Full, Semi) Full Nozzle Full Lift
5 Design Safety, Relief, Safety-Relief Safety valve without RD
6 Type Conventional, Bellow, Pilot Operated Conventional
7 Bonnet Type Open
8 Valve Discharge to Atmosphere
9 Fluid State Steam Steam
10 Required Capacity 300 kg/h
11 Molecular Mass
12 Oper. Pressure Set Pressure 18 kgf/cm²-g 24 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 233 °C 233 °C
14 Constant 0 kgf/cm²-g
15 Back Pressure Variable bar-g
16 Total
17 % Allowable Overpressure 21
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor 0.861
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats 1.536
22 Relative Density @ Rel. Temp. 14.67 kg/m³
23 Viscosity @ Rel. Temp. cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % * kgf/cm²-g *
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code API
28 Sizing Basis FIRE
BASIS 29
AND 30 Calculated Area 0.22 cm²
SELECTION 31 Selected Area 0.71 cm²
32 Orifice Designation D
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity 959.02 kg/h
35 Inlet : Size Rating 1 in 300#
36 Facing and Finish RF/ 125AARH
CONNECTIONS
37 Outlet: Size Rating 2 in 150#
38 Facing and Finish RF/ 125AARH
39 Body and Bonnet ASTM A 216 GR. WCB
MATERIALS 40 Nozzle and Disc SS 316
41 Resilient Seat Seal
42 Guide and Rings SS
43 Spring Tungston Alloy Steel
44 Bellows
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed Packed
OPTIONS 47 Test Gag Yes
48 IBR Yes
49 Others
50 Manufacturer *
51 Model *
PURCHASE 52 Purchase Order Number A307-000-YR-MR-1369
53 Price Item Number
54 Serial Number
Notes: Note 1:

INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : IREP,BPCL-KR
Job No : A307
A SG 10/9/2014 Issued with MR Unit No : 0ID-Delayed Coker Unit Sheet 1 of 2
No. By Date Revision Code: 74 Doc. No.: A307-0ID-YR-DS-3139 Rev.: A

Page 110 of 221


Tag Number : 0ID-PSV -3501B

1. "*" indicates data to be furnished by vendor.


2. IBR requirements as per SIV shall be complied for this tag

INSTRUMENT SPECIFICATION

PSV

A SG 10/9/2014 Issued with MR Sheet 2 of 2


No. By Date Revision Code: 74 Dwg. No.: A307-0ID-YR-DS-3139 Rev.: A

Page 111 of 221


1 Tag Number 0IG-PSV -8301A
2 Service TO STEAM STRAP
3 Line No. Eqp./Line Protected H"-WB-IG-8304-B2A-IS
GENERAL 4 Nozzle (Full, Semi) Full Nozzle & Full Lift
5 Design Safety, Relief, Safety-Relief Pressure Relief without RD
6 Type Conventional, Bellow, Pilot Operated Conventional
7 Bonnet Type Open
8 Valve Discharge to ATM
9 Fluid State BFW Liquid
10 Required Capacity 80 Am³/h
11 Molecular Mass
12 Oper. Pressure Set Pressure 30 kgf/cm²-g 34 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 120 °C 120 °C
14 Constant 0 kgf/cm²-g
15 Back Pressure Variable
16 Total
17 % Allowable Overpressure 10
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats
22 Relative Density @ Rel. Temp. 945 kg/m³
23 Viscosity @ Rel. Temp. 0.23 cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % * kgf/cm²-g *
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code API
28 Sizing Basis Control Valve Failure
BASIS 29
AND 30 Calculated Area 6.36 cm²
SELECTION 31 Selected Area 8.3 cm²
32 Orifice Designation J
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity 104.51 Am³/h
35 Inlet : Size Rating 3 in 300#
36 Facing and Finish RF/125AARH
CONNECTIONS
37 Outlet: Size Rating 4 in 150#
38 Facing and Finish RF/125AARH
39 Body and Bonnet ASTM A216 Gr. WCB
MATERIALS 40 Nozzle and Disc SS316
41 Resilient Seat Seal
42 Guide and Rings SS
43 Spring Plated Carbon Steel
44 Bellows
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed Plain
OPTIONS 47 Test Gag Yes
48 IBR Yes
49 Others Note-3
50 Manufacturer *
51 Model *
PURCHASE 52 Purchase Order Number
53 Price Item Number
54 Serial Number
Notes:

INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : IREP,BPCL-KR
Job No : A307
A SG 10/9/2014 Issued with MR Unit No : 0IG-Diesel Hydrotreater Unit Sheet 1 of 2
No. By Date Revision Code: 74 Doc. No.: A307-0IG-YR-DS-3065 Rev.: A

Page 112 of 221


Tag Number : 0IG-PSV -8301A

Notes
1. "*" indicates data to be furnished by vendor.
2. IBR requirements as per SIV shall be complied for this tag

INSTRUMENT SPECIFICATION

PSV

A SG 10/9/2014 Issued with MR Sheet 2 of 2


No. By Date Revision Code: 74 Dwg. No.: A307-0IG-YR-DS-3065 Rev.: A

Page 113 of 221


1 Tag Number 0IG-PSV -8301B
2 Service TO STEAM STRAP
3 Line No. Eqp./Line Protected H"-WB-IG-8303-B2A-IS
GENERAL 4 Nozzle (Full, Semi) Full Nozzle & Full Lift
5 Design Safety, Relief, Safety-Relief Pressure Relief without RD
6 Type Conventional, Bellow, Pilot Operated Conventional
7 Bonnet Type Open
8 Valve Discharge to ATM
9 Fluid State BFW Liquid
10 Required Capacity 80 Am³/h
11 Molecular Mass
12 Oper. Pressure Set Pressure 30 kgf/cm²-g 34 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 120 °C 120 °C
14 Constant 0 kgf/cm²-g
15 Back Pressure Variable
16 Total
17 % Allowable Overpressure 10
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats
22 Relative Density @ Rel. Temp. 945 kg/m³
23 Viscosity @ Rel. Temp. 0.23 cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % * kgf/cm²-g *
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code API
28 Sizing Basis Control Valve Failure
BASIS 29
AND 30 Calculated Area 6.36 cm²
SELECTION 31 Selected Area 8.3 cm²
32 Orifice Designation J
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity 104.51 Am³/h
35 Inlet : Size Rating 3 in 300#
36 Facing and Finish RF/125AARH
CONNECTIONS
37 Outlet: Size Rating 4 in 150#
38 Facing and Finish RF/125AARH
39 Body and Bonnet ASTM A216 Gr. WCB
MATERIALS 40 Nozzle and Disc SS316
41 Resilient Seat Seal
42 Guide and Rings SS
43 Spring Plated Carbon Steel
44 Bellows
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed Plain
OPTIONS 47 Test Gag Yes
48 IBR Yes
49 Others Note-3
50 Manufacturer *
51 Model *
PURCHASE 52 Purchase Order Number
53 Price Item Number
54 Serial Number
Notes:

INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : IREP,BPCL-KR
Job No : A307
A SG 10/9/2014 Issued with MR Unit No : 0IG-Diesel Hydrotreater Unit Sheet 1 of 2
No. By Date Revision Code: 74 Doc. No.: A307-0IG-YR-DS-3066 Rev.: A

Page 114 of 221


Tag Number : 0IG-PSV -8301B

Notes
1. "*" indicates data to be furnished by vendor.
2. IBR requirements as per SIV shall be complied for this tag

INSTRUMENT SPECIFICATION

PSV

A SG 10/9/2014 Issued with MR Sheet 2 of 2


No. By Date Revision Code: 74 Dwg. No.: A307-0IG-YR-DS-3066 Rev.: A

Page 115 of 221


1 Tag Number 0IS-PSV -7101
2 Service DEAERATOR
3 Line No. Eqp./Line Protected 6"-SL-IS-7105-A1A-IH IS-V-116
GENERAL 4 Nozzle (Full, Semi) Full Nozzle Full Lift
5 Design Safety, Relief, Safety-Relief Safey valve without RD
6 Type Conventional, Bellow, Pilot Operated Conventional
7 Bonnet Type Open
8 Valve Discharge to Atmosphere
9 Fluid State Steam Steam
10 Required Capacity 9360 kg/h
11 Molecular Mass
12 Oper. Pressure Set Pressure 0.46 kgf/cm²-g 3.5 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 110 °C 150.2 °C
14 Constant 0 kgf/cm²-g
15 Back Pressure Variable kgf/cm²-g
16 Total
17 % Allowable Overpressure 10
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor 0.956
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats 1.3
22 Relative Density @ Rel. Temp. kg/m³
23 Viscosity @ Rel. Temp. cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % * kgf/cm²-g *
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code API
28 Sizing Basis Control Valve Failure
BASIS 29
AND 30 Calculated Area 36.04 cm²
SELECTION 31 Selected Area 41.16 cm²
32 Orifice Designation P
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity 10689.32 kg/h
35 Inlet : Size Rating 4 in 150#
36 Facing and Finish RF/125AARH
CONNECTIONS
37 Outlet: Size Rating 6 in 150#
38 Facing and Finish RF/125AARH
39 Body and Bonnet ASTM A216 Gr. WCB
MATERIALS 40 Nozzle and Disc SS 316
41 Resilient Seat Seal
42 Guide and Rings SS
43 Spring Plated Carbon Steel
44 Bellows
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed Plain
OPTIONS 47 Test Gag Yes
48 IBR
49 Others
50 Manufacturer *
51 Model *
PURCHASE 52 Purchase Order Number
53 Price Item Number
54 Serial Number
Notes:

INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : IREP,BPCL-KR
Job No : A307
A SG 10/28/2014 Issued with MR Unit No : 0IS-Sulfur Recovery Unit Sheet 1 of 2
No. By Date Revision Code: 74 Doc. No.: A307-0IS-YR-DS-3055 Rev.: A

Page 116 of 221


Tag Number : 0IS-PSV -7101

1. "*" indicates data to be furnished by vendor.

CASE-II: Fire Case: Required capacity: 4893 Kg/hr; Relieving Temperature: 152.8 degC; Vapor Molecular weight: 88 Kg/Kgmol;
Compressibility factor: 1.3; Cp/Cv: 0.954; % Allowable overpressure: 21

INSTRUMENT SPECIFICATION

PSV

A SG 10/28/2014 Issued with MR Sheet 2 of 2


No. By Date Revision Code: 74 Dwg. No.: A307-0IS-YR-DS-3055 Rev.: A

Page 117 of 221


1 Tag Number 0IS-PSV -7102
2 Service DEAERATOR
3 Line No. Eqp./Line Protected 6"-SL-IS-7104-A1A-IH IS-V-116
GENERAL 4 Nozzle (Full, Semi) Full Nozzle Full Lift
5 Design Safety, Relief, Safety-Relief Safey valve without RD
6 Type Conventional, Bellow, Pilot Operated Conventional
7 Bonnet Type Open
8 Valve Discharge to Atmosphere
9 Fluid State Steam Steam
10 Required Capacity 9360 kg/h
11 Molecular Mass
12 Oper. Pressure Set Pressure 0.46 kgf/cm²-g 3.5 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 110 °C 150.2 °C
14 Constant 0 kgf/cm²-g
15 Back Pressure Variable kgf/cm²-g
16 Total
17 % Allowable Overpressure 10
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor 0.956
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats 1.3
22 Relative Density @ Rel. Temp. kg/m³
23 Viscosity @ Rel. Temp. cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % * kgf/cm²-g *
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code API
28 Sizing Basis Control Valve Failure
BASIS 29
AND 30 Calculated Area 36.04 cm²
SELECTION 31 Selected Area 41.16 cm²
32 Orifice Designation P
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity 10689.32 kg/h
35 Inlet : Size Rating 4 in 150#
36 Facing and Finish RF/125AARH
CONNECTIONS
37 Outlet: Size Rating 6 in 150#
38 Facing and Finish RF/125AARH
39 Body and Bonnet ASTM A216 Gr. WCB
MATERIALS 40 Nozzle and Disc SS 316
41 Resilient Seat Seal
42 Guide and Rings SS
43 Spring Plated Carbon Steel
44 Bellows
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed Plain
OPTIONS 47 Test Gag Yes
48 IBR
49 Others
50 Manufacturer *
51 Model *
PURCHASE 52 Purchase Order Number
53 Price Item Number
54 Serial Number
Notes:

INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : IREP,BPCL-KR
Job No : A307
A SG 10/28/2014 Issued with MR Unit No : 0IS-Sulfur Recovery Unit Sheet 1 of 2
No. By Date Revision Code: 74 Doc. No.: A307-0IS-YR-DS-3056 Rev.: A

Page 118 of 221


Tag Number : 0IS-PSV -7102

1. "*" indicates data to be furnished by vendor.

CASE-II: Fire Case: Required capacity: 4893 Kg/hr; Relieving Temperature: 152.8 degC; Vapor Molecular weight: 88 Kg/Kgmol;
Compressibility factor: 1.3; Cp/Cv: 0.954; % Allowable overpressure: 21

INSTRUMENT SPECIFICATION

PSV

A SG 10/28/2014 Issued with MR Sheet 2 of 2


No. By Date Revision Code: 74 Dwg. No.: A307-0IS-YR-DS-3056 Rev.: A

Page 119 of 221


1 Tag Number IST-PSV -3002A
2 Service MP BOILER FEED WATER TO STORM SEWER
3 Line No. Eqp./Line Protected H"-WB-IST-3003-A2A-IS
GENERAL 4 Nozzle (Full, Semi) Full Nozzle and Full Lift
5 Design Safety, Relief, Safety-Relief Relief Valve without RD
6 Type Conventional, Bellow, Pilot Operated Conventional
7 Bonnet Type Open
8 Valve Discharge to Atmosphere
9 Fluid State BFW Water
10 Required Capacity 900 kg/h
11 Molecular Mass
12 Oper. Pressure Set Pressure 4.5 kgf/cm²-g 10 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 105 °C 105 °C
14 Constant 0 kgf/cm²-g
15 Back Pressure Variable kgf/cm²-g
16 Total kgf/cm²-g
17 % Allowable Overpressure 10
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats
22 Relative Density @ Rel. Temp. 957 kg/m³
23 Viscosity @ Rel. Temp. 0.269 cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % * kgf/cm²-g *
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code API
28 Sizing Basis Over Pressure
BASIS 29
AND 30 Calculated Area 0.14 cm²
SELECTION 31 Selected Area 0.71 cm²
32 Orifice Designation D
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity 4612.28 kg/h
35 Inlet : Size Rating 1 in 150#
36 Facing and Finish RF 125AARH
CONNECTIONS
37 Outlet: Size Rating 2 in 150#
38 Facing and Finish RF 125AARH
39 Body and Bonnet ASTM A 216 GR.WCB
MATERIALS 40 Nozzle and Disc SS316
41 Resilient Seat Seal -
42 Guide and Rings SS
43 Spring Plated Carbon Steel
44 Bellows
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed Plain
OPTIONS 47 Test Gag Yes
48 IBR Yes
49 Others
50 Manufacturer *
51 Model *
PURCHASE 52 Purchase Order Number
53 Price Item Number
54 Serial Number
Notes:

INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : IREP,BPCL-KR
Job No : A307
A SG 10/9/2014 Issued with MR Unit No : IST-TGTU Sheet 1 of 2
No. By Date Revision Code: 74 Doc. No.: A307-IST-YR-DS-3023 Rev.: A

Page 120 of 221


Tag Number : IST-PSV -3002A

1. "*" indicates data to be furnished by vendor.


2. IBR requirements as per SIV shall be complied for this tag
3. Design Pressure: 10 Kg/cm2g

INSTRUMENT SPECIFICATION

PSV

A SG 10/9/2014 Issued with MR Sheet 2 of 2


No. By Date Revision Code: 74 Dwg. No.: A307-IST-YR-DS-3023 Rev.: A

Page 121 of 221


1 Tag Number IST-PSV -3002B
2 Service MP BOILER FEED WATER TO STORM SEWER
3 Line No. Eqp./Line Protected H"-WB-IST-3004-A2A-IS
GENERAL 4 Nozzle (Full, Semi) Full Nozzle and Full Lift
5 Design Safety, Relief, Safety-Relief Relief Valve without RD
6 Type Conventional, Bellow, Pilot Operated Conventional
7 Bonnet Type Open
8 Valve Discharge to Atmosphere
9 Fluid State BFW Water
10 Required Capacity 900 kg/h
11 Molecular Mass
12 Oper. Pressure Set Pressure 4.5 kgf/cm²-g 10 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 105 °C 105 °C
14 Constant 0 kgf/cm²-g
15 Back Pressure Variable kgf/cm²-g
16 Total kgf/cm²-g
17 % Allowable Overpressure 10
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats
22 Relative Density @ Rel. Temp. 957 kg/m³
23 Viscosity @ Rel. Temp. 0.269 cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % * kgf/cm²-g *
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code API
28 Sizing Basis Over Pressure
BASIS 29
AND 30 Calculated Area 0.14 cm²
SELECTION 31 Selected Area 0.71 cm²
32 Orifice Designation D
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity 4612.28 kg/h
35 Inlet : Size Rating 1 in 150#
36 Facing and Finish RF 125AARH
CONNECTIONS
37 Outlet: Size Rating 2 in 150#
38 Facing and Finish RF 125AARH
39 Body and Bonnet ASTM A 216 GR.WCB
MATERIALS 40 Nozzle and Disc SS316
41 Resilient Seat Seal -
42 Guide and Rings SS
43 Spring Plated Carbon Steel
44 Bellows
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed Plain
OPTIONS 47 Test Gag Yes
48 IBR Yes
49 Others
50 Manufacturer *
51 Model *
PURCHASE 52 Purchase Order Number
53 Price Item Number
54 Serial Number
Notes:

INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : IREP,BPCL-KR
Job No : A307
A SG 10/9/2014 Issued with MR Unit No : IST-TGTU Sheet 1 of 2
No. By Date Revision Code: 74 Doc. No.: A307-IST-YR-DS-3024 Rev.: A

Page 122 of 221


Tag Number : IST-PSV -3002B

1. "*" indicates data to be furnished by vendor.


2. IBR requirements as per SIV shall be complied for this tag
3. Design Pressure: 10 Kg/cm2g

INSTRUMENT SPECIFICATION

PSV

A SG 10/9/2014 Issued with MR Sheet 2 of 2


No. By Date Revision Code: 74 Dwg. No.: A307-IST-YR-DS-3024 Rev.: A

Page 123 of 221


GROUP-B
PRESSURE RELIEF VALVES CONVENTIONAL TYPE,
(INLET SIZE 3” & above with rating 600#)
Qty – 6 Nos. (UNIT: DCU &VGO)

Page 124 of 221


1 Tag Number 0ID-PSV -4002B
2 Service Steam from ID-V-126
3 Line No. Eqp./Line Protected 2"-SH-ID-4003-D2A-IH
GENERAL 4 Nozzle (Full, Semi) Full Nozzle Full Lift
5 Design Safety, Relief, Safety-Relief PR Relief without RD
6 Type Conventional, Bellow, Pilot Operated Conventional
7 Bonnet Type Open
8 Valve Discharge to TO ATM
9 Fluid State Steam Steam
10 Required Capacity 500 kg/h
11 Molecular Mass
12 Oper. Pressure Set Pressure 36.4 kgf/cm²-g 44 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 267 °C 267 °C
14 Constant 1.03 kgf/cm²-g
15 Back Pressure Variable kgf/cm²-g
16 Total
17 % Allowable Overpressure 21
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor 0.787
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats 1.749
22 Relative Density @ Rel. Temp. kg/m³
23 Viscosity @ Rel. Temp. cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % * kgf/cm²-g *
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code API
28 Sizing Basis External fire
BASIS 29
AND 30 Calculated Area 0.22 cm²
SELECTION 31 Selected Area 0.71 cm²
32 Orifice Designation D
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity 1638.25 kg/h
35 Inlet : Size Rating 1 in 600#
36 Facing and Finish RF125 AARH
CONNECTIONS
37 Outlet: Size Rating 2 in 300#
38 Facing and Finish RF 125 AARH
39 Body and Bonnet ASTM A 216 GR. WCB
MATERIALS 40 Nozzle and Disc SS316
41 Resilient Seat Seal
42 Guide and Rings SS
43 Spring TUNGSTEN ALLOY STEEL
44 Bellows
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed Plain
OPTIONS 47 Test Gag Yes
48 IBR YES (Note-2)
49 Others
50 Manufacturer *
51 Model *
PURCHASE 52 Purchase Order Number
53 Price Item Number
54 Serial Number
Notes:

INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : IREP,BPCL-KR
Job No : A307
A SG 10/9/2014 Issued with MR Unit No : 0ID-Delayed Coker Unit Sheet 1 of 2
No. By Date Revision Code: 74 Doc. No.: A307-0ID-YR-DS-3140 Rev.: A

Page 125 of 221


Tag Number : 0ID-PSV -4002B

1. "*" indicates data to be furnished by vendor.


2. IBR requirements as per SIV shall be complied for this tag
3. Radiography requirements as per SIV shall be complied for this tag
4. Protected Equipment D.P. or M.A.W.P : 44.0 kg/cm2 (g).
Protected Equipment Design Temperature : 420 degC.
Relieving Pressure : 53.24 Kg/cm2 (g).
Gas Density at RP : 27.08 Kg/m3.
Plant ATM Press. : 1.025 kg/cm2(a).
Molecular mass : 18.

INSTRUMENT SPECIFICATION

PSV

A SG 10/9/2014 Issued with MR Sheet 2 of 2


No. By Date Revision Code: 74 Dwg. No.: A307-0ID-YR-DS-3140 Rev.: A

Page 126 of 221


1 Tag Number 0IV-PSV -1108
2 Service E-101A/B,Frac. Bottoms/ Feed Exch. Tube side outlet
3 Line No. Eqp./Line Protected 8"-P-IV-1111-B67A-IT IV-E-101A/B
GENERAL 4 Nozzle (Full, Semi) Full Nozzle and Full Lift
5 Design Safety, Relief, Safety-Relief Safety Valve without RD
6 Type Conventional, Bellow, Pilot Operated Conventional
7 Bonnet Type Close
8 Valve Discharge to LP Congealing Flare
9 Fluid State Combined Feed Gas/Vapor
10 Required Capacity 154835 kg/h
11 Molecular Mass 399.2
12 Oper. Pressure Set Pressure 8.9 kgf/cm²-g 33.2 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 140 °C 660 °C
14 Constant kgf/cm²-g
15 Back Pressure Variable 2.3 kgf/cm²-g
16 Total kgf/cm²-g
17 % Allowable Overpressure 21
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor 0.616
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats 1.098
22 Relative Density @ Rel. Temp. kg/m³
23 Viscosity @ Rel. Temp. cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % * kgf/cm²-g *
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code API
28 Sizing Basis FIRE
BASIS 29
AND 30 Calculated Area 18.99 cm²
SELECTION 31 Selected Area 23.23 cm²
32 Orifice Designation M
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity 189249 kg/h
35 Inlet : Size Rating 4 in 600#
36 Facing and Finish RF 125AARH
CONNECTIONS
37 Outlet: Size Rating 6 in 150#
38 Facing and Finish RF 125AARH
39 Body and Bonnet ASTM A 216 GR.WCB
MATERIALS 40 Nozzle and Disc SS316L
41 Resilient Seat Seal -
42 Guide and Rings SS
43 Spring INCONEL
44 Bellows
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed
OPTIONS 47 Test Gag Yes
48 IBR
49 Others Note 2,3,4,5
50 Manufacturer *
51 Model *
PURCHASE 52 Purchase Order Number
53 Price Item Number
54 Serial Number
Notes:

INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : IREP,BPCL-KR
Job No : A307
0 RM 9/11/2014 Issued with PR Unit No : 0IV-VGO Hydrotreater Unit Sheet 1 of 2
No. By Date Revision Code: 74 Doc. No.: A307-0IV-YR-DS-3038 Rev.: 0

Page 127 of 221


Tag Number : 0IV-PSV -1108

1. " * " indicates data to be furnished by Vendor.


2. NACE requirements as per SIV shall be complled for this tag.
3. Radiography requirements as per SIV shall be applicable for this tag.
4. Wet H2S requirements as per SIV shall be complied for this tag
5. Bolting Material shall be ASTM A193 Gr. B7M for Bolts & A194 Gr. 2HM for Studs Nuts.
6. Corrosive consittuents are present in the fluid.
7. Mechanical design Temperature & Pressure: 250 °C & 34.4 Kg/cm2g respectively.

INSTRUMENT SPECIFICATION

PSV

0 RM 9/11/2014 Issued with PR Sheet 2 of 2


No. By Date Revision Code: 74 Dwg. No.: A307-0IV-YR-DS-3038 Rev.: 0

Page 128 of 221


1 Tag Number 0IV-PSV -2804A
2 Service IV-V-113,Make-up Gas Comp. 3rd Stage Suction KO Dr
3 Line No. Eqp./Line Protected 6"-P-IV-2807-D5A
GENERAL 4 Nozzle (Full, Semi) Full Nozzle and Full Lift
5 Design Safety, Relief, Safety-Relief Safety Valve without RD
6 Type Conventional, Bellow, Pilot Operated Conventional
7 Bonnet Type Closed
8 Valve Discharge to HP Flare
9 Fluid State Make-up gas Gas/Vapor
10 Required Capacity 19500 kg/h
11 Molecular Mass 2.08
12 Oper. Pressure Set Pressure 66.5 kgf/cm²-g 80.3 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 45 °C 45 °C
14 Constant kgf/cm²-g
15 Back Pressure Variable 5.5 kgf/cm²-g
16 Total kgf/cm²-g
17 % Allowable Overpressure 10
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor 1.05
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats 1.418
22 Relative Density @ Rel. Temp. kg/m³
23 Viscosity @ Rel. Temp. cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % * kgf/cm²-g *
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code API
28 Sizing Basis Control Valve Failure
BASIS 29
AND 30 Calculated Area 23.22 cm²
SELECTION 31 Selected Area 23.72 cm²
32 Orifice Designation K
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity 19919.14 kg/h
35 Inlet : Size Rating 3 in 600#
36 Facing and Finish RF 125AARH
CONNECTIONS
37 Outlet: Size Rating 4 in 150#
38 Facing and Finish RF 125AARH
39 Body and Bonnet ASTM A 216 GR.WCB
MATERIALS 40 Nozzle and Disc SS316
41 Resilient Seat Seal -
42 Guide and Rings SS
43 Spring Plated Carbon Steel
44 Bellows
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed
OPTIONS 47 Test Gag Yes
48 IBR
49 Others Note-2,3
50 Manufacturer *
51 Model *
PURCHASE 52 Purchase Order Number
53 Price Item Number
54 Serial Number
Notes:

INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : IREP,BPCL-KR
Job No : A307
A SG 10/9/2014 Issued with MR Unit No : 0IV-VGO Hydrotreater Unit Sheet 1 of 2
No. By Date Revision Code: 74 Doc. No.: A307-0IV-YR-DS-3101 Rev.: A

Page 129 of 221


Tag Number : 0IV-PSV -2804A

1. " * " indicates data to be furnished by Vendor.


2. Hydrogen service requirement as per SIV shall be complled for this tag.
3. Radiography requirements as per SIV shall be complied for this tag.
4. The total discharge capacity required is 39000 Kg/hr. To meet the required operating discharge capacity 39000 Kg/hr total 2 nos. of valves are
required. The Tag nos. of required valves are 0IV-PSV-2804A and 0IV-PSV-2804B. However, in sl.no. 10 of datasheet capacity indicated is for single
valve. For rest of the valve refer datasheet no. A307-0IV-YR-DS-3102
5. Mechanical design Temperature & Pressure: 150 °C & 80.3 Kg/cm2g respectively

Vendor to size Pressure Relief Valve with the following Process conditions also:

CASE-II: Closed Outlet case: Fluid: Make-up gas; Required capacity: 7032 Kg/hr; Relieving Temperature: 45 degC; Vapor Molecular weight: 2.08
Kg/Kgmol; Compressibility factor: 1.046; Cp/Cv: 1.418; % Allowable overpressure 10.

INSTRUMENT SPECIFICATION

PSV

A SG 10/9/2014 Issued with MR Sheet 2 of 2


No. By Date Revision Code: 74 Dwg. No.: A307-0IV-YR-DS-3101 Rev.: A

Page 130 of 221


1 Tag Number 0IV-PSV -2804B
2 Service IV-V-113,Make-up Gas Comp. 3rd Stage Suction KO Dr
3 Line No. Eqp./Line Protected 6"-P-IV-2807-D5A
GENERAL 4 Nozzle (Full, Semi) Full Nozzle and Full Lift
5 Design Safety, Relief, Safety-Relief Safety Valve without RD
6 Type Conventional, Bellow, Pilot Operated Conventional
7 Bonnet Type Closed
8 Valve Discharge to HP Flare
9 Fluid State Make-up gas Gas/Vapor
10 Required Capacity 19500 kg/h
11 Molecular Mass 2.08
12 Oper. Pressure Set Pressure 66.5 kgf/cm²-g 80.3 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 45 °C 45 °C
14 Constant kgf/cm²-g
15 Back Pressure Variable 5.5 kgf/cm²-g
16 Total kgf/cm²-g
17 % Allowable Overpressure 10
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor 1.05
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats 1.418
22 Relative Density @ Rel. Temp. kg/m³
23 Viscosity @ Rel. Temp. cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % * kgf/cm²-g *
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code API
28 Sizing Basis Control Valve Failure
BASIS 29
AND 30 Calculated Area 23.22 cm²
SELECTION 31 Selected Area 23.72 cm²
32 Orifice Designation K
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity 19919.14 kg/h
35 Inlet : Size Rating 3 in 600#
36 Facing and Finish RF 125AARH
CONNECTIONS
37 Outlet: Size Rating 4 in 150#
38 Facing and Finish RF 125AARH
39 Body and Bonnet ASTM A 216 GR.WCB
MATERIALS 40 Nozzle and Disc SS316
41 Resilient Seat Seal -
42 Guide and Rings SS
43 Spring Plated Carbon Steel
44 Bellows
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed
OPTIONS 47 Test Gag Yes
48 IBR
49 Others Note-2,3
50 Manufacturer *
51 Model *
PURCHASE 52 Purchase Order Number
53 Price Item Number
54 Serial Number
Notes:

INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : IREP,BPCL-KR
Job No : A307
A SG 10/9/2014 Issued with MR Unit No : 0IV-VGO Hydrotreater Unit Sheet 1 of 2
No. By Date Revision Code: 74 Doc. No.: A307-0IV-YR-DS-3102 Rev.: A

Page 131 of 221


Tag Number : 0IV-PSV -2804B

1. " * " indicates data to be furnished by Vendor.


2. Hydrogen service requirement as per SIV shall be complled for this tag.
3. Radiography requirements as per SIV shall be complied for this tag.

INSTRUMENT SPECIFICATION

PSV

A SG 10/9/2014 Issued with MR Sheet 2 of 2


No. By Date Revision Code: 74 Dwg. No.: A307-0IV-YR-DS-3102 Rev.: A

Page 132 of 221


1 Tag Number 0IV-PSV -3004A
2 Service Hydrocarbon Gas
3 Line No. Eqp./Line Protected 6"-P-IV-3005-D5A
GENERAL 4 Nozzle (Full, Semi) Full Nozzle and Full Lift
5 Design Safety, Relief, Safety-Relief Safety Valve without RD
6 Type Conventional, Bellow, Pilot Operated Conventional
7 Bonnet Type Closed
8 Valve Discharge to HP Flare
9 Fluid State Make-up gas Gas/Vapor
10 Required Capacity 19500 kg/h
11 Molecular Mass 2.08
12 Oper. Pressure Set Pressure 66.5 kgf/cm²-g 80.3 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 45 °C 45 °C
14 Constant kgf/cm²-g
15 Back Pressure Variable 5.5 kgf/cm²-g
16 Total kgf/cm²-g
17 % Allowable Overpressure 10
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor 1.05
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats 1.418
22 Relative Density @ Rel. Temp. kg/m³
23 Viscosity @ Rel. Temp. cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % * kgf/cm²-g *
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code API
28 Sizing Basis Control Valve Failure
BASIS 29
AND 30 Calculated Area 23.22 cm²
SELECTION 31 Selected Area 23.72 cm²
32 Orifice Designation K
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity 19919.14 kg/h
35 Inlet : Size Rating 3 in 600#
36 Facing and Finish RF 125AARH
CONNECTIONS
37 Outlet: Size Rating 4 in 150#
38 Facing and Finish RF 125AARH
39 Body and Bonnet ASTM A 216 GR.WCB
MATERIALS 40 Nozzle and Disc SS316
41 Resilient Seat Seal -
42 Guide and Rings SS
43 Spring Plated Carbon Steel
44 Bellows
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed
OPTIONS 47 Test Gag Yes
48 IBR
49 Others Note-2,3
50 Manufacturer *
51 Model *
PURCHASE 52 Purchase Order Number
53 Price Item Number
54 Serial Number
Notes:

INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : IREP,BPCL-KR
Job No : A307
A SG 10/9/2014 Issued with MR Unit No : 0IV-VGO Hydrotreater Unit Sheet 1 of 2
No. By Date Revision Code: 74 Doc. No.: A307-0IV-YR-DS-3103 Rev.: A

Page 133 of 221


Tag Number : 0IV-PSV -3004A

1. " * " indicates data to be furnished by Vendor.


2. Hydrogen service requirement as per SIV shall be complled for this tag.
3. Radiography requirements as per SIV shall be complied for this tag.
4. The total discharge capacity required is 39000 Kg/hr. To meet the required operating discharge capacity 39000 Kg/hr total 2 nos. of valves are
required. The Tag nos. of required valves are 0IV-PSV-3004A and 0IV-PSV-3004B. However, in sl.no. 10 of datasheet capacity indicated is for single
valve. For rest of the valve refer datasheet no. A307-0IV-YR-DS-3104

Vendor to size Pressure Relief Valve with the following Process conditions also:

CASE-II: Closed Outlet case: Fluid: Make-up gas; Required capacity: 7032 Kg/hr; Relieving Temperature: 45 degC; Vapor Molecular weight: 2.08
Kg/Kgmol; Compressibility factor: 1.046; Cp/Cv: 1.418; % Allowable overpressure 10.

INSTRUMENT SPECIFICATION

PSV

A SG 10/9/2014 Issued with MR Sheet 2 of 2


No. By Date Revision Code: 74 Dwg. No.: A307-0IV-YR-DS-3103 Rev.: A

Page 134 of 221


1 Tag Number 0IV-PSV -3004B
2 Service Hydracarbon gas
3 Line No. Eqp./Line Protected 6"-P-IV-3005-D5A
GENERAL 4 Nozzle (Full, Semi) Full Nozzle and Full Lift
5 Design Safety, Relief, Safety-Relief Safety Valve without RD
6 Type Conventional, Bellow, Pilot Operated Conventional
7 Bonnet Type Closed
8 Valve Discharge to HP Flare
9 Fluid State Make-up gas Gas/Vapor
10 Required Capacity 19500 kg/h
11 Molecular Mass 2.08
12 Oper. Pressure Set Pressure 66.5 kgf/cm²-g 80.3 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 45 °C 45 °C
14 Constant kgf/cm²-g
15 Back Pressure Variable 5.5 kgf/cm²-g
16 Total kgf/cm²-g
17 % Allowable Overpressure 10
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor 1.05
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats 1.418
22 Relative Density @ Rel. Temp. kg/m³
23 Viscosity @ Rel. Temp. cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % * kgf/cm²-g *
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code API
28 Sizing Basis Control Valve Failure
BASIS 29
AND 30 Calculated Area 23.22 cm²
SELECTION 31 Selected Area 23.72 cm²
32 Orifice Designation K
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity 19919.14 kg/h
35 Inlet : Size Rating 3 in 600#
36 Facing and Finish RF 125AARH
CONNECTIONS
37 Outlet: Size Rating 4 in 150#
38 Facing and Finish RF 125AARH
39 Body and Bonnet ASTM A 216 GR.WCB
MATERIALS 40 Nozzle and Disc SS316
41 Resilient Seat Seal -
42 Guide and Rings SS
43 Spring Plated Carbon Steel
44 Bellows
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed
OPTIONS 47 Test Gag Yes
48 IBR
49 Others Note-2,3
50 Manufacturer *
51 Model *
PURCHASE 52 Purchase Order Number
53 Price Item Number
54 Serial Number
Notes:

INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : IREP,BPCL-KR
Job No : A307
A SG 10/9/2014 Issued with MR Unit No : 0IV-VGO Hydrotreater Unit Sheet 1 of 2
No. By Date Revision Code: 74 Doc. No.: A307-0IV-YR-DS-3104 Rev.: A

Page 135 of 221


Tag Number : 0IV-PSV -3004B

1. " * " indicates data to be furnished by Vendor.


2. Hydrogen service requirement as per SIV shall be complled for this tag.
3. Radiography requirements as per SIV shall be complied for this tag.

INSTRUMENT SPECIFICATION

PSV

A SG 10/9/2014 Issued with MR Sheet 2 of 2


No. By Date Revision Code: 74 Dwg. No.: A307-0IV-YR-DS-3104 Rev.: A

Page 136 of 221


GROUP-C
DESIGN CODE-IBR PRESSURE RELIEF VALVES,
(DISCHARGE SIZE UPTO 8"),
Qty- 6 Nos. (UNIT: SRU)

Page 137 of 221


1 Tag Number 0IS-PSV -8201A
2 Service MP STEAM
3 Line No. Eqp./Line Protected H"-SM-IS-8204-B2A-IH
GENERAL 4 Nozzle (Full, Semi) Full Nozzle Full Lift
5 Design Safety, Relief, Safety-Relief Safey valve without RD
6 Type Conventional, Bellow, Pilot Operated Conventional
7 Bonnet Type Open
8 Valve Discharge to Atmosphere
9 Fluid State Steam Steam
10 Required Capacity 49000 kg/h
11 Molecular Mass
12 Oper. Pressure Set Pressure 18 kgf/cm²-g 24 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 275 °C 275 °C
14 Constant 0 kgf/cm²-g
15 Back Pressure Variable kgf/cm²-g
16 Total
17 % Allowable Overpressure 5
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor 0.94
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats 1.3
22 Relative Density @ Rel. Temp. kg/m³
23 Viscosity @ Rel. Temp. cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % * kgf/cm²-g *
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code
28 Sizing Basis Blocked vapour outlet
BASIS 29
AND 30 Calculated Area 46.21 cm²
SELECTION 31 Selected Area 71.29 cm²
32 Orifice Designation Q
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity 75584.85 kg/h
35 Inlet : Size Rating 6 in 600#
36 Facing and Finish RF/125AARH
CONNECTIONS
37 Outlet: Size Rating 8 in 150#
38 Facing and Finish RF/125AARH
39 Body and Bonnet ASTM A216 Gr. WCB
MATERIALS 40 Nozzle and Disc SS 316
41 Resilient Seat Seal
42 Guide and Rings SS
43 Spring Tungsten Alloy Steel
44 Bellows
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed Plain
OPTIONS 47 Test Gag Yes
48 IBR Yes
49 Others Note-4
50 Manufacturer *
51 Model *
PURCHASE 52 Purchase Order Number
53 Price Item Number
54 Serial Number
Notes:

INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : IREP,BPCL-KR
Job No : A307
A SG 10/9/2014 Issued with MR Unit No : 0IS-Sulfur Recovery Unit Sheet 1 of 2
No. By Date Revision Code: 74 Doc. No.: A307-0IS-YR-DS-3045 Rev.: A

Page 138 of 221


Tag Number : 0IS-PSV -8201A

1. S.No. 27 Design Code : IBR


2. "*" indicates data to be furnished by vendor.
3. IBR requirements as per SIV shall be complied for this tag
4. Radiography requirements as per SIV shall be complied for this tag

INSTRUMENT SPECIFICATION

PSV

A SG 10/9/2014 Issued with MR Sheet 2 of 2


No. By Date Revision Code: 74 Dwg. No.: A307-0IS-YR-DS-3045 Rev.: A

Page 139 of 221


1 Tag Number 0IS-PSV -8201B
2 Service MP STEAM
3 Line No. Eqp./Line Protected H"-SM-IS-8205-B2A-IH
GENERAL 4 Nozzle (Full, Semi) Full Nozzle Full Lift
5 Design Safety, Relief, Safety-Relief Safey valve without RD
6 Type Conventional, Bellow, Pilot Operated Conventional
7 Bonnet Type Open
8 Valve Discharge to Atmosphere
9 Fluid State Steam Steam
10 Required Capacity 49000 kg/h
11 Molecular Mass
12 Oper. Pressure Set Pressure 18 kgf/cm²-g 24 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 275 °C 275 °C
14 Constant 0 kgf/cm²-g
15 Back Pressure Variable kgf/cm²-g
16 Total
17 % Allowable Overpressure 5
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor 0.94
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats 1.3
22 Relative Density @ Rel. Temp. kg/m³
23 Viscosity @ Rel. Temp. cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % * kgf/cm²-g *
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code
28 Sizing Basis Blocked vapour outlet
BASIS 29
AND 30 Calculated Area 46.21 cm²
SELECTION 31 Selected Area 71.29 cm²
32 Orifice Designation Q
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity 75584.85 kg/h
35 Inlet : Size Rating 6 in 600#
36 Facing and Finish RF/125AARH
CONNECTIONS
37 Outlet: Size Rating 8 in 150#
38 Facing and Finish RF/125AARH
39 Body and Bonnet ASTM A216 Gr. WCB
MATERIALS 40 Nozzle and Disc SS 316
41 Resilient Seat Seal
42 Guide and Rings SS
43 Spring Tungsten Alloy Steel
44 Bellows
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed Plain
OPTIONS 47 Test Gag Yes
48 IBR Yes
49 Others Note-4
50 Manufacturer *
51 Model *
PURCHASE 52 Purchase Order Number
53 Price Item Number
54 Serial Number
Notes:

INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : IREP,BPCL-KR
Job No : A307
A SG 10/9/2014 Issued with MR Unit No : 0IS-Sulfur Recovery Unit Sheet 1 of 2
No. By Date Revision Code: 74 Doc. No.: A307-0IS-YR-DS-3046 Rev.: A

Page 140 of 221


Tag Number : 0IS-PSV -8201B

1. S.No. 27 Design Code : IBR


2. "*" indicates data to be furnished by vendor.
3. IBR requirements as per SIV shall be complied for this tag
4. Radiography requirements as per SIV shall be complied for this tag

INSTRUMENT SPECIFICATION

PSV

A SG 10/9/2014 Issued with MR Sheet 2 of 2


No. By Date Revision Code: 74 Dwg. No.: A307-0IS-YR-DS-3046 Rev.: A

Page 141 of 221


1 Tag Number 0IS-PSV -8202A
2 Service LP STEAM
3 Line No. Eqp./Line Protected H"-SM-IS-8207-B2A-IH
GENERAL 4 Nozzle (Full, Semi) Full Nozzle Full Lift
5 Design Safety, Relief, Safety-Relief Safey valve without RD
6 Type Conventional, Bellow, Pilot Operated Conventional
7 Bonnet Type Open
8 Valve Discharge to Atmosphere
9 Fluid State Steam Steam
10 Required Capacity 49000 kg/h
11 Molecular Mass
12 Oper. Pressure Set Pressure 18 kgf/cm²-g 24 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 275 °C 275 °C
14 Constant 0 kgf/cm²-g
15 Back Pressure Variable kgf/cm²-g
16 Total
17 % Allowable Overpressure 5
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor 0.96
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats 1.3
22 Relative Density @ Rel. Temp. kg/m³
23 Viscosity @ Rel. Temp. cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % * kgf/cm²-g *
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code
28 Sizing Basis Blocked vapour outlet
BASIS 29
AND 30 Calculated Area 46.21 cm²
SELECTION 31 Selected Area 71.29 cm²
32 Orifice Designation Q
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity 75584.85 kg/h
35 Inlet : Size Rating 6 in 600#
36 Facing and Finish RF/125AARH
CONNECTIONS
37 Outlet: Size Rating 8 in 150#
38 Facing and Finish RF/125AARH
39 Body and Bonnet ASTM A216 Gr. WCB
MATERIALS 40 Nozzle and Disc SS 316
41 Resilient Seat Seal
42 Guide and Rings SS
43 Spring Tungsten Alloy Steel
44 Bellows
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed Plain
OPTIONS 47 Test Gag Yes
48 IBR Yes
49 Others Note-4
50 Manufacturer *
51 Model *
PURCHASE 52 Purchase Order Number
53 Price Item Number
54 Serial Number
Notes:

INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : IREP,BPCL-KR
Job No : A307
A SG 10/9/2014 Issued with MR Unit No : 0IS-Sulfur Recovery Unit Sheet 1 of 2
No. By Date Revision Code: 74 Doc. No.: A307-0IS-YR-DS-3047 Rev.: A

Page 142 of 221


Tag Number : 0IS-PSV -8202A

1. S.No. 27 Design Code : IBR


2. "*" indicates data to be furnished by vendor.
3. IBR requirements as per SIV shall be complied for this tag
4. Radiography requirements as per SIV shall be complied for this tag

INSTRUMENT SPECIFICATION

PSV

A SG 10/9/2014 Issued with MR Sheet 2 of 2


No. By Date Revision Code: 74 Dwg. No.: A307-0IS-YR-DS-3047 Rev.: A

Page 143 of 221


1 Tag Number 0IS-PSV -8202B
2 Service LP STEAM
3 Line No. Eqp./Line Protected H"-SM-IS-8208-B2A-IH
GENERAL 4 Nozzle (Full, Semi) Full Nozzle Full Lift
5 Design Safety, Relief, Safety-Relief Safey valve without RD
6 Type Conventional, Bellow, Pilot Operated Conventional
7 Bonnet Type Open
8 Valve Discharge to Atmosphere
9 Fluid State Steam Steam
10 Required Capacity 49000 kg/h
11 Molecular Mass
12 Oper. Pressure Set Pressure 18 kgf/cm²-g 24 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 275 °C 275 °C
14 Constant 0 kgf/cm²-g
15 Back Pressure Variable kgf/cm²-g
16 Total
17 % Allowable Overpressure 5
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor 0.96
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats 1.3
22 Relative Density @ Rel. Temp. kg/m³
23 Viscosity @ Rel. Temp. cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % * kgf/cm²-g *
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code
28 Sizing Basis Blocked vapour outlet
BASIS 29
AND 30 Calculated Area 46.21 cm²
SELECTION 31 Selected Area 71.29 cm²
32 Orifice Designation Q
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity 75584.85 kg/h
35 Inlet : Size Rating 6 in 600#
36 Facing and Finish RF/125AARH
CONNECTIONS
37 Outlet: Size Rating 8 in 150#
38 Facing and Finish RF/125AARH
39 Body and Bonnet ASTM A216 Gr. WCB
MATERIALS 40 Nozzle and Disc SS 316
41 Resilient Seat Seal
42 Guide and Rings SS
43 Spring Tungsten Alloy Steel
44 Bellows
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed Plain
OPTIONS 47 Test Gag Yes
48 IBR Yes
49 Others Note-4
50 Manufacturer *
51 Model *
PURCHASE 52 Purchase Order Number
53 Price Item Number
54 Serial Number
Notes:

INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : IREP,BPCL-KR
Job No : A307
A SG 10/9/2014 Issued with MR Unit No : 0IS-Sulfur Recovery Unit Sheet 1 of 2
No. By Date Revision Code: 74 Doc. No.: A307-0IS-YR-DS-3048 Rev.: A

Page 144 of 221


Tag Number : 0IS-PSV -8202B

1. S.No. 27 Design Code : IBR


2. "*" indicates data to be furnished by vendor.
3. IBR requirements as per SIV shall be complied for this tag
4. Radiography requirements as per SIV shall be complied for this tag

INSTRUMENT SPECIFICATION

PSV

A SG 10/9/2014 Issued with MR Sheet 2 of 2


No. By Date Revision Code: 74 Dwg. No.: A307-0IS-YR-DS-3048 Rev.: A

Page 145 of 221


1 Tag Number 0IS-PSV -8205A
2 Service LMP STEAM
3 Line No. Eqp./Line Protected H"-SM-IS-8204-A2A-IH
GENERAL 4 Nozzle (Full, Semi) Full Nozzle Full Lift
5 Design Safety, Relief, Safety-Relief Safey valve without RD
6 Type Conventional, Bellow, Pilot Operated Conventional
7 Bonnet Type Open
8 Valve Discharge to Atmosphere
9 Fluid State Steam Gas/Vapor
10 Required Capacity 4000 kg/h
11 Molecular Mass 18
12 Oper. Pressure Set Pressure 6 kgf/cm²-g 8 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 165 °C 165 °C
14 Constant 0 kgf/cm²-g
15 Back Pressure Variable kgf/cm²-g
16 Total
17 % Allowable Overpressure 5
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor 0.94
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats 1.3
22 Relative Density @ Rel. Temp. kg/m³
23 Viscosity @ Rel. Temp. cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % * kgf/cm²-g *
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code
28 Sizing Basis Blocked vapour outlet
BASIS 29
AND 30 Calculated Area 9.82 cm²
SELECTION 31 Selected Area 11.86 cm²
32 Orifice Designation K
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity 4830.36 kg/h
35 Inlet : Size Rating 3 in 150#
36 Facing and Finish RF/125AARH
CONNECTIONS
37 Outlet: Size Rating 4 in 150#
38 Facing and Finish RF/125AARH
39 Body and Bonnet ASTM A216 Gr. WCB
MATERIALS 40 Nozzle and Disc SS 316
41 Resilient Seat Seal
42 Guide and Rings SS
43 Spring Plated Carbon Steel
44 Bellows
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed Plain
OPTIONS 47 Test Gag Yes
48 IBR Yes
49 Others
50 Manufacturer *
51 Model *
PURCHASE 52 Purchase Order Number
53 Price Item Number
54 Serial Number
Notes:

INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : IREP,BPCL-KR
Job No : A307
A SG 10/9/2014 Issued with MR Unit No : 0IS-Sulfur Recovery Unit Sheet 1 of 2
No. By Date Revision Code: 74 Doc. No.: A307-0IS-YR-DS-3053 Rev.: A

Page 146 of 221


Tag Number : 0IS-PSV -8205A

1. S.No. 27 Design Code : IBR


2. "*" indicates data to be furnished by vendor.
3. IBR requirements as per SIV shall be complied for this tag

INSTRUMENT SPECIFICATION

PSV

A SG 10/9/2014 Issued with MR Sheet 2 of 2


No. By Date Revision Code: 74 Dwg. No.: A307-0IS-YR-DS-3053 Rev.: A

Page 147 of 221


1 Tag Number 0IS-PSV -8205B
2 Service MP STEAM
3 Line No. Eqp./Line Protected H"-SM-IS-8205-A2A-IH
GENERAL 4 Nozzle (Full, Semi) Full Nozzle Full Lift
5 Design Safety, Relief, Safety-Relief Safey valve without RD
6 Type Conventional, Bellow, Pilot Operated Conventional
7 Bonnet Type Open
8 Valve Discharge to Atmosphere
9 Fluid State Steam Gas/Vapor
10 Required Capacity 4000 kg/h
11 Molecular Mass 18
12 Oper. Pressure Set Pressure 6 kgf/cm²-g 8 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 165 °C 165 °C
14 Constant 0 kgf/cm²-g
15 Back Pressure Variable kgf/cm²-g
16 Total
17 % Allowable Overpressure 5
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor 0.94
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats 1.3
22 Relative Density @ Rel. Temp. kg/m³
23 Viscosity @ Rel. Temp. cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % * kgf/cm²-g *
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code
28 Sizing Basis Blocked vapour outlet
BASIS 29
AND 30 Calculated Area 9.82 cm²
SELECTION 31 Selected Area 11.86 cm²
32 Orifice Designation K
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity 4830.36 kg/h
35 Inlet : Size Rating 3 in 150#
36 Facing and Finish RF/125AARH
CONNECTIONS
37 Outlet: Size Rating 4 in 150#
38 Facing and Finish RF/125AARH
39 Body and Bonnet ASTM A216 Gr. WCB
MATERIALS 40 Nozzle and Disc SS 316
41 Resilient Seat Seal
42 Guide and Rings SS
43 Spring Plated Carbon Steel
44 Bellows
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed Plain
OPTIONS 47 Test Gag Yes
48 IBR Yes
49 Others
50 Manufacturer *
51 Model *
PURCHASE 52 Purchase Order Number
53 Price Item Number
54 Serial Number
Notes:

INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : IREP,BPCL-KR
Job No : A307
A SG 10/9/2014 Issued with MR Unit No : 0IS-Sulfur Recovery Unit Sheet 1 of 2
No. By Date Revision Code: 74 Doc. No.: A307-0IS-YR-DS-3054 Rev.: A

Page 148 of 221


Tag Number : 0IS-PSV -8205B

1. S.No. 27 Design Code : IBR


2. "*" indicates data to be furnished by vendor.
3. IBR requirements as per SIV shall be complied for this tag

INSTRUMENT SPECIFICATION

PSV

A SG 10/9/2014 Issued with MR Sheet 2 of 2


No. By Date Revision Code: 74 Dwg. No.: A307-0IS-YR-DS-3054 Rev.: A

Page 149 of 221


GROUP-D
DESIGN CODE-IBR PRESSURE RELIEF VALVES,
(DISCHARGE SIZE 10")
Qty 4 Nos. (UNIT: SRU)

Page 150 of 221


1 Tag Number 0IS-PSV -8203A
2 Service LP STEAM
3 Line No. Eqp./Line Protected H"-SL-IS-8203-A2A-IH
GENERAL 4 Nozzle (Full, Semi) Full Nozzle Full Lift
5 Design Safety, Relief, Safety-Relief Safey valve without RD
6 Type Conventional, Bellow, Pilot Operated Conventional
7 Bonnet Type Open
8 Valve Discharge to Atmosphere
9 Fluid State Steam Steam
10 Required Capacity 44000 kg/h
11 Molecular Mass
12 Oper. Pressure Set Pressure 5 kgf/cm²-g 10 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 190 °C 190 °C
14 Constant 0 kgf/cm²-g
15 Back Pressure Variable kgf/cm²-g
16 Total
17 % Allowable Overpressure 5
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor 0.94
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats 1.3
22 Relative Density @ Rel. Temp. kg/m³
23 Viscosity @ Rel. Temp. cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % * kgf/cm²-g *
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code
28 Sizing Basis Blocked vapour outlet
BASIS 29
AND 30 Calculated Area 88.99 cm²
SELECTION 31 Selected Area 103.2 cm²
32 Orifice Designation R
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity 51053.78 kg/h
35 Inlet : Size Rating 6 in 300#
36 Facing and Finish RF/125AARH
CONNECTIONS
37 Outlet: Size Rating 10 in 150#
38 Facing and Finish RF/125AARH
39 Body and Bonnet ASTM A216 Gr. WCB
MATERIALS 40 Nozzle and Disc SS 316
41 Resilient Seat Seal
42 Guide and Rings SS
43 Spring Plated Carbon Steel
44 Bellows
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed Plain
OPTIONS 47 Test Gag Yes
48 IBR Yes
49 Others
50 Manufacturer *
51 Model *
PURCHASE 52 Purchase Order Number
53 Price Item Number
54 Serial Number
Notes:

INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : IREP,BPCL-KR
Job No : A307
A SG 10/9/2014 Issued with MR Unit No : 0IS-Sulfur Recovery Unit Sheet 1 of 2
No. By Date Revision Code: 74 Doc. No.: A307-0IS-YR-DS-3049 Rev.: A

Page 151 of 221


Tag Number : 0IS-PSV -8203A

1. S.No. 27 Design Code : IBR


2. "*" indicates data to be furnished by vendor.
3. IBR requirements as per SIV shall be complied for this tag

INSTRUMENT SPECIFICATION

PSV

A SG 10/9/2014 Issued with MR Sheet 2 of 2


No. By Date Revision Code: 74 Dwg. No.: A307-0IS-YR-DS-3049 Rev.: A

Page 152 of 221


1 Tag Number 0IS-PSV -8203B
2 Service LP Steam
3 Line No. Eqp./Line Protected H"-SL-IS-8204-A2A-IH
GENERAL 4 Nozzle (Full, Semi) Full Nozzle Full Lift
5 Design Safety, Relief, Safety-Relief Safey valve without RD
6 Type Conventional, Bellow, Pilot Operated Conventional
7 Bonnet Type Open
8 Valve Discharge to Atmosphere
9 Fluid State Steam Steam
10 Required Capacity 44000 kg/h
11 Molecular Mass
12 Oper. Pressure Set Pressure 5 kgf/cm²-g 10 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 190 °C 190 °C
14 Constant 0 kgf/cm²-g
15 Back Pressure Variable kgf/cm²-g
16 Total
17 % Allowable Overpressure 5
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor 0.94
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats 1.3
22 Relative Density @ Rel. Temp. kg/m³
23 Viscosity @ Rel. Temp. cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % * kgf/cm²-g *
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code
28 Sizing Basis Blocked vapour outlet
BASIS 29
AND 30 Calculated Area 88.99 cm²
SELECTION 31 Selected Area 103.2 cm²
32 Orifice Designation R
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity 51053.78 kg/h
35 Inlet : Size Rating 6 in 300#
36 Facing and Finish RF/125AARH
CONNECTIONS
37 Outlet: Size Rating 10 in 150#
38 Facing and Finish RF/125AARH
39 Body and Bonnet ASTM A216 Gr. WCB
MATERIALS 40 Nozzle and Disc SS 316
41 Resilient Seat Seal
42 Guide and Rings SS
43 Spring Plated Carbon Steel
44 Bellows
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed Plain
OPTIONS 47 Test Gag Yes
48 IBR Yes
49 Others
50 Manufacturer *
51 Model *
PURCHASE 52 Purchase Order Number
53 Price Item Number
54 Serial Number
Notes:

INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : IREP,BPCL-KR
Job No : A307
A SG 10/9/2014 Issued with MR Unit No : 0IS-Sulfur Recovery Unit Sheet 1 of 2
No. By Date Revision Code: 74 Doc. No.: A307-0IS-YR-DS-3050 Rev.: A

Page 153 of 221


Tag Number : 0IS-PSV -8203B

1. S.No. 27 Design Code : IBR


2. "*" indicates data to be furnished by vendor.
3. IBR requirements as per SIV shall be complied for this tag

INSTRUMENT SPECIFICATION

PSV

A SG 10/9/2014 Issued with MR Sheet 2 of 2


No. By Date Revision Code: 74 Dwg. No.: A307-0IS-YR-DS-3050 Rev.: A

Page 154 of 221


1 Tag Number 0IS-PSV -8204A
2 Service LP STEAM
3 Line No. Eqp./Line Protected H"-SL-IS-8205-A2A-IH
GENERAL 4 Nozzle (Full, Semi) Full Nozzle Full Lift
5 Design Safety, Relief, Safety-Relief Safey valve without RD
6 Type Conventional, Bellow, Pilot Operated Conventional
7 Bonnet Type Open
8 Valve Discharge to Atmosphere
9 Fluid State Steam Steam
10 Required Capacity 44000 kg/h
11 Molecular Mass
12 Oper. Pressure Set Pressure 5 kgf/cm²-g 10 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 190 °C 190 °C
14 Constant 0 kgf/cm²-g
15 Back Pressure Variable kgf/cm²-g
16 Total
17 % Allowable Overpressure 5
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor 0.96
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats 1.3
22 Relative Density @ Rel. Temp. kg/m³
23 Viscosity @ Rel. Temp. cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % * kgf/cm²-g *
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code
28 Sizing Basis Blocked vapour outlet
BASIS 29
AND 30 Calculated Area 88.99 cm²
SELECTION 31 Selected Area 103.2 cm²
32 Orifice Designation R
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity 51053.78 kg/h
35 Inlet : Size Rating 6 in 300#
36 Facing and Finish RF/125AARH
CONNECTIONS
37 Outlet: Size Rating 10 in 150#
38 Facing and Finish RF/125AARH
39 Body and Bonnet ASTM A216 Gr. WCB
MATERIALS 40 Nozzle and Disc SS 316
41 Resilient Seat Seal
42 Guide and Rings SS
43 Spring Plated Carbon Steel
44 Bellows
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed Plain
OPTIONS 47 Test Gag Yes
48 IBR Yes
49 Others
50 Manufacturer *
51 Model *
PURCHASE 52 Purchase Order Number
53 Price Item Number
54 Serial Number
Notes:

INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : IREP,BPCL-KR
Job No : A307
A SG 10/9/2014 Issued with MR Unit No : 0IS-Sulfur Recovery Unit Sheet 1 of 2
No. By Date Revision Code: 74 Doc. No.: A307-0IS-YR-DS-3051 Rev.: A

Page 155 of 221


Tag Number : 0IS-PSV -8204A

1. S.No. 27 Design Code : IBR


2. "*" indicates data to be furnished by vendor.
3. IBR requirements as per SIV shall be complied for this tag

INSTRUMENT SPECIFICATION

PSV

A SG 10/9/2014 Issued with MR Sheet 2 of 2


No. By Date Revision Code: 74 Dwg. No.: A307-0IS-YR-DS-3051 Rev.: A

Page 156 of 221


1 Tag Number 0IS-PSV -8204B
2 Service MP STEAM
3 Line No. Eqp./Line Protected H"-SL-IS-8206-A2A-IH
GENERAL 4 Nozzle (Full, Semi) Full Nozzle Full Lift
5 Design Safety, Relief, Safety-Relief Safey valve without RD
6 Type Conventional, Bellow, Pilot Operated Conventional
7 Bonnet Type Open
8 Valve Discharge to Atmosphere
9 Fluid State Steam Steam
10 Required Capacity 44000 kg/h
11 Molecular Mass
12 Oper. Pressure Set Pressure 5 kgf/cm²-g 10 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 190 °C 190 °C
14 Constant 0 kgf/cm²-g
15 Back Pressure Variable kgf/cm²-g
16 Total
17 % Allowable Overpressure 5
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor 0.96
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats 1.3
22 Relative Density @ Rel. Temp. kg/m³
23 Viscosity @ Rel. Temp. cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % * kgf/cm²-g *
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code
28 Sizing Basis Blocked vapour outlet
BASIS 29
AND 30 Calculated Area 88.99 cm²
SELECTION 31 Selected Area 103.2 cm²
32 Orifice Designation R
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity 51053.78 kg/h
35 Inlet : Size Rating 6 in 300#
36 Facing and Finish RF/125AARH
CONNECTIONS
37 Outlet: Size Rating 10 in 150#
38 Facing and Finish RF/125AARH
39 Body and Bonnet ASTM A216 Gr. WCB
MATERIALS 40 Nozzle and Disc SS 316
41 Resilient Seat Seal
42 Guide and Rings SS
43 Spring Plated Carbon Steel
44 Bellows
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed Plain
OPTIONS 47 Test Gag Yes
48 IBR Yes
49 Others
50 Manufacturer *
51 Model *
PURCHASE 52 Purchase Order Number
53 Price Item Number
54 Serial Number
Notes:

INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : IREP,BPCL-KR
Job No : A307
A SG 10/9/2014 Issued with MR Unit No : 0IS-Sulfur Recovery Unit Sheet 1 of 2
No. By Date Revision Code: 74 Doc. No.: A307-0IS-YR-DS-3052 Rev.: A

Page 157 of 221


Tag Number : 0IS-PSV -8204B

1. S.No. 27 Design Code : IBR


2. "*" indicates data to be furnished by vendor.
3. IBR requirements as per SIV shall be complied for this tag

INSTRUMENT SPECIFICATION

PSV

A SG 10/9/2014 Issued with MR Sheet 2 of 2


No. By Date Revision Code: 74 Dwg. No.: A307-0IS-YR-DS-3052 Rev.: A

Page 158 of 221


GROUP-E
PRESSURE RELIEF VALVES BELLOWS TYPE, Qty – 8
Nos. (UNIT: DHDT & VGO)

Page 159 of 221


1 Tag Number 0IG-PSV -8525A
2 Service HC to FLare
3 Line No. Eqp./Line Protected H-FLO-IG-8501-A1A
GENERAL 4 Nozzle (Full, Semi) Full Nozzle and Full Lift
5 Design Safety, Relief, Safety-Relief Safety Valve without RD
6 Type Conventional, Bellow, Pilot Operated Bellows
7 Bonnet Type Close
8 Valve Discharge to LP Flare
9 Fluid State Hydrocarbon Gas/Vapor
10 Required Capacity 3966 kg/h
11 Molecular Mass 204.6
12 Oper. Pressure Set Pressure 1 kgf/cm²-g 3.5 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 40 °C 472 °C
14 Constant kgf/cm²-g
15 Back Pressure Variable 1.7 kgf/cm²-g
16 Total kgf/cm²-g
17 % Allowable Overpressure 21
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor 0.421
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats 1.195
22 Relative Density @ Rel. Temp. kg/m³
23 Viscosity @ Rel. Temp. cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % * kgf/cm²-g *
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code API
28 Sizing Basis FIRE
BASIS 29
AND 30 Calculated Area 4.1 cm²
SELECTION 31 Selected Area 5.06 cm²
32 Orifice Designation H
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity 4897.87 kg/h
35 Inlet : Size Rating 2 in 300#
36 Facing and Finish RF 125AARH
CONNECTIONS
37 Outlet: Size Rating 3 in 150#
38 Facing and Finish RF 125AARH
39 Body and Bonnet ASTM A 216 GR.WCB
MATERIALS 40 Nozzle and Disc SS316
41 Resilient Seat Seal -
42 Guide and Rings SS
43 Spring Tungston Alloy Steel
44 Bellows SS316L
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed
OPTIONS 47 Test Gag Yes
48 IBR
49 Others Note-2
50 Manufacturer *
51 Model *
PURCHASE 52 Purchase Order Number
53 Price Item Number
54 Serial Number
Notes:

INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : IREP,BPCL-KR
Job No : A307
A SG 10/9/2014 Issued with MR Unit No : 0IG-Diesel Hydrotreater Unit Sheet 1 of 2
No. By Date Revision Code: 74 Doc. No.: A307-0IG-YR-DS-3067 Rev.: A

Page 160 of 221


Tag Number : 0IG-PSV -8525A

1. " * " indicates data to be furnished by Vendor.

CASE-II: CV Fail Open: Fluid: Nitrogen; Required capacity: 7.3 Kg/hr; Operating & Relieving Temperature: 40 degC; Operating Pressure: 6.5 Kg/cm2g;
Vapor Molecular weight: 28 Kg/Kgmol; Compressibility factor: 1.01; Cp/Cv: 1.14; % Allowable overpressure: 10

INSTRUMENT SPECIFICATION

PSV

A SG 10/9/2014 Issued with MR Sheet 2 of 2


No. By Date Revision Code: 74 Dwg. No.: A307-0IG-YR-DS-3067 Rev.: A

Page 161 of 221


1 Tag Number 0IG-PSV -8525B
2 Service HC to FLare
3 Line No. Eqp./Line Protected H-FLO-IG-8501-A1A
GENERAL 4 Nozzle (Full, Semi) Full Nozzle and Full Lift
5 Design Safety, Relief, Safety-Relief Safety Valve without RD
6 Type Conventional, Bellow, Pilot Operated Bellows
7 Bonnet Type Close
8 Valve Discharge to LP Flare
9 Fluid State Hydrocarbon Gas/Vapor
10 Required Capacity 3966 kg/h
11 Molecular Mass 204.6
12 Oper. Pressure Set Pressure 1 kgf/cm²-g 3.5 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 40 °C 472 °C
14 Constant 0 kgf/cm²-g
15 Back Pressure Variable 1.7 kgf/cm²-g
16 Total kgf/cm²-g
17 % Allowable Overpressure 21
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor 0.421
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats 1.195
22 Relative Density @ Rel. Temp. kg/m³
23 Viscosity @ Rel. Temp. cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % * kgf/cm²-g *
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code API
28 Sizing Basis FIRE
BASIS 29
AND 30 Calculated Area 4.1 cm²
SELECTION 31 Selected Area 5.06 cm²
32 Orifice Designation H
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity 4897.87 kg/h
35 Inlet : Size Rating 2 in 300#
36 Facing and Finish RF 125AARH
CONNECTIONS
37 Outlet: Size Rating 3 in 150#
38 Facing and Finish RF 125AARH
39 Body and Bonnet ASTM A 216 GR.WCB
MATERIALS 40 Nozzle and Disc SS316
41 Resilient Seat Seal -
42 Guide and Rings SS
43 Spring Tungston Alloy Steel
44 Bellows SS316L
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed
OPTIONS 47 Test Gag Yes
48 IBR
49 Others Note-2
50 Manufacturer *
51 Model *
PURCHASE 52 Purchase Order Number
53 Price Item Number
54 Serial Number
Notes:

INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : IREP,BPCL-KR
Job No : A307
A SG 10/9/2014 Issued with MR Unit No : 0IG-Diesel Hydrotreater Unit Sheet 1 of 2
No. By Date Revision Code: 74 Doc. No.: A307-0IG-YR-DS-3068 Rev.: A

Page 162 of 221


Tag Number : 0IG-PSV -8525B

1. " * " indicates data to be furnished by Vendor.

CASE-II: CV Fail Open: Fluid: Nitrogen; Required capacity: 7.3 Kg/hr; Operating & Relieving Temperature: 40 degC; Operating Pressure: 6.5 Kg/cm2g;
Vapor Molecular weight: 28 Kg/Kgmol; Compressibility factor: 1.01; Cp/Cv: 1.14; % Allowable overpressure: 10

INSTRUMENT SPECIFICATION

PSV

A SG 10/9/2014 Issued with MR Sheet 2 of 2


No. By Date Revision Code: 74 Dwg. No.: A307-0IG-YR-DS-3068 Rev.: A

Page 163 of 221


1 Tag Number 0IV-PSV -2605A
2 Service IV-V-111,Makeup Compressor 1st Stage Suction KO Drum
3 Line No. Eqp./Line Protected 8"-P-IV-2608-B5A IV-V-111
GENERAL 4 Nozzle (Full, Semi) Full Nozzle and Full Lift
5 Design Safety, Relief, Safety-Relief Safety Valve without RD
6 Type Conventional, Bellow, Pilot Operated Bellows
7 Bonnet Type Closed
8 Valve Discharge to HP Flare
9 Fluid State Make-up gas Gas/Vapor
10 Required Capacity 27000 kg/h
11 Molecular Mass 2.08
12 Oper. Pressure Set Pressure 19.9 kgf/cm²-g 29 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 45 °C 45 °C
14 Constant kgf/cm²-g
15 Back Pressure Variable 5.5 kgf/cm²-g
16 Total kgf/cm²-g
17 % Allowable Overpressure 10
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor 1.02
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats 1.408
22 Relative Density @ Rel. Temp. kg/m³
23 Viscosity @ Rel. Temp. cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % * kgf/cm²-g *
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code API
28 Sizing Basis Control Valve Failure
BASIS 29
AND 30 Calculated Area 39.42 cm²
SELECTION 31 Selected Area 41.16 cm²
32 Orifice Designation P
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity 28193.25 kg/h
35 Inlet : Size Rating 4 in 300#
36 Facing and Finish RF 125AARH
CONNECTIONS
37 Outlet: Size Rating 6 in 150#
38 Facing and Finish RF 125AARH
39 Body and Bonnet ASTM A 216 GR.WCB
MATERIALS 40 Nozzle and Disc SS316
41 Resilient Seat Seal -
42 Guide and Rings SS
43 Spring Plated Carbon Steel
44 Bellows SS316L
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed
OPTIONS 47 Test Gag Yes
48 IBR
49 Others Note-2
50 Manufacturer *
51 Model *
PURCHASE 52 Purchase Order Number
53 Price Item Number
54 Serial Number
Notes:

INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : IREP,BPCL-KR
Job No : A307
0 RM 9/11/2014 Issued with PR Unit No : 0IV-VGO Hydrotreater Unit Sheet 1 of 2
No. By Date Revision Code: 74 Doc. No.: A307-0IV-YR-DS-3044 Rev.: 0

Page 164 of 221


Tag Number : 0IV-PSV -2605A

1. " * " indicates data to be furnished by Vendor.


2. Hydrogen service requirement as per SIV shall be complled for this tag.
3. Mechanical Design Pressure & Temperature: 29 Kg/cm2g & 150 degC respectively.

Vendor to size Pressure Relief Valve with the following Process conditions also:

CASE-II: Closed Outlet case: Fluid: Make-up gas; Required capacity: 7032 Kg/hr; Relieving Temperature: 45 degC; Vapor Molecular weight: 2.08
Kg/Kgmol; Compressibility factor: 1.016; Cp/Cv: 1.408; % Allowable overpressure 10.

INSTRUMENT SPECIFICATION

PSV

0 RM 9/11/2014 Issued with PR Sheet 2 of 2


No. By Date Revision Code: 74 Dwg. No.: A307-0IV-YR-DS-3044 Rev.: 0

Page 165 of 221


1 Tag Number 0IV-PSV -2605B
2 Service IV-V-111,Makeup Compressor 1st Stage Suction KO Drum
3 Line No. Eqp./Line Protected 8"-P-IV-2607-B5A IV-V-111
GENERAL 4 Nozzle (Full, Semi) Full Nozzle and Full Lift
5 Design Safety, Relief, Safety-Relief Safety Valve without RD
6 Type Conventional, Bellow, Pilot Operated Bellows
7 Bonnet Type Closed
8 Valve Discharge to HP Flare
9 Fluid State Make-up gas Gas/Vapor
10 Required Capacity 27000 kg/h
11 Molecular Mass 2.08
12 Oper. Pressure Set Pressure 19.9 kgf/cm²-g 29 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 45 °C 45 °C
14 Constant kgf/cm²-g
15 Back Pressure Variable 5.5 kgf/cm²-g
16 Total kgf/cm²-g
17 % Allowable Overpressure 10
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor 1.02
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats 1.408
22 Relative Density @ Rel. Temp. kg/m³
23 Viscosity @ Rel. Temp. cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % * kgf/cm²-g *
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code API
28 Sizing Basis Control Valve Failure
BASIS 29
AND 30 Calculated Area 39.42 cm²
SELECTION 31 Selected Area 41.16 cm²
32 Orifice Designation P
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity 28193.25 kg/h
35 Inlet : Size Rating 4 in 300#
36 Facing and Finish RF 125AARH
CONNECTIONS
37 Outlet: Size Rating 6 in 150#
38 Facing and Finish RF 125AARH
39 Body and Bonnet ASTM A 216 GR.WCB
MATERIALS 40 Nozzle and Disc SS316
41 Resilient Seat Seal -
42 Guide and Rings SS
43 Spring Plated Carbon Steel
44 Bellows SS316L
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed
OPTIONS 47 Test Gag Yes
48 IBR
49 Others Note-2
50 Manufacturer *
51 Model *
PURCHASE 52 Purchase Order Number
53 Price Item Number
54 Serial Number
Notes:

INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : IREP,BPCL-KR
Job No : A307
0 RM 9/11/2014 Issued with PR Unit No : 0IV-VGO Hydrotreater Unit Sheet 1 of 2
No. By Date Revision Code: 74 Doc. No.: A307-0IV-YR-DS-3045 Rev.: 0

Page 166 of 221


Tag Number : 0IV-PSV -2605B

1. " * " indicates data to be furnished by Vendor.


2. Hydrogen service requirement as per SIV shall be complled for this tag.
3. Mechanical Design Pressure & Temperature: 29 Kg/cm2g & 150 degC respectively.

Vendor to size Pressure Relief Valve with the following Process conditions also:

CASE-II: Closed Outlet case: Fluid: Make-up gas; Required capacity: 7032 Kg/hr; Relieving Temperature: 45 degC; Vapor Molecular weight: 2.08
Kg/Kgmol; Compressibility factor: 1.016; Cp/Cv: 1.408; % Allowable overpressure 10.

INSTRUMENT SPECIFICATION

PSV

0 RM 9/11/2014 Issued with PR Sheet 2 of 2


No. By Date Revision Code: 74 Dwg. No.: A307-0IV-YR-DS-3045 Rev.: 0

Page 167 of 221


1 Tag Number 0IV-PSV -2704
2 Service IV-V-112,Makeup Gas Comp.2 Stage Suction KO Drum
3 Line No. Eqp./Line Protected 8"-P-IV-2707-B5A IV-V-112A
GENERAL 4 Nozzle (Full, Semi) Full Nozzle and Full Lift
5 Design Safety, Relief, Safety-Relief Safety Valve without RD
6 Type Conventional, Bellow, Pilot Operated Bellows
7 Bonnet Type Closed
8 Valve Discharge to HP Flare
9 Fluid State Make-up gas Gas/Vapor
10 Required Capacity 34000 kg/h
11 Molecular Mass 2.08
12 Oper. Pressure Set Pressure 36.4 kgf/cm²-g 44.3 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 45 °C 45 °C
14 Constant kgf/cm²-g
15 Back Pressure Variable 5.5 kgf/cm²-g
16 Total kgf/cm²-g
17 % Allowable Overpressure 10
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor 1.05
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats 1.412
22 Relative Density @ Rel. Temp. kg/m³
23 Viscosity @ Rel. Temp. cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % * kgf/cm²-g *
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code API
28 Sizing Basis Control Valve Failure
BASIS 29
AND 30 Calculated Area 33.4 cm²
SELECTION 31 Selected Area 41.16 cm²
32 Orifice Designation P
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity 41906.53 kg/h
35 Inlet : Size Rating 4 in 600#
36 Facing and Finish RF 125AARH
CONNECTIONS
37 Outlet: Size Rating 6 in 150#
38 Facing and Finish RF 125AARH
39 Body and Bonnet ASTM A 216 GR.WCB
MATERIALS 40 Nozzle and Disc SS316
41 Resilient Seat Seal -
42 Guide and Rings SS
43 Spring Plated Carbon Steel
44 Bellows SS316L
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed
OPTIONS 47 Test Gag Yes
48 IBR
49 Others Note-2
50 Manufacturer *
51 Model *
PURCHASE 52 Purchase Order Number
53 Price Item Number
54 Serial Number
Notes:

INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : IREP,BPCL-KR
Job No : A307
0 RM 9/11/2014 Issued with PR Unit No : 0IV-VGO Hydrotreater Unit Sheet 1 of 2
No. By Date Revision Code: 74 Doc. No.: A307-0IV-YR-DS-3046 Rev.: 0

Page 168 of 221


Tag Number : 0IV-PSV -2704

1. " * " indicates data to be furnished by Vendor.


2. Hydrogen service requirement as per SIV shall be complled for this tag.
3. Mechanical Design Pressure & Temperature: 44.3 Kg/cm2g & 150 degC respectively.

Vendor to size Pressure Relief Valve with the following Process conditions also:

CASE-II: Closed Outlet case: Fluid: Make-up gas; Required capacity: 7032 Kg/hr; Relieving Temperature: 45 degC; Vapor Molecular weight: 2.08
Kg/Kgmol; Compressibility factor: 1.052; Cp/Cv: 1.412; % Allowable overpressure 10.

INSTRUMENT SPECIFICATION

PSV

0 RM 9/11/2014 Issued with PR Sheet 2 of 2


No. By Date Revision Code: 74 Dwg. No.: A307-0IV-YR-DS-3046 Rev.: 0

Page 169 of 221


1 Tag Number 0IV-PSV -2904
2 Service Hydrocarbon Gas
3 Line No. Eqp./Line Protected 8"-P-IV-2906-B5A IV-V-112B
GENERAL 4 Nozzle (Full, Semi) Full Nozzle and Full Lift
5 Design Safety, Relief, Safety-Relief Safety Valve without RD
6 Type Conventional, Bellow, Pilot Operated Bellows
7 Bonnet Type Closed
8 Valve Discharge to HP Flare
9 Fluid State Make-up gas Gas/Vapor
10 Required Capacity 34000 kg/h
11 Molecular Mass 2.08
12 Oper. Pressure Set Pressure 36.4 kgf/cm²-g 44.3 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 45 °C 45 °C
14 Constant kgf/cm²-g
15 Back Pressure Variable 5.5 kgf/cm²-g
16 Total kgf/cm²-g
17 % Allowable Overpressure 10
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor 1.05
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats 1.412
22 Relative Density @ Rel. Temp. kg/m³
23 Viscosity @ Rel. Temp. cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % * kgf/cm²-g *
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code API
28 Sizing Basis Control Valve Failure
BASIS 29
AND 30 Calculated Area 33.4 cm²
SELECTION 31 Selected Area 41.16 cm²
32 Orifice Designation P
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity 41906.53 kg/h
35 Inlet : Size Rating 4 in 600#
36 Facing and Finish RF 125AARH
CONNECTIONS
37 Outlet: Size Rating 6 in 150#
38 Facing and Finish RF 125AARH
39 Body and Bonnet ASTM A 216 GR.WCB
MATERIALS 40 Nozzle and Disc SS316
41 Resilient Seat Seal -
42 Guide and Rings SS
43 Spring Plated Carbon Steel
44 Bellows SS316L
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed
OPTIONS 47 Test Gag Yes
48 IBR
49 Others Note-2
50 Manufacturer *
51 Model *
PURCHASE 52 Purchase Order Number
53 Price Item Number
54 Serial Number
Notes:

INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : IREP,BPCL-KR
Job No : A307
0 RM 9/11/2014 Issued with PR Unit No : 0IV-VGO Hydrotreater Unit Sheet 1 of 2
No. By Date Revision Code: 74 Doc. No.: A307-0IV-YR-DS-3048 Rev.: 0

Page 170 of 221


Tag Number : 0IV-PSV -2904

1. " * " indicates data to be furnished by Vendor.


2. Hydrogen service requirement as per SIV shall be complled for this tag.

Vendor to size the Pressure Relief Valve with the following Process conditions also:

CASE-II: Closed Outlet case: Fluid: Make-up gas; Required capacity: 7032 Kg/hr; Operating Pressure: 36.4 Kg/cm2g; Ste Pressure: 44.6 Kg/cm2g;
Max Back Pressure: 5.5 Kg/cm2g (variable); Relieving Temperature: 45 degC; Vapor Molecular weight: 2.08 Kg/Kgmol; Compressibility factor: 1.052;
Cp/Cv: 1.412; % Allowable overpressure 10.

INSTRUMENT SPECIFICATION

PSV

0 RM 9/11/2014 Issued with PR Sheet 2 of 2


No. By Date Revision Code: 74 Dwg. No.: A307-0IV-YR-DS-3048 Rev.: 0

Page 171 of 221


1 Tag Number 0IV-PSV -4801A
2 Service V-204,Frac Offgas Compressor Suction KO Drum
3 Line No. Eqp./Line Protected H"-P-IV-4803-A26A IV-V-204
GENERAL 4 Nozzle (Full, Semi) Full Nozzle and Full Lift
5 Design Safety, Relief, Safety-Relief Safety Valve without RD
6 Type Conventional, Bellow, Pilot Operated Bellows
7 Bonnet Type Close
8 Valve Discharge to LP Flare
9 Fluid State Off Gas Gas/Vapor
10 Required Capacity 18163 kg/h
11 Molecular Mass 25.54
12 Oper. Pressure Set Pressure 0.6 kgf/cm²-g 3.5 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 45 °C 40 °C
14 Constant kgf/cm²-g
15 Back Pressure Variable 1.7 kgf/cm²-g
16 Total kgf/cm²-g
17 % Allowable Overpressure 10
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor 0.982
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats 1.215
22 Relative Density @ Rel. Temp. kg/m³
23 Viscosity @ Rel. Temp. cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % * kgf/cm²-g *
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code API
28 Sizing Basis Instrument Air Failure
BASIS 29
AND 30 Calculated Area 73.91 cm²
SELECTION 31 Selected Area 103.2 cm²
32 Orifice Designation R
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity 25356.32 kg/h
35 Inlet : Size Rating 6 in 150#
36 Facing and Finish RF 125AARH
CONNECTIONS
37 Outlet: Size Rating 8 in 150#
38 Facing and Finish RF 125AARH
39 Body and Bonnet ASTM A 216 GR.WCB
MATERIALS 40 Nozzle and Disc SS316L
41 Resilient Seat Seal -
42 Guide and Rings SS
43 Spring Plated Carbon Steel
44 Bellows INCONEL
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed
OPTIONS 47 Test Gag Yes
48 IBR
49 Others Note 2,3,4,5
50 Manufacturer *
51 Model *
PURCHASE 52 Purchase Order Number
53 Price Item Number
54 Serial Number
Notes:

INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : IREP,BPCL-KR
Job No : A307
0 RM 9/11/2014 Issued with PR Unit No : 0IV-VGO Hydrotreater Unit Sheet 1 of 2
No. By Date Revision Code: 74 Doc. No.: A307-0IV-YR-DS-3065 Rev.: 0

Page 172 of 221


Tag Number : 0IV-PSV -4801A

1. " * " indicates data to be furnished by Vendor.


2. NACE requirements as per SIV shall be complled for this tag.
3. Radiography requirements as per SIV shall be applicable for this tag.
4. Wet H2S requirements as per SIV shall be complied for this tag
5. Bolting Material shall be ASTM A193 Gr. B7M for Bolts & A194 Gr. 2HM for Studs Nuts.
6. Corrosive consittuents are present in the fluid.
7. Flow rate of Control Valve Failure shall be reconfirmed during detailed engineering.
8. Mechanical Design Pressure & Temperature: 3.5 Kg/cm2g & 150 degC respectively.

Vendor to size Pressure Relief Device with the following Process conditions also:

CASE-II: Power Failure case: Fluid: Off gas; Required capacity: 9099 Kg/hr; Relieving Temperature: 45 degC; Vapor Molecular weight: 30.92
Kg/Kgmol; Compressibility factor: 0.974; Cp/Cv: 1.181; % Allowable overpressure:10.

INSTRUMENT SPECIFICATION

PSV

0 RM 9/11/2014 Issued with PR Sheet 2 of 2


No. By Date Revision Code: 74 Dwg. No.: A307-0IV-YR-DS-3065 Rev.: 0

Page 173 of 221


1 Tag Number 0IV-PSV -4801B
2 Service IV-V-204,Frac Offgas Compressor Suction KO Drum
3 Line No. Eqp./Line Protected H"-P-IV-4802-A26A IV-V-204
GENERAL 4 Nozzle (Full, Semi) Full Nozzle and Full Lift
5 Design Safety, Relief, Safety-Relief Safety Valve without RD
6 Type Conventional, Bellow, Pilot Operated Bellows
7 Bonnet Type Close
8 Valve Discharge to LP Flare
9 Fluid State Off Gas Gas/Vapor
10 Required Capacity 18163 kg/h
11 Molecular Mass 25.54
12 Oper. Pressure Set Pressure 0.6 kgf/cm²-g 3.5 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 45 °C 40 °C
14 Constant kgf/cm²-g
15 Back Pressure Variable 1.7 kgf/cm²-g
16 Total kgf/cm²-g
17 % Allowable Overpressure 10
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor 0.982
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats 1.215
22 Relative Density @ Rel. Temp. kg/m³
23 Viscosity @ Rel. Temp. cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % * kgf/cm²-g *
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code API
28 Sizing Basis Instrument Air Failure
BASIS 29
AND 30 Calculated Area 73.91 cm²
SELECTION 31 Selected Area 103.2 cm²
32 Orifice Designation R
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity 25356.32 kg/h
35 Inlet : Size Rating 6 in 150#
36 Facing and Finish RF 125AARH
CONNECTIONS
37 Outlet: Size Rating 8 in 150#
38 Facing and Finish RF 125AARH
39 Body and Bonnet ASTM A 216 GR.WCB
MATERIALS 40 Nozzle and Disc SS316L
41 Resilient Seat Seal -
42 Guide and Rings SS
43 Spring Plated Carbon Steel
44 Bellows INCONEL
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed
OPTIONS 47 Test Gag Yes
48 IBR
49 Others Note 2,3,4,5
50 Manufacturer *
51 Model *
PURCHASE 52 Purchase Order Number
53 Price Item Number
54 Serial Number
Notes:

INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : IREP,BPCL-KR
Job No : A307
0 RM 9/11/2014 Issued with PR Unit No : 0IV-VGO Hydrotreater Unit Sheet 1 of 2
No. By Date Revision Code: 74 Doc. No.: A307-0IV-YR-DS-3066 Rev.: 0

Page 174 of 221


Tag Number : 0IV-PSV -4801B

1. " * " indicates data to be furnished by Vendor.


2. NACE requirements as per SIV shall be complled for this tag.
3. Radiography requirements as per SIV shall be applicable for this tag.
4. Wet H2S requirements as per SIV shall be complied for this tag
5. Bolting Material shall be ASTM A193 Gr. B7M for Bolts & A194 Gr. 2HM for Studs Nuts.
6. Corrosive consittuents are present in the fluid.
7. Flow rate of Control Valve Failure shall be reconfirmed during detailed engineering.
8. Mechanical Design Pressure & Temperature: 3.5 Kg/cm2g & 150 degC respectively.

Vendor to size Pressure Relief Device with the following Process conditions also:

CASE-II: Power Failure case: Fluid: Off gas; Required capacity: 9099 Kg/hr; Relieving Temperature: 45 degC; Vapor Molecular weight: 30.92
Kg/Kgmol; Compressibility factor: 0.974; Cp/Cv: 1.181; % Allowable overpressure:10.

INSTRUMENT SPECIFICATION

PSV

0 RM 9/11/2014 Issued with PR Sheet 2 of 2


No. By Date Revision Code: 74 Dwg. No.: A307-0IV-YR-DS-3066 Rev.: 0

Page 175 of 221


GROUP-F
PRESSURE RELIEF VALVES- THERMAL RELIEF: Qty-
3 Nos. (UNIT: DCU & SWS)

Page 176 of 221


1 Tag Number 0ID-PSV -7501
2 Service Steam Condensate
3 Line No. Eqp./Line Protected 3/4"-WCR-ID-7502-A91A
GENERAL 4 Nozzle (Full, Semi) Semi
5 Design Safety, Relief, Safety-Relief Reflief valve without RD
6 Type Conventional, Bellow, Pilot Operated Conventional
7 Bonnet Type Open
8 Valve Discharge to Storm Sewer
9 Fluid State Water Water
10 Required Capacity kg/h
11 Molecular Mass
12 Oper. Pressure Set Pressure 3.5 kgf/cm²-g 7.6 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 44 °C 65 °C
14 Constant 0 kgf/cm²-g
15 Back Pressure Variable
16 Total
17 % Allowable Overpressure 10
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats
22 Relative Density @ Rel. Temp. 990 kg/m³
23 Viscosity @ Rel. Temp. 0.65 cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % * kgf/cm²-g *
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code API
28 Sizing Basis Thermal Relief
BASIS 29
AND 30 Calculated Area cm²
SELECTION 31 Selected Area 0.38 cm²
32 Orifice Designation
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity kg/h
35 Inlet : Size Rating 3/4 in
36 Facing and Finish NPTM
CONNECTIONS
37 Outlet: Size Rating 1 in
38 Facing and Finish NPTF
39 Body and Bonnet ASTM A216 Gr. WCB
MATERIALS 40 Nozzle and Disc SS 316
41 Resilient Seat Seal
42 Guide and Rings SS
43 Spring Plated Carbon Steel
44 Bellows
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed
OPTIONS 47 Test Gag Yes
48 IBR
49 Others
50 Manufacturer *
51 Model *
PURCHASE 52 Purchase Order Number A307-000-YR-MR-1369
53 Price Item Number
54 Serial Number
Notes:

INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : IREP,BPCL-KR
Job No : A307
A SG 10/9/2014 Issued with MR Unit No : 0ID-Delayed Coker Unit Sheet 1 of 2
No. By Date Revision Code: 74 Doc. No.: A307-0ID-YR-DS-3141 Rev.: A

Page 177 of 221


Tag Number : 0ID-PSV -7501

1. S. No. 10 Required Capacity : Nominal


2."*" indicates to be furnished by vendor.
3. Closed Bonnet Type is also acceptable.

INSTRUMENT SPECIFICATION

PSV

A SG 10/9/2014 Issued with MR Sheet 2 of 2


No. By Date Revision Code: 74 Dwg. No.: A307-0ID-YR-DS-3141 Rev.: A

Page 178 of 221


1 Tag Number ISW-PSV -5202
2 Service STRIPPED WATER
3 Line No. Eqp./Line Protected 4"-P-ISW-5213-B19A
GENERAL 4 Nozzle (Full, Semi) Semi
5 Design Safety, Relief, Safety-Relief Relief valve without RD
6 Type Conventional, Bellow, Pilot Operated Conventional
7 Bonnet Type Open
8 Valve Discharge to Storm Sewer
9 Fluid State Stripped Water Water
10 Required Capacity kg/h
11 Molecular Mass
12 Oper. Pressure Set Pressure 8 kgf/cm²-g 20.5 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 40 °C 70 °C
14 Constant
15 Back Pressure Variable
16 Total
17 % Allowable Overpressure 10
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats
22 Relative Density @ Rel. Temp. 989.4 kg/m³
23 Viscosity @ Rel. Temp. 0.671 cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % * kgf/cm²-g *
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code API
28 Sizing Basis Thermal Relief
BASIS 29
AND 30 Calculated Area 0.38 cm²
SELECTION 31 Selected Area 0.38 cm²
32 Orifice Designation
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity kg/h
35 Inlet : Size Rating 3/4 in
36 Facing and Finish NPTM
CONNECTIONS
37 Outlet: Size Rating 1 in
38 Facing and Finish NPTF
39 Body and Bonnet ASTM A216 GR WCB
MATERIALS 40 Nozzle and Disc SS316
41 Resilient Seat Seal
42 Guide and Rings SS
43 Spring PLATED CARBON STEEL
44 Bellows
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed
OPTIONS 47 Test Gag Yes
48 IBR
49 Others
50 Manufacturer *
51 Model *
PURCHASE 52 Purchase Order Number
53 Price Item Number
54 Serial Number
Notes:

INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : IREP,BPCL-KR
Job No : A307
A SG 10/9/2014 Issued with MR Unit No : ISW-Sour Water Stripping Unit Sheet 1 of 2
No. By Date Revision Code: 74 Doc. No.: A307-ISW-YR-DA-3026 Rev.: A

Page 179 of 221


Tag Number : ISW-PSV -5202

1. "*" indicates data to be furnished by vendor.


2. S.No. 10: Required Capacity : Nominal.
3. Back Pressure: Constant.
4. S No. 7:Closed Bonnet is also acceptable.

INSTRUMENT SPECIFICATION

PSV

A SG 10/9/2014 Issued with MR Sheet 2 of 2


No. By Date Revision Code: 74 Dwg. No.: A307-ISW-YR-DA-3026 Rev.: A

Page 180 of 221


1 Tag Number ISW-PSV -5203
2 Service STRIPPED WATER
3 Line No. Eqp./Line Protected 4"-P-ISW-5214-B19A
GENERAL 4 Nozzle (Full, Semi) Semi
5 Design Safety, Relief, Safety-Relief Relief valve without RD
6 Type Conventional, Bellow, Pilot Operated Conventional
7 Bonnet Type Open
8 Valve Discharge to Storm Sewer
9 Fluid State Stripped Water Water
10 Required Capacity kg/h
11 Molecular Mass
12 Oper. Pressure Set Pressure 8 kgf/cm²-g 20.5 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 40 °C 70 °C
14 Constant
15 Back Pressure Variable
16 Total
17 % Allowable Overpressure 10
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats
22 Relative Density @ Rel. Temp. 989.4 kg/m³
23 Viscosity @ Rel. Temp. 0.671 cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % * kgf/cm²-g *
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code API
28 Sizing Basis Thermal Relief
BASIS 29
AND 30 Calculated Area 0.38 cm²
SELECTION 31 Selected Area 0.38 cm²
32 Orifice Designation
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity kg/h
35 Inlet : Size Rating 3/4 in
36 Facing and Finish NPTM
CONNECTIONS
37 Outlet: Size Rating 1 in
38 Facing and Finish NPTF
39 Body and Bonnet ASTM A216 GR WCB
MATERIALS 40 Nozzle and Disc SS316
41 Resilient Seat Seal
42 Guide and Rings SS
43 Spring PLATED CARBON STEEL
44 Bellows
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed
OPTIONS 47 Test Gag Yes
48 IBR
49 Others
50 Manufacturer *
51 Model *
PURCHASE 52 Purchase Order Number
53 Price Item Number
54 Serial Number
Notes:

INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : IREP,BPCL-KR
Job No : A307
A SG 10/9/2014 Issued with MR Unit No : ISW-Sour Water Stripping Unit Sheet 1 of 2
No. By Date Revision Code: 74 Doc. No.: A307-ISW-YR-DA-3027 Rev.: A

Page 181 of 221


Tag Number : ISW-PSV -5203

1. "*" indicates data to be furnished by vendor.


2. S.No. 10: Required Capacity : Nominal.
3. Back Pressure: Constant.
4. S No. 7:Closed Bonnet is also acceptable.

INSTRUMENT SPECIFICATION

PSV

A SG 10/9/2014 Issued with MR Sheet 2 of 2


No. By Date Revision Code: 74 Dwg. No.: A307-ISW-YR-DA-3027 Rev.: A

Page 182 of 221


Deviation List Format Document No.
For A307-000-16-51-OD-1369
Pressure Relief Valves Page 1 of 1

Sl. Document No. Clause No. Deviation Technical Reason for Deviation
No.

Vendor Seal & Signature

Template No. 5-0000-0001-T3


Page 183 of 221 Rev. 1 Copyrights EIL – All rights reserved
COMPLIANCE STATEMENT A307-000-16-51-CF-1369

Page 1 of 2

TECHNICAL COMPLIANCE STATEMENT


(TO BE SIGNED BY VENDOR'S PRINCIPAL CORPORATE LEVEL SIGNATORY ON COMPANY LETTERHEAD)

I, ON BEHALF OF M/s CONFIRM THAT THE PROPOSAL OF ---------------

-------------------------------------QUOTED BY M/s FOR BPCL –KRL

INTEGRATED REFINERY EXPANSION PROJECT, AGAINST MATERIAL REQUISITION

No. A307-000-YR-MR-1369 (PRESSURE RELIEF VALVES) IS IN TOTAL COMPLIANCE TO

THE SCOPE AS WELL AS ALL THE TECHNICAL SPECIFICATION AND NO DEVIATION,

VARIATION OR RESERVATION WHATSOEVER HAS BEEN MENTIONED IN THE

TECHNICAL OFFER. IT IS FURTHER AGREED THAT THE TECHNICAL DETAILS

FURNISHED IN OUR OFFER WILL BE REVIEWED BY EIL/BPCL DURING DETAILED

ENGINEERING STAGE AFTER ORDER AND ANY CHANGE REQUIRED TO MEET THE

REQUIREMENTS OF ENQUIRY SPECIFICATION INCLUDING AMENDMENT(S) (IF ANY)

WILL BE INCORPORATED BY US WITHOUT ANY PRICE AND TIME IMPLICATION.

(BIDDER’S SIGNATURE AND STAMP)

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


Page 184 of 221
COMPLIANCE STATEMENT A307-000-16-51-CF-1369

Page 2 of 2

Sr. COMPLIANCE STATEMENT/QUERY BIDDER’S CONFIRMATION/


No. ANSWER
Please note that it is mandatory to furnish replies to
the technical queries listed below, without which your
offer will be considered incomplete.
This Technical Questionnaire with categorical
1.
confirmation against each of the clauses, deviation (if
any), against the applicable specifications and codes
shall be duly consolidated at one place (as per the
attached deviations list format) by the bidder.
In case no deviations are furnished, it will be
presumed that all requirements are fully met and
complied with, by the bidder.
Any deviations/ deletions/ corrections made by the
bidder elsewhere will not be taken cognizance of and
all such deviations shall deem to have been withdrawn
by the bidder.

2. Confirmed that compliance to “Special Instruction to


vendor”, various technical specifications, drawing and
document with Technical Questionnaire” have been
submitted with the offer.

3. Confirm that mandatory spares of each group have


been quoted as per the SIV and price of the same has
been included in the base price.

4. Confirm that Inspection charges have been included in


the base price.

5. Confirmed that Two Years Operational Spares have


been quoted as per SIV.

BIDDER’S SIGNATURE & STAMP

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


Page 185 of 221
Page 186 of 221
Page 187 of 221
Page 188 of 221
Page 189 of 221
Page 190 of 221
Page 191 of 221
Page 192 of 221
Page 193 of 221
Page 194 of 221
Page 195 of 221
Page 196 of 221
Page 197 of 221
Page 198 of 221
Page 199 of 221
Page 200 of 221
Page 201 of 221
Page 202 of 221
Page 203 of 221
Page 204 of 221
Page 205 of 221
Page 206 of 221
Page 207 of 221
Page 208 of 221
Page 209 of 221
Page 210 of 221
Page 211 of 221
Page 212 of 221
Page 213 of 221
Page 214 of 221
Page 215 of 221
Page 216 of 221
Copyright EIL — All rightsreserved
0nab Ld-1000-00-9 'oN 4e11110d
-cci

co
c
a>
OJ

(4
CD

c
z
0 3
3 0
0

su C13
—• 0.
.(./2
0 a
<D (")
uo!leweweidw! Joj panssi

7:1
O
0

G)
O

cn
penss!-ed pue pasined
03
rs.)

O
c>

Page 217 of 221


penss!-ed pue pes!ned

G)
-81/
STANDARD SPECIFICATION NO.
n
..
<z> c> ..g ;ri' r7 'FT
: ; : ,: w>>
2 <eD r> . z>
z - i ~ 1 (s-1 tri z-,1 -ri .nr)to
cr
eD= .4
n
■-3 r" " 'Ti t--' o tri 't
,..:
o C: -t tli ''.-•
.1-
1
0 S'
• • • trl c4
..1
=.,
,<' -, z
—•
,:.) •c4
4 5.

0'Aed L3-1.000-00-8 'oN TeW.I0d


e oDZ
E r- = 5" = 5' .11 ,,
'.11 '.11 til e e t,nr)nneo>•-r•td ,--t. >,-. ârrn
J.5 Th-tj •-- Cn cn cfc? f") -• -• ty ■•••,' ..a- 'jt,-. ,-. co .-1 q) CD CD
~t ». • <"l) .-(
9 ) Ci) '-C ." (j). ('-,1 ‘
„ "-. 8•-)
•••■• , 'T j '"C
n j Ci
â ' '(1 " (5 El.: •- )
r < t' <«-t-
•••0 .-t »-i- 0 c./) `-• =1.
-i
t, c) cd) g < Pio
, q) -tem ,-. cn rn

V
~
et r:2- (1)
,,, - ,, ,-, (/) (' r) •
,-, .- .- 0 ) - -o a
cn
'" "c:JCD a5 0 -- 8-3 8- " " " " 01- ,- '''' '
2 ) 4 o 'ö- (I) c .:_,. •-•
o .-b CD .•O cpFr-,
rli 0 A) >. o c ..4- cn ,-I CD H , 0 ,,,,, 1-- ." .0 •--
2- •a-' (1)7i r) ,-,7 ::,, cm cD... ,--.>c,-,- o_ .-„, 94 H _,..... , .
-t c-)
o CL., CD r4 0
P) ...i ril (,/). a c) C).. q) ,---, CD''' CD CD p) ,g+. tT1 :=--'- .-,« <
44 -.
zr.. 10.. ,-,
co e'•.' Crq •-•3 f.d) --. -- eD 5:1
D , pQ
(1) 0 CD •-r ,-3 cl'
H Fij •-r r) c) cD t/) , ) E (1) 0 Cr2 . c) ,.„,
,-i af A) q) co ,'./4 ~+, •-t, 4, c.??
..
q) (I) -• rc, a ,H crq
o .,/) — -o c:'-' ?)-'•
ci•c? ,,, c,, tn- t•-r,
›q7 P" E cl2r CD ■-• • C/)
n ('''')' 2. -• ,,,, C1
-,0
CD E:
.„ cr ril
t:)) E (-) cp -,o '-1-1 $=° c''
o o 9, n) -c3.
cc)-r
r.. ::",p,,
b .,-.
''''
n) = (,) :''' i:).
n) C:)., ‘- CD q)
u)
(/) r) CD r4 ril
a")• CD
=•• u+ Ci.• .6•
• •

1:: .•-• • coco


co '
'ti po
Cfq
b7
'cf E
E
q)
cr
--s
C cir
d
_.

ci) s-0 '0 ~0 zzz


rri 4H ( c)() -3,--3
H

c1i "C ) '-c1 ■-ci ,-,:J i-c■ ,-,cJ zz


0 eD , 5 o 5, (.,3
0 Q.~_- -. a.: p, '-< c/2 .?.. o
o- Ò. 0- CD :::)., -- o -- -• -• cI) ‘-d 0
•-s ■-t " c:
0.,•• &), ,..zi
.-■ • C4 Cfq -‹ qu Cn .-1 SW CD ci) fZ.) CD
■-ci ,.. el -f. '<-.')• ,9_ CA ::) (--) ,./...,. ,,-
C4- P.-, ''''' ,-,
e() Cri -f
0. ,..,
■-b ? ) 1::,, .- CD 5 n) ,- ,=-, (1) "-d k• , ,
,;', t (-0 r)
›cr)r)•-••
.._, —
01U3lip.131SOI

7:) r" ./.,). cn ') H o H -I '-'2 F,, ,-g .<


unx reo!uuq00K

.0o "--; (1)


CL, CD A) •-•■ • '"CS CD — ct) t5-)' . c7,' " - . c' :7 .‹.-,' • n)
= •=7 cr rD ,
r«l•-
'..' .-f
ci) 0 Cfc? ,- r) ~ • C) .. •
-. • CIL CD p < y (1)
•ril
-+ rD
c) 4 ri. •-•-
CDal) Cfq 7,• CD ,--r. CD .
o0 C) 9■ •-••• »-
d C4 !D)
,- ,C) >10cp n, 9„. ›, n) ,.-.), ,., = Crq
praH uogons 0Amsod 10m

Cfq X rp •-+,
6 r29
,7-
h
r).--' 9 n) I:17 ,-_,D CD ,,,' PD
CD ■-■ • C) ", r) c>
A) r) b-• 2t
SA51.1 ily - ii3 p.160doo

r) . ‘-< Q.. -t
q) ,E5 CAD3::)., Cfq co
CA 4=0
0.« 52 CII
-nall9Z0Z-18-9

CA R1. >
AD C/D
paki9S9J

'P-
D C/D
STANDARD SPECIFICATION NO.

Page 218 of 221


STANDARD SPECIFICATION NO.
.AGH 9Z0Z-18-9

This Inspectionand TestPlancoverstheminimum inspectionandtestingrequirements for Pressure Relief Valves.


O

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


tk)

INSPECTION AND TEST REQUIREMENTS

:
SCOPE OF INSPECTION
7 C/)

QUANTUM OF

g
0
r)

1~
t'll

n
(n

c.)n
STAGE/ ACTIVITY

CA
SUB

°.
0

CHECK

~
M

›"'
SUPPLIER
SUPPLIER
H.
C>

Procedures

1I
1

1

0
t.,›

Material Inspection
Mechanical & Chemical properties. Material Test
Incoming Material like
..---`
t•-)

.-::-...>
Certificates / Test
forgingsandcastingsetc.
• • •• • •Lab Certificates
3.0 Inprocess Inspection
Machiningof components Visual,Dimensions. Supplier's Test
(,)
«,---■

Z
i

l
andtheir Assembly. Records
Supplier's Test
•• ■-
,--r
(1)
10
0D

C4
CM
CD
CD

L.,-)
i■.)

Hydrostatictest

Page 219 of 221


I

l
Records
Ò
4:.•

Final Inspection
NDT,PostWeld Radiography forweldj oints
NDT reports /
.-'

HeaTreatment(PWHT)(If

Z
,‘-i.;'
Dye Penetrationtest.

i
-

PWHTchart
specified) PostWeld Heat Treatmentof welds,
Visual check Supplier's Test

X
i
'11

li
i‘..)

G-) •
5""

.c-:•:'".
c)
cn
p,)

CD

Dimensional check Recordsand


0•AedL3- 1000-00-2 'oN
pamasaisTI-1 6PIIV— 1134q 6pAcloo
STANDARD SPECIFICATION NO.
£*A32I9Z0Z-I8-9

SCOPE OF INSPECTION
w
CD t'N

QUANTUM OF

o
g
STAGE/ ACTIVITY CHARACTERISTICS SUB
CHECK SUPPLIER EIL/TPIA
SUPPLIER
Cold Bench Set Pressure Inspection
Seat Leakage Test Witness Record
ValveLifttest
Reclosingpressuretest
Helium Leak test(if specified)

CapacityTestasper ASME Prototype for


Submissionof certificates / Blow Down each model / TypeTest
-1=.
Z.■-)

Documents Manufacturer's Certificates


TC
ux
C:D

Painting
Special cleaningand packing foroxygenand
Packing list /
Painting chlorineservices

0
,."
:--,

•--.

:. '
CD

x
Supplier's


Pretreatment,primerand final paint,shade,
Records
thickness.
en
Z:: >

Documentationand IC
• • • • • Review Supplier'sTest
• • •of Intemal•Test•Reports &MTC
••• Records /
,--

0
0
9:7\

Documentationand IC

z
.-■

x
Boughtout items/accessoriesTC
Inspection
IC issuance. Certificate
Final data folder
CompilationofInspectionreports,drawings,

0
i\.)
cr■

FinalDocumentsubmission

C>

z
—■
/Completeness

Page 220 of 221


etcasper VDR / PR
certificate

0Aad L3- 1000-00-9'oN lewJod


pS/U9S9,1 SP-1 6P 11V — 11334 6uAdoo

—■

0*A92:1 Ld - 1,000-00-8 'oN TeLluod


1■••■■
st
CD
CfQ
scv

cn CD
cn
1Z) CD

C.
CD
CD
f=,)
»7=f CD

cn

>

(Z-

-+
0


-+
cn
c.n
(1)
o

-1

CD
cD
0
(i)
o
0
cr

CD

s:■.)
(i)
0 CL

o
CL CL
o
o
CD

c.n
IIV— 11311160do3

o
cr
co
.nall9Z0Z-18-9

paniesei

cr
CD

CD
STANDARD SPECIFICATION NO.

Page 221 of 221

Das könnte Ihnen auch gefallen