You are on page 1of 500

Dobhi-Durgapur-Haldia Pipeline Section alongwith spurlines under

JHBDPL Project

ENQUIRY DOCUMENT

(Document No : B035-000-YF-MR-2943-8-RFQ)

Page 1 of 1260
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
B035-000-YF-MR- 0 ENQUIRY DOCUMENT 4
2943-8-RFQ
B035-000-YF-MR- C Gas Metering System(Ultra sonic,Turbine) 161
2943
B035-000-16-51- C VENDOR DATA REQUIREMENT 168
VDR-2943
B035-000-16-51-SIV- C SPECIAL INSTRUCTION TO VENDOR 170
2943
B035-000-16-51-CF- C COMPLIANCE FORMAT 178
2943
B035-000-YI-TQS- C TECHNICAL QUESTIONAIRE 179
2143
B035-000-YI-LSF- B LOGISTIC SUPPORT FORMAT & PERFORMNACE GURANTEE 180
2943 FORMAT
B035-000-16-51-SP- C JOB SPECIFICATION 182
2943.
B035-000-16-51-ID- 2 DATASHEET 228
2943.
B035-000-16-51-SK- 1 DRAWING 272
2943
B035-000-16-51-SL- B MANDATORY SPARE PARTS 284
2943
B035-000-16-51-MD- C INSTRUMENT SUB VENDOR LIST 286
2943
B035-000-16-51-MD- B P&ID 294
2901
B035-000-16-51-MD- A ANNEXURE-A 308
2903
B035-000-16-51-MD- 1 PDS for Metering skids /PRDS 309
2902
B035-000-16-51-MD- A FAT PROCEDURE 325
GM01
6-52-0046 7 Standard specification for signal cables. 352
B035-000-16-51-MD- 0 SAT PROCEDURE 360
02
6-52-0079 4 Standard specification for self actuated control valves/regulators. 434
6-52-0068 4 Standard specification for instrument tubing. 443
6-52-0011 1 Standard Specification for Ultrasonic Flow Meter 450
6-52-0069 5 Standard specification for instrument valves and manifolds. 463
6-52-0032 5 Standard specification for electronic instruments. 471
6-52-0080 4 Standard specification for gas detection system. 488
6-52-0049 4 Standard specification for control panel and accessories. 512
6-52-0037 2 Standard specification for on-off valves 526
6-52-0048 4 Standard specification for junction boxes and cable glands. 546
6-52-0016 4 Standard specification for pressure, differential pressure and 553
vaccum gauges
B035-000-16-51-MD- 0 Standard specifications for Turbine Meter 562
30
6-52-0021 4 Standard specification for temperature gauges and thermowells. 575
7-52-0035 4 Thermowell. 582
6-52-0026 4 Standard specification for pressure relief valves. 585
7-52-0036 5 Thermocouple / RTD assembly with thermowell. 593
6-52-0031 4 Standard specification for control valves. 594

Page 2 of 1260
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
7-52-0432 5 Pressure gauge liquid/gas service. 617
6-52-0042 4 Standard specification for thermocouples, RTDs and thermowells. 618
7-52-0446 5 Pressure instrument gas service meter above. 625
6-81-2037 3 ITP for on-off valves 626
6-81-2009 3 ITP for turbine meters 632
6-81-2016 4 ITP for receiver & pressure gauges 637
6-81-2031 3 ITP for control valves. 641
6-81-2032 4 ITP for electronic/pneumatic instruments 647
6-81-2046 3 ITP for signal cables 653
6-81-2042 4 ITP for thermocouples, RTDs & thermo wells 659
6-81-2048 3 ITP for junction boxes & cable glands. 665
6-81-2068 3 ITP for instrument tubing 670
6-81-2069 3 ITP for instrument valves and manifolds 675
6-81-2067 3 ITP for instrument tube fittings 680
6-81-2079 4 ITP for self actuated control valves/regulators. 685
6-81-2080 3 ITP for gas detection system (LEL/H2S) 690
6-81-2049 3 ITP for main control panel & accessories 696
6-81-2021 4 ITP for temperature gauges & thermo wells. 701
6-81-2026 4 ITP for pressure relief valves. 706
6-12-0030 8 Standard specification for pressure vessels for package items. 711
6-81-0030 4 ITP for cartridge filter 730
7-12-0001 6 Vessel tolerances. 737
7-12-0002 6 Support for horizontal vessel 739
7-12-0003 6 Wooden pillows for saddle support. 740
7-12-0004 7 Skirt base details. 741
7-12-0013 7 Nozzle reinforcement and projection. 742
7-12-0021 6 Support ring & bolting bar. 744
7-12-0028 6 Manufacturer name plate. 745
7-12-0026 6 Earthing lug. 746
7-12-0037 4 S.R. nozzle neck. 747
7-12-0038 1 Allowable nozzle loads 748
B035-000-80-42-CL- A SME Inputs for metering skid MR 2943 752
2943
B035-000-83-41- A PIPELINE ENGG. INPUT FOR METERING SKID (MDX-004) 774
MDX-0004
6-24-0304 2 Standard MR Specification for Cartridge Filter(s) 1225
7-12-0020 6 Inlet deflector baffle. 1246
7-12-0027 6 Name plate. 1247
7-12-0029 6 Bracket for name plate. 1248
6-52-0067 6 Standard specification for instrument tube fittings. 1249
6-81-2093 0 Inspection and test plan for ultrasonic flowmeter 1255

Page 3 of 1260
BIDDING DOCUMENT NO. SM/B035-000-YF-MR-2943/008
(E-TENDER NO.: 8000017156)
(DOMESTIC COMPETITIVE BIDDING)

BIDDING DOCUMENT FOR PROCUREMENT OF


GAS METERING SYSTEM (ULTRASONIC/TURBINE)
DOBHI-DURGAPUR-HALDIA PIPELINE (DDHPL) PROJECT
OF M/S GAIL (INDIA) LTD

Prepared & Issued by:

Sl. No…………………

Page 4 of 1260
MODEL DOCUMENT
COVERING IFB, ITB,
FORMS & FORMATS

Page 5 of 1260
--------------------------------------------------------------------------------------------------------------------------------------

SECTION-I

INVITATION FOR BID (IFB)

-2-

Page 6 of 1260
--------------------------------------------------------------------------------------------------------------------------------------

SECTION-I
"INVITATION FOR BID (IFB)”

Ref No: SM/B035-000-YF-MR-2943/008 Date: 18.03.2021

To,

[PROSPECTIVE BIDDERS]

SUB: TENDER DOCUMENT FOR GAS METERING SYSTEM (ULTRASONIC,


TURBINE) FOR DOBHI-DURGAPUR-HALDIA SECTION OF JHBDPL PROJECT
UNDER DOMESTIC COMPETITIVE BIDDING BASIS
Dear Sir/Madam,

1.0 GAIL (India) Limited, the largest state-owned natural gas processing and distribution
company having Registered Office at ‘GAIL Bhawan’, 16, Bhikaiji Cama Place, R.K.
Puram, New Delhi, India (CIN L40200DL1984GOI018976) and a Maharatna, invites bids
from bidders for the subject supply/job, in complete accordance with the following details
and enclosed Tender Documents.

2.0 The brief details of the tender are as under:

Bidder’s scope of supply & work shall comprise of


design, engineering, manufacturing, integration,
supply, testing, inspection at manufacturer works,
wet flow calibration, factory acceptance testing of the
system, packaging, shipping, documentation,
commissioning assistance, site acceptance testing,
site support during warranty of 02 (two) Gas
Metering Skids (USM) consisting of filtration,
pressure reduction, Ultrasonic flow meters, RPD flow
meters, Flow Computers, Control valves, LEL
SCOPE OF SUPPLY Detection system, Metering control panel, other Field
(A)
/PROCUREMENT instruments etc., 03 (three) Gas Metering Skids
(Turbine) consisting of filtration, pressure reduction,
Turbine flow meters, RPD flow meters, Flow
Computers, Control valves, LEL Detection system,
Metering control panel, other Field instruments etc.
and 03 (three) Gas Pressure reduction Skid
consisting of filtration, pressure reduction, LEL
Detectors, other Field instruments etc.
For Detailed scope refer technical part of
Bidding document.
SM/B035-000-YF-MR-2943/008 &
(B) TENDER NO. & DATE 18.03.2021 E-TENDER: 8000017156
800XXXXXXXXXXXX8000017156
SINGLE BID SYSTEM
(C) TYPE OF BIDDING SYSTEM
TWO BID SYSTEM

-3-

Page 7 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
09 (Nine) Months on FOT Site Basis from the date of
issuance of FOA. Date of receipt and acceptance of
(D) CONTRACTUAL DELIVERY DATE
material at site shall be considered as date of
delivery.

APPLICABLE

BID SECURITY / EARNEST


(E) MONEY DEPOSIT (EMD) NOT APPLICABLE

However, Bidders to submit “Declaration for Bid
Security” as per Performa attached as Appendix-A4
to IFB.
From 18.03.2021 (1800 Hrs, IST) to 12.04.2021
(1400 Hrs, IST) on following websites:
(i) GAIL’s Tender Website – www.gailtenders.in
AVAILABILITY OF TENDER (ii) Govt. CPP Portal - https://eprocure.gov.in
(F) (iii) GAIL’s e-Procurement Portal (e-Portal)-
DOCUMENT ON WEBSITE(S)
https://etender.gail.co.in
(iv) Information about bidding document is also
available on EIL website :
https://tenders.eil.co.in/
Date : 26.03.2021 Time : 1100 Hrs
DATE, TIME & VENUE OF PRE-
(G) Venue : Through video conferencing
BID MEETING
https://eil1.webex.com/eil1/e.php?MTID=me08f3aa35
3f607b7a73ffa48d349080b
Password: gvHa3WpUH72

Date : 12.04.2021
(H) BID DUE DATE AND TIME
Time : 1400 Hrs
Date : 12.04.2021
DATE, & TIME OF UN-PRICED
(I) Time : 1500 hrs
BID OPENING
Name: Sunita Mitra
Designation: Sr. GM (SCM-C&P)
CcoConferencing
CONTACT DETAILS OF TENDER Phone No. & Extn: 011 2676 3504/8160/ 8161
(J) )
DEALING OFFICER Direct No.: 011 2676 8161
e-mail:s.mitra@eil.co.in; manoj.kumar.pur@eil.co.in,
saurabh.kumar@eil.co.in

In case the days specified above happens to be a holiday in GAIL, the next working day shall
be implied.

3.0 Bids must be submitted strictly in accordance with Clause No. 11 of ITB. The IFB is an
integral and inseparable part of the Tender Document.

4.1 The following documents in addition to uploading in the bid on GAIL’s e-Portal shall also be
submitted in Original (in physical form) within 7 (seven) days from the Bid Due Date
provided the scanned copies of the same have been uploaded in e-Portal by the bidder along
with e-bid within the Bid Due Date & Time, to the address mentioned in Bid Data Sheet
(BDS):-

-4-

Page 8 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
i) Power of Attorney
ii) Integrity Pact
5.0 Bidder(s) are advised to submit their bid strictly as per terms and conditions of the Tender
Documents and not to stipulate any deviations/exceptions.
6.0 Any bidder, who meets the Bid Evaluation Criteria (BEC) and wishes to quote against this
Tender Document, may download the complete Tender Document alongwith its
amendment(s) if any from websites as mentioned at 2.0 (F) of IFB and submit their Bid
complete in all respect as per terms & conditions of Tender Document on or before the Bid
Due Date & Time.
7.0 Bid must be submitted only on https://etender.gail.co.in. Bid(s) received from bidders to
whom tender/information regarding this Tender Document has been issued as well as offers
received from the bidder(s) by downloading Tender Document from above mentioned
website(s) shall be taken into consideration for evaluation & award provided that the Bid is
found responsive subject to provisions contained in Clause No. 2 of ITB.
The Tender Document calls for offers on single point “Sole Bidder” responsibility basis
(except where JV/Consortium bid is allowed pursuant to clause no. 3.0 of ITB) and in total
compliance of Scope of Supply /Specification(s) as specified in Tender Document.

8.0 Any revision, clarification, addendum, corrigendum, time extension, etc. to the this Tender
Document will be hosted on the above mentioned website(s) only. Bidders are requested to
visit the website regularly to keep themselves updated.
9.0 All the bidders including those who are not willing to submit their bid, are required to
submit F-6 (Acknowledgement cum Consent letter) duly filled within 7 days from the date
of receipt of tender information.

10.0 SAP generated Request for Quotation (RFQ), if any shall also form an integral part of the
Tender Document.

This is not an Order.

For & on behalf of


GAIL (India) Limited

(Authorized Signatory)
Name : Sunita Mitra
Designation: Sr. GM (SCM-C&P)
E-mail ID : s.mitra@eil.co.in
Contact No.: 011-26763504

-5-

Page 9 of 1260
--------------------------------------------------------------------------------------------------------------------------------------

DO NOT OPEN - THIS IS A QUOTATION

Bid Document No. : SM/B035-000-YF-MR-2943/008


(GAIL’s E-Tender No.: 8000017156)

Description : GAS METERING SYSTEM (ULTRASONIC, TURBINE)

Bid Due Date& Time : 12.04.2021 & 1400 Hrs

From: To:

…………………………………… Ms. Sunita Mitra- Sr.GM (SCM)


Engineers India Limited,
……………………………………
EI Bhawan, 1st Floor,
1, Bhikaiji Cama Place,
New Delhi-110066, India

(To be pasted on the envelope containing Power of Attorney & Integrity Pact)

=======================================

-6-

Page 10 of 1260
--------------------------------------------------------------------------------------------------------------------------------------

SECTION-II

BID EVALUATION
CRITERIA & EVALUATION
METHODOLOGY

-7-

Page 11 of 1260
--------------------------------------------------------------------------------------------------------------------------------------

SECTION-II

BID EVALUATION CRITERIA (BEC) & EVALUATION METHODOLOGY

A. Technical Criteria

1.0 For Gas Metering Skid

1.1 Bidder shall have designed, fabricated, integrated, tested and supplied at least
following number of Metering skid for natural gas service in last ten (10) years
reckoned from the bid due date.

Sl No No. of Metering skids Quoted Experience required (minimum)


1 Up to 5 Nos. 01 No.

1.2 Bids are also acceptable from Bidder, who does not meet the criteria as per clause 1.1 but
submits the bid on the basis of experience of Foreign based another company
(Supporting Company) * who meets the criteria as per clause 1.1. The supporting company
should not rely on any other company or through any arrangement like technical
collaboration agreement.

1.3 The supplied skid to qualify against clause no 1.1 shall comprise of pressure
reduction unit and Ultrasonic Gas flow meter / Turbine Gas flow meter. The
qualification shall be based on the following:

Sl No Required type of flow meter Experience required (minimum)


along with Metering skids
1 Ultrasonic Gas flow Meter Ultrasonic Gas flow meter
2 Turbine Gas flow meter Ultrasonic gas flow meter/turbine gas
flow meter

1.4 The size and rating of the Gas flow meter (USM/Turbine flow meter) in the supplied
metering skids to qualify against clause no 1.1 shall be of the quoted size and rating
or higher.

1.5 The inlet class rating of the supplied skids to qualify against clause 1.1 shall be same
or higher than the inlet class rating of the required skids.

1.6 The bidder’s proposed facility/workshop for fabrication, assembly and testing of the
Metering skid shall be certified by a reputed Inspection agency such as
CEIL/Lloyds/BV/DNV/TUV/ABS/Moody/SGS/GLI/Velosi and bidder shall furnish
a certificate from the said agency that the proposed workshop has the capability for
fabrication, assembly, testing of Metering skids complying the specification of the
quoted Metering skid.

-8-

Page 12 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
2.0 For Pressure Reduction Skid (PRS)

2.1 Bidder shall have designed, fabricated, integrated, tested and supplied at least 01
(one) number of Gas Pressure Reduction skid for natural gas service in last ten (10)
years reckoned from the bid due date.
2.2 Bids are also acceptable from Bidder, who does not meet the criteria as per clause
2.1, but submits the bid on the basis of experience of Foreign based another
company (Supporting Company)* who meets the criteria as per clause 2.1. The
supporting company should not rely on any other company or through any
arrangement like technical collaboration agreement.

2.3 The inlet class rating of the supplied skids to qualify against clause 2.1 shall be same
or higher than the inlet class rating of the required skids.

2.4 The size and rating of PCV and SDV in the supplied skids to qualify against clause
no 2.1 shall be of the quoted size and rating or higher.

2.5 The bidder’s proposed facility/workshop for fabrication, assembly and testing of the
Pressure reduction skid shall be certified by a reputed Inspection agency such as
CEIL/Lloyds/DNV/TUV/ABS/Moody/SGS/GLI/Velosi and bidder shall furnish a
certificate from the said agency that the proposed facility/workshop has the
capability for fabrication, assembly, testing of Pressure reduction skid complying the
specification of the quoted Pressure reduction skid.
Note:

A Job executed by a Bidder for its own plant/ project cannot be considered as experience for
the purpose of meeting BEC of this Tender Document. However, jobs executed for
Subsidiary/Fellow subsidiary / Holding company will be considered as experience for the
purpose of meeting BEC subject to submission of tax paid invoice (s) duly certified by
Statutory Auditor of the Bidder towards payments of statutory tax in support of the job
executed for Subsidiary/Fellow subsidiary/ Holding company. Such Bidders to submit these
documents in addition to the documents specified to meet BEC.

B. Eligibility criteria in case bid is submitted on the basis of technical experience of


FOREIGN BASED ANOTHER COMPANY (SUPPORTING COMPANY) which
holds more than fifty percent of the paid up share capital of the bidder company or
vice versa:

Offers of those bidders (not under consortium arrangement) who themselves do not meet the
technical experience criteria as stipulated in the BEC and are quoting based on the
experience of Foreign based another company (Supporting Company) can also be
considered. In such case the supporting company should hold more than fifty percent of the
paid up share capital of the bidding company or vice versa.

-9-

Page 13 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
However, the supporting company should on its own meet the technical experience as
stipulated in the BEC and should not rely on any other company or through any other
arrangement like Technical collaboration agreement.
In that case as the bidding company is dependent upon the technical experience of another
company with a view to ensure commitment and involvement of the companies involved for
successful execution of the contract, the participating bidder should enclose the following
Agreements/ Guarantees/ Undertakings along with the techno-commercial bid:
(i) An Agreement (as per format enclosed at Appendix- A1) between the bidder and the
supporting company.

(ii) Guarantee (as per format enclosed at Appendix- A2) by the supporting company to
GAIL for fulfilling the obligation under the Agreement.

(iii) Undertaking by Supporting Company to provide a Performance Bank Guarantee (as


per format and instructions enclosed at Appendix- A3), equivalent to 50% of the
value of the PBG which is to be submitted by the bidding company, in case of being
the successful bidder.
In cases where foreign based supporting company does not have Permanent
Establishment in India as per Indian Income Tax Act, the bidding company can
furnish Performance Bank Guarantee for an amount which is sum of PBG amount to
be submitted by the bidder and additional PBG amount required to be submitted by
the supporting company subject to the condition that supporting company have
100% paid up equity share capital of the bidder either directly or through
intermediate subsidiaries or vice versa.

In such case bidding company shall furnish an undertaking that their foreign based
supporting company is not having any Permanent Establishment in India in terms of
Income Tax Act of India.

(iv) Undertaking from the supporting company to the effect that in addition to invoking
the PBG submitted by the bidding company, the PBG provided by supporting
company shall be invoked by GAIL due to non-performance of the bidding
company.
(v) The Financial BEC of tender is to be met by bidder on their own.

C. Financial Criteria

(i) ANNUAL TURNOVER


The minimum annual turnover of the bidder as per the audited financial results during
any one of the three immediate preceding financial years shall be as under:-

Sl No. Group Minimum Annual Turnover Requirement (In INR)


1.0010 Group-I ` 2,81,96,100.00
1.0011 Group-II ` 2,28,09,400.00
1.0012 Group-III ` 1,08,67,800.00
1.0013 Group-IV ` 1,75,05,300.00
1.0014 Group-V ` 1,02,24,700.00
1.0015 Group-VI ` 1,33,81,200.00
1.0016 Group-VII ` 75,63,800.00

- 10 -

Page 14 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
1.0017 Group-VIII ` 1,24,96,200.00

In case bidder quotes for more than one group, the requirement of Annual Turnover
shall be on cumulative basis for the quoted groups.

(ii) NET WORTH


Net worth of the bidder should be positive as per the last audited annual financial
statement of preceding financial year.

(iii) WORKING CAPITAL


The minimum working capital of the bidder as per the last audited annual financial
statement of preceding financial year shall be as follows:

Sl No. Group Minimum Working Capital


Requirement (In INR)
1.0010 Group-I ` 56,39,220.00
1.0011 Group-II ` 45,61,880.00
1.0012 Group-III ` 21,73,560.00
1.0013 Group-IV ` 35,01,060.00
1.0014 Group-V ` 20,44,940.00
1.0015 Group-VI ` 26,76,240.00
1.0016 Group-VII ` 15,12,760.00
1.0017 Group-VIII ` 24,99,240.00

In case bidder quotes for more than one group, the requirement of working capital
shall be on cumulative basis for the quoted groups.

Note:

(i) If the bidder’s working capital is negative or inadequate, the bidder shall submit a
letter from their bank having net worth not less than Rs.100 crores (or equivalent in
USD), confirming the availability of line of credit for working capital mentioned
herein above. The line of credit letter from bank to be submitted strictly as per
format at F-9.

(ii) Annual Turnover: In case the tenders having the bid closing date up to 30th
September of the relevant financial year, and audited financial results of the
immediate 3 preceding financial years are not available, the bidder has an option to
submit the audited financial results of the 3 years immediately prior to that.
Wherever the closing date of the bid is after 30th Sept. of the relevant financial year,
bidder has to compulsorily submit the audited financial results for the immediate 3
preceding financial years. However, in case bidder is meeting the Annual Turnover
criteria of BEC based on Audited Financial Statement of any one of the preceding 3
financial years, the same shall suffice and bidders may submit format F-10
accordingly.

(iii) Net Worth/Working Capital: In case the tenders having the bid closing date up to
30th September of the relevant financial year, and audited financial results of the
immediate preceding financial year is not available, in such case the audited

- 11 -

Page 15 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
financial results of the year immediately prior to that year will be considered as last
financial year for Net worth/ Working Capital calculation. Wherever the closing date
of the bid is after 30th Sept. of the relevant financial year, Bidder has to
compulsorily submit the audited financial results for the immediate preceding
financial year.

D. Deleted

E. Only documents (Purchase Order, Completion certificate, Execution Certificate etc.) which
have been referred/ specified in the bid shall be considered in reply to queries during
evaluation of Bids.

F. DELETED

G. DOCUMENTS TO BE SUBMITTED FOR COMPLIANCE TO BEC

BEC Clause No. Description Documents required for qualification


A Documents Required-Technical Criteria
Technical Reference list of similar projects executed in last ten (10)
Criteria years with the details of purchase order, client name and
contact details, completion status etc. shall be provided.

C Documents Required-Financial Criteria

C (i) Annual Bidder(s) shall submit copy of Audited Annual Financial


Turn-over Statement [including Auditor’s Report, Balance Sheets,
Profit and Loss Accounts statements, Notes & schedules etc.]
of three (3) preceding Financial Year(s) along with un-price
bid.

C (ii) Net Worth Bidder(s) shall submit copy of Audited Annual Financial
Statement [including Auditor’s Report, Balance Sheets,
Profit and Loss Accounts statements, Notes & schedules etc.]
of last Financial Year along with un-priced bid.

C (iii) Working Bidder(s) shall submit copy of Audited Annual Financial


Capital Statement [including Auditor’s Report, Balance Sheets,
Profit and Loss Accounts statements, Notes & schedules
etc.] for the last audited Financial Year along with un-price
bid.
If the bidder’s working capital is negative or inadequate, the
bidder shall submit a letter from the bidder’s bank having net
worth not less than Rs.100 Crores, confirming the availability
of line of credit for working capital amount mentioned
above.
The line of credit letter from bank to be submitted strictly as
per format at F-9.

- 12 -

Page 16 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
General
General Jobs Tax paid invoice(s) duly certified by statutory auditor of the
Note Executed bidder towards payments of statutory tax in support of the job
for executed for Subsidiary / Fellow subsidiary /Holding
subsidiary/ company.
Fellow
Subsidiary/
Holding
Company

H. AUTHENTICATION OF DOCUMENTS TO BE SUBMITTED IN SUPPORT OF


BEC:

(i) Technical Criteria of BEC:

All documents in support of Technical Criteria of BEC to be furnished by the Bidder


shall necessarily be duly certified/ attested by Chartered Engineer and Notary Public
with legible stamp.

(ii) Financial Criteria of BEC:

Bidder shall submit “Details of financial capability of Bidder” in prescribed format


(F-10) duly signed and stamped by a chartered accountant / Certified Public
Accountant (CPA).

Further, copy of audited annual financial statements submitted in bid shall be duly
certified/ attested by Notary Public with legible stamp.

I. Apart from above, Bidder must submit all other relevant documents/ information as
specified in the Scope of Work/SCC for Technical Evaluation of bid or specified elsewhere
in the Tender Document, towards proof of its responsiveness.

J. EVALUATION METHODOLOGY:

The evaluated price of bidders shall include the following:

i) Ex-works price quoted by the bidder (including packing, forwarding, and


GST on components and raw materials but excluding Inland
Transportation to Delivery Location) including cost of Inspection by Third
Party Agency, mandatory spares etc. (wherever applicable).
ii) Inland transportation upto Delivery location and other costs incidental to
delivery of goods
iii) Charges for supervision, Erection, testing & commissioning.
iv) GST (CGST & SGST/UTGST or IGST) on the finished goods including
inland transportation (i.e. on sl. no. i, ii and iii above)

Notes:
(i) In case the bidder is covered under Composition Scheme under GST laws,
then bidder should quote the price inclusive of the GST (CGST &
SGST/UTGST or IGST). Further, such bidder should mention “Cover under

- 13 -

Page 17 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
composition system” in column for GST (CGST & SGST/UTGST or IGST)
of price schedule.
(ii) In case any unregistered bidder is submitting their bid, their prices will be
loaded with applicable GST (CGST & SGST/UTGST or IGST) during
evaluation of bid (if applicable as per act/law in vogue).
(iii) In case any cess on GST is applicable, same shall also be considered in
evaluation.
(iv) Indian bidder to consider input tax credit of IGST (in case of import of raw
materials/components) in their quoted prices.

K. Followings shall also be applicable for evaluation and comparison of bids:


i. Costs of Recommended Spares for two years Operation and Maintenance shall not
be considered for evaluation.
ii. Technical loading, on account of differential guaranteed power consumption/utility
consumption as per MR if any, shall be considered for evaluation of bids.
iii. If after the opening of price part, it is observed that the bidder has not indicated the
prices in the price bid, the bid of such bidder shall be considered as non-responsive
and shall be rejected.
iv. Payment of GST shall be paid against receipt of tax invoice, In case of non-payment
of GST by a vendor, GAIL shall not be held responsible for any penalty by
Government Agencies. The vendor shall indemnify GAIL for any default in payment
of GST by the vendor.
v. Price quoted in PRICE BID as per the requirement of the bidding document shall
only be considered for evaluation.
vi. As stated elsewhere in tender, bidder is required to quote all components of Price
schedule. In case, it is found that some of components of Price schedule viz. Freight,
Ocean /Air Freight Charges, Incidental Services Components, etc. are left blank or
quoted “Nil / Zero” in Price bid, the same shall be considered inclusive in total quoted
price for evaluation and ordering. No confirmation from the bidder shall be sought in
this regards.
vii. Bidder may quote for any or all items and offer will be evaluated based on bid
evaluation criteria and evaluation methodology as per tender document.
viii. In case the entire items cannot be awarded to the L1 bidder due to constraint in
meeting the qualification criteria, the remaining quantity shall be offered sequentially
to the L2, L3 and so on and awarded subject to the matching the price of L1 bidder.
The items to be ordered on L1 bidder shall be sequenced based on decreasing
difference between the L1 and L2 bidders price. In case the difference is same, items
with higher value shall be given preference. In case L2, L3 … does not match L1
price, the remaining quantity shall be re-tendered.

L. Preferences
(i) Purchase preference under PPLC is Applicable for Class-I local Suppliers
(ii) Relaxation to Startup Enterprise: Not Applicable.
(iii) Purchase preference to MSE: Applicable.
(iv) Policy of Iron & Steel policy and Policy of Domestically manufactured
Telecom item: Not Applicable.

- 14 -

Page 18 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
Appendix-A1

FORMAT OF AGREEMENT TO BE EXECUTED BETWEEN BIDDER AND THEIR


FOREIGN BASED SUPPORTING COMPANY ON INDIAN STAMP PAPER OF
REQUISITE VALUE DULY NOTARIZED.

This agreement made this day of month year by and between M/s.
(Fill in Bidder’s full name, constitution and registered office address)
hereinafter referred to as bidder on the first part and M/s. (Fill in full
name, constitution and registered office address company which hold more than fifty percent of the
paid up share capital of the bidding company or vice versa) hereinafter referred to as “Supporting
Company” of the second part.

Whereas

M/s. GAIL (India) Limited (hereinafter referred to as GAIL) has invited offers vide their tender No.
for and M/s. (Bidder) intends to bid
against the said tender and desires to have technical support of M/s.
[Supporting Company]

And whereas Supporting Company represents that they have gone through and understood the
requirements of the subject tender and are capable and committed to provide the services as
required by the bidder for successful execution of the contract, if awarded to the bidder.

Now, it is hereby agreed to by and between the parties as follows:

a) M/s. (Bidder) will submit an offer to GAIL for the full scope of work
as envisaged in the tender document as a main bidder and liaise GAIL directly for any
clarifications etc. in this context.

b) M/s. [Supporting Company] undertakes to provide technical support and


expertise, expert manpower and project management including financial support, if so
required, to the bidder to discharge its obligations as per the Scope of Work of the tender /
Contract for which offer has been made by the bidder and accepted the GAIL.

c) The Bidder/ Supporting Company holds more than 50% paid up equity capital of the
Supporting Company/ Bidder.
d) This agreement will remain valid till validity of bidder's offer to GAIL including
extension if any and till satisfactory performance of the contract, the same is awarded by
GAIL to the bidder.

e) Supporting Company undertakes that this agreement shall remain enforceable even if
their stake in Bidder is diminished during the execution of works under the contract between
the Bidder and GAIL.

f) The bidder shall have the overall responsibility of satisfactory execution of the
contract awarded by GAIL, however without prejudice to any rights that GAIL might have
against the Supporting Company

g) It is further agreed that, if contract pursuant to Supporting Company shall be jointly


and severely responsible to GAIL for the performance of works during contract period and

- 15 -

Page 19 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
for the satisfactory execution of the contract, and for all the consequences for non-
performance thereof.

In witness whereof the parties hereto have executed this agreement on the date mentioned above.

For and on behalf of For and on behalf of


(Bidder) (Supporting Company)
M/s. M/s.

Witness: Witness:
1) 1)
2) 2)

- 16 -

Page 20 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
Appendix-A2

GUARANTEE BY THE FOREIGN BASED SUPPORTING COMPANY/ GUARANTOR

THIS DEED OF GUARANTEE executed at ……….. this …….. day of ……… by M/s
………………………… (mention complete name) a company duly established and existing under
the laws of …………………. (insert country), having its Registered Office at
……………………………………… hereinafter called “the Guarantor and/ or the Supporting
Company” which expression shall, unless excluded by or repugnant to the subject or context
thereof, be deemed to include its successors and permitted assignees.

FOR

M/s ………………………… (bidder) a company duly established and existing under the laws of
…………………. (insert country), having its Registered Office at
……………………………………… hereinafter called the “Bidder” which expression shall, unless
excluded by or repugnant to the subject or context thereof, be deemed to include its successors and
permitted assignees.

TOWARDS

M/s GAIL(India) Limited, a company duly registered under the law of India having its Registered
Office at 16, Bhikaiji Cama Place, R. K. Puram, New Delhi-110066, India, and having Purchase
center at …………… hereinafter called “GAIL” which expression shall unless excluded by or
repugnant to the context thereof, be deemed to include its successor and assignees

WHEREAS GAIL has invited tender number ………………… for …….. on ………….., and the
bidder has submitted it bid number…………… in response to the above mentioned tender invited
by GAIL.

AND WHEREAS the bidder/ Guarantor Company holds more than 50% paid up equity capital of
the Supporting Company/ Bidder .

AND WHEREAS one of the condition for acceptance of Bidder’s bid against said tender is that in
case the bidder is seeking to qualify upon the technical credentials of its Guarantor Company, then
the bidder shall arrange a guarantee from its Guarantor Company guaranteeing due and
satisfactory performance of the work covered under the said tender including any change therein
as may be deemed appropriate by the GAIL at any stage.

The Guarantor represents that they have gone through and understood the requirement of the above
said tender and are capable of and committed to provide technical and such other supports as may
be required by the Bidder for successful execution of the same.

The Bidder and the Guarantor have entered into an agreement dated ……… as per which the
Guarantor shall be providing technical, financial and such other supports as may be necessary for
performance of the work under the tender, if the contract is awarded to the Bidder.

Accordingly, at the request of the Bidder and in consideration of and as a requirement for the GAIL
to enter into agreement(s) with the Bidder, the Guarantor hereby guarantees and undertakes that
upon award of Contract to Bidder against bid number ……………, made by the Bidder under
tender number………………:

- 17 -

Page 21 of 1260
--------------------------------------------------------------------------------------------------------------------------------------

1. The Guarantor unconditionally agrees that in case of non-performance by the Bidder of


any of its obligations in any respect, the Guarantor shall, immediately on receipt of
notice of demand by the GAIL , take up the job without any demur or objection, in
continuation and without loss of time and without any cost to the GAIL and duly
perform the obligations of the Bidder to the satisfaction of the GAIL.
2. The Guarantor agrees that the Guarantee contained herein shall remain valid till the
satisfactory execution and completion of the work (including discharge of the
warranty obligations) awarded to the Bidder.
3. The Guarantor shall be jointly and severally responsible to GAIL for satisfactory
performance of works during contract period and for the satisfactory execution of the
contract, and for all consequences for non-performance thereof.
4. The liability of the Guarantor, under the Guarantee, is limited of the Bidder for non-
performance under the contract entered between GAIL and the Bidder. This will,
however, be in addition to the forfeiture of the Performance and Advance Guarantees
furnished by the Bidder.
5. The Guarantor agrees to execute a Corporate Guarantee in favour of GAIL, guaranteeing the
performance of obligations by the Bidder, in case the Contract is awarded to the
Bidder by GAIL.
6. The Guarantor represents that this Guarantee has been issued after due observance of
the appropriate laws in force in India. The Guarantor hereby undertakes that the
Guarantor shall obtain and maintain in full force and effect all the governmental and
other approvals and consents that are necessary and do all other acts and things
necessary or desirable in connection therewith or for the due performance of the
Guarantor’s obligations towards GAIL.
7. Any dispute arising out of or in connection with this contract, including any question
regarding its existence, validity or termination, shall be referred to and finally
resolved by arbitration. It is further agreed that Claims by and against the Guarantor,
the Bidder and GAIL under the different contract to be entered pursuant to their
relationship can be brought under a single reference and there shall be no bar on the
consolidation of such proceedings before the same arbitral tribunal. The governing
law shall be the laws of India and seat of arbitration shall be New Delhi, India. The
language of arbitration shall be English.
8. The Guarantor hereby declares and represents that this Guarantee has been given without
any undue influence or coercion, and that the Guarantor has fully understood the
implications of the same.
9. In case of award of contract to the bidder, the Guarantor shall provide Performance Bank
Security to GAIL, equivalent to 50% of the value of Performance Bank Security to
be submitted by the bidding company, in the prescribed format within 15 days from
the date of Fax of Acceptance, as guarantee for performance by the
bidder/contractor. The Guarantor hereby expressly agrees that if in the opinion of
GAIL, the Bidder / Contractor has failed to perform its obligations under the contract
in any manner, GAIL shall have unfettered right to invoke the said Bank guarantee.
The guarantor hereby agrees that decision of GAIL about performance of the bidder /
contractor shall be final and shall not be questioned by the Guarantor. Guarantor
shall have no objection to invocation of the Performance Bank Guarantee submitted
by the Guarantor

OR
(applicable, subject to meeting the conditions stipulated in BEC in respect of
additional Performance Bank Security)

- 18 -

Page 22 of 1260
--------------------------------------------------------------------------------------------------------------------------------------

In case of award of contract to the bidder, the bidder on behalf of the Guarantor shall
provide additional Performance Bank Security to GAIL, equivalent to 50% of the
value of Performance bank Security to be submitted by the bidding company, in the
prescribed format within 15 days from the date of Fax of Acceptance, as guarantee
for performance by the bidder/contractor. The Guarantor hereby expressly agrees
that if in the opinion of GAIL, the Bidder / Contractor has failed to perform its
obligations under the contract in any manner, GAIL shall have unfettered right to
invoke the said Bank guarantee. The Guarantor hereby agrees that decision of GAIL
about performance of the bidder / contractor shall be final and shall not be
questioned by the Guarantor. Guarantor shall have no objection to invocation of the
Performance Bank Security submitted by the Bidder on behalf The Guarantor
represents and confirms that the Guarantor has the legal capacity, power and
authority to issue this Guarantee and that giving of this Guarantee and the
performance and observations of the obligations hereunder do not contravene any
existing laws.

(Strike through the clause whichever is not applicable)

10. The Guarantor represents and confirms that the Guarantor has the legal capacity, power and
authority to issue this Guarantee and that giving of this Guarantee and the
performance and observations of the obligations hereunder do not contravene any
existing laws.

For & on behalf of (Supporting Company)


M/s

Signature
Name
Designation
official seal

Witness:
1.Signature
Full Name
Address

2.Signature
Full Name
Address

INSTRUCTIONS FOR FURNISHING GUARANTEE

1. The official(s) executing the guarantee should affix full signature(s) on each page.
2. Resolution passed by Board of Directors of the guarantor company authorizing the
signatory(ies) to execute the guarantee, duly certified by Company Secretary should be
furnished along with Guarantee.

- 19 -

Page 23 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
Appendix-A2A

CERTIFICATE ISSUED BY COMPANY SECRETARY OF THE GUARANTOR


COMPANY

“Obligations contained in deed of guarantee No. furnished against tender No.


are enforceable against the Guarantor Company and the same do not, in any way,
contravene any law of the country of which the Guarantor Company is the subject.”

The above certificate should be enclosed alongwith the Guarantee.

- 20 -

Page 24 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
Appendix-A3

PROFORMA OF "BANK GUARANTEE" TOWARDS PERFORMANCE SECURITY BY


FOREIGN BASED SUPPORTING COMPANY OF THE BIDDING COMPANY

CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT

(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

To,
M/s GAIL (INDIA) LIMITED

Dear Sir(s),

M/s. having
registered office at (herein after called the “CONTRACTOR/
SUPPLIER/SERVICE PROVIDER” which expression shall wherever the context so require include
its successors and assignees) have been placed/ awarded the job/work of
vide PO/LOA /FOA No.
_dated (herein after called CONTRACT/ ORDER) for
GAIL (India) Limited having registered office at 16, Bhikaiji Cama Place, R.K. Puram, New Delhi
(herein after called the “GAIL” which expression shall wherever the context so require include its
successors and assignees).

Further, M/s (Name of the Supporting company) having its registered/head office at
based on whose experience/technical strength, the
CONTRACTOR/SUPPLIER/SERVICE PROVIDER has qualified for award of contract (hereinafter
referred to as the 'SUPPORTING COMPANY') which expression shall, unless repugnant to the
context or meaning thereof include all its successors, administrators, executors and assignees) has
agreed to provide complete technical and other support to the CONTRACTOR/SUPPLIER/SERVICE
PROVIDER for successful completion of the contract/order as mentioned above, entered between
GAIL and the CONTRACTOR/SUPPLIER/SERVICE PROVIDER and GAIL having agreed that the
'SUPPORTING COMPANY' shall furnish to GAIL a
performance guarantee for Indian Rupees/US$ .............. towards providing complete
financial and other support to the CONTRACTOR/SUPPLIER/SERVICE PROVIDER for successful
completion of the contract/order as mentioned above,

The said M/s._ (Supporting Company) has


approached us and at their request and in consideration of the premises we having our office at
have agreed to give such guarantee as hereinafter mentioned.

2. We (name of the bank) registered under the laws of


having head/registered office at
(hereinafter referred to as "the Bank", which expression shall, unless repugnant to the context
or meaning thereof, include all its successors, administrators, executors and permitted
assignees) do hereby guarantee and undertake to pay immediately on first demand in writing
any/all moneys to the extent of Indian Rs./US$ (in figures) (Indian Rupees/US
Dollars (in words) _) without any demur, reservation,
contest or protest and/or without any reference to the 'SUPPORTING COMPANY'. Any such
demand made by GAIL on the Bank by serving a written notice shall be conclusive and

- 21 -

Page 25 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
binding, without any proof, on the bank as regards the amount due and payable,
notwithstanding any dispute(s) pending before any Court, Tribunal, Arbitrator or any other
authority and/or any other matter or thing whatsoever, as liability under these presents being
absolute and unequivocal. We agree that the guarantee herein contained shall be irrevocable
and shall continue to be enforceable until it is discharged by GAIL in writing. This guarantee
shall not be determined, discharged or affected by the liquidation, winding up, dissolution or
insolvency of the 'SUPPORTING COMPANY' and shall remain valid, binding and operative
against the bank.

3. The Bank also agrees that GAIL at its option shall be entitled to enforce this Guarantee against
the Bank as a principal debtor, in the first instance, without proceeding against the
'SUPPORTING COMPANY' and notwithstanding any security or other guarantee that GAIL
may have in relation to the 'SUPPORTING COMPANY’s liabilities.

4. The Bank further agrees that GAIL shall have the fullest liberty without our consent and
without affecting in any manner our obligations hereunder to vary any of the terms and
conditions of the said CONTRACT/ORDER or to extend time of performance by the said
CONTRACTOR/SUPPLIER/SERVICE PROVIDER from time to time or to postpone for any
time or from time to time exercise of any of the powers vested in GAIL against the said
CONTRACTOR/SUPPLIER/SERVICE PROVIDER and to forbear or enforce any of the
terms and conditions relating to the said agreement and we shall not be relieved from our
liability by reason of any such variation, or extension being granted to the said
CONTRACTOR/SUPPLIER/SERVICE PROVIDER or for any forbearance, act or omission
on the part of GAIL or any indulgence by GAIL to the said CONTRACTOR(s) or any such
matter or thing whatsoever which under the law relating to sureties would, but for this
provision, have effect of so relieving us.

5. The Bank further agrees that the Guarantee herein contained shall remain in full force during
the period that is taken for the performance of the CONTRACT/ORDER and all dues of
ONGC under or by virtue of this CONTRACT/ORDER have been fully paid and its claim
satisfied or discharged or till GAIL discharges this guarantee in writing, whichever is earlier.

6. This Guarantee shall not be discharged by any change in our constitution, in the
constitution of GAIL or that of the 'SUPPORTING COMPANY'.

7. The Bank confirms that this guarantee has been issued with observance of appropriate laws of
the country of issue.

8. The Bank also agrees that this guarantee shall be governed and construed in accordance with
Indian Laws and subject to the exclusive jurisdiction of Indian Courts of the place from where
the purchase CONTRACT/ORDER has been placed.

9. Notwithstanding anything contained hereinabove, our liability under this Guarantee is limited
to Indian Rs./US$ (in figures) (Indian Rupees/US Dollars (in words)
only) and our guarantee shall remain in force until (indicate the date of
expiry of bank guarantee) .

10. We have power to issue this guarantee in your favor under Memorandum and Articles of
Association and the undersigned has full power to do under the Power of Attorney, dated
granted to him by the Bank.

- 22 -

Page 26 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
Yours faithfully,

Bank by its Constituted Attorney

Signature of a person duly


Authorized to sign on behalf of the Bank
E-mail :
Telephone/Mobile No. :

INSTRUCTIONS FOR FURNISHING


"CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT" BY "BANK
GUARANTEE"
1. The Bank Guarantee by successful Bidder(s) will be given on non-judicial stamp paper as
per 'stamp duty' applicable. The non-judicial stamp paper should be in name of the issuing
bank. In case of foreign bank, the said Bank Guarantee to be issued by its correspondent
bank in India on requisite non-judicial stamp paper and place of Bid to be considered as
Delhi.
2. The Bank Guarantee by Bidders will be given from bank as specified at clause no. 16.1 of
ITB of Tender Document.
3. A letter from the issuing bank of the requisite Bank Guarantee confirming that said Bank
Guarantee and all future communication relating to the Bank Guarantee shall be forwarded
to Purchaser.
4. If a Bank Guarantee is issued by a commercial bank, then a letter to Purchaser and copy to
Consultant (if applicable) confirming its net worth is more than Rs. 100,00,00,000.00
[Rupees One Hundred Crores] or its equivalent in foreign currency alongwith documentary
evidence or in the Bank Guarantee itself..

- 23 -

Page 27 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
Appendix-A4
DECLARATION FOR BID SECURITY
To,

M/s GAIL (INDIA)


LIMITED

SUB: Gas Metering System (Ultrasonic / Turbine)


TENDER NO: SM/B035-000-YF-MR-2943/008

Dear Sir

After examining / reviewing provisions of above referred tender documents (including all
corrigendum/ Addenda), we M/s (Name of Bidder) have submitted our
offer/ bid no. ………………….

We, M/s (Name of Bidder) hereby understand that, according to your


conditions, we are submitting this Declaration for Bid Security.

We understand that we will be put on watch list/holiday/ banning list (as per polices of GAIL
in this regard), if we are in breach of our obligation(s) as per following:

(a) have withdrawn/modified/amended, impairs or derogates from the tender, my/our Bid
during the period of bid validity specified in the form of Bid; or
(b) having been notified of the acceptance of our Bid by the GAIL during the period of bid
validity:
(i) fail or refuse to execute the Contract, if required, or
(ii) fail or refuse to furnish the Contract Performance Security, in accordance
provisions of tender document.
(iii) fail or refuse to accept ‘arithmetical corrections’ as per provision of tender
document.
(c) having indulged in corrupt/fraudulent /collusive/coercive practice as per procedure.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

- 24 -

Page 28 of 1260
--------------------------------------------------------------------------------------------------------------------------------------

SECTION-III

INSTRUCTIONS TO
BIDDERS
(TO BE READ IN CONJUNCTION WITH
BIDDING DATA SHEET (BDS)

- 25 -

Page 29 of 1260
--------------------------------------------------------------------------------------------------------------------------------------

SECTION-III

INSTRUCTION TO BIDDERS

INDEX
[A] GENERAL:
1. SCOPE OF BID
2. ELIGIBLE BIDDERS
3. BID FROM CONSORTIUM / JOINT VENTURE
4. ONE BID PER BIDDER
5. COST OF BIDDING
6. SITE-VISIT

[B] TENDER DOCUMENT:


7. CONTENTS OF TENDER DOCUMENT
8. CLARIFICATION OF TENDER DOCUMENT
9. AMENDMENT OF TENDER DOCUMENT

[C] PREPARATION OF BID:


10. LANGUAGE OF BID
11. DOCUMENTS COMPRISING THE BID
12. BID PRICES
13 GST (CGST & SGST/ UTGST or IGST )
14. BID CURRENCIES
15. BID VALIDITY
16. EARNEST MONEY DEPOSITE (EMD)
17. PRE-BID MEETING
18. FORMAT AND SIGNING OF BID
19. ZERO DEVIATION & REJECTION CRITERIA
20. E-PAYMENT

[D] SUBMISSION OF BIDS:


21. SUBMISSION, SEALING AND MARKING OF BID
22. DEADLINE FOR SUBMISSION OF BID
23. LATE BID
24. MODIFICATION AND WITHDRAWAL OF BID

[E] BID OPENING AND EVALUATION:


25. PURCHASER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY
OR ALL BIDS
26. BID OPENING
27. CONFIDENTIALITY
28. CONTACTING THE PURCHASER
29. EXAMINATION OF BIDS AND DETERMINATION OF
RESPONSIVENESS
30. CORRECTION OF ERRORS
- 26 -

Page 30 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
31. CONVERSION TO SINGLE CURRENCY FOR COMPARISON OF BIDS
32. EVALUATION AND COMPARISON OF BIDS
33. QUANTITY VARIATION
34. PURCHASE PREFERENCE

[F] AWARD OF CONTRACT:


35. AWARD
36. NOTIFICATION OF AWARD / FAX OF ACCEPTANCE [FOA]
37. DISPATCH SCHEDULE
38. CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT
39. PROCEDURE FOR ACTION IN CASE CORRUPT/ FRAUDULENT
/COLLUSIVE/COERCIVE PRACTICES
40. PUBLIC PROCUREMENT POLICY FOR MICRO AND SMALL
ENTERPRISE
41. PACKING INSTRUCTIONS
42. VENDOR PERFORMANCE EVALUATION
43. MENTIONING OF PAN NO. IN INVOICE/BILL
44. DISPUTE RESOLUTION MECHANISM
45. DISPUTES BETWEEN CPSE’S/GOVERNMENT DEPARTMENT’S/
ORGANIZATIONS
46. REPEAT ORDER
47. PROMOTION OF PAYMENT THROUGH CARDS AND DIGITAL MEANS
48. PROVISION FOR STARTUPS
49. GUIDELINES FOR PROVISION REGARDING INVOICE FOR REDUCED
VALUE OR CREDIT NOTE TOWARDS PRS
50. UNIQUE DOCUMENT IDENTIFICATION NUMBER BY PRACTICING
CHARTERED ACCOUNTANTS
51. PROVISION W.R.T TAX COLLETED AT SOURCE (TCS) ON SALE OF
GOODS UNDER SCETION 206C (IH) INCOME TAX ACT:
[G] ANNEXURES:
1. ANNEXURE-I: PROCEDURE FOR ACTION IN CASE
CORRUPT/FRAUDULENT/COLLUSIVE/COERCIVE PRACTICES
2. ANNEXURE-II: PROCEDURE FOR EVALUATION OF PERFORMANCE
OF VENDORS/ SUPPLIERS/ CONTRACTORS/ CONSULTANTS
3. ANNEXURE-III: ADDENDUM TO INSTRUCTIONS TO BIDDERS
(INSTRUCTION FOR PARTICIPATION IN E-TENDER)
4. ANNEXURE-IV: BIDDING DATA SHEET (BDS)
5. ANNEXURE-V: PROVISION FOR PROCUREMENT FROM A BIDDER
WHICH SHARES A LAND BORDER WITH INDIA

- 27 -
Page 31 of 1260
--------------------------------------------------------------------------------------------------------------------------------------

INSTRUCTIONS TO BIDDERS [ITB]

[A] – GENERAL
1 SCOPE OF BID
1.1 The Purchaser as defined in the "General Conditions of Contract-Goods [GCC-Goods]",
wishes to receive bids as described in this Invitation For Bid (the “Tender Document /Bid
Document”) issued by the Purchaser. Purchaser/Owner occurring herein under shall be
considered synonymous.
1.2 SCOPE OF BID: The scope of Supply shall be as defined in the Tender Document.
1.3 The successful Bidder (the “Supplier”) shall complete delivery of goods alongwith its
incidental services (if any) as per Specification, Scope of Supply/Job within the period
stated in Special Conditions of Contract.
1.4 Throughout the Tender Documents, the terms 'Bid', 'Tender', ‘Offer’ & ‘proposal’ and their
derivatives [Bidder/Tenderer, Bid/Tender/Offer etc.] are synonymous. Further, 'Day' means
'Calendar Day' and 'Singular' also means 'Plural'.
2 ELIGIBLE BIDDERS
2.1 The Bidder shall not be under a declaration of ineligibility by Purchaser for Corrupt/
Fraudulent/ Collusive/ Coercive practices, as defined in ITB, Clause No. 39” (Action in case
Corrupt/ Fraudulent/ Collusive/ Coercive Practices).
2.2 The Bidder is not put on ‘Holiday’ by GAIL or Public Sector Project Management
Consultant (like EIL, Mecon etc. only due to “poor performance” or “corrupt and fraudulent
practices”) or banned/blacklisted by Government department/ Public Sector on due date of
submission of bid. Further, neither bidder nor their allied agency/(ies) (as defined in the
Annexure-I, Procedure for Action in case of Corrupt/ Fraudulent/ Collusive/ Coercive
Practices) are on banning list of GAIL or the Ministry of Petroleum and Natural Gas.
If the Tender Document is/was issued inadvertently / downloaded from, then Bid submitted
by such Bidder shall not be considered for opening/ evaluation/ award.
In case there is any change in status of the declaration prior to award of Contract, the same
has to be promptly informed to GAIL by the Bidder.
It shall be the sole responsibility of the bidder to inform about their status regarding para 1
of clause 2.2 herein above on due date of submission of bid and during the course of
finalization of the tender. Concealment of the facts shall tantamount to misrepresentation of
facts and shall lead to action against such Bidders as per clause 39 of ITB.
2.3 Bidder shall not be affiliated with a firm or entity:
(i) that has provided consulting services related to the work to the Purchaser during the
preparatory stages of the work or of the project of which the works/services forms a
part of or
(ii) that has been hired (proposed to be hired) by the Purchaser as an Engineer/
Consultant for the Contract.
2.4 Neither the firm/entity appointed as the Project Management Consultant (PMC) for a Project
(except feasibility report) nor its affiliates shall be allowed to participate in the tendering
process unless it is the sole Licensor/Licensor nominated agent/ vendor.
2.5 Pursuant to qualification criteria set forth in the Tender Document, the Bidder shall furnish
all necessary supporting documentary evidence to establish Bidder’s claim of meeting
qualification criteria.
2.6 Power of Attorney:

- 28 -

Page 32 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
Power of Attorney (POA) to be issued by the bidder in favour of the authorised
employee(s), in respect of the particular tender, for purpose of signing the documents
including bid, all subsequent communications, agreements, documents etc. pertaining to the
tender and act and take any and all decision on behalf of the bidder. Any consequence
resulting due to such signing shall be binding on the Bidder.
The Power of Attorney shall be issued as per the constitution of the bidder as below:
a) In case of Proprietorship: by Proprietor
b) In case of Partnership: by all Partners or Managing Partner
c) In case of Limited Liability Partnership: by any bidder’s employee authorized in
terms of Deed of LLP
d) In case of Public / Limited Company: PoA in favourof authorized employee(s) by
Board of Directors through Board Resolution or by the designated officer authorized
by Board to do so. Such Board Resolution should be duly countersigned by
Company Secretary / MD / CMD / CEO.
The Power of Attorney should be valid till award of contract / order to successful bidder.

2.7 Provision for Procurement From A Bidder Which Shares A Land Border With India shall be
in line with Annexure-V of ITB

3 BID FROM "CONSORTIUM"/"JOINT VENTURE – NOT APPLICABLE

4 ONE BID PER BIDDER

4.1 A Bidder shall submit only 'one [01] Bid' in the same Bidding Process either as single entity
or as a member of any consortium (wherever consortium bid is allowed). A Bidder who
submits or participates in more than 'one [01] Bid' will cause all the proposals in which the
Bidder has participated to be disqualified.
4.2 More than one bid means bid(s) by bidder(s) having same Proprietor / Partners / Limited
Liability Partner in any other Bidder (s). Further, more than one bids shall also include two
or more bidders having common power of attorney holder.
Failure to comply this clause during tendering process will disqualify all such bidders from
process of evaluation of bids.
4.3 Alternative Bids shall not be considered.
4.4 The provisions mentioned at sl. no. 4.1 and 4.2 shall not be applicable wherein bidders are
quoting for different Items / Sections / Parts / Groups/ SOR items of the same tender which
specifies evaluation on Items / Sections / Parts / Groups/ SOR items basis.

5 COST OF BIDDING
5.1 The Bidder shall bear all costs associated with the preparation and submission of the Bid
including but not limited to Documentation Charges, Bank charges, all courier charges,
translation charges, authentication charges and any associated charges including taxes &
duties thereon. Further, GAIL will in no case, be responsible or liable for these costs,
regardless of the outcome of the bidding process.
6 SITE VISIT
6.1 The Bidder is advised to visit and examine the site and its surroundings and obtain for itself
on its own responsibility all information that may be necessary for preparing the Bid and
entering into a Contract for the required supply/job. The costs of visiting the site shall be
borne by the Bidder.
6.2 The Bidder or any of its personnel or agents shall be granted permission by the Purchaser to
enter upon its premises and land for the purpose of such visits, but only upon the express

- 29 -

Page 33 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
conditions that the Bidder, its personnel and agents will release and indemnify the Purchaser
and its personnel, agents from and against all liabilities in respect thereof, and will be
responsible for death or injury, loss or damage to property, and any other loss, damage,
costs, and expenses incurred as a result of inspection.
6.3 The Bidder shall not be entitled to hold any claim against GAIL for non-compliance due to
lack of any kind of pre-requisite information as it is the sole responsibility of the Bidder to
obtain all the necessary information with regard to site, surrounding, working conditions,
weather etc. on its own before submission of the Bid.
[B] – TENDER DOCUMENT
7 CONTENTS OF TENDER DOCUMENT
7.1 The contents of Tender Document are those stated below, and should be read in conjunction
with any 'Addendum / Corrigendum and Clarification(s) ' issued in accordance with "ITB:
Clause- 8 & 9":
 Section-I : Invitation for Bid [IFB]*
 Section-II : Bid Evaluation Criteria [BEC] & Evaluation Methodology
 Section-III : Instructions to Bidders [ITB], Annexures & Forms & Format **
 Section-IV : General Conditions of Contract [GCC]-Goods***
 Section-V : Special Conditions of Contract [SCC]
 Section-VI : Technical Specifications , Drawing (wherever applicable) and scope
for incidental services (wherever applicable)
 Section-VII : Price Schedule/ Schedule of Rates
*Request for Quotation’, wherever applicable, shall also form part of the Bidding Document.
** The subject tender is based on standard formats and applicability of some specific clauses may
be seen in Annexure-IV i.e. BDS (Bidding Data Sheet)
*** General Conditions of Contract - Goods is available on GAIL’s Tender website
(http://gailtenders.in/Gailtenders/gccs.asp). Further, Hindi version of GCC is available on GAIL’s
tender website (www.gailtenders.in) for reference. However, in case of any discrepancy in
English & its Hindi translation, for interpretation and legal aspects, the English version shall
prevail.
7.2 The Bidder is expected to examine all instructions, forms, terms & conditions of the Tender
Document. The RFQ & IFB together with all its attachments thereto, shall be considered to
be read, understood and accepted by the Bidders. Failure to furnish all information required
by the Tender Document or submission of a Bid not substantially responsive to the Tender
Document in every respect will be at Bidder's risk and may result in the rejection of his Bid.
8 CLARIFICATION OF TENDER DOCUMENT
8.1 A prospective Bidder requiring any clarification(s) of the Tender Document may notify
GAIL in writing or by email in the format “F-11” at GAIL's mailing address indicated in the
IFB/BDS no later than 02 (two) days prior to pre-bid meeting (in cases where pre-bid
meeting is scheduled) or 05 (five) days prior to the bid closing date in cases where pre-bid
meeting is not held. GAIL reserves the right to ignore the bidders request for clarification if
received after the aforesaid period. GAIL may respond in writing to the request for
clarification. GAIL's response including an explanation of the query, but without identifying
the source of the query will be uploaded on Websites as mentioned at clause no. 2.0 (F) of
IFB.
8.2 Any clarification or information required by the Bidder but same not received by the
Purchaser as per instructions at clause 8.1 above is liable to be considered as "no
clarification / information required".
9 AMENDMENT OF TENDER DOCUMENT
- 30 -

Page 34 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
9.1 At any time prior to the 'Due Date & Time of Bid Submission', Purchaser may, for any
reason, whether at its own initiative or in response to a clarification requested by a
prospective Bidder(s), modify the Tender Document by addenda/ corrigendum.
9.2 Any addendum/ corrigendum thus issued shall be integral part of the Tender Document and
shall be hosted on the websites as provided at clause no. 2.0 (F) of IFB. Bidders have to
take into account all such addendum/ corrigendum before submitting their Bid.
9.3 The Purchaser, if consider necessary, may extend the bid due date in order to allow the
Bidders a reasonable time to furnish their most competitive bid taking into account the
addenda/ corrigendum issued thereof.

[C] – PREPARATION OF BID


10 LANGUAGE OF BID:
The bid prepared by the Bidder and all correspondence, drawing(s), document(s),
certificate(s) etc. relating to the Bid exchanged by Bidder and GAIL shall be written in
English language only. In case a document, certificate, printed literature etc. furnished by
the Bidder in a language other than English, the same should be accompanied by an English
translation duly authenticated by the Chamber of Commerce of Bidders Country, in which
case, for the purpose of interpretation of the Bid, the English translation shall govern.

11. DOCUMENTS COMPRISING THE BID

11.1 Bidders are requested to refer instructions for participating in e-Tendering, Ready Reckoner
for Bidders and FAQs available in e-portal and bids submitted manually shall be rejected.
All pages of the Bid must be digitally signed by the "authorized signatory" of the Bidder
holding Power of Attorney. The Bid must be submitted on GAIL’s e-portal
(https://etender.gail.co.in) as follows:-:
11.1.1 PART-I: "TECHNO-COMMERCIAL / UN-PRICED BID"
Comprising all the below mentioned documents should be uploaded in the private area
earmarked (Tender Document) in the GAIL’s e- portal::
(a) 'Covering Letter' on Bidder's 'Letter head' clearly specifying the enclosed contents
with index.
(b) 'Bidder's General Information', as per 'Form F-1'.
(c) Copy of Price Schedule/ Schedule of Rate (SOR) with prices blanked out but
mentioning “Quoted” / “Not Quoted” (as applicable) written against each item, in
support of having submitted prices in the Priced Bid/SOR strictly in the format
provided in the Tender Document.
(d) 'Letter of Authority’ on the Letter Head, as per 'Form F-3'
(e) 'Agreed Terms and Conditions', as per 'Form F-5’
(f) Duly certified / attested documents in accordance with the "Bid Evaluation Criteria
[BEC]", Section II of Tender Document.
(g) Copy of Power of Attorney in favour of the authorized signatory of the Bid, as per
clause no.2.6 of ITB.
(h) Any other information/details required as per Tender Document
(j) All other forms and Formats including Annexures.
(k) Copy of Integrity Pact as per Form F-13
(l) Tender Document, its Corrigendum/Amendment/Clarification(s) digitally signed by
the Authorized Signatory holding POA.
(m) Additional document specified in BDS, SCC, Scope of Supply or mentioned
elsewhere in the Tender Document.
- 31 -

Page 35 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
Further, Bidders must submit the original " Power of Attorney, Integrity Pact and any other
documents specified in the Tender Document to the address mentioned in IFB, in a sealed
envelope, superscribing the details of Tender Document (i.e. tender number & tender for) as
per description mentioned in Bid Data Sheet (BDS).

11.1.2 PART-II: Price Bid


Part-II of the Bid shall contain Price Bid only. The Prices are to be submitted strictly in the
Price Schedule/ Schedule of Rate (SOR) format of the Tender Document as per instructions
mentioned hereunder and to be digitally signed and uploaded in SOR attachment in GAIL’s
e-Portal. GAIL shall not be responsible for any failure on the part of the bidder to follow the
instructions given in the Note below.
Note:
i) Bidders are advised NOT to mention Rebate/Discount separately, either in the SOR
format or anywhere else in the Bid. In case Bidder(s) intend to offer any
Rebate/Discount, they should include the same in the item rate(s) itself under the
“Price Schedule/ Schedule of Rates (SOR)” and indicate the discounted unit rate(s)
only.
ii) If any unconditional rebate has been offered in the quoted rate the same shall be
considered in arriving at evaluated price. However, no cognizance shall be taken for
any conditional discount for the purpose of evaluation of the Bid.
iii) In case, it is observed that any of the Bidder(s) has/have offered suo-moto
Discount/Rebate after opening of unpriced bid but before opening of price bid, such
discount /rebate(s) shall not be considered for evaluation. However, in the event of
the Bidder emerging as the lowest evaluated Bidder without considering the
discount/rebate(s), then such discount/ rebate(s) offered by the Bidder shall be
considered for Award and the same will be conclusive and binding on the Bidder.
iv) In the event as a result of techno-commercial
discussions or pursuant to seeking clarifications / confirmations from Bidder, while
evaluating the un-priced part of the Bid, any of the bidders offers upward revised
prices; such Bidder(s) will be requested to withdraw the revised prices failing which
the bid will not be considered for further evaluation.
11.2 In case of bids invited under Single Bid System (clause no. 2.0(C) of IFB refers), all the
documents as specified at Clause 11.1.1 & 11.1.2 of ITB can be submitted in single
envelope /folder, as per instructions of Tender Document..
12 BID PRICES
12.1 Bidders shall indicate the following in the Price Schedule/SOR format:-
A) Ex-works Price including packing and forwarding charges (such price to include all
costs as well as duties and taxes paid or payable on components and raw materials
incorporated or to be incorporated in the goods).

B) The Bidder shall indicate breakup of the quantum of imports involved for import of
necessary raw materials and components giving CIF value of Import and included
in bid price (wherever specified in BDS). Essentiality certificate / Letter may be
provided by the Purchaser for Project imports (wherever applicable).
C) Inland transportation upto Delivery Location and other costs incidental to delivery.
The material is required to be delivered through a registered common carrier as per
section 3 of Carriage by the Road Act 2007.
Also, GAIL reserves the right to transport the material with it’s own transporter.
- 32 -

Page 36 of 1260
--------------------------------------------------------------------------------------------------------------------------------------

D) GST (CGST & SGST/UTGST or IGST) on the finished goods as well as on inland
transportation,

E) Charges for incidental services and GST (CGST & SGST/UTGST or IGST) on these
services as per the Price Schedule/ Schedule of Rates.

12.2 In case of import of raw material and components incorporated or to be incorporated in the
finished goods (clause no. 12.1 (C) refers), the Bidder shall provide description of such
material, quantity, rate, value, Import Duty considered etc. as per proforma provided in
Price Schedule/ SOR.
12.3 It shall be the endeavour of the Purchaser to arrange transit insurance (refer BDS for
details).
12.4 Prices must be filled exactly in the format for "Price Schedule/ Schedule of Rates [SOR]"
enclosed as part of Tender Document. If quoted in separate typed sheets and any variation
in item description, unit, quantity, any conditions of SOR etc. is noticed, the Bid is liable to
be rejected.
12.5 The delivery basis of the goods is mentioned in BDS. If the Goods are dispatched through
dedicated full truck load, date of receipt of Goods by Purchaser at its designated site(s)
/Store shall be considered as the date of delivery. Similarly, in case of break-bulk
dispatches, the date of LR/GR shall be considered as date of delivery. The delivery terms
[other than those mentioned in BDS] shall be interpreted as per INCOTERMS®2010 or its
latest version.
12.6 All duties, taxes and other levies (if any) payable by the Seller under the Contract or for any
other cause, except GST (CGST & SGST/UTGST or IGST) on finished product & on the
incidental services, shall be included in the rates / prices and the total bid-price submitted by
the Bidder. The quoted rate of GST (CGST & SGST/UTGST or IGST) on finished product
& on the incidental services shall be indicated in Agreed Terms & Conditions and the bid
prices. Bidders are required to quote the prices after carefully reading the provisions
mentioned in tender document including SCC, GCC, Scope of Work, etc.
12.7 Prices quoted by the Bidder, shall remain firm and fixed and valid until completion of the
Contract and will not be subject to variation on any account, whatsoever; until any price
escalation/variation is allowed elsewhere in the Tender Document.
12.8 The Bidder shall quote the rates in ‘figures' & ‘words’, as per Price Schedule /SOR format
provided in the Tender Document. There should not be any discrepancy between the prices
indicated in figures and in words. In case of any discrepancy, the same shall be dealt as per
clause no. 30 of ITB.
12.9 Further, Bidder shall also mention the Harmonized System Nomenclature (HSN) at the
designated place in Price Schedule.

13 GST (CGST & SGST/ UTGST or IGST)

13.1 Within the contractual delivery period, the statutory variation in applicable GST (CGST &
SGST/UTGST or IGST) on supply and on incidental services, shall be to GAIL’s account.

Beyond the contractual delivery period, in case GAIL is not entitled for input tax credit of
GST (CGST & SGST/UTGST or IGST), then any increase in the rate of GST (CGST &
SGST/UTGST or IGST) beyond the contractual delivery period shall be to Supplier’s
account whereas any decrease in the rate GST (CGST & SGST/UTGST or IGST) shall be
passed on to the Purchaser.

- 33 -

Page 37 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
Beyond the contractual delivery period, in case GAIL is entitled for input tax credit of GST
(CGST & SGST/UTGST or IGST), then statutory variation in applicable GST (CGST &
SGST/UTGST or IGST) on supply and on incidental services, shall be to GAIL’s account.
The base date for the purpose of applying statutory variation shall be the Bid Due Date.
13.2 In case of statutory variation(s) in the taxes & duties mentioned at clause no. 13.1 above,
the Supplier shall submit a copy of the ‘Government Notification’ to evidence the rate as
applicable on the Bid Due Date and on the date of revision. Claim for payment of Statutory
variation should be raised preferably along with the e-Invoice/Invoice. Any claim for
arrears on account of statutory variation shall be submitted to Purchaser within two [02]
months from the date of issue of such ‘Government Notification’, otherwise such claim may
not be entertained.
13.3 With respect to clause no. 12.1 (C) and 12.2, the statutory variation in Import Duty (except
component (s) for which input tax credit is available) on CIF value indicated, within
contractual delivery period shall be to Purchaser’s account against submission of the
documentary evidence. However, any increase in the rate of Import Duty beyond the
contractual delivery / completion period shall be to Bidder’s account. In case of wrong
classification, no variation including statutory variation of Import Duty will be payable to
Supplier and any penalty due to the same shall be to Supplier’s account. Any decrease in the
rate of Import Duty shall be passed on to the Purchaser. Statutory variation on account of
Import Duty will be allowed only on component for which input tax credit is not available.
13.4 New Taxes & duties: Any new taxes & duties, if imposed by the State/ Central Govt. of
India on the finished goods after the due date of bid submission but before the Contractual
Delivery/Completion Date, shall be reimbursed to the Supplier on submission of copy of
notification(s) issued from State/ Central Govt. Authorities along with documentary
evidence for proof of payment of such taxes & duties, but only after ascertaining it’s
applicability with respect to the Contract.
13.5 Deemed Export benefits are not applicable and Bidder should furnish prices without
considering the same.
13.6 Regarding Reconciliation between GSTR 2A and Input Tax Credit
Supplier shall ensure timely submission of correct e-invoice /invoice(s), as per GST rules/
regulation, with all required supporting document(s) within a period specified in Contract to
enable GAIL to avail input credit of GST (CGST & SGST/UTGST or IGST). Further,
returns and details required to be filled under GST laws & rules should be timely filed by
Supplier of Goods / Services with requisite details.
If input tax credit is not available to GAIL for any reason not attributable to GAIL, then
GAIL shall not be obligated or liable to pay or reimburse GST (CGST & SGST/UTGST or
IGST) claimed in the e-invoice/invoice(s) and shall be entitled to deduct / setoff / recover
such GST amount (CGST & SGST/UTGST or IGST) or Input Tax Credit amount together
with penalties and interest, if any, against any amounts paid or becomes payable by GAIL in
future to the Supplier/Contractor under this contract or under any other contract.
In case CBIC (Central Board of Indirect Taxes and Customs)/ any tax authority / any
equivalent government agency brings to the notice of GAIL that the Supplier has not
remitted the amount towards GST (CGST & SGST/UTGST or IGST) collected from GAIL
to the government exchequer, then, that Supplier shall be put under Holiday list of GAIL for
period of six months after following the due procedure. This action will be in addition to the
right of recovery of financial implication arising on GAIL.
13.7 The supplier shall mention the particulars of GAIL (India) Limited, (place specified in BDS)
on the e-Invoice/Invoice. Besides, if any other particulars of GAIL are required to be
mentioned, under GST rules/ regulations on the date of dispatch, the same shall also be
mentioned on the e-Invoice/Invoice.
- 34 -

Page 38 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
13.8 GAIL will prefer to deal with registered supplier of goods/ services under GST. Therefore,
bidders are requested to get themselves registered under GST, it not registered yet.
However, in case any unregistered bidder is submitting their bid, there prices will be loaded
with applicable GST (CGST & SGST/UTGST or IGST) during evaluation of bid (if
applicable as per Govt. Act/ Law in vogue). Where GAIL is entitled for input credit of
GST (CGST & SGST/UTGST or IGST), the same will be considered for evaluation of
bid as per evaluation methodology of tender document. Further, an unregistered bidder is
required to mention its Income Tax PAN in bid document.
13.9 In case the GST rating of vendor on the GST portal / Govt. official website is negative /
black listed, then the bids may be rejected by GAIL. Further, in case rating of bidder is
negative / black listed after award of work for supply of goods / services, then GAIL shall
not be obligated or liable to pay or reimburse GST (CGST & SGST/UTGST or IGST) to
such vendor and shall also be entitled to deduct / recover such GST (CGST &
SGST/UTGST or IGST) along with all penalties / interest, if any, incurred by GAIL.
13.10 Anti-profiteering clause
As per Clause 171 of GST Act, it is mandatory to pass on the benefit due to reduction in rate
of tax or from input tax credit to the consumer by way of commensurate reduction in prices.
The Service Provider may note the above and quote their prices accordingly.
13.11 GST (CGST & SGST/UTGST or IGST) is implemented w.e.f. 01.07.2017 which subsumed
various indirect taxes and duties applicable before 01.07.2017. Accordingly, the provisions
of General Condition of Contract relating to taxes and duties which are subsumed in GST
are modified to aforesaid provisions mentioned in clause no. 12 and 13 of ITB.
13.12 GST, as quoted by the bidder, shall be deemed as final and binding for the purpose of bid
evaluation (applicable for tenders where bidder quotes the GST rates). In case a bidder
enters “zero/blank” GST or an erroneous GST, the bid evaluation for finalizing the L1
bidder will be done considering the quoted GST rate. No request for change in GST will be
entertained after submission of bids.
In cases where the successful bidder quotes a wrong GST rate, for releasing the order, the
following methodology will be followed:
 In case the actual GST rate applicable is lower than the quoted GST rate, the actual
GST rate will be added to the quoted basic prices. The final cash outflow will be
based on actual GST rate.
 In case the actual GST rate applicable is more than the quoted GST rate, the basic
prices quoted will be reduced proportionately, keeping the final cash outflow the
same as the overall quoted amount.
Based on the Total Cash Outflow calculated as above, GAIL shall place orders.
13.13 Wherever TDS under GST Laws has been deducted from the e-Invoices/invoices raised /
payments made to the vendors, as per the provisions of the GST law / Rules, Vendors
should accept the corresponding GST-TDS amount populated in the relevant screen on GST
common portal (www.gst.gov.in). Further, Vendors should also download the GST TDS
certificate from GST common portal (reference path: Services > User Services >
View/Download Certificates option).

13.14 Supplier / Service Provider / Contractor/ Consultant (s) who is required to comply with the
requirements of E-invoice for B2B transactions as per the requirement of GST Law will
ensure the compliance of requirement of E Invoicing under GST law. If the invoice issued
without following this process, such invoice can-not be processed for payment by GAIL as
no ITC is allowed on such invoices.
Therefore, all the payments to such supplier / service provider / contractor/ consultant who
is liable to comply with e-invoice as per GST Laws shall be made against the proper e-

- 35 -

Page 39 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
invoice(s) only. Further, returns and details required to be filled under GST laws & rules
against such e-invoices should be timely filed by Supplier of Goods / Services with requisite
details.

If input tax credit is not available to GAIL for any reason attributable to supplier / service
provider / contractor/ consultant (both for E-invoicing cases and non-E-invoicing cases),
then GAIL shall not be obligated or liable to pay or reimburse GST (CGST &
SGST/UTGST or IGST) claimed in the invoice(s) and shall be entitled to deduct / setoff /
recover such GST amount (CGST & SGST/UTGST or IGST) or Input Tax Credit amount
together with penalties and interest, if any, by adjusting against any amounts paid or
becomes payable in future to the supplier / service provider / contractor/ consultant under
this contract or under any other contract.
To ensure compliance, undertaking in requisite format is to be submitted by
Supplier/Contractor/ Service Provider/ Consultant as per format enclosed as FORMAT-I to
ITB along with documents for release of payment.”

- 36 -

Page 40 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
14 BID CURRENCIES:
Bidders must submit Bid in Indian Rupees only.
15 BID VALIDITY:
15.1 Bid shall be kept valid for period specified in BDS from the final ‘Bid Due Date’. A Bid
valid for a shorter period may be rejected by GAIL as ‘non-responsive’.
15.2 In exceptional circumstances, prior to expiry of the original ‘Bid Validity Period’, the
Purchaser may request the Bidder to extend the ‘Period of Bid Validity’ for a specified
additional period. The request and the responses thereto shall be made in writing or by
email. A Bidder may refuse the request without forfeiture of his ‘Bid Security’. A Bidder
agreeing to the request will not be required or permitted to modify his Bid, but will be
required to extend the validity of its ‘Bid Security’ for the period of the extension and in
accordance with “ITB: Clause-16” in all respects.

16 EARNEST MONEY DEPOSIT (EMD)- Not Applicable

17 PRE-BID MEETING
17.1 The Bidder(s) or his designated representative are invited to attend a “Pre-Bid Meeting”
which will be held at Date, Time & Venue as specified in IFB. It is expected that a Bidder
shall not depute more than 02 representatives for the meeting.
17.2 Purpose of the meeting will be to clarify issues and to answer questions on any matter that
may be raised at that stage and give hands-on demonstration of e-tendering process. The
Bidder must submit their queries / clarifications to GAIL in the format “F-11”, as
mentioned at clause no. 8.0 of ITB.
17.3 The text of the questions raised and the responses that may become necessary as a result of
the Pre-Bid Meeting, will be prepared in the form of Addendum / Corrigendum
/Clarification to the Tender Document and will be uploaded on websites of GAIL, Govt.
and GAIL’s e-Portal (in case of e-tendering) and not through the minutes of the Pre-Bid
Meeting.
17.4 Non-attendance of the Pre-Bid Meeting will not be a cause for disqualification of Bidder.
18 FORMAT AND SIGNING OF BID

18.1 The original and all copies of the Bid shall be typed or written in indelible ink [in the case
of copies, photocopies are also acceptable] and shall be signed by a person(s) duly
authorized to sign on behalf of the Bidder (as per POA). The name and position held by
person signing, must be typed or printed below the signature. All pages of the Bid except
for unamended printed literature where entry(s) or amendment(s) has been made, shall be
initialed by the person or persons signing the Bid.
18.2 The Bid shall contain no alterations, omissions, or additions, unless such corrections are
initialed by the person(s) signing the Bid.
18.3 Digitally signed documents to be uploaded as detailed in addendum to ITB.

19 ZERO DEVIATION AND REJECTION CRITERIA


19.1 ZERO DEVIATION: Deviation to terms and conditions of Tender Document may lead to
rejection of Bid. GAIL will accept Bid based on terms & conditions of Tender Document
only. Bidder may note, GAIL will determine the substantial responsiveness of each bid to
the Tender Document pursuant to provision contained in clause 29 of ITB. For purpose of
this, a substantially responsive bid is one which conforms to all terms and conditions of the
Tender Document without deviation(s) or exception n(s). GAIL’s determination of a Bid’s
- 37 -

Page 41 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
responsiveness is based on the content of the Bid itself without recourse to extrinsic
evidence. GAIL reserves the right to raise technical and/or commercial query(ies) to the
Bidder(s), if required . The response(s) to the same shall be in writing, and no change in the
price(s) or substance of the Bid shall be sought, offered or permitted. The substance of the
Bid includes but not limited to prices, completion/delivery period, scope, technical
specifications etc. Bidder is requested not to take any deviation(s)/exception(s) to the terms
& conditions of Tender Document, and submit all requisite documents as mentioned in this
Tender Document, failing which their Bid will be liable for rejection. If a Bidder does not
reply to the queries in the permitted time frame then its Bid shall be evaluated based on the
documents available in the Bid.
19.2 REJECTION CRITERIA: Notwithstanding the above, deviation to the following clauses
of Tender Document shall lead to summarily rejection of Bid:
(a) Firm Price
(b) Earnest Money Deposit
(c) Specifications
(d) Schedule of Rates / Price Schedule / Price Basis
(e) Delivery Period / Period of Contract/ Completion schedule
(f) Period of Validity of Bid
(g) Price Reduction Schedule
(h) Contract Performance Security / Security Deposit
(i) Warranty/ Guarantee
(j) Arbitration / Resolution of Dispute/Jurisdiction of Court
(k) Force Majeure & Applicable Laws
(l) Integrity Pact
(m) Any other condition specifically mentioned in the Tender Document elsewhere that
non-compliance of the clause lead to rejection of Bid
Note: Further, it is once again reminded not to mention any condition in the Bid which is
contradictory to the terms & conditions of Tender Document.

20 E-PAYMENT

GAIL (India) Limited has initiated payments electronically to Suppliers / Contractors


electronically through ‘e-banking’.

[D] – SUBMISSION OF BIDS


21 SUBMISSION, SEALING AND MARKING OF BID
21.1 Bid shall be submitted through e-tender mode in the manner specified in Tender Document.
No Manual/ Hard Copy (Original) Bid shall be acceptable.
21.2 Physical documents shall be addressed to the owner at address specified in IFB.
21.3 Bids submitted under the name of AGENT/ CONSULTANT/ REPRESENTATIVE
/RETAINER/ ASSOCIATE etc. on behalf of a Bidder /Affiliate shall not be accepted.
22 DEADLINE FOR SUBMISSION OF BID
22.1 The Bid must be uploaded on GAIL’s e-Portal not later than the Bid Due Date & Time
specified in IFB of the Tender Documents.
22.2 GAIL may, in exceptional circumstances and at its discretion, extend the Due Date & Time
for Bid submission through a Corrigendum as per clause no. 8.0 and/or 9.0 of ITB. In that
case all rights and obligations of GAIL and the Bidder, previously subject to the original
Due Date & Time will thereafter be subject to the Due Date & Time as extended. Such
Corrigendum for extension of Due Date & Time of Bid submission will be uploaded on
websites of GAIL and Govt. and GAIL’s e-Portal.
- 38 -

Page 42 of 1260
--------------------------------------------------------------------------------------------------------------------------------------

23 LATE BID
23.1 Any Bid received after the Bid Due Date & Time of tenders will be treated as late bids.
However, e-tendering system of GAIL shall close immediately after the Due Date & Time
of Bid submission and no bids can be submitted thereafter.
In case the physical documents have been received but the Bid is not submitted by the
bidder in the e-Portal, such physical documents shall be returned immediately.
23.2 Physical documents received to address other than one specifically stipulated in the Tender
Document will not be considered for evaluation/opening/award if not received to the
specified destination within stipulated date & time.

24 MODIFICATION AND WITHDRAWAL OF BID

24.1 The Bidder may withdraw or modify its Bid after bid submission but before the Bid Due
Date & Time. No bid shall be modified/ withdrawn after the Bid Due Date & Time.
24.3 Any withdrawal/ modification/substitution of Bid in the interval between the Bid Due Date
& Time and the expiration of the period of bid validity specified by the Bidder in their Bid
shall result in rejection of Bid.
24.4 The latest Bid submitted by the Bidder before Bid Due Date & Time shall be considered for
evaluation and all other Bid(s) shall be considered to be unconditionally withdrawn.
[E] BID OPENING AND EVALUATION:
25 PURCHASER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL
BIDS
GAIL 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 Contract, without thereby incurring any liability
to the affected Bidder(s) or any obligations to inform the affected Bidder(s) of the ground
for GAIL's action. However, Bidder if so desire may seek the reason (in writing) for
rejection of their Bid to which GAIL shall respond quickly.

26 BID OPENING
26.1 Unpriced Bid Opening:
GAIL will open bids, in the presence of Bidders’ designated representatives who choose to
attend, at date, time and location stipulated in the BDS. The Bidders’ representatives, who
are present shall sign a Bid Opening Register evidencing their attendance.
26.2 Priced Bid Opening:
26.2.1 GAIL will open the price bids of those Bidders who meet the qualification requirement and
whose bid is determined to be technically and commercially responsive. Bidders selected
for opening of their price bid shall be informed about the date & time of price bid opening.
Bidders may depute their authorized representative to witness the price bid opening. The
Bidders’ representatives, who are present shall sign a Price Bid Opening Register
evidencing their attendance and may be required to be present even on a short notice
26.2.2 The price bids of those Bidders who were not found to be techno-commercially responsive
shall not be opened.
26.3 In case of Bids invited under the Single Bid System, Bid shall be opened on the Due Date &
Time of Bid Opening as specified in the Tender Document.

27 CONFIDENTIALITY

- 39 -

Page 43 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
Information relating to the examination, clarification, evaluation and comparison of Bids,
and recommendations for the award of a Contract, shall not be disclosed to Bidder(s) or any
other persons not officially concerned with such process.
28 CONTACTING THE PURCHASER
28.1 From the time of Bid opening to the time of placement of order, if any Bidder wishes to
contact the Purchaser on any matter related to the Bid, it should do so in writing.
28.2 Any effort by a Bidder to influence the Purchaser in the Purchaser’s processing of Bid(s)
including ‘Bid Evaluation’, ‘Bid Comparison’, or ‘Contract Award’ decisions may result in
the rejection of the Bidder’s Bid and action shall be initiated as per the GAIL’s procedure in
this regard.
29 EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS
29.1 The purchaser’s determination of a bid’s responsiveness is based on the content of the bid
only. Prior to the detailed evaluation of Bids, the Purchaser will determine whether each
Bid:-
(a) meets the “Bid Evaluation Criteria” of the Tender Document;
(b) has been properly signed;
(c) is accompanied by the required declaration for Bid Security;
(d) is substantially responsive to the requirements of the Tender Document; and
(e) provides any clarification and/or substantiation that the Purchaser may require to
determine responsiveness pursuant to “ITB: Clause-29.2”
29.2 A substantially responsive Bid is one which conforms to all the terms & conditions,
specifications etc. of the Tender Document without any material deviation or reservation or
omission, for this purpose Purchaser defines the foregoing terms below:-
a) “Deviation” is departure from the requirement specified in the Tender Documents.
b) “Reservation” is the setting of limiting condition(s) or withholding from complete
acceptance of the requirement in the Tender Documents.
c) “Omission” is the failure to submit part or all of the information or documentation
required in the Tender Document.
29.3 A material deviation, reservation or omission is one that,
a) If accepted would,
i) affect in any substantial way the scope, quality or performance of the job as
specified in Tender Document.
ii) limit, in any substantial way, inconsistent with the Tender Document, the
Purchaser’s rights or the Bidder’s obligation under the proposed Contract.
b) If rectified, would unfairly affect the competitive position of other bidders
presenting substantially responsive bids.
29.4 The Purchaser shall examine all aspects of the Bid to confirm that all requirements have
been met without any material deviation, reservation or omission.
29.5 If a Bid is not substantially responsive, it may be rejected by the Purchaser and may not
subsequently be made responsive by correction or withdrawal of the of material deviation,
reservation or omission.
30 CORRECTION OF ERRORS
30.1 Bids determined to be substantially responsive will be checked by the Purchaser for any
arithmetic errors. Errors in Price Schedule/SOR will be corrected by the Purchaser as
follows:
(i) When there is a difference between the rates in figures and words, the rate which
corresponds to the amount worked out by the Bidder (i.e. by multiplying the quantity
and rate) shall be taken as correct.
- 40 -

Page 44 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
(ii) When the rate quoted by the Bidder in figures and words tallies but the amount is
incorrect, the rate quoted by the contractor shall be taken as correct and not the
amount. The amount shall be re-calculated/ corrected accordingly.
(iii) When it is not possible to ascertain the correct rate, in the manner prescribed above,
the rate as quoted in words shall be adopted and the amount worked out, for
comparison purposes
30.2 The amount stated in the Bid will be adjusted by the Purchaser in accordance with the above
procedure for the correction of errors. If the Bidder does not accept the corrected amount of
Bid, its Bid will be rejected.
31 CONVERSION TO SINGLE CURRENCY FOR COMPARISON OF BIDS
Not Applicable. All bids submitted must be in the currency specified at clause 14 of ITB.
32 EVALUATION AND COMPARISON OF BIDS
Bid shall be evaluated as per Evaluation Methodology mentioned in Section-II of Tender
Document.
In case of a tie at the lowest bid (L1) position between two or more bidders, the order/LOA
will be placed on the bidder who has higher/ highest turnover in last audited financial year..
33 QUANTITY VARIATION
33.1 Where nature of items is such that the items cannot be supplied in exact quantity of the
Purchase Order as in case of cables/ steel/ chemicals etc., quantity tolerance upto ± 5% may
be allowed, if there is no specific quantity variation/tolerance criteria in SCC. For such
tolerance, separate amendment to Purchase Order would not be necessary.
33.2 The Purchaser reserves the right to delete the requirement of any one or more items of
Tender Document without assigning any reason.
34 PURCHASE PREFERENCE
Purchase preference to Central Government Public Sector Undertaking, Micro & Small
Enterprises (MSEs) and Domestically Manufactured Electronic Products / Telecom
Products etc. shall be allowed as per Government instructions in vogue, as applicable from
time to time.
[F] – AWARD OF CONTRACT
35 AWARD
Subject to “ITB: Clause-29.0”, GAIL will place order to the successful Bidder whose Bid
has been determined to be substantially responsive and has been determined as the lowest
provided that Bidder, is determined to be qualified to satisfactorily perform the Contract.
“GAIL intent to place the order/contract directly on the address from where Goods are
produced/dispatched OR Services are rendered. In case, bidder wants order/ contract at
some other address or supply of Goods/ Services from multiple locations, bidder is
required to provide in their bid, the address on which order is to be placed”.

GAIL will place the Purchase Order/Contract directly on the successful bidder from whom
the bid has been received & evaluated and will not place order on other entities such as
subsidiary, business associate or partner, dealer/distributor etc. of the Bidder.

36 NOTIFICATION OF AWARD / FAX OF ACCEPTANCE [FOA]

- 41 -

Page 45 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
36.1 Prior to the expiry of ‘Period of Bid Validity’, Notification of Award for acceptance of the
Bid will be intimated to the successful Bidder by GAIL either by E - mail /Letter or like
means defined as the “Fax of Acceptance (FOA)”. The Contract shall enter into force on the
date of FOA and the same shall be binding on GAIL and successful Bidder (i.e.
Supplier/Seller). The Notification of Award/FOA will constitute the formation of a
Contract. The detailed Purchase Order /Contract shall be issued thereafter incorporating
terms & conditions of Tender Document, Corrigendum, Clarification(s), Bid and agreed
variation(s)/acceptable deviation(s), if any. GAIL may choose to issue Notification of
Award in form of detailed Purchase Order without issuing FOA and in such case the
Contract shall enter into force on the date of detailed Purchase Order only.
36.2 Contract/ Delivery/Completion Period shall commence from the date of Notification of
Award/FOA or as mentioned therein.
36.3 Upon the successful Bidder’s / Supplier’s furnishing of ‘Contract Performance Security /
Security Deposit’, pursuant to “ITB: Clause-38”.
36.4 The order value is subject to Price Reduction Schedule (PRS) clause.

37.1 DISPATCH SCHEDULE


37.2 If Purchase Order issued based on FOT (Free on Truck) / FOR (Free on Rail) project site
basis, materials shall be delivered at the destination on freight prepaid & door delivery basis
and for the cases where order(s) are finalized on Ex-Works basis the transportation will be
arranged by supplier(s) / GAIL on 'freight to pay' basis and the freight will be paid at the
destination.

Seller shall submit the following details of goods/cargo within 15 days from Notification of
Award to the designated authority as per Purchase Order:
(i) Shipments Schedule
(ii) Dimension details of packages
(iii) Detailed technical write-up along with Catalogue (if applicable)
(iv) Any other document/details, if mentioned in Purchase Order
37.3 The consignment should be handed over to transporter with E-way bill, wherever required
as per law/act. In case such e-way bill is required to be issued by GAIL, the concerned
designated order issuing authority may be contacted in this regard. It will be the
responsibility of the supplier to ensure the compliance of the provisions relating to E-Way
bill before dispatch of the consignment and any financial implication arising due to non-
compliance in this regard will be to the account of the supplier.
37.4 It shall be responsibility of the seller to send intimation immediately on dispatch of the
material so that necessary arrangements can be made at site. Delays on account of the same
shall solely be attributable to the Supplier.
37.5 Wherever, part shipment is allowed (refer BDS), the Supplier is allowed to make part
shipment. However, until specified elsewhere in Tender Document, Payment for such part
supplied Goods shall be made after supply of complete quantity of respective item.

38 CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT [CPS/SD]


38.1 Within 30 days of the receipt of the notification of award/ FOA from GAIL, the successful
Bidder shall furnish the Contract Performance Security/Security Deposit (CPS) in
accordance with of General Conditions of the Contract. The CPS shall be in the form of
either Banker’s Cheque or Demand Draft or Bank Guarantee or Letter of Credit and shall be
in the currency of the Contract. However, CPS shall not be applicable in cases wherein the
individual order value as specified in Notification of Award is less than INR 5 Lakh
(exclusive GST).

- 42 -

Page 46 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
38.2 The CPS shall be for an amount as specified in BDS towards faithful performance of the
contractual obligations and performance of equipment/material. For the purpose of CPS,
Contract/Order Value shall be exclusive of GST (CGST & SGST/UTGST or IGST).
Bank Guarantee towards CPS shall be from any Indian scheduled bank or a branch of an
International bank situated in India and registered with Reserve bank of India as scheduled
foreign bank. However, in case of bank guarantees from banks other than the Nationalized
Indian banks, the bank must be a commercial bank having net worth in excess of Rs 100
crores and a declaration to this effect should be made by such commercial bank either in the
Bank Guarantee itself or separately on its letterhead.
38.3 Failure of the successful Bidder to comply with the requirements of this article shall
constitute sufficient grounds for the annulment of the award.
38.4 Further, Ministry of Finance (MOF) Department of financial service has issued direction for
submission of Bank Guarantee through online vide letter ref number F.No.7/112/2011-BOA
dated 17th July 2012. The successful bidder can submit CPS online through issuing bank to
GAIL directly as per the above direction including its revisions, if any. In such cases
confirmation will not be sought from issuing banker by GAIL.
38.5 The successful bidder can also submit the SD/CP G through online banking transaction i.e.
IMPS/NEFT/RTGS/SWIFT etc. For this purpose, the details of GAIL’s Bank Account is
mentioned in BDS. Further, in case a successful Bidder is willing to furnish SD/CPS
through SWIFT, the details may be obtained from Purchase Officer immediately after
receipt of FOA.
While remitting such online transaction, the bidder must indicate “Security Deposit/
Contract Performance Guarantee against FOA/DLOA/PO no. (contractor/ vendor
to specify the FOA/DLOA/PO No.)” under remarks column of such transaction on
respective bank portal. The contractor/vendor shall be required to submit the successful
transaction details to the dealing officer immediately through email/letter and necessarily
within 30 days from the date of Fax of Acceptance.
38.6 In case of forfeiture of Contract Performance Security/ Security Deposit in terms of GCC,
the forfeited amount will be considered inclusive of tax and tax invoice will be issued by
GAIL. The forfeiture amount will be subject to final decision of GAIL based on other terms
and conditions of order.
38.7 CPS/Security Deposit will not be accepted in case the same has reference of
‘remitter’/’financer’ other than bidder on the aforementioned financial instrument of CPS/
Security Deposit submitted by the Supplier.
39 PROCEDURE FOR ACTION IN CASE CORRUPT/ FRAUDULENT /COLLUSIVE/
COERCIVE PRACTICES
39.1 Procedure for action in case Corrupt/ Fraudulent/Collusive/Coercive Practices is enclosed at
Annexure-I.
39.2 The Fraud Prevision Policy document is available on GAIL’s website
(www.gailonline.com).
39.3 Name and contact details of nodal officer are as under:
Sh K R M Rao, ED (C&P),
GAIL (India) Ltd GAIl Bhavan
16, Bhikaiji Cama Place New Delhi- 110066
Email- krmrao@gail.co.in
39.4 NON-APPLICABILITY OF ARBITRATION CLAUSE IN CASE OF BANNING OF
VENDORS/ SUPPLIERS / CONTRACTORS/BIDDERS/ CONSULTANTS
INDULGED IN FRAUDULENT/ COERCIVE PRACTICES
Notwithstanding anything contained contrary in GCC or elsewhere in the Purchase Order, in
case it is found that the Bidder/ Supplier indulged in fraudulent/ coercive practices at the
time of bidding, during execution of the Contract and/or on other grounds as mentioned in
- 43 -

Page 47 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
GAIL’s “Procedure for action in case Corrupt/ Fraudulent/ Collusive/Coercive Practices”
(Annexure-I), the Bidder/Supplier shall be banned (in terms of aforesaid procedure) from
the date of issuance of such order by GAIL (India) Ltd., to such Bidder/Supplier.
The Bidder /Supplier / understands and agrees that in such cases where Bidder /Supplier has
been banned (in terms of aforesaid procedure) from the date of issuance of such order by
GAIL, such decision of GAIL shall be final and binding on the Bidder /Supplier and the
‘Arbitration Clause’ mentioned in the GCC or elsewhere in the Purchase Order shall not be
applicable for any consequential issue /dispute arising in the matter.
40 PUBLIC PROCUREMENT POLICY FOR MICRO AND SMALL ENTERPRISES
(MSE)
40.1 Following provision has been incorporated for Micro and Small Enterprises (MSE), in line
with notification of Government of India, vide Gazette of India No. 503 dated 26.03.2012
proclaiming the Public Procurement Policy on procurement of goods and services from
MSEs.
i) Issue of tender document to MSEs free of cost.
ii) 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 25% 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 25%, 4% shall be reserved for MSEs
owned by SC/ST entrepreneurs. Further, 3% shall be reserved for MSEs owned by
women within above 25% reservation. The respective quota(s) shall be transferred to
other MSEs in case of non-availability of MSEs owned by SC/ST entrepreneurs /
MSEs owned by Women.
The quoted prices against various items shall remain valid in case of splitting of
quantities of the items above.
In case tendered item is non-splitable or non- dividable (specified in Bid Data
Sheet), MSE quoting price within price band L1 (other than MSE) + 15% , may be
awarded for full/ complete supply of total tendered value subject to matching of L1
price.
40.2 The MSE(s) owned by SC/ST Entrepreneurs shall mean:-
a) In case of proprietary MSE, Proprietor(s) shall be SC/ST.
b) In case of partnership MSE, the SC/ST partners shall be holding atleast 51% share in
the unit
c) In case of private Limited Companies, at least 51% share is held by SC/ST. If the
MSE is owned by SC/ST Entrepreneurs, the bidder shall furnish appropriate
documentary evidence in this regard.
The MSE(s) owned by Women shall mean:-
a) In case of proprietary MSE, Proprietor(s) shall be Women.
b) In case of partnership MSE, the Women partners shall be holding atleast 51% share
in the unit
c) In case of private Limited Companies, at least 51% share is held by Women. If the
MSE is owned by Women Entrepreneurs, the bidder shall furnish appropriate
documentary evidence in this regard.
40.3 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:
- 44 -

Page 48 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
a) Ministry of MSME vide Gazette notification no. CG-DL-E-26062020-220191 dated
26.06.2020 had notified certain criteria for classifying the enterprises as Micro,
Small and Medium Enterprises and specified form and procedure for filing the
memorandum (Udyam Registration) w.e.f. 01.07.2020 (for complete details of
policy refer website of Ministry of MSME i.e. https://msme.gov.in/). Accordingly,
Micro and Small Enterprises (MSEs) shall be required to submit Udyam
Registration Certificate for availing benefit under Public Procurement Policy for
MSEs
b) An enterprise registered prior to 30.06.2020 and who are not re-registered with
Udyam Registration, shall continue to be valid for a period upto 31.03.2021. Such
enterprise shall submit EM Part-II or Udyog Aadhaar Memorandum (UAM) for
availing benefits of PPP-2012.

- 45 -

Page 49 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
The above document(s) submitted by the Bidder shall be duly certified by the Chartered
Accountant (not being an employee or a Director or not having any interest in the bidder’s
company/firm) and notary public with legible stamp.
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.
The Public Procurement Policy for MSEs is meant for procurement of only goods produced
& Services rendered by MSEs. The benefit of policy are not extended to the traders/dealers/
Distributors/Stockiest/Wholesalers.

40.4 If against an order placed by GAIL, successful Bidder(s) (other than Micro/Small
Enterprise) is procuring material/services from their sub-vendor who is a Micro or Small
Enterprise 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 with prior consent in writing
from GAIL, the details like Name, Registration No., Address, Contact No. details of
material & value of procurement made, etc. of such Enterprises shall be furnished by the
successful Bidder at the time of submission of invoice/Bill.
40.5 Further, MSEs who are availing the benefits of the Public Procurement Policy (PPP) 2012
get themselves registered with MSME Data Bank being operated by NSIC, under SME
Division, M/o MSME, in order to create proper data base of MSEs which are making
supplies to CPSUs.
40.6 NSIC has initiated a scheme of “Consortia and Tender Marketing Scheme” under which
they are assisting the Micro & Small enterprises to market their products and services
through tender participation on behalf of the individual unit or through consortia.

Accordingly, if the MSEs or the consortia, on whose behalf the bid is submitted by NSIC, is
meeting the BEC and other terms and conditions of tender their bid will be considered for
further evaluation.
Further, in such cases a declaration is to be submitted by MSE/ consortia on their letter head
(s) that all the terms and conditions of tender document shall be acceptable to them.
40.7 It may be noted that Government of India has implemented Trade Receivable Discounting
System (TreDS) to address challenges faced by MSMEs in delayed payments (after
receipt/acceptance of Material/Services) from Government buyers leading to shortfall of
Working Capital. TreDS is an online electronic institutional mechanism for facilitating the
financing of trade receivables of MSMEs through multiple financiers. GAIL is already
registered on the following TreDS platform:
 M/s Receivable Exchange of India (RXIL), Mumbai
 M/s Mynd Solutions Private Limited (Mynd), New Delhi
 M/s A. TREDS (Invoicemart), Mumbai
MSME Bidders are required to register on the TreDS platform. The MSME vendors can
avail the TReDS facility, if they want to.
41 PACKING INSTRUCTIONS
41.1 Packing shall be strong and sturdy such that it can withstand loading/unloading & pushing
by mechanical devices. All packaging shall be done in such a manner as to reduce volume
and weight as much as possible without jeopardizing the safety of the material. All packing
materials shall be new.
41.2 Fragile articles should have special packing materials depending on type of materials.
- 46 -

Page 50 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
41.3 All soft and delicate surfaces on equipment/material should be carefully protected / painted
with suitable coating and wrapped to prevent rusting and damage. All mechanical and
electrical equipment and other heavy articles should be securely fastened to the bottom of
the case, to avoid damage.
41.4 Attachments and spare parts of equipment and all small pieces shall be packed separately in
wooden cases with adequate protection inside the case and sent along with main equipment.
Each item shall be tagged so as to identify it with the main equipment and part number and
reference number shall be indicated.
41.5 All protrusions shall be suitably protected and openings shall be blocked by wooden/steel
covers as may be required.
41.6 Detailed case wise packing list in water proof envelope shall be inserted in each package
together with equipment/material. One copy of ‘Detailed Packing List’ shall be fastened
outside of the package in waterproof envelope and covered by metal cover.
41.7 Each package shall be marked on three sides with proper paints/indelible waterproof ink as
follows:
PURCHASER:
DESTINATION:
Purchase Order No…......................................................................
Net Wt.....................…………….... Kgs,
Gross Wt...................................... Kgs.
Dimensions.................................................X....................X...........................CM.
Package No. (Sl. No. of total packages).........................................................................
Seller’s Name.............................................................................................................
41.8 Permits are to be obtained separately for entry/use of vehicles/trailers etc. inside the plant.
The following requirements are to be met to obtain vehicle permit:-
a) Vehicle/Equipment etc. should be brought to site in good conditions.
b) Valid Road Tax Certificate, fitness certificate and insurance policy from Competent
Authority
c) Valid operating/driving license of driver/operator
d) Any other requirement mentioned elsewhere in Tender Document
42 VENDOR PERFORMANCE EVALUATION
The procedure for evaluation of performance of Supplier containing provisions for putting a
Bidder / Supplier on suspension and/or holiday list (as the case may be) is enclosed as
Annexure II to ITB herewith.
43 MENTIONING OF PAN NO. IN INVOICE/BILL
As per CBDT Notification No. 95/2015 dated 30.12.2015, mentioning of PAN no. is
mandatory for transactions related to procurement of goods / services/ exceeding Rs. 2 Lacs
per transaction or as amended from time to time.
Accordingly, Supplier should mention their PAN no. in their invoice/ bill for any transaction
exceeding Rs. 2 lakhs. As provided in the notification, in case Supplier do not have PAN
no., they have to submit declaration in Form 60 along with invoice/ bill for each
transaction.
Payment of Supplier shall be processed only after fulfilment of above requirement.
44 DISPUTE RESOLUTION MECHANISM
44.1 QUARTERLY CLOSURE OF THE CONTRACT AND SAMADHAN MECHANISM

During execution of orders, various issues may arise. In order to timely detect and to
address the contractual issue(s) during the execution of contracts, GAIL has introduced a
- 47 -

Page 51 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
mechanism of Quarterly Closure of the contract, under which all the related issues /disputes
will be monitored and addressed on quarterly basis for resolution. Vendor/ Supplier/
Contractor/Consultant (hereinafter referred ‘Vendor’) should first refer any issues/disputes
to Engineer-in-Charge (EIC) for LOA/contracts/ Dealing C&P Executive for Purchase
Orders and co-operate them for smooth execution of the contract and to timely address the
issues, if any. For applicability of ‘Quarterly Closure’, please refer BDS.

In case issue is not resolved by above, Supplier may submit their issue(s) to Vendor
Grievance Portal “Samadhan”, which will be addressed by GAIL within 15 days. The
Samadhan Portal is available at https://gailebank.gail.co.in/grievance/welcome.aspx .

Accordingly, the methodology for resolution of issue(s)/ grievance (s) of Vendor shall be as
under:
(i) Any issue should be first referred to EIC for contracts/ Dealing C&P
Executive for Purchase Orders.
(ii) In case issue is not resolved, Vendor may submit their issue/ grievance
through online Vendor Grievance Portal-“Samadhan”.
(iii) In case, Vendor is not satisfied, there is a provision of escalation of issue to
higher authority in GAIL. This option is available two times to vendor.
(iv) Further, issue(s) can only be submitted upto 1 month after closure of
respective Order/ LOA/Contract.
(v) Vendor should refer their issue/ grievance through above mode only. Issue/
grievance received through any other mode shall not be entertained.
44.2 CONCILIATION AND ARBITRATION
1.0 CONCILIATION
GAIL (India) Limited has framed the Conciliation Rules 2010 in conformity with Part – III
of the Arbitration and Conciliation Act 1996 as amended from time to time for speedier,
cost effective and amicable settlement of disputes through conciliation. All
issue(s)/dispute(s) arising under the Contract, which cannot be mutually resolved within a
reasonable time as per clause no. 44.1, may be referred for conciliation in accordance with
GAIL Conciliation Rules 2010 as amended from time to time A copy of the said rules have
been made available on GAIL’s web site i.e. www.gailonline.com.
Where invitation for Conciliation has been accepted by the other party, the Parties shall
attempt to settle such dispute(s) amicably under Part-III of the Arbitration and Conciliation
Act, 1996 and GAIL (India) Limited Conciliation Rules, 2010. It would be only after
exhausting the option of Conciliation as an Alternate Dispute Resolution Mechanism that
the Parties hereto shall invoke Arbitration Clause. For the purpose of this clause, the option
of ‘Conciliation’ shall be deemed to have been exhausted, even in case of rejection of
‘Conciliation’ by any of the Parties.
2.0 ARBITRATION
All issue(s)/dispute(s) excluding the matters that have been specified as excepted matters
and listed at clause no. 2.6 and which cannot be resolved through Conciliation, such
issue(s)/dispute(s) shall be referred to arbitration for adjudication by Sole Arbitrator.
The party invoking the Arbitration shall have the option to either opt for Ad-hoc
Arbitration as provided at Clause 2.1 below or Institutionalized Arbitration as provided at
Clause 2.2 below, the remaining clauses from 2.3 to 2.7 shall apply to both Ad-hoc and
Institutional Arbitration:-
- 48 -

Page 52 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
2.1 On invocation of the Arbitration clause by either party, GAIL shall suggest a panel
of three independent and distinguished persons (Retd Supreme Court & High Court
Judges only) to the other party from the Panel of Arbitrators maintained by ‘Delhi
International Arbitration Centre (DIAC) to select any one among them to act as the
Sole Arbitrator. In the event of failure of the other party to select the Sole Arbitrator
within 30 days from the receipt of the communication from GAIL suggesting the
panel of arbitrators, the right of selection of the sole arbitrator by the other party
shall stand forfeited and GAIL shall appoint the Sole Arbitrator from the suggested
panel of three Arbitrators for adjudication of dispute(s). The decision of GAIL on the
appointment of the sole arbitrator shall be final and binding on the other party. The
fees payable to Sole Arbitrator shall be governed by the fee Schedule of ‘‘Delhi
International Arbitration Centre’.
OR
2.2 If a dispute arises out of or in connection with this contract, the party invoking the
Arbitration shall submit that dispute to any one of the Arbitral Institutions i.e
ICADR/ICA/DIAC/SFCA and that dispute shall be adjudicated in accordance with
their respective Arbitration Rules. The matter shall be adjudicated by a Sole
Arbitrator who shall necessarily be a Retd Supreme Court/High Court Judge to be
appointed/nominated by the respective institution. The cost/expenses pertaining to
the said Arbitration shall also be governed in accordance with the Rules of the
respective Arbitral Institution. The decision of the party invoking the Arbitration for
reference of dispute to a specific Arbitral institution for adjudication of that dispute
shall be final and binding on both the parties and shall not be subject to any change
thereafter. The institution once selected at the time of invocation of dispute shall
remain unchanged.
2.3 The cost of arbitration proceedings shall be shared equally by the parties.
2.4 The Arbitration proceedings shall be in English language and the seat, venue and
place of Arbitration shall be New Delhi, India only.
2.5 Subject to the above, the provisions of Arbitration & Conciliation Act 1996 and any
amendment thereof shall be applicable. All matter relating to this Contract and
arising out of invocation of Arbitration clause are subject to the exclusive
jurisdiction of the Court(s) situated at New Delhi.

2.6 List of Excepted matters:

a) Dispute(s)/issue(s) involving claims below Rs 25 lakhs and above Rs 25


crores.
b) Dispute(s)/issue(s) relating to indulgence of Contractor/Vendor/Bidder in
corrupt/fraudulent/collusive/coercive practices and/or the same is under
investigation by CBI or Vigilance or any other investigating agency or
Government.
c) Dispute(s)/issue(s) wherein the decision of Engineer-In-Charge/owner/GAIL
has been made final and binding in terms of the Contract.
2.7. Disputes involving claims below Rs 25 Lakhs and above Rs. 25 crores:- Parties
mutually agree that dispute(s)/issue(s) involving claims below Rs 25 Lakhs and
above Rs 25 crores shall not be subject matter of Arbitration and are subject to the
exclusive jurisdiction of the Court(s) situated at New Delhi.

3. GOVERNING LAW AND JURISDICTION:

- 49 -

Page 53 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
The Contract shall be governed by and construed in accordance with the laws in
force in India. The Parties hereby submit to the exclusive jurisdiction of the Courts
situated at New Delhi for adjudication of disputes, injunctive reliefs, actions and
proceedings, if any, arising out of this Contract.

45 DISPUTES BETWEEN CPSE’S/GOVERNMENT DEPARTMENT’S/


ORGANIZATIONS
Subject to conciliation as provided above, in the event of any dispute (other than those related
to taxation matters) or difference relating to the interpretation and application of the provisions
of commercial contract(s) between Central Public Sector Enterprises (CPSEs/ Port Trusts)
inter-se and also between CPSEs and Government Departments/ Organizations, such dispute or
difference shall be taken up by either party for resolution only through AMRCD as mentioned
in OPE OM No. 4(1)/2013-DPE(GM)/FTS-1835 dated 22-05-2018.
Any party aggrieved with the decision of the Committee at the First level (tier) may prefer an
appeal before the Cabinet Secretary at the Second level (tier) within 15 days from the date of
receipt of decision of the Committee at First level, through it’s administrative
Ministry/Department, whose decision will be final and binding on all concerned.
The above provisions mentioned at clause no.44 & 45 shall supersede provisions relating to
Conciliation, Arbitration, Governing Law & Jurisdiction and Disputes between CPSE’s/
Government Department’s/ Organizations mentioned in General Conditions of Contract (GCC)
and elsewhere in tender document.
46 REPEAT ORDER-- Not Applicable.

47 PROMOTION OF PAYMENT THROUGH CARDS AND DIGITAL MEANS


To promote cashless transactions, the onward payments by Contractors to their employees,
service providers, sub-contractors and suppliers may be made through Cards and Digital
means to the extent possible

48 PROVISIONS FOR STARTPUS (AS DEFINED IN GAZETTE NOTIFICATION NO.


D.L-33004/99 DATED 18.02.2016 AND 23.05.2017 OF MINISTRY OF COMMERCE
AND INDUSTRY AND AS AMENDED FROM TIME TO TIME) (FOR
APPLICABILITY REFER BDS)- Not Applicable
49 GUIDELINES FOR PROVISION REGARDING INVOICE FOR REDUCED VALUE
OR CREDIT NOTE TOWARDS PRS
PRS is the reduction in the consideration / contract value for the goods / services covered
under this contract. In case of delay in supply/ execution of contract, supplier should raise
invoice for reduced value as per Price Reduction Schedule Clause (PRS clause). If supplier
has raised the invoice for full value, then supplier should issue Credit Note towards the
applicable PRS amount with applicable taxes.
In such cases if supplier fails to submit the invoice with reduced value or does not issue
credit note as mentioned above, GAIL will release the payment to supplier after giving
effect of the PRS clause with corresponding reduction of taxes charged on vendor’s invoice,
to avoid delay in delivery/collection of material.
In case any financial implication arises on GAIL due to issuance of invoice without
reduction in price or non-issuance of Credit Note, the same shall be to the account of
supplier. GAIL shall be entitled to deduct / setoff / recover such GST amount (CGST &

- 50 -

Page 54 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
SGST/UTGST or IGST) together with penalties and interest, if any, against any amounts
paid or becomes payable by GAIL in future to the Supplier under this contract or under any
other contract.

50 UNIQUE DOCUMENT IDENTIFICATION NUMBER BY PRACTICING


CHARTERED ACCOUNTANTS
Practicing Chartered Accountants shall generate Unique Document Identification Number
(UDIN) for all certificates issued by them as per provisions of Tender Document.
However, UDIN may not be required for documents being attested by Chartered
Accountants in terms of provisions of Tender Document.

51 PROVISION W.R.T. TAX COLLECTED AT SOURCE (TCS) ON SALE OF GOODS


UNDER SECTION 206C(1H) OF INCOME TAX ACT:

As per section 206C(1H) of the Income Tax Act, 1961 inserted by Finance Act 2020, a
seller (as defined under the said section), who receives any amount as consideration for sale
of any goods to a buyer (as defined under the provision)of the value or aggregate of such
value exceeding fifty lakh rupees in any previous year, shall levy at the time of sale, TCS
for a sum equal to % as defined (Presently 0.1 per cent) of the sale consideration exceeding
fifty lakh rupees (or limit as specified in the Act) and deposit the same with Government on
receipt/collection of consideration from GAIL.

GAIL will avail TCS credit and adjust such TCS credit against its income tax liability on the
basis of TCS certificate to be issued by seller to GAIL.”

52 PURCHASE PREFERENCE (LINKED) WITH LOCAL CONTENT) (PP-LC):

POLICY TO PROVIDE PURCHASE PREFERENCE (LINKED WITH


LOCAL CONTENT) (PP-LC)

1.0 Ministry of Petroleum & Natural Gas (MoPNG) vide communication no. FP-
2013/2/2017-FP-PNG dated 17.11.2020 has forwarded Policy to provide Purchase
Preference (linked with Local Content) in all the Public Sector Undertakings under
the Ministry of Petroleum and Natural Gas. A copy of the policy is available on
website of MoP&NG (i.e. http://petroleum.nic.in/).

2.1 DEFINITIONS

2.2 Oil and Gas Business Activity shall comprise of Upstream, Midstream and
Downstream business activities.

2.3 Domestic products shall be goods and/or service (including design and engineering)
produced by companies, investing and producing in India.

2.4 Local Content hereinafter abbreviated to LC means the amount of value added in
India which shall, unless otherwise prescribed by the Nodal Ministry, be the total
value of the item procured (excluding net domestic indirect taxes) minus the value of
imported content in the item (including all customs duties) as a proportion of the total
value, in percent.
- 51 -

Page 55 of 1260
--------------------------------------------------------------------------------------------------------------------------------------

2.5 Domestic Manufacturer shall be business entity or individual having business


activity established under Indian law and producing products domestically.

2.6 Supplier of goods and/or provider of service shall be a business entity having
capability of providing goods and/or service in accordance with the business line and
qualification thereof and classified as under:

'Class-I local supplier' means a supplier or service provider, whose goods, services
or works offered for procurement, has local content equal to or more than 50%, as
defined under this Policy.

`Class-II local supplier' means a supplier or service provider, whose goods, services
or works offered for procurement, has local content more than 20% but less than
50%, as defined under this Policy.

`Non-local supplier' means a supplier or service provider, whose goods,


services or works offered for procurement, has local content less than or equal to
20%, as defined under this Policy.

2.7 Steering Committee means the committee to be constituted by MoPNG to


provide effective guidance and to oversee the implementation of the Policy on a
regular and continuing basis.

2.8 Verification shall be an activity to verify the accomplishment of LC by domestic


manufacturers and/or suppliers of goods and/or providers of service with the data
obtained or collected from respective business activities.

2.9 Purchase preference: Where the quoted price is within the margin of
purchase preference of the lowest price, other things being equal, purchase
preference may be granted to the bidder concerned, at the lowest valid price bid.

2.10 Local Content (LC) in Goods shall be the use of raw materials, design and
engineering towards manufacturing, fabrication and finishing of work carried out
within the country.

2.11 Local Content(LC) in Services shall be the use of services up to the final delivery
by utilizing manpower (including specialist), working appliance
(including software) and supporting facilities carried out within in the country.

2.12 Local Content (LC) in EPC contracts shall be the use of materials, design and
engineering comprising of manufacturing, fabrication, assembly and finishing as
well as the use of services by utilizing manpower (including specialist), working
appliance (including software) and supporting facility up to the final delivery,
carried out within the country.

- 52 -

Page 56 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
2.13 Factory overhead cost shall be indirect costs of Manpower,
machine/ working appliance/facility and the whole other fabrication costs needed to
produce a unit of product with the cost not chargeable directly to specified product.

2.14 Company overhead cost shall be costs related to the marketing,


administration and general affairs cost of the company.

2.15 Indian Company means a company formed and registered under the
Companies Act, 2013.

2.16 Foreign company means any company or body corporate incorporated outside India
which— (a) has a place of business in India whether by itself or through an agent.
physically or through electronic mode: and (b) conducts any business activity in
India in any other manner.

3.0 SCOPE

3.1 This PP-LC policy is not applicable for goods/ services falling under the list of items
reserved for exclusive purchase from Micro and Small Enterprises (MSEs) or
Domestically manufactured Electronic Products (DMEP) under the respective
policies.

3.2 In case a bidder is eligible to seek benefit under Policy to Provide Purchase
Preference (Linked with Local Content) (PP-LC) as well as Public Procurement
Policy for MSE 2012 (PPP-2012), then the bidder should categorically confirm its
option to choose benefits against only one of the two policies i.e. either PP-LC and
MSE Policy in Form-1. The option once exercised cannot be modified subsequently.

Purchase preference benefits shall be extended to the bidder based on the declared
option subject to the bidder meeting the requirements contained in respective
Purchase Preference Policy.

In case a MSEs bidder opts for purchase preference based on PP-LC, such bidder
shall not be entitled to claim purchase preference benefit available to MSE Bidders
under PPP-2012.

While evaluating a particular bid that bidder’s option (to avail any one out of two
applicable purchase preference policies, i.e., PP-LC or PPP-2012) will be considered.
For price matching and distribution of quantities among bidders, the precedence shall
be in the following order:-

(a) Public Procurement Policy for MSE 2012


(b) Policy to Provide Purchase Preference (Linked with Local Content) (PP-LC)

3.3 Further, this policy is not applicable for HP-HT operations for time being. The
Charter Hiring of Offshore vessels shall continue to be governed by DG, Shipping
Guidelines. Indian Flag Vessels shall be considered as having 100% LC.

- 53 -

Page 57 of 1260
--------------------------------------------------------------------------------------------------------------------------------------

3.4 The prescribed local content in the Policy shall be applicable on the date of Notice
Inviting Tender/ Issuance of tender.

4.1 MARGIN OF PURCHASE PREFERENCE: The margin of purchase preference


shall be 20%.
5.0 ELIGIBILITY OF ‘CLASS-I LOCAL SUPPLIER’/ ‘CLASS-II LOCAL
SUPPLIER’/ ‘NON-LOCAL SUPPLIERS’ FOR DIFFERENT TYPES OF
PROCUREMENT

5.1 In respect of all goods, services or works in respect of which the Nodal Ministry/
Department under DPIIT's Public Procurement (Preference to Make in India) Order,
2017 has communicated that there is sufficient local capacity and local competition,
only ‘Class-I local supplier’ shall be eligible to bid. Details of such notified goods,
services or works is available on https://dipp.gov.in/public-procurements

5.2 For all other Domestic Competitive tenders, ‘Class-I local supplier’ and ‘Class-II
local supplier’ shall be eligible to bid irrespective of purchase value, but preference
to be given as per PP-LC to the ‘Class-I local supplier’.

5.3 Only ‘Class-I local supplier’ and ‘Class-II local supplier’ shall be eligible to bid,
except when Global tender enquiry/International Competitive Bidding has been
issued. In Global tender enquiry/International Competitive Bidding, ‘Non-local
suppliers’ shall also be eligible to bid along with ‘Class-I local suppliers’ and ‘Class-
II local suppliers’.

5.4 ‘Class-II local supplier’ and ‘Non-local supplier’ will not get purchase preference in
any tender.

5.5 The producers of goods and/or providers of services shall be obliged to fulfil the
requirements of quality and delivery time in accordance with the provisions of the
respective contracts of goods and services.

5.6 If the Ministry is satisfied that Indian suppliers of an item are not allowed to
participate and/or compete in procurement by any foreign government, it may, if it
deems appropriate, restrict or exclude bidders from that country from eligibility for
procurement of that item and/or other items relating to the Ministry.

5.7 For the purpose of para 5.6 above, a supplier or bidder shall be considered to be from
a country if (i) the entity is incorporated in that country, or (ii) a majority of its
shareholding or effective control of the entity is exercised from that country, or (iii)
more that 50% of the value of the item being supplied has been added in that country.
Indian suppliers shall mean those entities which meets any of these tests with respect
to India.

6.0 PURCHASE PREFERENCE- LINKED WITH LOCAL CONTENT (LC)

- 54 -

Page 58 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
6.1 In procurement of all items not covered by para 5.1, the following provisions is to be
considered for LC linked Purchase Preference:

6.1.1 The manufacturers/ service providers having the capability of meeting/


exceeding the local content targets shall be eligible for purchase preference under the
policy, i.e. LC manufacturers/ LC service providers respectively as described below.

6.1.2 Wherever the goods/ services are procured under this policy, eligible (techno-
commercially qualified) ‘Class I Local supplier’ shall be granted a purchase
preference where the quoted price is within the margin of purchase preference of the
lowest price, other things being equal, purchase preference shall be be granted to the
eligible (techno-commercially qualified) Class I Local supplier concerned, at the
lowest valid price bid.

6.1.3 Goods:

(a) If the tenders can be split (as specified in BDS) then the order for 50%
** of the procured quantity would be awarded to the lowest techno-
commercially qualified ‘Class I Local supplier’, subject to matching with L1,
if such bidders are available. The remaining will be awarded to L1.

However, if L1 bidder happens to be a ‘Class I Local supplier’, the entire


procurement value shall be awarded to such bidder.
** If the tendered quantity cannot be divided exactly 50:50, the eligible
Class I Local supplier will have right for quantity not less than 50% of
tendered quantity.

(b) If the tender cannot be split (as specified in BDS) then the order shall be
awarded to the eligible ‘Class I Local supplier’ for the entire quantity.

6.1.4 Services/EPC Contracts :

(a) In case tender for services/ EPC cannot be split (as specified in BDS), The
entire contract would be awarded to the lowest techno-commercially qualified
‘Class I Local supplier’, subject to matching with L1, if such bidders are
available.

(b) In case tender for services/EPC can be split (as specified in BDS), then
splitting shall be allowed and specified in tender documents. Such services
shall follow the procedure outlined for goods as described in goods above at
para at 6.1.3 (a).

6.1.5 For para 6.1.3 and 6.1.4 above, only those ‘Class I Local supplier’ whose bids are
within the margin of purchase preference would be allowed an opportunity to match
L1 bid.

6.1.6 The procedure for award of contract/ order under the policy is at Enclosure-I.

- 55 -

Page 59 of 1260
--------------------------------------------------------------------------------------------------------------------------------------

7.0 Determination of LC: The following process shall be adopted by the bidder to
determine the content of LC:

6.1 LC of Goods

7.1.1 LC of goods shall be computed on the basis of the cost of domestic


components in goods, compared to the whole cost of product.

7.1.2 The criteria for determination of the local content cost in the goods shall be as
follows:

a) in the case of direct component (material), based on country of origin:


b) in the case of manpower, based on INR component.

7.1.3 The calculation of LC of the combination of several kinds of goods shall be based on
the ratio of the sum of the multiplication of LC of each of the goods with the
acquisition price of each goods to the acquisition price of the combination of
goods.

7.2 LC of service

7.2.1 LC of Service shall be calculated on the basis of the ratio of service cost of domestic
component in service to the total cost of service.

7.2.2 The total cost of service shall be constituted of the cost spent for rendering of service,
covering:

a) cost of component (material) which is used:


b) manpower and consultant cost: cost of working equipment/ facility; and c)
general service cost.

7.2.3 The criteria for determination of cost of local content in the service shall be as
follows

a) in the case of material being used to help the provision of service, based on
country of origin;
b) in the case of manpower and consultant based on INR component of the
services contract;
c) in the case of working equipment/facility, based on country of origin: and
d) in the case of general service cost, based on the criteria as mentioned in
clauses a, b, and c above.
e) Indian flag vessels in operation as on date.

7.3 LC of the EPC Contracts:

- 56 -

Page 60 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
7.3.1 LC of EPC contracts shall be the ratio of the whole cost of domestic
components in the combination of goods and services to the whole combined cost of
goods and services.

7.3.2 The whole combined cost of goods and services shall be the cost spent to produce the
combination of goods and services, which is incurred on work site. LC of the
combination of goods and services shall be counted in every activity of the
combination work of goods and services.

7.3.3 The spent cost as mentioned in paragraph 7.3.2 shall include production cost in the
calculation of LC of goods as mentioned in clause 7.1.1 and service cost in the
calculation of LC of services as mentioned in clause 7.2.2.

7.4 Calculation of LC and Reporting

LC shall be calculated on the basis of verifiable data. In the case of data used in the
calculation of LC being not verifiable, the value of LC of the said component shall be
treated as nil.

8.1 CERTIFICATION AND VERIFICATION

8.2 Since ‘Class I/Class II Local suppliers’ are eligible to bid in Domestic Competitive
Bidding only if they meet the local content norms, therefore whether or not they want
to avail PP-LC benefit, it will still be mandatory for them to give adequate
documentation as follows to establish their status as ‘Class-I local supplier’ or
‘Class-II local supplier’:

8.2.1 At bidding stage:

a) Price Break-up:

• The bidder shall provide the percentage of local content in the bid.

b) The bidder shall submit an undertaking [Form -2] from the authorised
signatory of bidder having the Power of Attorney alongwith the bid stating the
bidder meets the mandatory minimum LC requirement and such undertaking
shall become a part of the contract.

(c) In cases of procurement for a value in excess of Rs. 10 crores, the Undertaking
[Form-3] submitted by the bidder shall be supported by a certificate from the
statutory auditor or cost auditor of the company (in the case of companies) or
from a practicing cost accountant or practising chartered accountant (in
respect of other than companies) giving the percentage of local content.

However, in case of foreign bidder, certificate from the statutory auditor or


cost auditor of their own office or subsidiary in India giving the percentage of
local content is also acceptable. In case office or subsidiary in India does not

- 57 -

Page 61 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
exists or Indian office/ subsidiary is not required to appoint statutory Auditors
or cost auditor, certificate from practising cost accountant or practicing
chartered accountant giving the percentage of local content is also acceptable.

(d) In case a supplier is quoting on behalf of manufacturer, in addition to Form -2


and Form-3, the bidder is required to submit Form -4 and Form-5 to be signed
by manufacturer and statutory auditor/ cost auditor/ practicing cost
accountant/practicing chartered accountant of the manufacturer as mentioned
at (c) herein above.

8.1.1 After Contract Award:

• The bidder shall submit an undertaking from the authorised signatory of


bidder having the power of Attorney alongwith the bid stating the bidder
meets the mandatory minimum LC requirement and such undertaking shall
become a part of the contract.

• In cases of procurement for a value in excess of Rs 10 crores, the


undertaking submitted by the bidder shall be supported by a certificate from
the statutory auditor or cost auditor of the company (in case of companies) or
from a practicing cost accountant or practising chartered accountant (in
respect of other than companies) giving the percentage of local content.

• However, in case of foreign bidder. certificate from the statutory auditor or


cost auditor of their own office or subsidiary in India giving the percentage
of local content is also acceptable. In case office or subsidiary in India does
not exist or Indian office/ subsidiary is not required to appoint statutory
auditor or cost auditor, certificate from practising cost accountant or
practising chartered accountant giving the percentage of local content is also
acceptable.

8.2 Each supplier shall provide the necessary local-content documentation to the
statutory auditor or cost auditor of the company (in case of companies) or from a
practicing cost accountant or practising chartered accountant (in respect of other than
companies), which shall review and determine that local content requirements
have been met, and issue a local content certificate to that effect on behalf of
procuring company, stating the percentage of local content in the good or service
measured. The statutory auditor or cost auditor of the company (in case of
companies) or from a practicing cost accountant or practising chartered accountant
(in respect of other than companies) shall keep all necessary information obtained
from suppliers for measurement of Local Content confidential.

8.3 The Local Content certificate shall be submitted along with each invoice raised.
However, the % of local content may vary with each invoice while maintaining the
overall % of local content for the total work/purchase of the pro-rata local content
requirement. In case, it is not satisfied cumulatively in the invoices raised up to that

- 58 -

Page 62 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
stage, the supplier shall indicate how the local content requirement would be met
in the subsequent stages.

8.4 As regards cases where currency quoted by the bidder is other than Indian Rupee,
exchange rate prevailing on the date of Notice Inviting Tender (NIT)/ Issuance of
Tender shall be considered for the calculation of Local Content.

8.5 GAIL shall also have the authority to audit as well as witness production processes to
certify the achievement of the requisite local content.

9.0 Sanctions

9.1 During execution, it shall be the responsibility of the supplier/contractor to ensure


fulfillment of the minimum local content specified in the bidding document failing
which GAIL shall impose sanction on manufacturers/ service providers. The
sanctions shall be in the form of written warning, financial penalty and banning.

9.2 In the event that a manufacturer or supplier of goods and/or provider of services does
not fulfill his obligation after the expiration of the period specified in such warning,
the GAIL shall initiate action for banning such manufacturer/supplier/service
provider as per as per GAIL’s extant “Procedure for action in case
Corrupt/Fraudulent/Collusive/Coercive Practices”

9.3 A manufacturer and/or supplier of goods and/or provider of services who has
been awarded the contract after availing Purchase Preference is found to have
violated the LC provisions, in the execution of the procurement contract of goods
and/or services shall be subject to financial penalty an amount equal to 10% of the
Contract Price. This financial penalty shall be over and above the CPBG value
prescribed in the contract.

9.4 In case a manufacturer and/or supplier of goods and/or provider of services


desires to change the origin of sourcing of material/services, the same may be
allowed with the understanding that in case this results in non compliance to
minimum local content, the penal action as above shall be applicable.

- 59 -

Page 63 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
PROCEDURE FOR AWARD OF CONTRACTS/ ORDERs

A. PROCEDURE FOR AWARD OF CONTRACTS UNDER THIS POLICY


SHALL BE AS FOLLOWS (SUBJECT TO QUANTITY DISTRIBUTION
APPLICABLE TO MSES AS PER PUBLIC PROCUREMENT POLICY FOR
MSE 2012, REFER EXAMPLES GIVEN BELOW):

1.1. In procurement of all items which are divisible in nature, the 'Class I local
supplier' shall get purchase preference over 'Class II local supplier' as well
as 'Non Local Supplier' as per following procedure:

i. Among all qualified bids, the lowest bid will be termed as L1. If L1 is
'Class I local supplier', the contract for full quantity will be awarded to
L1.

ii. If L1 bid is not a 'Class I local supplier', 50% of the order quantity shall
be awarded to L1. Thereafter, lowest bidder among the 'Class I Local
supplier' will be invited to match the L1 price for the remaining 50%
quantity subject to the Class I local supplier's quoted price falling
within the margin of purchase preference. and contract for that quantity
shall be awarded to such 'Class I local supplier' subject to matching the
L1 price.

In case such lowest eligible 'Class I local supplier' fails to match the L1
price or accepts less than the offered quantity, the next higher 'Class I
local supplier' within the margin of purchase preference shall be invited
to match the L1 price for remaining quantity and so on, and contract
shall be awarded accordingly. In case some quantity is still left
uncovered on Class I local suppliers, then such balance quantity may
also be ordered on the L1 bidder.

1.2. In the procurement of all items which are not divisible in nature and in
procurement of services where the bid is evaluated on price alone, the
'Class-I local supplier' shall get purchase preference over 'Class-II local
supplier' as well as 'Non-local supplier', as per following procedure:

i. Among all qualified bids, the lowest bid will be termed as L1. If L1 is
'Class-I local supplier', the contract will be awarded to L1.
ii. If L1 is not 'Class-I local supplier', the lowest bidder among the 'Class-I
local supplier', will be invited to match the L1 price subject to Class-I
local supplier's quoted price falling within the margin of purchase
preference, and the contract shall be awarded to such 'Class-I local
supplier' subject to matching the L1 price.
iii. In case such lowest eligible 'Class-I local supplier' fails to match the L1
price, the 'Class-I local supplier' with the next higher bid within the
margin of purchase preference shall be invited to match the L1 price
and so on and contract shall be awarded accordingly. In case none of

- 60 -

Page 64 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
the 'Class-I local supplier' within the margin of purchase preference
matches the L1 price, the contract may be awarded to the L1 bidder.

B. Example to deal Various situations in case a bidder is eligible to seek benefit


under Policy for Provide Purchase Preference (linked with local content (PP-
LC) as well as Public Procurement Policy for MSE 2012 (PPP for MSE 2012):

(I) Non divisible item


L1 bidder is non MSE, non Class-II local supplier as per PP-LC
L2 bidder is Class-I Local supplier as per PP-LC (prices within 20%)
L3 bidder is MSE bidder (prices within 15%)
MSE bidder shall be given preference to match the L1 price. If bidder matches
the L1 price, order shall be placed on him, otherwise, option for matching the
L1 price shall be given to L2 bidder (PP-LC).

(II) Divisible item-Case 1


L1 bidder is non MSE, non Local supplier/ Class-II local supplier as per PP-
LC
L2 bidder is Class-I Local supplier as per PP-LC (within 20%)
L3 bidder is MSE bidder (within 15%)
MSE bidder shall be given preference to match the L1 price. If bidder matches
the L1 price, order shall be placed on him for the quantity specified in the
bidding document for MSEs (i.e. 25% of the tendered quantity). For 50% of
tendered quantity option for matching the L1 price shall be given to L2 bidder
(Class-I Local supplier as per PP-LC). Balance quantity (i.e. 25% of the
tendered quantity) shall be awarded to original L1 bidder.

(III) Divisible item-Case 2


L1 bidder is non MSE, Non Local supplier/ Class-II as per PP-LC
L2 bidder is Class-I Local supplier as per PP-LC (within 20%) L3
bidder is MSE bidder (within 15%)
L4 bidder is MSE bidder (within 15%))
MSE bidders shall be given preference to match the L1 price. If bidders
matched the L1 price, order shall be placed on each of them for 12.5% of the
tendered quantity. In case L3 or L4 bidder refuses, the order shall be placed
on remaining MSE bidder who matches the L1 prices for 25% of the quantity.
For 50% of tendered quantity option for matching the L1 price shall be given
to L2 bidder (Class-I Local supplier as per PP-LC). Balance quantity (i.e. 25%
of the tendered quantity) shall be awarded to original L1 bidder.

(IV) In case L1 bidder is a MSE bidder, the entire goods/ jobs shall be awarded to
him without resorting to purchase preference to Class-I Local supplier as per
PP-LC.

(V) In case L1 bidder is a Class 1 Local supplier as per PP-LC, purchase


preference shall only be resorted to MSE bidder as per PPP 2012.

- 61 -

Page 65 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
FORM-1
UNDERTAKING FOR APPLICABILITY OF POLICY (APPLICABLE FOR
CLASS-I LOCAL SUPPLIER ONLY)

To,

M/s GAIL (INDIA) LIMITED

SUB:
TENDER NO:

Dear Sir

We, M/s_ (Name of Bidder) hereby confirm that following purchase


preference to be considered: -

Description Preference
Purchase Preference under Public
Procurement Policy for MSE
Policy to Provide Purchase Preference
(linked with local content)

Note:
(i) Please indicate your preference against only one policy.
(ii) The above preference shall be extended only after submission of requisite documents
(as mentioned in the tender documents).
(iii) In case a bidder is eligible to seek benefit under PP-LC policy as well as PPP for
MSE 2012, then the bidder should categorically seek benefits against only one of the
two policies i.e. either PP-LC and MSE policy.
(iv) In case a MSEs bidder opts for purchase preference based on PP-LC, he shall not be
entitled to claim purchase preference benefit available to MSE Bidders under PPP for
MSE 2012.
(v) The option once exercised cannot be modified subsequently.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

- 62 -

Page 66 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
FORM-2
SELF CERTIFICATION BY BIDDER WHO CLASS-I /CLASS-II LOCAL
SUPPLIER TOWARDS MANDATORY MINIMUM LOCAL CONTENT

To,

M/s GAIL (INDIA) LIMITED

SUB:
TENDER NO:

Dear Sir

We, M/s (Name of Bidder) confirm that as per the definition of mentioned in
PP-LC Policy we are:

Class-I Local supplier [ ]

Class-II Local Supplier [ ]

(Bidder is to tick appropriate option (


or X) above).

It is further confirm that M/s (Name of Bidder)/ )/ M/s ……………. (Name


of Manufacturer, in case bidder is a supplier quoting on behalf of manufacturer)
(strikethrough which is not applicable) meet the mandatory minimum Local content
requirement of ………………………% specified for Class-I Local supplier/ Class-II Local
supplier (strikethrough which is not applicable) under Policy to Provide Purchase
Preference (linked with local content).

We further confirm that in case we fail to meet the minimum local content, the same shall
be treated false information and GAIL will take action as per provision of tender document.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

- 63 -

Page 67 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
FORM-3
CERTIFICATE BY STATUTORY AUDITOR/COST AUDITOR/ CHARTERED
ACCOUNTANT OF BIDDER WHO CLASS-I /CLASS-II LOCAL SUPPLIER
TOWARDS MANDATORY MINIMUM LOCAL CONTENT

To,
M/s GAIL (INDIA) LIMITED

SUB:
TENDER NO:

Dear Sir

1. We the statutory auditor/ cost auditor/chartered accountant (not an


employee of the company) of M/s._ (Name of the bidder) hereby certify that
as per definition specified in PP-LC policy, M/s. (Name of the bidder) is

Class-I Local supplier [ ]

Class-II Local Supplier [ ]

(Bidder is to tick appropriate option (


or X) above).

2. It is further confirm that M/s (Name of Bidder)/ M/s …………….


(Name of Manufacturer, in case bidder is a supplier quoting on behalf of
manufacturer) (strikethrough which is not applicable) meet the mandatory
minimum Local content requirement of ………………………% specified for Class-I
Local supplier/ Class-II Local supplier (strikethrough which is not applicable) under
Policy to Provide Purchase Preference (linked with local content) quoted vide offer
No. dated against tender No. by M/s (Name
of the bidder).”

Name of Audit Firm: [Signature of Authorized Signatory]


Name:
Date: Designation:
Seal:
Membership no.
Note:
(i) This certificate it to be furnished by the statutory auditor or cost auditor of the
company (in the case of companies) or from a practicing cost accountant or
practicing chartered accountant (in respect of suppliers other than companies)
(ii) The above format is indicative, the statutory auditor/ cost auditor/ cost accountant
can modify the format without changing the intent of certification.

- 64 -

Page 68 of 1260
--------------------------------------------------------------------------------------------------------------------------------------

FORM-4

UNDERTAKING BY MANUFACTURER TOWARDS MANDATORY MINIMUM


LC

(IN CASE SEEKING BENEFIT OF PP-LC)

To,

(Name and address of authorized supplier)

SUB:

TENDER NO:

Dear Sir

We, M/s_ (Name of Manufacturer) undertake that we meet the mandatory


minimum Local content requirement of ………………………% specified for Class-I Local
supplier/ Class-II Local supplier(strikethrough which is not applicable) under Policy to
Provide Purchase Preference (linked with local content).

Place: [Signature of Authorized Signatory of Manufacturer]


Date: Name:
Designation:
Seal:

Note :
1. The above undertaking is to be submitted by manufacturer to supplier on their letter
head in case bid is submitted by a supplier.
2. Authorized Signatory of Manufacturer will be director or Company secretary

- 65 -

Page 69 of 1260
--------------------------------------------------------------------------------------------------------------------------------------

FORM-5
CERTIFICATE BY STATUTORY AUDITOR OR COST AUDITOR OF THE
COMPANY (IN THE CASE OF COMPANIES) OR FROM A PRACTISING COST
ACCOUNTANT OR PRACTISING CHARTERED ACCOUNTANT (IN RESPECT
OF OTHER THAN COMPANIES) OF MANUFACTURER OF CLASS-I/ CLASS-II
SUPPLIER

To,

(Name and address of authorized supplier)

SUB:

TENDER NO:

Dear Sir

We the statutory auditor / cost auditor/ practising cost accountant/ practising


chartered accountant of M/s._ (Name of Manufacturer) hereby certify that
M/s. (Name of Manufacturer) meet the mandatory minimum Local content
requirement of ………………………% specified for Class-I Local supplier/ Class-II Local
supplier (strikethrough which is not applicable) under Policy to Provide Purchase
Preference (linked with local content) quoted vide offer No. dated
against tender No. by M/s (Name of the bidder).”

Name of Audit Firm: [Signature of Authorized Signatory]


Name:
Date: Designation:
Seal:
Membership no.

Note:

1. The above undertaking is to be submitted by statutory auditor / cost auditor/


practising cost accountant/ practising chartered accountant of manufacturer on their
letter head in case bid is submitted by a supplier on behalf of manufacturer.
2. The above format is indicative, the statutory auditor / cost auditor/ practising cost
accountant/ practising chartered accountant can modify the format without changing
the intent of certification.

- 66 -

Page 70 of 1260
--------------------------------------------------------------------------------------------------------------------------------------

FORMAT-I

UNDERTAKING REGARDING SUBMISSION OF ELECTRONIC INVOICE


(E-INVOICE AS PER GST LAWS)
(To be submitted on letter head along with documents for release of payment_

To,
M/s GAIL (INDIA) LIMITED
SUB:
LOA NO:

Dear Sir,

We (Name of the Supplier/Contractor/Service Provider/


Consultant) hereby confirm that E-Invoice provision as per the GST Law is

i. Applicable to us [ ]
ii. Not Applicable to us [ ]

(Supplier/Contractor/Service Provider/ Consultant to tick appropriate option (


or ×)
above).

In case, same is applicable to us, we confirm that we will submit E-Invoice after complying with all
the requirements of GST Laws. If the invoice issued without following this process, such invoice
can-not be processed for payment by GAIL as no ITC is allowed on such invoices. We also confirm
that if input tax credit is not available to GAIL for any reason attributable to
Supplier/Contractor/Service Provider/ Consultant (both for E-invoicing cases and non-E-invoicing
cases), then GAIL shall not be obligated or liable to pay or reimburse GST (CGST & SGST/UTGST
or IGST) claimed in the invoice(s) and shall be entitled to deduct / setoff / recover such GST
amount (CGST & SGST/UTGST or IGST) or Input Tax Credit amount together with penalties and
interest, if any, by adjusting against any amounts paid or becomes payable in future to the
Supplier/Contractor/Service Provider/ Consultant under this contract or under any other contract.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Bidder Name:
Seal:

- 67 -

Page 71 of 1260
--------------------------------------------------------------------------------------------------------------------------------------

Annexure-I

PROCEDURE FOR ACTION IN CASE CORRUPT/FRAUDULENT/COLLUSIVE/COERCIVE PRACTICES

A Definitions:

A.1 “Corrupt Practice” means the offering, giving, receiving or soliciting, directly or indirectly, anything of value
to improperly influence the actions in selection process or in contract execution.
“Corrupt Practice” also includes any omission for misrepresentation that may mislead or attempt to mislead so
that financial or other benefit may be obtained or an obligation avoided.
A2 “Fraudulent Practice” means and include any act or omission committed by a agency or with his connivance or
by his agent by misrepresenting/ submitting false documents and/ or false information or concealment of facts
or to deceive in order to influence a selection process or during execution of contract/ order.
A3 “Collusive Practice amongst bidders (prior to or after bid submission)” means a scheme or arrangement
designed to establish bid prices at artificial non-competitive levels and to deprive the Employer of the benefits
of free and open competition.
A.4 “Coercive practice” means impairing or harming or threatening to impair or harm directly or indirectly, any
agency or its property to influence the improperly actions of an agency, obstruction of any investigation or
auditing of a procurement process.
A.5 “Vendor/Supplier/Contractor/Consultant/Bidder” is herein after referred as “Agency”
A.6 ”Appellate Authority” shall mean Committee of Directors consisting of Director (Finance) and Director (BD)
for works centers under Director (Projects). For all other cases committee of Directors shall consist of Director
(Finance) & Director (Projects).
A.7 “Competent Authority” shall mean the authority, who is competent to take final decision for Suspension of
business dealing with an Agency/ (ies) and Banning of business dealings with Agency/ (ies) and shall be the
“Director” concerned.
A.8 “Allied Agency” shall mean all the concerns within the sphere of effective influence of banned/ suspended
agencies. In determining this, the following factors may be taken into consideration:
(a) Whether the management is common;
(b) Majority interest in the management is held by the partners or directors of banned/ suspended firm.
(c ) substantial or majority shares are owned by banned/ suspended agency and by virtue of this it has a
controlling voice.
A.9 “Investigating Agency” shall mean any department or unit of GAIL investigating into the conduct of Agency/
party and shall include the Vigilance Department of the GAIL, Central Bureau of Investigation, State Police or
any other agency set up by the Central or state government having power to investigate.

B Actions against bidder(s) indulging in corrupt /fraudulent/ collusive/ coercive practice

B.1 Irregularities noticed during the evaluation of the bids :

If it is observed during bidding process/ bids evaluation stage that a bidder has indulged in corrupt/fraudulent
/collusive/coercive practice, the bid of such Bidder (s) shall be rejected.
Further, such agency shall be banned for future business with GAIL for a period specified in para B 2.2 below
from the date of issue of banning order.

B.2 Irregularities noticed after award of contract

(i) During execution of contract:

If an agency, is found to have indulged in corrupt/fraudulent/ collusive/coercive practices, during


execution of contract, the agency shall be banned for future business with GAIL for a period
specified in para B 2.2 below from the date of issue of banning order.
The concerned order (s)/ contract(s) where corrupt/fraudulent/collusive practices is observed, shall be
suspended with immediate effect by Engineer-in-Charge (EIC)/ Employer whereby the supply/ work/
service and payment etc. will be suspended. The action shall be initiated for putting the agency on
banning.
After conclusion of process, the order (s)/ contract (s) where it is concluded that such irregularities
have been committed shall be terminated and Contract cum Performance Bank Guarantee (CPBG)/
Contract Performance Security (CPS) submitted by agency against such order (s)/ contract (s) shall

- 68 -

Page 72 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
also be forfeited. The amount that may have become due to the contractor on account of work already
executed by him shall be payable to the contractor and this amount shall be subject to adjustment
against any amounts due from the contractor under the terms of the contract.
No risk and cost provision will be enforced in such cases.

(i). After execution of contract and during Defect liability period (DLP)/ Warranty/Guarantee
Period:

If an agency is found to have indulged in corrupt/fraudulent/ collusive/coercive practices, after


execution of contract and during DLP/ Warranty/Guarantee Period, the agency shall be banned for
future business with GAIL for a period specified in para B 2.2 below from the date of issue of
banning order.
Further, the Contract cum Performance Bank Guarantee (CPBG)/Contract Performance Security
(CPS) submitted by agency against such order (s)/ contract (s) shall be forfeited.

(ii). After expiry of Defect liability period (DLP)/ Warranty/Guarantee Period

If an agency is found to have indulged in corrupt/fraudulent/ collusive/coercive practices, after expiry


of Defect liability period (DLP)/ Warranty/Guarantee Period, the agency shall be banned for future
business with GAIL for a period specified in para B 2.2 below from the date of issue of banning
order.

B.2.2 Period of Banning

The period of banning of agencies indulged in Corrupt/ Fraudulent/ Collusive/Coercive Practices shall be
as under and to be reckoned from the date of banning order:

S. Description Period of banning


No. from the date of
issuance of Banning
order
1 Misrepresentation/False information other than pertaining to BEC 02 years
of tender but having impact on the selection process.
For example, if an agency confirms not being in holiday/
banning list of PSUs/ Govt. Dept., liquidation, bankruptcy & etc.
and subsequently it is found otherwise, such acts shall be
considered in this category.
2 Corrupt/Fraudulent (pertaining to BEC of tender) 03 years
/Collusive/Coercive Practices

2.1 If an agency again commits Corrupt/Fraudulent (pertaining to


BEC of tender) /Collusive/ Coercive Practices in subsequent
cases after their banning, such situation of repeated offense to be
dealt with more severity and following shall be the period of
banning:

(v) Repeated once 7 years (in addition


to the period already
served)

(vi) Repeated twice or more 15 years (in addition


to the period already
served)
3 Indulged in unauthorized disposal of materials provided by 7 years
GAIL
4 If act of vendor/ contractor is a threat to the National Security 15 years

C Effect of banning on other ongoing contracts/ tenders

C.1 If an agency is put on Banning, such agency should not be considered in ongoing tenders/future tenders.

- 69 -

Page 73 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
C.2 However, if such an agency is already executing other order (s)/ contract (s) where no corrupt/fraudulent/
collusive/coercive practice is found, the agency should be allowed to continue till its completion without any
further increase in scope except those incidental to original scope mentioned in the contract.
C.3 If an agency is put on the Banning List during tendering and no irregularity is found in the case under process:
C.3.1 after issue of the enquiry /bid/tender but before opening of Technical bid, the bid submitted by the agency shall
be ignored.
C.3.2 after opening Technical bid but before opening the Price bid, the Price bid of the agency shall not be opened .
C.3.3 after opening of price, the offer of the agency shall be ignored & will not be further evaluated. If the agency is
put on banning list for fraud/ mis-appropriation of facts committed in the same tender/other tender where errant
agency emerges as the lowest (L1), then such tender shall also be cancelled and re-invited.

D. Procedure for Suspension of Bidder

D.1 Initiation of Suspension

Action for suspension business dealing with any agency/(ies) shall be initiated by Corporate C&P Department
when

(i) Corporate Vigilance Department based on the fact of the case gathered during investigation by them
recommend for specific immediate action against the agency.
(ii) Corporate Vigilance Department based on the input from Investigating agency, forward for specific
immediate action against the agency.
(iii) Non performance of Vendor/Supplier/Contractor/Consultant leading to termination of Contract/
Order.

D.2 Suspension Procedure:

D.2.1 The order of suspension would operate initially for a period not more than six months and is to be
communicated to the agency and also to Corporate Vigilance Department. Period of suspension can be
extended with the approval of the Competent Authority by one month at a time with a ceiling of six
months pending a conclusive decision to put the agency on banning list.
D.2.2 During the period of suspension, no new business dealing may be held with the agency.
D.2.3 Period of suspension shall be accounted for in the final order passed for banning of business with the
agency.
D.2.4 The decision regarding suspension of business dealings should also be communicated to the agency.
D.2.5 If a prima-facie, case is made out that the agency is guilty on the grounds which can result in banning of
business dealings, proposal for issuance of suspension order and show cause notice shall be put up to the
Competent Authority. The suspension order and show cause notice must include that (i) the agency is put
on suspension list and (ii) why action should not be taken for banning the agency for future business from
GAIL.
The competent authority to approve the suspension will be same as that for according approval for
banning.

D3 Effect of Suspension of business:

Effect of suspension on other on-going/future tenders will be as under:

D.3.1 No enquiry/bid/tender shall be entertained from an agency as long as the name of agency appears in the
Suspension List.
D.3.2 If an agency is put on the Suspension List during tendering:
D.3.2.1 after issue of the enquiry /bid/tender but before opening of Technical bid, the bid submitted by the agency
shall be ignored.
D.3.2.2 after opening Technical bid but before opening the Price bid, the Price bid of the agency shall not be
opened.
D.3.2.3 after opening of price, the offer of the agency shall be ignored & will not be further evaluated. If the
agency is put on Suspension list for fraud/ mis-appropriation of facts conducted in the same tender/other
tender where errant agency emerges as the lowest (L1), then such tender shall also be cancelled and re-
invited.
D.3.3 The existing contract (s)/ order (s) under execution shall continue.
D.3.4 Tenders invited for procurement of goods, works and services shall have provision that the bidder shall
submit a undertaking to the effect that (i) neither the bidder themselves nor their allied agency/(ies) are on

- 70 -

Page 74 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
banning list of GAIL or the Ministry of Petroleum and Natural Gas and (ii) bidder is not banned by any
Government department/ Public Sector.

F. Appeal against the Decision of the Competent Authority:

F.1 The agency may file an appeal against the order of the Competent Authority for putting the agency on banning
list. The appeal shall be filed to Appellate Authority. Such an appeal shall be preferred within one month from
the of receipt of banning order.
F.2 Appellate Authority would consider the appeal and pass appropriate order which shall be communicated to the
party as well as the Competent Authority.
F.3 Appeal process may be completed within 45 days of filing of appeal with the Appellate Authority.

G. Wherever there is contradiction with respect to terms of ‘Integrity pact’ , GCC and ‘Procedure for action in
case of Corrupt/Fraudulent/ Collusive/Coercive Practice’, the provisions of ‘Procedure for action in case of
Corrupt/Fraudulent/ Collusive/Coercive Practice’ shall prevail.

- 71 -

Page 75 of 1260
--------------------------------------------------------------------------------------------------------------------------------------

Annexure-II

PROCEDURE FOR EVALUATION OF PERFORMANCE OF VENDORS/ SUPPLIERS/ CONTRACTORS/


CONSULTANTS

1.0 GENERAL

A system for evaluation of Vendors/ Suppliers/Contractors/ Consultants and their performance is a key process
and important to support an effective purchasing & contracting function of an organization.
Performance of all participating Vendors/ Suppliers/Contractors/ Consultants need to be closely monitored to
ensure timely receipt of supplies from a Vendor, completion of an assignment by a Consultant or complete
execution of order by a contractor within scheduled completion period. For timely execution of projects and
meeting the operation & maintenance requirement of operating plants, it is necessary to monitor the execution
of order or contracts right from the award stage to completion stage and take corrective measures in time.

2.0 OBJECTIVE

The objective of Evaluation of Performance aims to recognize, and develop reliable Vendors/
Suppliers/Contractors/ Consultants so that they consistently meet or exceed expectations and requirements.
The purpose of this procedure is to put in place a system to monitor performance of Vendors/
Suppliers/Contractors/ Consultants associated with GAIL so as to ensure timely completion of various
projects, timely receipt of supplies including completion of works & services for operation and maintenance of
operating plants and quality standards in all respects.

3.1 METHODOLOGY

i) Preparation of Performance Rating Data Sheet


Performance rating data Sheet for each and every Vendor/ Supplier/Contractor/Consultant for all
orders/Contracts with a value of Rs. 50 Lakhs and above is recommended to be drawn up. Further,
Performance rating data Sheet for orders/contracts of Vendor/Supplier/Contractor/ Consultant who
are on watch list/holiday list/ banning list shall be prepared irrespective of order/ contract value.
These data sheets are to be separately prepared for orders/ contracts related to Projects and O&M.
Format, Parameters, Process, responsibility for preparation of Performance Rating Data Sheet are
separately mentioned.
ii) Measurement of Performance
Based on the parameters defined in Data Sheet, Performance of concerned Vendor/
Supplier/Contractor/ Consultant would be computed and graded accordingly. The measurement of
the performance of the Party would be its ability to achieve the minimum scoring of 60% points in the
given parameters.
iii) Initiation of Measures:
Depending upon the Grading of Performance, corrective measures would be initiated by taking up the
matter with concerned Vendor/ Supplier/Contractor/ Consultant. Response of Vendor/
Supplier/Contractor/ Consultant would be considered before deciding further course of action.
iv) Implementation of Corrective Measures:
Based on the response of Vendor/ Supplier/Contractor/ Consultant, concerned Engineer-in-Charge for
the Projects and/or OIC in case of O&M would recommend for continuation or discontinuation of
such party from the business of GAIL.
v) Orders/contracts placed on Proprietary/OEM basis for O&M will be evaluated and, if required,
corrective action will be taken for improvement in future.

4.1 EXCLUSIONS:

The following would be excluded from the scope of evaluation of performance of Vendors/
Suppliers/Contractors/ Consultants :

i) Orders/Contracts below the value of Rs. 50 Lakhs if Vendor/ Supplier/Contractor/ Consultant is not
on watch list/ holiday list/ banning list.
ii) Orders for Misc./Administrative items/ Non stock Non valuated items (PO with material code ending
with 9).

- 72 -

Page 76 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
However, concerned Engineer-in-Charge /OICs will continue to monitor such cases so as to minimize the
impact on Projects/O&M plants due to non performance of Vendors/ Suppliers/Contractors/ Consultants in all
such cases.

5.1 PROCESS OF EVALUATION OF PERFORMANCE OF VENDORS/ SUPPLIERS/ CONTRACTORS/


CONSULTANTS

5.2 FOR PROJECTS

i) Evaluation of performance of Vendors/ Suppliers/Contractors/ Consultants in case of PROJECTS


shall be done immediately with commissioning of any Project.
ii) On commissioning of any Project, EIC (Engineer-in-charge)/ Project-in-charge shall prepare a
Performance Rating Data Sheet (Format at Annexure-1) for all Orders and Contracts.
iii) Depending upon the Performance Rating, following action shall be initiated by Engineer-in-
charge/Project-in-charge:

Sl.No. Performance Action


Rating
1 POOR Seek explanation for Poor performance
2 FAIR Seek explanation for Fair performance
3 GOOD Letter to the concerned for improving
performance in future
4 VERY GOOD No further action

iv) Reply from concerned Vendor/ Supplier/Contractor/ Consultant shall be examined. In case of
satisfactory reply, Performance Rating data Sheet to be closed with a letter to the concerned for
improving performance in future.
v) When no reply is received or reasons indicated are unsatisfactory, the following actions need to be
taken:

A) Where performance rating is “POOR” (as per Performance Rating carried out after execution
of Order/ Contract and where no reply/ unsatisfactory reply is received from party against
the letter seeking the explanation from Vendor/Supplier/Contractor/ Consultant along with
sharing the performance rating)

Recommend such defaulting Vendor/Supplier/Contractor/ Consultant for the following


action:

(a) First such instance: Advisory notice (Yellow Card) shall be issued and
Vendor/Supplier/Contractor/ Consultant shall be put on watch list for a period of
Three (3) Years.
Such vendor will be allowed to participate in all other tenders and to execute other
ongoing order/ contract (s) or new contract/ order (s).

The Yellow card will be automatically revoked after a period of three years unless
the same is converted into Red Card due to subsequence instances of poor/ non-
performance in other ongoing order (s)/ contract (s) or new order (s) /contact (s) on
such Vendor/ Supplier/ Contractor/ Consultant.

(b) Second such instance in other ongoing order (s)/ contract (s) or new order (s)
/contact (s) on such Vendor/ Supplier/ Contractor/ Consultant

(i) Poor Performance due to reasons other than Quality: Putting on Holiday
for a period of One Year
(ii) Poor Performance on account of Quality (if any mark obtained against
Quality parameter is less than 30): Putting on Holiday for a period of
Two Years

(c) Subsequent instances (more than two) in other ongoing order (s)/ contract (s) or
new order (s) /contact (s) on such Vendor/ Supplier/ Contractor/ Consultant:
Putting on Holiday for a period of Three Years

- 73 -

Page 77 of 1260
--------------------------------------------------------------------------------------------------------------------------------------

B) Where Poor/Non-Performance leading to termination of contract or Offloading of contract


due to poor performance attributable to Vendor/Supplier/ Contractor/Consultant (under
clause no. 32 (C) of GCC-Works)

(a) First instance: Advisory notice (Yellow Card) shall be issued and
Vendor/Supplier/Contractor /Consultant shall be put on watch list for a period of
Three (3) Years.
Further such vendor will not be allowed to participate in the re-tender of the same
supply/work/services of that location which has terminated / offloaded. Moreover, it
will be ensured that all other action as per provision of contract including forfeiture
of Contract Performance Security (CPS) etc. are undertaken.
However, such vendor will be allowed to participate in all other tenders and to
execute other ongoing order/ contract (s) or new contract/ order (s).
The Yellow card will be automatically revoked after a period of three years unless
the same is converted into Red Card due to subsequence instances of poor/ non-
performance in other ongoing order (s)/ contract (s) or new order (s) /contact (s) on
such Vendor/ Supplier/ Contractor/ Consultant.

(b) Second instances in other ongoing order (s)/ contract (s) or new order (s) /contact
(s) on such Vendor/ Supplier/ Contractor/ Consultant: Holiday (Red Card) for
period of One Year and they shall also to be considered for Suspension.

(c) Subsequent instances (more than two) in other ongoing order (s)/ contract (s) or
new order (s) /contact (s) on such Vendor/ Supplier/ Contractor/ Consultant:
Holiday (Red Card) for period of Three Years and they shall also to be
considered for Suspension.

(C) Where Performance rating is “FAIR”:


Issuance of warning to such defaulting Vendor/ Supplier/Contractor/ Consultant to improve
their performance.

5.3 FOR CONSULTANCY JOBS

Monitoring and Evaluation of consultancy jobs will be carried out in the same way as described in para 5.1 for
Projects.

5.4 FOR OPERATION & MAINTENANCE

i) Evaluation of performance of Vendors/ Suppliers/Contractors/ Consultants in case of Operation and


Maintenance shall be done immediately after execution of order/ contract.
ii) After execution of orders a Performance Rating Data Sheet (Format at Annexure-2) shall be prepared
for Orders by Site C&P and for Contracts/Services by respective Engineer-In-Charge.
iii) Depending upon Performance Rating, following action shall be initiated by EIC:

Sl. No. Performance Rating Action

1 POOR Seek explanation for Poor performance


2. FAIR Seek explanation for Fair performance
3 GOOD Letter to the concerned for improving
performance in future.
4 VERY GOOD No further action

iv) Reply from concerned Vendor/ Supplier/Contractor/ Consultant shall be examined. In case of
satisfactory reply, Performance Rating data Sheet to be closed with a letter to the concerned for
improving performance in future.
v) When no reply is received or reasons indicated are unsatisfactory, the following actions need to be
taken:

A) Where performance rating is “POOR” (as per Performance Rating carried out after execution
of Order/ Contract and where no reply/ unsatisfactory reply is received from party against

- 74 -

Page 78 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
the letter seeking the explanation from Vendor/Supplier/Contractor/ Consultant along with
sharing the performance rating)

Recommend such defaulting Vendor/Supplier/Contractor/ Consultant for the following


action:

(a) First such instance: Advisory notice (Yellow Card) shall be issued and
Vendor/Supplier/Contractor/ Consultant shall be put on watch list for a period of
Three (3) Years.
Such vendor will be allowed to participate in all other tenders and to execute other
ongoing order/ contract (s) or new contract/ order (s).
The Yellow card will be automatically revoked after a period of three years unless
the same is converted into Red Card due to subsequence instances of poor/ non-
performance in other ongoing order (s)/ contract (s) or new order (s) /contact (s) on
such Vendor/ Supplier/ Contractor/ Consultant.

(b) Second such instance in other ongoing order (s)/ contract (s) or new order (s)
/contact (s) on such Vendor/ Supplier/ Contractor/ Consultant

(i) Poor Performance due to reasons other than Quality: Putting on Holiday
for a period of One Year
(ii) Poor Performance on account of Quality (if any mark obtained against
Quality parameter is less than 30): Putting on Holiday for a period of
Two Years

(c) Subsequent instances (more than two) in other ongoing order (s)/ contract (s) or
new order (s) /contact (s) on such Vendor/ Supplier/ Contractor/ Consultant:
Putting on Holiday for a period of Three Years

B) Where Poor/Non-Performance leading to termination of contract or Offloading of contract


due to poor performance attributable to Vendor/Supplier/ Contractor/Consultant (under
clause no. 32 (C) of GCC-Works)

(a) First instance: Advisory notice (Yellow Card) shall be issued and
Vendor/Supplier/Contractor /Consultant shall be put on watch list for a period of
Three (3) Years.
Further such vendor will not be allowed to participate in the re-tender of the same
supply/work/services of that location which has terminated / offloaded. Moreover, it
will be ensured that all other action as per provision of contract including forfeiture
of Contract Performance Security (CPS) etc. are undertaken.
However, such vendor will be allowed to participate in all other tenders and to
execute other ongoing order/ contract (s) or new contract/ order (s).
The Yellow card will be automatically revoked after a period of three years unless
the same is converted into Red Card due to subsequence instances of poor/ non-
performance in other ongoing order (s)/ contract (s) or new order (s) /contact (s) on
such Vendor/ Supplier/ Contractor/ Consultant.

(b) Second instances in other ongoing order (s)/ contract (s) or new order (s) /contact
(s) on such Vendor/ Supplier/ Contractor/ Consultant: Holiday (Red Card) for
period of One Year and they shall also to be considered for Suspension.

(c) Subsequent instances (more than two) in other ongoing order (s)/ contract (s) or
new order (s) /contact (s) on such Vendor/ Supplier/ Contractor/ Consultant:
Holiday (Red Card) for period of Three Years and they shall also to be
considered for Suspension.

(C) Where Performance rating is “FAIR”


Issuance of warning to such defaulting Vendors/Contractors/Consultants to improve their
performance.

- 75 -

Page 79 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
6.1 REVIEW & RESTORATION OF PARITES PUT ON HOLIDAY

6.2 An order for Holiday passed for a certain specified period shall deemed to have been automatically revoked on
the expiry of that specified period and it will not be necessary to issue a specific formal order of revocation.

Further, in case Vendor/ Supplier/Contractor/ Consultant is put on holiday due to quality, and new order is
placed on bidder after restoration of Vendor/ Supplier/Contractor/ Consultant, such order will be properly
monitored during execution stage by the concerned site.

7.0 EFFECT OF HOLIDAY

7.1 If a Vendor/ Supplier/Contractor/ Consultant is put on Holiday, such Vendor/ Supplier/Contractor/ Consultant
shall not be considered in ongoing tenders/future tenders.
7.2 However, if such Vendor/ Supplier/Contractor/ Consultant is already executing any other order/ contract and
their performance is satisfactory in terms of the relevant contract, should be allowed to continue till its
completion without any further increase in scope except those incidental to original scope mentioned in the
contract. In such a case CPBG will not be forfeited and payment will be made as per provisions of concerned
contract. However, this would be without prejudice to other terms and conditions of the contract.
7.3. Effect on other ongoing tendering:
7.3.1 after issue of the enquiry /bid/tender but before opening of Technical bid, the bid submitted by the party shall
be ignored.
7.3.2 after opening Technical bid but before opening the Price bid, the Price bid of the party shall not be opened.
7.3.3 after opening of price, the offer of the party shall be ignored & will not be further evaluated. If errant party
emerges as the lowest (L1), then such tender shall also be cancelled and re-invited.
8.0 While putting the Vendor/ Supplier/Contractor/ Consultant on holiday as per the procedure, the holding
company, subsidiary, joint venture, sister concerns, group division of the errant Vendor/ Supplier/Contractor/
Consultant shall not be considered for putting on holiday list.
Any bidder, put on holiday, will not be allowed to bid through consortium route also in new tender during the
period of holiday.
9.0 If an unsuccessful bidder makes any vexatious, frivolous or malicious complaint against the tender process
with the intention of delaying or defeating any procurement or causing loss to GAIL or any other bidder, such
bidder will be put on holiday for a period of six months, if such complaint is proved to be vexatious, frivolous
or malicious, after following the due procedure.

10. APPEAL AGAINST THE DECISION OF THE COMPETENT AUTHORITY:

(a) The party may file an appeal against the order of the Competent Authority for putting the party on
Holiday list. The appeal shall be filed to Appellate Authority. Such an appeal shall be preferred within
one month from the of receipt of Holiday order.
(b) Appellate Authority would consider the appeal and pass appropriate order which shall be
communicated to the party as well as the Competent Authority.
(c) Appeal process may be completed within 45 days of filing of appeal with the Appellate Authority.
(d) “Appellate Authority” shall mean Committee of Directors consisting of Director (Finance) and Director
(BD) for works centers under Director (Projects). For all other cases committee of Directors shall
consist of Director (Finance) & Director (Projects).

11. ERRANT BIDDER

In case after price bid opening the lowest evaluated bidder (L1) is not awarded the job for any mistake
committed by him in bidding or withdrawal of bid or modification of bid or varying any term in regard thereof
leading to re-tendering, such bidder shall be debarred from participation in re-tendering of the same
job(s)/item(s).

Further, such bidder will be put on holiday for a period of six months after following the due procedure.

12. In case CBIC (Central Board of Indirect Taxes and Customs)/ any tax authority / any equivalent government
agency brings to the notice of GAIL that the Supplier has not remitted the amount towards GST (CGST &
SGST/UTGST or IGST) collected from GAIL to the government exchequer, then, that Supplier shall be put
under Holiday list of GAIL for period of six months after following the due procedure. This action will be in
addition to the right of recovery of financial implication arising on GAIL.

- 76 -

Page 80 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
Annexure-1
GAIL (India) Limited
PERFORMANCE RATING DATA SHEET
(FOR PROJECTS/ CONSULTANCY JOBS)

i) Project/Work Centre :
ii) Order/ Contract No. & date :
iii) Brief description of Items :
Works/Assignment
iv) Order/Contract value (Rs.) :
v) Name of Vendor/Supplier/ :
Contractor/ Consultant
vi) Contracted delivery/ :
Completion Schedule
vii) Actual delivery/ :
Completion date

Performance Delivery/ Completion Quality Reliability Total


Parameter Performance Performance Performance#
Maximum Marks 40 40 20 100
Marks Allocated

Note:
Remarks (if any)
PERFORMANCE RATING (**)
Note :
(#) Vendor/Supplier/Contractor/Consultant who seek repeated financial assistance or deviation beyond contract
payment term or seeking direct payment to the sub-vendor/sub-contractor due to financial constraints, then ‘0’
marks should be allotted against Reliability Performance.
(*) Allocation of marks should be as per enclosed instructions
(**) Performance rating shall be classified as under :

Sl. Range (Marks) Rating Signature of


No. Authorised Signatory:
1 60 & below POOR
2 61-75 FAIR Name:
3 76-90 GOOD
4 More than 90 VERY Designation:
GOOD

Instructions for allocation of marks

1. Marks are to be allocated as under :

1.1 DELIVERY/ COMPLETION PERFORMANCE 40 Marks

Delivery Period/ Delay in Weeks Marks


Completion Schedule

a) Upto 3 months Before CDD 40


Delay upto 4 weeks 35
” 8 weeks 30
” 10 weeks 25
” 12 weeks 20
” 16 weeks 15
More than 16 weeks 0

b) Above 3 months Before CDD 40


Delay upto 4 weeks 35
” 8 weeks 30

- 77 -

Page 81 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
” 10 weeks 25
” 16 weeks 20
” 20 weeks 15
” 24 weeks 10
More than 24 weeks 0

1.2 QUALITY PERFORMANCE 40 Marks

For Normal Cases : No Defects/ No Deviation/ No failure: 40 marks

i) Rejection/Defects Marks to be allocated on 10 marks


prorata basis for acceptable
quantity as compared to total
quantity for normal cases
ii) When quality Failure of severe nature 0 marks
failure endanger - Moderate nature 5 marks
system integration - low severe nature 10-25 marks
and safety of the
system
iii) Number of 1. No deviation 5 marks
deviations 2. No. of deviations < 2 2 marks
3. No. of deviations > 2 0 marks

1.3 RELIABILITY PERFORMANCE 20 Marks

A. FOR WORKS/CONTRACTS

i) Submission of order acceptance, agreement, PBG, 4 marks


Drawings and other documents within time

ii) Mobilization of resources as per Contract and in time 4 marks

iii) Liquidation of Check-list points 4 marks

iv) Compliance to statutory and HS&E requirements 4 marks

or

Reliability of Estimates/Design/Drawing etc. in case of


Consultancy jobs

v) Timely submission of estimates and other documents for 4 marks


Extra, Substituted & AHR items

B. FOR SUPPLIES

i) Submission of order acceptance, PBG, Drawings and other 5 marks


documents within time

ii) Attending complaints and requests for after sales service/ 5 marks
warranty repairs and/ or query/ advice (upto the evaluation
period).

iii) Response to various correspondence and conformance to 5 marks


standards like ISO
iv) Submission of all required documents including Test 5 marks
Certificates at the time of supply

- 78 -

Page 82 of 1260
--------------------------------------------------------------------------------------------------------------------------------------

Annexure-2
GAIL (India) Limited
PERFORMANCE RATING DATA SHEET
(FOR O&M)

i) Location :
ii) Order/ Contract No. & date :
iii) Brief description of Items :
Works/Assignment
iv) Order/Contract value (Rs.) :
v) Name of Vendor/Supplier/ :
Contractor/ Consultant
vi) Contracted delivery/ :
Completion Schedule
vii) Actual delivery/ :
Completion date

Performance Parameter Delivery Performance Quality Performance Reliability Performance# Total


Maximum Marks 40 40 20 100
Marks Allocated
(*)
Remarks (if any)
PERFORMANCE RATING (**)
Note :
(#) Vendor/Supplier/Contractor/Consultant who seek repeated financial assistance or deviation beyond contract
payment term or seeking direct payment to the sub-vendor/sub-contractor due to financial constraints, then ‘0’
marks should be allotted against Reliability Performance
(*) Allocation of marks should be as per enclosed instructions
(**) Performance rating shall be classified as under :

Sl. Range (Marks) Rating Signature of


No. Authorised Signatory:
1 60 & below POOR
2 61-75 FAIR Name:
3 76-90 GOOD
4 More than 90 VERY Designation:
GOOD

Instructions for allocation of marks (For O&M)

1. Marks are to be allocated as under :

1.1 DELIVERY/ COMPLETION PERFORMANCE 40 Marks

Delivery Period/ Delay in Weeks Marks


Completion Schedule

a) Upto 3 months Before CDD 40


Delay upto 4 weeks 35
” 8 weeks 30
” 10 weeks 25
” 12 weeks 20
” 16 weeks 15
More than 16 weeks 0

b) Above 3 months Before CDD 40


Delay upto 4 weeks 35
” 8 weeks 30
” 10 weeks 25
” 16 weeks 20

- 79 -

Page 83 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
” 20 weeks 15
” 24 weeks 10
More than 24 weeks 0

1.2 QUALITY PERFORMANCE 40 Marks

For Normal Cases : No Defects/ No Deviation/ No failure: 40 marks

i) Rejection/Defects Marks to be allocated on 10 marks


prorata basis for acceptable
quantity as compared to total
quantity for normal cases
ii) When quality Failure of severe nature 0 marks
failure endanger - Moderate nature 5 marks
system integration - low severe nature 10-25 marks
and safety of the
system
iii) Number of 1. No deviation 5 marks
deviations 2. No. of deviations < 2 2 marks
3. No. of deviations > 2 0 marks

1.3 RELIABILITY PERFORMANCE 20 Marks

A. FOR WORKS/CONTRACTS

i) Submission of order acceptance, agreement, PBG, 4 marks


Drawings and other documents within time

ii) Mobilization of resources as per Contract and in time 4 marks

iii) Liquidation of Check-list points 4 marks

iv) Compliance to statutory and HS&E requirements 4 marks

or

Reliability of Estimates/Design/Drawing etc. in case of


Consultancy jobs

v) Timely submission of estimates and other documents for 4 marks


Extra, Substituted & AHR items

B. FOR SUPPLIES

i) Submission of order acceptance, PBG, Drawings and other 5 marks


documents within time

ii) Attending complaints and requests for after sales service/ 5 marks
warranty repairs and/ or query/ advice (upto the evaluation
period).

iii) Response to various correspondence and conformance to 5 marks


standards like ISO
iv) Submission of all required documents including Test 5 marks
Certificates at the time of supply

- 80 -

Page 84 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
Annexure-III

ADDENDUM TO INSTRUCTIONS TO BIDDERS


(INSTRUCTIONS FOR PARTICIPATION IN E-TENDER)

Available on GAIL’s e-tender website (https://etender.gail.co.in)

Ready Reckoner for Bidders, Frequently Asked Questions, Contact details, Instructions for
participation in e-tender and An Auto Installer for PC/Browser Setting etc. are available in
above home page of GAIL’s e-tender portal.

Note:
An Auto Installer for PC/Browser Setting(IE) enabling GAIL e-tender/Reverse Auction for
bidders was developed by GAIL.

The same is available on GAIL e-tender portal under link “Installer for e-tender settings”.
The user can down load the auto installer by navigating the link and the moment they install
on their PC auto settings take place enabling the PC and browser(IE) for GAIL e-tender and
Reverse Auction. The usage document of the installer is also kept under link “Installer
software usage document”.

This is will save time and effort for Vendors/bidders as well as GAIL e-tender support team
and will give bidders a hassle-free e-bidding experience in GAIL.

- 81 -

Page 85 of 1260
--------------------------------------------------------------------------------------------------------------------------------------

ANNEXURE-IV
BIDDING DATA SHEET (BDS)

ITB (SECTION-III) TO BE READ IN CONJUNCTION WITH THE FOLLOWING:


ITB clause Description
A. GENERAL
1.1 The Purchaser is: GAIL (India) Limited

1.2 The Invitation for Bid/ Tender is for Gas Metering System
(Ultrasonic/Turbine)

General The Purchaser is: GAIL (India) Limited


The consignee details and Delivery Location for the goods are as
under:-
Consignee: GAIL (INDIA) LTD
Delivery Location: As per Material Requisition
B. TENDER DOCUMENT
8.1 For clarification purposes only, the communication address is:
Ms. Sunita Mitra, Sr. GM (SCM)
EIB-1ST FLOOR, Engineers India Limited
1, Bhikaiji Cama Place,
New Delhi – 110066 (INDIA)
E-mail: s.mitra@eil.co.in; saurabh.kumar@eil.co.in
Ph: 011 2676 8161/3504
C. PREPARATION OF BID
11.1.1 (m) Additional documents to be submitted by the Bidder with its Part-I (Techno-
commercial/ Unpriced bid): As per ITB

12 Additional Provision for Price Schedule/ Schedule of Rate/ Bid Price are as
under: As per Evaluation Methodology –Section II of bidding document

Whether GAIL will be able to avail input tax credit in the instant tender
12 & 13
YES

NO

12.1 Whether Bidder shall indicate breakup of the quantum of imports involved for
import of necessary raw materials and components giving CIF value of Import
in applicable currency considered and included in bid price

YES

- 82 -

Page 86 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
NO

Whether the Tendered items are of Project Procurement:


YES

NO

12.3 Transit Insurance shall be arranged by :-


GAIL

SUPPLIER

In case, transit insurance to be arranged by GAIL, the details of Transit


Insurance Policy are as under:- Refer SCC Clause No. 9
(Insurance)
12.5 Delivery basis shall be :
Within 09 (Nine) Months on FOT Site Basis from the date of Fax of
Acceptance (FOA). Date of receipt and acceptance of material at site shall be
considered as date of delivery.

13.7 and 13.8 Details of Buyer:

Consignee GAIL (India) Limited


For West Bengal:
OIC, GAIL (India) Ltd,
4th floor, Finance Centre,
HIDCO, Block B, Action Centre-II,
Opposite to ECO Park, New Town,
KOLKATA-700156

PAN No. AAACG1209J


GST no. 19AAACG1209J1ZT –W.B
20AAACG1209J1ZA-Jharkhand
10 AAACG1209J1ZB-Bihar

14 The currency of the Bid shall be INR


15 The bid validity period shall be 03 months‘ from final 'Bid Due Date'.
16.1 In case 'Earnest Money Deposit / Bid Security' is in the form of 'Demand
Draft', the same should be favor of GAIL (India) Limited, payable at Noida
(U.P)
16.9 & GAIL’s Bank a/c details:
38.5 STATE BANK OF INDIA
Bank Account No. 000000032849362991
Bank Address: CAG II Branch, Red Fort Capital, Parsvnath
Towers, Bhai Veer Singh Marg, Near Gole

- 83 -

Page 87 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
Market Speed Post, New Delhi 110 001.
IFSC CODE: SBIN0017313
SWIFT CODE: SBININBB824
MICR CODE: 110002562
Successful Bidder to mention reference no. “CPS/FOA/PO no.……….” in
narration while remitting CPS amount in GAIL’s Bank Account.

- 84 -

Page 88 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
D. SUBMISSION AND OPENING OF BIDS
22 The E-Tender No. of this bidding process is: 8000017156
22.2 For submission of physical document as per clause no. 4.0 of IFB, the Owner’s
address is :
Attention: Ms. Sunita Mitra, Sr. GM (SCM-C&P)
Engineers India Limited, 1, Bhikaiji Cama Place,
Engineers India Bhawan
First Floor
New Delhi-110066
India.
Phone No.:+91-011-2676-8161/3504
E-Mail: s.mitra@eil.co.in/ saurabh.kumar@eil.co.in
26 For bid submission purposes only (Manual) or the submission of physical
document as per clause no. 4.0 of IFB, the Purchaser’s address is :
Attention: Ms. Sunita Mitra, Sr. GM (SCM-C&P)
Engineers India Limited, 1, Bhikaiji Cama Place,
Engineers India Bhawan
First Floor
New Delhi-110066
India.
Phone No.:+91-011-2676-8161/3504
E-Mail: s.mitra@eil.co.in/ saurabh.kumar@eil.co.in
E. EVALUATION, AND COMPARISON OF BIDS
32 Evaluation Methodology is mentioned in Section-II of Bidding document
F. AWARD OF CONTRACT
36 The following designated authority shall be contacted after receipt of
Notification of Award for all contractual matters :-
Attention: Ms. D.Jana, Sr. GM (Project)
Engineers India Limited, 1, Bhikaiji Cama Place,
Engineers India Bhawan
Fourth Floor
New Delhi-110066
India.
Phone No.:+91-011-2676-2316
E-Mail: d.jana@eil.co.in
38 Contract Performance Security (CPS)/ Security Deposit
APPLICABLE

NOT APPLICABLE If applicable, the value/
amount of Contract
Performance Security/
Security Deposit
(i) Procurement of Goods except Rate Contracts: SD/CPBG @ 3% of
Total Order/ Contract Value within 30 days of FOA/ notification of award

- 85 -

Page 89 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
(ii) Contract Price as mentioned above shall be excluding GST.

40 Whether tendered item is non-split able or not-divisible :


YES

NO

44.1 Quarterly Closure of Contract

APPLICABLE

NOT APPLICABLE

48 Applicability of provisions relating to Startups:

APPLICABLE

NOT APPLICABLE

Clause no.26 Price Reduction Schedule for Delayed delivery


of GCC The following provision is added in the referred clause of GCC:
“In a supply contract, the portion of supply completed in all respect which can
be used for commercial operation shall not be considered for applying PRS, if
delivered within contractual delivery period. The remaining supplies which are
completed beyond the contractual delivery shall attract price reduction schedule
@½ % of the delayed delivery value maximum upto 5% of the total order
value.
The value on which PRS Clause is applicable is as follows which is excluding
taxes & duties.
Total Order Value on FOT Despatch Point Basis shall be considered for PRS
excluding Freight Charges.
Further, the following will also be applicable:
a) PRS is the reduction in the consideration / contract value for the goods /
services covered under this contract. In case of delay in supply/ execution of
contract, supplier/ contractor/ service provider should raise invoice for reduced
value as per Price Reduction Schedule Clause (PRS clause). If supplier/
contractor/ service provider has raised the invoice for full value, then supplier/
contractor/ service provider should issue Credit Note towards the applicable
PRS amount with applicable taxes.
b) In such cases if supplier/ contractor/ service provider fails to submit the
invoice with reduced value or does not issue credit note as mentioned above,
GAIL will release the payment to supplier/ contractor/ service provider after
giving effect of the PRS clause with corresponding reduction of taxes charged on
vendor’s invoice, to avoid delay in delivery/collection of material.
c) In case any financial implication arises on GAIL due to issuance of invoice
- 86 -

Page 90 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
without reduction in price or non-issuance of Credit Note, the same shall be to
the account of supplier/ contractor/ service provider. GAIL shall be entitled to
deduct / setoff / recover such GST amount (CGST & SGST/UTGST or IGST)
together with penalties and interest, if any, against any amounts paid or
becomes payable by GAIL in future to the
Supplier/Contractor under this contract or under any other contract
47 of ITB Repeat Order

APPLICABLE

NOT APPLICABLE

Integrity Pact

APPLICABLE

NOT APPLICABLE

Clause no.38 Fall Clause


of GCC
APPLICABLE

NOT APPLICABLE

Payment Payment term shall be as per Annexure-1 of SCC of bidding document:


Term
For supply- Clause No. 1.1
For Supervision, Erection, Testing & Commissioning: Clause No. 1.3
Custom Duty Project Rate of Custom Duty @5% is applicable.

- 87 -

Page 91 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
ANNEXURE-V

PROVISION FOR PROCUREMENT FROM A BIDDER WHICH SHARES A LAND BORDER WITH
INDIA

1. Order (Public Procurement No. 1) dated 23.07.2020, Order (Public Procurement No. 2)
dated 23.07.2020 and Order (Public Procurement No. 3) dated 24.07.2020, Department of
Expenditure, Ministry of Finance, Govt. of India refers. The same are available at website
https://doe.gov.in/procurement-policy-divisions.

2. Any bidder from a country which shares a land border with India will be eligible to bid in
this tender only if the bidder is registered with the Competent Authority. For details of
competent authority refer to Annexure I of Order (Public Procurement No. 1) dated
23.07.2020.

Further the above will not apply to bidders from those countries (even if sharing a land
border with India) to which the Government of India has extended lines of credit or in which
the Government of India is engaged in development projects Updated lists of countries to
which lines of credit have been extended or in which development projects are undertaken
are given in the website of the Ministry of External Affairs, Govt. of India

3. "Bidder" (including the term 'tenderer', 'consultant' 'vendor' or 'service provider' in certain
contexts) for purpose of this provision means any person or firm or company, including any
member of a consortium or joint venture (that is an association of several persons, or firms
or companies), every artificial juridical person not falling in any of the descriptions of
bidders stated hereinbefore including any agency, branch or office controlled by such
person, participating in a procurement process.
4. "Bidder from a country which shares a land border with India" for the purpose of
this:
a. An entity incorporated, established or registered in such a country; or
b. A subsidiary of an entity incorporated, established or registered in such a country; or
c. An entity substantially controlled through entities incorporated, established or
registered in such a country; or
d. An entity whose beneficial owner is situated in such a country; or
e. An Indian (or other) agent of such an entity; or
f. A natural person who is a citizen of such a country; or
g. A consortium or joint venture where any member of the consortium or joint venture
falls under any of the above
5. "Beneficial owner" for the purpose of above (4) will be as under:
i. In case of a company or Limited Liability Partnership, the beneficial owner is the
natural person(s), who, whether acting alone or together, or through one or more
juridical person(s), has a controlling ownership interest or who exercises control
through other means.
Explanation—

a) "Controlling ownership interest" means ownership of, or entitlement to, more


than twenty-five per cent of shares or capital or profits of the company;
b) "Control" shall include the right to appoint the majority of the directors or to
control the management or policy decisions, including by virtue of their
shareholding or management rights or shareholders agreements or voting
agreements;
- 88 -

Page 92 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
In case of a partnership firm, the beneficial owner is the natural person(s)
who, whether acting alone or together, or through one or more juridical
person, has ownership of entitlement to more than fifteen percent of capital
or profits of the partnership;

ii. In case of a partnership firm, the beneficial owner is the natural person(s) who,
whether acting alone or together, or through one or more juridical person, has
ownership of entitlement to more than fifteen percent of capital or profits of
the partnership;
iii. In case of an unincorporated association or body of individuals, the beneficial owner is
the natural person(s), who, whether acting alone or together, or through one or more
juridical person, has ownership of or entitlement to more than fifteen percent of the
property or capital or profits of such association or body of individuals;

iv Where no natural person is identified under (i) or (ii) or (iii) above, the beneficial
owner is the relevant natural person who holds the position of senior managing
official;

v) In case of a trust, the identification of beneficial owner(s) shall include identification


of the author of the trust, the trustee, the beneficiaries with fifteen percent or more
interest in the trust and any other natural person exercising ultimate effective control
over the trust through a chain of control or ownership.

6. "Agent" for the purpose of this Order is a person employed to do any act for another, or to
represent another in dealings with third persons

7. SUBMISSION OF CERTIFICATE IN BIDS:


Bidder shall submit a certificate in this regard as Form-I.

If such certificate given by a bidder whose bid is accepted is found to be false, this would be
a ground for immediate rejection of the bid/termination and further action as per “Procedure
for Action in case of Corrupt/Fraudulent/ Collusive / Coercive Practices” of tender
document.

8. The registration, wherever applicable, should be valid at the time of submission of


bids and at the time of acceptance of bids. In respect of supply otherwise than by tender,
registration should be valid at the time of placement of order. If the bidder
was validly registered at the time of acceptance / placement of order, registration
shall not be a relevant consideration during contract execution.

9. PROVISION TO BE IN WORKS CONTRACTS, INCLUDING TURNKEY


CONTRACTS:

The successful bidder shall not be allowed to sub-contract works to any contractor from a
country which shares a land border with India unless such contractor is registered with the
Competent Authority. The definition of "contractor from a country which shares a land
border with India" shall be as in Para 4 herein above. A Certificate to this regard is to be
submitted by bidder is placed at Form-II

- 89 -

Page 93 of 1260
--------------------------------------------------------------------------------------------------------------------------------------

Form-I

UNDERTAKING ON LETTERHEAD

To,

M/s GAIL (INDIA) LIMITED

SUB:

TENDER NO:

Dear Sir

We have read the clause regarding Provisions for Procurement from a Bidder which shares
a land border with India, we certify that, bidder M/s (Name of Bidder) is :

(i) Not from such a country [ ]

(ii) If from such a country, has been registered [ ]


with the Competent Authority.

(Evidence of valid registration by the

Competent Authority shall be attached)

(Bidder is to tick appropriate option (


or X) above).

We hereby certify that bidder M/s (Name of Bidder) fulfills all requirements
in this regard and is eligible to be considered against the tender.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

- 90 -

Page 94 of 1260
--------------------------------------------------------------------------------------------------------------------------------------

Form-II

CERTIFICATE FOR TENDERS FOR WORKS INVOLVING POSSIBILITY OF SUB-CONTRACTING

To,

M/s GAIL (INDIA) LIMITED

SUB:

TENDER NO:

Dear Sir

We have read the clause regarding Provisions for Procurement from a Bidder of a country
which shares a land border with India and on sub-contracting to contractors from such
countries; we certify that, bidder M/s (Name of Bidder) is:

(i) not from such a country [ ]


(ii) if from such a country, has been registered [ ]
with the Competent Authority.

(Evidence of valid registration by the

Competent Authority shall be attached)

(Bidder is to tick appropriate option (


or X) above).

We further certify that bidder M/s (Name of Bidder) will not sub-contract
any work to a contractor from such countries unless such contractor is registered with the
Competent Authority.

We hereby certify that bidder M/s (Name of Bidder) fulfills all requirements in
this regard and is eligible to be considered.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

- 91 -

Page 95 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
Appendix-I

CERTIFICATE FOR TENDERS FOR TRANSITIONAL CASES

To,

M/s GAIL (INDIA) LIMITED

SUB:

TENDER NO:

Dear Sir,

We have read the clause regarding Provisions on Procurement from a Bidder of a country
which shares a land border with India; we hereby certify that bidder M/s
(Name of Bidder) is not from such a country and is eligible to be considered.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

- 92 -

Page 96 of 1260
--------------------------------------------------------------------------------------------------------------------------------------

LIST OF FORMS & FORMATS

Form No. Description


F-1 BIDDER’S GENERAL INFORMATION
F-2 PROFORMA OF "BANK GUARANTEE" FOR "EARNEST
MONEY DEPOSIT / BID SECURITY"
F-3 LETTER OF AUTHORITY
F-4 PROFORMA OF "BANK GUARANTEE" FOR
"CONTRACT PERFORMANCE SECURITY / SECURITY
DEPOSIT"
F-5 AGREED TERMS & CONDITIONS
F-6 ACKNOWLEDGEMENT CUM CONSENT LETTER
F-7 BIDDER’S EXPERIENCE
F-8 CHECK LIST
F-9 FORMAT FOR CERTIFICATE FROM BANK
IF BIDDER’S WORKING CAPITAL IS INADEQUATE
F-10 FORMAT FOR CHARTERED ACCOUNTANT
CERTIFICATE FOR FINANCIAL CAPABILITY OF THE
BIDDER
F-11 BIDDER'S QUERIES FOR PRE BID MEETING
F-12 E-BANKING MANDATE FORM
F-13 INTEGRITY PACT
F-14 FREQUENTLY ASKED QUESTIONS (FAQs)

- 93 -

Page 97 of 1260
--------------------------------------------------------------------------------------------------------------------------------------

F-1

BIDDER'S GENERAL INFORMATION

To,
M/s. GAIL (India) Limited
Jubilee Tower, B-35-36, Sector-1, Noida- 201301 (U.P.)

TENDER NO: SM/B035-000-YF-MR-2943/008

1 Bidder Name M/s……


2 Status of Firm Proprietorship Firm/Partnership firm/ Limited
Liability Partnership (LLP) firm/ Public Limited/
Pvt. Limited/ Govt. Dept. / PSU/ Others

If Others Specify:

[Enclose relevant certificates / partnership


deed/certificate of Registration, as applicable]
3a Name of Proprietor/ Partners/ 1.
Directors of the firm/company 2.
[As per cl.no.4.0 of Section-III of Tender 3.
Document]
3b Name of Power of Attorney holders of
bidder
4 Number of Years in Operation

5 Address of Registered Office:

In case of Partnership firm, provide City:


current address of the firm for ordering District:
purpose. State:
PIN/ZIP:

Bidder’s address where order/contract


6 is to be placed *
City:
District:
State:
PIN/ZIP:
7 Address from where Goods/ Services
are to be dispatched/ provided along
with GST no. City:
(In case supply of Goods / Services are District:
from multiple locations, addresses and State:
GST no. of all such locations are to be PIN/ZIP:
provided). GST No.:
8 Telephone Number & Contact
- 94 -

Page 98 of 1260
--------------------------------------------------------------------------------------------------------------------------------------
Information address where order is to (Country Code) (Area Code) (Telephone
be placed No.)
Mobile No. : ………………………
e-mail ID: ………………………
9 Website
10 Fax Number:
(Country Code) (Area Code) (Telephone
No.)
11 ISO Certification, if any
[If yes, please furnish details]
12 PAN No.
[Enclose copy of PAN Card]

13 GST No. (refer sl. no. 7 above)

14 Whether Micro or Small Enterprise Yes / No


(If Yes, Bidder to submit requisite documents as
specified it ITB:Clause No. 40)
Whether MSE is owned by SC/ST Yes / No
Entrepreneur(s) (If Yes, Bidder to submit requisite documents as
specified it ITB:Clause No. 40)
Whether MSE is owned by Women Yes / No
(If Yes, Bidder to submit requisite documents as
specified it ITB:Clause No. 40)
Whether payment is required through Yes / No
TReDS If Yes, please provide the name of portal
……………………………………

Note: *GAIL intent to place the order/contract directly on the address from where Goods are
produced/dispatched OR Services are rendered. In case, bidder wants order/ contract at some other
address or supply of Goods/ Services from multiple locations, bidder is required to provide the
address on which order is to be placed at sl.no.6 above.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

- 95 -

Page 99 of 1260
--------------------------------------------------------------------------------------------------------------------------------------

FORMAT F-2
PROFORMA OF "BANK GUARANTEE" FOR "EARNEST MONEY DEPOSIT/
BID SECURITY"

(To be stamped in accordance with the Stamp Act)

To, Bank Guarantee No.


M/s GAIL (India) Limited Date of BG
BG Valid up to (Expiry date)
Claim period up to (indicate date of
expiry of claim period which
includes minimum three months
from the expiry date)
Stamp Sl. No./e-Stamp Certificate
No.

Dear Sir(s),

In accordance with Tender Document under your reference No M/s.

having their Registered / Head Office at (hereinafter called the


Tenderer/Bidder), wish to participate in the said tender for

As an irrevocable Bank Guarantee against Earnest Money Deposit for the amount of
is required to be submitted by the bidder as a condition precedent for
participation in the said Tender Document which amount is liable to be forfeited on the
happening of any contingencies mentioned in the Tender Document.

We, the at Bank


having our Head Office
(Local Address)
guarantee and undertake to pay immediately on demand without any recourse to the Bidder by
GAIL (India) Ltd., the amount without any
reservation, protest, demur and recourse. Any such demand made by GAIL (India) Ltd., shall
be conclusive and binding on us irrespective of any dispute or difference raised by the Bidder.

This guarantee shall be irrevocable and shall remain valid up to [this date
should be two (02) months beyond the validity of the bid].If any further extension of this
guarantee is required, the same shall be extended to such required period on receiving
instructions from Bidder M/s. on
whose behalf this guarantee is issued.

Notwithstanding anything contained herein:


a) The Bank’s liability under this Guarantee shall not exceed (currency in figures) . . . . . . . .
. . . . . . . . (currency in words only ) . . . . .
- 96 -

Page 100 of 1260


--------------------------------------------------------------------------------------------------------------------------------------
b) This Guarantee shall remain in force upto (this expiry date of BG should
be two months beyond the validity of bid) and any extension(s) thereof; and
c) The Bank shall be released and discharged from all liability under this Guarantee unless a
written claim or demand is issued to the Bank on or before the midnight of
………………….(indicate date of expiry of claim period which includes minimum three
months from the expiry of this Bank Guarantee) and if extended, the date of expiry of the
last extension of this Guarantee. If a claim has been received by us within the said date, all
the rights of GAIL under this Guarantee shall be valid and shall not cease until we have
satisfied that claim.

In witness whereof the Bank, through its authorized officer, has set its hand and stamp on this
day of 20 at .

WITNESS:

(SIGNATURE) (SIGNATURE)
(NAME) (NAME)
Designation with Bank Stamp
E-Mail ID:
Telephone/Mobile No. :
(OFFICIAL ADDRESS) Attorney as per
Power of Attorney No.
Date:

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

INSTRUCTIONS FOR FURNISHING "BID SECURITY DEPOSIT/ EARNEST


MONEY" BY "BANK GUARANTEE"

1. The Bank Guarantee by Bidders will be given on non-judicial stamp paper as per
"Stamp Duty" applicable. The non-judicial stamp paper should be in the name of the
issuing Bank.
2. The expiry date should be arrived at in accordance with "ITB: Clause-16.1".
3. The Bank Guarantee by bidders will be given from Bank as specified in "ITB:
Clause-16.3".
4. A letter from the issuing Bank of the requisite Bank Guarantee confirming that said
Bank Guarantee / all future communication relating to the Bank Guarantee shall be
forwarded to the Purchaser at its address as mentioned at "ITB".
5. Bidder must indicate the full postal address of the Bank along with the Bank's E-mail
/ Fax / Phone from where the Bank Guarantee has been issued at sl.no.2 of Form F-5.
6. If a Bank Guarantee is issued by a commercial Bank, then a letter to be submitted to
Purchaser confirming its net worth is more than Rs. 1,000,000,000.00 [Rupees One
Hundred Crores] or equivalent alongwith documentary evidence or in the Bank
Guarantee itself.

- 97 -

Page 101 of 1260


--------------------------------------------------------------------------------------------------------------------------------------
F-3

LETTER OF AUTHORITY

[Pro forma for Letter of Authority for Attending 'Pre-Bid Meetings' /'Un-priced Bid
Opening' / 'Price Bid Opening']

Ref: Date:
To,
M/s. GAIL (India) Limited
Jubilee Tower, B-35-36, Sector-1, Noida- 201301 (U.P.)

SUB: GAS METERING SYSTEM (ULTRASONIC/TURBINE)


TENDER NO: SM/B035-000-YF-MR-2943/008

Dear Sir,

I/We, hereby authorize the following


representative(s) for attending Pre-Bid Meeting', 'Un-priced Bid Opening', 'Price Bid
Opening' against the above Tender Document:

[1] Name & Designation Signature


Phone/Cell:
Fax:
E-mail: ………………………………….. @ ………………………………

[2] Name & Designation Signature


Phone/Cell:
Fax:
E-mail: ……………………………………….. @ ………………………………

We confirm that we shall be bound by all commitments made by aforementioned authorised


representative(s).

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

Note: This "Letter of Authority" should be on the "letterhead" of the Firm / Bidder and
should be signed by a person competent and having the 'Power of Attorney' to bind
the Bidder. Not more than 'two [02] persons per Bidder' are permitted to attend
"Techno-commercial / Un-priced" & "Price Bid" Openings. Bidders authorized
representative is required to carry a copy of this authority letter while attending the
un-priced and priced bid opening, the same shall be submitted to GAIL.

- 98 -

Page 102 of 1260


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

F-4
PROFORMA OF "BANK GUARANTEE" FOR "CONTRACT PERFORMANCE
SECURITY / SECURITY DEPOSIT"
(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

To, Bank Guarantee No.


M/s GAIL (India) Limited Date of BG
BG Valid up to (Expiry date)
Claim period up to (indicate date of
expiry of claim period which
includes minimum three months
from the expiry date)
Stamp Sl. No./e-Stamp Certificate
No.

Dear Sir(s),
M/s. having
registered office at (herein after called the “contractor/supplier” which
expression shall wherever the context so require include its successors and assignees) have been
placed/ awarded the job/work of vide
PO/LOA /FOA No. dated_ for GAIL (India) Limited
having registered office at 16, Bhikaiji Cama Place, R.K. Puram, New Delhi (herein after called the
“GAIL” which expression shall wherever the context so require include its successors and assignees).
The Contract conditions provide that the SUPPLIER/CONTRACTOR shall pay a sum of Rs.
(Rupees ) as full Contract
Performance Guarantee in the form therein mentioned. The form of payment of Contract Performance
Guarantee includes guarantee executed by Nationalized Bank/Scheduled Commercial Bank,
undertaking full responsibility to indemnify GAIL (INDIA) LIMITED, in case of default.

The said M/s._ has approached us and at


their request and in consideration of the premises we having our office at
have agreed to give such guarantee as hereinafter mentioned.
1. We hereby
undertake to give the irrevocable & unconditional guarantee to you that if default shall be made
by M/s. in performing any of the terms and
conditions of the tender/order/contract or in payment of any money payable to GAIL (INDIA)
LIMITED we shall on first demand pay without demur, contest, protest and/ or without any
recourse to the contractor to GAIL in such manner as GAIL may direct the said amount of
Rupees only or such portion thereof not exceeding the
said sum as you may require from time to time.
2. You will have the full liberty without reference to us and without affecting this guarantee,
postpone for any time or from time to time the exercise of any of the powers and rights
conferred on you under the order/contract with the said M/s.
and to enforce or to forbear from endorsing any powers
or rights or by reason of time being given to the said M/s._ and
such postponement forbearance would not have the effect of releasing the bank from its
obligation under this debt.

- 99 -

Page 103 of 1260


--------------------------------------------------------------------------------------------------------------------------------------
3. Your right to recover the said sum of Rs.

(Rupees ) from us in manner aforesaid is


absolute & unequivocal and will not be affected or suspended by reason of the fact that any
dispute or disputes have been raised by the said M/s. and/or
that any dispute or disputes are pending before any officer, tribunal or court or arbitrator or any
other authority/forum and any demand made by you in the bank shall be conclusive and
binding. The bank shall not be released of its obligations under these presents by any exercise
by you of its liberty with reference to matter aforesaid or any of their or by reason or any other
act of omission or commission on your part or any other indulgence shown by you or by any
other matter or changed what so ever which under law would, but for this provision, have the
effect of releasing the bank.
4. The guarantee herein contained shall not be determined or affected by the liquidation or
winding up dissolution or changes of constitution or insolvency of the said supplier/contractor
but shall in all respects and for all purposes be binding and operative until payment of all
money due to you in respect of such liabilities is paid.
5. The bank undertakes not to revoke this guarantee during its currency without your previous
consent and further agrees that the guarantee shall continue to be enforceable until it is
discharged by GAIL in writing. However, if for any reason, the supplier/contractor is unable to
complete the supply/work within the period stipulated in the order/contract and in case of
extension of the date of delivery/completion resulting extension of defect liability
period/guarantee period of the supplier/contractor fails to perform the supply/work fully, the
bank hereby agrees to further extend this guarantee at the instance of the supplier/contractor till
such time as may be determined by GAIL. If any further extension of this guarantee is
required, the same shall be extended to such required period on receiving instruction from M/s.
(contractor) on whose behalf
this guarantee is issued.
6. Bank also agrees that GAIL at its option shall be entitled to enforce this Guarantee against
the bank (as principal debtor) in the first instant, without proceeding against the
supplier/contractor and notwithstanding any security or other guarantee that GAIL may have
in relation to the suppplier’s/contractor’s liabilities.
7. The amount under the Bank Guarantee is payable forthwith without any delay by Bank upon
the written demand raised by GAIL. Any dispute arising out of or in relation to the said
Bank Guarantee shall be subject to the exclusive jurisdiction of courts at New Delhi.
8. Therefore, we hereby affirm that we are guarantors and responsible to you on behalf of the
Supplier/Contractor up to a total amount of (amount of guarantees in words and
figures) and we undertake to pay you, upon your first written demand declaring the
Supplier/Contractor to be in default under the order/contract and without caveat or
argument, any sum or sums within the limits of (amounts of guarantee) as aforesaid, without
your needing to prove or show grounds or reasons for your demand or the sum specified
therein.
9. We have power to issue this guarantee in your favor under Memorandum and Articles of
Association and the undersigned has full power to do under the Power of Attorney, dated
granted to him by the Bank.
1. Notwithstanding anything contained herein:
9.

a) The Bank’s liability under this Guarantee shall not exceed (currency in figures) . . . . . . . . . .
. . . . . . (currency in words only ) . . . . .

- 100 -

Page 104 of 1260


--------------------------------------------------------------------------------------------------------------------------------------
b) This Guarantee shall remain in force upto (this date should be expiry date of
10.
defect liability period of the Contract) and any extension(s) thereof; and
c) The Bank shall be released and discharged from all liability under this Guarantee unless a
written claim or demand is issued to the Bank on or before the midnight of
………………….(indicate date of expiry of claim period which includes minimum three
months from the expiry of this Bank Guarantee) and if extended, the date of expiry of the last
extension of this Guarantee. If a claim has been received by us within the said date, all the
rights of GAIL under this Guarantee shall be valid and shall not cease until we have satisfied
that claim.

Yours faithfully,

Bank by its Constituted Attorney

Signature of a person duly


Authorized to sign on behalf of the Bank

INSTRUCTIONS FOR FURNISHING


"CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT" BY "BANK
GUARANTEE"

1. The Bank Guarantee by successful Bidder(s) will be given on non-judicial stamp paper as
per 'stamp duty' applicable. The non-judicial stamp paper should be in name of the issuing
bank.
2. The Bank Guarantee by Bidders will be given from bank as specified in cl.no. 38.2 of ITB
[Section-III] of Tender Document.
3. A letter from the issuing bank of the requisite Bank Guarantee confirming that said Bank
Guarantee and all future communication relating to the Bank Guarantee shall be forwarded
to Purchaser.
4. If a Bank Guarantee is issued by a commercial bank, then a letter to Purchaser and copy to
Consultant (if applicable) confirming its net worth is more than Rs. 100,00,00,000.00
[Rupees One Hundred Crores] or its equivalent in foreign currency alongwith documentary
evidence or in the Bank Gaurantee itself.
5. Supplier shall submit attached cover letter (Annexure) while submitting Contract
Performance Security / Security Deposit.

- 101 -

Page 105 of 1260


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

- 102 -

Page 106 of 1260


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

F-5
AGREED TERMS & CONDITIONS
To,

M/s. GAIL (India) Limited


Jubilee Tower, B-35-36, Sector-1, Noida- 201301 (U.P.)

SUB: GAS METERING SYSTEM (ULTRASONIC/TURBINE)


TENDER NO: SM/B035-000-YF-MR-2943/008
This Format duly filled in, signed & stamped must form part of Bidder’s Bid and must be submitted
in Part –I (Un-priced Bid). Clauses confirmed hereunder need not be repeated in the Bid.
Sl. DESCRIPTION BIDDER'S CONFIRMATION

1. Bidder's name, and address Bidder's name :


Address:

2. Bidder confirms that the currency of quoted prices is in Indian


Rupees.
3. Bidder confirms that quoted prices will remain firm and fixed
(except where price escalation/variation is allowed in the Tender)
till complete execution of the order.
4. Bidder confirms that quoted prices are strictly as per Price
Schedule format of the Tender Document.
5. Bidder specify the Dispatch Point [Location, Dist. & State from
where material will be dispatched]:
6. Bidder confirms acceptance of relevant Terms of Payment
specified in the Bid Document.
7. Bidder confirms that Contract Performance Security/ Security
Deposit (CPS) will be furnished as per Bid Document within 30
days of FOA in case of successful bidder.
8. Bidder confirms that CPS shall be from any Indian scheduled
bank or a branch of an International bank situated in India and
registered with Reserve bank of India as scheduled foreign bank.
However, in case of bank guarantees from banks other than the
Nationalised Indian banks, the bank must be a commercial bank
having net worth in excess of Rs 100 crores and a declaration to
this effect shall be made by such commercial bank either in the
Bank Guarantee itself or separately on its letterhead.
9. Bidder confirms acceptance to Delivery/Completion Period as per
Bid Document and the same shall be reckoned from the date of
Fax of Acceptance (FOA).
10. (i) Bidder confirms acceptance of Price Reduction Schedule
(PRS) for delay in delivery as specified in Bid Document.
(ii) In case of delay, the bills shall be submitted after reducing the
price reduction due to delay (refer PRS Clause).
11. a) Bidder confirms acceptance of all terms and conditions of
Bid Document (all sections & enclosures).
b) Bidder confirms that printed terms and conditions of Bidder
- 103 -

Page 107 of 1260


--------------------------------------------------------------------------------------------------------------------------------------
Sl. DESCRIPTION BIDDER'S CONFIRMATION

are not applicable.


12. Bidder confirms that their offer is valid for period specified in
BDS from the final ‘Bid Due Date’.
13. Bidder confirms that (i) none of Directors (in Board of Director) Confirmed
of bidder is a relative of any Director (in Board of Director) of
Owner or (ii) the bidder is not a firm in which any Director (in Not
Board of Director) of Owner/ GAIL or their relative is a partner. confirmed
14. Bidder confirms that all correspondence must be in ENGLISH
language only.
15. Bidder confirms that all Bank charges associated with Bidder’s
Bank shall be borne by Bidder.
16. Bidder confirms that the quoted prices is in compliance with the
Section 171 of CGST Act/ SGST Act as mentioned as clause no.
13.10 of ITB (Anti-profiteering clause)
17. Bidder confirms that they have quoted rate of applicable GST Confirmed
(CGST & SGST/ UTGST or IGST ) in Price Schedule of Price
Bid.
18. Whether in the instant tender items are covered in reverse charge Yes/ No
rule of GST (CGST & SGST/UTGST or IGST).
In case of Yes, please specify
GST (CGST & SGST/UTGST or
IGST) payable by:
GAIL:………….%
Bidder:…………..%
19. Bidder confirms that they have mentioned Harmonized System Confirmed
Nomenclature (HSN) in Price Schedule of Price Bid.

20. Bidder confirms that (i) any variation in GST at the time of
supplies for any reasons, other than statutory, including variations
due to turnover, shall be borne by them and (ii) any error of
interpretation of applicability of rate of GST (CGST & SGST/
UTGST or IGST) on components of an item and/or various items
of tender by them shall be to bidder’s account.
21. Part Order:
(a) Bidder confirms acceptance to Part Order.
(b) Bidder confirms that any charges quoted extra as lumpsum
shall be applicable prorata on value basis in the event of part
order.
22. Testing and Inspection charges:
Bidder confirms that goods and services are subject to stage-wise
and final Inspection by Owner / Owner’s Authorized
representative. Travel, Living and Personnel expenses of Owner /
Authorized representative shall be borne by Owner / authorized
representative.
23. No Deviation Confirmation:
It may be note that any 'deviation / exception' in any form may
result in rejection of Bid. Therefore, Bidder confirms that they
have not taken any 'exception / deviation' anywhere in the Bid. In
- 104 -

Page 108 of 1260


--------------------------------------------------------------------------------------------------------------------------------------
Sl. DESCRIPTION BIDDER'S CONFIRMATION

case any 'deviation / exception' is mentioned or noticed, Bidder’s


Bid may be rejected.
24. If the Bidder becomes a successful Bidder pursuant to the
provisions of the Tender Document, the following Confirmation
shall be automatically become enforceable:
"Bidder agrees and acknowledges that the Employer is entering
into the Contract/Agreement solely on its own behalf and not on
behalf of any other person or entity. In particular, it is expressly
understood & agreed that the Government of India is not a party
to the Contract/Agreement and has no liabilities, obligations or
rights thereunder. It is expressly understood and agreed that the
Purchaser is authorized to enter into Contract/Agreement, solely
on its own behalf under the applicable laws of India. Bidder
expressly agrees, acknowledges and understands that the
Purchaser is not an agent, representative or delegate of the
Government of India. It is further understood and agreed that
the Government of India is not and shall not be liable for any
acts, omissions, commissions, breaches or other wrongs arising
out of the Agreement. Accordingly, Bidder hereby expressly
waives, releases and foregoes any and all actions or claims,
including cross claims, VIP claims or counter claims against the
Government of India arising out of the Agreement and
covenants not to sue to Government of India as to any manner,
claim, cause of action or things whatsoever arising of or under
the Agreement."
25. Bidder hereby confirms that they are not on ‘Holiday’ by GAIL or
Public Sector Project Management Consultant (like EIL, Mecon
only due to “poor performance” or “corrupt and fraudulent
practices”) or banned by Government department/ Public
Sector on due date of submission of bid.
Further, Bidder confirms that neither they nor their allied
agency/(ies) (as defined in the Procedure for Action in case of
Corrupt/ Fraudulent/ Collusive/ Coercive Practices) are on
banning list of GAIL or the Ministry of Petroleum and Natural
Gas.
26. As per requirement of tender, bidder (having status as Pvt. Ltd. or
Limited company) must upload bid duly digitally signed on e-
portal through class-3B digital signature (DS). In case, class of
DS or name of employee or name of employer is not visible in the
digitally signed documents, the bid digitally signed as submitted
by the person shall be binding on the bidder.
27. The contents of this Tender Document have not been modified or
altered by Bidder. In case, it is found that the tender document
has been modified / altered by the bidder, the bid submitted by
them shall be liable for rejection.
28. Import Content:
If bidder’s offer is based on certain imported raw materials
- 105 -

Page 109 of 1260


--------------------------------------------------------------------------------------------------------------------------------------
Sl. DESCRIPTION BIDDER'S CONFIRMATION

required for equipment / materials offered, bidder specify the


following:
(a) Bidder confirms that quoted prices are based on Merit rate of
customs duty, applicable Cess and IGST as applicable.
For project procurement (if specified in BDS) the quoted prices
may be based on Project rate of Import Duty, in such case,
bidder indicates Project Rate of Import Duty considered and
included.
(b) Owner’s responsibility is only limited to furnishing of the
necessary Certificate to obtain Essentiality Certificate from
bidder’s Administrative Ministry for availing the Project rate of
Import Duty by the Bidder.
(c) Bidder indicates Merit rate of Import duty considered and
included in the quoted price (as per ‘a’ above).

(d) Bidder indicates brief description / specification with


itemized CIF value and country of origin of imported material.

(e) Bidder indicates classification with tariff no. under which


Vendor intends to import.
(f) Bidder confirms that prices shall be firm on account of
variation in foreign exchange rate.

(g) Owner shall not provide any import licence.

(h) Bidder confirms that quoted prices are after considering the
input tax credit of IGST paid by the Supplier for import content.

(i) Any upward variation due to change in Import Duty


Classifications shall be absorbed by the Bidder. However, any
reduction in Import Duty due to change in classification shall be
passed over to Owner.
(j) Statutory variations, if any, in the rate of Import duty upto
maximum period of the contractual delivery period shall be to
Owner’s account. If bidder has considered Import Duty other
than Merit Rate of Import Duty then Statutory variation on the
Import Duty shall be payable extra on the Merit rate of Import
Duty or the rate of Import Duty considered by the bidder,
whichever is lower. Owner will not pay any variation on account
of IGST.

(k) The CIF Value(s) indicated by the bidder shall be deemed to


be the maximum value(s) for the purpose of payment of
variation in Import duty and/or other statutory variations, if
any, thereon.

- 106 -

Page 110 of 1260


--------------------------------------------------------------------------------------------------------------------------------------
Sl. DESCRIPTION BIDDER'S CONFIRMATION

(l) Variation in price due to change in Import duty rate will be


dealt with separately after receipt of equipment at site, against
documentary evidence.
29. Bidder confirms that they have read and understood the General
Conditions of Contract – Goods available on GAIL’s Tender
website (http://gailtenders.in/Gailtenders/gccs.asp) & no
'exception / deviation' anywhere has been taken in the same and
that they shall abide by provisions of relevant GCC-Goods.

30. Bidder certifies that they would adhere to the Fraud Prevention
Policy of GAIL [available on GAIL’s website
(www.gailonline.com)] and shall not indulge themselves or allow
others (working in GAIL) to indulge in fraudulent activities and
that they would immediately apprise GAIL of the
fraud/suspected fraud as soon as it comes to their notice.
Concealment of facts regarding their involvement in fraudulent
activities in connection with the business transaction(s) of GAIL
is liable to be treated as crime and dealt with by the procedures of
GAIL as applicable from time to time.

31. Whether Bidder is Startup or not Yes / No


(If Yes, Bidder to submit requisite
documents as specified it
ITB:Clause No. 49)
In case of Start-up confirm the following:
(i) Date of its incorporation/ registration

(ii) Whether turnover for any financial years since


incorporation/ registration has exceed Rs.25 Crores.
32. Confirm that, in case of contradiction between the confirmations
provided in this format and terms & conditions mentioned
elsewhere in the offer, the confirmations given in this format shall
prevail.
33. Whether bidder is liable to raise E-Invoice as per GST Act

If yes, bidder will raise E-Invoice and confirm compliance to


provision of tender in this regard.

34. Whether bidder as a seller is liable to levy TCS on sale of goods


as defined under the said provision of Income Tax.

If yes, bidder as a seller will raise proper tax invoice on sale of


goods to GAIL showing TCS component.

Bidder as a seller will comply with all the statutory requirements


of TCS regarding deposit of TCS with Government on
receipt/collection of consideration from GAIL and issue of TCS

- 107 -

Page 111 of 1260


--------------------------------------------------------------------------------------------------------------------------------------
Sl. DESCRIPTION BIDDER'S CONFIRMATION

certificate to GAIL timely.

If GAIL is unable to avail the benefit of TCS Credit on such


amount collected by the Supplier, for any reason attributable to
Supplier, then GAIL shall be entitled to deduct / recover such
amount together with penalties and interest, if any, by adjusting
any amounts to be paid or becomes payable in future to the
Supplier under this contract or under any other contract.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

- 108 -

Page 112 of 1260


--------------------------------------------------------------------------------------------------------------------------------------
F-6
ACKNOWLEDGEMENT CUM CONSENT LETTER

(On receipt of Tender Document/information regarding the tender, Bidder shall acknowledge
the receipt and confirm his intention to bid or reason for non-participation against the
enquiry /tender through e-mail/fax to Purchase Officer in GAIL who issued the Tender
Document, by filling up the Format)

To,

M/s. GAIL (India) Limited


Jubilee Tower, B-35-36, Sector-1, Noida- 201301 (U.P.)

SUB: GAS METERING SYSTEM (ULTRASONIC/TURBINE)


TENDER NO: SM/B035-000-YF-MR-2943/008

Dear Sir,

We hereby acknowledge receipt of a complete set of Tender Document along with


enclosures for subject item/job and/or the information regarding the subject tender.

 We intend to bid as requested for the subject item/job and furnish following details
with respect to our quoting office:

Postal Address with Pin Code: ....................


Telephone Number : ....................
Fax Number : ....................
Contact Person : ....................
E-mail Address : ....................
Mobile No. : ....................
Date : ....................
Seal/Stamp : ....................

 We are unable to bid for the reason given below:

Reasons for non-submission of bid:

Agency’s Name : ....................


Signature : ....................
Name : ....................
Designation : ....................
Date : ....................
Seal/Stamp : ....................

- 109 -

Page 113 of 1260


F-7
BIDDER’S EXPERIENCE
To,

M/s. GAIL (India) Limited


Jubilee Tower, B-35-36, Sector-1, Noida- 201301 (U.P.)

SUB: GAS METERING SYSTEM (ULTRASONIC/TURBINE)


TENDER NO: SM/B035-000-YF-MR-2943/008

Sl. Descri- PO/ Full Postal Value of Date of Scheduled Date of Reasons
No ption of Contr- Address & Contract/ Commence Completion/ Actual for delay
the act No. phone nos. of Order ment Delivery Compl- in execu-
Supply/ and date Client. (Specify Period etion tion, if
Services Currency (Months) any
Amount)
(1) (2) (3) (5) (6) (7) (8) (9) (10)

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

Page 114 of 1260


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

F-8
CHECK LIST

Bidders are requested to duly fill in the checklist. This checklist gives only certain important
items to facilitate the Bidder to make sure that the necessary data/information as called for in the
Tender Document has been submitted by them along with their offer/Bid. This, however, does not
relieve the Bidder of his responsibilities to make sure that his Bid is otherwise complete in all
respects.
Please ensure compliance and tick (√) against following points:

S. No. DESCRIPTION CHECK REFERENCE PAGE


BOX NO. OF THE BID
SUBMITTED
1.0 Confirm that the following details have been
submitted in the Un-pricednpart of the Bid
i Covering Letter, Letter of Submission
ii Copy of Declaration of Bid Security
iii Digitally signed Tender Documentn along with
drawings and addendum (if any)
iv Power of Attorney in the name of person signing
the bid.
v Details and documentary proof required against
BEC Criteria of Tender Document.
vi Confirm submission of documents alongwith
unpriced bid as per tender requirement.
2.0 Confirm that all forms duly filled in are enclosed
with the bid duly signed by authorised person(s)
3.0 Confirm that the price part as per Price Schedule
format uploaded in e-portal.
4.0 Confirm that annual reports & dulynfilled in
Form F-9, if applicable and Form F-10 are
enclosed in the offer for financial assessment
(where financial criteria of BEC is applicable).

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

111

Page 115 of 1260


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

F-9
FORMAT FOR CERTIFICATE FROM BANK
IF BIDDER’S WORKING CAPITAL IS INADEQUATE/NEGATIVE
(To be provided on Bank’s letter head)
Date:
To,
M/s. GAIL (India) Limited
Jubilee Tower, B-35-36, Sector-1, Noida- 201301 (U.P.)

Dear Sir,

This is to certify that M/s ………………………………….. (name of the Bidder with


address) (hereinafter referred to as Customer) is an existing Customer of our Bank.

The Customer has informed that they wish to bid for GAIL’s Tender No.
.................................................. dated …………… for
……………………………………..(Name of the supply/work/services/consultancy) and
as per the terms of the said Tender Document they have to furnish a certificate from their
Bank confirming the availability of line of credit.

Accordingly M/s ………………………….. (name of the Bank with address) confirms


availability of line of credit to M/s …………………….. (name of the Bidder) for at least
an amount of Rs.

It is also confirmed that the net worth of the Bank is more than Rs. 100 Crores (or
Equivalent USD) and the undersigned is authorized to issue this certificate.

Yours truly

for …………………………… (Name & address of Bank)

(Authorized signatory)
Name of the signatory :
Designation
:
Stamp

112

Page 116 of 1260


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

F-10
Page 1 of 2
FORMAT FOR CHARTERED ACCOUNTANT CERTIFICATE/ CERTIFIED PUBLIC
ACCOUNTANT (CPA) FOR FINANCIAL CAPABILITY OF THE BIDDER
We have verified the Audited Financial Statements and other relevant records of
M/s……………………………… (Name of the bidder) and certify the following:
A. AUDITED ANNUAL TURNOVER* OF PRECEDING THREE FINANCIAL
YEARS:
Year Amount (Currency)
Year 1:
Year 2:
Year 3:
B. NET WORTH* AS PER AUDITED FINANCIAL STATEMENT OF PRECEDING
FINANCIAL YEAR:
Description Year
Amount (Currency)
1. Net Worth
C. WORKING CAPITAL* AS PER AUDITED FINANCIAL STATEMENT OF
PRECEDING FINANCIAL YEAR:
Description Year
Amount (Currency)
1. Current Assets
2. Current Liabilities
3. Working Capital (Current
Assets-Current liabilities)
*Refer Instructions on page 2 of 2
Notes:
(i) It is further certified that the above mentioned applicable figures are matching with
the returns filed with Registrar of Companies (ROC)
(ii) We confirm that above figures are after referring instructions at page 2 of 2 of
Format F-10.
(iii)Practicing Chartered Accountants shall generate Unique Document Identification
Number (UDIN) for all certificates issued by them

Name of Audit Firm: [Signature of Authorized Signatory]


Chartered Accountant/CPA Name:
Date: Designation:
Seal:
Membership No.:
UDIN:
113

Page 117 of 1260


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

Page 2 of 2

Instructions for Format F-10:

1. The Separate Pro-forma shall be used for each member in case of JV/ Consortium.

2. The financial year would be the same as one normally followed by the bidder for its
Annual Report.

3. The bidder shall provide the audited annual financial statements as required for this
Tender document. Failure to do so would result in the Proposal being considered as non-
responsive.

4. For the purpose of this Tender document:


(i) Annual Turnover shall be “Sale Value/ Operating Income”
(ii) Working Capital shall be “Current Assets less Current liabilities” and
(iii) Net Worth “the aggregate value of the paid-up share capital and all reserves
created out of the profits and securities premium account, after deducting the
aggregate value of the accumulated losses, deferred expenditure and miscellaneous
expenditure not written off, as per the audited balance sheet, but does not include
reserves created out of revaluation of assets, write-back of depreciation and
amalgamation.

5. Above figures shall be calculated after considering the qualification, if any, made by
the statutory auditor on the audited financial statements of the bidder including
quantified financial implication.

6. This certificate is to be submitted on the letter head of Chartered Accountant/CPA.

114

Page 118 of 1260


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

115

Page 119 of 1260


F-11
BIDDER'S QUERIES FOR PRE BID MEETING
To,
M/s GAIL (INDIA) LIMITED
Sub : GAS METERING SYSTEM (ULTRASONIC/TURBINE)
Tender No : SM/B035-000-YF-MR-2943/008

SL. REFERENCE OF TENDER DOCUMENT BIDDER'S QUERY GAIL'S REPLY


NO. Subject
SEC. NO. Page No. Clause No.

NOTE: The Pre-Bid Queries may be sent by fax / e-mail before due date for receipt of Bidder's queries in terms of Clause No. 8.1 of ITB.

SIGNATURE OF AUTHORISED REPRESENTATIVE OF BIDDER:


NAME OF BIDDER :

Page 120 of 1260


F-12
E-Banking Mandate Form
(APPLICABLE ONLY IN CASE BIDDER’S BANK ACCOUNT IS NOT MAPPED
IN GAIL)
(To be issued on vendors letter head)
1. Vendor/customer Name :

2. Vendor/customer Code:

3. Vendor /customer Address:

4. Vendor/customer e-mail id:

5. Particulars of bank account


a) Name of Bank
b) Name of branch
c) Branch code:
d) Address:
e) Telephone number:
f) Type of account (current/saving etc.)
g) Account Number:
h) RTGS IFSC code of the bank branch
i) NEFT IFSC code of the bank branch
j) 9 digit MICR code

I/We hereby authorize GAIL(India) Limited to release any amount due to me/us in the
bank account as mentioned above. I/We hereby declare that the particulars given above
are correct and complete. If the transaction is delayed or lost because of incomplete or
incorrect information, we would not hold the GAIL (India) Limited responsible.

(Signature of vendor/customer)

BANK CERTIFICATE

We certify that --------------------------- has an Account no. ---------------------------- with us


and we confirm that the details given above are correct as per our records.
Bank stamp

Date (Signature of authorized officer of bank)

Page 121 of 1260


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

F-13

INTEGRITY PACT

[Attached]

118

Page 122 of 1260


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

F-14
FREQUENTLY ASKED QUESTIONS (FAQs)

SL.NO. QUESTION ANSWER


1.0 Can any vendor quote for subject Yes. A Vendor has to meet Bid
Tender? Evaluation Criteria given under Section II
of Tender document in addition to other
requirements.
2.0 Should the Bid Evaluation Criteria Yes. Please refer Section II of Tender
documents be attested? document
3.0 Is attending Pre Bid
Meeting No. Refer Clause No. 17 of Instruction to
mandatory. Bidders of Tender Document. However
attending Pre Bid Meeting is
recommended to sort out any issue before
submission of bid by a Bidder.
4.0 Can a vendor submit more than 1 No. Please refer Clause No. 4 of
offer? Instruction to Bidders of Tender
Document.

5.0 Is there any Help document available Yes. Refer Annexure III to Instructions to
for e-Tender. Bidders of Tender Document and FAQs
as available on GAIL E-Tender portal.

6.0 Are there are any MSE (Micro & Yes. Refer Clause No. 40 of Instructions
Small Enterprises) benefits to Bidders of Tender Document.
available?

7.0 Are there are any benefits available Refer Clause No. 48 of Instructions to
to Startups? Bidders of Tender Document.

All the terms and conditions of Tender remain unaltered.

119

Page 123 of 1260


Page 124 of 1260
Page 125 of 1260
Page 126 of 1260
Page 127 of 1260
Page 128 of 1260
Page 129 of 1260
Page 130 of 1260
Page 131 of 1260
Page 132 of 1260
Page 133 of 1260
Page 134 of 1260
SECTION-IV

GENERAL CONDITIONS OF CONTRACT – GOODS

Note: General Condition of Contract-Goods is available on


GAIL’s Tender Website http://gailtenders.in/Gailtenders/gccs.asp

Page 135 of 1260


SECTION-V

SPECIAL CONDITIONS OF CONTRACT

Page 136 of 1260


SPECIAL CONDITIONS OF CONTRACT (SCC)-PURCHASE

Page 1 of 9
SCC_B035

Page 137 of 1260


Table of Contents

1.0 DEFINITIONS ............................................................................................................................ 3


3.0 SELLER’S SCOPE.................................................................................................................... 3
4.0 DELIVERY / COMPLETION SCHEDULE ................................................................................. 4
5.0 DESPATCH INSTRUCTIONS ................................................................................................... 4
6.0 INDEPENDENT SELLER .......................................................................................................... 4
7.0 LIEN ........................................................................................................................................... 4
8.0 RECOVERIES ........................................................................................................................... 4
9.0 INSURANCE ............................................................................................................................. 4
10.0 PRICE REDUCTION SCHEDULE (PRS).................................................................................. 5
11.0 TERMS AND MODE OF PAYMENT ......................................................................................... 5
12.0 ORIGIN OF GOODS.................................................................................................................. 5
13.0 FALL CLAUSE .......................................................................................................................... 5
14.0 QUALITY ASSURANCE/QUALITY CONTROL ....................................................................... 5
‘ .................................................................................................................................................. 5
15.0 ECA’ FINANCING FOR FOREIGN BIDDERS ONLY ............................................................... 5
16.0 POST ORDER CORRESPONDENCE ...................................................................................... 6
17.0 PROMOTION OF PAYMENT THROUGH CARDS AND DIGITAL MEANS ............................ 6
18.0 INDEMNITY BOND ................................................................................................................... 6
19.0 THIRD PARTY INSPECTION ................................................................................................... 6
20.0 REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN NATIONALS .............................. 7
21.0 ORDER OF PRECEDENCE ...................................................................................................... 7
22.0 INVOICING ADDRESS: ............................................................................................................ 7
23.0 PRADHAN MANTRI SURAKSHA BIMA YOJANA (PMSBY) AND PRADHAN MANTRI JEEVAN
JYOTI BIMA YOJANA (PMJJBY)- IN CASE OF SITE WORK................................................ 7
24.0 TRADE RECEIVABLE DISCOUNTING SYSTEM (TREDS) .................................................... 8
25.0 METHODOLOGY FOR PROCESSING TERMINATION FOR DEFAULT……………………..8-9

Page 2 of 9
SCC_B035

Page 138 of 1260


1.0 DEFINITIONS

1.1 EFFECTIVE DATE shall mean the date on which Contractor / Supplier’s obligations will
commence and that will be the date of Fax of Acceptance (FOA).
1.2 WAREHOUSE / DUMP YARD / DUMP SITE / DELIVERY LOCATION shall mean a place
hired/owned by Owner for the purpose of storing the material at Project site.
2.0 INTERPRETATIONS
i. Where any portion of the “GCC – GOODS” and / or “GCC – WORKS” is repugnant to or at
variance with any provisions of the SCC then, unless a different intention appears, the provisions
of the SCC shall be deemed to over-ride the provisions of the “GCC – GOODS” and / or “GCC –
WORKS. SCC provisions shall prevail to the extent of such repugnancy, or variations exist.
ii. In Contract Documents, the singular shall include the plural and vice versa wherever the context
so requires, unless otherwise stated specifically.
iii. Notwithstanding the sub-division of the Contract Documents into separate sections and volumes
every part of each shall be deemed to be supplementary to and complementary of every other
part and shall be read with and into the Contract so far as it may be practicable to do so.
iv. All headings, subtitles and marginal notes to the clauses of the GCC - GOODS, GCC – WORKS,
SCC or to the Specifications or to any other part of Bidding Document are solely for the purpose
of giving a concise indication and not a summary of the contents thereof, and they shall never be
deemed to be part thereof or be used in the interpretation or construction thereof.
v. The terms fully capitalized and/or initial capitalized shall be interchangeable and shall have the
meaning as assigned to fully capitalized term or initial capitalised term.
vi. Except the obligation of payment to Seller, Consultant may discharge all other Purchaser’s
obligations. In Bidding Documents at all such places where obligations are confined to Purchaser
alone, such provision to be read as ‘Purchaser/Consultant’s’ obligation to the extent the context
so means/ requires.

3.0 SELLER’S SCOPE


(GCC – GOODS/WORKS)
3.1 Supply of Goods / Equipments as per MR.
3.1.1 Seller’s scope shall include (a) manufacturing of items / goods / equipments as per Material
Requisition, technical specifications; (b) preparation of Quality Assurance / Quality control
programme; (c) obtaining Consultant’s approval; (d) arranging Inspection and Testing
certification; (e) Inspection by Purchaser’s/Consultant/Agency Designated by Purchaser and
obtaining Inspection Release Note; (f) obtaining dispatch clearance; (g) Packing; (h) Loading on
truck/trailer for Indian Bidder/ loading on ship at FOB Port of exit including stowing as applicable
for Foreign Bidder.
3.2 Transportation of material upto Project site for Indian bidders and shipment of material upto port
of entry in India for Foreign Bidders.
3.3 Site work, wherever applicable, as per requirements specified elsewhere in the Bidding
document, “Health, Safety & Environment”, shall be applicable.
3.4 Site supervision for Erection & Commissioning as per requirements specified in the Bidding
document, wherever applicable. Terms & Conditions shall be as per annexure to Price Schedule.
3.5 Training of owner’s / consultant’s person(s) at vendor’s works / project site, wherever applicable,
as per guidelines given in the Material Requisition. The prices for Training shall be included in the
quoted prices until and unless specifically asked for extra prices in the price schedule formats.

Page 3 of 9
SCC_B035

Page 139 of 1260


3.6 Any other specific requirement / activity though specifically not covered but is required as per
scope of work, scope of supply, specifications, standards, drawings, GPC, GCC, SCC or any
other part of Bidding Document.
4.0 DELIVERY / COMPLETION SCHEDULE

4.1 Delivery / Completion schedule shall be as specified in the RFQ/IFB/BDS.


4.2 Delivery period, as detailed in Clause 4.1 of SCC, shall be the essence of Contract.
5.0 DESPATCH INSTRUCTIONS

5.1 Seller shall obtain dispatch clearance from the Purchaser/ Consultant prior to each dispatch.
5.2 Copy of Inspection Release Certificate, Dispatch Clearance and Statement showing the name of
the vessel/transporter, description and weight of material and shipping marks etc. to be submitted
along with the documents.
5.3 Ultimate Consignee address (Stores) shall be as mentioned in Material Requisition attached with
the bidding document.
5.4 Port Consignee address (Stores) is as follows:
Chief Manager / HOD (C&P)
GAIL (India) Limited
GAIL Bhawan, Plot No 73,
Road No 3, Sector 15
CBD Belapur, District & Taluka: Thane
Navi Mumbai, Pin Code 400614.

6.0 INDEPENDENT SELLER

6.1 It is expressly understood and agreed that Seller is an independent party and that neither the
Seller/ its personnel are servants, agents or employees of Purchaser/ Consultant nor the Seller
has any kind of interest in other sellers.
7.0 LIEN

7.1 Seller shall ensure that the supplies made under the Contract is free from any claims of title/liens
from any third party. In the event of such claims by any party, Seller shall at his own cost defend,
indemnify and hold harmless the Purchaser or its authorised representative from such disputes
of title/liens, costs, consequences etc.
8.0 RECOVERIES

8.1 In case, the statutory variation entitles the Employer to recover the amount (irrespective of
Contractual Delivery) such amount will be recovered from any bill of the Contractor / Supplier,
immediately on enforcement of such variation, under intimation to the Contractor / Supplier.

9.0 INSURANCE

As per GCC (GOODS) Clause No. 16. Details of Purchaser’s Insurance Agent and Insurance
Policy shall be covered in Purchase Order.
Name and address of insurance agency is as follows:
National Insurance Company Ltd
Corporate UW Konnectus Tower,
Bhavbhuti Marg, 803B Tower 3,
8th Floor opposite New Delhi Railway Station,
Page 4 of 9
SCC_B035

Page 140 of 1260


Ajmeri Gate side-110002
State Code 7, Delhi
GSTIN: 07AAACN9967E1Z5

POLICY NO. 340100211910001047 (FOR INDIAN BIDDER) & 340100211910001048 (FOR FOREIGN
BIDDER) VALIDITY (30.03.2020 TILL 29.03.2021)

Kind Attn : MR NITIN SAGAR ( MARINE U/W),


nitin.sagar@nic.co.in
Mobile No. +919643002568

Mr. Kamal Gupta


kamal.gupta@nic.co.in
Mobile No. +919643009557

10.0 PRICE REDUCTION SCHEDULE (PRS) : REFER BDS

11.0 TERMS AND MODE OF PAYMENT


11.1 The terms and mode of payment shall be as per Annexure-I to SCC.
11.2 No claim Certificate is Annexed as Annexure – II to this SCC. Seller is required to furnish the
same along with the final invoice/bill. Payment against final bill shall be released only after
Seller’s furnishing this certificate duly filled in signed and stamped.

12.0 ORIGIN OF GOODS

12.1 A certificate issued by relevant Chamber of Commerce to this effect shall form part of shipping
documents.

13.0 FALL CLAUSE

Fall Clause under Clause 38 of GAIL’s GCC Goods stand deleted.


14.0 QUALITY ASSURANCE/QUALITY CONTROL

14.1 The Bidder shall prepare a detailed Quality Assurance Plan (QAP) for the execution of Contract
for various facilities, which will be mutually discussed and agreed to.
14.2 The Bidder shall establish document and maintain an effective Quality Assurance System as
outlined in recognized codes.
14.3 The Purchaser/Consultant, while agreeing to a Quality Assurance Plan, shall mark the stages
where they would like to witness the tests; review any or all stages of work at shop/site etc., as
deemed necessary for quality assurance.

15.0 ‘ECA’ FINANCING FOR FOREIGN BIDDERS ONLY

GAIL intends to finance the supply of the material from the Banks/Financial Institution with the
support of Export Credit Agency (ies) of International repute. GAIL will approach the leading
Bank(s)/ financial institutions at appropriate time for finalizing the loan based on the guarantee
given by the ECA of the supplier/vendor country. The supplier shall be required to extend full
Page 5 of 9
SCC_B035

Page 141 of 1260


co-operation to the ECA, prospective lenders (Banks and financial institution) and GAIL to
facilitate the finalisation of the loan in term of inter-alia providing necessary details and
information etc. that may be needed for carrying out the due diligence exercise by the ECA and
the lending banks.
In the event, GAIL choose to opt for ECA financing, the payment terms would be amended
accordingly to reflect the buyers credit payment facility to the vendor.
In the event GAIL avails the ECA backed financing from the lenders, necessary comfort would
be provided to the vendors with respect to the security of the payment to the vendors against
the supply of material. The payment to the vendors depending upon the circumstances could
be either through the LC or directly from the GAIL lenders who are backed / provided guarantee
by the ECA of the bidder’s country.
Further, the bidders will be required to submit a letter from the ECA of the bidder’s respective
country that subject to the due diligence, the ECA would support by way of providing guarantee
for arranging finance for the purchase by GAIL.

16.0 POST ORDER CORRESPONDENCE

Details of persons for post order correspondence shall be intimated in the Purchase Order.

17.0 PROMOTION OF PAYMENT THROUGH CARDS AND DIGITAL MEANS


To promote cashless transactions, the onward payments by Contractors to their employees,
service providers, sub-contractors and suppliers may be made through Cards and Digital
means to the extent possible.

18.0 INDEMNITY BOND

18.1 Material Requisition involving Site Works/Package, where the Bidder is required to be the sole
custodian of all goods on behalf of Purchaser, and will be responsible for safety, security,
storage, protection etc. till handing over of Equipment/ System. The Purchaser will have the ‘Title
of Ownership’ on all such supplies/ Works performed as soon as any progressive payments are
made to the Bidder, and the Bidder shall not subject these Works for use other than those
intended under the Contract. Bidder shall furnish an Indemnity bond (in the prescribed format
Attached as Annexure-III to SCC) before the commencement of despatches, covering the total
value of goods, valid till the date of handing over of the Equipment/ System. Bidder’s authorised
signatory shall sign the Indemnity bond.
19.0 THIRD PARTY INSPECTION

19.1 Seller to note the following:


QAP will be approved by EIL/Purchaser incorporating requirements of Inspection and Test Plan,
Technical specifications provided with Purchase Order / Contract document.
Material to be supplied according to EN 10204-3.2 compliance and vendor to issue 3.2
compliance certificate duly signed by inspection agency. Final Inspection release note shall be
issued by EIL/Purchaser.
Certification of final documents, wherever applicable, for release of final payment, shall be
carried out by Inspection Authority, issuing the final inspection certificate.
19.2 Indian bidder:
Inspection/Certification of all the goods of Indian origin, shall be done by EIL for which no extra
charges shall be payable.
Page 6 of 9
SCC_B035

Page 142 of 1260


All bought out items including import content (if applicable) shall be subject to inspection by (i.e.
BV/DNV/TUV/CEIL/LRS/ABS/AIB-Vincotte ) for which charges to be included in the quoted
prices and no additional charges will be paid by Purchaser.

20.0 DELETED

20 ORDER OF PRECEDENCE
20.1 The Articles contained in this Section shall supplement to the Special Conditions of Contract
and General Conditions of Contracts – Goods. Where any portion of Special Conditions of
Contracts and General Conditions of Contract – Goods is repugnant or at variance with any
provisions of Instructions to Bidders. Instructions to Bidders shall be deemed to over-ride the
provision(s) of Special Conditions of Contract and General Conditions of Contract-Goods only
to the extent that such repugnancies of variations in Instructions to Bidders are not possible of
being reconciled with the provisions of Special Conditions of Contract and General Conditions
of Contract – Goods. Order of Precedence shall be as under:
(a) Purchase Order
(b) Letter of Award / Fax of Acceptance
(c) RFQ / IFB
(d) Bid Data Sheet
(e) Job Specifications
(f) Drawings
(g) Instruction to Bidders with e-tender instructions
(h) Special Conditions of Contract
(i) Technical Specifications
(j) General Conditions of Contract
(k) Other Documents

A variation or amendment issued after the execution of the formal contract shall take
precedence over respective clauses of the formal contract and its Annexures.
21 Invoicing Address:

All invoices shall be raised on the following address:

Officer – in – Charge
GAIL (India) Limited,
Details shall be provided after award.

Payments to be released from respective site offices and ORIGINAL Invoice may be
addressed to “HOD (F&A), GAIL (India) Ltd, Jubilee Tower, B-35 & B-36, Sector-1, Noida” & a
copy of Invoice to be forwarded to GM (PE).

22 PRADHAN MANTRI SURAKSHA BIMA YOJANA (PMSBY) AND PRADHAN MANTRI


JEEVAN JYOTI BIMA YOJANA (PMJJBY)- IN CASE OF SITE WORK

Contractor shall ensure that all its personnel deployed under this contract have obtained
additional insurance coverage under the Pradhan Mantri Suraksha Bima Yojana (PMSBY)
and Pradhan Mantri Jeevan Jyoti Bima Yojana (PMJJBY) through the participating banks
and submit the proof of such insurance coverage to the satisfaction of GAIL. The cost of
the insurance premium amount for both the above schemes shall be borne by the
contractor giving evidence/proof to GAIL in this respect and Contractor shall suitably
consider the same in their bid.

Page 7 of 9
SCC_B035

Page 143 of 1260


Both the schemes are to be regulated continuously on yearly basis and the same should be
renewed on each successive relevant date in subsequent years.

23 TRADE RECEIVABLE DISCOUNTING SYSTEM (TReDS)


It may be noted that Government of India has implemented Trade Receivable Discounting
System (TReDS) to Address Challenges faced by MSMEs in delayed payments (after
receipt/acceptance of Material/Services) from Government buyers leading to shortfall of
Working Capital. TReDS is an online electronic institutional mechanism for facilitating the
financing of trade receivables of MSMEs through multiple financiers. GAIL is already
registered on the following TReDS platform:

 M/s Receivable Exchange of India (RXIL), Mumbai.


 M/s Mynd Solutions Private Limited (Mynd), New Delhi.
 M/s A. TREDS (Invoicemart), Mumbai.

You are requested to kindly register on the TReDS platform. The MSME vendors can avail
the TReDS facility, if they want to.
24 METHODOLOGY FOR PROCESSING TERMINATION FOR DEFAULT:

a. Any material breach in contractual obligations shall be dealt on mutual discussion basis,
so as to correct breach. In case of failure to correct the breach, EIL/ Owner shall initiate
Termination action as per the contract.
b. In case of non-submission of CPBG within the period stipulated, required CPBG amount
along with interest for the delayed period shall be recovered from the first RA bill / first
Milestone payment, onwards, on proportionate basis, till full recovery.
However, in case, if the contractor submits CPBG before the first RA bill, then interest
shall be recovered from the first RA bill, for the delayed period beyond the period
stipulated for CPBG.
c. In case of non-submission of CPBG within one month beyond the period stipulated for it,
coupled with non-mobilization / non-performance within the period stipulated for the same,
the Termination action along with other contractual penal provisions shall be initiated, as
per the contract provisions.
d. Further, in case of submission of CBPG within scheduled period, but Contractor being at
default in terms of Contract, a) above shall be applicable.
e. In case of occurrence of any of the above specified events, contractor shall be understood
to have defaulted and the EIL/ Owner shall have the right to terminate the contract, at its
sole and absolute discretion by issuing a Show Cause notice of 15 calendar days to the
Contractor, stating the reason and the intention of EIL/ Owner to terminate the Contract
and to take other penal actions in terms of the contract including extant policy for
Suspension/ Banning of EIL/ Owner.
f. The Contractor may also request for a personal hearing.
g. EIL/ Owner based on the contractor’s response to the Show Cause Notice and the
personal hearing, shall decide the action regarding Termination and/ or Suspension /
Banning or otherwise
h. The decision taken as above shall apply to both Termination as well as Suspension /
Banning.”

Further to above, In case contract/ Purchase order awarded for the tendered work have to
be terminated due to Contractor's/ supplier’s default and a separate enquiry / tender have
to be floated to get the remaining/ complete work executed, such defaulting Contractor/
Page 8 of 9
SCC_B035

Page 144 of 1260


supplier will not be considered for enquiries/ tenders issued for the refloated works of
same project.

Page 9 of 9
SCC_B035

Page 145 of 1260


ANNEXURE - I TO SCC: TERMS OF PAYMENT

The following shall be read in conjunction with Article 21 of GCC (Goods)

1.1 Indian Bidder:

1.1.1 90% of Invoice value with Transportation Charges taxes and duties will be paid progressively after adjustment against
PRS and against submission of following documents:

(i) Tax Invoice (In Triplicate)


(ii) Inspection Certificate / Inspection Release Note issued by Purchaser/Purchaser’s agency.
(iii) LR/GR
(iv)Packing List
(v) Proof of customs clearance including payment of customs duty for imports permitted in the Contract.

1.1.2 Balance 10% amount of total Invoice value shall be paid within 30 days on

(i) Receipt and acceptance of complete materials at storage yard / warehouse


(ii) Submission of Documents as specified in Vendor Data Requirement in MR.

1.2 Foreign Bidder:

1.2.1 100% of total invoice value including ocean freight (in case of CFR contract) less Indian Agent’s Commission will be
paid progressively through irrevocable LC in terms of Clause No. 3.2 below after adjustment against PRS, if any, and
submission of following documents
(i) Invoice in triplicate
(ii) Clean Bill of Lading.
(iii) Inspection Certificate / Inspection Release Note issued by Purchaser/Purchaser’s agency
(iv) Packing List
(v) Documents pertaining to ocean freight (in case of CFR Contract)
(vi) Country of Origin
(vii) Documents as specified in Vendor Data Requirement in MR.

1.3 For Supervision, Erection, Testing & Commissioning (Indian & Foreign Bidder)

100% against progressive monthly bills payable against submission of invoices and time sheets certified by engineer-in-
charge.

2. The invoice shall be made after adjusting the following:

2.1. PRS pursuant to GCC - GOODS Clause 26.0 and SCC (Goods) – Clause 15.1, if applicable.
2.2. Indian agents commission, if applicable.

3. Mode of Payment
3.1 Indian bidders:

3.1.1. Payment will be released through E-payment as detailed in ITB clause 20.

3.2. Foreign bidders:

3.2.1 Through an irrevocable Letter of Credit (L/C) for 100% of total order value less Indian Agent’s Commission / Fee ( as
quoted by the Foreign Bidder, if applicable) to be established by Purchaser through an Indian Scheduled Bank within
30 days of acceptance of award by the Seller and its furnishing requisite Performance Bank Guarantee. L/C opening
charges payable to the L/C opening bank shall be borne by the Purchaser. In case the Seller requires a confirmed L/C,
the confirmation charges shall be borne by the Seller. Any other charges not specified herein shall be on Seller’s
account.

Page 146 of 1260


Agency Commission (if applicable) will be paid by GAIL in non-convertible Indian currency in India (on conversion rate
as applicable on the date of payment to vendor) after satisfactory completion of order. A valid registration certificate
should also exist at the time of agency commission being paid directly by GAIL.

4. Deduction at Source
4.1. Purchaser will release the payment to the Seller after effecting deductions as per applicable law in force.
4.2. Purchaser will release payments to the Contractor after offsetting all dues to the Purchaser payable by the
Contractor under the Contract.

5. Invoicing Address :

5.1. The INVOICE shall be raised in favour of OIC, GAIL as mentioned in PO.

6 Paying Authority :

6.1. GENERAL MANAGER (F&A),


GAIL (India) Limited,
19th Floor, Jubilee Tower, B

Notes: All invoices shall be raised in line with the GST Act/Rules in Vogue.

Page 147 of 1260


ANNEXURE- II TO SCC

Page 148 of 1260


[On the Letter-head of Contractor]

NO CLAIM CERTIFICATE

We, _________________, a company incorporated under the laws of India/ a Consortium between
*___ and *____ (name of Consortium partners to be inserted)/ a Partnership Firm consisting of *___
and *___ (name of Partners to be inserted)/ a Sole Proprietorship (as the case may be), having its
registered office at __________________ and carrying on business under the name and style M/s.
_______________________ were awarded the contract by GAIL (India) Ltd. in reference to Tender
No. ______________ dated _______ (“Contract”).

After completion of the above-said Work under the contract, we have scrutinized all our claims,
contentions, disputes, issues and we hereby confirm that after adjusting all payments received by us
against our R.A. Bills, our balance entitlement under the Contract is to a sum of Rs. __________
(Rupees _________ only) as per our Final Bill dated ________ towards full and final settlement of
all our claims, dues, issues and contentions from GAIL (India) Ltd.

We confirm and declare that with the receipt of aforesaid monies, all our claims, dues, disputes,
differences between M/s. ___________ and GAIL (India) Ltd. under and with reference to said
Contract stands fully and finally settled.

We further absolve GAIL (India) Ltd. from all liabilities present or future arising directly or
indirectly out of the Contract.

We further confirm that the present settlement has been arrived at after mutual negotiations and is
freely and fairly entered into between the parties. There is no economic duress or any other
compulsion on us in entering into this settlement.

Signature with Seal of contractor

Dated :

Page 149 of 1260


INDEMNITY BOND

WHEREAS GAIL (India) Ltd. (hereinafter referred to as “GAIL”) which expression shall, unless
repugnant to the context include its successors and assigns, having its registered office at 16, Bhikaiji,
Cama Place, R.K. Puram, New Delhi 110066 has entered into a contract with M/s *___ (hereinafter
referred to as the “Contractor”) which expression shall unless repugnant to the context include its
representatives, successors and assigns, having its registered office at *___ and on the terms and
conditions as set out, inter-alia in the [ mention the work order/LOA/Tender No.] and various
documents forming part thereof, hereinafter collectively referred to as the ‘CONTRACT’ which
expression shall include all amendments, modifications and / or variations thereto.

GAIL has also advised the Contractor to execute an Indemnity Bond in general in favour of GAIL
indemnifying GAIL and its employees and Directors including Independent Directors from all
consequences which may arise out of any prospective litigation or proceedings filed or may be initiated
by any third party, including any Banker / financial institution / worker(s) / vendor(s)/ sub- contractor(s)
etc. who may have been associated or engaged by the Contractor directly or indirectly with or without
consent of GAIL for above works.

NOW, THEREFORE, in consideration of the promises aforesaid, the Contractor hereby irrevocably and
unconditionally undertakes to indemnify and keep indemnified GAIL and all its employees, Directors,
including Independent Directors, from and against all/any claim(s), damages, loss, which may arise out
of any litigations/ liabilities that may be raised by the Contractor or any third party against GAIL under or
in relation to this contract. The Contractor undertakes to compensate and pay to GAIL and/or any of its
employees, Directors including Independent Directors, forthwith on demand without any protest the
amount claimed by GAIL for itself and for and on behalf of its employees, Directors including
Independent Directors together with direct/indirect expenses including all legal expenses incurred by
them or any of them on account of such litigation or proceedings.

AND THE CONTRACTOR hereby further agrees with GAIL that:

(i) This Indemnity shall remain valid and irrevocable for all claims of GAIL and/or any of its employees
and Directors including Independent Directors arising out of said contract with respect to any such
litigation / court case for which GAIL and/or its employees and Directors including Independent
Directors has been made party until now or here-in-after.

(ii) This Indemnity shall not be discharged/revoked by any change/ modification/amendment/assignment


of the contract or any merger of the Contractor with other entity or any change in the
constitution/structure of the Contractor’s firm/Company or any conditions thereof including insolvency
etc. of the Contractor, but shall be in all respects and for all purposes binding and operative until any/all
claims for payment of GAIL are settled by the Contractor and/or GAIL discharges the Contractor in
writing from this Indemnity.

Page 150 of 1260


The undersigned has full power to execute this Indemnity Bond for and on behalf of the Contractor and
the same stands valid.

SIGNED BY :

For [ Contractor]
Authorised Representative

Place:

Dated:

Witnesses:

1.

Page 151 of 1260


SECTION-VII

Price Schedule/ Schedule of Rates

Page 152 of 1260


PRICE SCHEDULE - FORMAT A
RFQ NO: SM/B035-000-YF-MR-2943/008
ITEM: GAS METERING SYSTEM (ULTRASONIC/TURBINE)
NAME OF BIDDER : M/S

OFFER REFERENCE NO.:

Total Road Freight upto company designated stores Excl.


Total supply Price on FOT Despatch Point Basis
Item Sl. GST
Quantity including Packing & Forwarding Excl. GST
No. as per Tag No./ Item Code Item Description
(Lot)
MR

Currency ( INR )

(a) (b) ( c) (d) (e) (f)


SUPPLY OF MATERIALS/COMPONENTS AS PER SCOPE OF SUPPLY MENTIONED IN MR NO. B035-000-YF-MR-2943 REV. C IN ALL RESPECTS

Gas Metering System (Skid)-USM (6'' ,600#) & RPD meter(2'',300#)


1.0010 GROUP-I 1
for CGS Kolkata RT

1.0011 GROUP-II Gas Metering System (Skid)-USM(6'',600#) for FCI Sindri Spurline 1

Gas Metering System (Skid)-Turbine (4'',600#) for HFC Durgapur


1.0012 GROUP-III 1
Spurline

Gas Metering System (Skid)- Turbine(4'' ,300#) & RPD


1.0013 GROUP-IV 1
meter(2'',300#) for CGS Jamshedpur RT

1.0014 GROUP-V Gas Metering System (Skid)-Turbine (6'',150#) for SAIL Durgapur RT 1

Gas Pressure Reducing Skid (Inlet 12'', 600#) for Matix Fertilizers
1.0015 GROUP-VI 1
Spurline

Gas Pressure Reducing Skid (Inlet 12'', 600#) for CGS Jamshedpur
1.0016 GROUP-VII 1
Spurline

1.0017 GROUP-VIII Gas Pressure Reducing Skid (Inlet 18'',600#) for CGS Kolkata Spurline 1

1 of 6

Page 153 of 1260


PRICE SCHEDULE - FORMAT A
RFQ NO: SM/B035-000-YF-MR-2943/008
ITEM: GAS METERING SYSTEM (ULTRASONIC/TURBINE)
NAME OF BIDDER : M/S

OFFER REFERENCE NO.:

Total Road Freight upto company designated stores Excl.


Total supply Price on FOT Despatch Point Basis
Item Sl. GST
Quantity including Packing & Forwarding Excl. GST
No. as per Tag No./ Item Code Item Description
(Lot)
MR

Currency ( INR )

(a) (b) ( c) (d) (e) (f)

SUPPLY OF TWO YEARS OPERATION AND MAINTENANCE SPARES AS PER CLAUSE NO. B14 OF ENCLOSED
5 TO BE FURNISHED IN ENCLOSED FORMAT-A3 OF PRICE SCHEDULE
SPECIAL INSTRUCTIONS TO VENDOR

PER DIEM RATE OF SUPERVISION OF ERECTION, TESTING AND COMMISSIONING OF ITEMS


PER DIEM
8 SPECIFIED AT ITEM 1.00 ABOVE AS PER CLAUSE NO. B4 OF ENCLOSED SPECIAL INSTRUCTIONS TO BE FURNISHED IN FORMAT-A4 ENCLOSED
RATE
TO VENDOR.

Notes:

Bidder to clearly indicate 'Quoted' / 'Not Quoted'/'Not Applicable' against each Sr. No. 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
1
with the Unpriced Bid.

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

3 Quoted prices for Supply are inclusive of all Mandatory Spares, Commissioning Spares and Special Tools & Tackles etc. as applicable, as per Material Requisition.

4 Evaluation shall be done on group wise basis & each Groups is not splitable.

5 Quoted price shall be inclusive of prices for raw materials sourced outside India and to be incorporated in the finished product sourced from India - Detailed break up shall be furnished in Price Schedule Format A1.

The description of items and tag no. provided in this Price Schedule format is indicative only. In case, there is a discrepancy in the Tag no. /Description/ Quantities of items provided in this Price schedule format and the Tag no.
6
/Description/ Quantities of items provided in the Material Requisition, the Tag no. /Description Quantities of items provided in the MR shall prevail.

7 Taxes & Duties shall be quoted under Price Schedule Format - A2.

8 Price quoted shall be inclusive of prices for raw materials sourced outside India and to be incorporated in the finished product sourced from India - Detailed break up shall be furnished in Format A1.

2 of 6

Page 154 of 1260


DETAILS OF BUILT-IN-CIF VALUE OF IMPORT CONTENT (RAW MATERIALS) (INDIAN BIDDER)
RFQ: SM/B035-000-YF-MR-2943/008 FORMAT A1
ITEM: GAS METERING SYSTEM (ULTRASONIC/TURBINE)
NAME OF BIDDER:
DESCRIPTION CIF value of Import Content RATE OF CUSTOM DUTY INCLUDED IN QUOTED FOT DESPATCH POINT
included in quoted supply prices PRICES
S no. For Item no./ Sl . Description of Imported items Unit of Qty (INR) CUSTOM TARRIF BASIC SOCIAL WELFARE IGST (%) TOTAL CUSTOM
No. as per price Measurement NO. CUSTOMS SURCHARGE ON DUTY (%)
schedule format DUTY (%) CUSTOMS DUTY
(%)

8
Note:
1 Bidder to furnish the above details separatly for each item S. No. of MR.
2 Bidder has to ensure that currency quoted in this format shall be same with the currency quoted in the main price schedule format.
3 Un-priced copy shall be furnished exactly duplicate of price schedule duly indicating rate of duties except for CIF value.
4 The CIF Value(s) indicated by the vendor shall be deemed to be the maximum value(s) for the purpose of payment of variation in Basic Custom Duty and Customs Social Welfare Surcharge.

5 Bidder to cosider input tax credit of IGST avilable at their end (in case of import of raw materials / component) in their prices.

3 of 6

Page 155 of 1260


RFQ: SM/B035-000-YF-MR-2943/008
ITEM: GAS METERING SYSTEM (ULTRASONIC/TURBINE) FORMAT A2
NAME OF BIDDER: M/s __________________________

NAME OF BIDDER *

OFFER REFERENCE *

CONTACT PERSON *

MOBILE NO *

ADDRESS FOR FUTURE


CORRESPONDENCE *

TEL NO *

FAX NO *

EMAIL ID *

BID DETAILS * : - SELECT APPROPRIATE OPTION

1 Dispatch point from where material shall be dispatched

2 GST Registration Number for Despatch Point

3 Specify Invoicing Place

4 GST Registration Numberof Invoicing Place

5 HSN/SAC Code for Goods/ Services

6 Applicable rate of GST on supply

6 (i) Applicable rate of IGST on Interstate supply Extra @ __________%

In case of Intrastate supply, rate of IGST mentioned


6 (ii) Applicable rate of CGST & SGST/UTGST on Intrastate Supply above at 6(i) shall be divided into CGST &
SGST/UTGST equally for evaluation and ordering.

Rate of GST applicable extra on Freight Charges (In case not quoted, GST on freight shall be
7 Extra @ __________%
considered as Not Applicable)

Rate of GST applicable Extra on Site Work/ Supervision Charges/ Training Charges/ AMC. (In
8 case not quoted, GST on Site Work/ Supervision Charges/ Training Charges/ AMC shall be Extra @ __________%
considered as Not Applicable)

OTHER DETAILS / CONFIRMATION:

WE CONFIRM THAT WE ARE NOT BANNED OR DELISTED OR BLACK LISTED BY ANY


9 CONFIRMED, NOT BANNED
GOVERNMENT DEPARTMENT/ PUBLIC SECTOR ON DUE DATE OF SUBMISSION OF BID.

WE CONFIRM THAT WE ARE NOT UNDER LIQUIDATION, COURT RECEIVERSHIP OR


10 CONFIRMED
SIMILAR PROCEEDINGS.

WE CONFIRM COMPLIANCE TO COMMERCIAL TERMS & CONDITIONS AS PER ENQUIRY


11 CONFIRMED
DOCUMENT WITHOUT ANY RESERVATION.

4 of 6

Page 156 of 1260


SUPPLY OF SPARES FOR 2 YEARS OPERATION AND MAINTANENCE SPARES - FORMAT A3
SM/B035-000-YF-MR-2943/008

GAS METERING SYSTEM (ULTRASONIC/TURBINE)


UNIT PRICE ON FOT DESPATCH POINT BASIS
S.NO DESCRIPTION QUANTITY (No.) UNIT ROAD FREIGHT UP-TO PROJECT SITE (%)
CURRENCY (INR)

_______%

Notes:

1.Bidder to furnish the un-priced schedule for Two Years Normal Operation Spares along with the un-priced part while indicating description & quantity of Spares. However
same price-schedule is to be furnished in the priced-part while indicating the prices of Spares. Prices for spares for Two Years Normal Operation shall be furnished on FOT
Despatch Point basis as per this Format only. Supplier shall quote Freight charges up-to Project site in Percentage terms of Quoted FOT Despatch Point Price. The prices for
these spares shall be valid up to guarantee/warrantee period of main equipment.

2.The price for spares for Two Years Normal Operation shall not be considered for evaluation.
3. Vendor shall attach a list of 2 years recommended operation & maintenance spares along with the unit rates on letterheads, which would be necessary for 2 years trouble
free operation and maintenance of the system. The Owner shall be free to select the items of spares and the quantity at the time of award of contract or during the
contractual period.

2 year Operation & maintenance OEM suggestive spares, each module, with complete list, part no, unit rate shall be provided. The prices for these spares shall be valid up to
guarantee/warrantee period of main equipment.

Spares shall be provided from the same manufacturing facilities/location from where the respective equipment, subsystems are offered. Unit rates for each spares required
for operation and maintenance shall be provided. Vendor shall provide the address, contact person, fax, and telephone number of the manufacturer of the spare parts. The
Vendor shall warrant that spare parts for the system would be available for minimum of 10 years after warranty period after system commissioning (taking over). After this
period if the Vendor discontinues the production of spare parts, then he shall give at least 24 months prior notice to such discontinuation so that Owner may order the
requirements of spares in one Lot”.

5 of 6

Page 157 of 1260


FORMAT-A4
PRICE SCHEDULE FOR SUPERVISION CHARGES
RFQ NO: SM/B035-000-YF-MR-2943/008
ITEM: GAS METERING SYSTEM (ULTRASONIC/TURBINE)
NAME OF BIDDER: M/s

Per diem charges (per person per day) for 8 Overtime rate/hour for work on weekly
Overtime rate / hour beyond normal
Sl. No as per hours work on normal working days off days/holidays (as applicable at
Tag no. / Item code as per MR 8 hours work on normal working days
MR (Monday to saturtday) excluding Goods & project site) excluding Goods & Services
excluding Goods & Services Tax (GST)
Services Tax (GST) Tax (GST)

Rate in figure Rate in figure Rate in figure

Currency (INR)
8.0010 For Group-I
8.0011 For Group-II
8.0012 For Group-III
8.0013 For Group-IV
8.0014 For Group-V
8.0015 For Group-VI
8.0016 For Group-VII
8.0017 For Group-VIII
Notes:

1 The per diem rates for vendor's specialist visit at site shall be based on "terms & Conditions for supervision of erection, Testing & commissioning" enclosed with the RFQ.

For Group-I to Group V: 4 MAN DAYS for each group shall be considered for evaluation. For Group-VI to Group VIII: 02 MAN DAYS for each group shall be considered for
2
evaluation.

3 Bidder to note that apart from above quoted price, no price for supervision shall be quoted elsewhere.

6 of 6

Page 158 of 1260


FORMAT-C

TERMS & CONDITIONS FOR SUPERVISION OF ERECTION, TESTING &


COMMISSIONING

1. Bidder shall quote per diem charges which shall include lodging, boarding, medical, local transport, all insurances
including Bidder’s personnel and third party insurance, all other incidental charges and all taxes & duties except
GST which shall be quoted extra and shall be payable against submission of Invoice as per rules.
2. Tax(s) as per Government policy shall be deducted at source by Purchaser while making payments against each
invoice.
3. For Foreign Bidders : To & fro air fare by economy class through most economical route preferably by Air In-
dia and/or AC 2 Tier by Train Fare(*) within India nearest to Project Site, will be reimbursed at actual.
Local transportation in bidder’s country shall be to bidder’s account.
4. For Indian Bidders: To & fro air fare by economy class through most economical route preferably by Air
India and/or AC 2 Tier by Train Fare(*) nearest to Project Site, will be reimbursed at actual.
(*)In case a bidder travel’s by any other mode of transport, the payment shall be made against documentary
evidence subject to maximum of AC 2 Tier train fare.
5. Per diem charges shall be payable from the day bidder’s person reaches site upto the day he leaves the site. No
payment will be made for travel days/period.
6. In case bidder’s representative is not called for during Intervening weekly off/Holidays, the same shall be
payable at the normal rate of site services. However, in case Seller’s representative is called at site during weekly
off/Holiday, the same shall be paid @ overtime rate quoted extra by bidder.
7. In case bidder’s representative takes leave, per diem charges for that day shall not be payable.
8. Working hours prevailing at site, normally 8 hours/day - Monday through Saturday and holidays as applicable to
Purchaser’s site personnel shall apply.
9. Selection of Foreign/ Indian supervisory personnel shall be left to Owner’s/Purchaser’s choice.
10. Vendor’s supervisory personnel shall observe/abide by site working conditions prevailing at the existing site,
safety codes, Indian laws and local laws.
11. A notice period of 15 days will be given for mobilization of supervisory personnel for supervision of erection.
12. Validity period of per diem rate shall be upto the end of guarantee period. Further, in case services
for supervision are required after the guarantee period, 8% annual escalation shall be applicable.
13. Payment: 100% against submission of monthly bills and time sheets certified by the Engineer-in-Charge.

Page 1 of 1

Page 159 of 1260


SECTION-VI

MATERIAL REQUISITION

(TECHNICAL)

Page 160 of 1260


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: Gas Metering System (Ultrasonic)
GROUP ITEM CODE 16AD,16AC,16AB DESTINATION : AS PER RFQ
ITEM CATEGORY II DELIVERY PERIOD :

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

B035 000 YF MR 2943 C 05/01/2021 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 25/06/2020 BO SR PKS Issued for bids

B 16/10/2020 BO SR PKS Revised & Issued for bids

C 05/01/2021 BO SR PKS Revised & Issued for bids

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

Project : DOBHI-DURGAPUR-HALDIA P
ENGINEERS INDIA LIMITED
Client : M/s GAIL Sheet 1 Of 4
NEW DELHI

Page 161 of 1260


S.NO TAG NO . DESCRIPTION QUANTITY GROUP
/ 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, manufacturing, fabrication, procurement


of bought out items/components, assembly at shop, internal
testing, calibration, testing & inspection at manufacturers
works, supply, packing and shipping of following Gas Metering
Systems (skids),Gas Pressure Reducing Skids, including
mandatory spares, commissioning spares, consumables and
documentation as per enclosed standard specification,
instruction to vendor, job specification, data sheets, sketches
etc. and other codes and standards attached or referred.
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

1.0010 GROUP-I Gas Metering System (Skid)-USM (6'' ,600#) & RPD 1 Lot
meter(2'',300#) for CGS Kolkata RT
1.0011 GROUP-II Gas Metering System (Skid)-USM(6'',600#) for FCI Sindri 1 Lot
Spurline
1.0012 GROUP-III Gas Metering System (Skid)-Turbine (4'',600#) for HFC Durgapur 1 Lot
Spurline
1.0013 GROUP-IV Gas Metering System (Skid)- Turbine(4'' ,300#) & RPD 1 Lot
meter(2'',300#) for CGS Jamshedpur RT
1.0014 GROUP-V Gas Metering System (Skid)-Turbine (6'',150#) for SAIL 1 Lot
Durgapur RT
1.0015 GROUP-VI Gas Pressure Reducing Skid (Inlet 12'', 600#) for Matix Fertilizers 1 Lot
Spurline
1.0016 GROUP-VII Gas Pressure Reducing Skid (Inlet 12'', 600#) for CGS 1 Lot
Jamshedpur Spurline
1.0017 GROUP-VIII Gas Pressure Reducing Skid (Inlet 18'',600#) for CGS Kolkata 1 Lot
Spurline
5 Supply of 2 years operational & maintenance spares,as per
clause no. B14 of enclosed special instruction to vendor.
8 Per diem rate of supervision of erection,testing and
commissioning of items specified at item 1.00 above as per
clause no.B4 of enclosed special instructions to vendor.
8.0010 {8}GROUP-I For Item 1.0010 1 per diem
8.0011 {8}GROUP-II For Item 1.0011 1 per diem
8.0012 {8}GROUP-III For Item 1.0012 1 per diem
8.0013 {8}GROUP-IV For Item 1.0013 1 per diem
8.0014 {8}GROUP-V For Item 1.0014 1 per diem
8.0015 {8}GROUP-VI For Item 1.0015 1 per diem
8.0016 {8}GROUP-VII For Item 1.0016 1 per diem
8.0017 {8}GROUP-VIII For Item 1.0017 1 per diem

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 : DOBHI-DURGAPUR-HALDIA P REQUISITION No. REV


ENGINEERS INDIA LIMITED
B035-000-YF-MR-2943 C
NEW DELHI Client : M/s GAIL
Sheet 2 Of 4

Page 162 of 1260


Engineers India Limited Vendor Drawing/ Document Submission Schedule

Page 163 of 1260


Client/ Project:M/s GAIL/ DOBHI- Vendor's Name : Contact Person (Name/ Tel/ Fax/ email) : Status Date:
DURGAPUR-HALDIA P/L

Item Description:Gas Metering PR No.: Review Status Code:


System (Ultrasonic) 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.
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
LIST OF ATTACHMENTS
S.N. Document Title Document No. Revision
Rev Rev Rev
Date Date Date
A
1
B035-000-YF-VD-2943 1 2
1.1 Vendor Data Requirement
(2 Sheets) 16.10.2020 05.01.2021
B035-000-YF-SI-2943 1 2
1.2 Special Instructions to vendor
(8 Sheets) 16.10.2020 05.01.2021
B035-000-YF-TM-2943 B C
1.3 Technical Questionnaire
(1 Sheet) 16.10.2020 05.01.2021
Formats for Certificate for Logistics B035-000-YF-LS-2943 0
1.4 Support & Performance guarantee (2 Sheets) 05.01.2021
B035-000-YF-CF-2943 B C
1.5 Compliance statement
(1 Sheets) 16.10.2020 05.01.2021
Job specifications for Gas Metering B035-000-16-51-SP-2943 1 2
1.6 System(Skid) (52 Sheets) 16.10.2020 05.01.2021
0 1
Data sheets as per data sheet Index B035-000-YF-ID-2943
1.7 for Gas Metering system(skid) (44 Sheets)
16.10.2019 05.01.2021

Schematic Diagram for Letdown 1


B035-000-16-51-SK-03
1.8 Skids014-M-2001/015-M-2801/016- 16.07.2019
(1 Sheet)
M-3201
Schematic Diagram for Gas Metering 2
Skids 025-M-2101 B035-000-16-51-SK-05
1.9 (1 Sheet)
16.10.2019

Schematic Diagram for Gas Metering 2


Skids 034-M-3301 B035-000-16-51-SK-06
1.10 (1 Sheet)
16.10.2019

Schematic Diagram for Gas Metering 1


Skids 032-M-2701 B035-000-16-51-SK-08
1.11 (1 Sheet) 16.07.2019

Indicative Panel Arrangement 1


B035-000-16-51-SK-11
1.12 Drawing for Gas Metering Skids 025-
(1 Sheet) 16.07.2019
M-2101
Indicative Panel Arrangement 1
B035-000-16-51-SK-13
1.13 Drawing for Gas Metering Skids 032-
(1 Sheet) 16.07.2019
M-2701
Indicative Panel Arrangement 2
Drawing for Gas Metering Skids 034- B035-000-16-51-SK-14
1.14 (1 Sheet) 16.10.2019
M-3301

PROJECT :DOBHI-DURGAPUR-HALDIA PIPELINE Requisition No. REV.


ENGINEERS INDIA LTD.
NEW DELHI
CLIENT: M/s GAIL B035-000-YF-MR-2943 B
(SHEET 4 of 7)
This drawing and the design it covers 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, nor used except in the limited way and private use permitted by any written
consent given by lender to the borrower.

Page 164 of 1260


LIST OF ATTACHMENTS

S.N. Document No. Revision


Document Title Rev Rev Rev
Date Date Date

Power Supply Schematic Diagram for 0


B035-000-16-51-SK-18
1.15 Gas Metering Skid Metering Control
Panel(Typical)
(1 Sheet) 01.01.2019
Indicative Panel Arrangement Drawing B035-000-16-51-SK-20 0
1.16 for Gas Metering Skid 021-M-1801 (1 Sheet) 11.07.2019
Schematic Diagram for Gas Metering 1
B035-000-16-51-SK-21
1.17 Skids 021-M-1801
(1 Sheet) 16.10.2019
Schematic Diagram for Gas Metering B035-000-16-51-SK-22 1
1.18 Skids 027-M-2201 (1 Sheet) 16.10.2019
Indicative Panel Arrangement Drawing B035-000-16-51-SK-24 0
1.19 for Gas Metering Skids 027-M-2201 (1 Sheet) 11.07.2019
Mandatory spare B035-000-16-51-SL-2942 2
2 (2 Sheets) 05.01.2021
Sub Vendor List (Instrumentation B035-000-16-51-VL-2942 1
3 Items) (8 Sheets) 05.01.2021
FAT procedure for USM /Turbine /RPD B035-000-16-51-MD-GM01(
4 based metering skid 27 Sheets)
Site Acceptance Test Procedure CIMG-GD-1-2019-0003 (74
5 Sheets)
Supporting Company Certificate-
6 ANNEXURE-A(1 Sheet)
Capability
P&IDs as per P&ID index of DOBHI-
7 DURGAPUR-HALDIA PIPELINE
Process Datasheets for Skids
8
List of EIL Std. Specification
9
Standard Specification for junction 6-52-0048 4
9.1 boxes and cable glands. (7 Sheets) 01.04.16
Standard Specification for main control 6-52-0049 4
9.2 panel and accessories. (14 Sheets) 27.03.17
Standard specification for instrument 6-52-0067 6
9.3
tube fittings (5 Sheets) 05.09.19
Standard specification for instrument 6-52-0068 5
9.4 tubing. (6 Sheets) 21.12.20
6
Standard specification for instrument 6-52-0069
9.5 21.12.20
valves and manifolds‘ (7 Sheets)

PROJECT:DOBHI-DURGAPUR-HALDIA PIPELINE PROJECT Requisition No. REV.


ENGINEERS INDIA LTD.
NEW DELHI
CLIENT: M/s GAIL B035-000-YF-MR-2943 C
(SHEET 5 of 7)
This drawing and the design it covers 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, nor used except in the limited way and private use permitted by any written
consent given by lender to the borrower.

Page 165 of 1260


LIST OF ATTACHMENTS

S.N. Document No. Revision


Document Title Rev Rev Rev
Date Date Date
Standard specification for self actuated 6-52-0079 4
9.6 control valves/regulators (9 Sheets) 01.04.16
Standard specification for Gas 6-52-0080 4
9.7 Detection System 26.02.18
(24 Sheets)
Installation standards for Thermowell 7-52-0035 4
9.8 25.04.18
(3 Sheets)
Installation standards for 4
7-52-0036
9.9 Thermocouple / RTD assembly with 24.10.16
(1 Sheets)
thermowells
Installation standards Pressure gauge 7-52-0432 4
9.10 liquid / gas service. 26.08.16
(1 Sheet)
Installation standards for Pressure 7-52-0446 5
9.11 instrument gas service meter above 26.08.16
(1 Sheet)
Installation standards for Differential 5
7-52-0452
9.12 pressure instrument - DP type meter 26.08.16
(1 Sheet)
below.
Inspection & test plan for on-off 6-81-2037 2
9.13 valves 21.11.13
(5 Sheet)
Inspection & test plan Control Valve 6-81-2031 3
9.14 20.09.13
(6 Sheet)
Inspection & test plan for electronic / 6-81-2032 3
9.15 pneumatic instruments 21.11.13
(7 Sheet)
Inspection & test plan for gas 6-81-2080 3
9.16 detection system (LEL / H2S) 21.11.13
(6 Sheet)
Inspection & test plan for 6-81-2042 3
9.17 thermocouples, RTDs & thermo wells 09.01.14
(5 Sheet)
6-81-2046 3
9.18 Inspection & test plan for signal cables
(6 Sheet) 21.11.13
Inspection & test plan for main control 6-81-2049 3
9.19 panel & accessories 21.11.13
(5 Sheet)
Inspection & test plan for receiver & 6-81-2016 3
9.20 pressure gauges 09.01.14
(4 Sheet)
3
Inspection & test plan for temperature 6-81-2021
9.21 gauges & thermo wells 09.01.14
(5 Sheet)
Standard specification for ultrasonic 6-52-0011 1
9.22 flow meter (13 Sheets) 18.01.19
Standard specification for On-Off Valve 6-52-0037 2
9.23 27.03.17
(18 Sheets)
4
Standard specification for Turbine 6-52-0009
9.24 meter (13 Sheets) 04.04.16
Standard Specification for receiver and 6-52-0016 4
9.25 pressure guage (8 Sheets) 21.04.16
Standard specification for temperature 6-52-0021 4
9.26 gauges and thermowells (7 Sheets) 10.11.15

PROJECT :DOBHI-DURGAPUR-HALDIA PIPELINE PROJECT Requisition No. REV.


ENGINEERS INDIA LTD.
NEW DELHI
CLIENT: M/s GAIL B035-000-YF-MR-2943 C
(SHEET 6 of 7)
This drawing and the design it covers 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, nor used except in the limited way and private use permitted by any written
consent given by lender to the borrower.

LIST OF ATTACHMENTS

Page 166 of 1260


S.N. Document No. Revision
Document Title Rev Rev Rev
Date Date Date
Standard specification for pressure 6-52-0026 4
9.27 relief valves (8 Sheets) 25.07.16
Standard Specification for Control 6-52-0031 4
9.28 Valves (21 Sheets) 27.03.17
Standard specification for electronic / 6-52-0032 5
9.29 pneumatic instruments (13 Sheets) 14.11.17
Standard specification for 6-52-0042 4
9.30 thermocouples, RTDs and thermowells (7 Sheets) 02.08.16
Standard Specification for signal 6-52-0046 7
9.31 cables. (8 Sheets) 28.03.17
Inspection & test plan for turbine 6-81-2009 3
9.32 meters (5 Sheet) 20.09.13
Inspection & test plan for ultrasonic 6-81-2093 0
9.33 flowmeters (6 Sheet) 21.02.18
Inspection & test plan for Pressure 6-81-2026 3
9.34 Relief Valves (5 Sheet) 09.01.14
Inspection & test plan for Self 6-81-2079 4
9.35 actuated Pressure Relief Valves (5 Sheet) 01.08.16
Inspection & test plan for instrument 6-81-2067 3
9.36 tube fittings (5 Sheet) 09.04.14
Inspection & test plan for instrument 6-81-2068 3
9.37 tubing (5 Sheet) 21.11.13
Inspection & test plan for instrument 6-81-2069 3
9.38 valves and manifolds (5 Sheet) 21.11.13
Specification for quality management 6-78-0001 1
9.39 system requirements from bidders (7 Sheets) 12.03.15
Specification for documentation 6-78-0003 1
9.40 requirements from suppliers (8 Sheets) 12.03.15
Standard Specification for Solenoid 6-52-0034 4
9.41 Valve (6 Sheets) 04.04.16
Inspection & test plan for Solenoid 6-81-2034 3
9.42 Valve (5 Sheet) 21.11.13
Inspection & test plan for junction 6-81-2048 3
9.43 boxes and cable glands (5 Sheet) 09.01.14

B Package Equipment Inputs (Gas Filter)

Pipeline engineering inputs


C (Skid piping & Valves)

PROJECT :DOBHI-DURGAPUR-HALDIA PIPELINE PROJECT Requisition No. REV.


ENGINEERS INDIA LTD.
NEW DELHI
CLIENT: M/s GAIL B035-000-YF-MR-2943 C
(SHEET 7 of 7)
This drawing and the design it covers 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, nor used except in the limited way and private use permitted by any written
consent given by lender to the borrower.

Page 167 of 1260


Vendor Data Requirement

Certified Information required after Purchase Order


Final
S.N. Prints with Soft
Description Printed Matter Date Needed Document/As
Quotes Copy
Built
Dimensional Outline with Mounting details for
01 1 1 1 4W 6(W/S)
skid & non-skid instruments.
1
02 Connection by Purchaser (Piping, Electrical) 1 1 4W 6(W/S)
03 Bill of material 1 1 1 4W 6(W/S)
04 *Wiring Diagrams - 1 1 4W 6(W/S)
05 Parts List - 1 1 W/S 6(W/S)
Vendor list with model nos. for instruments and
06 1 - - -
accessories
Recommended Two years operational spares
07 1 - - -
parts with prices
Installation, Operations and Maintenance
08 - 1 1 W/S 6(W/S)
Instructions.
09 * Sizing Calculations 1 1 1 4W 6(W/S)
10 *Loop Diagrams - - 1 W/S 6(W/S)
11 Test Certificates - 1 1 W/S 6(W/S)
12 Certificate from Statutory Body 1 1 1 W/S 6(W/S)
13 Calibration report & test certificates for meters 1 1 W/S 6(W/S)
14 * Assembly Details 1 1 1 W/S 6(W/S)
Technical Literature & Model decoding for each
15 1 1 1 W/S 6(W/S)
Item
16 Inspection and testing procedures - 1 1 4W 6(W/S)
17 Power consumption details 1 1 1 4W 6(W/S)
* Metering control panel General arrangement
18
drawing - 1 1 W/S 6(W/S)

19 Panel front layout drawing - 1 1 4W 6(W/S)


Metering /control panel dimensional
20
details/internal layout - 1 1 4W 6(W/S)

21 *FAT Procedure - 1 1 6W 6(W/S)


22 Hardware & system documentation - 1 1 W/S 6(W/S)
23 Power supply distribution drawing - 1 1 4W 6(W/S)
24 Wiring drawing of panel - 1 1 4W 6(W/S)
25 System grounding details - 1 1 W/S 6(W/S)
*Data structure & protocol details for foreign
26 1 1 1 W/S 6(W/S)
device interfaces
27 Testing reports & log books - 1 1 W/S 6(W/S)
Special test equipment/tool requirement for 6(W/S)
28 - 1 1 W/S
maintenance
System configuration/programming manuals for 6(W/S)
29 - 1 1 W/S
microprocessor based instruments
30 Skid & Panel foundation details - 1 1 4W 6(W/S)
31 Cable Schedule - 1 1 4W 6(W/S)
32 Mandatory Spare Parts 1 1 1 4W 6(W/S)
33 Modbus mapping for interfacing with SCADA - 1 1 4W 6(W/S)
I/O list for field Instruments interfacing with 1
34 - 1 4W 6(W/S)
control system
35 GAD for all equipment - 1 1 4W 6(W/S)
36 QAP for all equipment - 1 1 4W 6(W/S)
37 Instrument Hook-UP Diagram - 1 1 4W 6(W/S)
Documents as per VDR of Cartridge filters
38
attached in MR.
Documents as per Piping scope of work attached
39
in MR.

NOTES:
1. All documents shall be submitted on soft copies through eDMS.
2. The soft copy of the documentation shall be in editable form (CAD, Excel. SPI, datasheet etc. )

LEGEND:
CATEGORIES PRECEEDED WITH ‘*’ WILL BE APPROVED FOR FABRICATION BY ENGINEERS INDIA LIMITED. THE REMAINING
DRAWINGS ARE NEEDED FOR INFORMATION ONLY.
A/C = AS COMPLETED, A/R= AS REQUIRED, W/S= WITH SHIPMENT, W= WEEKS.

MR NO. B035-000-YF-MR-2943 05.01.2021 BO SR PKS


CLIENT: M/s GAIL DATE BY CHK APP
ENGINEERS INDIA LTD. PLANT- DOBHI-DURGAPUR-HALDIA Document No. REV.
NEW DELHI PIPELINE Page 1 of 2
VENDOR- B035-000-YF-VD-2943 2
This drawing and the design it covers 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, nor used except in the limited way and private use permitted by any
written consent given by lender to the borrower.

Page 168 of 1260


Vendor Data Requirement

1.0 Vendor must take care of the following while submitting drawings and documents for
review as indicated in Vendor Data requirement enclosed.

1.1 A blank space measuring 75mm W x 40 mm H shall be provided on all vendor drawing for
marking review codes etc. by Engineers India Limited (EIL).

1.2 The review of vendor 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 basic requirements as


marked. Resubmit it for review.

2.0 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 applicable codes, specifications and statutory rules/regulations.

3.0 For drawings/documents indicated as FOR INFORMATION in the Vendor Data Requirement.
Vendor must mark FOR INFORMATION ONLY on the submitted drawing/documents.

4.0 Bidder shall furnish Hazardous area certificates for all instruments & equipments
located in hazardous area. Statutory certificates shall be obtained from
authorities like PESO (Petroleum Explosive Safety Organizer) / Chief
controller of Explosive (CCE) Nagpur etc. as applicable.

MR NO. B035-000-YF-MR-2943 05.01.2021 BO SR PKS


CLIENT: M/s GAIL DATE BY CHK APP
ENGINEERS INDIA LTD. PLANT- DOBHI-DURGAPUR-HALDIA PIPELINE Document No. REV.
NEW DELHI PROJECT Page 2 of 2
VENDOR- B035-000-YF-VD-2943 2
This drawing and the design it covers 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, nor used except in the limited way and private use permitted by
any written consent given by lender to the borrower.

Page 169 of 1260


DOCUMENT No.
SPECIAL INSTRUCTIONS TO
VENDOR B035-000-YF-SI-2943 Rev.2
Page 1 of 8

SPECIAL INSTRUCTIONS TO VENDOR

2 05.01.2021 REVISED & ISSUED FOR BIDS BO SR PKS

1 16.10.2020 REVISED & ISSUED FOR BIDS BO SR PKS

0 17.06.2020 ISSUED FOR BIDS BO SR PKS


Rev. Prepared Checked Approved
Date Purpose
No by by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 170 of 1260


SPECIAL INSTRUCTIONS TO DOCUMENT No.
VENDOR B035-000-YF-SI-2943 Rev. 2
Page 2 of 8

Part A:

I. BIDDING INSTRUCTIONS

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

a) The Material Requisition (M.R.) specifications (i.e. data sheets, standard


specifications, job specifications, drawings and other attachments to this M.R.)
shall be fully complied with. No deviations of any type are acceptable in general

b) BIDDER TO NOTE THAT "ZERO DEVIATION" OFFER IS EXPECTED.


ACCORDINGLY ALL CLARIFICATIONS / CONFIRMATIONS SHALL BE TAKEN
UP IN PRE-BID QUERIES. IF “ZERO DEVIATION" BASIS IS NOT FOLLOWED
BY BIDDER, THEIR OFFER IS LIABLE FOR REJECTION.

c) No correspondence whatsoever shall be entered into or entertained after the bid


submission.

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

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

f)Bidder to note the following in regard to ordering the Gas Metering Skids/Gas
Pressure Reducing Skids covered in this MR. Gas Metering Skids/ Gas Pressure
Reducing Skids are divided in to Eight(8) groups as under:

TAGS/ITEM
DESCRIPTION QUANTITY
CODE
Gas Metering System(Skid)-Ultrasonic (6’’,600#) & RPD meter
GROUP-I (2’’,300#) for CGS Kolkata RT 034-M-3301 (Skid inlet 18” 600# 1 Lot
& skid outlet 12” 300#)
Gas Metering System(Skid)-Ultrasonic (6’’,600#) for FCI Sindri
GROUP-II Spurline (021-M-1801) (Skid inlet 12” 600# & skid outlet 12” 1 Lot
600#)
Gas Metering System(Skid)-Turbine (4’’,600#) for HFC
GROUP-III Durgapur Spurline (027-M-2201) (Skid inlet 12” 600# & skid 1 Lot
outlet 12” 600#)
Gas Metering System(Skid)-Turbine(4’’,300#) & RPD meter
GROUP-IV (2’’,300#) for CGS Jamshedpur RT 025-M-2101 (Skid inlet 12” 1 Lot
600# & skid outlet 12” 300#)
Gas Metering System (Skid)-Turbine (6’’,150#) for SAIL
GROUP-V Durgapur RT 032-M-2701 (Skid inlet 12” 600# & skid outlet 12” 1 Lot
150#)
Gas Pressure Reducing Skid for Matix Ferilizers Spurline(015-
GROUP-VI 1 Lot
M-2801) (Skid inlet 12” 600# & skid outlet 12” 600#)

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 171 of 1260


SPECIAL INSTRUCTIONS TO DOCUMENT No.
VENDOR B035-000-YF-SI-2943 Rev. 2
Page 3 of 8

Gas Pressure Reducing Skid for CGS Jamshedpur Spurline


GROUP-VII 1 Lot
(014-M-2001) (Skid inlet 12” 600# & skid outlet 12” 600#)

Gas Pressure Reducing Skid for CGS Kolkata Spurline (016-M-


GROUP- VIII 1 Lot
3201) (Skid inlet 18” 600# & skid outlet 18” 600#)

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 and all other requirements
of MR.
Bidder shall submit the lump sum price considering all the tag /items and accessories
including special tools & tackles, consumable spares, mandatory spares,
commissioning spares as specified in the MR in the price schedule sheet FOR EACH
GROUP separately. No information / description, technical or non-technical, other than
what is required as per price format shall be filled or submitted.

A2. Bidder is responsible to meet all technical requirements in Material Requisition


including Instrument data sheet, process datasheet, P&IDs/ sketches /drawings,
standard/std specification job specifications. If at any stage, till the completion of order,
the offered instruments and its accessories are found unsuitable to meet the
specification, Vendor shall replace the same with suitable items, without any time/Cost
implication.

A3. Offered models shall be accompanied with detailed technical specification catalogues
in English language. An offer without catalogues shall be considered incomplete and is
liable for rejection.

A4. Vendor shall be responsible for selection of correct model of the instruments to meet
the purchaser's specifications. In case the model is required to be changed at a later
stage, to meet the purchaser's specifications as per the requisition, the same shall be
done by the vendor without any price and delivery implications.

A5. Offers will be evaluated as received on the basis of the above points.

A6. Bidder shall note that instruments and other items of Gas Metering skids/Gas Pressure
Letdown skids shall be procured as per the Vendors list attached with the MR, as per
respective vendors enlistment criteria with EIL (enlistment criteria shall be checked
from respective vendors). Vendor list provided in the MR is for the Make only, and not
for any specific Model. For any item, the offered model for the same must meet the
specifications and must have been in use for similar application and worked
satisfactorily for at least 4000 hrs as on bid due date.

For items not covered in the vendor list, Vendor to offer the same from the reputed
manufacturers and each component must have been in use for similar application and
worked satisfactorily for at least 4000 hrs as on bid due date and accordingly furnish
Proven Track Record in the bid for offered model indicating model number of the items
supplied, name of plant, name of client, type of application, month & year of supply and
commissioning of the plant, name & address of the contact person etc.
Vendor shall propose only one make of ultrasonic flow meter, RPD flow meter, turbine
gas flow meter, flow computer, gas pressure regulator (Actuator/monitor), slam shut off
valve, control valve which meets the MR specification requirement & PTR. Offer with
multiple make of the above items are liable to rejection.

However in the bid, vendor can propose maximum 02 (two) suppliers/ makes of other
item, which meet the MR requirements and accordingly furnish the required details
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 172 of 1260


SPECIAL INSTRUCTIONS TO DOCUMENT No.
VENDOR B035-000-YF-SI-2943 Rev. 2
Page 4 of 8

including PTR details (as specified in this MR) separately for all the proposed
suppliers. However after award of contract change of proposed suppliers/ makes shall
not be allowed.
Items without field provenness shall not be considered for evaluation. PTR shall be
furnished along with the supportive documentation in support of its proven
performance.

A7. Bidder, who are quoting along with foreign based another company (support
company), shall furnish along with the bid an undertaking from supporting company
assuming responsibility for the following:

a. Review of Make & Model of offered Gas Flow Meter and flow computer.
b. Capability assessment of bidder and Backup guarantee.
c. Provide logistic Support to the bidder.

Certificates from supporting company to be provided by bidder as per attached


annexure A.
In the absence of the above certificate, bids are liable to rejection.

A8. Bidder to furnish in the bid Gas Metering skid & letdown skid (item) wise (make &
model no./ series for the following principal components:

a) Gas Flow Meters (ultrasonic), Gas Flow Meters (Turbine), PD meter


b) Flow Computers
c) LEL Gas Detection System
d) LEL Monitor
e) Control valves
f) Self Actuated Pressure Control Valves (Regulator & Monitor)
g) Slam Shut Valve
h) Pressure Relief Valve/Creep Relief Valve
i) Transmitters (PT, TT, DPT)
j) Metering control panel
k) Gas Filters
l) Piping Valves of each type
m) Pressure Gauge (PG)
n) Temperature Gauge

MUST COMPLY REQUIREMENTS

A9. Vendor must indicate their contact person, email ID, fax number, telephone number
and postal address.

A10. 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 the
person raising the query with a copy 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.

A11. 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.

A12. The vendor 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
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 173 of 1260


SPECIAL INSTRUCTIONS TO DOCUMENT No.
VENDOR B035-000-YF-SI-2943 Rev. 2
Page 5 of 8

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.

A13. Vendor must furnish filled in data sheets including sizing calculations along with back
up documents for all the gas meters, PCV & SDV along with the offer. Offers without
sizing calculation are liable for rejection.

A14. Vendor shall furnish logistic support and performance guarantee in the formats
attached with MR.

A15. PESO certificate of all the applicable Instruments shall be submitted along with the
bid.

A16. Public Procurement Preference Make in India (PPP-MII) and Procurement from a
Bidder from a Country sharing Land Border with India:

a. Bidder shall confirm compliance to the “Public Procurement (Preference to Make in


India) Policy” clauses as attached in commercial section of the RFQ.
b. Bidder shall note that once bidder has indicated percentage of local content at the time
of tender and provided self-certification that the item offered meets the local content
requirement for their Class (Class-I Local Suppliers OR Class-II Local Supplier OR
Non-Local Supplier), as defined in the referred policy, the Class shall not be changed
after submission of the bid and during execution after award.
c. Bidder shall confirm compliance to the “Procurement from a Bidder from a Country
sharing Land Border with India” Policy clauses as attached in commercial section of
the RFQ.
d. Bidder shall note that there shall not be any change in the sourcing of components/
services as agreed during evaluation after placement of order during execution. In
case change in country of sourcing of some components/ services is needed due to
inevitable situation, no components/ services shall be sourced from a country which
shares a land border with India, without complying with the referred policy
requirements.

PART B:

SPECIFIC JOB REQUIREMENTS

B1. (i) VENDOR SHALL FILL AND FURNISH THE FOLLOWING DOCUMENTS ALONG
WITH THE OFFER:

1. COMPLIANCE STATEMENT.

2. TECHNICAL QUESTIONNAIRE in the format enclosed

3. UNPRICED BID (WITHOUT PRICES)


THE ABOVE DOCUMENTS ARE THE ONLY BASIS OF TECHNICAL
EVALUATION. REPEAT "OFFERS WILL BE EVALUATED BASED ON THE
ABOVE-MENTIONED DOCUMENTS" ONLY. THEREFORE VENDOR SHALL
TAKE PROPER NOTE OF THIS IMPORTANT REQUIREMENT AND
COMPLY.

(ii) Bidder shall furnish filled in instrument data sheets, complete model no. and
model decoding details along with catalogs.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 174 of 1260


SPECIAL INSTRUCTIONS TO DOCUMENT No.
VENDOR B035-000-YF-SI-2943 Rev. 2
Page 6 of 8

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

B2. Vendor to offer only standard and field proven product out of their manufacturing range
as listed out in their product catalogues including meter model nos., sizes and
capacities as certified as per the type approval certification. Meters with non-standard
model no., size and capacities shall not be acceptable.

B3. Technical requirement and vendor`s scope is defined in the Job specifications for Gas
Metering skids & Letdown skids package along with the data sheets, P&IDs/ sketches/
drawings, standard specification etc. attached with this MR and must be followed &
complied.
B4. Purchaser may require the service of vendor's specialist during commissioning for
supervision of erection, testing, loop checking, integration and commissioning of the
Gas metering skid/Letdown skids at each station. Hence vendor must quote per diem
rate for the visit of their specialist to site, for supervision of erection, testing, loop
checking, integration and commissioning of Gas metering skid/system at each station
on per diem rate basis.

For the purpose of comparison, the man days shall be considered as per followings in
evaluation, based on the per diem rate to be quoted by vendor:

(i) For Group-I: 4 Man Days shall be considered.


(ii) For Group-II:4 Man Days shall be considered.
(iii) For Group-III:4 Man Days shall be considered.
(iv) For Group-IV: 4 Man Days shall be considered.
(v) For Group-V: 4 Man Days shall be considered.
(vi) For Group-VI: 2 Man Days shall be considered.
(vii) For Group-VII: 2Man Days shall be considered.
(viii) For Group-VIII: 2 Man Days shall be considered.

This is exclusively for Installation commissioning assistance and does not include any
visit by vendor for malfunctioning of instrument or instrument not meeting the
requirements as per specification. Any additional man days due to non-functionality or
material not meeting specifications, same shall be on the bidder's account during
commissioning. It shall be vendor's responsibility to depute their engineers to site for
supervision of site installation, testing and commissioning, whenever required, but not
later than 48 hours from the time the call is given to the vendor for starting such
activities.

Vendor to note that in case vendor / manufacturer's visit is found necessary because of
non-functional behaviour of Metering System and not meeting agreed specification
during warranty period, this shall be considered as per warranty agreement.

B5. GAIL designated storage yards for the items covered in the MR shall be as follows:

GROUP ITEMS LOCATION


Group-I 034-M-3301 Kolkata,WB
Group-II 021-M-1801 Sindri, Jharkhand
Group-III 027-M-2201 Burdwan,WB
Group-IV 025-M-2101 Jamshedpur, Jharkhand
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 175 of 1260


SPECIAL INSTRUCTIONS TO DOCUMENT No.
VENDOR B035-000-YF-SI-2943 Rev. 2
Page 7 of 8

Group-V 032-M-2701 Burdwan,WB


Group-VI 015-M-2801 Burdwan,WB
Group-VII 014-M-2001 Burdwan,WB
Group- VIII 016-M-3201 Burdwan,WB

Vendor to note that the storage yards as indicated above is tentative. The details for
the same shall be provided during detail engineering.

B6.Pressure regulators where noise is expected, Source treatment shall be provided


for noise reduction. However in case source treatment is not adequate and noise still
does not reduce below 85dB, vendor shall provide diffuser/ dB plates to reduce the
noise further. Calculations for noise reduction shall be provided for source treatment
and diffuser/ dB plate. In case diffuser/ dB plate is offered, vendor shall supply
complete assembly including expander/reducer. Material of expander, reducer, diffuser
/ dB plate shall be as per valve body material as a minimum. End connections for
diffuser/ expender/reducer shall also be flanged, similar to the one for main valve. For
dB plates long studs, bolts and nuts shall be provided. Outlet piping/expander to be
provided by the owner shall not to be considered in the noise limitation calculations.

B7. The construction of Pressure Regulators shall be such that there will be no
continuous gas bleeding.

B8. Set point of the Pressure regulators (Active & monitor) and slam shut valves shall
be adjustable. Bidder shall furnish the adjustable range of the offered pilot.

B9. Vendor shall furnish minimum flow rate through each Pressure regulators without
damaging the trim.

B10. Vendor shall furnish flow rate verses trim lift curve to justify the valve rangeability
and valve regulation characteristics.

B11. All casting of rating 600# and above shall undergo 100% radiographic
examination. Radiography procedure and area of casting to be radio graphed shall be
as per ANSI B16.34. Acceptance criteria shall be as per ANSI B16.34- Annexure-B.
For area of casting to be radiographed for type of valves not covered under ANSI
B16.34 guidelines, vendor shall enclose details of area to be radio graphed in line with
ANSI B16.34.

B12. Charpy V-Notch test on each heat of base material shall be conducted as per
ASTM A370, for all the pressure containing parts such as body, end flanges and
welding ends as well as bolting material for pressure containing parts. The Charpy
impact test specimen shall be taken in the direction of principal grain flow and notched
perpendicular to the original surface of plate of forging. The minimum average
absorbed energy per set of three specimens shall be 27 J with an individual minimum
per specimen of 22 J.

B13. Inspection and Test requirements:

a) All the items supplied / integrated by the bidder at his works shall be subject to
inspection at manufacturing works by Client/Engineers India Limited (EIL) in line with
Bidder's present enlistment with EIL.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 176 of 1260


SPECIAL INSTRUCTIONS TO DOCUMENT No.
VENDOR B035-000-YF-SI-2943 Rev. 2
Page 8 of 8

b) As a minimum, the inspection and testing requirements as per Standard


Specification for Ultrasonic flow meter (6-52-0011), Standard Specification for Turbine
meter (6-52-0009) and Job specification for Gas Metering skids attached along with the
MR shall be adhered to. Manufacturing and statutory certificates for Ultrasonic flow
meter and accessories shall also be provided.

b) All imported items shall be subject to third party inspection at country of origin.
The third party inspection shall be arranged by bidder and charges for same shall be
borne by bidder himself. Third party inspection charges for each item shall be included
in base quote for each item in price schedule. No separate quote for third party
inspection shall be provided. Calibration/value addition of such items, if is being done
by bidder in India, same shall be subject to inspection, witness by client/EIL.

B14.Bidder shall quote for two years normal operational and maintenance spares
separately for the offered equipments/ instruments/ systems as recommended by
bidder. The list for the same shall be furnished along with offer.

B15.Vendor to supply all types of cables and accessories for each skids as indicated in
the job specifications and as per individual schematic diagrams attached with the MR.

B16.Any work not specifically mentioned but otherwise required, as per statutory rules /
codes and standards / specifications and/or for the completion and operation of
equipment to the entire satisfaction of purchaser have to be done by the bidder without
any commercial implications.

B17.Mandatory Spares:

Bidder shall supply mandatory spares for each group separately as per philosophy laid
down in document B035-000-16-51-SL-2943 attached with MR. The price for the
mandatory spares shall be included in the corresponding gas metering system group
base price quoted by the bidder.
Bidder shall furnish list of mandatory spares for review post order as per the approved
P&ID.

B18.Bidder shall provide all necessary hardware, software etc. in bidder's supplied
systems for interfacing of their system with Purchaser's RTU. Bidder shall provide all
necessary assistance to client's RTU vendor for establishing all bidders' serial links
with purchaser's RTU system fully functional and operational.

B19. Material shall supplied according to EN 10204-3.2 compliance and vendor to


issue 3.2 compliance certificate duly signed by inspection agency.

For electronics parts, EN10204-3.1 certification is required .For all other items, EN
10204-3.2 certification shall be provided.

B20. Bidder to note that metering supervision system is not envisaged in any group of
the MR.

B21. Bidder to note insulation for metering skids is not envisaged in the MR.

B22. Bidder to provide UPS power consumption for instrumentation items, metering
panel for each skid and submit the same for review purpose.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 177 of 1260


COMPLIANCE STATEMENT B035-000-YF-CF-2943 Rev C

Page 1 of 1

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 PROJECT of M/s GAIL AGAINST MATERIAL REQUISITION No. B035-000-YF-MR-

2943 (GAS METERING SKIDS/GAS PRESSURE REDUCING SKIDS) 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/GAIL

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 178 of 1260


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

S.N DESCRIPTION BIDDER’S RESPONSE


1. Have you quoted for the spare parts including consumable items required for the startup and
two years normal operation / maintenance of the instruments?

2. 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?

3.(A) Have you enclosed the relevant technical catalogue / literature in ENGLISH language
including model decoding details, drawing 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.
Have you confirmed that the documents required as per the vendor data requirement will be
supplied after placement of order?
(B)
If so, have you indicated the extra price applicable if any?

4. Have you furnished sizing, noise calculations and certified capacity curves for the
instruments wherever applicable?

5. 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.)
6. a) Have you furnished the certificates from statutory bodies viz. BASEEFA, FM, CSA etc.
for the explosion proof construction / intrinsically safe design of the instruments
wherever specified?

b) Have you furnished CCE/PESO certificates?


7. 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?

8. Have you indicated separately the installation and commissioning charges, in case the same
are included in your scope of work?

9. Have you furnished the estimated power / utility consumption and special cable
requirements, if any for the instruments quoted?

10. Have you furnished the customer reference list in India /Abroad.

Note: If the answer is in negative, then furnish response thereof.

MR NO. B035-000-YF-MR-2943 05.01.2021 BO SR PKS


CLIENT: M/s GAIL DATE BY CHK APP
ENGINEERS INDIA LTD. PROJECT- DOBHI-DURGAPUR-HALDIA DOCUMENT NO. REV.
NEW DELHI PIPELINE (Sheet 1 of 1)
VENDOR- B035-000-YF-TM-2943 C
This drawing and the design it covers 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, nor used except in the limited way and private use permitted by any
written consent given by lender to the borrower.

Page 179 of 1260


CERTIFICATE FOR DOCUMENT No.
LOGISTICS SUPPORT B035-000-YF-LF-2943 Rev. 0
Page 1 of 2

CERTIFICATE FOR LOGISTICS SUPPORT

(To be signed by Manufacturer's corporate level signatory on company's letterhead)

I, on behalf of M/s______________________________ confirm that the Gas Metering


Skid/Gas Pressure Reducing Skid Items (Ultrasonic gas flow meter/ Turbine Meter/RPD
meter/Gas detection system / flow computer/Field transmitters/Flow control valve, PCV &
SDV etc.) Model No.__________________for _______________________ measurement
quoted by M/s_______________________________ for M/s GAIL against Material
Requisition no. B035-000-YF-MR-2943 shall continue to be supported by us for a period of
minimum 10 years. The quoted system shall not be withdrawn from Indian market as a
matter of our corporate policy.
I further confirm that in case of placement of order by GAIL on us, we shall continue to
support GAIL in providing back-up engineering, maintenance support and spare part support
for a period of 10 years from the date of placement of order.

SIGNATURE WITH SEAL


AUTHOURIZED, SENIOR
MANAGEMENT LEVEL SIGNATORY

Page 180 of 1260


CERTIFICATE FOR DOCUMENT No.
LOGISTICS SUPPORT B035-000-YF-LF-2943 Rev. 0
Page 2 of 2

PERFORMANCE GUARANTEE CERTIFICATE

(To be signed by Manufacturer's corporate level signatory on company's letterhead)

I, ____________________on behalf of M/s. ____________________________, certify that in the


event of placement of order for Gas Metering System (skid)/Gas Pressure Reducing skid by GAIL
on us.

a) The Gas Metering System (skid)/Gas Pressure Reducing skid complete with its
performance certificate shall be supplied by us.

b) M/s. _______________________ shall stand guarantee for the performance of the Gas
Metering System (skid)/Gas Pressure Reducing Skid when installed along with the
Gas flow meters, Flow computers, Filtration unit, Gas Detection System, Metering
Panel and associated items at site.

c) Our involvement shall be ensured during system engineering, testing and factory
acceptance testing, site commissioning and site acceptance testing.

d) With the methodology proposed herein, we M/s ___________________ shall stand


guarantee for the complete Gas Metering System (skid) /Gas Pressure Reducing Skid
as per the specified performance specifications.

SIGNATURE WITH SEAL


AUTHOURIZED, SENIOR MANAGEMENT
LEVEL SIGNATORY

Note: For b), d) Manufacturer to write their name.

Page 181 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev. 2
Page 1 of 46

JOB SPECIFICATIONS
FOR
GAS METERING SKIDS/GAS PRESSURE
REDUCING SKIDS

2 05.01.2021 REVISED & ISSUED WITH MR BO SR PKS

1 16.10..2020 REVISED & ISSUED WITH MR BO SR PKS

0 17.06.2020 ISSUED WITH MR BO SR PKS


Rev. Prepared Checked Approved
Date Purpose
No by by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 182 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 2 of 46

1 Introduction

This specification together with the Sketches/ P&IDs, Process data sheets,
Instrument data sheets, standard specifications attached with the Package, defines
the requirement for the design, engineering, manufacture, fabrication & assembly,
integration, calibration, factory testing, wet flow calibration, supply, packaging,
shipping and documentation including deliverables, custody transfer
approvals/certifications, installation supervision, commissioning assistance and
overall performance guarantee of Gas Metering Skid, Filtration skid, Gas Pressure
reduction skid along with associated equipments/instruments/panels & accessories
as applicable to be installed at the following locations:

1. CGS Jamshedpur RT

2. SAIL Durgapur RT

3. CGS Kolkata RT

4. At Tap-of Point for CGS Jamshedpur Spurline

5. At Tap-of Point for Matix Fertilizers Spurline

6. At Tap-of Point for CGS Kolkata Spurline

7. At Tap-of Point for FCI Sindri Spurline

8. At Tap-of Point for HFC Durgapur Spurline

The Gas Metering Skid, Filtration skid, Gas Pressure Reduction Skid as defined in
these specifications are required to be supplied by bidder.
The environmental conditions and the contractual obligations of the COMPANY
shall also be considered for the design.

The BIDDER of the metering system shall provide detailed specifications of all the
equipment that form part of the system.

This specification also lists the relevant international industry standards and
practices, Local and Company Codes & standards, etc. to whose
recommendations and guidelines the design of the Metering system shall be
strictly adhered and stringently followed.

The objective of the specification is to provide a system that is:

a) Reliable and Accurate


b) Consistent and Compliant
c) Cost effective
d) Simple to maintain
e) Simple to operate
f) Flexible to accommodate changes in technology, operating requirements and
future expansions / upgrades, as required.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 183 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 3 of 46

2 CODES AND STANDARDS

2.1 The related standards referred to herein and mentioned below shall be of the
latest editions prior to the date of the purchaser's enquiry:

AGA - American gas association, Gas measurement committee

I. AGA Report No. 9 Measurement of gas by Multipath Ultrasonic meters

II. AGA Report No. 10 Speed of sound in Natural Gas & other Related
Hydrocarbon Gases

III. AGA Report No. 8 Compressibility and Super-compressibility for Natural


Gas and other Hydrocarbon Gases. Transmission Measurement

IV. AGA Report No. 7 Measurement of Gas by Turbine Meters.

ANSI/ASME- / American Society of Mechanical Engineers

B 1.20.1- Pipe Threads

B 16.5 - Steel pipe flanges and flanged fittings

B 31.8 -Gas transmission and distribution piping systems

ANSI/FCI - American National Standards Institute/ Fluid controls Institute

70.2 Control valve seat leakage classification

EN60751- Industrial platinum resistance thermometers and platinum temperature


sensor

IEC 801- Electromagnetic compatibility for industrial process measurement


and control equipment

IEC 60529: American National Standard for Degrees of Protection Provided by


Enclosures

IGE/TD/13- Recommendation on transmission and distribution practice for


pressure regulating installations for transmission and distribution
systems

BS EN-50054-Electrical apparatus for the detection and measurement of


combustible gases-General requirements and test methods

BS EN-50057-Performance requirements for Group-II apparatus indicating upto


100% LEL

NEMA 4 & 7-National Electrical Manufacturer‟s association

PNGRB Regulations specifications for Cross country natural gas pipelines

International Organisation for Standardisation (ISO)

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 184 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 4 of 46

Process Measurements Control Functions Instrumentation Representations


Natural Gas - Calculation of Calorific Value, Density and Relative Density.
ISO 12765 Measurement of Fluid Flow in Closed Conduits – Methods using Transit
Time Ultrasonic Flow meters
ISO 10723 Natural gas – Performance evaluation for On-line Analytical Systems
ISO 17025 General requirements for the competence of testing and calibration
laboratories
ISO 5168 Measurement of Fluid Flow: Estimation of Uncertainty of Ultrasonic
Flow meters
ISO 2186 Fluid Flow In Closed Conduits - Connections for Pressure Signal
Transmissions Between Primary and Secondary Elements
ISO 6569 Natural Gas - Rapid Analysis by Gas Chromatography
ISO 6974 Natural gas -- Determination of composition and associated uncertain
ty by gas chromatography

ISO 6976 Natural gas - Calculation of Calorific Value, Density and Relative
Density

ISO 9951 Measurement of gas flow in closed conduits- Turbine meters

ISO 12213-2 Natural gas. Calculation of compression factor-

Part 2: Calculation using molar-composition analysis,

ISO 12213-3 Natural gas. Calculation of compression factor-


Part 3: Calculation using physical properties.

OIML R137-1 & 2: Gas meters-Part 1: Metrological & technical requirements


Part-2: Metrological controls & performance test
3.0 AREA CLASSIFICATION

The gas metering skid/Filtration skid/Pressure deduction skid shall be installed


outdoors and shall be suitable for installation in Zone 1 Gas Group IIA / II B Temp
Class T3 hazardous area. The electronic equipment installed shall be certified by a
recognized certifying authority in the country of origin or by an internationally
recognized certifying authority and approved by the local authorities. The electronic
equipment shall be suitable for continuous operation in the designated hazardous
area. Intrinsically Safe (IS) shall be the preferred mode of protection for all
instruments. Only where IS certified instruments are not available flameproof EEx„d‟
certified instruments shall be considered. Flameproof type junction boxes shall be
provided. Intrinsic Safety (IS) protection shall be achieved by providing Fused
Galvanic Isolators with status indicating LEDs, located in the respective Metering
Panels/ cabinets in the control room/ local equipment room in a safe area.
The flow computers (panel mounted), LEL monitor and electronic receiver
instruments shall be installed in control room which is a non-hazardous area.

4.0 Environment Protection

All field instruments shall be suitable for reliable and continuous operation under the
project environmental conditions specified. The field electronic instruments and
junction boxes shall be certified weatherproof to IEC-60529 classification IP 65 as
minimum for protection against moisture or dust ingress.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 185 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 5 of 46

The instruments and panels located indoor shall be certified weatherproof to IEC-
60529 classification IP 42, minimum. The indoor equipment located in air-conditioned
environment shall be designed to operate continuously in the following conditions.

a) Ambient air temperature range : 12 to 48oC


b) Relative humidity range : 35% to 65%
However, in case of failure of air-conditioning system the equipment shall be
capable of operating for a minimum period of 48 hours in 30 days (Continuous) at
the ambient conditions without any damage or degradation in the performance.

5.0 Scope of Work

5.1 Bidder‟s scope shall include the skid mounted Gas metering system (skid) consisting
of Filtration, Pressure Regulating, Metering & associated items and Gas Pressure
Reducing skids along with associated items to be installed at different locations in the
Pipeline Network, with the following items described below as a minimum and as
shown on the P&IDs.

i. Gas Metering skid 034-M-3301 at CGS Kolkata RT

(Refer enclosed P&ID B035-02-42-034-1133 & B035-02-42-000-1107 and PDS


B035-034-02-DS-1833) is required to be provided as below:

 Skid Filtration section, Metering system (for TRAIN-1), Pressure


Reduction/Letdown section (both for TRAIN-1 & TRAIN-2) shall be of 600#
(piping spec. DA1A). However Metering system for TRAIN-2, Piping &
associated valves downstream of Letdown sections, Flow Control Valve &
associated isolation valves, shall be of 300# (pipe spec BA1A). Bidder to
refer piping class demarcation (refer P&ID B035-02-42-000-1107). Main
gas header, associated isolation valve in main gas header shall be of 18”
size. However skid and associated piping shall be sized considering max
20m/sec velocity. Skid outlet connection size shall be 12‟‟, 300#. End
connections (flanged), reducers/expanders etc. as applicable shall be
under bidder‟s scope.

The skid mounted Gas Metering System as above shall be of required


capacity of Train-1 and Train-2 meeting the specified operating design
conditions as per process data attached in MR. Bidder‟s scope of work
shall include supply of the complete skid mounted gas metering System in
accordance with this specification and any other codes, standards and
regulations stated herein. The scope of supply as a minimum and as
shown on the above referred P&ID shall include, but not limited to the
following:

I. Gas Filtration system with two streams (1 operating + 1 stand by stream)


each stream of 100% capacity (Each stream of Gas filtration system shall
be suitable for total flow of train-1 and train-2).

II. Gas pressure let down regulating system with redundant streams
(1operating + 1stand by stream) each stream of 100% capacity using Self
actuated pilot operated pressure control valves as Regulator Valve, Monitor
Valve and Slam shut valve for Train-1 as indicated in P&ID and PDS.

III. Gas pressure let down regulating system with redundant streams
(1operating + 1stand by stream) each stream of 100% capacity using Self

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 186 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 6 of 46

actuated pilot operated pressure control valves as Regulator Valve, Monitor


Valve and Slam shut valve for Train-2 as indicated in P&ID and PDS.

IV. Gas metering system with Ultrasonic multi-path gas flow meters (2-
operating + 1stand by stream) with upstream and downstream meter runs
and flow profiler, Z-configuration, associated piping, fittings, valves etc. for
train-1 as indicated in the P&ID and PDS .Also Blocking Tee/ Double Tee/
other noise attenuation and piping arrangement as per original meter
manufacturer recommendations shall be provided by bidder.

V. Gas metering system with RPD gas flow meters (1operating + 1stand by
stream) with flow profiler/ straighter (if required) ,Z-configuration, associated
piping, fittings, valves etc. for train-2 as indicated in the P&ID and PDS .

VI. Five nos. gas Flow Computer i.e. one for each of the above Ultrasonic Gas
Flow meter streams (total 3 nos) and for each of above RPD flow meters
(total 2 nos.)

VII. Flow control valve with smart positioner for limiting flow to consumer.
Complete Instrument line gas supply system with gas pressure regulator,
filter & integral safety valve shall also be provided by bidder for instrument
line gas supply to the control valve, as shown in the P&ID.

VIII. 4 nos. Creep relief valve as per P&ID & PDS.

IX. Pressure relief Valves on each filter sized for external fire case.

X. Skid field instruments like pressure gauges, Temperature gauges,


Pressure & diff. Pressure transmitters, temperature transmitters,
temperature elements & thermo wells, limit switches for slam shut valves.

XI. Metering control panel (to be remote mounted in Control room) complete
with all Flow computer, Digital indicators, signal receiver, Single Loop
Controller for flow control, LEL monitor, Isolating IS barriers, signal
selectors, signal distributors, relays, power supplies & accessories for all
the signals (including the signals other than the metering signals) as per
enclosed P&IDs duly mounted and completely wired. Power supply to
instrument other than skid shall also be provided by metering control panel.
Digital indicator for DPT, PT & TT at metering skid and other station PT &
TT (Tag No.034-TI-3301,034-PI-3301, 034-TI-3302 ) shall be provided on
metering control panel. For metering control panel, vendor to follow
schematic diagram B035-000-16-51-SK-14 attached with the MR.

XII. LEL detection system complete with one no. LEL monitor (with provision for
10 nos. single channel) mounting on Metering Control Panel, 6-nos. LEL
detectors (5 no. duly mounted on the skid and 1 no. loose supply for
installation during site execution by others) with one set beacon & hooter
etc. The gas detectors shall be provided at the wind directions near the
Filters, Flow meters etc. All installation accessories shall also be supplied.
For skid mounted detectors, cable tray within the skid shall also be
supplied & installed by the bidder. Bidder to note that Gas detectors and
LEL monitor shall be sourced from same manufacturer only.

XIII. All pipes, fittings, valves, gaskets, bolts, nuts etc., within the skid battery
limit.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 187 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 7 of 46

XIV. All tubing, and fittings within the skid.

XV. All cables, cable trays and wiring within the skid.

XVI. Junction boxes for power, instrument and control cables.

XVII. A structural skid complete with necessary drip pan, walkways, staircase,
platforms, gratings, handrails for access for operation and maintenance;

XVIII. Earth bonding system and earthing boss.

XIX. Lifting lugs and spreader beam / frame.

XX. Stainless steel nameplate for each tagged equipment and component;

XXI. All Tie-ins shall be provided with flanged connections.

XXII. Details of skid assembly, supporting positions, Anchor bolt layout and
equipment weights to be provided prior to equipment supply.

XXIII. All Interconnecting cables (all single, multipair, triad, special cables etc.)
between skid Instrument, LEL detectors, Junction boxes to metering panel
(to be located in control room in safe area).For each USM meter 6P X
1.5mm2 signal cable(NIS) shall be considered between field and control
panel. Consider routing distance of 250 meters from skid to control panel.
Vendor to supply all the cables strictly as per schematic drawing B035-000-
16-51-SK-06.

XXIV. Serial interface cables along with all necessary connectors at both ends for
communication flow computer to the SCADA/RTU. Cable length of 30 meter
shall be considered.

XXV. Cables for analogue/digital signal (20 meters for each tag) between
metering panel to RTU/SCADA.

ii. Gas Metering skid 025-M-2101 at CGS Jamshedpur RT

(Refer enclosed P&ID B035-02-42-025-1121 & B035-02-42-000-1106 and PDS


B035-025-02-DS-1821) is required to be provided as below:

 Skid Filtration section, Pressure Reduction/Letdown section (for both Train-


1 & Train-2) shall be of 600# (piping spec. DA1A). However Metering
system for Train-1 & Train-2, Piping & associated valves downstream of
Letdown sections, Flow Control Valve & associated isolation valves shall
be of 300# (pipe spec BA1A).Bidder to refer piping class demarcation (refer
P&ID B035-02-42-000-1106). Main gas header, associated isolation valve
in main gas header shall be of 12” size. However skid and associated
piping shall be sized considering max 20m/sec velocity. Skid outlet
connection size shall be 12‟‟, 300#. End connections (flanged),
reducers/expanders etc. as applicable shall be under bidder‟s scope.

The skid mounted Gas Metering System as above shall be of required


capacity of Train-1 and Train-2 meeting the specified operating design
conditions as per process data attached in MR. Bidder‟s scope of work
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 188 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 8 of 46

shall include supply of the complete skid mounted gas metering System in
accordance with this specification and any other codes, standards and
regulations stated herein. The scope of supply as a minimum and as
shown on the above referred P&ID & PDS shall include, but not limited to
the following:

I. Gas Filtration system with two streams (1 operating + 1 stand by stream)


each stream of 100% capacity (Each stream of Gas filtration system shall
be suitable for total flow of train-1 and train-2).

II. Gas pressure let down regulating system with redundant streams
(1operating + 1stand by stream) each stream of 100% capacity using Self
actuated pilot operated pressure control valves as Regulator Valve, Monitor
Valve and Slam shut valve for Train-1 as indicated in P&ID and PDS.

III. Gas pressure let down regulating system with redundant streams
(1operating + 1stand by stream) each stream of 100% capacity using Self
actuated pilot operated pressure control valves as Regulator Valve, Monitor
Valve and Slam shut valve for Train-2 as indicated in P&ID and PDS.

IV. Gas metering system with Turbine gas flow meters (1operating + 1stand by
stream) with upstream and down stream meter runs and flow profiler/
straightner (19 tube bundle) , Z-configuration, associated piping, fittings,
valves etc and accessories for Train-1 as indicated in P&ID and PDS.

V. Gas metering system with RPD gas flow meters (1operating + 1stand by
stream) with flow profiler/ straightner, Z-configuration, associated piping,
fittings, valves etc and accessories for Train-2 as indicated in P&ID and
PDS

VI. Four nos. gas Flow Computer i.e. one for each of the above Turbine Gas
Flow meter streams and one for each for of above RPD flow meters.

VII. Flow control valve with smart positioner for limiting flow to consumer.
Complete Instrument line gas supply system with gas pressure regulator,
filter & integral safety valve shall also be provided by bidder for instrument
line gas supply to the control valve, as shown in the P&ID.

VIII. 4 nos. Creep relief valve as per P&ID & PDS.

IX. Pressure relief Valves on each filter sized for external fire case.

X. Skid field instruments like pressure gauges, Temperature gauges, Pressure


& diff. Pressure transmitters, temperature transmitters, temperature
elements & thermo wells, limit switches for slam shut valves.

XI. Metering control panel (to be remote mounted in Control room) complete
with all Flow computer, Digital indicators, signal receiver, Single Loop
Controller for flow control, LEL monitor, Isolating IS barriers, signal
selectors, signal distributors, relays, power supplies & accessories for all the
signals (including the signals other than the metering signals) as per
enclosed P&IDs duly mounted and completely wired. Power supply to
instrument other than skid shall also be provided by metering control panel.
Digital indicator for DPT, PT & TT at metering skid and other station PT &
TT ( Tag No. 025-TI-2101,025-PI-2101,025-TI-2102) shall be provided on

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 189 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 9 of 46

metering control panel. For metering control panel ,vendor to follow


schematic diagram B035-000-16-51-SK-11 attached with the MR

XII. LEL detection system complete with one no. LEL monitor (with provision for
10 nos. single channel) mounting on Metering Control Panel, 6-nos. LEL
detectors (5 no. duly mounted on the skid and 1 no. loose supply for
installation during site execution by others) with one set beacon & hooter
etc. The gas detectors shall be provided at the wind directions near the
Filters, Flow meters etc. All installation accessories shall also be supplied.
For skid mounted detectors, cable tray within the skid shall also be supplied
& installed by the bidder. Bidder to note that Gas detectors and LEL monitor
shall be sourced from same manufacturer only.

XIII. All pipes, fittings, valves, gaskets, bolts, nuts etc., within the skid battery
limit.

XIV. All tubing, and fittings within the skid.

XV. All cables, cable trays and wiring within the skid.

XVI. Junction boxes for power, instrument and control cables.

XVII. A structural skid complete with necessary drip pan, walkways, staircase,
platforms, gratings, handrails for access for operation and maintenance;

XVIII. Earth bonding system and earthing boss.

XIX. Lifting lugs and spreader beam / frame.

XX. Stainless steel nameplate for each tagged equipment and component;

XXI. All Tie-ins shall be provided with flanged connections.

XXII. Details of skid assembly, supporting positions, Anchor bolt layout and
equipment weights to be provided prior to equipment supply.

XXIII. All Interconnecting cables (all single, multipair, triad, special cables etc.)
between skid Instrument, LEL detectors, Junction boxes to metering panel
(to be located in control room in safe area) .Consider cable routing distance
of 250 meters from skid to control panel. Vendor to supply all the cables
strictly as per schematic drawing B035-000-16-51-SK-05.

XXIV. Serial interface cables along with all necessary connectors at both ends for
communication flow computer to the SCADA/RTU. Cable length of 30 meter
shall be considered.

XXV. Cables for analogue/digital signal (20 meters for each tag) between
metering panel to RTU/SCADA.

iii. Gas Metering skid 032-M-2701 at SAIL Durgapur

(Refer enclosed P&ID B035-02-42-032-1127 & B035-02-42-000-1109 and PDS


B035-032-02-DS-1827) is required to be provided as below:

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 190 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 10 of 46

 Skid Filtration section, Pressure Reduction/Letdown section shall be of


600# (piping spec. DA1A). Downstream of pressure reduction system,
piping class shall be of AA1A (rating 150#).Bidder to refer piping class
demarcation (refer P&ID B035-02-42-000-1109).However bidder to note
that flow control valve shall of minimum rating 300#. Suitable matching
flange for flow control valve shall be provide by bidder. Main gas header,
associated isolation valve in main gas header shall be of 12” size. However
skid and associated piping shall be sized considering max 20m/sec
velocity. Skid outlet connection size shall be 12‟‟,150#. End connections
(flanged), reducers/expanders etc. as applicable shall be under bidder‟s
scope.

The skid mounted Gas Metering System as above shall be of required


capacity meeting the specified operating and design conditions as per
process data attached in MR. Bidder‟s scope of work shall include supply of
the complete skid mounted gas metering System in accordance with this
specification and any other codes, standards and regulations stated herein.
The scope of supply as a minimum and as shown on the above referred
P&ID shall include, but not limited to the following:

I. Gas Filtration system with two streams (1 operating + 1 stand by stream)


each stream of 100% capacity.

II. Gas pressure let down regulating system with redundant stream
(1operating + 1stand by stream) each stream of 100% capacity using Self
actuated pilot operated pressure control valves as Regulator Valve, Monitor
Valve and Slam shut valve as indicated in P&ID and PDS.

III. Gas metering system with Turbine gas flow meters (1operating + 1stand by
stream) with upstream and down stream meter runs and flow profiler/
straightner (19 tube bundle) , Z-configuration, associated piping, fittings,
valves etc and accessories as indicated in P&ID and PDS.

IV. Two nos. gas Flow Computer i.e. one for each of the above Turbine Gas
Flow meter streams.

V. Flow control valve with smart positioner for limiting flow to consumer.
Complete Instrument line gas supply system with gas pressure regulator,
filter & integral safety valve shall also be provided by bidder for instrument
line gas supply to the control valve, as shown in the P&ID.

VI. 2 nos. Creep relief valve as per P&ID & PDS.

VII. Pressure relief Valves on each filter sized for external fire case.

VIII. Skid field instruments like pressure gauges, Temperature gauges,


Pressure & diff. Pressure transmitters, temperature transmitters,
temperature elements & thermo wells, limit switches for slam shut valves.

IX. Metering control panel (to be remote mounted in Control room) complete
with all Flow computer, Digital indicators, signal receiver, Single Loop
Controller for flow control, LEL monitor, Isolating IS barriers, signal
selectors, signal distributors, relays, power supplies & accessories for all
the signals (including the signals other than the metering signals) as per
enclosed P&IDs duly mounted and completely wired. Power supply to

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 191 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 11 of 46

instrument other than skid shall also be provided by metering control panel.
Digital indicator for DPT, PT & TT at metering skid and other station PT &
TT (Tag No.032-TI-2701,032-PI-2701,032-TI-2702) shall be provided on
metering control panel. For metering control panel ,vendor to follow
schematic diagram B035-000-16-51-SK-13 attached with the MR.

X. LEL detection system complete with one no. LEL monitor (with provision for
10 nos. single channel) mounting on Metering Control Panel, 4-nos. LEL
detectors (3 no. duly mounted on the skid and 1 no. loose supply for
installation during site execution) with one set beacon & hooter etc. The
gas detectors shall be provided at the wind directions near the Filters, Flow
meters etc. All installation accessories shall also be supplied. For skid
mounted detectors, cable tray within the skid shall also be supplied &
installed by the bidder. Bidder to note that Gas detectors and LEL monitor
shall be sourced from same manufacturer only.

XI. All pipes, fittings, valves, gaskets, bolts, nuts etc., within the skid battery
limit.

XII. All tubing, and fittings within the skid.

XIII. All cables, cable trays and wiring within the skid.

XIV. Junction boxes for power, instrument and control cables.

XV. A structural skid complete with necessary drip pan, walkways, staircase,
platforms, gratings, handrails for access for operation and maintenance;

XVI. Earth bonding system and earthing boss.

XVII. Lifting lugs and spreader beam / frame.

XVIII. Stainless steel nameplate for each tagged equipment and component;

XIX. All Tie-ins shall be provided with flanged connections.

XX. Details of skid assembly, supporting positions, Anchor bolt layout and
equipment weights to be provided prior to equipment supply.

XXI. All Interconnecting cables (all single, multipair, triad, special cables etc.)
between skid Instrument, LEL detectors, Junction boxes to metering panel
(to be located in control room in safe area). Consider cable routing distance
of 250 meters from skid to control panel. Vendor to supply all the cables
strictly as per schematic drawing B035-000-16-51-SK-08.

XXII. Serial interface cables along with all necessary connectors at both ends for
communication flow computer to the SCADA/RTU. Cable length of 30 meter
shall be considered.

XXIII. Cables for analogue/digital signal (20 meters for each tag) between
metering panel to RTU/SCADA.

iv. Gas Metering skid 021-M-1801 at Tap-off Point for FCI Sindri Spur line
(Refer enclosed P&ID B035-02-42-000-1110 and PDS B035-021-02-DS-1818) is
required to be provided as below:
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 192 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 12 of 46

 Skid Filtration section, Metering section, Pressure Reduction/Letdown


section including Flow control valve shall be of 600# (piping spec.
DA1A).Also, bidder to refer piping class demarcation (refer P&ID B035-02-
42-000-1110). Main gas header, associated isolation valve in main gas
header shall be of 12” size. However skid and associated piping shall be
sized considering max 20m/sec velocity. Skid outlet connection size shall
be 12‟‟, 600#. End connections (flanged), reducers/expanders etc. as
applicable shall be under bidder‟s scope.

The skid mounted Gas Metering System as above shall be of required capacity
meeting the specified operating and design conditions as per process data
attached in MR. Bidder‟s scope of work shall include supply of the complete skid
mounted gas metering System in accordance with this specification and any other
codes, standards and regulations stated herein. The scope of supply as a
minimum and as shown on the above referred P&ID shall include, but not limited to
the following:

I. Gas Filtration system with two streams (1 operating + 1 stand by stream)


each stream of 100% capacity.

II. Gas pressure let down regulating system with redundant stream
(1operating + 1stand by stream) each stream of 100% capacity using Self
actuated pilot operated pressure control valves as Regulator Valve, Monitor
Valve and Slam shut valve as indicated in the P&ID and PDS.

III. Gas metering system with Ultrasonic multi-path gas flow meters (2-
operating + 1stand by stream) with upstream and downstream meter runs
and flow profiler, Z-configuration, associated piping, fittings, valves etc. as
indicated in the P&ID and PDS. Also Blocking Tee/ Double Tee/ other
noise attenuation and piping arrangement as per original meter
manufacturer recommendations shall be provided by bidder.

IV. Three nos. of stream gas Flow Computer i.e. one for each of the above
Ultrasonic Gas Flow meter stream.

V. Flow control valve with smart positioner for limiting flow to consumer.
Complete Instrument line gas supply system with gas pressure regulator,
filter & integral safety valve shall also be provided by bidder for instrument
line gas supply to the control valve, as shown in the P&ID.

VI. Pressure relief Valves on each filter sized for external fire case.

VII. 2 nos. Creep relief valve as per P&ID & PDS.

VIII. Skid field instruments like pressure gauges, Temperature gauges,


Pressure & diff. Pressure transmitters, temperature transmitters,
temperature elements & thermo wells, limit switches for slam shut valves.

IX. Metering control panel (to be remote mounted in Control room) complete
with all Flow computer, Digital indicators, signal receiver, Single Loop
Controller for flow control, LEL monitor, Isolating IS barriers, signal
selectors, signal distributors, relays, power supplies & accessories for all
the signals (including the signals other than the metering signals) as per
enclosed P&IDs duly mounted and completely wired. Power supply to

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 193 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 13 of 46

instrument other than skid shall also be provided by metering control panel.
Digital indicator for DPT, PT & TT at metering skid and other station PT &
TT ( Tag No.021-TI-1801,021-PI-1801) shall be provided on metering
control panel. For metering control panel, vendor to follow schematic
diagram B035-000-16-51-SK-20 attached with the MR.

X. LEL detection system complete with one no. LEL monitor (with provision for
10 nos. single channels) mounting on Metering Control Panel, 4-nos. LEL
detectors (3 no. duly mounted on the skid and 1 no. loose supply for
installation during site execution by others) with one set beacon & hooter
etc. The gas detectors shall be provided at the wind directions near the
Filters, Flow meters etc. All installation accessories shall also be supplied.
For skid mounted detectors, cable tray within the skid shall also be
supplied & installed by the bidder. Bidder to note that Gas detectors and
LEL monitor shall be sourced from same manufacturer only.

XI. All pipes, fittings, valves, gaskets, bolts, nuts etc., within the skid battery
limit.

XII. All tubing, and fittings within the skid.

XIII. All cables, cable trays and wiring within the skid.

XIV. Junction boxes for power, instrument and control cables.

XV. A structural skid complete with necessary drip pan, walkways, staircase,
platforms, gratings, handrails for access for operation and maintenance;

XVI. Earth bonding system and earthing boss.

XVII. Lifting lugs and spreader beam / frame.

XVIII. Stainless steel nameplate for each tagged equipment and component;

XIX. All Tie-ins shall be provided with flanged connections.

XX. Details of skid assembly, supporting positions, Anchor bolt layout and
equipment weights to be provided prior to equipment supply.

XXI. All Interconnecting cables (all single, multipair, triad, special cables etc.)
between skid Instrument, LEL detectors, Junction boxes to metering panel
(to be located in control room in safe area) .For each USM meter 6P X
1.5mm2 signal cable(NIS) shall be considered between field and control
panel.Consider routing distance of 250 meters from skid to control panel.
Vendor to supply all the cables strictly as per schematic drawing B035-000-
16-51-SK-21

XXII. Serial interface cables along with all necessary connectors at both ends for
communication flow computer to the SCADA/RTU. Cable length of 20
meter shall be considered.

XXIII. Cables for analogue/digital signal (20 meters for each tag) between
metering panel to RTU/SCADA.

v. Gas Metering skid 027-M-2201 at Tap-off Point for HFC Durgapur Spurline

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 194 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 14 of 46

(Refer enclosed B035-02-42-000-1111 and PDS B035-027-02-DS-1822) is


required to be provided as below:

 Skid Filtration section, Metering section, Pressure Reduction/Letdown


section including Flow control valve shall be of 600# (piping spec.
DA1A).Also, bidder to refer piping class demarcation (refer P&ID B035-02-
42-000-1111). Main gas header, associated isolation valve in main gas
header shall be of 12” size. However skid and associated piping shall be
sized considering max 20m/sec velocity. Skid outlet connection size shall
be 12‟‟, 600#.End connections (flanged), reducers/expanders etc. as
applicable shall be under bidder‟s scope.

The skid mounted Gas Metering System as above shall be of required capacity
meeting the specified operating and design conditions as per process data
attached in MR. Bidder‟s scope of work shall include supply of the complete skid
mounted gas metering System in accordance with this specification and any other
codes, standards and regulations stated herein. The scope of supply as a
minimum and as shown on the above referred P&ID shall include, but not limited to
the following:

I. Gas Filtration system with two streams (1 operating + 1 stand by stream)


each stream of 100% capacity.

II. Gas pressure let down regulating system with redundant stream
(1operating + 1stand by stream) each stream of 100% capacity using Self
actuated pilot operated pressure control valves as Regulator Valve, Monitor

III. Gas metering system with Turbine gas flow meters (1operating + 1stand by
stream) with upstream and down stream meter runs and flow profiler/
straightner (19 tube bundle) , Z-configuration, associated piping, fittings,
valves etc and accessories as indicated in P&ID and PDS.

IV. Two nos. of stream gas Flow Computer i.e. one for each of the above
Turbine Flow meter meters.

V. Flow control valve with smart positioner for limiting flow to consumer.
Complete Instrument line gas supply system with gas pressure regulator,
filter & integral safety valve shall also be provided by bidder for instrument
line gas supply to the control valve, as shown in the P&ID.

VI. Pressure relief Valves on each filter sized for external fire case.

VII. 2 nos. Creep relief valve as per P&ID & PDS.

VIII. Skid field instruments like pressure gauges, Temperature gauges,


Pressure & diff. Pressure transmitters, temperature transmitters,
temperature elements & thermo wells, limit switches for slam shut valves.

IX. Metering control panel (to be remote mounted in Control room) complete
with all Flow computer, Digital indicators, signal receiver, Single Loop
Controller for flow control, LEL monitor, Isolating IS barriers, signal
selectors, signal distributors, relays, power supplies & accessories for all
the signals (including the signals other than the metering signals) as per
enclosed P&IDs duly mounted and completely wired. Power supply to
instrument other than skid shall also be provided by metering control panel.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 195 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 15 of 46

Digital indicator for DPT, PT & TT at metering skid and other station PT &
TT (Tag No.027-TI-2201,027-PI-2201) shall be provided on metering
control panel. For metering control panel, vendor to follow schematic
diagram B035-000-16-51-SK-24 attached with the MR.

X. LEL detection system complete with one no. LEL monitor (with provision for
10 nos. single channels) mounting on Metering Control Panel, 4-nos. LEL
detectors (3 no. duly mounted on the skid and 1 no. loose supply for
installation during site execution by others) with one set beacon & hooter
etc. The gas detectors shall be provided at the wind directions near the
Filters, Flow meters etc. All installation accessories shall also be supplied.
For skid mounted detectors, cable tray within the skid shall also be
supplied & installed by the bidder. Bidder to note that Gas detectors and
LEL monitor shall be sourced from same manufacturer only.

XI. All pipes, fittings, valves, gaskets, bolts, nuts etc., within the skid battery
limit.

XII. All tubing, and fittings within the skid.

XIII. All cables, cable trays and wiring within the skid.

XIV. Junction boxes for power, instrument and control cables.

XV. A structural skid complete with necessary drip pan, walkways, staircase,
platforms, gratings, handrails for access for operation and maintenance;

XVI. Earth bonding system and earthing boss.

XVII. Lifting lugs and spreader beam / frame.

XVIII. Stainless steel nameplate for each tagged equipment and component;

XIX. All Tie-ins shall be provided with flanged connections.

XX. Details of skid assembly, supporting positions, Anchor bolt layout and
equipment weights to be provided prior to equipment supply.

XXI. All Interconnecting cables (all single, multipair, triad, special cables etc.)
between skid Instrument, LEL detectors, Junction boxes to metering panel
(to be located in control room in safe area) .For each Turbine meter 6P X
1.5mm2 signal cable(NIS) shall be considered between field and control
panel. Consider routing distance of 250 meters from skid to control panel.
Vendor to supply all the cables strictly as per schematic drawing B035-000-
16-51-SK-22.

XXII. Serial interface cables along with all necessary connectors at both ends for
communication flow computer to the SCADA/RTU. Cable length of 20
meter shall be considered.

Cables for analogue/digital signal (20 meters for each tag) between
metering panel to RTU/SCADA.

vi. Gas Pressure Reducing Skid 014-M-2001 at Tap-off Point for CGS Jamshedpur
Spurline

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 196 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 16 of 46

(Refer enclosed P&ID B035-02-42-014-1120 & B035-02-42-000-1105 and PDS


B035-000-02-DS-1820) is required to be provided as below:

 Skid Filtration section, Pressure Reduction/Letdown section shall be of


600# (piping spec. DA1A). Bidder also to refer piping class demarcation
(refer P&ID B035-02-42-000-1105). Main gas header, associated isolation
valve in main gas header shall be of 12” size. However skid and associated
piping shall be sized considering max 20m/sec velocity. Skid outlet
connection size shall be 12‟‟, 600#.End connections (flanged),
reducers/expanders etc. as applicable shall be under bidder‟s scope.

The Letdown skid as above shall be of required capacity meeting the


specified operating and design conditions as per process data attached in
MR. Bidder‟s scope of work shall include supply of the complete letdown
skid in accordance with this specification and any other codes, standards
and regulations stated herein. The scope of supply as a minimum and as
shown on the above referred P&ID shall include, but not limited to the
following:

I. Gas Filtration system with two streams (1 operating + 1 stand by stream)


each stream of 100% capacity.

II. Gas pressure let down regulating system with redundant stream
(1operating + 1stand by stream) each stream of 100% capacity using Self
actuated pilot operated pressure control valves as Regulator Valve, Monitor
Valve and Slam shut valve as indicated in P&ID and PDS.

III. 2 nos. Creep relief valve as per P&ID & PDS.

IV. Pressure relief Valves on each filter sized for external fire case.

V. Skid field instruments like pressure gauges, Temperature gauges,


Pressure & diff. Pressure transmitters, temperature transmitters,
temperature elements & thermo wells, limit switches for slam shut valves.

VI. Supply of, 3-nos. LEL detectors (2 no. duly mounted on the skid and 1 no.
loose supply for installation during site execution). The gas detectors shall
be provided at the wind directions near the Filters, PCV etc. All installation
accessories shall also be supplied. For skid mounted detectors, cable tray
within the skid shall also be supplied & installed by the bidder.

VII. Signal for all field instruments of the letdown skid shall be terminated to
purchaser‟s TIC/Panel inside control room. The tentative distance between
filed and control room is 250 meter.

VIII. All pipes, fittings, valves, gaskets, bolts, nuts etc., within the skid battery
limit.

IX. All tubing, and fittings within the skid.

X. All cables, cable trays and wiring within the skid.

XI. Junction boxes for power, instrument and control cables.

XII. A structural skid complete with necessary drip pan, walkways, staircase,
platforms, gratings, handrails for access for operation and maintenance;
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 197 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 17 of 46

XIII. Earth bonding system and earthing boss.

XIV. Lifting lugs and spreader beam / frame.

XV. Stainless steel nameplate for each tagged equipment and component;

XVI. All Tie-ins shall be provided with flanged connections.

XVII. Details of skid assembly, supporting positions, Anchor bolt layout and
equipment weights to be provided prior to equipment supply.

XVIII. All Interconnecting cables (all single, multipair, triad, special cables etc.)
between skid Instrument, LEL detectors, Junction boxes to Purchaser RTU
(to be located in control room in safe area) .Consider cable routing distance
of 250 meters from skid to control room. Vendor to supply all the cables
strictly as per schematic drawing B035-000-16-51-SK-03.

vii. Gas Pressure Reducing Skid 015-M-2801 at Tap-off Point for Matix Fertilizers
Spurline

(Refer enclosed P&ID B035-02-42-015-1128 & B035-02-42-000-1105 and PDS


B035-015-02-DS-1828) is required to be provided as below:

 Skid Filtration section, Pressure Reduction/Letdown section shall be of


600# (piping spec. DA1A). Bidder also to refer piping class demarcation
(refer P&ID B035-02-42-000-1105). Main gas header, associated isolation
valve in main gas header shall be of 12” size. However skid and associated
piping shall be sized considering max 20m/sec velocity. Skid outlet
connection size shall be 12‟‟, 600#.End End connections (flanged),
reducers/expanders etc. as applicable shall be under bidder‟s scope.

The Letdown skid as above shall be of required capacity meeting the


specified operating and design conditions as per process data attached in
MR. Bidder‟s scope of work shall include supply of the complete letdown
skid in accordance with this specification and any other codes, standards
and regulations stated herein. The scope of supply as a minimum and as
shown on the above referred P&ID shall include, but not limited to the
following:

I. Gas Filtration system with two streams (1 operating + 1 stand by stream)


each stream of 100% capacity.

II. Gas pressure let down regulating system with redundant stream
(1operating + 1stand by stream) each stream of 100% capacity using Self
actuated pilot operated pressure control valves as Regulator Valve, Monitor
Valve and Slam shut valve as indicated in P&ID and PDS.

III. 2 nos. Creep relief valve as per P&ID & PDS.

IV. Pressure relief Valves on each filter sized for external fire case.

V. Skid field instruments like pressure gauges, Temperature gauges,


Pressure & diff. Pressure transmitters, temperature transmitters,
temperature elements & thermo wells, limit switches for slam shut valves.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 198 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 18 of 46

VI. Supply of, 3-nos. LEL detectors (2 no. duly mounted on the skid and 1 no.
loose supply for installation during site execution). The gas detectors shall
be provided at the wind directions near the Filters, PCV etc. All installation
accessories shall also be supplied. For skid mounted detectors, cable tray
within the skid shall also be supplied & installed by the bidder.

VII. Signal for all field instruments of the letdown skid shall be terminated to
purchaser‟s RTU/Panel inside control room. The tentative distance
between filed and control room is 250 meter.

VIII. All pipes, fittings, valves, gaskets, bolts, nuts etc., within the skid battery
limit.

IX. All tubing, and fittings within the skid.

X. All cables, cable trays and wiring within the skid.

XI. Junction boxes for power, instrument and control cables.

XII. A structural skid complete with necessary drip pan, walkways, staircase,
platforms, gratings, handrails for access for operation and maintenance;

XIII. Earth bonding system and earthing boss.

XIV. Lifting lugs and spreader beam / frame.

XV. Stainless steel nameplate for each tagged equipment and component;

XVI. All Tie-ins shall be provided with flanged connections.

XVII. Details of skid assembly, supporting positions, Anchor bolt layout and
equipment weights to be provided prior to equipment supply.

XVIII. All Interconnecting cables (all single, multipair, triad, special cables etc.)
between skid Instrument, LEL detectors, Junction boxes to Purchaser RTU
(to be located in control room in safe area) .Consider cable routing distance
of 250 meters from skid to control room. Vendor to supply all the cables
strictly as per schematic drawing B035-000-16-51-SK-03.

viii. Gas Pressure Reducing Skid 016-M-3201 at Tap-off Point for CGS Kolkata
Spurline

(Refer enclosed P&ID B035-02-42-016-1132 & B035-02-42-000-1105 and PDS


B035-016-02-DS-1832) is required to be provided as below:

 Skid Filtration section, Pressure Reduction/Letdown section shall be of


600# (piping spec. DA1A). Bidder also to refer piping class demarcation
(refer P&ID B035-02-42-000-1105). Main gas header, associated isolation
valve in main gas header shall be of 18” size. However skid and associated
piping shall be sized considering max 20m/sec velocity. Skid outlet
connection size shall be 18‟‟, 600#.End End connections (flanged),
reducers/expanders etc. as applicable shall be under bidder‟s scope.

The Letdown skid as above shall be of required capacity meeting the


specified operating and design conditions as per process data attached in
MR. Bidder‟s scope of work shall include supply of the complete letdown
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 199 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 19 of 46

skid in accordance with this specification and any other codes, standards
and regulations stated herein. The scope of supply as a minimum and as
shown on the above referred P&ID shall include, but not limited to the
following:

I. Gas Filtration system with two streams (1 operating + 1 stand by stream)


each stream of 100% capacity.

II. Gas pressure let down regulating system with redundant stream
(1operating + 1stand by stream) each stream of 100% capacity using Self
actuated pilot operated pressure control valves as Regulator Valve, Monitor
Valve and Slam shut valve as indicated in P&ID and PDS.

III. 2 nos. Creep relief valve as per P&ID & PDS.

IV. Pressure relief Valves on each filter sized for external fire case.

V. Skid field instruments like pressure gauges, Temperature gauges,


Pressure & diff. Pressure transmitters, temperature transmitters,
temperature elements & thermo wells, limit switches for slam shut valves,
Diff. Pressure gauge across the filter in addition to diff. Pressure
transmitters shall be provided.

VI. Supply of, 3-nos. LEL detectors (2 no. duly mounted on the skid and 1 no.
loose supply for installation during site execution). The gas detectors shall
be provided at the wind directions near the Filters, Flow meters etc. All
installation accessories shall also be supplied. For skid mounted detectors,
cable tray within the skid shall also be supplied & installed by the bidder.

VII. Signal for all field instruments of the letdown skid shall be terminated to
purchaser‟s RTU/Panel inside control room. The tentative distance
between filed and control room is 250 meter.

VIII. All pipes, fittings, valves, gaskets, bolts, nuts etc., within the skid battery
limit.

IX. All tubing, and fittings within the skid.

X. All cables, cable trays and wiring within the skid.

XI. Junction boxes for power, instrument and control cables.

XII. A structural skid complete with necessary drip pan, walkways, staircase,
platforms, gratings, handrails for access for operation and maintenance;

XIII. Earth bonding system and earthing boss.

XIV. Lifting lugs and spreader beam / frame.

XV. Stainless steel nameplate for each tagged equipment and component;

XVI. All Tie-ins shall be provided with flanged connections.

XVII. Details of skid assembly, supporting positions, Anchor bolt layout and
equipment weights to be provided prior to equipment supply.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 200 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 20 of 46

XVIII. All Interconnecting cables (all single, multipair, triad, special cables etc.)
between skid Instrument, LEL detectors, Junction boxes to Purchaser RTU
(to be located in control room in safe area) .Consider cable routing distance
of 250 meters from skid to control room. Vendor to supply all the cables
strictly as per schematic drawing B035-000-16-51-SK-03.

5.2 The BIDDER‟s scope of work shall also include:


i) Design, engineering, sizing, selection, manufacture and/or procurement of
materials, components and equipment necessary for complete package.
ii) Inspection and testing of all components, sub-assemblies, and complete
assemblies of items manufactured at bidder‟s works, and other sub-
bidder‟s works in accordance with approved QA/QC procedure.
iii) Shop assembly and hydro tests
iv) Factory Acceptance Test (FAT) for the complete package at bidders
works.
v) Installation supervision for the complete package at site.
vi) Site Acceptance Test (SAT) for the complete package at site.
vii) Preparation for shipment, packing and delivery of all packages, equipment
and material to site.
viii) Start-up and commissioning assistance at site.
ix) Preparation and submission of all documents as per requisition with the bid
and after award of contract.
x) Preparation and submission Final Documentation / Completion files as per
this specification.

5.3 Any work not specifically mentioned but otherwise required, as per statutory rules /
codes and standards / specifications and/or for the completion and operation of
equipment to the entire satisfaction of purchaser have to be done by the bidder
without any commercial implications.

5.4 The scope of work also includes the mechanical and structural detailed design of the
skid, procurement of materials, preparation of fabrication drawings, detailing of
internals, fabrication, inspection and testing of the piping and structural items at
fabrication shop, painting, internal coating if any, preservation, transportation and
undertaking guarantee for the equipment.

5.5 The scopes of supply also include the commissioning and start up spares, special
tools & tackles and documentation, bidder to also furnish recommended list of 2
years operational spare parts.

5.6 The bidder shall assume single point responsibility for all aspects of the work. This
shall include timely completion, liaison with purchaser, liaison with his sub vendor of
specified items, co-ordination of the work, quality and guarantee for the equipment.

5.7 Where parts of the package are subcontracted and purchased by the bidder, these
become part of the bidder‟s package and it is the bidder‟s responsibility to ensure that
the complete package complies with the specifications, codes and standards and
statutory regulations.

5.8 Scope to include all instruments shown in the P&ID/schematic, as within the bidder‟s
scope.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 201 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 21 of 46

5.9 The bidder shall be responsible for obtaining necessary approvals, authorization and
certification from local Government / Local Statutory bodies, Authorized Inspector
and Third Party Inspection Agency as applicable.

5.10 The equipment shall be suitable for the site conditions specified. All components/
consumables used shall be new and of current manufacture.

5.11 In the event of any conflict between this specifications, data sheets, related standards
codes etc., bidder shall refer the matter to the PURCHASER for clarifications and
only after obtaining the clarification shall proceed with the manufacture of the items in
question.

5.12 Bidder shall take single point responsibility for the engineering, design, certification,
procurement, inspection, testing, supply & performance of the Gas Filtration,
Pressure Reduction skid, Gas Metering System skid along with all instruments,
chromatograph along with all instruments, equipment and valves of the skids, LEL
Gas Detection System, and Metering control panels based on the data sheets and
the specifications furnished and taking into consideration successful operation, safety
and the established International standards for the complete skids. As a part of
design & engineering, the following shall be decided by bidder:

 Sizing of flow meters, Self actuated Pressure control valves (monitor &
Regulator), Safety Shut Off (Slam Shut) valves, Pressure relief valves and
Flow control valves.
 Set points for Pressure regulators Monitor and slam shut valves.
 Instrument ranges to meet the Process operating and design conditions
 Noise calculations for PCVs, Slam Shut valves
 Noise attenuation devices for Ultrasonic meters, provision of appropriate
protection as required.
 Meter Run design
 Skid Piping sizing and design

Signal converter, signal selector, Isolating IS barriers (single input type only) &
accessories etc. shall be duly mounted in Control panel. For all skid mounted
instruments which are to be communicated with SCADA/RTU, a separate terminal
strip shall be provided in
control panel (duly mounted & completely wired).

Flow computers shall be communicated with GAIL‟s RTU/ SCADA. All necessary
cables, converters, switches etc. at both ends shall be under bidder scope.

5.13 Purchaser‟s instrument data sheets for Self actuated pressure control valves (PCVs),
Slam shut valves, Ultrasonic flow meters Turbine, RPD flow meter, LEL Gas
Detection System, Pressure relief valves, Flow control valve, field transmitters,
pressure gauges, Diff. pressure gauges, temperature gauges and accessories
indicate materials for body, internals etc. However, this does not absolve the Bidder
of the responsibility for proper selection with respect to the fluid and its operating and
design conditions. Proper sizing and selection of the Turbine, RPD & Ultrasonic flow
meters, self actuated pressure control valves for monitor and regulator, slam shut
valves, flow control valve and Pressure relief valves and accessories are bidder‟s
responsibility.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 202 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 22 of 46

5.14 Bidder to note that all the items including Self actuated pressure control valves
(Regulator and monitor Valves), Slam shut valves, flow meters, Flow computers,
Pressure relief valves, Control valve, Pressure & diff. Pressure transmitters,
Temperature instruments, LEL Detection System, etc. shall be supplied from EIL
enlisted vendor list and having proven track record of successful operation for at least
4000 hours till bid due date. Details of earlier supplied references shall be furnished
as part of the bid.

5.15 Bidder shall be fully responsible for proper integration of their supplied systems and
Flow Computers and also integration with GAIL‟s SCADA (RTU) systems. Bidder
shall provide all necessary assistance to purchaser for establishing communication
between Flow Computers and SCADA RTU through serial link as well as hardware
cable for analogue/digital signals

5.16 Bidder to note that for all Instruments which are to be connected to Digital indicators
single input with dual output type barrier shall be considered for multiply of signal for
digital indicator and RTU. Bidder to also note that dual input barrier is not acceptable.

6 BIDS

6.1 Bidder's proposal shall include the detailed specifications for all items of Gas
Filtration, pressure reduction and gas metering systems. The offer shall include:

 Make, Model no, detailed specification for each flow meter, flow computer,
pressure relief valve, LEL Gas Detection System, LEL monitor, pressure/
differential pressure transmitter, Temperature Elements, Temperature
transmitters and monitors, pressure/ temperature/ Differential Pressure
gauges, proximity limit switches, Single loop Controllers, indicators, Control
valve, Slam shut valve , self actuated pressure control valve (monitor and
regulator valves) etc.

 Slam shut valve, self actuated pressure control valve (monitor and Regulator
Valves) details including type, construction material, CV data/ capacity
curves, regulation accuracy, set point spring ranges, details of the valve
pilots etc.

 Sizing calculations for slam shut valves, self actuated pressure control valves
(monitor and Regulator Valves), Flow control valve, flow meters and pressure
relief valves. Gas velocities and Pressure drop across slam shut valves and
meter runs at maximum flow and minimum pressure

 All design & performance characteristics.

 Noise level calculations for self actuated pressure control valves.

 Overall dimensions of each item

 Overall dimensions of each skid with proposed modules of each skid


considered along with estimated dimensions

 Overall dimensions of each metering system of each skid considered along


with estimated dimensions

 Weight of gas metering skid, each gas meter run

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 203 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 23 of 46

 Weight of each gas metering system, each gas meter run

 Foundation details (suggestive) of metering skid

 Foundation details (suggestive) of each gas metering system

 The Metering skid to be designed and operated to have an overall


uncertainty of equal to or better than 0.3 % (the "Overall combined standard
uncertainty") and Overall expanded uncertainty of equal to or better than +l-
0.60% with 95 % Confidence level and a coverage factor of K=2, as per ISO
5168/ GUM .

 Bidder shall submit certification of complete design and engineering of the


metering skid including piping GAD and P&ID duly approved by NMI
Netherlands/ PTB Germany/ LNE France or the original equipment
manufacturer of Ultrasonic & Turbine meter for custody transfer application
and certificate shall state that the „Overall System Uncertainty‟ and
repeatability offlow measurement shall be within the specification limits of the
MR.

6.2 All units of measurements in bidder‟s specification sheets shall be same as those in
purchaser‟s data sheets.

6.3 All material specifications for the various parts in the bidder‟s specification sheets
shall be to the same standard as those in purchaser‟s data sheets.

6.4 Bidder shall enclose catalogues giving detailed technical specifications and other
information for slam shut valve, self actuated pressure control valve for monitor and
Regulator, control valve, multi-path ultrasonic flow meter, turbine flow meter,RPD
flowmeter, flow computers, pressure relief valve,LEL Gas Detection System, pressure/
differential pressure transmitter, temperature transmitters, temperature elements,
temperature gauges, pressure gauges, digital indicators, barriers and isolators, etc.
covered in the bid.

6.5 Bidder‟s quotation including catalogues, drawings, operating and maintenance


manuals etc. shall be only in ENGLISH language.

6.6 Bidder shall submit the sizing details & specifications of all the instruments and piping
items make & model, skid details etc., subsequent to award of contract. The relevant
catalogue, technical literature shall also be furnished. GAIL/EIL shall review the above
and bidder to note that “No post order deviation shall be granted”. Bidder shall change
the make and/ or models of items and specifications to meet the requirement of
contract without any price and delivery implications.

7.0 DESIGN CONSIDERATIONS

7.1 The skids shall be complete in all respect, ready for quick installation and
commissioning of equipment with minimum work at site. All field-mounted
instruments shall be mounted on the skid. Ease of transportation shall be one of
the considerations in deciding the size of skid.

7.2 The skid shall be complete with piping, flanges, and fittings for Filtration, pressure
reduction and metering as required.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 204 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 24 of 46

7.3 Ultrasonic Gas Metering System i.e. meter, meter run, flow profiler and flow
computer shall be built and integrated by the original equipment manufacturer of the
Ultrasonic Flow Meter, since critical components within the metering system should
be compatible to ensure “Overall System Uncertainty” with all components within
the metering system must be well proven and compatible in the similar application.
Bidder shall take full responsibility for the performance of gas meters, flow
computers and to be involved in meter run design, configuration, testing &
calibration of meter. The straight length of calibrated pipe forming the upstream and
downstream parts of the meter tubes shall be cut from one piece of pipe without any
intermediate girth weld.

7.4 All meter run pipes shall be specially selected for dimensional accuracy and shall be
free from all imperfections and corrosion on internal surfaces. Meter runs shall be
chosen according to applicable geometric requirements of AGA 9(for USM Meter) &
AGA 7(for Turbine meter).

7.5 The calibrated meter runs shall be easily removable and shall be connected to a
adjacent piping by means of flanges.

7.6 All piping shall be rigidly supported. Adequate pipe supports shall be provided for
the complete meter tube assembly. These shall be bolted to the skid structure and
shall be designed and located with due regards to weight distribution and
operational pipe stress.

7.7 The gas flow meter and meter tube piping shall be installed in a region of zero
stress in the pipeline to minimize strain on the meter. The upstream pipe work shall
be carefully aligned to minimize flow disturbances, especially at the upstream flange
of the meter. Provision of alignment arrangement on USM (like dowel pin etc.) shall
be provided by vendor.

7.8 As a minimum, flow conditioners shall be 316 stainless steel between-flanges.


These shall comply with the requirements of AGA 9 for ultrasonic meters and AGA 7
for Turbine meter. Where flow conditioners are recommended, care must be taken
to select flow conditioners that do not generate acoustic noise with harmonic
frequencies that may interfere with the meter performance.

7.9 The skid shall be prefabricated and mounted on a steel frame. It shall have inlet
flange for inlet side and outlet flange suitable for outlet side. It shall have separate
vent connections.

7.10 The skid shall be complete in all respect ready for alignment & grouting at site.

7.11 All items shall be properly supported to avoid vibration. Special support as required
shall be provided by bidder.

7.12 Optimise access to instruments and fittings. All equipment shall be oriented to
permit servicing without undue dismantling and to have good access and maximum
safety.

7.13 The equipment shall be bonded for earth continuity and two external earthing
bosses shall be provided, on each skid at diagonally opposite ends, for connection to
the plant earth grid.

7.14 Lifting lugs and their supporting structure shall be designed for a load equal to two
times the weight to be lifted (shipping weight).

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 205 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 25 of 46

7.15 All tubing and fittings used for impulse piping shall be of SS 316L and tube fittings
shall be SS316. Tube fittings shall be flare less compression type of three-piece
construction consisting of ferrule, nut and body suitable for use on SS tubes.
Instrument valves and manifolds shall be of SS316 construction of forged type.

7.16 The specifications of all the instruments shall be as per the attached Instrument
Data Sheets, Job Specifications and Standard Specifications. All piping materials
including valves & flanges shall be supplied as per the piping material specification
(PMS) attached elsewhere in the package.

7.17 All interconnecting instrument cables in skid, for meter transducers and cables to
control room shall be armoured. All signal and alarm cables shall be individual pair
shielded and overall shielded. Bidder shall follow the cable specifications as per
signal cable standard specifications.

7.18 All field transmitters, proximity type limit switches and Smart Positioner shall be
certified weather proof to minimum IP65 and intrinsically safe suitable for hazardous
area classification IEC Zone 1, Gr. IIA, IIB, T3.

7.19 All Junction boxes, cable glands & accessories shall be certified weather proof to
minimum IP65 and Flame proof suitable for hazardous area classification IEC Zone
1, Gr. IIA, IIB, T3.Junction box used for IS instruments shall be WP to IP65.

7.20 The certification for use of all instrumentation items including junction boxes/cable
glands etc. in hazardous areas shall be as follows:
 Certificates from statutory authorities like BASEEFA, FM, PTB, UL, and
CENELEC etc. for items of foreign origin and from CMRI etc. for items of
Indian origin.

 Approved Approval certificate from PESO/ CCE (Chief Controller of


Explosives) for items to be installed in India, irrespective of country of origin
and the same is mandatory. PESO certificate of all the applicable items shall
be submitted along with the bid.

 Approval certificate from BIS (Bureau of Indian Standards) for all flameproof
instruments manufactured in India.

7.21 All field mounted instrumentation items shall be suitable for continuous working in
outdoor installations, considering temperature, humidity etc. as per data given
elsewhere in this bid. Ingress protection for all field instruments and enclosures/
junction boxes/ cable glands etc. shall be IP-65 as minimum. Instruments mounted
on the skid, gas metering systems shall be suitable for installation in tropical hot and
humid climate considering:
 Temperature 0-48 deg. C

 Rel. Humidity 90%

7.22 The flange rating & materials of all instrument items shall be as per the PMS.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 206 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 26 of 46

7.23 The bidder shall include isolation valves in Impulse Lines for the pressure regulators
and monitors slam shut valves etc. The pressure instruments shall be provided with
individual process isolation valves and block and bleed manifolds.

7.24 Transmitters shall be microprocessor based “SMART” type with HART Protocol.
Accuracy of transmitters shall be + 0.04% of FSD or better for PT, + 0.065% of FSD
or better for DPT and ±0.2% FSD or better for Temperature Transmitters. All
transmitters shall be provided with integral output meter with digital display. All
electronic transmitters like pressure transmitter, differential pressure transmitter,
temperature transmitter shall be protected from surge due to lighting and necessary
surge protection device shall be provided integrally with transmitter.

7.25 The temperature transmitters shall be PT 100 RTD sensor type with integral head
mounted SMART transmitter with two wire 4-20 mA DC output, 24 VDC loop
powered complete with local output meter (LCD type). The temperature transmitter
shall be provided with flanged thermowell of 316SS material fabricated from drilled
bar stock. Custody transfer RTD clement shall be of 4 wire type ,class A or better.

7.26 Any pipe line size less than 4" nominal bore shall be blown to 4" size to install
thermowell. However thermowell in meter run shall be screwed type and of suitable
length, where meter size is less than 4”.

7.27 Bidder shall furnish details of foundation required for the each gas metering skids,
gas filtration skids, pressure reduction skid for review.

7.28 For ease of transportation of the skid, bidder may decide to fabricate and transport
the skid in more than one section (Filtration section, Pressure reduction section,
Metering section). In that case, bidder shall ensure that the site job shall only be
limited to bolting together these parts at site and no further welding or joining of
components together etc. are required. The responsibility of such jointing together
and its proper functioning would rest on the bidder.

7.29 The complete Gas Metering and Gas Pressure Reduction skid shall be designed in
such a way that the mean gas velocity remains within 20 Meter per second (m/s)
except in Pressure regulating valve and slam shut valve (SSV). Velocity in the piping
Upstream/downstream of Pressure reduction station shall be within 20 Meter per
second. Maximum seat velocity of Slam shut valves is limited to 40 meter/second.

No instrument air shall be provided to bidder (for operation of field instrument /


equipments including flow control valve). Suitable proven two-stage high pressure
gas supply trains/ systems shall be installed by bidder for proper operation of the
flow control valve through natural gas. Special care shall be paid for dealing the
problems arising from possible condensation due to pressure reduction. A well
proven system to be used for this application. I/P converters/ Electro pneumatic
positioner, Filter regulators, Actuators, positioners shall be suitable for Natural gas
application.

7.30 All the main line ball valves shall be full bore ball valves. Flow control valve size shall
be of the meter size and shall be of full port design. The isolating Ball vales Up-
steam & Downstream of the meters shall be of the same size as that of Gas flow
meter in order to prevent any flow profile distortion.

7.31 For Ultrasonic Meters; vendor shall provide certification from Calibrating agency/
Laboratory of Ultrasonic Gas Flow meter confirming that the meter being calibrated
shall work with specified accuracy/ repeatability with the actual gas composition

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 207 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 27 of 46

mentioned in the tender documents. Further Certificate must mention that the overall
accuracy, performance and repeatability as mentioned in the tender shall be met with
the proposed installation-piping configuration (as per proposed P&ID and GAD) of the
complete skid. (Vendor shall submit the Calculation for overall system uncertainty
including all components of the metering system

7.32 The gas chromatograph field analyser cabinet along with sample conditioning system
and carrier & calibration gas cylinder racks shall be mounted on a standalone steel
frame structure with its independent mounting arrangement alongside the main
Filtration, Pressure reduction & metering skid (as applicable).

7.33 For Installation of PT, DPT & PI impulse piping / tubing installation standards
attached elsewhere shall be followed.

8.0 SPECIFICATIONS FOR INSTRUMENTS

8.1 SELF ACTUATED PRESSURE CONTROL VALVES (MONITOR AND REGULATOR


VALVE) AND SLAM SHUT VALVES

8.1.1 Set point of the Gas pressure regulators/ Monitor (PCVs) and Slam Shut Valves
(SDVs) shall be adjustable. Bidder shall furnish the adjustable range of the offered
Gas pressure regulators/monitors and slam shut valves.

8.1.2 The Gas pressure regulator/monitor and slam shut valves shall be provided in
redundant pressure regulation stream as primary pressure regulating stream and
secondary pressure regulating stream as per P&IDs. It is intended to provide slam
shut valves on upstream of self actuated pressure control valves at gas receiving
points for tight shut off at increasing pressure beyond a preset limit, to take care of
self actuated pressure control valves failure. The slam shut valve of primary
regulating stream shall close at its set pressure in case of failure of primary
operating regulator & monitor and the secondary regulating stream shall come in
operation. The automatic switchover shall be achieved with appropriate staggered
setting of Pressure regulator/monitor and slam shut valves. Bidder shall select the
appropriate set points such that the switch-over is smooth without affecting the
safety of the system and gas supply to consumers is also not interrupted.

8.1.3 Each pressure regulator shall be designed for maximum gas flow rate at the
minimum inlet arrival pressure. Gas pressure regulators shall be with very high
rangeability since high fluctuations in flow demand are expected and also the inlet
pressure may vary considerably.

8.1.4 The construction of the Regulators shall be such that there will be no continuous
gas bleeding.

8.1.5 Bidder to note that the noise level for each Regulator/ monitor and Slam Shut
valve shall be less than 85dBA at one meter away from the valves. Bidder shall
provide noise treatment to limit the noise level and include silencers or expanders
as required in their scope of supply.

8.1.6 Slam shut valve shall be self-contained type requiring external control line such
that the line pressure acts directly on the diaphragm.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 208 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 28 of 46

8.1.7 Closing time of slam shut valve shall be less than 2 seconds or better for all sizes
of the valves. Actual closing time of the valve shall be furnished by bidder with the
quotation.

8.1.8 Slam shut valves shall be provided with position indicator and shall have separate
limit switches for open and close positions. Limit switches shall be proximity type
with DPDT contact rating 1 A @ 24 V DC. Limit switch enclosure shall be weather
proof to IP 65 suitable and certified for area classification IEC Zone 1, Gr. IIA, IIB,
T3 (intrinsically safe type). Cable entry shall be ½” NPT without flying leads.

8.1.9 Resetting of slam shut valves shall be only manual.

8.1.10 Slam shut valves shall be provided with a mechanical indicator to indicate valve
open or close position.

8.1.11 Slam shut valve shall have a set point accuracy of ±1% over the whole operating
range.

8.1.12 Any by-pass valve provided for the slam shut valve shall be spring closing type.

8.1.13 For slam shut valve sizing a maximum velocity of 40 meter per second shall be
considered. Actual velocity shall be indicated by bidder in the offer.

8.1.14 Bidder shall furnish the flow rate versus trim lift curve to justify the valve
rangeability and valve regulation characteristics.

8.2 TECHNICAL SPECIFICATION FOR ULTRASONIC FLOWMETER

8.2.1 Ultrasonic flow meter shall be multi path (minimum four path) type gas flow
metering application and the design, construction and operation shall confirm to
AGA report 9 (latest version) for multi path.

8.2.2 The principle of operation used shall be simple in design and shall avoid analytical
complexity associated with development of information, which is extraneous to the
application.

8.2.3 The design used shall provide maximum reliability, maximum on-line performance
and minimum maintenance. Instrument shall be field proven. No prototype
instrument shall be supplied. Technique of measurement used shall be
interference free. It shall be immune to other impurities in the fluid stream.

8.2.4 FLOWMETER

8.2.4.1 The flow meter shall comprise of multipath (minimum four paths) ultrasonic
transducers. The transducers shall be energized by the integral electronics to
transmit and receive ultrasonic waves. Bidder shall size all the ultrasonic flow meters
for the given process conditions as per AGA 9. Sizing shall be done considering
maximum flow capacity at minimum inlet operating pressure & gas composition and
other process conditions. Meter size shall not be smaller than the size as indicated
in flow meter datasheets . Bidder may offer higher size meter in case manufacturer`s
meter have lower velocity limitations.

8.2.4.2 The turndown ratio of each flow meter shall be minimum 1:50. The accuracy class
of USM shall be 0.5 as per OIML R137 and repeatability shall be better than ±0.1 %
of reading with flow calibration and accordingly bidder shall select the no. of paths

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 209 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 29 of 46

(four path or higher) to meet accuracy requirement and indicate the same in
calculations/back-up literature.

8.2.4.3 The meter shall be provided with pressure tap of ½” NPT (F) size to measure the
static pressure in the meter.

8.2.4.4 The meter body shall be made of carbon steel as per data sheets (ASTM A 216 GR.
WCB or equivalent). All flanges shall be weld neck, raised face and shall meet ANSI
B 16.5.

8.2.4.5 The ultrasonic metering system shall be provided with full diagnostics and customer
user interface for the gas meter.

8.2.4.6 It shall be possible to replace or relocate transducers without a change in meter


performance. After an exchange of transducers and a possible change of the
associated software constants, the resulting shift in the meter's performance should
not be more than the allowable repeatability of the meter. In addition, the maximum
error and the maximum peak-to-peak error as detained in figure 5.2 of AGA-9 shall
not be exceeded.

8.2.4.7 The bidder shall comprehensively advise the impact of transducer failure on the
performance and accuracy of the USM. Bidder shall confirm that the measurement
will not degrade by more than  0.1% in case of loss of one path.

8.2.4.8 The meter design shall have the facility to remove /replace the transducers in situ
under line operating condition. Failure or removal of one pair of transducers shall not
cause the meter to lose all measurement function. Failure of any path shall generate
an alarm identifying the affected path. Also transducers ports shall be designed in a
way to reduce the possibility of liquid or solid accumulation.

8.2.4.9 Area classification shall be IEC Zone-1, Gas Gr. II A & IIB, and Temperature Class
T3. All electrical instruments in the field shall be suitable for the specified area
classification and certified by a statutory body such as FM, UL, ATEX etc. The
transducers shall be intrinsically safe certified suitable for the specified area
classification and weather proof to IP65 and bidder shall supply necessary isolating
barriers between the transducers and preamplifier/transmitter. However the
transducer/sensor housing can be flameproof (EEx d) certified suitable for the
specified area classification instead of intrinsically safe.

8.2.4.10 Overall pressure drops across the meter assembly including meter runs shall be less
than 0.2 Kg/cm2g. Pressure drop calculation across the meter shall be furnished.

8.2.4.11 Ultrasonic meters shall be rated for the maximum design pressure as indicated in
the datasheet.

8.2.4.12 Ultrasonic flow meter spool inside diameter to meet the specified I.D and internal
surface roughness shall be as per standard AGA Report no. 9.

8.2.4.13 All ultrasonic flow meters shall be supplied with upstream meter run with flow
conditioners (min.10D+10D) and downstream (min.5D) meter runs as per AGA 9.

8.2.4.14 Ultrasonic meters and the meter runs/flow conditioners shall be rated for the
maximum design pressure.

8.2.5 ELECTRONICS:

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 210 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 30 of 46

8.2.5.1 Meter electronics (Signal Processing Unit) shall include all associated transmitters,
pre-amplifiers etc.

8.2.5.2 The meter signal processing unit shall be microprocessor-based electronics suitable
for installation in the field under the ambient condition specified. Meter electronics
shall be Weather proof to IP 65 and flameproof certified suitable to install in area
classification IEC Zone-1, Gas Gr. IIA & IIB, Temp. Class T3 by a statutory body
such as FM, UL, ATEX etc.

8.2.5.3 The electronics unit shall preferably be mounted integral on the meter.

8.2.5.4 The signal processing unit /transmitter shall have extensive diagnostic capability.
Self-diagnostic feature should include monitoring the health of the transducers and
signal quality.

8.2.5.5 Meter parameters and factors set into the meter electronics shall be retained in non-
volatile memory and shall be secured with password such that un-authorised
changes are prohibited.

8.2.5.6 Configuration software, diagnostic software and firmware shall be provided.

8.2.5.7 Meter output signals from the meter electronics shall be without flying leads. All the
signals from the meter electronics shall be terminated in a junction box (JB) supplied
by the meter bidder and shall be mounted on skid. JB shall be weather proof (WP) to
IP 65 and flameproof certified suitable for the specified area classification.

8.2.5.8 The cable entry sizes between meter electronics and transducers shall be decided
by bidder and the WP & flameproof cable glands to be supplied accordingly. Cable
entry sizes shall be as per NPT standards.

8.2.5.9 Meter electronics shall be capable of multiple output signals as follows:

a) Dual frequency pulse outputs to flow computers configurable for flow rate
signals and shall be user selectable to be either same outputs or one signal
dedicated to each direction of flow.
b) Digital discrete outputs for direction of flow, trouble alarm and output data
validation.
c) RS-485/422 communication port with MODBUS protocol for communicating
with the other control system i.e. control room mounted flow computer for meter
diagnostics, test and health data.

Bidder shall supply the RS 485/422 cables interconnecting serial link cables which
shall be armoured including & connectors against each tag for communication
between flow meter in field and flow computers mounted on metering control panel
located at respective control room as per the station wise distances between field &
control room.

8.2.5.10 Meter electronics shall operate on 230 V AC  10%, 50 Hz  3% UPS or 24 VDC


and shall be protected from overload and from transients. Low power consumption is
desired.

8.2.5.11 Speed of Sound comparison should be done in the stream flow computer for the
speed of sound measured value from the USM meter.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 211 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 31 of 46

8.2.6 CALIBRATION AND CERTIFICATION:

8.2.6.1 Each meter shall be “zero calibrated” (“dry calibrated”) with nitrogen. Test results
shall be furnished. In the dry calibration set up, the gas velocity observed on all the
acoustic paths shall be zero. The speed of sound of the individual acoustic path in
the dry calibration set up shall not exceed ±0.2% of the mean velocity of all the
paths.

8.2.6.2 Wet Flow calibration shall be performed for at least seven points with two point
verification and error curve shall be obtained. Calibration of meter shall be done
near to the Operating Pressure and Test medium shall be Natural Gas. Flow
calibration of each ultrasonic meter shall include the associated U/S meter run with
flow conditioner and D/S meter run being supplied with the meter.

8.2.6.3 Bidder shall carryout performance test and certify the meter in combination with its
companion electronics. A recognized test facility with traceable reference
measurements shall be used. Flow test data at 7 points covering the minimum to the
maximum flow rate shall be obtained for ascertaining the meter linearity and
repeatability within the specified limits.

8.2.6.4 The Ultrasonic meters shall be „wet flow calibrated‟ with natural gas and shall have
calibration certificate duly signed by weights and measures authority such as NMI,
PTB or other reputed National Standard laboratory such as Trans Canada
Calibrations, (TCC) Canada ,Colorado Engineering Experiment Station Inc.(CEESI)
USA ,South West Research Inc. (SWRI) USA,GAIL HAZIRA, Force Denmark
.Overall accuracy within ±0.3% shall be demonstrated for multi path type under flow
conditions .The meter proving system to be used by bidder shall be traceable to
international standards and uncertainty of meter proving system shall be furnished.
Gas metering system integration, testing, validation and including third party "wet'
calibrations (only for the ultrasonic meters with its associated upstream /
downstream meter runs) should be done in flow labs as detailed above.

Bidder to note that flow calibration laboratory shall be accredited as per ISO 17025
for flow calibration for entire range of operation and operating condition.

Wet flow calibration shall be performed at pressure and flow rate close to the
operating pressure and flow rate, depending upon the highest pressure and flow rate
available with the calibration facility.

8.2.6.5 The gas flow computer for use in custody transfer applications shall be certified by
laboratory / institutes authorized by weights and measures authorities such as NMI,
PTB, NIST, Measurement Canada or certification for custody transfer from
International Standard laboratories/ Institutes /bodies such as Pigsar, Trans Canada
Calibrations(TCC) Canada, Colorado Engineering Experiment Station Inc.(CEESI)
USA GOST, South West Research Inc. (SWRI) USA.

8.2.6.6 Bidder shall furnish the regulations of the certifying authority considered by him for
custody transfer applications. If other instruments are also needed to be certified as
per the regulations the same shall be complied.

8.2.6.7 Calibration Lab to provide all the diagnostic data collected during individual flow rate
verification/calibration of the meters as base data for future reference. Thus

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 212 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 32 of 46

diagnostic data for all seven points of calibration and two points verification run to be
provided along with the calibration certificate and as left calibration configuration.

8.2.6.8 Accuracy class of USM shall be 0.5 as per OIML R 137.OIML certificate as per new
OIML CS guidelines shall be provided. Meter without validated OIML CS certificate
is not acceptable.

8.3 TECHNICAL SPECIFICATION FOR TURBINE METER AND RPD METER

8.3.1 The turbine meter shall be axial flow type gas turbine meter in which the entire gas
stream passes through the turbine meter rotor.

8.3.2 The turbine metering of natural gas shall be designed, manufactured and tested, as
per AGA report no. 7. RPD Metering of natural gas shall be designed, manufactured
and tested as per EN 12480 or ANSI B109.3. For RPD meters, offered model shall
have PTR of minimum 1 year of successful operation in similar service.

8.3.3 Transmitter and other electrical accessories of Turbine meter and shall be suitable
for area classification. Enclosure of intrinsically safe system shall be weather proof
to IP 65. Explosion proof enclosure shall also be made weather proof as per NEMA
4 + 7.

8.3.4 Bidder shall furnish the sizing calculations to justify the selection of turbine meters/
RPD meters considering the density/compressibility of the given composition of the
gas. The sizing shall be done at the minimum operating pressure, maximum flow
and max operating temperature for determining the meter max. flow. Meter size shall
not be smaller than the size indicated in data sheet.

8.3.5 Bidder shall select the proper type and material of bearing for the service conditions
indicated.

8.3.6 The pulse generator shall be non-contact proximity switches mounted near turbine
wheel and reference wheel or non-contact type pulse pick up unit. The unit shall be
tropicalised hermetically sealed and shall be either intrinsically safe or explosion
proof as per data sheet. Further it shall be weatherproof to IP 65 minimum.

8.3.7 Turbine meter shall have LOCAL INDEX HEAD WITH mechanical/electronic 8-digit
totaliser. Electronic totaliser (when supplied in the data sheets) shall have LCD
indication and shall be complete with dry cell batteries for power lasting for one year.

8.3.8 The transmitter shall provide two separate output pulse. Transmitter shall be
mounted separate from the Turbine Meter or Bidder to bring pulse output to flow
computer.

8.3.9 The system shall be immune to RF/FM interferences in that area.

8.3.10 Straightening vanes shall be provided to eliminate swirls and cross current setup by
the pipe fittings, valves or regulators preceding the meter inlet piping. Straightening
vanes shall be according to AGA Report No-7. Straightening vanes shall be bundle
(19 tubes) of 316 SS tubes.

8.3.11 Bidder shall furnish pressure drop figures for turbine meter / RPD meter, flow
straightner at normal operating conditions and at max case.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 213 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 33 of 46

8.3.12 While selecting the meter, bidder to ensure that the fluid velocity in the turbine meter
shall not exceed 15 m/s.

8.3.13 Turbine meter/flow computer shall have a continuous monitoring feature for
detecting missing blades or bearing problems and to give alarm in such situation.

8.3.14 The meters shall be certified by weights and measures, and shall be calibrated to an
accuracy of 0.5% band (with gear adjustment of ± 0.1%). Bidder shall furnish the
documentary proof in support of the above along with certified calibration curve.
All meters selected shall be of field proven quality with respect to design, material
and application. Field mounted instruments shall be capable of working under high
ambient Temperature and environmental condition without any degradation in
accuracy and repeatability.

8.3.15 The pulse pick-up and transmitters shall comply with the principles of ISO 6551
„Cabled transmission of electric and/or electronic pulse data‟. At least security level
B and the checking facility of type P as defined by ISO 6551 shall be provided.

8.3.16 The turbine meter shall be calibrated with natural gas near operating pressure and
shall have following performance:

Range ability: 20: 1

Repeatability: ±0.1%

Linearity: For flow rates between 10% and 100% (of meter max.) at normal
pressure the calibration curve (min.7 points) shall be within an envelope of
0.5%.

For RPD meter minimum following performance specifications shall be followed:

Range ability: 100: 1

Repeatability: ±0.1%

Linearity: For flow rates between 10% and 100% (of meter max.) at normal
pressure the calibration curve (min.7 points) shall be within an envelope of
1%. For flow rates between 1% to10% (of meter max) shall be within an
envelope of 2%.

8.3.17 RPD Meter shall be axial flow type gas meter in which the entire gas stream shall
passes through the RPD meter rotor. Transmitter and other electrical accessories of
the RPD meter shall be suitable for the hazardous area classification. Ingress
protection shall be minimum IP65. Vendor shall furnish the sizing calculations of the
PD meter. Sizing shall be done at the minimum operating pressure with
compressibility factor 1.0. Maximum velocity shall be less than 20m/sec through the
PD meter. Maximum Velocity shall be clearly indicated in sizing submitted with offer.
Pressure drop to normal and maximum flow shall be clearly indicated.

Type of the meter, bearing and wet part materials shall be suitable for given service
conditions /fluid. Pulse generator shall be non-contact type pulse pick-up unit. The
Unit shall be tropicalized hermatically sealed. RPD meter shall have Local Index
Head with minimum mechanical/electronic 8 digit totalizer. The system shall be
immune to RF/FM interferences.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 214 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 34 of 46

RPD meter shall be certified by weight and measures approved and internationally
traceable laboratory. Vendor shall furnish the documentary proof in support of the
above requirements along with certified calibration curve. Offered RPD meter shall
be of field proven quality and having PTR of minimum 6 months of successful
operation in similar application and given ambient conditions. The pulse pick-up and
transmitters shall comply the ISO-6551 principles “Cabled transmission of electric
and/or electronic pulse data. RPD meters shall have one LF pulse and one HF pulse
on the meter head and shall be connected to flow computer. Restriction orifice shall
be provided downstream of RPD meter.

8.3.18 Certification and calibration

8.3.18.1 The gas flow computers shall be certified by a suitable authority of the country of
origin for use in custody transfer applications

8.3.18.2 The Bidder shall furnish the regulations of the certifying authority considered by him
for custody transfer applications. If other instruments are also needed to be certified
as per the regulations the same shall be complied.

8.3.18.3 Flow calibration shall be performed for at least seven points covering 2.2%, 5%,
10%, 25%, 50%, 75% and 100% of max flow and error curve shall be obtained. Test
medium shall be Natural Gas.

8.3.18.4 Bidder shall carryout performance test and certify the meter in combination with its
companion electronics. A recognized test facility with traceable reference
measurements shall be used. Flow test data at 7 points covering the minimum to the
maximum flow rate shall be obtained for ascertaining the meter linearity and
repeatability within the specified limits.

The Turbine flow meters and RPD meters shall be „flow calibrated‟ with natural gas
and shall have calibration certificate duly signed by weights and measures authority
such as NMI, PTB or other reputed National Standard laboratory such as Trans
Canada Calibrations, (TCC) Canada, Colorado Engineering Experiment Station
Inc.(CEESI) USA, South West Research Inc. (SWRI) USA,GAIL HAZIRA, Force
Denmark. Accuracy with wet flow calibration shall be demonstrated under flow
conditions in the turndown ratio of 1:10 for turbine meter and 1:100 for RPD meter.
The meter proving system to be used by bidder shall be traceable to international
standards and uncertainty of meter proving system shall be furnished. Gas metering
system integration, testing, validation and including third party "wet' calibrations
(only for the Turbine meters and supplied bundled tube flow conditioner/ straightner
shall be used during flow calibration) should be done in flow labs as detailed above.

8.4 TECHNICAL SPECIFICATIONS FOR CONTROL ROOM MOUNTED FLOW


COMPUTER

8.4.1 The flow computers shall be Microprocessor based, with digital display, data entry
keypad. Flow computer electronics shall be protected from industrial interferences;

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 215 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 35 of 46

shock and vibration proof and have low power supply consumption. Flow computer
shall comply to API MPMS Chapter 21.1 recommendations.

8.4.2 The gas flow computer for use in custody transfer applications shall be certified by
laboratory / institutes authorized by weights and measures authorities such as
NMI,PTB, NIST, Measurement Canada or certification for custody transfer from
International Standard laboratories/ Institutes /bodies such as Pigsar, Trans Canada
Calibrations (TCC) Canada, Colorado Engineering Experiment Station Inc.(CEESI)
USA GOST, South West Research Inc. (SWRI) USA.

8.4.3 The flow computers shall compute and display the instantaneous and totalized flow
rate for each stream corrected for pressure and temperature variations. The flow
computers receive data from the Gas Chromatograph for calculation of the Gross
Heating Value (GHV) and Net Heating Value (NHV) of the gas. The flow computers
shall be microprocessor based, with keypad and alphanumeric display with AGA
firmware for natural gas flow measurement. The flow computers shall be linked to
the client‟s SCADA/RTU for providing the flow measurements of the individual
stream runs and related process variables.

8.4.4 The Flow computer shall be configured to calculate Total Energy through the meter
directly by FC based on gas composition value.

8.4.5 The flow computer shall have provision of Audit trail/event log and there shall be no
provision for deleting the same from flow computer any circumstances.

8.4.6 Mounting shall be Flush panel type. General purpose enclosure.

8.4.7 POWER SUPPLY: Power supply of 230 V AC  10%, 50 Hz  3% UPS shall be


provided at single point. Further distribution or change in power supply to other
level/type as required shall be by bidder.

8.4.8 INPUT SIGNAL CAPABILITY:

a) Dual frequency/pulse signals from ultrasonic flow transmitter (meter mounted


electronics)

b) 4-20 mA D.C. (2 wire) superimposed with digital signal (HART protocol) from
„SMART‟ pressure transmitter representing line pressure.

c) For line temperature bidder shall take 4-wire RTD signal input directly to Flow
Computer (without using TT) using Quad cable (by bidder).

(b) & (c) shall be a part of intrinsically safe circuits. Transmitters shall have a
load driving capability of 600 ohm at 24 V D.C. Bidder to note this while
choosing the precision resistor inside the flow computer for converting 4-20 mA
signal to voltage signal. Maximum value of this resistor shall not exceed 250
ohm.

d) RS 485/422 MODBUS from ultrasonic flow meter electronics for meter


diagnostics and healthiness parameter.

e) Other standard inputs available.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 216 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 36 of 46

f) Discrete inputs from ultrasonic meter electronics

8.4.9 INTERFACE CAPABILITY WITH OTHER FOREIGN DEVICES:

Bidder shall provide serial links along with cables and connectors at both ends for all
the signals with MODBUS protocol.

8.4.9.1 WITH GAS CHROMATOGRAPH

Flow computers shall be interfaced with Gas chromatograph for feeding online gas
composition to flow computer through modbus serial link. Bidder shall be
responsible for proper integration of their flow computer with Gas chromatograph.
Bidder shall provide all necessary hardware, software etc. for the same. Flow
computer shall have facility for entering C6 +split ratio.

Where Gas chromatograph is not applicable as per P&ID, provision of interface of


Gas chromatograph shall be kept.

8.4.9.2 WITH RTU :

Flow computers shall be interfaced with GAIL‟s RTU for flow metering and gas
composition data such as gas temperature and pressure, energy flow rate and total
energy, corrected volumetric flow rate and total flow, last day‟s cumulative energy
and volume, current day‟s running volumetric total and energy total, volume and
energy integrated at 6 a.m., gas composition (C1, C2, C3, iC4, nC4, iC5, nC5, C6+,
Specific gravity, Calorific value, mol% of N2, CO2) etc. Bidder to note that SCADA
vendor shall provide RS 485 serial link at the RTUs for interfacing of intelligent
electronic devices like flow computers. For flow computer interface to RTU, bidder
shall accordingly provide RS 485 link (Modicon Modbus ASCII & RTU protocol
supporting IEEE single precision floating point no. with user configurable register).
The digital and analog data shall be made available to RTU (SCADA) and it shall be
mapped in the contiguous registers so that data can be fetched / written in minimum
transactions. Flow computer shall have provision to configure a IEEE floating point
in two 16 bit modbus register. Provision shall also be kept at flow computer for
writing data from RTU e.g. in some Flow computer there will be requirement of
downloading gas compositions, calorific value and flow set point etc. from RTU.

Bidder shall furnish all details like pin configuration and signal wise MODBUS
address mapping list etc. for smooth interfacing of this communication link with RTU
(SCADA).
Bidder shall also furnish the details of implemented MODBUS protocol like function
codes for read and write, CRC implementation, BCC implementation, register
addressing methods/mapping etc. during detail engineering for serial interfaces to
SCADA (RTU).

8.4.10 KEYPAD CAPABILITY:

The data entry keypad shall have the provision to enter the following:
(a) Base Pressure and base temperature

(b) Specific gravity and scaling factor

(c) Mol % or composition of the gas to be metered


Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 217 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 37 of 46

(d) Report headings, frequency and timing of reports

(e) Selection of parameter to be displayed and on-demand printing of reports

(f) Calorific value

(g) Flow, pressure, temperature and density values and give compensated flow for
any external conditions

(h) Gas Compressibility

(i) Other standard features available

(j) Atmospheric pressure, K-factor, Meter factor, Linearization curve, Flow set
point, selection of local/remote FCV set point, Selection of GCV/NCV for
Energy calculations.

Flow computers to be capable of simulation of various parameters by fixed inputs so


that validation of various algorithms as per AGA 9, AGA7, AGA8, AGA 10 ,ISO 6976
etc. can be done. Flow computer to have facility for user defined action in case of
failure of field inputs like Keypad/ Last Good value etc.

The flow computer shall have provision to enter default values of all inputs low/high
alarms for all inputs and shall be user configurable. The flow computer shall use the
default values in case any input goes beyond low/high limit. Keypad lock facility shall
be available

8.4.11 OUTPUT CAPABILITY:

(a) 4-20 mA compensated volume flow rate output & Flow set point ( as
external remote set point )for flow controller, energy rate (or mass flow rate),

(b) Contact alarms output for unit malfunction, process alarm etc. (3 nos.).

(c) RS 485 serial output link for telemetry link for all signals as specified (refer
clause No. 8.4.6.2 of this specification).

(d) RS232C serial link for owner‟s PC for reports

(e) Other standard outputs available (Minimum 2 nos. 4-20mA analog output for
pressure & temperature)

(Galvanic isolation is required for all inputs and outputs. Active isolators, as required,
shall be included by the bidder suitable for DIN rail mounting inside bidder supplied
control panel. 24 V DC for powering the isolators shall be distributed by bidder inside
their cabinet. Isolating relays shall be provided for potential free contact generation
from switched inputs)

8.4.12 COMPUTATIONAL CAPABILITY:

(a) Volume flow rate, volume today , volume yesterday ,Total volume counter .

(b) flow rate at standard, normal or operator specified base conditions (Sm3/hr)

(c) Integrated corrected volume.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 218 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 38 of 46

(d) Mass flow rate and integrated mass.

(e) Energy flow rate and integrated energy.

(f) Linearization of temperature input.

(g) Generation of standard and user defined reports at ticket printer. All reports
shall be user configurable.

(h) Co-efficient of deviation from ideal gas law as per AGA 8 on the basis of
specific gravity, temperature, pressure and mol % of N2 and CO2 and other
compositions for all flow computers. Compressibility to be calculated as per
AGA-8 detailed characterization method.

(i) Previous day‟s flow / energy (i.e. yesterday‟s 6.00 A.M total volume / energy to
today‟s 6.00 A.M total volume / energy) & current running total for the day (i.e.
volume tantalizer/ integrator value at 6.00 A.M from first day) to be stored in a
separate location (register) and these shall be user configurable.

(j) Today‟s accumulated flow /energy (running total since morning 6.00 A.M to
current time) and shall be user configurable.

(k) Generation of reports such as current/snapshot, hourly, shift wise, daily,


weekly, fortnightly & monthly intervals etc. shall be user configurable. .

(l) All the above data shall also be made available by bidder in the serial links to
RTU.

8.4.13 STANDARDS USED:

For the above, applicable standards are:


(a) AGA report 9 for flow rate and total flow for all tags for Ultrasonic meter
(b) AGA-8 Detailed characterization method to determine density, compressibility,
super compressibility factor etc. for flow computers
(c) AGA Report 5 / GPA 2145 & GPA 2172 (2009 version) / ISO6976 (user
configurable) for energy rate and integrated energy.

8.4.14 ENGINEERING UNITS:

Volume flow rate –MMSCMD, Sm3/hr;Mass - kg/hr ;Pressure - kg/cm2g, Barg


;Temperature - °C, °F ;Energy – Kcal /MMBTU / MCal / MJ (user User configurable
or configurable during FAT)

8.4.15 MEMORY TYPE: Non-Volatile

8.4.16 A/D AND D/A CONVERTORS:

Calculation accuracy shall be better than ± 0.05% of full scale including linearity,
hysteresis, repeatability and resolution. Accuracy for analogue inputs to be minimum
0.05% and for analogue outputs accuracy shall be minimum 0.1%.

8.4.17 SCAN PROCESSING TIME:

a) The interval between computer readings of Process variables shall not exceed
1 sec.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 219 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 39 of 46

b) The interval between each cycle for computation of instantaneous flow rate and
totalized flow shall be less than 1 sec.

c) Algorithm and rounding off error for computation shall be with in ± 0.001% of
computed value.

8.4.18 SECURITY:

One hardware and two software security levels shall be provided.

8.4.19 DISPLAY CAPABILITY:

The flow computer shall have the capability to display any two of the following
parameters at a time:

Uncompensated volume flow rate, Compensated volume flow rate, Integrated


volume (corrected and not corrected), Mass flow rate, Integrated mass,
Density/Specific gravity, Pressure, Temperature, Energy rate & total energy,
Complete gas composition, Calculated parameters (compressibility factor etc.),
Current accumulation, previous day accumulation, Data entry, Error codes, Selected
parameter codes, Alarms (process and systems) including diagnostic message,
Engg. units as per selected parameter, Other standard displays available, Custody
transfer flow computers shall have audit trail, All the above data shall also be made
available by bidder in the serial links to RTU.

8.4.20 DISPLAY TYPE: Alphanumeric LCD display

8.4.21 DIAGNOSTICS:

Flow computers shall have elaborate and sufficient on-line diagnostics to ascertain
accurate and proper functioning of the flow computer. Results of
diagnostics/checking shall be displayed. Facility for easy testing of the accuracy
shall be provided. Provision for high and low limit check for each input, sensor
break, saturation and alarms shall be provided.

8.5 PRESSURE SAFETY VALVES & CREEP RELEIF VALVES

8.5.1 All pressure relief valves shall be designed as per API 520(Latest edition).Flanged
Pressure Relief Valve shall be as per API 526(Latest edition).

8.5.2 The pressure relief valve shall meet the seat tightness requirement as per the API
527.
8.5.3 Pressure relief Valves on each filter sized for external fire case.

8.5.4 For Pressure Relief valve, Creep Relief valve, vendor to refer standard specification 6-
52-0026 attached with the MR.

8.6 METERING CONTROL PANELS

8.6.1 The prefabricated metering control panels shall be supplied and tested with all
items/instruments mounted and all wiring installed requiring only connection of field
wiring to terminal blocks provided for this purpose and inter-panel wiring in order to

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 220 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 40 of 46

commission the panels. Metering control panel free-standing type shall be supplied
for gas metering skids as per job specification for the respective stations.
8.6.2 Bidder shall be responsible for manufacture/ supply of all hardware and software
necessary to meet the functional requirements including Factory Testing and
Acceptance of the system, warranty, documentation, packing, forwarding,
transportation, custom clearance (as applicable), insurance, storage etc. of the
system.
8.6.3 Bidder shall supply free-standing type metering control panel (to be mounted at the
respective control room) along with all accessories for mounting the flow computers,
LEL Monitor, PID Controller (as applicable), indicators, barriers, isolators, relays,
termination blocks, 24 V DC power packs (as applicable), power supply distribution
etc. for flow metering and other analogue/ digital signals of the skid & also other
non-skid signals as per data sheet for control panels, standard specification and
following drawings attached in this requisition:
i) Panel front layout
ii) Power supply distribution
iii) Schematic diagram of scope division
iv) P&IDs as per P&ID index.

In addition to the SCADA (RTU) instrument signal indicated in the P&IDs, Bidder to
keep provision for termination etc. in Control Panels for 100 signals in Control
Panel for marshalling purpose. Necessary adequate number of terminal block on a
dedicated terminal strip in the Control Panel shall be provided by vendor.

Cable entry into the control panel shall be trough MCT blocks. MCT block shall be
sized considering metering skid cables and also for other cables as per
P&ID/drawing. No of cable entry shall finalised during detail engineering.

All terminals (TB) shall be screw less type.

8.6.4 Power Supply Distribution for Metering Control Panels: Power supply of 230 V
AC  10%, 50 Hz  3% UPS shall be made available by purchaser to bidder at a
single point near to the Metering control panel being supplied by bidder to be
installed in respective control room. Further distribution to all the equipments with all
items like MCBs, Bus Bars etc. shall be in bidder‟s scope. All the equipments offered
by bidder shall be suitable for the specified voltage variation. Power supply for
lighting the control room panels shall be 230 V AC, 50 Hz, non-UPS and purchaser
shall provide single feeder for the same.

8.6.5 Bidder shall also refer power supply distribution drawings attached along with this
requisition.
8.6.6 Bidder shall furnish power consumption details for each type of power supply
mentioned above.
8.6.7 Bidder shall supply two sets of soft copies of all as built drawings / documents/
programs, manuals etc. required as per Vendor Data Requirements.
8.6.8 Bidder shall be fully responsible for the manufacture in respect of proper design,
quality workmanship and operation of all the equipment, accessories, etc. supplied
by the bidder for the Metering Control panel.
8.6.9 It shall be obligatory on the part of bidder to modify and / or replace any hardware
and modify the operating, application and diagnostic software free of cost, in case

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 221 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 41 of 46

any malfunction is revealed even during on line operation after taking over by the
owner within the warranty period.
8.6.10 Factory Acceptance Test and Calibration of all items shall be carried out by the
bidder and fully compliant reports shall be furnished to Purchaser/EIL meeting the
complete requirements. Purchaser/EIL shall witness any or all items testing in
stages during manufacture and/or at final stage before shipment at the discretion of
Purchaser/EIL. No such items shall leave manufacturer‟s works without Factory
Acceptance Testing.
8.6.11 Bidder shall provide Commissioning Spares for the package and shall provide a
list of these spares. If however any additional spare is consumed during erection
and commissioning the same shall be provided free of cost by the bidder.
8.6.12 Bidder shall supply Consumable for duration of one year operation after acceptance
of the system. The price for the same shall be included in base offer.

8.7 HYDROCARBON (LEL) DETECTORS

8.7.1 Hydrocarbon detectors shall be used to monitor hydrocarbon gas leakages from the
equipments (like metering system, filters), valves, piping etc.

8.7.2 The 4-20mA analog output from each detector shall be taken to LEL Monitor to be
provided by bidder. The LEL monitor is to be mounted on Metering Control Panel
being supplied by bidder. The LEL Monitor shall be provided with provision for 10
nos. single channel.
8.7.3 LEL monitor shall be serially connected to GAIL SCADA/RTU system through
common serial link.
8.7.4 Construction and performance of hydrocarbon gas detection system shall be as per
BS EN-50054 and 50057.
8.7.5 The infra-red type LEL detectors shall be dual beam, dual wavelength type.

8.7.6 LEL detectors/transmitters shall be microprocessor based and shall be immune to


RF and EM interference.

8.7.7 LEL detectors shall be immune to catalytic poisons and sunlight

8.7.8 Heated optics shall be provided in the LEL detectors to avoid condensation on the
window/mirror in the detectors.

8.7.9 Bidder to indicate drift in the calibration of the LEL detectors.

8.7.10 All LEL detectors/transmitters shall be supplied pre-calibrated by the bidder either
with the gas to be sensed or by applying cross sensitivity factors to achieve an
installed accuracy of ± 2% LEL at site.

8.7.11 All calibration equipment required for site calibration of the detectors including
calibration gases (for 6 months use), gas cylinders, self regulating valves, pressure
gauges, hose, interconnection tubing, fitting etc., shall be supplied by the bidder.

8.7.12 Any special tool required for the maintenance of the system /detector head shall be
supplied by the bidder. The maintenance of any detector head/module should not
necessitate shutdown of total/partial detection system except those that are being
maintained.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 222 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 42 of 46

8.7.13 Lamps in the infra-red detectors shall be replaceable type. Lamp life shall be
minimum 5 years or better.

8.7.14 Infra-red detectors shall be compensated for lamp intensity variation due to dust,
variation in humidity etc.

8.7.15 All the supplied LEL detectors/transmitters shall be weather proof to IP 65.

8.7.16 Bidder to furnish calibration procedure for the LEL detectors/transmitters.

8.7.17 Response time of LEL detectors shall be indicated. Time lag caused by splash
deflectors/guards and dust filters shall be taken into consideration.

8.7.18 All mounting accessories/plates for mounting the LEL detectors/transmitters shall be
supplied by bidder.

8.7.19 One no. Portable purge Hydrocarbon calibrator complete with 20 liter volume bottle
of calibration gas of known gas/ air mixture, pressure regulator, adapter cap, flow
meter shall be provided for each station (total 8 nos.)

8.7.20 One set of portable gas detector shall be provided complete with its controller,
audio-visual alarm and shall be suitable for use in hazardous area for each station
(total 8 nos.)

8.7.21 Battery charger shall be provided for portable detector and which shall be
chargeable with 230 V AC.

9.0 TESTING AND INSPECTION

9.1 GENERAL

9.1.1 All materials and equipment shall be factory tested before shipment in the
presence of Purchaser‟s representative. No material shall be transported to site
until all required tests have been carried out and equipment is certified as ready for
shipment. Acceptance of equipment or the exemption of inspection or tests
thereof, shall in no way absolve bidder of the responsibility for delivering
equipments meeting the requirements of the specifications.

9.1.2 Bidder shall furnish

 Material test certificate, Hydrostatic test certificate for all line mounted
instruments on the skid.

 Certificates from statutory body for hazardous area approval for all electrical
items mounted on the skid.

9.1.3 Supplier shall perform the usual standard tests to maintain quality control
procedures. These test certificates shall be submitted for review before starting
inspection by Purchaser. Supplier shall be responsible for testing and complete
integration of the system. Detailed procedures of test and inspection shall be
submitted by the supplier for review before order and mutually agreed upon.

9.1.4 Bidder shall include inspection by EIL/ third party personnel at bidder‟s shop. For
this inspection, labour, consumable, equipment and utilities as required shall be in
bidder‟s scope.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 223 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 43 of 46

9.1.5 Other inspection and testing requirements shall be as per respective Standard
specifications of various instrument items.

9.2 SKID/Metering system:

The following tests shall be conducted for the skid

a. Hydro testing

b. Leak test of complete skid with Nitrogen.

c. Skid functional testing considering filtering, metering, pressure regulation,


limiting and safety characteristics.

d. Skid piping material testing and NDT of welds as per Piping material
specifications. Radiography/X-ray shall be carried out for all welded joints and
bidder shall furnish test certificate for the same. Dye-penetration test certificate
shall be provided for joints wherever radiography/x-ray is not possible.

e. Radiography/X-ray, Charpy impact testing for line mounted instrument items


such as Self actuated control valves, pressure relief valves, slam shut valves,
Ultrasonic meters and meter runs etc.

f. Testing and inspection requirements as specified in Static Equipment Inputs


for Gas filter equipment and Pipeline Engineering Inputs for skid piping
materials, attached elsewhere in the MR.

9.3 Instruments

The following tests shall be conducted for instruments:

9.3.1 Requirements of non destructive testing like radiography, magnetic particle test,
hardness test, hydro test, Charpy test for Self actuated control valves , pressure
relief valves, slam shut valves, Ultrasonic meters and meter runs shall be carried
out strictly as per following specification.

a) 100% radiography shall be carried out on all casting. Radiography procedure


and area of casting to be radiographed shall be as per ANSI B16.34 and
acceptance criteria shall be as per ANSI B16.34 Annexure B. Two shots shall
be taken for each area to be radiographed, as a minimum.
b) Radiography/X-ray shall be carried out for all welded joints and bidder shall
furnish test certificate for the same. Dye-penetration test certificate shall be
provided for joints wherever radiography/x-ray is not possible.
c) Each ultrasonic meter along with meter runs shall be subjected to hydrostatic
test with a pressure of 1.5 times the design pressure.
d) Charpy impact test on each heat of base material shall be conducted as per
A370 for all pressure containing parts such as body, end flanges and welding
ends as well as bolting material for pressure containing parts. Unless specified
otherwise, the Charpy impact test shall be conducted at 0C. The Charpy
impact test specimen shall be taken in the direction of principal grain flow and
notched perpendicular to the original surface of plate or forging. The minimum
average absorbed energy per set of three specimens shall be 27J with an
individual minimum per specimen of 22 J.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 224 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 44 of 46

9.3.2 Ultrasonic, RPD & Turbine flow meter, meter run, flow computer and
accessories shall be offered for pre-dispatch inspection to EIL and / or purchaser's
representatives.

a) Physical/ dimensional checks and workmanship.

b) Calibration including establishing linearity and repeatability over the entire


range.

c) Functional and simulation tests including checking of hardware and software


for Flow computers including ultrasonic flow meters with all its sub-systems
in fully integrated configuration.

d) All the panels along with all instruments mounted on it including flow
computers, indicators, receiver switches, barriers, isolators and accessories
etc.

e) Review of all certificates and test reports.

In the event the purchaser is unable to witness a test, the test shall anyway be
completed by the bidder and documents for the same shall be submitted for scrutiny
before shipment.

9.3.3 Following tests shall be carried out by bidder at his works and test certificates shall
be furnished:

a) Calibration / test certificates for all instruments. Calibration test reports for
ultrasonic meters duly signed and certified from the recognised National
laboratory / statutory weights and measures authority.
b) Statutory body certificates for instruments. Type test report for enclosure of
all electronics/electrical equipments.
c) Radiographic / Charpy test certificates for Ultrasonic meters and meter runs.
d) Material test certificate for all line mounted instruments.
e) Dimensional test report

9.3.4 In addition bidder shall also refer the inspection & testing requirements of the In
addition bidder shall also refer the standard specifications (Standard specification
for Ultrasonic flowmeter document no. 6-52-0011;Inspection & test plan for
Ultrasonic flowmeter document no. 6-81-2093; Inspection & test plan for Turbine
meter document no. 6-81-2009) attached to this requisition and follow the same.

9.3.5 Bidder shall include in his scope the shop inspection charges including factory
acceptance test for inspection by EIL and/or purchaser‟s representative at bidder‟s
works.

9.3.6 SLAM SHUT VALVES, PCVs, PRESSURE RELIEF VALVES

a. Testing to demonstrate set point accuracy and actuation time for Slam shut
valves

b. Testing to demonstrate set point accuracy for PCVs for the complete range of
pressure and flow conditions.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 225 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 45 of 46

c. Calibration certificate for Pressure relief valve set pressure

d. Seat tightness test for PCVs, Slam shut valve and pressure relief valves.

e. In addition bidder shall also refer the standard specifications (Standard


Inspection & test plan for PCV document no. 6-81-2079; Inspection & test plan for
Pressure relief valve document no. 6-81-2026) attached to this requisition and
follow the same.

9.3.7 FAT formats for Turbine, RPD, Ultrasonic based Metering Skid, Pressure reducing
Skid is attached in the MR (Refer Appendix A) need to be followed as a minimum
by the bidder for FAT testing.

9.3.8 SAT formats for Turbine, RPD, Ultrasonic based Metering Skid, Pressure
reducing Skid is attached in the MR (Refer CIMG-GD-1-2019-0003) need to be
followed as a minimum by the bidder for FAT testing..

10.0 DOCUMENTATION

10.1 Detailed drawings, data and catalogues required from the Bidder are indicated by the
PURCHASER in bidder data requirement sheet. The required number of reproducible
and prints should be dispatched to the address mentioned, adhering to the time limits
indicated.

10.2 Final drawings from the Bidder shall include dimensional details, weight, mounting
details and any other special requirements etc for the skids. All dimensions in
general shall be in millimeters.

10.3 Bidder shall furnish all manuals necessary to test, operate and maintain the system.

11.0 MISCELLANEOUS

11.1 NAMEPLATE IDENTIFICATION

In addition to the instruments and equipment nameplate, the structural skid shall be
supplied with a permanent, weather resistant, stainless steel nameplate affixed to the
skid, with the following details, as a minimum:

 Project title and number


 Owner and Owner name
 Equipment name and tag number
 Manufacturer‟s name and serial number
 Skid overall dimension data.
 Overall dimension data for metering system
 Skid weight data.
 Metering system weight data.

Each skid including all the instruments in the skid and also all other non-skid
instruments shall have a S.S nameplate attached firmly to it at a visible place
furnishing the following information:
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 226 of 1260


DOCUMENT No.
JOB SPECIFICATIONS FOR
GAS METERING SKIDS/GAS B035-000-16-51-SP-2943
PRESSURE REDUCINGSKIDS Rev.2
Page 46 of 46

 Tag number of the skid.

 Tag number of Instruments and filters as per purchaser's data sheets

 Body sizes in inches and the Valve Cv value or meter G rating

 Set pressure range and flow capacity of pressure safety valves

 Flow range

 Rating for all the individual instruments

 Manufacturer's name and model number

11.2 SHIPPING
Bidder shall indicate the shipping methodology for each, its size, weight and no. of
pieces.

11.3 REJECTION

Bidder shall make his offer in detail, with respect to every item of the
PURCHASER'S specification. Any offer not conforming to this shall be summarily
rejected.

11.4 PERFORMANCE GUARANTEE

a) The bidder shall guarantee that all work will be performed in accordance with
good and sound engineering and construction practices and within the
requirements of this specification. The equipment, accessories and all
materials supplied by the bidder shall be free from defects, shall be suitable for
the use for which they are intended and shall perform in accordance with the
requirements of this specification.

b) The bidder shall furnish a guarantee for the entire skid & gas metering system
package comprising of its entire component including instruments, piping,
valves, fittings, internals, etc., for a period of 12 months from the date of
commissioning or 24 months from the date of last shipment/despatch,
whichever is earlier.

c) The bidder shall take single point responsibility for the complete skid & gas
metering system, including the sub contractor supplied components, the
proprietary equipment and components included in skid & gas metering system
package and supplied loose in accordance with this specification.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 227 of 1260


DATA SHEET INDEX
REVISION/DATE
DATA SHEET NO DESCRIPTION 0 1 2
16/10/19
B035-000-YF-DS-0002 Ultrasonic Flowmeter for CGS Kolkata RT (Skid 034-M-3301)
B035-000-YF-DS-0003 16/10/19
Ultrasonic Flowmeter for FCI Sindri Spurline (Skid 021-M-1801)
B035-000-YF-DS-0004 Turbine Flowmeter for HFCDurgapur Spurline (Skid 027-M- 16/10/19
2201)
B035-000-YF-DS-0005 16/10/19
Turbine Flowmeter for CGS Jamshedpur RT (Skid 025-M-2101)
B035-000-YF-DS-0006 16/10/19
Turbine Flowmeter for SAIL Durgapur RT (Skid 032-M-2701)
B035-000-YF-DS-0007 16/10/19
RPD Flowmeter for CGS Kolkata RT (Skid 034-M-3301)
B035-000-YF-DS-0008 16/10/19
RPD Flowmeter for CGS Jamshedpur RT (Skid 025-M-2101)
16/10/19
B035-000-YI-DS-1001 Pressure Transmitter (Typical for on skid instruments)
Differential Pressure Instruments (Typical for on skid 16/10/19
B035-000-YI-DS-1002
instruments)
16/10/19
B035-000-YP-DS-1003 Pressure gauge (Typical for on skid instruments)
16/10/19
B035-000-YT-DS-4001 Temperature Gauge (Typical for on skid instruments)

Temperature Transmitter/Temperature Element(RTD) with 16/10/19


B035-000-YT-DS-4002
Thermowell (Typical for on skid instruments)
16/10/19
B035-000-YC-DS-3301 Control Valve (Typical for on skid instruments)
16/10/19
B035-000-YC-DS-1901 Slam Shut Valve (Typical for on skid instruments)

Pilot operated Self Actuated Pressure Control Valve. (Typical for 16/10/19
B035-000-YC-DS-1921
on skid instruments)
16/10/19
B035-000-YD-DS-0001 Gas Detection System

B035-000-YE-DS-5010 LEL Monitor 16/10/19

B035-000-YE-DS-5030 Receiver Instruments (Controller) 16/10/19

B035-000-YE-DS-5040 Receiver Instruments (Indicator) 16/10/19

B035-000-YE-DS-5050 IS barriers (Analog Input ) 16/10/19

B035-000-YE-DS-5051 IS barriers (Analog Output) 16/10/19

B035-000-YE-DS-5060 IS barriers (Digital Input) 16/10/19

B035-000-YE-DS-5080 Signal Isolators/distributors 16/10/19

B035-000-YE-DS-5100 Metering control Panel Datasheet 16/10/19

B035-000-YF-DS-5020 Upstream & Downstream meter runs for USM Flowmeter 16/10/19

B035-000-YF-DS-5021 Upstream & Downstream meter runs Turbine Flowmeter 16/10/19

Notes:

MR NO. B035-000-YF-MR-2943 05/01/2021 BO SR PKS


CLIENT: M/s GAIL DATE BY CHK APP
ENGINEERS INDIA LTD. PROJECT: DOBHI-DURGAPUR-HALDIA PIPELINE DATA SHEET NO. REV.
NEW DELHI VENDOR- B035-000-YF-ID-2943 0

This drawing and the design it covers 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, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower.

Page 228 of 1260


Ultrasonic Flow Meter Gas Service
UNITS: Flow> Gas– NM3/Hr Pressure> Kg/cm*2 G Temperature > Deg C Level/Length
1 Tag No. 3 nos. of Ultrasonic Flowmeter(2 Working + 1 Standby) for Train-
1 of Skid 034-M-3301
2 Line No.
General
3 Line Size; Schd/thickness *(Refer P&ID, PDS ),Sch-Refer PMS
4 Service Custody Transfer
5 Location CGS KOLKATA RT
6 Type Multipath (Minimum four path,Note-2)
7 End Connection: Size & Rating Facing & Finish 6'', ANSI 600# RF/125AARH

8 Flow Range *
9 Enclosure WP to IP65
10 Cable Entry ~
11 Body Material Carbon Steel or better
Flow Meter 12 Material- Transducer / Sensor / Sensor manifold SS 316

13 Bi-directional ~~
14 Radiography/Charpy test Required
15 Accuracy +/- 0.3 % of reading or better
16 Repeatability +/- 0.1% of reading

Pre-Amp 17 Type - 2 wire / 3 wire 2- Wire


18 Pre-Amplifier location Meter mounted
cum
19 Power Supply From Transmitter
Transmitter
20 Enclosure WP to IP65/NEMA-4X
21 Intrinsically Safe/ Ex-proof Flame Proof
22 Power Supply : Cable Entry 24 V DC : Note-1
23 Output RS485, Dual Pulse output
Transmiter 24 Enclosuer WP to IP65/NEMA-4X
25 Intrinsically Safe/ Ex-proof Flame Proof
26 Mounting Integral/Remote Mounted near meter (Note 3)
27 Flow Conditioner/Straightaining vane Required in Inlet Meter Run
28 Meter Runs Required, Inlet Run 10D+ 10D & Outlet Run 5D
29 Flow Computer Required(Note-7)
30 Interconnecting Cable :-
Options Transducer to Tansmitter Required
Transmitter to Flow Computer Required for Dual Pulse o/p & RS 485 signal
31 Retractable Probes Required
32 Flow Calibration Wet calibration is required with Natural Gas.
33 Pressure Tap on Meter Body Required 1/2" NPT
34 Fluid & State LEAN /RLNG/CBM GAS
35 Flow-Minimum
36 Flow- Normal 2 MMSCMD
37 Flow- Maximum 2.2 MMSCMD
Service 38 Pressure- Operating : Design 50-60 Kg/cm2g /92 Kg/cm2g
39 Temperature- Operating :Design 25-30 Deg C /65 deg C
Conditions 40 Molecular Weight | Density | 36-45 Kg/m3
41 Compressibility Factor 0.87-0.93
42 Viscosity CP 0.012-0.014
CP/CV 1.41-1.51
43 Element Pressure Drop Maximum 0.2 kg/cm2 (Note-8)
44 Area Classification -IEC Zone-1, GR.IIA & IIB,T3
Meter/ 45 Manufacturer *
Manufactur 46 Model No. - Meter / Transmitter *
er 47 - Flow Computer *
NOTES:
1.Transmitter shall be provided with separate cable entries for power supply, frequency pulse/output & serial RS 485 meter output. 6P X 1.5mm2 cable shall be provided
by vendor for the same.Accordingly suitable cable entry shall be provided.

2. Total no. of paths as decided by vendor should meet the accuracy and repeatability requirement specified. However minimum four paths are required.
3. Interconnecing cables( armoured type) and mounting accessories shall be supplied by vendor for the remote mounting of transmitter.
4. Pressure Transmitter and Temperature Transmitter shall be provided along with the meter.
5. RTD temperature element with thermowell shall be provided at downstream of meter as per AGA 9.
6. Accuracy & Repeatability specified are with flow calibration at high pressure.
7.1 nos. Flow Computer for each Flowmeter(total 3 nos. flow computer) shall be provided.
8. Maximum Pressure drop(including flow straightner) shall be considered.
9.2 working + 1 standby Flowmeter shall be provided by vendor for the above process conditions.
10.For other specification refer standard specification 6-52-0011,job specification for Gas metering system B035-000-16-51-SP-2943 attached with the MR.

* To be furnished by the vendor

MR NO :B035-000-YF-MR-2943 17.06.2020 BO SR PKS


CLIENT : M/S GAIL DATE BY CHK APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PROJECT:DOBHI-DURGAPUR-HALDIA PIPELINE REV
NEW DELHI
VENDOR- B035-000-YF-DS-0002 0
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that
they will not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 229 of 1260


Ultrasonic Flow Meter Gas Service
UNITS: Flow> Gas– NM3/Hr Pressure> Kg/cm*2 G Temperature > Deg C Level/Length
1 Tag No. 3 nos. of Ultrasonic Flowmeter(2 Working + 1 Standby) for Skid
021-M-1801
2 Line No.
General
3 Line Size & Schd/thickness *(Refer P&ID, PDS ),Sch-Refer PMS
4 Service Custody Transfer
5 Location AT TAP OFF POINT FOR FCI SINDRI SPURLINE
6 Type Multipath (Minimum four path,Note-2)
7 End Connection: Size & Rating Facing & Finish 6'', ANSI 600# RF/125AARH

8 Flow Range *
9 Enclosure WP to IP65
10 Cable Entry ~
11 Body Material Carbon Steel or better
Flow Meter 12 Material- Transducer / Sensor / Sensor manifold SS 316

13 Bi-directional ~~
14 Radiography/Charpy test Required
15 Accuracy +/- 0.3 % of reading or better
16 Repeatability +/- 0.1% of reading

Pre-Amp 17 Type - 2 wire / 3 wire 2- Wire


18 Pre-Amplifier location Meter mounted
cum
19 Power Supply From Transmitter
Transmitter
20 Enclosure WP to IP65/NEMA-4X
21 Intrinsically Safe/ Ex-proof Flame Proof
22 Power Supply : Cable Entry 24 V DC : Note-1
23 Output RS485, Dual Pulse output
Transmiter 24 Enclosuer WP to IP65/NEMA-4X
25 Intrinsically Safe/ Ex-proof Flame Proof
26 Mounting Integral/Remote Mounted near meter (Note 3)
27 Flow Conditioner/Straightaining vane Required in Inlet Meter Run
28 Meter Runs Required, Inlet Run 10D+ 10D & Outlet Run 5D
29 Flow Computer Required(Note-7)
30 Interconnecting Cable :-
Options Transducer to Tansmitter Required
Transmitter to Flow Computer Required for Dual Pulse o/p & RS 485 signal
31 Retractable Probes Required
32 Flow Calibration Wet calibration is required with Natural Gas.
33 Pressure Tap on Meter Body Required 1/2" NPT
34 Fluid & State LEAN /RLNG/CBM GAS
35 Flow-Minimum
36 Flow- Normal 2.2 MMSCMD
37 Flow- Maximum 2.42 MMSCMD
Service 38 Pressure- Operating : Design 60-65 Kg/cm2g /92 Kg/cm2g
39 Temperature- Operating :Design 25-30 Deg C /65 deg C
Conditions 40 Molecular Weight | Density | 36-45 Kg/m3
41 Compressibility Factor 0.87-0.93
42 Viscosity CP 0.012-0.014
CP/CV 1.41-1.51
43 Element Pressure Drop Maximum 0.2 kg/cm2 (Note-8)
44 Area Classification -IEC Zone-1, GR.IIA & IIB,T3
Meter/ 45 Manufacturer *
Manufactur 46 Model No. - Meter / Transmitter *
er 47 - Flow Computer *
NOTES:
1.Transmitter shall be provided with separate cable entries for power supply, frequency pulse/output & serial RS 485 meter output.6P X 1.5mm2 cable shall be provided
by vendor for the same.Accordingly suitable cable entry shall be provided.

2. Total no. of paths as decided by vendor should meet the accuracy and repeatability requirement specified. However minimum four paths are required.
3. Interconnecing cables( armoured type) and mounting accessories shall be supplied by vendor for the remote mounting of transmitter.
4. Pressure Transmitter and Temperature Transmitter shall be provided along with the meter.
5. RTD temperature element with thermowell shall be provided at downstream of meter as per AGA 9.
6. Accuracy & Repeatability specified are with flow calibration at high pressure.
7.1 nos. Flow Computer for each Flowmeter(total 3 nos. flow computer) shall be provided.
8. Maximum Pressure drop(including flow straightner) shall be considered.
9.2 working + 1 standby Flowmeter shall be provided by vendor for the above process conditions.
10.For other specification refer standard specification 6-52-0011,job specification for Gas metering system B035-000-16-51-SP-2943 attached with the MR.

* To be furnished by the vendor

MR NO :B035-000-YF-MR-2943 17.06.2020 BO SR PKS


CLIENT : M/S GAIL DATE BY CHK APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PROJECT:DOBHI-DURGAPUR-HALDIA PIPELINE REV
NEW DELHI
VENDOR- B035-000-YF-DS-0003 0
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that
they will not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 230 of 1260


Turbine Flow Meter at Tap Off Point for HFC DURGAPUR SPURLINE
UNITS: Flow -> Liquid Gas- MMSCMD Pressure -> Kg/cm2 g Temperature-> °C Level /length -> mm
2 nos. Turbine Meter(1 Working + 1 standby)
1 Tag No. For Skid No. 027-M-2201
2 Line No.
General 3 Line Size & Sch./Thickness *(Refer P&ID, PDS ),Sch-Refer PMS
4 Service Lean Gas/RLNG/CBM Gas, Custody transfer
5 Location At Tap off Point for HFC Durgapur Spurline
6 End Conn.:-Size:Size & Rating 4" ,ANSI,600#
7 -Facing & Finish RF 125 AARH
8 Pulses / m3 *
9 Flow Range *
10 Enclosure Weather Proof
11 Cable Entry Note-2
Meter 12 Material - Body Carbon Steel
13 Material - End Connection Flanged
14 - Rotor Aluminium
15 - Bearing Stainless Steel
16 - Other Wetted Parts Stainless Steel
17 Accuracy NOTE 1
18 Repeatability NOTE 1
19 Type - 2 wire / 3 wire 2- Wire
20 Pre - amplifier location Meter Mounted
21 Power Supply ¦ Cable Entry From Transmitter
Pre-amplifier 22
23 Enclosure Weather Proof to IP 65
24 Intrinsically Safe Yes
25 Flow Calibration Calibration is required with Natural Gas
26 Power Supply ¦ Cable Entry 24 V DC ¦ Note-2
27 Output Pulse (Dual)
Transmiter 28 Enclosure Weather Proof to IP 65
29 Intrinsically Safe Yes
30 Mounting Meter Mounted
31 Meter Runs Required , Inlet Run 10D & Outlet Run 5D
Options 32 Straigtening Vanes Required

33 Local Counter Required 8 Digit (Non Resettable)


34 Flow Computer Required(Note-7)
Options 35 Strainer ¦ Size & Mesh
(Gas Service) 36 Press. Tap on Meter Body Required
37 Lubricator with accessories Required
38 Fluid & State Lean Gas/RLNG/CBM Gas
39 Flow - Min ¦ Max | 0.5 MMSCMD
40 Flow - Normal 0.08 MMSCMD
41 Pressure - Oper. ¦ Design Refer Skid PDS
Service 42 Temp. °C - Min ¦ Oper. ¦ Design 25-30 | 65 Deg C
Cond- 43 Oper. S.G. ¦ Oper. Visc. (CP) / 0.012-0.014
itions 44 System Pressure Drop 1 Kg/cm2 g (Max., Note-2)
45 Gas - Mol Wt./Density 21-39 Kg/m3
46 Compressibility Factor 0.88-0.93
47 Cp/Cv 1.39-1.48
48
49 Area Classification Zone-1, GR.IIA & IIB,T3
50 Model No. - Meter *
51 - Transmitter *
52 - Pre-amplifier *
53 Remarks
NOTES:
1. Acuracy inclusive of linearity,repeatability,hystersis shall be better than +- 0.5 % of actual flow between 10% to 100% of maximum flow.
Repeatability shall be +/- 0.1% of reading.

2.6P X 1.5mm2 cable shall be provided by vendor from each turbine meter to control room.

3. The system pressure drop is inclusive of pressure drop across straightener


4. Mounting accessories shall be supplied by vendor for remote mounting of transmitter
5. Pressure and Temperature Transmitter shall be provided along with the meter.
6. RTD temperature element with thermowell shall be provided at downstream of meter as per AGA 7.
7. Accuracy & Repeatability specified are with flow calibration at high pressure.
8. 1 nos. Flow Computer for each Flowmeter(total 2 nos. flow computer) shall be provided.
9. For other specification refer standard specification 6-52-0009, Job Specification B035-000-16-51-SP-2943
"*" By Vendor

MR NO : B035-000-YF-MR-2943 17.06.2020 BO SR PKS


CLIENT: M/s GAIL DATE BY CHKD APPD
ENGINEERS Turbine
B035-00-YF-DS-0004 INDIA LIMITED
Meter - Copy,027-M-2201
PROJECT : DATA SHEET NO REV
DOBHI-DURGAPUR-HALDIA PIPELINE
NEW DELHI
VENDOR- B035-000-YF-DS-0004 0
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower.

Page 231 of 1260


Turbine Flow Meter at CGS Jamshedpur RT
UNITS: Flow -> Liquid Gas- MMSCMD Pressure -> Kg/cm2 g Temperature-> °C Level /length -> mm
2 nos. Turbine Meter(1 Working + 1 standby) for
1 Tag No. Train-1 of Skid No. 025-M-2101
2 Line No.
General 3 Line Size & Sch./Thickness *(Refer P&ID, PDS ),Sch.-Refer PMS
4 Service Lean Gas/RLNG/CBM Gas, Custody transfer
5 Location CGS Jamshedpur RT
6 End Conn.:-Size:Size & Rating 4" , ANSI,300#
7 -Facing & Finish RF 125 AARH
8 Pulses / m3 *
9 Flow Range *
10 Enclosure Weather Proof to IP 65
11 Cable Entry Note-2
Meter 12 Material - Body Carbon Steel
13 Material - End Connection Flanged
14 - Rotor Aluminium
15 - Bearing Stainless Steel
16 - Other Wetted Parts Stainless Steel
17 Accuracy NOTE 1
18 Repeatability NOTE 1
19 Type - 2 wire / 3 wire 2- Wire
20 Pre - amplifier location Meter Mounted
21 Power Supply ¦ Cable Entry From Transmitter
Pre-amplifier 22
23 Enclosure Weather Proof to IP 65
24 Intrinsically Safe Yes
25 Flow Calibration Calibration is required with Natural Gas
26 Power Supply ¦ Cable Entry 24 V DC ¦ Note-2
27 Output Pulse (Dual)
Transmiter 28 Enclosure Weather Proof to IP 65
29 Intrinsically Safe Yes
30 Mounting Meter Mounted
31 Meter Runs Required , Inlet Run 10D & Outlet Run 5D
Options 32 Straigtening Vanes Required

33 Local Counter Required 8 Digit (Non Resettable)


34 Flow Computer Required(refer note-7)
Options 35 Strainer ¦ Size & Mesh
(Gas Service) 36 Press. Tap on Meter Body Required
37 Lubricator with accessories Required
38 Fluid & State Lean Gas/RLNG/CBM Gas
39 Flow - Min ¦ Max | 0.275 MMSCMD
40 Flow - Normal 0.05 to 0.25 MMSCMD
41 Pressure - Oper. ¦ Design Refer Skid PDS
Service 42 Temp. °C - Min ¦ Oper. ¦ Design 25-30 | 65 Deg C
Cond- 43 Oper. S.G. ¦ Oper. Visc. (CP) / 0.012-0.014
itions 44 System Pressure Drop 1 Kg/cm2 g (Max., Note-3)
45 Gas - Mol Wt./Density 21-39 Kg/m3
46 Compressibility Factor 0.88-0.93
47 Cp/Cv 1.39-1.48
48
49 Area Classification Zone-1, GR.IIA & IIB,T3
50 Model No. - Meter *
51 - Transmitter *
52 - Pre-amplifier *
53 Remarks
NOTES:
1. Acuracy inclusive of linearity,repeatability,hystersis shall be better than +- 0.5 % of actual flow between 10% to 100% of maximum flow.
Repeatability shall be +/- 0.1% of reading.

2.6P X 1.5mm2 cable shall be provided by vendor from each turbine meter to control room.

3. The system pressure drop is inclusive of pressure drop across straightener


4. Mounting accessories shall be supplied by vendor for remote mounting of transmitter
5. Pressure and Temperature Transmitter shall be provided along with the meter.
6. RTD temperature element with thermowell shall be provided at downstream of meter as per AGA 7.
7. Accuracy & Repeatability specified are with flow calibration at high pressure.
8.1 nos. Flow Computer for each Flowmeter(total 2 nos. flow computer) shall be provided.
9. For other specification refer Job Specification B035-000-16-51-SP-2943.

"*" By Vendor
MR NO : B035-000-YF-MR-2943 17.06.2020 BO SR PKS
CLIENT: M/s GAIL DATE BY CHKD APPD
ENGINEERS INDIA LIMITED PROJECT : DATA SHEET NO REV
DOBHI-DURGAPUR-HALDIA PIPELINE
NEWTurbine
B035-00-YF-DS-0005 DELHI Meter,025-M-2101
VENDOR- B035-000-YF-DS-0005 0
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower.

Page 232 of 1260


Turbine Flow Meter at SAIL Durgapur RT
UNITS: Flow -> Liquid Gas- MMSCMD Pressure -> Kg/cm2 g Temperature-> °C Level /length -> mm
2 nos. Turbine Meter(1 Working + 1 standby)
1 Tag No. For Skid No. 032-M-2701
2 Line No.
General 3 Line Size & Sch./Thickness *(Refer P&ID, PDS ),Sch-Refer PMS
4 Service Lean Gas/RLNG/CBM Gas, Custody transfer
5 Location SAIL Durgapur RT
6 End Conn.:-Size:Size & Rating 6" , ANSI 150#
7 -Facing & Finish RF 125 AARH
8 Pulses / m3 *
9 Flow Range *
10 Enclosure Weather Proof
11 Cable Entry Note-2
Meter 12 Material - Body Carbon Steel
13 Material - End Connection Flanged
14 - Rotor Aluminium
15 - Bearing Stainless Steel
16 - Other Wetted Parts Stainless Steel
17 Accuracy NOTE 1
18 Repeatability NOTE 1
19 Type - 2 wire / 3 wire 2- Wire
20 Pre - amplifier location Meter Mounted
21 Power Supply ¦ Cable Entry From Transmitter
Pre-amplifier 22
23 Enclosure Weather Proof to IP 65
24 Intrinsically Safe Yes
25 Flow Calibration Calibration is required with Natural Gas
26 Power Supply ¦ Cable Entry 24 V DC ¦ Note-2
27 Output Pulse (Dual)
Transmiter 28 Enclosure Weather Proof to IP 65
29 Intrinsically Safe Yes
30 Mounting Meter Mounted
31 Meter Runs Required , Inlet Run 10D & Outlet Run 5D
Options 32 Straigtening Vanes Required

33 Local Counter Required 8 Digit (Non Resettable)


34 Flow Computer Required(Note-7)
Options 35 Strainer ¦ Size & Mesh
(Gas Service) 36 Press. Tap on Meter Body Required
37 Lubricator with accessories Required
38 Fluid & State Lean Gas/RLNG/CBM Gas
39 Flow - Min ¦ Max | 0.088 MMSCMD
40 Flow - Normal 0.08 MMSCMD
41 Pressure - Oper. ¦ Design Refer Skid PDS
Service 42 Temp. °C - Min ¦ Oper. ¦ Design 25-30 | 65 Deg C
Cond- 43 Oper. S.G. ¦ Oper. Visc. (CP) / 0.012-0.014
itions 44 System Pressure Drop 1 Kg/cm2 g (Max., Note-2)
45 Gas - Mol Wt./Density 21-39 Kg/m3
46 Compressibility Factor 0.88-0.93
47 Cp/Cv 1.39-1.48
48
49 Area Classification Zone-1, GR.IIA & IIB,T3
50 Model No. - Meter *
51 - Transmitter *
52 - Pre-amplifier *
53 Remarks
NOTES:
1. Acuracy inclusive of linearity,repeatability,hystersis shall be better than +- 0.5 % of actual flow between 10% to 100% of maximum flow.
Repeatability shall be +/- 0.1% of reading.
2.6P X 1.5mm2 cable shall be provided by vendor from each turbine meter to control room.

3. The system pressure drop is inclusive of pressure drop across straightener


3. Mounting accessories shall be supplied by vendor for remote mounting of transmitter
4. Pressure and Temperature Transmitter shall be provided along with the meter.
5. RTD temperature element with thermowell shall be provided at downstream of meter as per AGA 7.
6. Accuracy & Repeatability specified are with flow calibration at high pressure.
7. 1 nos. Flow Computer for each Flowmeter(total 2 nos. flow computer) shall be provided.
8. For other specification refer standard specification 6-52-0009, Job Specification B035-000-16-51-SP-2943.

"*" By Vendor

MR NO : B035-000-YF-MR-2943 17.06.2020 BO SR PKS


CLIENT: M/s GAIL DATE BY CHKD APPD
ENGINEERS INDIA LIMITED PROJECT : DATA SHEET NO REV
DOBHI-DURGAPUR-HALDIA PIPELINE
B035-00-YF-DS-0006
NEWTurbine
DELHI Meter,032-M-2701
VENDOR- B035-000-YF-DS-0006 0
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower.

Page 233 of 1260


RPD Flow Meters at CGS Kolkata RT
UNITS: Flow -> Liquid Gas- MMSCMD Pressure -> Kg/cm2 g Temperature-> °C Level /length -> mm
2 nos. RPD Meter(1 Working + 1 standby) For
1 Tag No. Train-2 Skid No. 034-M-3301
2 Line No.
General 3 Line Size & Sch./Thickness * (Refer P&ID, PDS) , Sch-Refer PMS
4 Service Lean Gas/RLNG/CBM Gas, Custody transfer
5 Location CGS Kolkata RT
6 End Conn.:-Size:Size & Rating 2" ANSI, 300#
7 -Facing & Finish RF 125 AARH
8 Pulses / m3 * (LF & HF)
9 Flow Range *
10 Enclosure Weather Proof IP-65 minimum
11 Cable Entry Note-2
Meter 12 Material - Body Carbon Steel / Equivalent
13 Material - End Connection Flanged (material as per PMS/ equivalent)
14 - Impeller & Shaft SS316/ Alloy steel (High grade) with synthetic Elastomers
15 - Bearing SS316
16 - Other Wetted Parts SS316
17 Linearity NOTE 1
18 Repeatability NOTE 1
19 Type - 2 wire / 3 wire 2- Wire
20 Pre - amplifier location Field
21 Power Supply ¦ Cable Entry 24V DC from Flow computer
Pre-amplifier 22
23 Enclosure Weather Proof to IP 65
24 Intrinsically Safe Yes
25 Flow Calibration Required
26 Power Supply ¦ Cable Entry 24 V DC ¦ Note-2
27 Output Pulses
Pulser/ Transmiter
28 Enclosure Weather Proof to IP 65
29 Intrinsically Safe Yes
30 Mounting Integral Meter Mounted
31 - -
Options 32 - -
33 Local Counter Required 8 digit, Mechanical, non resettable
34 Flow Computer Required(Not-8)
Options 35 Strainer ¦ Size & Mesh *
(Gas Service) 36 Press. Tap on Meter Body Required
37 Lubricator with accessories Required
38 Fluid & State Lean Gas/RLNG/CBM, GAS
39 Flow - Min ¦ Max ¦ 0.055 MMSCMD
40 Flow - Normal 0.005 to 0.05 MMSCMD
41 Pressure - Oper. ¦ Design Refer Skid PDS
Service 42 Temp. °C - Min ¦ Oper. ¦ Design 25-30 | 65 Deg C
Cond- 43 Oper. S.G. ¦ Oper. Visc. (CP) / 0.012-0.014
itions 44 System Pressure Drop 1 Kg/cm2 g (Max., Note-2)
45 Gas - Mol Wt./Density 21-39 Kg/m3
46 Compressibility Factor 0.88-0.93
47 Cp/Cv 1.39-1.48
48
49 Area Classification Zone-1, GR.IIA & IIB,T3
50 Model No. - Meter *
51 - Pulser *
52 - Pre-amplifier *
53 Remarks
NOTES:
1. Linearity shall be with in envelope of 1% of reading for flow rates between 10% to 100% of the meter maximum and 2% for flow rates between 1% to
10% at normal pressure . Repeatability shall be +/- 0.1% of reading. Rangeability of the meter shall be minimum 100:1.
2.6P X 1.5mm2 cable shall be provided by vendor from each turbine meter to control room.

3. The system pressure drop includes pressure drop across straightener and RPD meter.
4. Design of RPD meter shall be as per EN 12480/OIML R32/ASME B109.3. Vendor shall provide the meter sizing as per process data sheet.
5. Pressure and Temperature Transmitter shall be provided along with the meter.
6. RTD temperature element with thermowell shall be provided at downstream of meter.
7. Accuracy & Repeatability specified are with flow calibration at high pressure.
8. 1 nos. Flow Computer for each Flowmeter(total 2 nos. flow computer) shall be provided.
9. Vendor shall supply 'first fill + 10 fills' lubricant along with each RPD meter.
10. For other specification refer Job Specification B035-000-16-51-SP-2943

"*" By Vendor
MR NO : B035-000-YF-MR-2943 17.06.2020 BO SR PKS
CLIENT: M/s GAIL DATE BY CHKD APPD
ENGINEERS INDIA LIMITED Project : DATA SHEET NO REV
B035-000-YF-DS-0007 DOBHI-DURGAPUR-HALDIA PIPELINE
NEW RPD Meter,34-M-3301
DELHI
VENDOR- B035-000-YF-DS-0007 0
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower.

Page 234 of 1260


RPD Flow Meters at CGS Jamshedpur RT
UNITS: Flow -> Liquid Gas- MMSCMD Pressure -> Kg/cm2 g Temperature-> °C Level /length -> mm
2 nos. RPD Meter(1 Working + 1 standby) For
1 Tag No. Train-2 of Skid No. 025-M-2101
2 Line No.
General 3 Line Size & Sch./Thickness * (Refer P&ID, PDS) , Sch-Refer PMS
4 Service Lean Gas/RLNG/CBM Gas, Custody transfer
5 Location CGS Jamshedpur RT
6 End Conn.:-Size:Size & Rating 2" ANSI, 300#
7 -Facing & Finish RF 125 AARH
8 Pulses / m3 * (LF & HF)
9 Flow Range *
10 Enclosure Weather Proof IP-65 minimum
11 Cable Entry 1/2" NPT
Meter 12 Material - Body Carbon Steel / Equivalent
13 Material - End Connection Flanged (material as per PMS/ equivalent)
14 - Impeller & Shaft SS316/ Alloy steel (High grade) with synthetic Elastomers
15 - Bearing SS316
16 - Other Wetted Parts SS316
17 Linearity NOTE 1
18 Repeatability NOTE 1
19 Type - 2 wire / 3 wire 2- Wire
20 Pre - amplifier location Field
21 Power Supply ¦ Cable Entry 24V DC from Flow computer
Pre-amplifier 22
23 Enclosure Weather Proof to IP 65
24 Intrinsically Safe Yes
25 Flow Calibration Required
26 Power Supply ¦ Cable Entry 24 V DC ¦ Refer Note-2
27 Output Pulses
Pulser/ Transmiter
28 Enclosure Weather Proof to IP 65
29 Intrinsically Safe Yes
30 Mounting Integral Meter Mounted
31 - -
Options 32 - -
33 Local Counter Required 8 digit, Mechanical, non resettable
34 Flow Computer Required(Not-8)
Options 35 Strainer ¦ Size & Mesh *
(Gas Service) 36 Press. Tap on Meter Body Required
37 Lubricator with accessories Required
38 Fluid & State Lean Gas/RLNG/CBM, GAS
39 Flow - Min ¦ Max ¦ 0.055 MMSCMD
40 Flow - Normal 0.005 to 0.05 MMSCMD
41 Pressure - Oper. ¦ Design Refer Skid PDS
Service 42 Temp. °C - Min ¦ Oper. ¦ Design 25-30 | 65 Deg C
Cond- 43 Oper. S.G. ¦ Oper. Visc. (CP) / 0.012-0.014
itions 44 System Pressure Drop 1 Kg/cm2 g (Max., Note-3)
45 Gas - Mol Wt./Density 21-39 Kg/m3
46 Compressibility Factor 0.88-0.93
47 Cp/Cv 1.39-1.48
48
49 Area Classification Zone-1, GR.IIA & IIB,T3
50 Model No. - Meter *
51 - Pulser *
52 - Pre-amplifier *
53 Remarks
NOTES:
1. Linearity shall be with in envelope of 1% of reading for flow rates between 10% to 100% of the meter maximum and 2% for flow rates between 1% to
10% at normal pressure . Repeatability shall be +/- 0.1% of reading. Rangeability of the meter shall be minimum 100:1.
2.6P X 1.5mm2 cable shall be provided by vendor from each turbine meter to control room.

3. The system pressure drop includes pressure drop across straightener and RPD meter.
4. Design of RPD meter shall be as per EN 12480/OIML R32/ASME B109.3. Vendor shall provide the meter sizing as per process data sheet.
5. Pressure and Temperature Transmitter shall be provided along with the meter.
6. RTD temperature element with thermowell shall be provided at downstream of meter.
7. Accuracy & Repeatability specified are with flow calibration at high pressure.
8. 1 nos. Flow Computer for each Flowmeter(total 2 nos. flow computer) shall be provided.
9. Vendor shall supply 'first fill + 10 fills' lubricant along with each RPD meter.
10 For other specification refer Job Specification B035-000-16-51-SP-2943

"*" By Vendor
MR NO : B035-000-YF-MR-2943 17.06.2020 BO SR PKS
CLIENT: M/s GAIL DATE BY CHKD APPD
ENGINEERS INDIA LIMITED Project : DATA SHEET NO REV
B035-000-YF-DS-000 DOBHI-DURGAPUR-HALDIA PIPELINE
NEW8RPD Meter,25-M-2101
DELHI
VENDOR- B035-000-YF-DS-0008 0
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower.

Page 235 of 1260


Pressure Instruments (Typical for On skid Instruments)
UNITS: Flow -> Liquid - Kg/hr Gas - MMSCMD Pressure -> Kg/cm²G Temperature-> °C Level /length -> mm
GENERAL MEASURING UNIT
1. Function:- Transmit and Indicate 23. Service:- Pressure measurement
2. Type:- Electronic SMART with HART protocol 24. Element:- Diaphragm
3. Case:- Manufacturer Std 25. Body Material:- SS316
4. Mounting:- Yoke (2" NB Pipe Mounting) 26. Element Material:- SS316L
5. Electrical Area Classification IEC Zone-I, GR IIA/IIB T3 27. Process Connection. 1/2"NPTF
6. Enclosure:- Weather-proof to IP 65 as per IS-13947 28. Process Connection Location Bottom
7. Hazardous area protection:- Intrinsically safe (Note 4) 29. Diaphragm Seal: NA
8. Air Supply:- NA Wetted Parts Material
9. Power Supply:- - Other Material:-
10. Cable Entry:- 1/2" NPTF (Two no) Process Conn.:
11. Accuracy:- Note-7 Size & Rating:-
Facing & Finish:-
11.a Repeatability Note-7 Capillary Material:-
TRANSMITTER Capillary Length:-
12. Output 4-20mA DC (Note 1&2) Flush./Fill. Conn. With Plug:-
13. Trans.Power Supply:- 24VDC (Two Wire) 30. Static Pressure Rating :- Note-8
CONTROLLER
14. Output:- -
15. A/M Switch:- - OPTION
No. of Positions:- - a) 3-Valve manifold :
16. Set Point Adjusment:- - b) Integral Orifice :
17. Manual Regulator:- - c) Air filter Regulator :
18. Mode:- d) Intrinsically safe O/P meter : Required
RECORDER e) Mounting Accessories for 2" pipe mounting : Required
19. Chart & Chart Drive:- - (Bracket, U Bolts & Nuts suitable)
20. Moving Parts Material - Control Modes:
21. Chart Speed:- - P-Proportional :%
I-Integral rep/min
D-Derivative rep/min
Operating Maximum Maximum Range
Tag Number Pressure Pressure Temp. Deg Service Fluid Remark
Span Set
kg/Cm2 kg/Cm2 C
XXX-PT-XXXX # # # * # #

NOTES:-
* - BY VENDOR # Refer process datasheet of metering skid

1 Transmitter shall be suitable for an external loop resistance of at least 600 ohms when powered with 24V DC from control rom.
2 Output 4 - 20 mA shall be superimposed on digital signal.
3 Digital Communication shall be possible with hand held communicator.
4 All transmitter shall have PESO / CCOE approval certificate.
5 Intrinsic safe output meter (integral with transmitter) shall be provided for all tags.
6 Vendor shall also refer standard specification number 6-52-0032 enclosed herewith.
7 Accuracy & repeatability of transmitter shall be as per 6-52-0032 attached with MR.
8 Overrange protection of transmitter shall be as per 6-52-0032 attached with MR.

FILE: MR NO: B035-000-YF-MR-2943 17.06.2020 BO SR PKS


CLIENT : M/s GAIL DATE BY CHKD APPD
ENGINEERS INDIA LIMITED
NEW DELHI PROJECT : DOBHI-DURGAPUR-HALDIA PIPELINE DATA SHEET NO. REV

VENDOR : B035-000-YI-DS-1001 0
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 236 of 1260


Differential Pressure Instruments (Typical for on skid Instruments)
UNITS: Flow> Liquid m*3/hr Gas> MMSCMD Pressure> Kg/cm2 G Temperature > Deg C Level/Length-mm

General Measuring Unit

1. Function : Transmit and Indicate


2. Type : Electronic, smart with HART protocol 24. Service : Differential Pressure measurement
3. Case : Manufacture standard 25. Element: : Diaphragm
4. Mounting : Yoke (2” NB Pipe mounting) 26. Body Material : SS 316
5. Electrical area classification : Zone-1, GR IIA/IIB, T3 27. Element Material : SS 316L
6. Enclosure : WP to IP-65 28. Process Connection : ½” NPTF
7. Hazardous area protection : Intrinsically safe (Note 6) Process connection location : Bottom
8. Air Supply : N/A 29. Diaphragm Seal : N/A
9. Power Supply : Type :
10. Cable Entry : ½” NPTF Wetted parts material :
11. Accuracy : Refer Note-7 Process connection size :
11.a) Repeatability : Refer Note-7 Facing and finish :
Capillary material :
Transmitter Flushing/filling connection :

13. Output : 4-20 mA DC (Note-1 & 2)


14. Transmitter Power supply : 24 V DC (Two Wire) 30. Static Pressure Rating : Note 5
31. Options
Controller
a. 3-valve manifold
15. Out put : b. Integral orifice
16. A/M Switch : c. Air filter Regulator
No of Positions : d. Intrinsically safe O/P meter : Required
17. Set point Adjustment : e. Mounting Accessories
18. Manual regulator : (Bracket, U Bolts & Nuts suitable)
19. Mode : for 2” pipe mounting : Required
20. Chart : f) CCOE Approval : Required
21. Chart Drive : Control modes:
22. Moving parts Material :
23. Chart Speed : P-Proportional %
I-Integral rep/min
D-Derivative rep/min
Range Zero Zero Max
Design
Tag No Span Set Elevation Suppression Temp Fluid Service Remarks
pressure
In H2O In H2O ºC
XXX-DPT-xxxx # # #

Notes: “* “- By Vendor # Refer Process Datasheet of Metering Skid

1. Transmitter shall be suitable for external loop resistance of at least 600 ohms when powered with 24 V DC.
2. Output 4-20 mA shall be superimposed on digital signal with HART Protocol.
3. Digital communication shall be possible with hand held communicator.
4. Integral intrinsic safe output meter (LCD type) shall be provided for all transmitters.
5. Over range protection shall be suitable for maximum pressure or 130% of range, whichever is higher.
6. PESO /CCOE approval certificate shall be provided for transmitter
7. Accuracy & Repeatability of the Transmitter shall be as per standard specifications 6-52-0032 attached with the MR.
8. Over range protection of the Transmitter shall be as per standard specifications 6-52-0032 attached with the MR

MR NO : B035-000-YF-MR-2943 17.06.2020 BO SR PKS

CLIENT : M/s GAIL DATE BY CHK APP

ENGINEERS INDIA PROJECT : DOBHI-DURGAPUR-HALDIA


DATA SHEET NO. REV.
LTD. PIPELINE
NEW DELHI 0
VENDOR : B035-000-YI-DS-1002
This drawing and the design it covers 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, nor
used except in the limited way and private use permitted by any written consent given by lender to the borrower.

Page 237 of 1260


PRESSURE GAUGES (Typical for on skid Instruments)
UNITS: Flow: Liquid m*3/hr, Gas-MMSCMD Pressure: Kg/Cm²g Temperature: Deg C Level/Length: mm
13. Connection : ½” NPTM
1. Type : Direct Connection location : BOTTOM

2. Mounting : Local 14. Movement : SS 316

3. Dial size : 150 mm 15. Diaphragm seal : Not required


Colour : White with black numerals. Type :
Wetted parts marl :
4. Case Material : Die-cast Aluminium Process conn size & rating :
Facing and finish :
5. Bezel ring : Screwed Capillary material :
Flushing/filling connection :
6. Window material : Shatterproof Glass
16. Over range protection : Note. 2
7. Enclosure : Weatherproof to IP-65
17. Blow out protection : Required
8. Pressure Element : Bourdon
18. Options
9. Element material : SS 316
A Snubber
10. Socket material : SS 316 B Gauge saver
C Syphon
11. Accuracy : ±1% OF FSD D Liquid filled casing
E Solid front
12. Zero adjustment : Micrometer pointer F 2 way, 3 valve manifold : Required

Maximum
Operating Maximum
Tag No Range Temp Fluid Service Options
pressure pressure
ºC
XXX-PI-xxxx * # # # #

“*” By Vendor ‘’ #’’ Refer Process Datasheet of Metering Skid


Notes
1. Range shall be selected such a way that operating pressure shall be in middle one third of range. If maximum pressure is above than range, gauge saver
shall be provided.
2. Solid front type shall be provided for the gauges above 60 kg/cm² g operating pressure.
3. Over range protection shall be suitable for maximum pressure or 130% of range, whichever is higher.
4. Vendor shall also refer standard specification number 6-52-0016 enclosed with the MR.

MR NO: B035-000-YF-MR-2943 17.06.2020 BO SR PKS


PROJECT : DOBHI-DURGAPUR-HALDIA PIPELINE DATE BY CHK APP
EN ENGINEERS INDIA LTD. CLIENT : M/S GAIL DATA SHEET NO. REV.
NEW DELHI VENDOR : B035-000-YP-DS-1003 0
This drawing and the design it covers 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,
nor used excePI in the limited way and private use permitted by any written consent given by lender to the borrower.

Page 238 of 1260


Temperature Gauges(Typical for On Skid instruments)
UNITS: Flow->Liquid-m3/hr Gas- MMSCMD Pressure-> KG/CM2 G Temperature->°C Level / Length-> mm
1. Type :- BI-METALLIC FILLED SYSTEM
2. Well :- REQUIRED 15. SAMA Class :-
15.1. Compensation :-
3. Mounting :- DIRECT
16. Bulb Type :-
4. Dial Size 150 mm 16.1. Bulb Material :-
5. Colour :- WHITE WITH BLACK MARKING 16.2. Bulb Union Threaded to :-
6. Case Material :- SS 316 16.3. Bulb Extension Type :-
7. Window Material :- SHATTER PROOF GLASS 16.4 . Bulb Dia. :-
8. Connection Location :- ALL ANGLE ROTATABLE 17. Capillary Material :-
18. Armour Flexible :-
9. Accuracy :- ±1% OF FSD 19. Armour Material :-
10. Enclosure :- WEATHER PROOF 20. Capillary Length :-
10.1. Enclosure Class :- IP65 AS PER IEC 60529
21. Over Range Protection :- Note-2
11. Zero Adjustment Screw:- EXTERNAL ZERO ADJUSTMENT
THERMOWELL
BIMETAL
22. Material :- SS316
12. Stem : 23. Construction :- DRILLED BAR STOCK
Type :- ADJUSTABLE UNION 24. Process Connection :- 1 1/2" FLANGED
Material :- SS 316 25. Gauge Connection :- 1/2" NPTF
Size :- 1/2" NPT(M) 26. Thermowell As Per Drawing :- 7-52-035
27. Options :
13. Stem Diameter :- TO SUIT WELL a ) Liquid filled Casing
28. Model No. *
14. Zero Adjustment :-

TEMPERATURE WELL DIM. Flange


Tag Number RANGE Service Options
NOR. MAX. U T Material Rating, Facing, Finish

xxx-TI-xxxx * # # * * ASTM A 350 GR .LF2 CL.1 * #

NOTES:-
* By Vendor #Refer process datasheet of metering skid
1. The thermowell welding shall be full penetration type.
2. Overrange protection shall be as per standard specifications 6-52-0021 attached with MR.
3. All other specification shall be as per standard specifications 6-52-0021 attached with the MR.

MR NO. B035-000-YF-MR-2943 17.06.2020 BO SR PKS


CLIENT : M/s GAIL DATE BY CHKD APPD
ENGINEERS INDIA LIMITED
NEW DELHI DATA SHEET NO. REV
PROJECT : DOBHI-DURGAPUR-HALDIA PIPELINE

VENDOR : B035-000-YT-DS-4001 0
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
B035-000-YT-DS-4001
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 239 of 1260


Temperature Transmitters, Resistance Temperature Detector with Thermowell.(Typical for on skid
Instruments)
UNITS: Flow -> Liquid - Kg/hr Gas - MMSCMD Pressure -> Kg/cm²G Temperature-> °C Level /length -> mm
GENERAL MEASURING UNIT
1. Function:- Transmitter and Indication 17. Assembly as per Dwg:- 7-52-036
2. Type:- Electronic SMART 18 Number of Elements:- Duplex
3. Case:- Manufacturer Standard 19. Caliberation As per IEC-60751-2
4. Mounting:- Yoke,remote(Note-7) 20 Element material :- Platinum
5. Enclosure:- Weather-proof 21. Resistance at Zero Degree C:- 100 ohms
Enclosure Class:- IP-65 as per IS-13947 22. Leads :- Mineral Insulated
6. Electrical Area Classification IEC ZONE I,Gr, IIA, IIB, T3 23. Seath O.D :- *
7. Intrinsically Safe:- Yes Required 24. Seath Material :- SS 316
25. Nipple & Union Material :- Cad. Plated Carbon Steel
8. Power Supply:- 26. Number of Wires :- Four Wire, Class A Type
8.1. Power Supply for Transmitter :- 24VDC 27. Head Cover Type :- Screwed Cap and SS Chain
9 . Cable Entry:- 1/2"NPTF (2 nos.)(Note-4) 28. Cable Entry Type :- 1/2" NPTF
10. Accuracy:- Note-8 29. Number of Entries One
11. Repeatability:- Note-8 30. Enclosure Type :- Weatherproof to IP65 as IS 13947
12. Service 31 Head Material Cast Aluminium
TRANSMITTER
13. Output 4-20mA THERMOWELL
14. Trans.Power Supply:- 24VDC ( 2 wire)
15. Service Temperature Measurement 31. Material :- SS 316
16. Element RTD 32. Construction :- Drilled Barstock
33. Process Connection :- 1 1/2" Flanged
34. Instrument Connection :- 1/2" NPT
35. Thermowell As Per Dwg :- 7-52-035 (Sht 2/2)

ELEMENT TEMPERATURE 0C WELL DIM. FLANGE


Tag Number LENGTH LOCATION RANGE SET
NOR. MAX. U T MATERIAL RATING,FACE,FINISH
(mm)
XXX-TE/TT-XXXX * # # ASTM A350 GR. #
LF2 CL.1

NOTES:-
* By Vendor #Refer process datasheet of metering skid

1. 3 wire RTD element shall be connected to the remote mounted temperature transmitter.
2. Refer standard specification 6-52-42 for RTD element and thermowells..
3. RTD shall be PT-100
4. 2 nos. cable entries shall be provided .
5. Maximum temperature indicated in datasheet is design temperature.
6. PESO/ CCOE approval certificate is required for temperature transmitter.
7. Mounting accessories for 2'' NB pipe mounting shall be provided by vendor.
8. Accuracy & repeatability of the transmitters shall be as per standard specification 6-52-0032 attached with the MR.
9. All other specification for temperature transmitters shall be as per standard specification 6-52-0032 attached with the MR.

MR NO: B035-000-YF-MR-2943 17.06.2020 BO SR PKS


CLIENT : M/s GAIL DATE BY CHKD APPD
ENGINEERS INDIA LIMITED
NEW DELHI PROJECT :DOBHI-DURGAPUR-HALDIA PIPELINE DATA SHEET NO. REV

VENDOR : B035-000-YT-DS-4002 0
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 240 of 1260


Control Valves(Typical)
UNITS: Flow-> Liquid- m3/hr Gas- MMSCMD Pressure -> kg/cm2 g Temperature-> °C Level /length -> mm
1 Tag No. #
2 Inlet Line No. #
General 3 Outlet Line No. #
4 Service #
5 Line Size | Schedule #
6 Inlet line I.D. | Outlet Line I.D. #
7 Type of Body Globe
8 Body Size | Port Size *
9 Guiding | No. Of Ports *
As per skid piping class & PMS
10 End Conn.: Flgd. Size & Rating
As per skid piping class & PMS
11 Facing & Finish
12 Body Material ASTM A216Gr WCB
13 Bonnet Type *
Body 14 Packing Material PTFE
15 Lubricator | Isol. Valve - | --
16 Trim Form Equal Percentage
17 Trim Mat. Plug/Disc/Ball&Seat SS316
18 Other Wetted Parts SS316
19 Soft Seating | Material Not Required
20 ANSI Leakage Class Class IV
21 Type Diaphragm
Actuator 22 Close At | Open At 0.2 | 1.0
23 Failure Position Fail Open
24 Handwheel & Location Required , Side
25 Type SMART
26 Air Supply Pressure *
27 Input | Output 4 - 20mA HART | *
Positioner 28 Bypass | Gauges Yes | Yes,2 nos.
29 Solenoid Valve
30 I/P Converter
Options 31 Filter With Gauge Required , Side
32 Limit Switch -
33 Steam Jacketing
34
35 Fluid | State LEAN GAS/RLNG/CBM GAS
36 Flow Liquid - Min | Normal | Max #
37 Flow Vapour - Min | Normal | Max #
38 Flow Water - Min| Normal | Max #
Service 39 Inlet Pr. - Min | Normal | Max #
Cond- 40 dP@Flowrate- Min | Normal | Max #
itions 41 dP Pressure Shut Off #
42 Temp. °C Oper. | Max. #
43 Oper. S.G | Mol. Wt.
44 Cp / Cv |Compr.Factor #
45 Flash% | Visc.mPas(oper)
46 Deg.of Superheat | % Solids
47 Vapour Pr. | Critical Pr. Bar a
48 Viscosity #
49 Cv Min. | Cv Max. *
Valve 50 Cv Normal | Selected Cv *
Data 51 Predicted Sound Level dBA *
52 Inlet Velocity m/s *
Model 53 Valve | Actuator *
Nos. 54 Positioner | Solenoid Valve *
55 IBR Certification -

1. Positioner shall be intrinsically safe suitable for area classification IEC, Zone-1 ,gas group IIA,IIB.
2. Sizing of Flow Control Valve shall be done by bidder. Flow control valve should not be less then meter size and pressure drop across valve at maximum flow & full
open condition shall be minimum and not to exceed 0.2 kg/cm2.

3.Bidder to refer Standard specification of Control valve(6-52-0031),Job specification for Gas metering system B035-000-16-51-SP-2943,Special
Instruction to vendor atatched with the MR.

* By vendor # Refer Process Datasheet of Metering Skid

MR NO.B035-000-YF-MR-2943 17.06.2020 BO PKS PKS


CLIENT: M/s GAIL DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO REV
PLANT::DHOBI-DURGAPUR-HALDIA PIPELINE
New Delhi
PLANT: B035-000-YC-DS-3301 0
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 241 of 1260


Slam Shut Valves (Typical for on Skid instruments)
UNITS: Flow> Liquid m*3/hr Gas– MMSCMD Pressure> Kg/cm²g Temperature > Deg C Level/Length - MM
General 1. Tag No.
2. Inlet Line No. #
3. Outlet Line No. #
4. Line size & Thickness #
5. Service Down stream pressure protection
6.
Body 7. Type of Valve SLAM SHUT
8. Body Size Port Size * *
9. End Conn: Flgd. Size & Rating *, As per skid piping class & PMS
10. Facing & Finish *, As per skid piping class & PMS
11. Body Material Carbon steel
12. Trim Material SS316
13. Other Wetted Parts SS316
14. Leakage Class CLASS- VI as per ANSI B
16.104(TSO)
15. Closing time Less then 2 secs
Options 16. Pilot operated INTEGRAL PILOT REQUIRED
17. Manual Reset REQUIRED
18. Failure position Close
19. Limit Switch 2 Nos. (Open/ Close) Proximity
Type
20. Valve Position indicator (local) REQUIRED
21. Radiography REQUIRED
22. Charpy V-Notch REQUIRED
23. Impulse tubing/ fittings REQUIRED
24. Pressure indicator In the sensing line required
25. Installation Horizontal
26.
Service 27. Fluid State Lean GAS
Conditions Gas/RLNG/CBM
28. Flow Gas- Min. Nor. Max. # # #
29. Inlet Pressure #
30. Max. Pressure Drop allowable 0.5 Kg/cm2g
31. Shut Off Pressure #
32. Temp. Oper. Max. # #
33. Oper. S. G. Mol. Wt. #
34. Cp / Cv Compress. # #
Factor
35.
Valve Data 36. Kg or Cg Min. Kg or Cg Max. * *
37. Kg or Cg *
Selected
38. Predicted Sound Level (d BA) * Less then 85 dBA
39. Inlet Velocity (meters/second) * Less then 40 meters/sec
40. Valve set point Adjustable * *
range
41.
Model 42. Valve *
Nos. 43. Pilot *
44.
45. .
46.
Notes
“*” By Vendor
“#” Refer process datasheet of metering skid
1. Slam shut off valve shall be provided in each Pressure let down stream in the Gas metering skid as per P&ID and MR. Further
bidder also to refer the Process datasheets for metering skid attached with the MR.
2. Pressure let down system shall be with redundant identical letdown stream (1 working + 1 standby) with automatic switchover
from letdown stream from failed regulator stream to standby stream.
3. Bidder to refer Standard specification of On-Off valve (6-52-0037), Job specification for Gas metering system B035-000-16-51-
SP-2943, Special Instruction to vendor ,attached with the MR.
4. The limit switches shall be Weather proof to IP 65 and Intrinsically safe. Limit switches shall be suitable to hazardous area class
classification.Zone 1, group IIA & IIB.Certificates to this effect indicating the entity parameters shall be furnished from statutory
body.

5. The Limit switch shall be NAMUR STD.

17.06.20
MR NO. B035-000-YF-MR-2943 BO SR PKS
20
APPD
CLIENT: M/s GAIL DATE BY CHKD
ENGINEERS INDIA LTD.
NEW DELHI PROJECT: DOBHI-DURGAPUR-HALDIA
DATA SHEET NO. REV.
PIPELINE
B035-000-YC-DS-1901
VENDOR- 0
SHT (1 OF 1 )
This drawing and the design it covers 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, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower.

Page 242 of 1260


Pilot operated Self Actuated Pressure Control Valves Regulator & Monitor(Typical)
UNITS: Flow> Liquid m*3/hr Gas– MMSCMD Pressure> Kg/cm²g Temperature > Deg C Level/Length - MM
General 1. Tag No. #
2. Inlet Line No. #
3. Outlet Line No. #
4. Line size & Thickness #
5. Service Down stream pressure
regulation
6.
Body 7. Type of regulator Self actuated Pilot operated
8. Body Size Port Size * *
9. End Connection: Flanged. Size & *, As per PMS
Rating
10. Facing & Finish As per PMS
11. Body Material Carbon steel As per PMS
12. Diaphragm Material *
13. Trim, plug Material */SS316 As per PMS
14. Other Wetted Parts SS316 As per PMS
15. Leakage Class CLASS- VI as per ANSI B
16.104
16. Impulse Connection EXTERNAL
17. Valve Set Point **
18. Regulation accuracy 1% of the set point (Note 2)
19.
Options 20. Failure position Open or close (Note 3)
21. Limit Switch
22. Radiography Required as per PMS
23. Charpy V-Notch Test Required As per PMS
24. Impulse tubing/ fittings Required
25. Pressure indicator In the sensing line required
26. Installation Horizontal
Service 27. Fluid State # #
Conditions 28. Flow Gas- Min. Nor. Max. # # #
29. Inlet Pressure #
30. Pressure Drop at Various Flow (Note 4)
rates.
31. Shut Off Pressure #
32. Temp. Oper. Max. # #
33. Oper. S. G. Mol. Wt. # #
34. Cp / Cv Compress. # #
Factor
Valve Data 35. Kg or Cg Min. Kg or Cg Max. * *
36. Kg or Cg Nor. Selected Kg or Cg * *
37. Predicted Sound Level (d BA) * (Note 7)
38. Inlet Velocity m/s. *
39.
Model Nos. 40. Valve *
41. Pilot *
42.
43. Quantity
Notes
“*” By Vendor
“#” Refer Process data sheet of Metering Skid

1. Set Point of the regulator shall be adjustable. Vendor shall furnish the adjustable range of the pilot.
2. Accuracy of the pressure regulation shall be better than 1% of the set pressure for the entire inlet pressure and flow range.
3. Pressure regulator vavles shall be fail open type and Monitor valves shall be fail close type..
4. Pressure drop across the valve shall be selected by the vendor considering the given set points (staggered set point of the two
regulators and the slam shut valves) and the given inlet pressure conditions.
5. Regulator shall be sized to deliver the maximum flow at minimum pressure condition and the minimum flow at the maximum
pressure condition.
6. The Inlet pressure variation is possible for all the flow rates and the PCV to be sized accordingly.
7. In case valve noise level for the worst case of the given process conditions exceeds 85 d BA (flange to flange of the valve)
vendor shall provide and include the noise treatment with silencer/ expander.
8. Bidder to refer Standard specification of PCV (6-52-0079), Job specification for Gas metering system B035-000-16-51-SP-2943
Special Instruction to vendor, attached with the MR.

MR NO. B035-000-YF-MR-2943 17.06.2020 BO SR PKS


CLIENT: M/s GAIL DATE BY CHKD APPD
ENGINEERS INDIA LTD.
NEW DELHI Project: DHOBI-DURGAPUR-HALDIA PIPELINE DATA SHEET NO. REV.
PROJECT
VENDOR- B035-000-YC-DS-1921 0
SHT 1 OF 1
This drawing and the design it covers 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, nor used except in the limited way and private use permitted by any written consent given by lender to the
borrower.

Page 243 of 1260


Receiver Instruments (Typical)
UNITS: Pressure> Kg/cm2 g Gas> MMSCMD Temperature > Deg C
RECORDER
1. Function : Controller 21. Chart :
2. Type : Microprocessor based 22. Chart drive :
3. Case : 23. Chart rewinding cycle :
4. Mounting : Flush panel 24.Chart speed :
5. Enclosure : General Purpose
5.1 Enclosure class : INTEGRATOR
6. Electric Area classification: 25. Form :
7. Intrinsically safe : 26.Number of Digits :
8. Air supply : 26.1 Wit6h reset :
26.2 Without reset :
9. Power supply : 230 V AC, 50Hz UPS
10.Power for transmitter : OPTIONS
11.Input : 4-20mA a) Integral programming keypad
12.Accuracy : ± 0.1% b) LED display of analogue values
13.Repeatability : ± 0.05% c) Alarm indication of each point

CONTROLLER CONTROL MODES


14. Controller Location : Control Room P-Proportional Yes
15.Output : 4-20mA IS-Integral slow Yes
16.Set point Adjustment : Required IF-integral Fast Yes DS-Derivative slow Yes
17. Cascading : DF- Derivative fast Yes
18.A/M switch : Yes
19. Manual regulator :
20.Control mode : Automatic
TAG NO NUM. OF SCALE CHART MULTI- CONT CONTROL SERVICE OPTIONS
POINTS GRADU- GRADU- PLYING -ROL ACTION
REC IND. ATION ATION FACTOR MODE
ORD

xxx-FIC-xxxx - - * - - Flow Controller (Gas) a, b, c

Notes
* To be confirmed by vendor
1. The controller shall be mounted in metering control panel.
2. Make shall be as per EIL approved vendors only.
3. Control mode shall be selected depending upon the operation of the loop.
4. Range shall be finalised during detail engineering.
5. Controller shall be provided with remote set point input (4-20mA)
6. Controller shall have two numbers input signal (4-20mA) process variable and shall be automatically select the higher of two inputs as a process
variable input for PID functionally.

MR NO. B035-000-YF-MR-2943 17.06.2020 BO SR PKS


CLIENT : M/s GAIL DATE BY CHK APP
ENGINEERS INDIA LTD. PROJECT : DOBHI-DURGAPUR-HALDIA DATA SHEET NO. REV.
NEW DELHI PIPELINE
VENDOR- B035-000-YC-DS-5030 0

This drawing and the design it covers 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, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower.

Page 244 of 1260


Receiver Instruments (Typical)
UNITS: Pressure> Kg/cm2G Temperature > Deg C Gas> MMSCMD
RECORDER
1. Function : Digital Indicator 21. Chart :
2. Type : Loop powered 22. Chart drive :
3. Case : 23. Chart rewinding cycle :
4. Mounting : Flush panel 24.Chart speed :
5. Enclosure : General Purpose
5.1 Enclosure class : INTEGRATOR
6. Electric Area classification: 25. Form : Digital
7. Intrinsically safe : 26.Number of Digits : 3½
8. Air supply : 26.1 Wit6h reset :
26.2 Without reset :
9. Power supply :
10.Power for transmitter : OPTIONS
11.Input : 4-20mA a) Air Filter regulator with gauge
12.Accuracy : ± 1digit b) Mounting Accessories for 2” pipe
13.Repeatability : c) Ink/pen/chart for 2 years oper.
d) Pneumatic connection size
CONTROLLER CONTROL MODES
14. Controller Location : P-Proportional
15.Output : IS-Integral slow
16.Set point Adjustment : IF-Integral Fast
17. Cascading : DS-Derivative slow
18.A/M switch : DF- Derivative fast
19. Manual regulator :
20.Control mode :
TAG NO NUM. OF POINTS SCALE CHART MULTI- CONT CONTROL SERVICE OPTIONS
GRADU- GRADU- PLYING -ROL ACTION
RECO IND.
ATION ATION FACTOR MODE
RD

xxx-TI-xxxx - 1 - - - -

xxx-PI-xxxx - 1 - - - -

xxx-DPI-xxxx - 1 - - - -

- - - -

- - - -

Notes
* To be confirmed by vendor

MR NO. B035-000-YF-MR-2943 17.06.2020 BO SR PKS


CLIENT : M/s GAIL DATE BY CHK APP
ENGINEERS INDIA LTD. Project:- DOBHI-DURGAPUR-HALDIA PIPELINE DATA SHEET NO. REV.
NEW DELHI VENDOR- B035-000-YE-DS-5040 0

This drawing and the design it covers 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, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower.

Page 245 of 1260


DATA SHEET FOR INTRINSIC SAFETY BARRIERS (ACTIVE)
(ANALOG INPUTS)

1. Function To limit the transfer of energy to hazardous area.


2. Hazardous area (Field) IEC Zone 1 Gr. IIA & IIB
3. Location of Barriers Metering control panel (Safe Area)
4. Type Isolating three port for input, output and power
supply
5. Power supply source External power
6. Nominal voltage of operation 24V DC
7. Signal type 4-20mA
8. Cable type 0.5mm2 shielded (7 stranded of dia 0.3mm)
9. Cable Resistance 39.7 Ω/Km
10. Cable L/R ratio 25 μH/Ω
11. Cable Capacitance 400 pf/m
12. Maximum fault voltage 250 V(rms)
13. Certifications Approved certificate from recognised statutory
body
14. Suitability Smart transmitter with HART protocol.
15. Mounting accessories Required (for mounting on panel back)
16. Make By vendor
17. Model By vendor

Notes:

1. The barrier model no. shall be offered suitable for HART protocol (4-20mA) analog signal with
digital superimposition. Isolating barrier shall be single input type and dual 4-20 mA output
type

MR NO. B035-000-YF-MR-2943 17.06.2020 BO SR PKS


CLIENT: M/s GAIL DATE BY CHK APP
ENGINEERS INDIA LTD. PROJECT- DOBHI-DURGAPUR-HALDIA DATA SHEET NO. REV.
NEW DELHI
PIPELINE
VENDOR- B035-000-YE-DS-5050 0
This drawing and the design it covers 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, nor used except in the limited way and private use permitted by any
written consent given by lender to the borrower.

Page 246 of 1260


DATA SHEET FOR INTRINSIC SAFETY OUTPUT BARRIERS (ACTIVE) FOR ANALOG
OUTPUTS (4-20 m A) (active)

1. Function : To limit the transfer of energy to hazardous


area.
2. Area Classification : IEC Zone 1 Gr. IIA & IIB, Temp .T3 as per IS
2148
3. Nominal Voltage of
operation/power supply : 24 V DC.
4. Load Driving capability
of controller connected to As per vendor requirement.
the safe side : (3 port isolation required)
5. Minimum load driving
Capabilities required at
the hazardous side. : 450 ohms at 20mA
6. Response time : 100 msec (Max)
7. Maximum fault voltage on
safe area : 250 V (rms)
8. Capacitance & L/R ratio
permissible in the hazardous
area circuit : see note-4
9. Input Isolation : Required as part of the Barrier
10. Mounting : In Metering control panel (safe area).
11. Grounding : Individual through bus bar.
12. Accuracy : Better than +/-0.1% full scale.
13. Certificate : Approved certificate from recognized statutory
body.
14. Make : By vendor
15. Model : By vendor
Notes:

1. Vendor shall furnish catalogues and certificates for the quoted barriers along with the offer.
2. Vendor to furnish calculations along with the offer to show that then above specifications are met.
3. Terminal size shall be suitable for 1.5 mm2 wire.
4. Entity parameters of transmitters shall be finalized during detailed engineering. Proper selection of the
barriers is the vendor’s responsibility.

MR NO. B035-000-YF-MR-2943 17.06.2020 BO SR PKS


CLIENT: M/s GAIL DATE BY CHK APP
ENGINEERS INDIA LTD.
NEW DELHI
PROJECT: DOBHI-DURGAPUR-HALDIA PIPELINE DATA SHEET NO. REV.
VENDOR- B035-000-YC-DS-5051 0
This drawing and the design it covers 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, nor used except in the limited way and private use permitted by any written
consent given by lender to the borrower.

Page 247 of 1260


DATA SHEET FOR INTRINSIC SAFETY BARRIERS (ACTIVE)
(DIGITAL INPUTS)

1. Hazardous area (Field) IEC Zone 1 Gr. IIA & IIB


2. Location of Barriers Metering control panel (Safe Area)
3. Response time 50ms (Maximum)
4. Power supply source External power
5. Nominal voltage of operation 24V DC
6. Contact rating 2A @ 24VDC
7. Number of channels One, fully floating
8. Number of changeover Two
contacts
9. Mounting accessories Required (for mounting on panel back)
10. Make/Model By vendor

Notes:

1. Entity parameters of field instruments shall be finalised during detailed engineering.


Proper selection of barriers is vendor’s responsibility.

MR NO. B035-000-YF-MR-2943 17.06.2020 BO SR PKS


CLIENT: M/s GAIL DATE BY CH APP
ENGINEERS INDIA LTD. K
NEW DELHI
PROJECT: DOBHI-DURGAPUR-HALDIA PIPELINE DATA SHEET NO. REV.
VENDOR- B035-000-YE-DS-5060 0
This drawing and the design it covers 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, nor used except in the limited way and private use permitted by
any written consent given by lender to the borrower.

Page 248 of 1260


DATA SHEET FOR SIGNAL ISOLATORS/DISTRIBUTORS

1.Input 4-20 mA DC (2-wire)


2.Output 4-20 mA DC isolated ( 2 nos.)
3.Driving capacity 750 ohms (min)
4.Isolation Between Input & Output and between I/O &
Power supply
5.Mounting Panel back (Isolator to be supplied with
mounting accessories)
6.Power supply 24 V DC
7.Power ON indication LED on Front Module
8.Transmitter Power Supply 24 V DC
9.Accuracy ± 0.1 %
10.Make By vendor
11.Model No. By vendor

Note:

1. Isolators shall be completely wired and installed.

MR NO. B035-000-YF-MR-2943 17.06.2020 BO SR PKS


CLIENT: M/s GAIL DATE BY CH APP
ENGINEERS INDIA LTD. K
NEW DELHI
PROJECT:DOBHI-DURGAPUR-HALDIA PIPELINE DATA SHEET NO. REV
VENDOR- B035-000-YE-DS-5080 0
This drawing and the design it covers 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, nor used except in the limited way and private use permitted by any written
consent given by lender to the borrower.

Page 249 of 1260


DATA SHEET FOR UPSTREAM AND DOWNSTREAM METER RUNS (Ultrasonic)

1. Vendor shall supply upstream and downstream meter runs for the ultrasonic meters
(specified in datasheets)

a) For Upstream section, as per AGA 9, minimum 10D between meter run inlet
& flow conditioner, 10D between Flow Conditioner & meter. Both the inlet &
outlet side of upstream section shall be flanged.

b) One downstream section having 1½” flanged (Flange MOC as per


PMS)connection for Thermowell of Resistance Temperature Detector (as
recommended by vendor for mounting within the downstream straight run)
with straight length (min.5D) as per AGA 9 up to outlet flange of flow meter.
Both the inlet & outlet side of downstream section shall be flanged.

Pipe material (for meter runs) ASTM A 106 GR.B(CHARPY) for Pipe Size upto 6’’ (as per PMS)

2. Size & Schedule Same as flow meter size as per data sheet

3. End connection for upstream and downstream meter runs

Material ASTM A 105GR.B(CHARPY

Size Same as flow meter size as per data sheet

Rating/Face Same as flow meter as per data sheet

Finish Same as flow meter as per data sheet

4. Profiler/ 304SS
Flow conditioner

6. Bolt A320 GR.L7(for size upto 2’’);A193 GR.B7(for size 3’’ & above)

Gasket Spiral wound SS316 + GRAFIL

Nuts A194 GR.4 (for size upto 2’’)A194 GR.2H (for size 3’’ &
above)

Note: Vendor to note that in cl.1a) & 1b) above specify the minimum straight length of upstream & downstream
meter run required to be supplied by vendor. However, in case, vendor recommends straight length more
than the specified one, the same shall be supplied by vendor.

VENDOR DRAWING NO- ORDER NO:-


MR NO.: B035-000-YF-MR-2943 17.06.2020 BO SR PKS
CLIENT: M/s GAIL DATE BY CHK APP
PROJECT: DOBHI-DURGAPUR-HALDIA DATA SHEET NO. REV.
ENGINEERS INDIA LTD.
NEW DELHI
PIPELINE
VENDOR- B035-002-YF-DS-5020 0
This drawing and the design it covers 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, nor used except in the limited way and private use permitted by any written
consent given by lender to the borrower.

Page 250 of 1260


DATA SHEET FOR UPSTREAM AND DOWNSTREAM METER RUNS (Turbine))

1. Vendor shall supply upstream and downstream meter runs for the Turbine meters(specified in
datasheets)

a) One upstream section with straight length (min.10D) as per AGA 7 upto primary
device ( i.e. upto inlet flange of flow meter) with flow conditioner. Both inlet & outlet
side of upstream section shall be flanged..

b) One downstream section having 1½” flanged (Flange MOC as per PMS) connection
for Thermowell of Resistance Temperature Detector (as recommended by vendor
for mounting within the downstream straight run) with straight length (min.5D) as
per AGA 9 up to outlet flange of flow meter. Both the inlet & outlet side of
downstream section shall be flanged.

Pipe material (for meter runs) ASTM A 333 GR.6 for Pipe Size = 2’’ (as per PMS)

ASTM A 106 GR.B(CHARPY) for Pipe Size 3’’-6’’ (as per PMS)

2. Size & Schedule Same as flow meter size as per data sheet

3. End connection for upstream and downstream meter runs

Material ASTM A105(CHARPY) For connection size 3’’-14’’

ASTM A350 GR. LF2 For connection size upto 2’’

Size Same as flow meter size as per data sheet

Rating/Face Same as flow meter as per data sheet

Finish Same as flow meter as per data sheet

4. Profiler/ 304SS
Flow conditioner

6. Bolt A320 GR.L7 for line size upto 2’’/A193 GR.B7 for line size 3’’-14’’

Gasket Spiral wound SS316 + GRAFIL

Nuts ASTM A194 GR. 4 for line size upto 2’’/A194 GR.2H for line size 3’’-14’’

Note: Vendor to note that in cl.1a) & 1b) above specify the minimum straight length of upstream & downstream
meter run required to be supplied by vendor. However, in case, vendor recommends straight length more
than the specified one, the same shall be supplied by vendor.

VENDOR DRAWING NO- ORDER NO:-


MR NO.: B035-000-YF-MR-2943 17.06.2020 BO SR PKS
CLIENT: M/s GAIL DATE BY CHK APP
PROJECT: DOBHI-DURGAPUR-HALDIA DATA SHEET NO. REV.
ENGINEERS INDIA LTD.
NEW DELHI
PIPELINE
VENDOR- B035-002-YF-DS-5021 0
This drawing and the design it covers 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, nor used except in the limited way and private use permitted by any written
consent given by lender to the borrower.

Page 251 of 1260


Pressure Relief Valve/Creep Relief Valve

UNITS: Flow -> Liquid - Kg/hr Gas - SCMH Steam - Kg/hr Pressure -> Kg/cm²G Temperature-> °C Level /length -> mm
1 Tag No. Case No. #
General 2 Line No. #
3 Vessel Protected
4 Safety / Relief Safety
5 Type :
6 Design Full Nozzle Full Lift
7 Bonnet Type Closed
8 Type of Valve Conventional
9 Inlet Connection: Size & Rating #
Valve 10 Facing & Finish 125AARH
11 Outlet Connection: Size &Rating #
12 Facing & Finish 125AARH
13 Cap Over Adjusting Bolt: Required
14 Screwed ¦ Bolted Screwed
15 Lifting Gear - Type Not Required
16 Test Gag Required
17 Body and Bonnet ASTM A 216 GR.LCB
18 Nozzle and Disc SS 316
Material 19 Guide & Rings SS 316
20 Spring Carbon steel
21 Bellows -
22 Resilient Seat Seal Not Required
Options 23 Radiography and Charpy Test Required

Basis 24 Code API,ASME


25 Basis of Selection Fire Case
26 Fluid and State Natural Gas
27 Corrosive Costituent #
28 Required Flow Capacity #
29 Mol. Wt.¦Sp.Gr. at Relieving Temp. #
30 Operating Pressure(Kg/cm2g) #
31 Operating Temp.¦Relieving Temp. # | #
Service 32 Valve discharges to #
Cond- itions 33 Back Press.¦ Const / Variable #
34 Set Pressure(Kg/cm2g) #
35 Cold Bench Test Pressure *
36 %Over Press % Blowdown 21 *
37 Cp/Cv ¦ Compressibility Factor #
38 Viscosity at Rel. Temp. mPas(cP) #
39 Vessel:Wall temp°C¦Surf.Area-m2
40 Calculated Area - cm2 *
41 Sel. Area - cm2 ¦ Orifice Design * ¦ *
Orifice 42 No. of valve required for capacity 1
43 Total area - cm2 *
44 Actual Flow Capacity *
Model 45 Model No. *
Nos. 46 Make *
47 IBR Certification Not Required
NOTES:
1. # Refer process Datasheet of the Metering Skid/Letdown skid
2. Testing requirement shall be as per PMS.
3.Piping Class shall be as per P&ID
4.Spring Material shall be carbon steel with weather protective coating.
4.It is vendor's resposibility to size PSV/CRV as per the process parameters and provide the same.
5.Vendor to refer standard specification for Pressure Relief Valve 6-52-0026 attached with the MR.
* vendor to specify

VENDORS' SIGNATURES WITH SEAL Page1 of 1

MR NO: 17.06.2020 BO SR PKS

CLIENT: M/s GAIL DATE BY CHKD APPD


ENGINEERS INDIA LIMITED PLANT: : DDHPL DATA SHEET NO REV
VENDOR- B035-000-YR-DS-3000 0
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 252 of 1260


Gas Detection System Data Sheet
This document, drawing, and the design/ details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower’s express agreement that they will not be reproduced, copied, exhibited
1. Service HC/LEL
2. Shall be furnished during detail
Location/ Equipment No.
engineering
General 3. Electrical Area Classification IEC Zone-1, Gas Gr. IIA/II B T3 (Note-1)
4. Enclosure Type Flame proof and weatherproof to IP-65
5. Protective Cap for Dust/ Rain Water Required
6. Filter Required
7. LEL/ HC Gas Detectors Required(As per Table-I)
7.1 Make and Model No. *
7.2 Detector type Infra Red (IR)
7.3 IR Detector type Point as per Table-I
7.4 IR Source (Lamp) life Minimum 5 Years (*)
7.5 Material of Construction *
7.5.1 Sensor Manufacturer standard
7.5.2 Sensor Housing SS
7.5.3 Cap Manufacturer standard
7.5.4 Filter Manufacturer standard
LEL/HC gas 7.6 Response time As per standard specification no. 6-52-
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.EIL-1641-507. A4-210 x 297.

detector 0080
7.7 Range 0-100% LEL
7.8 Gas Molecular Weight Shall be furnished during detail
engineering
7.9 Major Constituents Shall be furnished during detail
engineering
8. Alarm at Shall be furnished during detail
engineering
9. Cable glands and accessories Required
10. Mounting 2” pipe mounting
11.
Mounting accessories Required
12. Location Integral
13. Enclosure Type Flame proof and Weather proof to IP-65
14. Type Indicating & Transmitting (Note-3)
15. Make and Model No. *
16. No. of detectors per transmitter 1
17. Output
17.1 4-20 mA(HART) (Linear with LEL
Transmitter Analogue
Detection) -3 wire (Note-4)
17.2 Serial Not Required
17.3 Display Integral to Transmitter in LCD
18. 24V DC ±10%
Power Supply
3 wire(Note-4)
19. Minimum operating voltage *
20. Cable between detector and transmitter Required
20.1 Power To be provided by vendor(Note-5)

ISSUED WITH TENDER

TENDER. NO. LEGEND :


0 16/10/19 BO PKS PKS
:

* - By Vendor
REV DATE BY CHKD APPD VENDOR : ^ - data Revised

PLANT : DOBHI-DURGAPUR-HALDIA SPECIFICATION REV


ENGINEERS INDIA LIMITED PIPELINE
NEW DELHI UNIT : 000 B035-000-YD-DS-0001 0
CLIENT: M/s GAIL.
Page 1 of 8

Page 253 of 1260


Gas Detection System Data Sheet
This document, drawing, and the design/ details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower’s express agreement that they will not be reproduced, copied, exhibited
20.2 Signal To be provided by vendor(Note-5)
21. Cable between transmitter and Remote
Required (Note 4)
receiver
21.1 Power To be provided by vendor
21.2 Signal To be provided by vendor
22 Cable entry ½” NPTF(Note-6)
23.
Self Diagnostic Facility Required for both detector fault and
dirty optics
24
Portable Gas Detectors Not Required

24.1
Type

24.2
Battery type

24.3
HC Service
Portable gas
detector 24.4
Hydrogen Service
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.EIL-1641-507. A4-210 x 297.

24.5
Carrying Case

24.6
Battery charger

24.7
Battery charger voltage

25 Portable Calibration Kit Required(Note-7) as per Table-II


25.1 As per clause 2.6 of Standard
Specification for Gas detection
Type
Accessories system 6-52-0080

25.2 HC Service Required


25.3 Carrying Case Required
25.4 Calibration Gas Cylinders Required
26.1 Beacon Required As per Table-IV
26.1.1 Beacon Type Continuous Flashing type LED
26.1.2 Flashing Frequency *
26.1.3 Lamp Type LED
Beacon/
26.1.4 Dome Material for Flashing Tube Transparent Toughened Glass
Hooter/Field
26.1.5 Lens guard/Cage Required
Mounted
26.1.6 230VAC, UPS
Reset Push Voltage
(Note-12)
26.1.7 Flameproof, EExd and Weather proof to
Enclosure
IP-65
26.1.8 Mounting 2’’ Pipe mounting

ISSUED WITH TENDER

TENDER. NO. LEGEND :


0 16/10/19 BO PKS PKS
:

* - By Vendor
REV DATE BY CHKD APPD VENDOR : ^ - data Revised

PLANT : DOBHI-DURGAPUR-HALDIA SPECIFICATION REV


ENGINEERS INDIA LIMITED PIPELINE
NEW DELHI UNIT : 000 B035-000-YD-DS-0001 0
CLIENT: M/s GAIL.
Page 2 of 8

Page 254 of 1260


Gas Detection System Data Sheet
This document, drawing, and the design/ details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower’s express agreement that they will not be reproduced, copied, exhibited
26.1.9 ½” NPTF (for signal), 3/4” NPTF ( for
Cable entry
power) (Note-6)
26.1.10 Make & Model *
26.1.11 Required(For Hooter)
Field Mounted Reset Push Button
(Note-12)
26.2 Hooter Required As per Table-V
26.2.1 Hooter Type Electronic
26.2.2 Sound Level Electronic
26.2.3 230VAC, UPS
Voltage
(Note-12)
26.2.4 Flameproof, EExd and Weather proof to
Enclosure
IP-65
26.2.5 Mounting 2’’ Pipe mounting
26.2.6 ½” NPTF (for signal), 3/4” NPTF ( for
Cable entry
power) (Note-6)
26.2.7 Make & Model *
26.3 Field Mounted Reset Push Button(Ex-d & Required(For Hooter & Beacon)
WP to IP-65) (Note-12)
26.3.1 Mounting 2’’ Pipe mounting
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.EIL-1641-507. A4-210 x 297.

26.3.2 Make & Model *


26.4 Reset/ Acknowledge Push Button on panel
Required
for Beacon & Hooter
27 Make & Model No. *
28 Statutory CCOE/PESO
Certification
29 Others

Notes:
1. All sensors/transmitter, portable calibrators shall be suitable for the specified area classification.
2. For Intrinsically safe detectors, Vendor shall supply IS-barriers along with each detector & .The
detector shall be terminated in the LEL Monitor located in the metering control panel for Gas
metering skids (Both LEL monitor & Metering control panel is in metering vendor’s scope)in the
respective location.
3. Display shall be integral to transmitter in LCD.
4. Three Wire system is considered.
5. Armoured Cable between detector and transmitter (if required) shall be supplied by vendor along with
installation accessories like cable connectors, cable glands etc.
6. In case vendor’s standard connection is other than ½”, vendor shall provide suitable adaptor to meet
the ½” NPTF connection size specified. Proper cable entry with internal terminal block shall be
provided. Flying leads are not acceptable. If external junction box is required, the same shall be in
vendor’s scope & same shall mate directly with infra-red detector. Junction boxes shall be
weatherproof to NEMA 4 or IP 65 and Flame proof (if Flame proof LEL Detectors/transmitters are
offered) certified suitable for mounting in Zone-1, Gas Gr. IIA, IIB Temperature Class T3 as per IEC.
7. Portable calibration kit shall include portable calibrator, tubing, pressure regulator, gas cylinder etc. as
required by vendor for calibration.
8. Transmitter enclosure material shall be metallic.
9. The Gas detector sensors shall be from EIL approved make only and shall meet the enlistment
criteria.

ISSUED WITH TENDER

TENDER. NO. LEGEND :


0 16/10/19 BO PKS PKS
:

* - By Vendor
REV DATE BY CHKD APPD VENDOR : ^ - data Revised

PLANT : DOBHI-DURGAPUR-HALDIA SPECIFICATION REV


ENGINEERS INDIA LIMITED PIPELINE
NEW DELHI UNIT : 000 B035-000-YD-DS-0001 0
CLIENT: M/s GAIL.
Page 3 of 8

Page 255 of 1260


Gas Detection System Data Sheet
This document, drawing, and the design/ details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower’s express agreement that they will not be reproduced, copied, exhibited
10. All gas detectors shall be provided with dust guard and splashguard.
11. Beacon/Hooter suitable for 24 V DC is also acceptable. In this case, the 24 V DC shall be provided
from Metering control panel(supplied by Metering vendor).
12. Field mounted reset push buttons for hooters/beacons shall be wired directly to vendor’s TIC cabinet.
Reset push buttons shall be Mushroom Push Button (Stay put Type)Double pole “stay put” push
button(2 NO+2NC),Weather proof to IP65 and certified explosion-proof Ex’d for IEC Zone-2, Gas Gr. II
A/IIB T3.Contact rating shall be 24V DC,2 Ampere. 2 nos. cable entries of ½”NPTF shall be provided for
each push-button with one entry plugged with metallic plug.
13. Vendor to furnish installation details for hooter and beacon during detail engineering. All accessories
for mounting hooter and beacon in field shall be supplied by vendor.
14. The transmitted signal shall be linear, within a range of 0 to 22 mA, per the following requirements:
a. Analog output signal (4-20 mA DC)
b. Detector trouble/open loop alarm (0-4 mA DC)
c. Detector bypass/calibration mode alarm (0-4 mA DC)
d. Signal overrange alarm (greater than 20 mA DC)
15. Detectors shall incorporate smart microprocessor calibration and fault diagnostic features. Calibration
shall be non-intrusive, i.e., may be performed without opening the sensor/transmitter enclosure.
16. Detectors shall incorporate non-interactive zero and span adjustments.
17. The Beacon shall be of stroboscopic type and shall be of sufficient intensity to provide visibility and
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.EIL-1641-507. A4-210 x 297.

clear contrast during full daylight. Beacon colour shall be “Orange” for flammable gas detection. The
Hooter shall be electronic type and shall have sound intensity of 100dBA, as a minimum.

Table-I: HC/LEL Detector

S.N Unit Detector


o Tag No. HC/LEL Detector (Nos.) Type Remarks

CGS KOLKATA 6-nos. LEL detectors (5


RT no. duly mounted on the
Point Infra-red type HC/L EL gas detector
1 034-GE/GA-XXXX skid and 1 no. loose shall
detector with smart (HART) transmitter
be provided as per Job
specification &P&ID
CGS 6-nos. LEL detectors (5
JAMSHEDPUR no. duly mounted on the
Point Infra-red type HC/L EL gas detector
2 025-GE/GA-XXXX RT skid and 1 no. loose shall
detector with smart (HART) transmitter
be provided as per Job
specification &P&ID
SAIL 4-nos. LEL detectors (3
DURGAPUR no. duly mounted on the
Point Infra-red type HC/L EL gas detector
3 032-GE/GA-XXXX skid and 1 no. loose shall
detector with smart (HART) transmitter
be provided as per Job
specification &P&ID

ISSUED WITH TENDER

TENDER. NO. LEGEND :


0 16/10/19 BO PKS PKS
:

* - By Vendor
REV DATE BY CHKD APPD VENDOR : ^ - data Revised

PLANT : DOBHI-DURGAPUR-HALDIA SPECIFICATION REV


ENGINEERS INDIA LIMITED PIPELINE
NEW DELHI UNIT : 000 B035-000-YD-DS-0001 0
CLIENT: M/s GAIL.
Page 4 of 8

Page 256 of 1260


Gas Detection System Data Sheet
This document, drawing, and the design/ details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower’s express agreement that they will not be reproduced, copied, exhibited

S.N Unit Detector


o Tag No. HC/LEL Detector (Nos.) Type Remarks

Gas Pressure 3-nos. LEL detectors (2


Reducing SKID no. duly mounted on the
014-GE/GA - Point Infra-red type HC/L EL gas detector
4 For CGS skid and 1 no. loose shall
XXXX detector with smart (HART) transmitter
JAMSHEDPUR be provided as per Job
SPURLINE specification &P&ID
Gas Pressure 3-nos. LEL detectors (2
Reducing Skid no. duly mounted on the
015-GE/GA - Point Infra-red type HC/L EL gas detector
5 For MATIX skid and 1 no. loose shall
XXXX detector with smart (HART) transmitter
FERTILIZERS be provided as per Job
SPURLINE specification &P&ID
Gas Pressure 3-nos. LEL detectors (2
Reducing Skid no. duly mounted on the
016-GE/GA - Point Infra-red type HC/L EL gas detector
6 For CGS skid and 1 no. loose shall
XXXX detector with smart (HART) transmitter
KOLKATA be provided as per Job
SPURLINE specification &P&ID
METERING 4-nos. LEL detectors (3
SKID FOR FCI no. duly mounted on the
021-GE/GA - Point Infra-red type HC/L EL gas detector
7 SINDRI skid and 1 no. loose shall
XXXX detector with smart (HART) transmitter
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.EIL-1641-507. A4-210 x 297.

SPURLINE be provided as per Job


specification &P&ID
METERING 4-nos. LEL detectors (3
SKID FOR HFC no. duly mounted on the
027-GE/GA - Point Infra-red type HC/L EL gas detector
8 DURGAPUR skid and 1 no. loose shall
XXXX detector with smart (HART) transmitter
SPURLINE be provided as per Job
specification &P&ID

Table-II: Portable Calibrator (HC/LEL)


Calibrator requirement: Unit
S.N Distance
between
Unit HC/LEL calibrator detector and
Tag No. Remarks
(Nos.) Control
Room (m)

1 Portable calibrator with calibration


034-ACPHC-0001 1
gas cylinders for HC
2 Portable calibrator with calibration
025-ACPHC-0001 1
gas cylinders for HC
3 Portable calibrator with calibration
032-ACPHC-0001 1
gas cylinders for HC

ISSUED WITH TENDER

TENDER. NO. LEGEND :


0 16/10/19 BO PKS PKS
:

* - By Vendor
REV DATE BY CHKD APPD VENDOR : ^ - data Revised

PLANT : DOBHI-DURGAPUR-HALDIA SPECIFICATION REV


ENGINEERS INDIA LIMITED PIPELINE
NEW DELHI UNIT : 000 B035-000-YD-DS-0001 0
CLIENT: M/s GAIL.
Page 5 of 8

Page 257 of 1260


Gas Detection System Data Sheet
This document, drawing, and the design/ details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower’s express agreement that they will not be reproduced, copied, exhibited
Calibrator requirement: Unit
S.N Distance
between
Unit HC/LEL calibrator detector and
Tag No. Remarks
(Nos.) Control
Room (m)

4 Portable calibrator with calibration


014-ACPHC-0001 1
gas cylinders for HC
5 Portable calibrator with calibration
015-ACPHC-0001 1
gas cylinders for HC
6 Portable calibrator with calibration
016-ACPHC-0001 1
gas cylinders for HC
7 Portable calibrator with calibration
021-ACPHC-0001 1
gas cylinders for HC
8 Portable calibrator with calibration
027-ACPHC-0001 1
gas cylinders for HC

Table-III Gas Composition


or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.EIL-1641-507. A4-210 x 297.

S. Tag No. Locati Major MW LEL Op. Alarm Set


No. on Constituents (%V/ V Range Point
in Air)

As per
P&ID. Gas
Detectors
shall be Alarm Set
located 16.28- Point :
1 For all Detectors Refer Note 14 4.58 0 - 4.58
to the 17.12 20% LEL,
Down 60% LEL
Side
Direction
of Wind.

THE MAJOR CONSITUENTS OF THE GAS

LEAN GAS RLNG


Component Composition, Mol% Component Composition, Mol%
C1 98.340 C1 92.34
C2 1.500 C2 5.470
C3 0.020 C3 0.320
I-C4 0.000 C4 0.027
N-C4 0.000 C5 0.003
I-C4 0.000 C6 0.000

ISSUED WITH TENDER

TENDER. NO. LEGEND :


0 16/10/19 BO PKS PKS
:

* - By Vendor
REV DATE BY CHKD APPD VENDOR : ^ - data Revised

PLANT : DOBHI-DURGAPUR-HALDIA SPECIFICATION REV


ENGINEERS INDIA LIMITED PIPELINE
NEW DELHI UNIT : 000 B035-000-YD-DS-0001 0
CLIENT: M/s GAIL.
Page 6 of 8

Page 258 of 1260


Gas Detection System Data Sheet
This document, drawing, and the design/ details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower’s express agreement that they will not be reproduced, copied, exhibited
N-C4 0.000 CO2 0.000
C6+ 0.000 N2 1.780
CO2 0.020 Total Sulphur 24PPM
N2 0.120

CBM
Component Composition, Mol%
93.89-
Methane
97.89
Ethane 0.100
CO2 3.5-0.5
N2 2.5-1.5

Table-IV: BEACONS with field reset & acknowledge push buttons for HC DETECTORS

Sr.No. Tag No. UNIT Qty For Detector tag


1 1 Common beacon in field for all the
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.EIL-1641-507. A4-210 x 297.

034-BC-0001
detectors in corresponding unit
2 1 Common beacon in field for all the
025-BC-0001
detectors in corresponding unit
3 1 Common beacon in field for all the
032-BC-0001
detectors in corresponding unit
4 1 Common beacon in field for all the
014-BC-0001
detectors in corresponding unit
5 1 Common beacon in field for all the
015-BC-0001
detectors in corresponding unit
6 1 Common beacon in field for all the
016-BC-0001
detectors in corresponding unit
7 1 Common beacon in field for all the
021-BC-0001
detectors in corresponding unit
8 1 Common beacon in field for all the
027-BC-0001
detectors in corresponding unit

Notes:
18. Beacons shall be with field reset & acknowledge push buttons.

ISSUED WITH TENDER

TENDER. NO. LEGEND :


0 16/10/19 BO PKS PKS
:

* - By Vendor
REV DATE BY CHKD APPD VENDOR : ^ - data Revised

PLANT : DOBHI-DURGAPUR-HALDIA SPECIFICATION REV


ENGINEERS INDIA LIMITED PIPELINE
NEW DELHI UNIT : 000 B035-000-YD-DS-0001 0
CLIENT: M/s GAIL.
Page 7 of 8

Page 259 of 1260


Gas Detection System Data Sheet
This document, drawing, and the design/ details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower’s express agreement that they will not be reproduced, copied, exhibited
Table-V: HOOTER with field reset & acknowledge push buttons

Sr.No. Tag No. UNIT Qty Remark (Note 15)

1 1 Common Hooter in field for all the


034-HT-0001
detectors in corresponding unit
2 1 Common Hooter in field for all the
025-HT-0001
detectors in corresponding unit
3 1 Common Hooter in field for all the
032-HT-0001
detectors in corresponding unit
4 1 Common Hooter in field for all the
014-HT-0001
detectors in corresponding unit
5 1 Common Hooter in field for all the
015-HT-0001
detectors in corresponding unit
6 1 Common Hooter in field for all the
016-HT-0001
detectors in corresponding unit
7 1 Common Hooter in field for all the
021-HT-0001
detectors in corresponding unit
8 1 Common Hooter in field for all the
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.EIL-1641-507. A4-210 x 297.

027-BC-0001
detectors in corresponding unit

Notes:
19. Hooter shall be with field reset & acknowledge push buttons.

ISSUED WITH TENDER

TENDER. NO. LEGEND :


0 16/10/19 BO PKS PKS
:

* - By Vendor
REV DATE BY CHKD APPD VENDOR : ^ - data Revised

PLANT : DOBHI-DURGAPUR-HALDIA SPECIFICATION REV


ENGINEERS INDIA LIMITED PIPELINE
NEW DELHI UNIT : 000 B035-000-YD-DS-0001 0
CLIENT: M/s GAIL.
Page 8 of 8

Page 260 of 1260


LEL MONITOR

Type Microprocessor Based with indicator


1
Mounting Rack mounting. Racks shall be suitable for
2
flush panel mounting on metering control
panel.

Number of channels per module Single (1 sensor per Module)


3
Construction Plug-in-modular type to allow for removal of
4
individual units without disturbing the system
wiring

Calibration/test Switch Required, which when put in calibration mode


5
inhibits operation of alarm outputs, enable
checks for alarm LEDs and reference level,
and also permits access to meter fine zero,
meter span and alarm level controls

Total Number of Modules 1. 4 nos. (1 channel module) each Metering


6
Skids

Alarm Settings (Shall be 1st Alarm set at 20 % LEL


7
adjustable over the full range)
2nd Alarm set at 60 % LEL

Malfunction Alarm Required for sensor defects, broken contacts,


8
line breakage, short circuit, earth fault and
over range.

Alarm Lights Required


9
Indicator Lights on the module I. Malfunction warning (per channel
10
(separate for each channel)
II. Power ON

III. Calibration Mode, Test Mode

IV. 20 % LEL of rising concentration (per


channel)

V. 60 % LEL of rising concentration (per


channel)

11 Power supply Power supply of 230 V AC  10%, 50 Hz  3% UPS.

12 Alarm Acknowledge, Test, Reset Push Required


buttons

MR NO. B035-000-YF-MR-2942 16.10.19 BO PKS PKS


CLIENT: M/s GAIL DATE BY CHK APP
ENGINEERS INDIA LTD.
NEW DELHI
PLANT- DOBHI-DURGAPUR-HALDIA DATA SHEET NO. REV.
PIPELINE
VENDOR- B035-000-YE-DS-5010 0
(Page 1of 2)
This drawing and the design it covers 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, nor used except in the limited way and private use permitted by any
written consent given by lender to the borrower.

Page 261 of 1260


LEL MONITOR

13 Repeatability  1 % of Full scale

14 Maximum allowable loop resistance By vendor

15 Make/Model Number *

Note 1. Removal of an individual module should not disturb the functioning of the other module in the system. Also
calibration of individual detectors of each module shall be possible without affecting the operation of the other detectors
associated with that module.

Note 2. Vendor shall provide common potential free contacts combining all channels/ sensors corresponding to the
following parameters with rating 24V DC, 2 A .

a) common 20 % LEL alarm ,b)common 60 % LEL alarm, c)common malfunction alarm

Note 3. LEL Monitor is required for the Following Gas Metering Skids :

(1) Gas Metering Skid at CGS Kolkata RT(034-M-3301)

(2) Gas Metering Skid at CGS Jamshedpur RT(025-M-2101)

(3) Gas Metering Skid at SAIL Durgapur(032-M-2701)

(4) Gas Metering Skid at FCI Sindri Spurline (021-M-1801)

(5) Gas Metering Skid at HFC Haldia Spurline (027-M-2201)

MR NO. B035-000-YF-MR-2942 16.10.19 BO PKS PKS


CLIENT: M/s GAIL DATE BY CHK APP
ENGINEERS INDIA LTD. PLANT- DOBHI-DURGAPUR-HALDIA DATA SHEET NO. REV.
NEW DELHI
PIPELINE
VENDOR- B035-000-YE-DS-5010 0
(Page 2 of 2)
This drawing and the design it covers 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, nor used except in the limited way and private use permitted by any
written consent given by lender to the borrower.

Page 262 of 1260


This drawing, and the design it covers, 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, loaned, exhibited nor used, except in the limited way and private use permitted by any written consent given by the lender to the borrower.
EIL –3442-0101-F1 Rev.1 A4-210 x 297.

Page 263 of 1260


0
Rev

NEW DELHI
NOTES:
Date
16.10.19

ENGINEERS INDIA LIMITED


Description

HALDIA PIPELINE
Issued with MR

CLIENT : M/s GAIL


PROJECT: DOBHI-DURGAPUR-
DATA SHEETS

By
BO
SR

Page 1 of 9
CKD

Document No.

0 B035-000-YE-DS-5100
REV
PKS
APPD
FOR GAS METERING CONTROL PANEL AND ACCESSORIES
This drawing, and the design it covers, are the property of ENGINEERS INDIA LIMITED. They are merely loaned, and on the borrower’s express agreement, that they will not be

1) Information filled-in by Consultant/Owner specifies the minimum system requirements.


Vendor shall check the same with respect to the special requirements as per this package.

2) Vendor shall provide unambiguous information against all items marked as “*” in the
reproduced, copied, loaned, exhibited nor used, except in the limited way and private use permitted by any written consent given by the lender to the borrower.

data sheets.

3) Vendor shall complete information against all items marked as “**” in the data sheets.

4) Note that information provided against all items marked as “**” and “*” must be such
that system performance is not degraded.

5) Vendor shall categorically confirm all items marked as “#” in the data sheets. In case no
specific confirmation is indicated, it shall be considered as vendor's unconditional
compliance.
EIL –3442-0101-F1 Rev.1 A4-210 x 297.

PROJECT: DOBHI-DURGAPUR- Document No. REV


ENGINEERS INDIA LIMITED HALDIA PIPELINE
CLIENT : M/s GAIL
NEW DELHI B035-000-YE-DS-5100 0
Page 2 of 9

Page 264 of 1260


This drawing, and the design it covers, are the property of ENGINEERS INDIA LIMITED. They are merely loaned, and on the borrower’s express agreement, that they will not be
1.0 Installation Location

1.1 Location Indoor [x]


reproduced, copied, loaned, exhibited nor used, except in the limited way and private use permitted by any written consent given by the lender to the borrower.

1.2 Flooring False Flooring [] OR Concrete [x]

1.3 Flooring loading limits No [x]

1.4 Vibration No [x] Yes [ ]

1.5 Air conditioning No [] Yes [x]

2. General Details

2.1 Type Self supported [x] Free Standing [x]

Enclosed Cubicle [x] Non-Graphic [x]

Semi-Graphic [ ]

2.2 Lighting Yes [x] No []

For inside Panel/ [x] Door Switch [x]


Cabinet

Power supply 230 V AC Non UPS [x]

Other : 24V DC

2.3 Ventilation Yes [x] No [ ]

With Louvers backed [x] With Fan [x]


by wirefly screen

Fan failure Alarm Required [x]

Note: Vendor to provide complete fan failure temperature detection unit (FFTDU) in the
panel and its wiring /termination details to Client’s SCADA.
EIL –3442-0101-F1 Rev.1 A4-210 x 297.

2.4 Doors Yes * [x] No [ ]

Rear [x] Side [ ]


Removable hinged [x]
doors

Door width Double Door [X]

Each Max. of 600 mm (for panels) [x]**

Single Door [x] Max. 600 mm [x]**

Note : *Doors shall be provided with lock and key


**Shall suit the width of the panel.

2.5 Special Features Vibration proof [ ] Explosion proof []


Drip proof [] Pressurized []

PROJECT: DOBHI-DURGAPUR- Document No. REV


ENGINEERS INDIA LIMITED HALDIA PIPELINE
CLIENT : M/s GAIL
NEW DELHI B035-000-YE-DS-5100 0
Page 3 of 9

Page 265 of 1260


This drawing, and the design it covers, are the property of ENGINEERS INDIA LIMITED. They are merely loaned, and on the borrower’s express agreement, that they will not be

2.6 Cable entry Bottom [x] Top []


reproduced, copied, loaned, exhibited nor used, except in the limited way and private use permitted by any written consent given by the lender to the borrower.

Glands (Single Compression type of SS) [x] For external cables


Such as armoured cables
Note : All unused cable entries must be sealed with metallic plugs.

2.7 Receptacles For 230V AC UPS [x] For telephone Set [ ]

For calibrator/communicator for smart transmitters [x]


3. Size and Quantity

Cabinets/panels are to be supplied by vendor as given below. However sizes (width) and quantities of
panels/cabinets shown below are indicative only. Sizes (width) and quantities may change during detailed
engineering as per actual requirement and the same shall be included by the vendor.

Make Dimensions in mm
Description
Width Height Depth
Metering Control Panel * 1000 2000 +100 channel 800
For Metering Skid at CGS ** base
Kolkata RT (034-CP-
0001)
Metering Control Panel * 1000 2000 +100 channel 800
For Metering Skid at CGS ** base
Jamshedpur RT (025-CP-
0001)
Metering Control Panel * 1000 2000 +100 channel 800
For Metering Skid at ** base
SAIL Durgapur (032-CP-
0001)
Metering Control Panel * 1000 2000 +100 channel 800
For FCI Sindri Spurline ** base
(021-CP-0001)
Metering Control Panel * 1000 2000 +100 channel 800
For HFC Durgapur ** base
Spurline (027-CP-0001)
EIL –3442-0101-F1 Rev.1 A4-210 x 297.

Notes:
1. Vendor to note that all information in columns marked * is to be filled by vendor.
2. Cabinets/panel shall be mounted on the base frame in the control room.
3. Panels/ cabinets shall be rigidly mounted on 100 mm high channel base. Channel Base
dimensions: 100 x 50 x 6 MM MS.
** Width indicated is indicative;

4.0 Painting / Colour


External (RAL 7035) [X]

Internal (RAL 7035) [X]

Channel Base Black [X]

Panel Finish Non Glossy High Satin [X]

Note: 1) The finish shall include sand blasting, grinding, chemical cleaning, and surface finishing

PROJECT: DOBHI-DURGAPUR- Document No. REV


ENGINEERS INDIA LIMITED HALDIA PIPELINE
CLIENT : M/s GAIL
NEW DELHI B035-000-YE-DS-5100 0
Page 4 of 9

Page 266 of 1260


This drawing, and the design it covers, are the property of ENGINEERS INDIA LIMITED. They are merely loaned, and on the borrower’s express agreement, that they will not be
by suitable filler and two coats of high-grade lacquer with wet sanding between coats.
2) Two coats of paint in panel colour shall be given for non-glossy High Satin finish.
3) A final coat of paint shall be given at site (touch-up, if required)
reproduced, copied, loaned, exhibited nor used, except in the limited way and private use permitted by any written consent given by the lender to the borrower.

5.0 Constructional details


5.1 Control panel CRCA 3.2 mm thick steel [X]
HRCA 5.0mm thick steel [X]
Welded to Frame [X]

5.2 Side and Top Plates CRCA 2mm thick steel [X]
Welded to Frame [X]
5.3 Cabinets CRCA 2mm thick Steel [x]

5.4 Door Panel CRCA 1.6mm Thick steel [x]


Single side hinged [x]#
Both side hinged [x]#
Concealed Hinges [x]
Flush Pull chrome plated Handles [x]
Lever Type Handle [ ]

Note:# Vendor to decide based on final panel width.

5.5 Cable gland plate: CRCA 3 mm thick steel [x]

5.6 Anchor Bolt size: By vendor

5.7 Frame angle size: 50 x 50 x 4 mm [x]


Formed Section: 2 mm. Thick

5.8** Lifting Eye Bolt Required [x]

5.9 LEL Monitor Size 19” Rack [x]

6.0 Wiring

6.1 Type General Purpose [x]


EIL –3442-0101-F1 Rev.1 A4-210 x 297.

Intrinsically Safe [x] For Safety Barrier and other


Intrinsically safe equipments.

6.2 Wiring details As per point 9.5

230V AC UPS Wiring


External to cabinet Min. 3x2.5 mm/Copper conductor PVC insulated
armoured.

24V DC Wiring
External to cabinet Min. 3x2.5 mm/Copper conductor PVC insulated
armoured.

Inside the Cabinet Min. 19 strands, 16 AWG Copper conductor PVC


Insulated

230V AC Wiring 3x2.5sq. mm Copper Conductor PVC insulated


(Non UPS) armoured.

PROJECT: DOBHI-DURGAPUR- Document No. REV


ENGINEERS INDIA LIMITED HALDIA PIPELINE
CLIENT : M/s GAIL
NEW DELHI B035-000-YE-DS-5100 0
Page 5 of 9

Page 267 of 1260


This drawing, and the design it covers, are the property of ENGINEERS INDIA LIMITED. They are merely loaned, and on the borrower’s express agreement, that they will not be

Low voltage internal Min 19 strands, 16 AWG copper Conductor PVC


Insulated to Cabinet.
reproduced, copied, loaned, exhibited nor used, except in the limited way and private use permitted by any written consent given by the lender to the borrower.

7.0 Signal Wiring

7.1 External to Cabinet 1.0 sq. mm twin twisted individual shielded overall
shielded with overall drain PVC insulated armored.

7.2 Inside the cabinet Multi stranded min. 1.0 mm² Copper conductor PVC
insulated twin twisted and shielded.

7.3 Terminal Type Screw clamp type with Pressure Plate

7.4 Terminal size for Signal Suitable for Min. 2.5 Sq.mm size conductor

7.5 Terminal size for Power Dist. Suitable for Min. 4.0 Sq.mm size conductor and Higher
as per actual cable sizes.

7.6 Terminal Block Clip-on type

7.7 Wiring Colour Code:

Power Supply Hot Red [x]


(230V UPS, 230 V AC Neutral Black [x]
Non UPS) Earth Green [x]

DC Wiring Positive Red [x]


Negative Black [x]

Alarm System White [x]

Control & Shutdown Yellow [x]

Analog Signals Light Blue [x]


(Intrinsically safe)

Analog Signals Black [x]


(NON- IS)
EIL –3442-0101-F1 Rev.1 A4-210 x 297.

8.0 Marshalling philosophy

8.1 Vendor to provide separate rows in terminal strips for field cables and cables to/from RTU/ other
control panel. Separate rows in terminal strip shall be used for digital and analog signals.

8.2 All panels shall be designed to avoid congestion for ease of maintenance. Additionally, panels shall be
designed to take care of the following:

 All the spare cores shall be terminated. No cable/ core shall be left un-terminated in the Panel.

8.3 Vendor shall be fully responsible for sizing of each cabinet/ panel to ensure sufficient maintenance
space. A cabinet/ panel found congested at any stage of project execution shall be replaced by the
vendor without any implications.

8.4 Panel layout shall ensure clear and adequate segregation between termination panels and cables in the
following.

i) Analog (intrinsically safe)

PROJECT: DOBHI-DURGAPUR- Document No. REV


ENGINEERS INDIA LIMITED HALDIA PIPELINE
CLIENT : M/s GAIL
NEW DELHI B035-000-YE-DS-5100 0
Page 6 of 9

Page 268 of 1260


This drawing, and the design it covers, are the property of ENGINEERS INDIA LIMITED. They are merely loaned, and on the borrower’s express agreement, that they will not be
ii) Analog (Non-intrinsically safe)
iii) Discrete
iv) Power supply cables (voltage wise split)
v) RTD signals
reproduced, copied, loaned, exhibited nor used, except in the limited way and private use permitted by any written consent given by the lender to the borrower.

8.5 Vendor shall terminate the fan failure alarm and LEL Detection alarm in separate terminals in the
panel for further wiring for annunciation.

9.0 General

9.1 This data sheet shall be read in conjunction with Std. Specification for main control panel and
accessories (6-52-0049).

9.2 In order to reduce the loading on the panel face, construct channel or equivalent support shall be run
horizontally beneath the instrument cases/ shelves to provide rear support. The finished framework
shall have four (4) removable lifting lugs at the top to facilitate handling.

9.3 Welding

9.3.1 All welds shall be continuous on the pieces being joined, skip welding is not acceptable. Proper
precautions shall be taken to prevent material wrapage during the welding process. All welding
surfaces shall be thoroughly brushed, chipped, and ground to provide clean smooth surface.

9.3.2 The entire steel structure is to be sandblasted, photophatised and painted with two coats of sealing
primer and surface. The final exterior finish shall be a minimum of three coats of colour (specified
elsewhere) epoxy paint. Base channel shall be black painted.

9.4 Terminals

9.4.1 Terminal blocks for panels and cabinets shall be 600 Volt rated and break resistant, isolated Elmex
type or equivalent made of flame retardant PVC. Terminal strips shall be mounted in a vertical plane
and shall be spaced at least 125 mm center to center. Terminal strips shall be elevated by minimum
300 mm from the gland plate. A minimum of 20% spare field wiring terminals, evenly distributed
throughout the panel, shall be provided.

9.4.2 All wire connectors for panel wiring shall be of the compression type, with PVC insulated sleeves.
Spade type terminals shall be used. No splices will be allowed within the panel.

9.4.3 Intrinsically safe analog signal field wiring shall terminate directly at the intrinsic safety barrier output
terminals. Field trouble contact wiring for the panel annunciator shall terminate at the integral
EIL –3442-0101-F1 Rev.1 A4-210 x 297.

terminal strip located at the rear of the annunciator enclosure. All other field wiring shall terminate on
dedicated terminal blocks or groups of terminal blocks shall be provided for different services.

(Separate dedicated terminal block or group of terminal block shall be provided in the panel for
all signals TO/FROM RTU)

9.4.4 All panels shall be supplied completely wired, requiring only field connections at site.

9.5 Wiring

9.5.1 All wiring shall conform to API-RP-550 Part I Section 7 & 12. Different signal level cables shall be
routed under false flooring with separation distances as recommended by API-RP-550 Section 7.

9.5.2 All wiring inside racks, cabinets and back of the panels shall be housed in covered non-flammable
plastic raceways arranged to permit easy accessibility to various instruments for maintenance,
adjustments, repair and removal.

9.5.3 All wiring in the raceways shall be properly clamped. Total wiring cross-sectional area including air
gap shall not exceed 50% of raceway cross-sectional area. Rubber/ Plastic grommets shall be used for

PROJECT: DOBHI-DURGAPUR- Document No. REV


ENGINEERS INDIA LIMITED HALDIA PIPELINE
CLIENT : M/s GAIL
NEW DELHI B035-000-YE-DS-5100 0
Page 7 of 9

Page 269 of 1260


This drawing, and the design it covers, are the property of ENGINEERS INDIA LIMITED. They are merely loaned, and on the borrower’s express agreement, that they will not be
wire entry into individual instruments and entry/ exit of wires through raceways.

9.5.4 Separate wiring raceways shall be used for supply wiring DC and low level wiring and Intrinsically
safe wiring. DC supply wiring and control wiring shall be separated by not less than 150 mm. Parallel
reproduced, copied, loaned, exhibited nor used, except in the limited way and private use permitted by any written consent given by the lender to the borrower.

runs of AC and DC wiring closer than 300 mm shall be avoided.


9.5.5 Wiring termination shall be done using self-insulating crimping lugs.

9.5.6 No more than two wires shall be terminated on one side of single terminal. Such a practice shall be
avoided as far as possible. The use of shorting link for looping shall be avoided.

9.5.7 Terminal housing shall be strictly sized with considerations for accessibility and maintenance.
Following points should be considered:

a) Distance between terminal strip and side : 100 mm (min.) + through of the panels/
cabinets up to 50 terminals width

b) Distance between two adjacent terminal : 100 mm (min.) +through strips width

c) Distance between gland plate and bottom of the : 300 mm (min.)


strip
d) Distance of terminal strip from instrument/trough : 100 mm (min.)
/panel top/panel bottom
e) Addition distance for each additional : 25 mm (min.)
25 terminals

9.5.8 All terminal strips shall be mounted on suitable anodized metallic or plastic stand off. No
Splicing is allowed in between wire/cable straight run.

9.5.9 Terminal strips shall be arranged GroupWise for incoming and outgoing cable separately.

9.5.10 Cabinet and rack layout shall be made considering proper accessibility and maintenance.
20% spare accessories like relays, switches, lamps, fuses etc shall be provided as a minimum.

9.5.11 Terminal blocks for intrinsically safe wiring shall be separate and shall be separated from non-
intrinsically safe wiring by at least 50 mm.

9.6 Grounding
9.6.1 A minimum 1"x1/4" copper ground bus bar, isolated from the panel structure shall run the entire
length of the enclosures near floor level in all control panels, cabinets and consoles. Compression-type
terminals suitable for 4.0 AWG copper ground cable shall be provided at each end of the bar for
EIL –3442-0101-F1 Rev.1 A4-210 x 297.

connection to the main ground. All signal circuits shall be grounded as per the instrument
manufacturer's recommendations and good engineering practices. All circuits must be grounded at one
point only, normally in the control panel.

9.6.2 All shields shall be ground at the same point as the signal circuit. All instrument shields shall be
terminated in a separate terminal block.

9.6.3 Special precautions must be observed to assure proper grounding of intrinsic safety barriers. Two
independent ground wires must be run from the dual barrier grounding screws to the ground bus bar.
Ground screws can be interconnected in a multiple barrier assembly; however the ground wires must
be connected so that removal of any barrier will not interrupt the ground circuit. The resistance
between the barrier and ground shall be less than one (1) ohm.

9.6.4 Each cabinet, console and other equipment system shall be provided with an earthing lug (with the
total loop resistance of less than 5). All these lugs shall be properly secured to the AC mains earthing
bus.

9.6.5 All circuit grounds, shields and drain wires of control cables shall be connected to the system ground
bus which shall be electrically isolated from AC mains earthing bus.

PROJECT: DOBHI-DURGAPUR- Document No. REV


ENGINEERS INDIA LIMITED HALDIA PIPELINE
CLIENT : M/s GAIL
NEW DELHI B035-000-YE-DS-5100 0
Page 8 of 9

Page 270 of 1260


This drawing, and the design it covers, are the property of ENGINEERS INDIA LIMITED. They are merely loaned, and on the borrower’s express agreement, that they will not be

9.6.6 All barriers, if required, shall be securely grounded. Safety barrier ground wire shall be capable of
carrying a maximum fault level current of 0.5 A at 250 V r.m.s. per barrier.
reproduced, copied, loaned, exhibited nor used, except in the limited way and private use permitted by any written consent given by the lender to the borrower.

9.6.7 All circuits grounds of electronics instruments, shields and drain wires of signal cables shall be
connected to instrument ground bus, which is electrically isolated from the AC mains earthing bus.
The instrument ground bus is connected to independent instrument system ground buses through
redundant insulated wires.

9.7 Power Supply Distribution


Power supply of 230 V AC  10%, 50 Hz  3% UPS and 230 V AC, 50 Hz (Non UPS for panel
lighting & fans) shall be provided by the purchaser. Vendor shall provide a redundant 230V AC, 50
Hz, UPS to 24 V DC power pack of adequate capacity required for barriers, isolators, relays, lamps
and other items like flow computers etc. All further power distribution at all stations shall be carried
out by the vendor.
Vendor shall refer power supply distribution drawings enclosed.
While sizing the power distribution system the following points to be taken care of.
9.7.1 Vendor shall adequately size Feeders, Isolators, and Fuse rating based on actual load on each feeder
for the complete gas metering system loads including all Sub-systems, equipments in vendor’s scope
of supply.

9.7.2 Main isolator shall be DPST type to isolate AC line and neutral. Likewise, individual distribution
feeders to have isolators of DPST type to isolate line and neutral.

9.7.3 All AC and DC main power supply feeder each to be protected by a suitably sized thermal magnetic
circuit breaker with manual trip lever. The breakers shall be housed in suitable surface-mount
enclosures.

9.7.4 Vendor shall provide 20% (minimum 01 no.) Spare power distribution outlets complete with isolator
and fuse for complete type total quantity used for each category.

9.7.5 Provide digital Voltmeter and Ammeter in each main power feeder entry point inside the Power
Supply Distribution Board

9.7.6 All enclosures shall be clearly marked indicating voltage level contained therein.
9.7.7 DC power distribution shall be designed to avoid any common mode failure.

9.7.8 Any other voltage level required like 24 V DC required by vendor shall be derived from 230 V AC
through redundant power pack.
EIL –3442-0101-F1 Rev.1 A4-210 x 297.

9.8 Lighting
Internal lighting shall be installed within panel using one fluorescent lighting fixtures to provide
adequate lighting for maintenance of equipment. This lighting shall be operable from panel door
switch. The location of lighting fixtures must not interfere with doors of other equipment, which must
be accessible and space shall be maintained for bulb replacement. Thermal insulation must be provided
if necessary to prevent excessive temperature rise in the panel surface of mounted equipment. Control
switches in a suitable surface mount enclosure shall be provided for the normal lighting inside the
panel near each door. A 3-wire duplex convenience outlet shall also be installed within the panel to
provide 230 V AC power for test instruments.

PROJECT: DOBHI-DURGAPUR- Document No. REV


ENGINEERS INDIA LIMITED HALDIA PIPELINE
CLIENT : M/s GAIL
NEW DELHI B035-000-YE-DS-5100 0
Page 9 of 9

Page 271 of 1260


Page 272 of 1260
Page 273 of 1260
Page 274 of 1260
Page 275 of 1260
Page 276 of 1260
Page 277 of 1260
Page 278 of 1260
DRAWING NO. REV.
ENGINEERS INDIA LIMITED
NEW DELHI

Page 279 of 1260


REV. DATE REVISION BY CHK APPROVED APPROVED
Page 280 of 1260
Page 281 of 1260
Page 282 of 1260
Page 283 of 1260
MANDATORY SPARE PARTS
(INSTRUMENTATION) B035-000-16-51-SL-2943
Rev0
Page 1 of 2

MANDATORY SPARES

INSTRUMENTATION

Vendor shall provide spares for all applicable instruments in accordance with the table below as
Mandatory spare. Vendor shall accordingly submit a list of these spares as per the percentage of
total installed quantity during detail engineering. This shall be reviewed and approved by EIL.
However any change required meeting the quantity as per philosophy specified below shall be
done without any price and delivery implication by the vendor

The list below indicates the minimum requirement for mandatory spares for Instrument/
Accessories for each Gas Metering Skid/Gas Pressure Reducing Skid. However additional
mandatory spares if and as recommended by instrument/ System manufacturer shall be supplied
by vendor without any cost and time implication

S. No. PART DESCRIPTION QUANTITY REQUIRED

1.0 Field Instruments


1.1 Pressure Gauges, Temperature Gauges, Field 10% subject to minimum 1
Indicators, RTD with Thermowell No. of each type
1.2 Transmitters for Pressure, Temperature & 10% subject to minimum 1
Differential Pressure (complete transmitter) No. of each type
2.0 Line Mounted Instruments
2.1 Shutdown Valve/Slam Shut valve
i) Packing and Bonnet Gasket/Special Gasket 1 set
ii) Stem Seal o-rings/Piston o-ring for actuator 1 set
iii)Limit switch 1no.

2.2 Control Valves


i) Packing and Bonnet Gasket/Special Gasket 1 set
ii) Stem Seal o-rings/Piston o-ring for actuator 1 set
iii)Pressure Regulator 1no.

2.3 Ultrasonic Flow meter (Applicable for CGS Kolkata


RT, FCI Sindri Spurline Skid)
1set
i)Sensor Transducer assembly including sensor
cable
2.4 Turbine Meter (Applicable for HFC Durgapur
Spurline skid, CGS Jamshedpur RT, SAIL Durgapur
RT)
i) Pulse Pick Up Coil / Pulse Transmitter 1set
2.5 RPD Flowmeter ( Applicable for CGS Kolkata
RT,CGS Jamshedpur RT)
Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved

Page 284 of 1260


MANDATORY SPARE PARTS
(INSTRUMENTATION) B035-000-16-51-SL-2943
Rev0
Page 2 of 2

S. No. PART DESCRIPTION QUANTITY REQUIRED

i) i) Pulse Pick Up Coil / Pulse Transmitter 1set


3.0 Metering Control Panel Instruments(Note-4)
3.1 Isolating Barriers (Analog Input/Digital Input) 10% subject to minimum 1 No.
of each type
3.2 Fuses 100 %
3.3 Relays 10% subject to minimum 1 No.
of each type
4.0 Filters & Pipings (Note 5)

NOTES:
1. The word ‘TYPE’ means the Make, Model no., Type, Range, Size/ Length, Rating,
Material as applicable.

2. Wherever % age is identified, Vendor shall supply next rounded figure.

3. The terminology used under ‘Part Description’ is the commonly used name of the part and
may vary from manufacturer to manufacturer.

4. Gas Metering panel Instruments is applicable for Gas Metering Skids only.

5. For Mandatory spares of Filters and Piping related items, refer Static & Machinery
Equipment department inputs & Pipeline Engineering department inputs attached
elsewhere in the MR.

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved

Page 285 of 1260


SUB-VENDOR LIST FOR Document No.
INSTRUMENTATION ITEMS B035-000-16-51-VL-2943 Rev. 1
Page 1 of 8

SUB VENDOR LIST


FOR
INSTRUMENTATION ITEMS

1 05.01.2021 Issued with MR BO SR PKS

0 17.06.2020 Issued with MR BO SR PKS


Rev. Checked Approved
Date Purpose Prepared by
No by by

Page 286 of 1260


SUB-VENDOR LIST FOR Document No.
INSTRUMENTATION ITEMS B035-000-16-51-VL-2943 Rev. 1
Page 2 of 8

SUB VENDOR LIST FOR INSTRUMENTATION ITEMS

Sl No. APPROVED VENDORS NAME

Item: Field Instruments (P,DP,F,L,T,TD.)


1. ABB India Ltd (Bangalore)
2. ABB Automation Products Gmbh
3. Emerson Process Management India Pvt Ltd
4. Emerson Proces Mgmt Asia Pacific Pte Ltd
5. Endress+Hauser Wetzer India Pvt Ltd
6. Endress+Hauser (I) Auto. Instr. Pvt Ltd
7. Endress+Hauser Wetzer Gmbh+ Co.Kg
8. Endress+Hauser Gmbh+Co. Kg
9. Fuji Electric Systems Co. Ltd
10. Honeywell Automation India Ltd
11. Honeywell Inc.
12. Yokogawa India Limited
13. Yokogawa Electric Corporation

Item: Tube Fittings


1. Astec Valves & Fittings Pvt. Ltd
2. Arya Crafts & Engineering Pvt Ltd
3. Autoclave Enginers Fluid Components
4. Comfit & Valves Pvt. Ltd
5. Circor Instr. Technologies Inc-Form.H608
6. Excelsior Engg. Works
7. Excel Hydro Pneumatics Pvt Ltd
8. Fluid Controls Pvt Ltd
9. Multimetal Industries
10. Precision Engineering Industries
11. Prime Engineers
12. Panam Engineers
13. Parker Hannifin Corporation
14. Reliance Engineering & Electricals Corpn
15. Sealexcel (India) Pvt. Ltd
16. Swastik Engineering Works
17. Swagelok Co
18. SSP Fittings Corporation
19. TK Fujikin Corporation
20. Wesmec Engineering Private Limited
21. Fitok Incorporated
22. Ham-let

Page 287 of 1260


SUB-VENDOR LIST FOR Document No.
INSTRUMENTATION ITEMS B035-000-16-51-VL-2943 Rev. 1
Page 3 of 8

23. Met-lok Valves & Fitting


24. Vipal Enterprises Pvt Ltd

Item: Instrument Tubing


1. HEAVY METALS & TUBES LTD. (MEHSANA)
2. RATNAMANI METALS AND TUBES LTD.
3. TK FUJIKIN CORPORATION
4. JINDAL SAW LTD. (NASHIK WORKS)
5. REMI EDELSTAHL TUBULARS LTD
6. SHUBHLAXMI METALS AND TUBES PVT. LTD

Item: Control Panel & Accessories


1. Accusonic Controls Pvt Ltd
2. Electronic Corporation of India Ltd
3. Electronic Instrumentation & control P. Ltd
4. Industrial Controls & Appliances Pvt Ltd
5. IRIS Automation Pvt Ltd
6. Control System Engineers
7. Positronics Pvt Ltd
8. Prima Automation India Pvt Ltd
9. Pyrotech Electronics Pvt Ltd
10 Radha Krishna Controls
Item: Temperature Elements and Thermowells
1. Altop Industries Ltd
2. ABB Automation Ltd
3. Detriv Instrumentation & Electronics Ltd
4. Daily Thermetrics Corporation
5. GAYESCO- WIKI USA,LP
6. Pyro-electric Instruments Goa Pvt Ltd
7. Gauges Bourdon (I) Pvt Ltd
8. Baumer Technologies India Pvt. Ltd
9. Techno Instruments
10. Temp-Tech
11. Tempsens Instruments India Pvt Ltd
12. Thermo Electric CO. INC.
13. Thermo-couple Products CO
14. Thermo-Electra B.V
15. TM TECNOMATIC SPA
16. Toshniwal Industries Pvt Ltd
17 Wika Alexander Wiegand & CO GMBH
18 Wika Instrument India Pvt Ltd
Item: Signal Cables
1. Associated Cables Pvt Ltd
2. Associated Flexibles & Wires [P] Ltd

Page 288 of 1260


SUB-VENDOR LIST FOR Document No.
INSTRUMENTATION ITEMS B035-000-16-51-VL-2943 Rev. 1
Page 4 of 8

3. CMI Limited
4. Cords Cable Industries Ltd
5. Delton Cables Limited
6. Elkay Telelinks Ltd
7. KEI Industries Limited
8. KEC International - Mysore
9. Polycab India Limited
10. Suyog Electricals Ltd
11. Thermo Cables Ltd
12. T C Communication Pvt. Ltd
13. Udey Pyrocables Pvt. Ltd
14. Havells India Ltd
15. Lapp India Pvt Ltd
16. Temsens Instruments(I)Pvt. Ltd
17. Leoni Cable Solutions(India) Pvt Ltd
18. Paramount Communications Ltd
19. Leoni KERPEN GMBH
Item: Interface Devices
1. Camille Bauer Messinstrumente AG
2. GM International SRL
3. HANS Turck GMBH & CO. KG
4. IFM Electronic GMBH
5. MTL Instruments Pvt Ltd
6. OSNA Electronics Pvt Ltd
7. Pepperl + FUCHS GMBH
8. R Stahl Schaltgerate GMBH

Item : Instrument Valves & Manifolds


1. Astec Valves & Fittings Pvt. Ltd
2. Arya Crafts & Engineering Pvt Ltd
3. Autoclave Engineers Fluid Components
4. Anderson Greenwood Crosby
5. Baumer Technologies India Pvt. Ltd
6. Chemtrols Industries Ltd
7. Comfit & Valves Pvt. Ltd.
8. Circor Instrumentation Technologies Inc
9. Excelsior Engineering Works
10. Excel Hydro Pneumatics Pvt Ltd
11. Fluid Controls Pvt Ltd
12. Micro Precision Products Pvt Ltd
13. Precision Engineering Industries
14. Prime Engineers
15. Panam Engineers
16. Parker Hannifin Corporation

Page 289 of 1260


SUB-VENDOR LIST FOR Document No.
INSTRUMENTATION ITEMS B035-000-16-51-VL-2943 Rev. 1
Page 5 of 8

17. Swastik Engineering Works


18. Swagelok Co.
19. Swagelok Limited
20. TK Fujikin Corporation
21. Wesmec Engineering Private Limited
22. Ham-let
23. Met-lok Valves & fittings
ITEM : CONTROL VALVE
1. ARCA REGLER GMBH
2. AST APPARECCHI DI SICUREZZA E TENUTA SPA
3. CCI VALVE TECHNOLOGY GMBH

4. GE OIL & GAS INDIA PVT. LTD


5. DRESSER PRODUITS INDUSTRIELS
6. EMERSON PROCESS MANGMNT CHENNAI PVT. LTD
7. FORBES MARSHALL ARCA P LTD
8. FLOWSERVE INDIA CONTROL PVT LTD-BANGALOR
9. FLOWSERVE PTE LTD
10. KOSO INDIA PVT LTD
11. KENT INTROL UK LTD
12. KSB MIL CONTROLS LIMITED
13. MOTOYAMA ENGG WORKS LTD
14. SEVERN GLOCON INDIA PVT LTD
15. SAMSON CONTROLS PVT LTD
16. SEVERN GLOCON LTD
17. SAMSON AG MESS-UND REGELTECHNIK
18. SPX VALVES & CONTROLS (FORMERLY DEZURIK)
19. WEIR VALVES & CONTROLS UK LTD
20. BELLINO SRL
21. Instrumentation Ltd
22. CONTINENTAL VALVE LTD
MASCOT VALVE PVT LTD
ITEM: PRESSURE GAUGES
1. AN Instruments Pvt Ltd
2. Precision Mass Products Pvt. Ltd.
3. Baumer Technologies India Pvt. Ltd
4. Thermal Instruments(I) P Ltd
5. Budenberg Gauge Co. Ltd
6. Badotherm Process Instruments B.V
7. Gauges Bourdon (I) Pvt. Ltd
8. H Guru Instruments(South India) Pvt. Ltd
9. H.Guru Industries
10. Manometer (India) Pvt. Ltd
11. Wika Instruments India Pvt Ltd
12. Walchandnagar Industries Ltd(Tiwac Divn)

Page 290 of 1260


SUB-VENDOR LIST FOR Document No.
INSTRUMENTATION ITEMS B035-000-16-51-VL-2943 Rev. 1
Page 6 of 8

13. Wika Alexander Wiegand & Co Gmbh


14. AN Instruments Pvt Ltd
15. Precision Mass Products Pvt. Ltd.
16. Forbes Marshall(Hyd.) Pvt Ltd

ITEM: TEMPERATURE GAUGES


1. AN INSTRUMENTS PVT LTD
2. PRECISION MASS PRODUCTS PVT. LTD
3. BAUMER TECHNOLOGIES INDIA PVT. LTD
4. BADOTHERM PROCESS INSTRUMENTS B.V
5. GAUGES BOURDON (I) PVT. LTD
6. H GURU INSTRUMENTS(SOUTH INDIA) PVT. LTD
7. H.GURU INDUSTRIES
8. WIKA INSTRUMENTS INDIA PVT LTD
9. WALCHANDNAGAR INDUSTRIES LTD(TIWAC DIVN)
10. WIKA ALEXANDER WIEGAND & CO GMBH
11. Forbes Marshall Pvt. Ltd.
12. BUDENBERG GAUGE CO. LTD
13. Manometer IndiaPvt Ltd
ITEM : JUNCTION BOXES(Flame Prof)
1. BALIGA LIGHTING EQUIPMENTS (P) LIMITED
2. FLEXPRO ELECTRICALS PVT LTD
3. FLAMEPROOF EQUIPMENTS PVT.LTD
4. FCG POWER INDUSTRIES PVT LTD
5. FCG FLAMPROOF CONTROL GEARS P. LTD
6. PETROLEUM SAFETY PRODUCTS IND. PVT. LTD
7. KAYSONS TECHNO EQUIPMENT P LTD
8. SUDHIR SWITCHGEARS PVT LTD
9. PEPPERLS & FUCHS Manufacturing Pvt. Ltd.
10. Phoenix Mecano India Pvt. Ltd.
11. R STAHL Pvt. Ltd.

ITEM : SELF ACTUATED PR. CONTROL VALVES


1. Emerson Process Management Chennai Pvt Ltd
2. GE Oil & Gas India Pvt Ltd
3. Dresser Produits Industriels
4. Esme Valves Ltd
5. Emerson Proces Management Asia Pacific Pte Ltd
6. Elster-Istoromet NV-Formar
7. Gorter Controls B.V
8. KSB MIL Controls Limited
9. Nirmal Industrial Control Pvt Ltd.
10. Pietro Fiorentini Spa

Page 291 of 1260


SUB-VENDOR LIST FOR Document No.
INSTRUMENTATION ITEMS B035-000-16-51-VL-2943 Rev. 1
Page 7 of 8

11. RMG REGEL +MESSTECHNIK GMBH


12. Richards Industries
13. Samson Controls Pvt Ltd
14. Samson AG Mess-Und Regeltechnik

ITEM : PR. REGULATOR & SLAM SHUT VALVES


1. Emerson Proces Management Asia Pacific Pte Ltd
2. Elster-Istoromet NV-Formar
3. Gorter Controls BV
4. Mokveld Valves BV
5. Nirmal Industrial Control Pvt Ltd.
6. Pietro Fiorentini Spa
7. RMG REGEL+MESSTECHNIK GMBH

ITEM : GAS DETECTION SYSTEM


1. CROWCON DETECTION INSTRUMENTS LTD
2. DETECTOR ELECTRONICS CORP.
3. DRAGER SAFETY AG. & CO KGAA
4. EMERSON PROCESS MANAGEMENT INDIA PVT LTD
5. HONEYWELL ANALYTICS
6. MINE SAFETY APPLIANCES COMPANY
7. NET SAFETY MONITORING INC
8. JSC ELECTONSTANDART-PRIBOR
9. GASTRON CO LIMITED
10. ENDEE ENGINEERS PVT LTD
ITEM : PUSH BUTTON AND INDICATING LAMPS
1. BCH Electric Ltd
2. C&S Electric Ltd
3. ESSEN DEINKI
4. HOTLINE SWITCHGEAR & CONTROLS
5. L & T Powai
6. Precifine Products Pvt Ltd
7. Schneider Electric India P Ltd
8. Sri Tulsi Switchgears Pvt Ltd
9. Siemens Ltd
10. Teknik Electric(I) Pvt. Ltd.
ITEM : PRESSURE RELIEF VALVES
1. Anderson Greenwood Crosby
2. AST APPARECCHI DI SICUREZZA E TENUTA SPA
3. BHEL Trichy
4. Bliss Anand Pvt Ltd
5. Curtis Wright Flow Controls Corporation
6. Dresser INC
7. Fainger Leser Valves

Page 292 of 1260


SUB-VENDOR LIST FOR Document No.
INSTRUMENTATION ITEMS B035-000-16-51-VL-2943 Rev. 1
Page 8 of 8

8. Instrumentation Ltd(palghat)
9. Leser GMBH & Co KG
10. Nakakita Seisakusho Co Ltd
11. Anderson Greenwood Crosby Sanmar Limited
12. Uni Klinger Limited
13. Trillium Flow Technologies India Private Limited
14. Nirmal Industrial Control Pvt Ltd

NOTES:

1. Vendor may procure material from any of approved vendors listed above. However current
validity and range of approval as per enlistment letter, workload, stability and solvency need to
be verified by the Vendor before placement of order. Vendor in HOLIDAY shall not be
considered for procurement.

2. For equipments/components other than the above, vendor shall submit past track record for the
proposed sub-vendors and obtain written approval from Owner / EIL before placing order.

3. The sub-vendors list shall be approved by owner/EIL prior to placement of order by vendor.
Vendor shall list down the proposed suppliers/vendors for such items and submit the same for
owner review/approval along with necessary documents/PTR. Non-acceptance of a particular
proposed vendor due to any reasons whatsoever shall not be a cause of schedule and cost
implication. If equipments are sourced from outside India, vendor shall obtain prior approval for
make of equipments before placement of order.

Page 293 of 1260


Page 294 of 1260
Page 295 of 1260
Page 296 of 1260
Page 297 of 1260
Page 298 of 1260
Page 299 of 1260
Page 300 of 1260
Page 301 of 1260
Page 302 of 1260
Page 303 of 1260
Page 304 of 1260
Page 305 of 1260
Page 306 of 1260
Page 307 of 1260
Gas Metering Skid and DOCUMENT No.
Pressure Reduction Skid ANNEXURE A
CLIENT : GAIL

1.0 UNDERTAKING FROM SUPPORTING COMPANY

(To be signed by Supporting Company’s corporate level signatory on company's letterhead)

We ______________________ on behalf of M/s ____________________ assume complete


responsibility in case of award of the job by GAIL against Material Requisition no. B035-000-YF-MR-
2942 to M/s _____________________for the following:

a. Review of Make & Model of offered “Gas Flow Meter and flow computer” / “PRS including Slam
shut Valve”
b. Provide backup guarantee for the performance of total system.
c. Provide logistic support to the bidder, as applicable.

I also confirm that I have not bid directly against the same Material Requisition no. B035-000-
YF-MR-2942.

SIGNATURE WITH SEAL


AUTHOURIZED SIGNATORY

2.0 CAPABILITY ASSESSMENT CERTIFICATE BY SUPPORTING COMPANY

(To be signed by Supporting Company’s corporate level signatory on company's letterhead)

We ___________________________ on behalf of M/s _____________ certify that we have


evaluated the facilities available with M/s ________________ and approve them for carrying out the
following activities:

a. System Engineering
b. System Assembly
c. Component Procurement
d. System Integration
e. System Testing
f. Installation supervision
g. Commissioning assistance

(Tick which one is applicable)

We also confirm that QA/QC procedure being followed by M/s___________ at their works is similar
to those being followed by us at our works.

SIGNATURE WITH SEAL


AUTHOURIZED SIGNATORY

Page 1 of 1

Page 308 of 1260


Document No.
SKID B035-034-02-DS-1833
PROCESS DATA SHEET Rev. No. 0
Page 1 of 2
PROJECT DOBHI-DURGAPUR-HALDIA PIPELINE PROJECT CLIENT GAIL
UNIT FILTRATION,METERING & LETDOWN SKID FOR CGS KOLKATA RT JOB NO. B035 UNIT NO. 034
ITEM NO. 034-M-3301 SERVICE LEAN GAS / RLNG / CBM GAS

SKID BATTERY LIMIT CONDITIONS

PROCESS FLUID LEAN GAS / RLNG / CBM GAS

INLET CONDITIONS PRESSURE/TEMP. (50-60) KG/CM2G / (25-30) DEG C


GAS DENSITY 36 - 45 KG/M3
Z FACTOR 0.87 - 0.93
Cp/Cv 1.41 - 1.51
VISCOSITY, CP 0.012-0.014

INLET DESIGN CONDITIONS PRESSURE/TEMP. 92.0 KG/CM2G / 65 DEG C


INLET SIZE 18" NB
INLET LINE RATING 600#

FLOW RATE (MIN./NOR./MAX.) NOTE-6 TRAIN -1 : - / 2.0 MMSCMD / 2.2 MMSCMD


TRAIN -2 : - / 0.005 TO 0.05 MMSCMD / 0.055 MMSCMD

OUTLET CONDITIONS PRESSURE/TEMP. 30-40 KG/CM2G / (AS PER HYDRAULICS) DEG C

OUTLET DESIGN CONDITIONS PRESSURE/TEMP. 49 KG/CM2G / 65 DEG C


OUTLET LINE SIZE 12" NB
OUTLET LINE RATING 300#

CARTRIDGE FILTER ( 1 WORKING + 1 STANDBY)

ALLOWABLE PRESSURE DROP 0.2 KG/CM2 MAX. (CLEAN) / 1.0KG/CM2 MAX. (DIRTY)
MAX. DIFFERENTIAL PRESSURE 2.0 KG/CM2
SIZE OF PARTICLES TO BE REMOVED >5MICRONS
EFFICIENCY 98%
DESIGN CONDITIONS PRESSURE / TEMP. 92.0 KG/CM2G / 65 DEG C
MOC BODY : CS FILTER ELEMENT : POLYMERIC FIBRE

FLOW INSTRUMENT TRAIN-1 : 2 WORKING + 1 STANDBY (NOTE-6)


TRAIN-2 : 1 WORKING + 1 STANDBY (NOTE-6)

ELEMENT PRESSURE DROP 0.2 KG/CM2 (INCLUDING FLOW STRAIGHTNER)


TYPE OF FLOW METER TRAIN -1 : ULTRASONIC
TRAIN -2 : RPD METER
DESIGN CONDITIONS PRESSURE/TEMP. 92.0 KG/CM2G / 65 DEG C

PRESSURE REDUCTION SYSTEM SLAM SHUT VALVES (NOTE 1, 2)

ALLOWABLE PRESSURE DROP 0.5 KG/CM2


DESIGN CONDITIONS PRESSURE/TEMP. 92.0 KG/CM2G / 65 DEG C
LEAKAGE CLASS TSO
LIMIT SWITCH REQUIREMENT ( FULL OPEN / FULL CLOSE ) YES
FAILURE POSITION FC
IBR CERTIFICATE REQUIREMENT NO

MONITOR / REGULATOR

CONTROL SIDE / CONTROL PRESSURE DOWNSTREAM / KG/CM2G


DESIGN CONDITIONS PRESSURE/TEMP. 92.0 KG/CM2G / 65 DEG C
LEAKAGE CLASS TSO
FAILURE POSITION MONITOR : FC, REGULATOR : FO

0 08.10.2018 ISSUED FOR ENGINEERING AB HKP HKP


A 20.08.2018 ISSUED FOR COMMENTS AB HKP HKP
Prepared Reviewed Approved
Rev. No. Date Purpose
By By By
Format No. 3-0241-10 Rev. 0 Copyrights EIL - all rights reserved

Page 309 of 1260


Document No.
SKID B035-034-02-DS-1833
PROCESS DATA SHEET Rev. No. 0
Page 2 of 2
PROJECT DOBHI-DURGAPUR-HALDIA PIPELINE PROJECT CLIENT GAIL
UNIT FILTRATION,METERING & LETDOWN SKID FOR CGS KOLKATA RT JOB NO. B035 UNIT NO. 034
ITEM NO. 034-M-3301 SERVICE RICH GAS / LEAN GAS / RLNG

NOTES:
1. SHUT DOWN VALVE SHALL BE OF SLAM SHUT TYPE AND THEY WILL CLOSE IN THE EVENT OF HIGH PRESSURE
DOWNSTREAM OF PRESSURE REGULATOR

2 PRESSURE LETDOWN SYSTEM SHALL BE WITH REDUNDANT IDENTICAL LETDOWN STREAM ( 1 WORKING + 1 STAND BY )
WITH AUTOMATIC SWITCHOVER FROM LETDOWN STREAM FROM FAILED REGULATOR STREAM TO STANDBY STREAM.
IN CASE OF FAILURE OF PRESSURE REGULATION WITH THE WORKING STREAM THE SLAM SHUT VALVE OF THIS STREAM
SHALL CLOSE AND THE STAND BY STREAM SHALL START REGULATION. MONITOR VALVE OF PARTICULAR STREAM
SHALL REGULATE PRESSURE WHEN MAIN REGULATOR FAILS AND STREAM SWITCHOVER TO TAKE PLACE ONLY WHEN
THE MONITOR FAILS. APPROPRIATE SET POINTS OF REGULATOR, MONITOR AND SLAM SHUT VALVES OF EACH STREAM
SHALL BE DECIDED IN CONSULTATION WITH THE SKID VENDOR IN SUCH A WAY SO AS TO ENSURE THE PROPER STREAM
SWITCHOVER AND REGULATE THE DOWNSTREAM PRESSURE AS REQUIRED.

3 THE MAJOR CONSITUENTS OF THE GAS


LEAN GAS RLNG
COMPONENT COMPOSITION, MOL% COMPONENT COMPOSITION, MOL%
C1 98.340 C1 92.34
C2 1.500 C2 5.470
C3 0.020 C3 0.320
I-C4 0.000 C4 0.027
N-C4 0.000 C5 0.003
I-C4 0.000 C6 0.000
N-C4 0.000 CO2 0.000
C6+ 0.000 N2 1.780
CO2 0.020 TOTAL SULPHUR 24PPM
N2 0.120

CBM
COMPONENT COMPOSITION, MOL%
METHANE 93.89-97.89
ETHANE 0.100
CO2 3.5-0.5
N2 2.5-1.5

4. SKID VENDOR SHALL PROVIDE THE LEL MONITOR FOR HYDROCARBON DETECTION.

5. FOR TYPICAL DETAILS REFER P&ID NO. B035-02-42-034-1133 & B035-02-42-000-1107.

6. TRAIN-1 WITH ULTRASONIC METER SHALL BE USED FOR THE FLOW RANGE OF 2.0 MMSCMD TO 2.2 MMSCMD WHILE TRAIN-2
WITH RPD METER SHALL BE USED FLOW RANGE OF 0.005MMSCMD TO 0.05MMSCMD.

0 08.10.2018 ISSUED FOR ENGINEERING AB HKP HKP


A 20.08.2018 ISSUED FOR COMMENTS AB HKP HKP
Reviewed Approved
Rev. No. Date Purpose Prepared By
By By
Format No. 3-0241-10 Rev. 0 Copyrights EIL - all rights reserved

Page 310 of 1260


Document No.
SKID B035-021-02-DS-1818
PROCESS DATA SHEET Rev. No. 0
Page 1 of 2
PROJECT DOBHI-DURGAPUR-HALDIA PIPELINE PROJECT CLIENT GAIL
UNIT FILTRATION,METERING & LETDOWN SKID AT TAP OFF POINT FOR FCI SINDRI SPURLINE JOB NO. B035 UNIT NO. 021
ITEM NO. 021-M-1801 SERVICE LEAN GAS / RLNG / CBM GAS

SKID BATTERY LIMIT CONDITIONS

PROCESS FLUID LEAN GAS / RLNG / CBM GAS

INLET CONDITIONS PRESSURE/TEMP. (60-65) KG/CM2G / (25-30) DEG C


GAS DENSITY 36 - 45 KG/M3
Z FACTOR 0.87 - 0.93
Cp/Cv 1.41 - 1.51
VISCOSITY, CP 0.012-0.014

INLET DESIGN CONDITIONS PRESSURE/TEMP. 92.0 KG/CM2G / 65 DEG C


INLET SIZE 12" NB
INLET LINE RATING 600#

FLOW RATE (MIN./NOR./MAX.) - / 2.2 MMSCMD / 2.42 MMSCMD

OUTLET CONDITIONS PRESSURE/TEMP. 58-63 KG/CM2G / (AS PER HYDRAULICS) DEG C

OUTLET DESIGN CONDITIONS PRESSURE/TEMP. 92.0 KG/CM2G / 65 DEG C


OUTLET LINE SIZE 12" NB
OUTLET LINE RATING 600#

CARTRIDGE FILTER ( 1 WORKING + 1 STANDBY)

ALLOWABLE PRESSURE DROP 0.2 KG/CM2 MAX. (CLEAN) / 1.0KG/CM2 MAX. (DIRTY)
MAX. DIFFERENTIAL PRESSURE 2.0 KG/CM2
SIZE OF PARTICLES TO BE REMOVED >5MICRONS
EFFICIENCY 98%
DESIGN CONDITIONS PRESSURE / TEMP. 92.0 KG/CM2G / 65 DEG C
MOC BODY : CS FILTER ELEMENT : POLYMERIC FIBRE

FLOW INSTRUMENT ( 2 WORKING + 1 STANDBY)

ELEMENT PRESSURE DROP 0.2 KG/CM2 (INCLUDING FLOW STRAIGHTNER)


TYPE OF FLOW METER ULTRASONIC
DESIGN CONDITIONS PRESSURE/TEMP. 92.0 KG/CM2G / 65 DEG C

PRESSURE REDUCTION SYSTEM SLAM SHUT VALVES (NOTE 1, 2)

ALLOWABLE PRESSURE DROP 0.5 KG/CM2


DESIGN CONDITIONS PRESSURE/TEMP. 92.0 KG/CM2G / 65 DEG C
LEAKAGE CLASS TSO
LIMIT SWITCH REQUIREMENT ( FULL OPEN / FULL CLOSE ) YES
FAILURE POSITION FC
IBR CERTIFICATE REQUIREMENT NO

MONITOR / REGULATOR

CONTROL SIDE / CONTROL PRESSURE DOWNSTREAM / KG/CM2G


DESIGN CONDITIONS PRESSURE/TEMP. 92.0 KG/CM2G / 65 DEG C
LEAKAGE CLASS TSO
FAILURE POSITION MONITOR : FC, REGULATOR : FO

0 19.06.2019 ISSUED FOR COMMENTS/ENGINEERING AB HKP HKP


Prepared Reviewed Approved
Rev. No. Date Purpose
By By By
Format No. 3-0241-10 Rev. 0 Copyrights EIL - all rights reserved

Page 311 of 1260


Document No.
SKID B035-021-02-DS-1818
PROCESS DATA SHEET Rev. No. 0
Page 2 of 2
PROJECT DOBHI-DURGAPUR-HALDIA PIPELINE PROJECT CLIENT GAIL
UNIT FILTRATION,METERING & LETDOWN SKID AT TAP OFF POINT FOR FCI SINDRI SPURLINE JOB NO. B035 UNIT NO. 021
ITEM NO. 021-M-1801 SERVICE LEAN GAS / RLNG / CBM GAS

NOTES:
1. SHUT DOWN VALVE SHALL BE OF SLAM SHUT TYPE AND THEY WILL CLOSE IN THE EVENT OF HIGH PRESSURE
DOWNSTREAM OF PRESSURE REGULATOR

2 PRESSURE LETDOWN SYSTEM SHALL BE WITH REDUNDANT IDENTICAL LETDOWN STREAM ( 1 WORKING + 1 STAND BY )
WITH AUTOMATIC SWITCHOVER FROM LETDOWN STREAM FROM FAILED REGULATOR STREAM TO STANDBY STREAM.
IN CASE OF FAILURE OF PRESSURE REGULATION WITH THE WORKING STREAM THE SLAM SHUT VALVE OF THIS STREAM
SHALL CLOSE AND THE STAND BY STREAM SHALL START REGULATION. MONITOR VALVE OF PARTICULAR STREAM
SHALL REGULATE PRESSURE WHEN MAIN REGULATOR FAILS AND STREAM SWITCHOVER TO TAKE PLACE ONLY WHEN
THE MONITOR FAILS. APPROPRIATE SET POINTS OF REGULATOR, MONITOR AND SLAM SHUT VALVES OF EACH STREAM
SHALL BE DECIDED IN CONSULTATION WITH THE SKID VENDOR IN SUCH A WAY SO AS TO ENSURE THE PROPER STREAM
SWITCHOVER AND REGULATE THE DOWNSTREAM PRESSURE AS REQUIRED.

3 THE MAJOR CONSITUENTS OF THE GAS


LEAN GAS RLNG
COMPONENT COMPOSITION, MOL% COMPONENT COMPOSITION, MOL%
C1 98.340 C1 92.34
C2 1.500 C2 5.470
C3 0.020 C3 0.320
I-C4 0.000 C4 0.027
N-C4 0.000 C5 0.003
I-C4 0.000 C6 0.000
N-C4 0.000 CO2 0.000
C6+ 0.000 N2 1.780
CO2 0.020 TOTAL SULPHUR 24PPM
N2 0.120

CBM
COMPONENT COMPOSITION, MOL%
METHANE 93.89-97.89
ETHANE 0.100
CO2 3.5-0.5
N2 2.5-1.5

4. SKID VENDOR SHALL PROVIDE THE LEL MONITOR FOR HYDROCARBON DETECTION.

5. FOR TYPICAL DETAILS REFER P&ID NO. B035-02-42-021-1118 & B035-02-42-000-1110.

0 19.06.2019 ISSUED FOR COMMENTS/ENGINEERING AB HKP HKP


Reviewed Approved
Rev. No. Date Purpose Prepared By
By By
Format No. 3-0241-10 Rev. 0 Copyrights EIL - all rights reserved

Page 312 of 1260


Document No.
SKID B035-027-02-DS-1822
PROCESS DATA SHEET Rev. No. 0
Page 1 of 2
PROJECT DOBHI-DURGAPUR-HALDIA PIPELINE PROJECT CLIENT GAIL
UNIT FILTRATION,METERING & LETDOWN SKID AT TAP OFF POINT FOR HFC DURGAPUR SPURLINE JOB NO. B035 UNIT NO. 027
ITEM NO. 027-M-2201 SERVICE LEAN GAS / RLNG / CBM GAS

SKID BATTERY LIMIT CONDITIONS

PROCESS FLUID LEAN GAS / RLNG / CBM GAS

INLET CONDITIONS PRESSURE/TEMP. (60-65) KG/CM2G / (25-30) DEG C


GAS DENSITY 21 - 39 KG/M3
Z FACTOR 0.88 - 0.93
Cp/Cv 1.39 - 1.48
VISCOSITY, CP 0.012-0.014

INLET DESIGN CONDITIONS PRESSURE/TEMP. 92.0 KG/CM2G / 65 DEG C


INLET SIZE 12" NB
INLET LINE RATING 600#

FLOW RATE (MIN./NOR./MAX.) - / 0.08 MMSCMD / 0.5 MMSCMD

OUTLET CONDITIONS PRESSURE/TEMP. 40-45 KG/CM2G / (AS PER HYDRAULICS) DEG C

OUTLET DESIGN CONDITIONS PRESSURE/TEMP. 92 KG/CM2G / 65 DEG C


OUTLET LINE SIZE 12" NB
OUTLET LINE RATING 600#

CARTRIDGE FILTER ( 1 WORKING + 1 STANDBY)

ALLOWABLE PRESSURE DROP 0.2 KG/CM2 MAX. (CLEAN) / 1.0KG/CM2 MAX. (DIRTY)
MAX. DIFFERENTIAL PRESSURE 2.0 KG/CM2
SIZE OF PARTICLES TO BE REMOVED >5MICRONS
EFFICIENCY 98%
DESIGN CONDITIONS PRESSURE / TEMP. 92.0 KG/CM2G / 65 DEG C
MOC BODY : CS FILTER ELEMENT : POLYMERIC FIBRE

FLOW INSTRUMENT ( 1 WORKING + 1 STANDBY)

ELEMENT PRESSURE DROP 1.0 KG/CM2 (INCLUDING FLOW STRAIGHTNER)


TYPE OF FLOW METER TURBINE
DESIGN CONDITIONS PRESSURE/TEMP. 92.0 KG/CM2G / 65 DEG C

PRESSURE REDUCTION SYSTEM SLAM SHUT VALVES (NOTE 1, 2)

ALLOWABLE PRESSURE DROP 0.5 KG/CM2


DESIGN CONDITIONS PRESSURE/TEMP. 92.0 KG/CM2G / 65 DEG C
LEAKAGE CLASS TSO
LIMIT SWITCH REQUIREMENT ( FULL OPEN / FULL CLOSE ) YES
FAILURE POSITION FC
IBR CERTIFICATE REQUIREMENT NO

MONITOR / REGULATOR

CONTROL SIDE / CONTROL PRESSURE DOWNSTREAM / KG/CM2G


DESIGN CONDITIONS PRESSURE/TEMP. 92.0 KG/CM2G / 65 DEG C
LEAKAGE CLASS TSO
FAILURE POSITION MONITOR : FC, REGULATOR : FO

0 20.06.2019 ISSUED FOR COMMENTS/ENGINEERING AB HKP HKP


Prepared Reviewed Approved
Rev. No. Date Purpose
By By By
Format No. 3-0241-10 Rev. 0 Copyrights EIL - all rights reserved

Page 313 of 1260


Document No.
SKID B035-027-02-DS-1822
PROCESS DATA SHEET Rev. No. 0
Page 2 of 2
PROJECT DOBHI-DURGAPUR-HALDIA PIPELINE PROJECT CLIENT GAIL
UNIT FILTRATION,METERING & LETDOWN SKID AT TAP OFF POINT FOR HFC DURGAPUR SPURLINE JOB NO. B035 UNIT NO. 027
ITEM NO. 027-M-2201 SERVICE LEAN GAS / RLNG / CBM GAS

NOTES:
1. SHUT DOWN VALVE SHALL BE OF SLAM SHUT TYPE AND THEY WILL CLOSE IN THE EVENT OF HIGH PRESSURE
DOWNSTREAM OF PRESSURE REGULATOR

2 PRESSURE LETDOWN SYSTEM SHALL BE WITH REDUNDANT IDENTICAL LETDOWN STREAM ( 1 WORKING + 1 STAND BY )
WITH AUTOMATIC SWITCHOVER FROM LETDOWN STREAM FROM FAILED REGULATOR STREAM TO STANDBY STREAM.
IN CASE OF FAILURE OF PRESSURE REGULATION WITH THE WORKING STREAM THE SLAM SHUT VALVE OF THIS STREAM
SHALL CLOSE AND THE STAND BY STREAM SHALL START REGULATION. MONITOR VALVE OF PARTICULAR STREAM
SHALL REGULATE PRESSURE WHEN MAIN REGULATOR FAILS AND STREAM SWITCHOVER TO TAKE PLACE ONLY WHEN
THE MONITOR FAILS. APPROPRIATE SET POINTS OF REGULATOR, MONITOR AND SLAM SHUT VALVES OF EACH STREAM
SHALL BE DECIDED IN CONSULTATION WITH THE SKID VENDOR IN SUCH A WAY SO AS TO ENSURE THE PROPER STREAM
SWITCHOVER AND REGULATE THE DOWNSTREAM PRESSURE AS REQUIRED.

3 THE MAJOR CONSITUENTS OF THE GAS


LEAN GAS RLNG
COMPONENT COMPOSITION, MOL% COMPONENT COMPOSITION, MOL%
C1 98.340 C1 92.34
C2 1.500 C2 5.470
C3 0.020 C3 0.320
I-C4 0.000 C4 0.027
N-C4 0.000 C5 0.003
I-C4 0.000 C6 0.000
N-C4 0.000 CO2 0.000
C6+ 0.000 N2 1.780
CO2 0.020 TOTAL SULPHUR 24PPM
N2 0.120

CBM
COMPONENT COMPOSITION, MOL%
METHANE 93.89-97.89
ETHANE 0.100
CO2 3.5-0.5
N2 2.5-1.5

4. SKID VENDOR SHALL PROVIDE THE LEL MONITOR FOR HYDROCARBON DETECTION.

5. FOR TYPICAL DETAILS REFER P&ID NO. B035-02-42-027-1122 & B035-02-42-000-1111.

6. FLOW METER SHALL BE INSTALLED DOWNSTREAM OF PRESSURE REDUCTION SYSTEM.

0 20.06.2019 ISSUED FOR COMMENTS/ENGINEERING AB HKP HKP


Reviewed Approved
Rev. No. Date Purpose Prepared By
By By
Format No. 3-0241-10 Rev. 0 Copyrights EIL - all rights reserved

Page 314 of 1260


Document No.
SKID B035-025-02-DS-1821
PROCESS DATA SHEET Rev. No. 3
Page 1 of 2
PROJECT DOBHI-DURGAPUR-HALDIA PIPELINE PROJECT CLIENT GAIL
UNIT FILTRATION,METERING & LETDOWN SKID FOR CGS JAMSHEDPUR RT JOB NO. B035 UNIT NO. 025
ITEM NO. 025-M-2101 SERVICE LEAN GAS / RLNG / CBM GAS
3
SKID BATTERY LIMIT CONDITIONS

PROCESS FLUID LEAN GAS / RLNG / CBM GAS

INLET CONDITIONS PRESSURE/TEMP. (30-50) KG/CM2G / (25-30) DEG C


GAS DENSITY 21 - 39 KG/M3
Z FACTOR 0.88 - 0.93
Cp/Cv 1.39 - 1.48
VISCOSITY, CP 0.012-0.014

INLET DESIGN CONDITIONS PRESSURE/TEMP. 92.0 KG/CM2G / 65 DEG C


INLET SIZE 12" NB
INLET LINE RATING 600#

FLOW RATE (MIN./NOR./MAX.) NOTE-7 TRAIN -1 : - / 0.05 TO 0.25 MMSCMD / 0.275 MMSCMD
TRAIN -2 : - / 0.005 TO 0.05 MMSCMD / 0.055 MMSCMD

OUTLET CONDITIONS PRESSURE/TEMP. 19-24 KG/CM2G / (AS PER HYDRAULICS) DEG C

OUTLET DESIGN CONDITIONS PRESSURE/TEMP. 49 KG/CM2G / 65 DEG C


OUTLET LINE SIZE 12" NB
OUTLET LINE RATING 300#

CARTRIDGE FILTER ( 1 WORKING + 1 STANDBY)

ALLOWABLE PRESSURE DROP 0.2 KG/CM2 MAX. (CLEAN) / 1.0KG/CM2 MAX. (DIRTY)
MAX. DIFFERENTIAL PRESSURE 2.0 KG/CM2
SIZE OF PARTICLES TO BE REMOVED >5MICRONS
EFFICIENCY 98%
DESIGN CONDITIONS PRESSURE / TEMP. 92.0 KG/CM2G / 65 DEG C
MOC BODY : CS FILTER ELEMENT : POLYMERIC FIBRE

FLOW INSTRUMENT TRAIN-1 & TRAIN-2 : 1 WORKING + 1 STANDBY (NOTE-7)

ELEMENT PRESSURE DROP 1.0 KG/CM2 (INCLUDING FLOW STRAIGHTNER)


TYPE OF FLOW METER TRAIN -1 : TURBINE
TRAIN -2 : RPD METER
DESIGN CONDITIONS PRESSURE/TEMP. 49.0 KG/CM2G / 65 DEG C

PRESSURE REDUCTION SYSTEM SLAM SHUT VALVES (TRAIN-1 & TRAIN-2) (NOTE 1, 2)

ALLOWABLE PRESSURE DROP 0.5 KG/CM2


DESIGN CONDITIONS PRESSURE/TEMP. 92.0 KG/CM2G / 65 DEG C
LEAKAGE CLASS TSO
LIMIT SWITCH REQUIREMENT ( FULL OPEN / FULL CLOSE ) YES
FAILURE POSITION FC
IBR CERTIFICATE REQUIREMENT NO

MONITOR / REGULATOR

CONTROL SIDE / CONTROL PRESSURE DOWNSTREAM / KG/CM2G


DESIGN CONDITIONS PRESSURE/TEMP. 92.0 KG/CM2G / 65 DEG C
LEAKAGE CLASS TSO
FAILURE POSITION MONITOR : FC, REGULATOR : FO

3 08.10.2018 REVISED AS MARKED & ISSUED FOR ENGG. AB HKP HKP


2 20.08.2018 REVISED AS MARKED BASED ON CLIENT COMMENTS & ISSUED FOR ENGG. AB HKP HKP
1 11.06.2018 REVISED AS MARKED & RE-ISSUED AB HKP HKP
0 16.06.2017 ISSUED FOR COMMENTS/ENGINEERING AB AS AS
Prepared Reviewed Approved
Rev. No. Date Purpose
By By By
Format No. 3-0241-10 Rev. 0 Copyrights EIL - all rights reserved

Page 315 of 1260


Document No.
SKID B035-025-02-DS-1821
PROCESS DATA SHEET Rev. No. 3
Page 2 of 2
PROJECT DOBHI-DURGAPUR-HALDIA PIPELINE PROJECT CLIENT GAIL
UNIT FILTRATION,METERING & LETDOWN SKID FOR CGS JAMSHEDPUR JOB NO. B035 UNIT NO. 025
ITEM NO. 025-M-2101 SERVICE RICH GAS / LEAN GAS / RLNG
3
NOTES:
1. SHUT DOWN VALVE SHALL BE OF SLAM SHUT TYPE AND THEY WILL CLOSE IN THE EVENT OF HIGH PRESSURE
DOWNSTREAM OF PRESSURE REGULATOR

2. APPLICABLE FOR TRAIN-1 & TRAIN-2: PRESSURE LETDOWN SYSTEM SHALL BE WITH REDUNDANT IDENTICAL LETDOWN STREAM
( 1 WORKING + 1 STAND BY ) WITH AUTOMATIC SWITCHOVER FROM LETDOWN STREAM FROM FAILED REGULATOR
STREAM TO STANDBY STREAM. IN CASE OF FAILURE OF PRESSURE REGULATION WITH THE WORKING STREAM THE SLAM SHUT VALVE
OF THIS STREAM SHALL CLOSE AND THE STAND BY STREAM SHALL START REGULATION. MONITOR VALVE OF PARTICULAR STREAM
SHALL REGULATE PRESSURE WHEN MAIN REGULATOR FAILS AND STREAM SWITCHOVER TO TAKE PLACE ONLY WHEN
THE MONITOR FAILS. APPROPRIATE SET POINTS OF REGULATOR, MONITOR AND SLAM SHUT VALVES OF EACH STREAM
SHALL BE DECIDED IN CONSULTATION WITH THE SKID VENDOR IN SUCH A WAY SO AS TO ENSURE THE PROPER STREAM
SWITCHOVER AND REGULATE THE DOWNSTREAM PRESSURE AS REQUIRED.

3 THE MAJOR CONSITUENTS OF THE GAS


LEAN GAS RLNG
COMPONENT COMPOSITION, MOL% COMPONENT COMPOSITION, MOL%
C1 98.340 C1 92.34
C2 1.500 C2 5.470
C3 0.020 C3 0.320
I-C4 0.000 C4 0.027
N-C4 0.000 C5 0.003
I-C4 0.000 C6 0.000
N-C4 0.000 CO2 0.000
C6+ 0.000 N2 1.780
CO2 0.020 TOTAL SULPHUR 24PPM
N2 0.120

CBM
COMPONENT COMPOSITION, MOL%
METHANE 93.89-97.89
ETHANE 0.100
CO2 3.5-0.5
N2 2.5-1.5

4. SKID VENDOR SHALL PROVIDE THE LEL MONITOR FOR HYDROCARBON DETECTION.

5. FOR TYPICAL DETAILS REFER P&ID NO. B035-02-42-025-1121 & B035-02-42-000-1106. 3

6. FLOW METERS (TURBINE AND RPD) SHALL BE INSTALLED DOWNSTREAM OF PRESSURE REDUCTION SYSTEM.

7. TRAIN-1 WITH TURBINE METER SHALL BE USED FOR THE FLOW RANGE OF 0.05MMSCMD TO 0.25MMSCMD WHILE TRAIN-2
WITH RPD METER SHALL BE USED FLOW RANGE OF 0.005MMSCMD TO 0.05MMSCMD.

3 08.10.2018 REVISED AS MARKED & ISSUED FOR ENGG. AB HKP HKP


2 20.08.2018 REVISED AS MARKED BASED ON CLIENT COMMENTS & ISSUED FOR ENGG. AB HKP HKP
1 11.06.2018 REVISED AS MARKED & RE-ISSUED AB HKP HKP
0 16.06.2017 ISSUED FOR COMMENTS/ENGINEERING AB AS AS
Reviewed Approved
Rev. No. Date Purpose Prepared By
By By
Format No. 3-0241-10 Rev. 0 Copyrights EIL - all rights reserved

Page 316 of 1260


Document No.
SKID B035-032-02-DS-1827
PROCESS DATA SHEET Rev. No. 2
Page 1 of 2
PROJECT DOBHI-DURGAPUR-HALDIA PIPELINE PROJECT CLIENT GAIL
UNIT FILTRATION,METERING & LETDOWN SKID FOR SAIL DURGAPUR JOB NO. B035 UNIT NO. 032
ITEM NO. 032-M-2701 SERVICE LEAN GAS / RLNG / CBM GAS
3
SKID BATTERY LIMIT CONDITIONS

PROCESS FLUID LEAN GAS / RLNG / CBM GAS

INLET CONDITIONS PRESSURE/TEMP. (30-50) KG/CM2G / (25-30) DEG C


GAS DENSITY 21 - 39 KG/M3
Z FACTOR 0.88 - 0.93
Cp/Cv 1.39 - 1.48
VISCOSITY, CP 0.012-0.014

INLET DESIGN CONDITIONS PRESSURE/TEMP. 92.0 KG/CM2G / 65 DEG C


INLET SIZE 12" NB
INLET LINE RATING 600#

FLOW RATE (MIN./NOR./MAX.) - / 0.08 MMSCMD / 0.088 MMSCMD

OUTLET CONDITIONS PRESSURE/TEMP. 4-6 KG/CM2G / (AS PER HYDRAULICS) DEG C

OUTLET DESIGN CONDITIONS PRESSURE/TEMP. 19 KG/CM2G / 65 DEG C


OUTLET LINE SIZE 12" NB
OUTLET LINE RATING 150#

CARTRIDGE FILTER ( 1 WORKING + 1 STANDBY)

ALLOWABLE PRESSURE DROP 0.2 KG/CM2 MAX. (CLEAN) / 1.0KG/CM2 MAX. (DIRTY)
MAX. DIFFERENTIAL PRESSURE 2.0 KG/CM2
SIZE OF PARTICLES TO BE REMOVED >5MICRONS
EFFICIENCY 98%
DESIGN CONDITIONS PRESSURE / TEMP. 92.0 KG/CM2G / 65 DEG C
MOC BODY : CS FILTER ELEMENT : POLYMERIC FIBRE

FLOW INSTRUMENT ( 1 WORKING + 1 STANDBY)

ELEMENT PRESSURE DROP 1.0 KG/CM2 (INCLUDING FLOW STRAIGHTNER)


TYPE OF FLOW METER TURBINE
DESIGN CONDITIONS PRESSURE/TEMP. 19.0 KG/CM2G / 65 DEG C

PRESSURE REDUCTION SYSTEM SLAM SHUT VALVES (NOTE 1, 2)

ALLOWABLE PRESSURE DROP 0.5 KG/CM2


DESIGN CONDITIONS PRESSURE/TEMP. 92.0 KG/CM2G / 65 DEG C
LEAKAGE CLASS TSO
LIMIT SWITCH REQUIREMENT ( FULL OPEN / FULL CLOSE ) YES
FAILURE POSITION FC
IBR CERTIFICATE REQUIREMENT NO

MONITOR / REGULATOR

CONTROL SIDE / CONTROL PRESSURE DOWNSTREAM / KG/CM2G


DESIGN CONDITIONS PRESSURE/TEMP. 92.0 KG/CM2G / 65 DEG C
LEAKAGE CLASS TSO
FAILURE POSITION MONITOR : FC, REGULATOR : FO

3 08.10.2018 REVISED AS MARKED & ISSUED FOR ENGG. AB HKP HKP


2 20.08.2018 REVISED AS MARKED BASED ON CLIENT COMMENTS & ISSUED FOR ENGG. AB HKP HKP
1 08.06.2018 REVISED AS MARKED & RE-ISSUED AB HKP HKP
0 16.06.2017 ISSUED FOR COMMENTS/ENGINEERING AB AS AS
Prepared Reviewed Approved
Rev. No. Date Purpose
By By By
Format No. 3-0241-10 Rev. 0 Copyrights EIL - all rights reserved

Page 317 of 1260


Document No.
SKID B035-032-02-DS-1827
PROCESS DATA SHEET Rev. No. 3
Page 2 of 2
PROJECT DOBHI-DURGAPUR-HALDIA PIPELINE PROJECT CLIENT GAIL
UNIT FILTRATION,METERING & LETDOWN SKID FOR SAIL DURGAPUR JOB NO. B035 UNIT NO. 032
ITEM NO. 032-M-2701 SERVICE LEAN GAS / RLNG / CBM GAS

NOTES:
1. SHUT DOWN VALVE SHALL BE3 OF SLAM SHUT TYPE AND THEY WILL CLOSE IN THE EVENT OF HIGH PRESSURE
DOWNSTREAM OF PRESSURE REGULATOR

2 PRESSURE LETDOWN SYSTEM SHALL BE WITH REDUNDANT IDENTICAL LETDOWN STREAM ( 1 WORKING + 1 STAND BY )
WITH AUTOMATIC SWITCHOVER FROM LETDOWN STREAM FROM FAILED REGULATOR STREAM TO STANDBY STREAM.
IN CASE OF FAILURE OF PRESSURE REGULATION WITH THE WORKING STREAM THE SLAM SHUT VALVE OF THIS STREAM
SHALL CLOSE AND THE STAND BY STREAM SHALL START REGULATION. MONITOR VALVE OF PARTICULAR STREAM
SHALL REGULATE PRESSURE WHEN MAIN REGULATOR FAILS AND STREAM SWITCHOVER TO TAKE PLACE ONLY WHEN
THE MONITOR FAILS. APPROPRIATE SET POINTS OF REGULATOR, MONITOR AND SLAM SHUT VALVES OF EACH STREAM
SHALL BE DECIDED IN CONSULTATION WITH THE SKID VENDOR IN SUCH A WAY SO AS TO ENSURE THE PROPER STREAM
SWITCHOVER AND REGULATE THE DOWNSTREAM PRESSURE AS REQUIRED.

3 THE MAJOR CONSITUENTS OF THE GAS


LEAN GAS RLNG
COMPONENT COMPOSITION, MOL% COMPONENT COMPOSITION, MOL%
C1 98.340 C1 92.34
C2 1.500 C2 5.470
C3 0.020 C3 0.320
I-C4 0.000 C4 0.027
N-C4 0.000 C5 0.003
I-C4 0.000 C6 0.000
N-C4 0.000 CO2 0.000
C6+ 0.000 N2 1.780
CO2 0.020 TOTAL SULPHUR 24PPM
N2 0.120

CBM
COMPONENT COMPOSITION, MOL%
METHANE 93.89-97.89
ETHANE 0.100
CO2 3.5-0.5
N2 2.5-1.5

4. SKID VENDOR SHALL PROVIDE THE LEL MONITOR FOR HYDROCARBON DETECTION.

5. FOR TYPICAL DETAILS REFER P&ID NO. B035-02-42-032-1127 & B035-02-42-000-1109.

6. FLOW METER SHALL BE INSTALLED DOWNSTREAM OF PRESSURE REDUCTION SYSTEM.

3 08.10.2018 REVISED AS MARKED & ISSUED FOR ENGG. AB HKP HKP


2 20.08.2018 REVISED AS MARKED BASED ON CLIENT COMMENTS & ISSUED FOR ENGG. AB HKP HKP
1 08.06.2018 REVISED AS MARKED & RE-ISSUED AB HKP HKP
0 16.06.2017 ISSUED FOR COMMENTS/ENGINEERING AB AS AS
Reviewed Approved
Rev. No. Date Purpose Prepared By
By By
Format No. 3-0241-10 Rev. 0 Copyrights EIL - all rights reserved

Page 318 of 1260


Document No.
SKID B035-015-02-DS-1828
PROCESS DATA SHEET Rev. No. B
Page 1 of 2
PROJECT DOBHI-DURGAPUR-HALDIA PIPELINE PROJECT CLIENT GAIL
UNIT LETDOWN SKID AT TAP-OFF POINT FOR MATIX FERTILIZERS SPURLINE JOB NO. B035 UNIT NO. 015
ITEM NO. 015-M-2801 SERVICE LEAN GAS / RLNG / CBM GAS

SKID BATTERY LIMIT CONDITIONS

PROCESS FLUID RLNG


LEAN GAS / RLNG / CBM GAS

INLET CONDITIONS PRESSURE/TEMP. (60 - 65) KG/CM2G / (25 - 30) DEG C


GAS DENSITY 45 - 60 KG/M3
Z FACTOR 0.88 - 0.90
Cp/Cv 1.39 - 1.48
VISCOSITY, CP 0.011 - 0.012

INLET DESIGN CONDITIONS PRESSURE/TEMP. 92 KG/CM2G / 65 DEG C


INLET SIZE 12" NB
INLET LINE RATING 600#

FLOW RATE (MIN./NOR./MAX.) - / 2.0 MMSCMD / 2.2 MMSCMD

OUTLET CONDITIONS PRESSURE/TEMP. (59 - 64) KG/CM2G / (25 - 30) DEG C

OUTLET DESIGN CONDITIONS PRESSURE/TEMP. 92 KG/CM2G / 65 DEG C


OUTLET LINE SIZE 12" NB
OUTLET LINE RATING 600#

CARTRIDGE FILTER ( 1 WORKING + 1 STANDBY)

ALLOWABLE PRESSURE DROP 0.2 KG/CM2 MAX. (CLEAN) / 1.0KG/CM2 MAX. (DIRTY)
MAX. DIFFERENTIAL PRESSURE 2.0 KG/CM2
SIZE OF PARTICLES TO BE REMOVED >5MICRONS
EFFICIENCY 98%
DESIGN CONDITIONS PRESSURE / TEMP. 92.0 KG/CM2G / 65 DEG C
MOC BODY : CS FILTER ELEMENT : POLYMERIC FIBRE

PRESSURE REDUCTION SYSTEM SLAM SHUT VALVES (NOTE 3, 4)

ALLOWABLE PRESSURE DROP 0.5 KG/CM2


DESIGN CONDITIONS PRESSURE/TEMP. 92 KG/CM2G / 65 DEG C
LEAKAGE CLASS TSO
LIMIT SWITCH REQUIREMENT ( FULL OPEN / FULL CLOSE ) YES
FAILURE POSITION FC
IBR CERTIFICATE REQUIREMENT NO

MONITOR / REGULATOR

CONTROL SIDE / CONTROL PRESSURE DOWNSTREAM / KG/CM2G


DESIGN CONDITIONS PRESSURE/TEMP. 92 KG/CM2G / 65 DEG C
LEAKAGE CLASS TSO
FAILURE POSITION MONITOR : FC, REGULATOR : FO

B 04.01.2019 RE-ISSUED FOR COMMENTS AB HKP HKP


A 08.10.2018 ISSUED FOR COMMENTS AB HKP HKP
Prepared Reviewed Approved
Rev. No. Date Purpose
By By By
Format No. 3-0241-10 Rev. 0 Copyrights EIL - all rights reserved

Page 319 of 1260


Document No.
SKID B035-015-02-DS-1828
PROCESS DATA SHEET Rev. No. B
Page 2 of 2
PROJECT DOBHI-DURGAPUR-HALDIA PIPELINE PROJECT CLIENT GAIL
UNIT LETDOWN SKID AT TAP-OFF POINT FOR MATIX FERTILIZERS SPURLINE JOB NO. B035 UNIT NO. 015
ITEM NO. 015-M-2801 SERVICE LEAN GAS / RLNG / CBM GAS

NOTES:
1. THE MAJOR CONSITUENTS OF THE GAS
LEAN GAS RLNG
COMPONENT COMPOSITION, MOL% COMPONENT COMPOSITION, MOL%
C1 98.340 C1 92.34
C2 1.500 C2 5.470
C3 0.020 C3 0.320
I-C4 0.000 C4 0.027
N-C4 0.000 C5 0.003
I-C4 0.000 C6 0.000
N-C4 0.000 CO2 0.000
C6+ 0.000 N2 1.780
CO2 0.020 TOTAL SULPHUR 24PPM
N2 0.120

CBM
COMPONENT COMPOSITION, MOL%
METHANE 93.89-97.89
ETHANE 0.100
CO2 3.5-0.5
N2 2.5-1.5

2. SKID VENDOR SHALL PROVIDE THE LEL MONITOR FOR HYDROCARBON DETECTION.

3. SHUT DOWN VALVE SHALL BE OF SLAM SHUT TYPE AND THEY WILL CLOSE IN THE EVENT OF HIGH PRESSURE
DOWNSTREAM OF PRESSURE REGULATOR

4. PRESSURE LETDOWN SYSTEM SHALL BE WITH REDUNDANT IDENTICAL LETDOWN STREAM ( 1 WORKING + 1 STAND BY )
WITH AUTOMATIC SWITCHOVER FROM LETDOWN STREAM FROM FAILED REGULATOR STREAM TO STANDBY STREAM.
IN CASE OF FAILURE OF PRESSURE REGULATION WITH THE WORKING STREAM THE SLAM SHUT VALVE OF THIS STREAM
SHALL CLOSE AND THE STAND BY STREAM SHALL START REGULATION. MONITOR VALVE OF PARTICULAR STREAM
SHALL REGULATE PRESSURE WHEN MAIN REGULATOR FAILS AND STREAM SWITCHOVER TO TAKE PLACE ONLY WHEN
THE MONITOR FAILS. APPROPRIATE SET POINTS OF REGULATOR, MONITOR AND SLAM SHUT VALVES OF EACH STREAM
SHALL BE DECIDED IN CONSULTATION WITH THE SKID VENDOR IN SUCH A WAY SO AS TO ENSURE THE PROPER STREAM
SWITCHOVER AND REGULATE THE DOWNSTREAM PRESSURE AS REQUIRED.

5. REFER P&ID NO. B035-02-42-015-1128 FOR DETAILS.

B 04.01.2019 RE-ISSUED AS MARKED AB HKP HKP


A 08.10.2018 ISSUED FOR COMMENTS AB HKP HKP
Prepared Reviewed Approved
Rev. No. Date Purpose
By By By
Format No. 3-0241-10 Rev. 0 Copyrights EIL - all rights reserved

Page 320 of 1260


Document No.
SKID B035-016-02-DS-1832
PROCESS DATA SHEET Rev. No. A
Page 1 of 2
PROJECT DOBHI-DURGAPUR-HALDIA PIPELINE PROJECT CLIENT GAIL
UNIT LETDOWN SKID AT TAP-OFF POINT FOR CGS KOLKATA SPURLINE JOB NO. B035 UNIT NO. 016
ITEM NO. 016-M-3201 SERVICE LEAN GAS / RLNG / CBM GAS

SKID BATTERY LIMIT CONDITIONS

PROCESS FLUID RLNG


LEAN GAS / RLNG / CBM GAS

INLET CONDITIONS PRESSURE/TEMP. (60 - 65) KG/CM2G / (25 - 30) DEG C


GAS DENSITY 50 - 55 KG/M3
Z FACTOR 0.88 - 0.90
Cp/Cv 1.39 - 1.48
VISCOSITY, CP 0.011 - 0.012

INLET DESIGN CONDITIONS PRESSURE/TEMP. 92 KG/CM2G / 65 DEG C


INLET SIZE 18" NB
INLET LINE RATING 600#

FLOW RATE (MIN./NOR./MAX.) - / 2.0 MMSCMD / 2.2 MMSCMD

OUTLET CONDITIONS PRESSURE/TEMP. (59 - 64) KG/CM2G / (25 - 30) DEG C

OUTLET DESIGN CONDITIONS PRESSURE/TEMP. 92 KG/CM2G / 65 DEG C


OUTLET LINE SIZE 18" NB
OUTLET LINE RATING 600#

CARTRIDGE FILTER ( 1 WORKING + 1 STANDBY)

ALLOWABLE PRESSURE DROP 0.2 KG/CM2 MAX. (CLEAN) / 1.0KG/CM2 MAX. (DIRTY)
MAX. DIFFERENTIAL PRESSURE 2.0 KG/CM2
SIZE OF PARTICLES TO BE REMOVED >5MICRONS
EFFICIENCY 98%
DESIGN CONDITIONS PRESSURE / TEMP. 92.0 KG/CM2G / 65 DEG C
MOC BODY : CS FILTER ELEMENT : POLYMERIC FIBRE

PRESSURE REDUCTION SYSTEM SLAM SHUT VALVES (NOTE 3, 4)

ALLOWABLE PRESSURE DROP 0.5 KG/CM2


DESIGN CONDITIONS PRESSURE/TEMP. 92 KG/CM2G / 65 DEG C
LEAKAGE CLASS TSO
LIMIT SWITCH REQUIREMENT ( FULL OPEN / FULL CLOSE ) YES
FAILURE POSITION FC
IBR CERTIFICATE REQUIREMENT NO

MONITOR / REGULATOR

CONTROL SIDE / CONTROL PRESSURE DOWNSTREAM / KG/CM2G


DESIGN CONDITIONS PRESSURE/TEMP. 92 KG/CM2G / 65 DEG C
LEAKAGE CLASS TSO
FAILURE POSITION MONITOR : FC, REGULATOR : FO

A 08.10.2018 ISSUED FOR COMMENTS AB HKP HKP


Prepared Reviewed Approved
Rev. No. Date Purpose
By By By
Format No. 3-0241-10 Rev. 0 Copyrights EIL - all rights reserved

Page 321 of 1260


Document No.
SKID B035-016-02-DS-1832
PROCESS DATA SHEET Rev. No. A
Page 2 of 2
PROJECT DOBHI-DURGAPUR-HALDIA PIPELINE PROJECT CLIENT GAIL
UNIT LETDOWN SKID AT TAP-OFF POINT FOR CGS KOLKATA SPURLINE JOB NO. B035 UNIT NO. 016
ITEM NO. 016-M-3201 SERVICE LEAN GAS / RLNG / CBM GAS

NOTES:
1. THE MAJOR CONSITUENTS OF THE GAS
LEAN GAS RLNG
COMPONENT COMPOSITION, MOL% COMPONENT COMPOSITION, MOL%
C1 98.340 C1 92.34
C2 1.500 C2 5.470
C3 0.020 C3 0.320
I-C4 0.000 C4 0.027
N-C4 0.000 C5 0.003
I-C4 0.000 C6 0.000
N-C4 0.000 CO2 0.000
C6+ 0.000 N2 1.780
CO2 0.020 TOTAL SULPHUR 24PPM
N2 0.120

CBM
COMPONENT COMPOSITION, MOL%
METHANE 93.89-97.89
ETHANE 0.100
CO2 3.5-0.5
N2 2.5-1.5

2. SKID VENDOR SHALL PROVIDE THE LEL MONITOR FOR HYDROCARBON DETECTION.

3. SHUT DOWN VALVE SHALL BE OF SLAM SHUT TYPE AND THEY WILL CLOSE IN THE EVENT OF HIGH PRESSURE
DOWNSTREAM OF PRESSURE REGULATOR

4. PRESSURE LETDOWN SYSTEM SHALL BE WITH REDUNDANT IDENTICAL LETDOWN STREAM ( 1 WORKING + 1 STAND BY )
WITH AUTOMATIC SWITCHOVER FROM LETDOWN STREAM FROM FAILED REGULATOR STREAM TO STANDBY STREAM.
IN CASE OF FAILURE OF PRESSURE REGULATION WITH THE WORKING STREAM THE SLAM SHUT VALVE OF THIS STREAM
SHALL CLOSE AND THE STAND BY STREAM SHALL START REGULATION. MONITOR VALVE OF PARTICULAR STREAM
SHALL REGULATE PRESSURE WHEN MAIN REGULATOR FAILS AND STREAM SWITCHOVER TO TAKE PLACE ONLY WHEN
THE MONITOR FAILS. APPROPRIATE SET POINTS OF REGULATOR, MONITOR AND SLAM SHUT VALVES OF EACH STREAM
SHALL BE DECIDED IN CONSULTATION WITH THE SKID VENDOR IN SUCH A WAY SO AS TO ENSURE THE PROPER STREAM
SWITCHOVER AND REGULATE THE DOWNSTREAM PRESSURE AS REQUIRED.

5. REFER P&ID NO. B035-02-42-016-1132 FOR DETAILS.

A 08.10.2018 ISSUED FOR COMMENTS AB HKP HKP


Prepared Reviewed Approved
Rev. No. Date Purpose
By By By
Format No. 3-0241-10 Rev. 0 Copyrights EIL - all rights reserved

Page 322 of 1260


Page 323 of 1260
Page 324 of 1260
Company Doc. No.:B035-000-16-51-
FACTORY ACCEPTANCE TEST MD-GM01
symbol(insert) Rev. : A
Date ____________

FAT PROCEDURE/ FAT MANUAL


(Doc. No. B035-000-16-51-MD-GM01)

For

TURBINE/RPD & USM BASED METERING SKIDS


(To be filled by the Bidder for Factory Acceptance Test at
Bidder’s works)

[Type text] Page 1 of 27

Page 325 of 1260


Company Doc. No.:B035-000-16-51-
FACTORY ACCEPTANCE TEST MD-GM01
symbol(insert) Rev. : A
Date ____________

FACTORY ACCEPTANCE TEST

Doc. No.: B035-000-16-51-MD-GM01, Rev: A


Date ____________

FACTORY ACCEPTANCE TEST


PROCEDURE

Project Description: ----------------

P.O./ FOI Ref : ------------------------------------ Dated------------

Prepared by: Company Name

[Type text] Page 2 of 27

Page 326 of 1260


Company Doc. No.:B035-000-16-51-
FACTORY ACCEPTANCE TEST MD-GM01
symbol(insert) Rev. : A
Date ____________

TABLE OF CONTENTS

1. PREFACE

1.1 Introduction
1.2 Scope
1.3 Reference Documents
1.4 Orientation of Witnesses
1.5 Test Certificates
1.6 Action List

2. VISUAL INSPECTION
2.1 Skid Review
2.2 Test Certificates

3. FACTORY ACCEPTANCE TEST


3.1 Hydrostatic Test
3.2 Pneumatic Leak Test
3.3 Functional test of SSV, PCV and FCV
3.4 Functional Test of flow computer
3.5 Transmitter Test Procedure
3.6 Turbine Flow Meter
3.7 Ultrasonic Flow Meter
3.8 Control Panel
3.9 Gas Chromatograph
3.10 LEL system
3.11 Metering Supervisory System
3.12 SOLAR Panel

4. SPARES

5. PAINTING

6. DOCUMENTS REVIEW

7. ANNEXURES

[Type text] Page 3 of 27

Page 327 of 1260


Company Doc. No.:B035-000-16-51-
FACTORY ACCEPTANCE TEST MD-GM01
symbol(insert) Rev. : A
Date ____________

1. PREFACE

1.1 Introduction:
This document defines procedure for Factory acceptance Test (FAT) to be carried out for
Ultrasonic Flow meter (USM) based Metering Skid(s). The purpose of carrying out FAT is to
check functionality of the entire natural Gas Pressure regulation Skid with respect to agreed
technical documents.
NOTE: All the tests, inspection, checking, data-configuration etc shall be conducted as
per FAT procedure by the vendor and the same shall be submitted to GAIL for review
before calling for witnessing FAT by GAIL representative. The records / test reports/
calibration reports/ certificates, configuration sheet for flow computers and other
relevant document should be prepared / obtained by the vendor and sent to GAIL for
review before calling for FAT.

1.2 Scope.
The FAT will confirm the compliance of USM based Metering Skid with the project
specifications. The purpose of FAT is to check the performance of each component as well as
entire skid. Upon completion of the test described in the following procedures, the system will be
considered to be ready to be dispatched to the site. All the physical & functional tests are
described in the remaining sections. When each functional test has been completed, the TPIA &
Customer representative will indicate acceptance of the tests by signing the test certificates.

All the equipments / instruments/ items shall be installed (as far as possible) for
demonstration during FAT. In case some of the items can not be erected/ installed
during FAT, list of such item along with the reason for not installing the same shall be
provided before start of FAT. FAT shall not be conducted before our approval of such
list. In case difference in calculated values (calculated by different Instruments) is
observed for any parameter, the list of such parameters along with values and suitable
reason for such deviation to be submitted to us in advance for our review. In case
deviation is observed in the parameter-values displayed by various components, the
same shall be recorded and may result in to rejection of FAT.

All connectivity/ its simulation mentioned elsewhere in tender (like Laptop, Printers,
SCADA, USM, FC, Metering supervisory system etc) shall be established and
demonstrated during FAT. Non-compliance to any of these shall result in rejection of
Metering skid

1.3 Reference Documents:


Design Documents of Skid

Document No.

[Type text] Page 4 of 27

Page 328 of 1260


Company Doc. No.:B035-000-16-51-
FACTORY ACCEPTANCE TEST MD-GM01
symbol(insert) Rev. : A
Date ____________

1. P & ID for Skid Drawing No. ------------------------


2. GA Drawing for Skid Drawing No. ------------------------------------
3. Base frame and Foundation Drawing No. --------------------------
4. Base frame Calculation Doc. No. -----------------------------------------------
5. Quality assurance plan - Mechanical Items Doc. No. ----------------------------------
6. Quality assurance plan – Instrumentation Equipment Doc. No. ---------------------
7. Material Test certificate, Radiography test report, Hydro-test certificate ___________

Datasheet / Drawing of Equipments:


1. Turbine Flow meter –Data sheet No.___________________________
2. Upstream/ Downstream Flow straighteners – Drawing No.______________________
3. Pressure Transmitter – Data Sheet No.___________________________
4. Differential Pressure Transmitter- Data Sheet No.___________________________
5. RTD with Temperature Transmitter– Data Sheet No.__________________________
6. Pressure Gauge – Data sheet No.___________________________
7. Temperature Gauge – Date sheet No.___________________________
8. Flow Computer – Data Sheet No.___________________________
9. Flow Control Valves – Data sheet No.___________________________
10. Pressure Control Valve (Regulator) – Data Sheet No.___________________
11. Slam Shut of Valve– Calculation, GA Drawing No.______________________
12. Pressure safety Valve – Data Sheet No.___________________________
13. Creep relive Valves – Data Sheet No.___________________________
14. Control Panel – Data Sheet No.___________________________
15. Ball Valves ---------- make - Drawing No.___________________________
16. Plug Valves - Drawing No.___________________________
17. Check Valves- Drawing No.___________________________
18. Cartridge Filter – Design data Doc. No.___________________________
19. Ultrasonic Flow meter – Data sheet No.___________________________
20. Metering supervisory system –Document No.__________________________

1.4 Orientation of Witnesses:


All representatives shall be briefed on details/ description/ operating principles of the USM
Based Metering Skid for this project before commencing the FAT.

1.5 Test Certificates:


Upon completion of the tests mentioned in this document, Test Certificates should be filled with
the results and signed / stamped by all the parties.

1.6 Action List:


Any discrepancies noted during the functional tests shall be defined, recorded and summarized
in the Action List Form. Once proper action has been taken on those points, this Action List shall
be signed / stamped by Customer/ TPIA duly filled with the results.

[Type text] Page 5 of 27

Page 329 of 1260


Company Doc. No.:B035-000-16-51-
FACTORY ACCEPTANCE TEST MD-GM01
symbol(insert) Rev. : A
Date ____________

2. VISUAL INSPECTION OF SKID.

2.1 Skid Review:


The Skid will be inspected for installation of all the components as per approved P & ID and
approved G.A. Drawing. Dimensional Checking shall be done as per approved G.A. Drawing.
Skid will also be inspected for correctness of installed Equipments/ instruments and
approachability for maintenance. The Skid will be inspected for proper support with rubber
pads / clamps for the major equipments/ Instruments and pipes.

2.2 Test Certificate for Visual Inspection:


Upon completion of the visual inspection described in this section, the test certificate for Visual
Inspection of skid should be dully filled and signed by both parties.

3. FACTORY ACCEPTANCE TEST:

3.1 Hydrostatic Test (if not performed earlier)


3.1.1 Complete skid shall be offered for hydrostatic test.
3.1.2 Non Corrosive water shall be used for hydro testing at ambient temperature.
3.1.3 During the hydro test Flow meter, SSV, PCV and FCV and filter cartridges / elements shall
not be installed with pipeline as internals will get damaged in contact with water.
3.1.4 All valves shall be kept at open position.
3.1.5 Either inlet or outlet pipe shall be closed with blind flange and the other side will be
connected with water line (hose pipe) to fill up water in side the skid.
3.1.6 After filling water, the skid shall be pressurized to _______ kg/cm² from outlet of skid to
PCV outlet and then pressurized to -------------- kg/cm² from inlet of skid to inlet of PCV.
3.1.7 Maintain this pressure for four to six hours.
3.1.8 Pressure should not exceed hoop stress of the line pipe at any given moment of time.
3.1.9 No leakage is allowed through any joints and shell.
3.1.10 Record pressure and temperature reading at 30 minutes interval.

3.2 Pneumatic Test


3.2.1 After completion of hydro-test, drain out water from the skids.
3.2.2 Pass the air through the entire skid for some time to dry out the pipeline.
3.2.3 Assemble the Flow meter, SSV, PCV and impulse tubes in pipe line.
3.2.4. Keep all valves open and close either inlet or outlet side pipe with blind flange.
3.2.5 Pressurize the entire skid by air/ nitrogen up to 7 kg/cm² and hold for one hour.
3.2.6 No leakage/ drop in pressure is allowed.
3.2.7 Check the leakage using soap water.

3.3 Functional test of SSV, PCV and FCV

3.3.1 Set point of PCV– set the required pressure of PCV as per approved data sheet/
approved P&ID by Pilot adjusting screw.

[Type text] Page 6 of 27

Page 330 of 1260


Company Doc. No.:B035-000-16-51-
FACTORY ACCEPTANCE TEST MD-GM01
symbol(insert) Rev. : A
Date ____________

3.3.2 Set point of SSV - Increase the PCV pressure to cross the set point of SSV. The SSV
should trip at set pressure value as per approved data sheet/ approved P&ID. Record
the Over Pressure Shut off value during test.

3.3.3 SSV’s Limit switch feed back (contact) signal to be checked with Multimeter.

3.3.4 Flow control valves position (0-100%) shall be checked by simulation of analogue signal
(4-20 mA signal).

3.3.5 Test report/ record for Set pressure of PCV/ SSV shall be reviewed during FAT.

3.4 Functionality Test of Flow Computer

3.4.1 Configuration check, parameter settings/ checking etc shall be carried out as per
approved Data Sheet/ FDS.

3.4.2 Volumetric flow rate, Mass flow rate by simulation of Flow meter signal using Function
Generator/ any other equipment. Flow, Energy and Mass Totalizers, shall be also be
checked.
3.4.3 Line Temperature and pressure, Diff. Pressure etc. shall be checked by inputting
respective analog signals.
3.4.4 Interface data of flow computer with RTU – Measurement by Laptop.
3.4.5 Visual checking of instrumentation cable connection including cable gland, cable tag
nos., JB mounting installation, cable dressing etc. as per approved drawing, wiring
diagram.
3.4.6 Facility of entry of Atmospheric pressure and temperature by operator to be verified.
3.4.7 Various Units of measurement (Pressure, flow rate, heating value, energy etc.) shall be
checked as per approved documents.
3.4.8 Functioning of PID loop (AO) for FCV shall be done by simulation.
3.4.9 Simulation of Flow Computer output to SCADA by GSM Modem.
3.4.10 GC data input to Flow computer from SCADA via GSM modem.
3.4.11 Proper entry of the turbine meter/ Ultrasonic flow meter error curve, K factors etc.
3.4.12 Checking of Audit Trail facility in the flow computer and its printing.
3.4.13 Availability and functioning of USB ports with connecting cables for communication of
various devices/ Instruments/ Equipments (like GC, USM, RTU/ SCADA, Metering
supervisory system, Printers, Laptop etc) with flow computers.
3.4.14 Functioning of standalone Software for flow calculation verification to be checked.
3.4.15 Check functioning of Solar Panel.(If applicable)
3.4.16 Check functioning of Batteries for Solar Panel. (If applicable)

3.5 Transmitter Test Procedure (Pressure, Differential Pressure, Temperature):

Provide power supply to the transmitter and check the local indication & output during the
pneumatic test. Calibration report (from approved Lab) and Hart functionality to be checked

[Type text] Page 7 of 27

Page 331 of 1260


Company Doc. No.:B035-000-16-51-
FACTORY ACCEPTANCE TEST MD-GM01
symbol(insert) Rev. : A
Date ____________

3.6 Turbine Flow Meter (if applicable):

The Turbine Flow meter has been manufactured by ----------------- and is calibrated at --------------
---------------------- using Natural Gas as per approved data sheet. The calibration Certificates
shall be submitted for review during FAT. Insulation of metering system and Environmental
enclosure for custody metering equipments shall be checked visually during FAT.

3.7 RPD Flow Meter (if applicable):

The RPD Flow meter has been manufactured by ----------------- and is calibrated at ------------------
------------------ using Natural Gas as per approved data sheet. The calibration Certificates shall
be submitted for review during FAT. Insulation of metering system and Environmental enclosure
for custody metering equipments shall be checked visually during FAT.

3.8 Ultrasonic Flow Meter (if applicable):

The Ultrasonic Flow meter has been manufactured by ----------------- and is calibrated at -----------
------------------------- using Natural Gas as per approved data sheet. The calibration Certificates
shall be submitted for review during FAT. Insulation of metering system and Environmental
enclosure for custody metering equipments shall be checked visually during FAT. Functioning of
SOS calculation software as per AGA 10 being supplied shall be checked. Also provision of
alarming in case of variance in SOS calculation as per meter and as per AGA 10 to be checked.

3.9 Control Panel (if applicable):

1. Check the functional test as per Data sheet.


2. Hot stand by functionality of Power supply in control panel to be checked
3. Visual Check: Wiring diagram and marking
4. Operation of Fan, Light and other items.
5. Check the painting quality, cable identification mark, tags, cable dressing,
6. Door alignment, locks and overall dimensions to be checked.
7. IS ground and panel ground shall be independent and to be checked.

3.10 Gas Chromatograph (if applicable):

3.10.1 GC controller/ display unit and interface unit Installation in control panel shall be checked
as per approved data Sheet/ FDS.
3.10.2 Parameter settings/ software loading checking, default values etc shall be carried out for
GC controller/ remote configurator as per approved data Sheet/ FDS.
3.10.3 Probes, Tools for insertion/ removal in pipe shall be also be checked.
3.10.4 Field Analyser unit with stand shall be also be checked as per Data sheet.
3.10.5 Calibration Gas cylinders, carrier gas cylinders, self acting pressure regulator for
Cylinders (calibration gas/ carrier gas) shall be checked.
3.10.6 Report for composition of calibration gas shall comply to the specifications.

[Type text] Page 8 of 27

Page 332 of 1260


Company Doc. No.:B035-000-16-51-
FACTORY ACCEPTANCE TEST MD-GM01
symbol(insert) Rev. : A
Date ____________

3.10.7 Shed for Analyser, Cable for remote configurator/ controller etc shall also be checked.
3.10.8 Communication between GC and Laptop shall also be checked and GC data simulation
to be checked.
3.10.9 Simulation of GC data input to Flow computer, Metering supervisory system and RTU/
SCADA via GSM modem.
3.10.10 Availability and functionality checking of communication with flow computers, Laptop,
Metering supervisory system, RTU/ SCADA, Printer
3.10.11 GC Calibration shall be performed and chromatogram for 3 consecutive runs shall be
recorded as base for future. Also Heating value as displayed by GC and as calculated by FC
shall be ckecked for exact matching and Shall comply to GPA 2145 / 2172.

3.11 LEL Detection system (if applicable):

3.11.1 Installation and Simulation of LEL monitor/ controller shall be done.


3.11.2 Installation of LEL Detectors shall be done.
3.11.3 LEL calibration gas cylinder, Regulator, portable LEL detectors, calibration report for
Calibration mixture, CCOE certification for cylinders etc shall be done.

3.12 Metering Supervisory system (if applicable):

3.12.1 Availability and installation (in panel) of all hardware like CPU, Monitor, Printers, cables
and accessories shall be done.
3.12.2 Installation/ operation of all software shall be checked.
3.12.3 Serial interface between various Instruments/ equipments (like GC, Flow computers,
RTU/SCADA, printers etc) shall be simulated/ checked.
3.12.4 Simulation of communication with RTU/ SCADA shall be done.
3.12.5 Checking of Graphics and trends (as per P&ID) for ease of operation and record keeping
shall be checked.
3.12.6 Simulation of all analog/ digital signals from/ to field (like PT/ DPT/ TT/ USM/ FCV/ SSV
status etc) shall be done.

3.13 Solar Panel (if applicable):

1. For each stream, check the functional test as per approved Document.
2. No. of Batteries as per approved Battery sizing Calculation to be checked
3. Output Voltage of each streams shall be recorded.
4. Visual Check: Support for Solar Panel, Battery enclosure/ mounting, Cable, identification
marking

4.0 Spares:
List to be prepared as per P.O. terms/ tender documents for all the mandatory spares,
commissioning spares, cables, materials required for erection. All the spares shall be verified by
TPIA and GAIL representative during FAT test. All spares shall be identified with proper tags.
Foundation bolt and mating flanges shall be checked during FAT.

[Type text] Page 9 of 27

Page 333 of 1260


Company Doc. No.:B035-000-16-51-
FACTORY ACCEPTANCE TEST MD-GM01
symbol(insert) Rev. : A
Date ____________

5.0 Painting:
The painting shall be carried after cleaning the surface by sand blasting to remove all mill scale,
rust, rust scale, paint, oil or foreign particles etc. and maintain the surface finishing as Sa 2 ½.
Primer Coat – Zinc rich epoxy primer of thinness of 75 Micron(DFT).
Interim coat – polyamide epoxy of thickness 125 Micron (DFT)
Finished Coat – polyurethane of thickness 75 Micron (DFT).
Total Thickness- 275 Micron (DFT)
The colour code of pipelines – Golden Yellow
Other colours as per approved colour scheme.

6.0 Documents Review:

After completion of all tests, Documents like material test certificates, Radiography test, Hydro-
test, calibration/ test reports etc. for Ball valves/ Plug valves/ CRV/ NRV/ PSV/ FCV/ Filters,
pipes, fittings, Tee/ elbow/ weld joints, shall be reviewed to check the compliance with the
tender specifications and approved QAP for the equipments / instruments.

7.0 Annexure to FAT Manual:

Apart from FAT procedure, FAT Manual shall have Annexure which shall include the
following:

a. List of all the loose items with details to be provided by vendor (like Mandatory
Spares, commissioning spares, Consumables, Parts of metering skids, Parts of
Control panel, mating flanges, Gaskets, materials required for installation of skid,
Hand held communicators, portable LEL detector, Calibration gas, Printers with
its accessories, laptop with its accessories, Connecting and power cable for
laptop/ Printers/ peripherals, Earthing strips, Cable Trays, cable glands, plugs,
blind flanges, lugs, ferrules, earthing Cables, Mounting Accessories, any other
hardware required for establishing various connectivity mentioned elsewhere,
Software etc.) to be enclosed as Annexure in the FAT Manual for our review/
approval. The items mentioned in the list (Annexure) shall be demonstrated
during FAT.
b. List of all the reports (like calibration reports for various Instruments, test reports
for all the equipments, CCOE certificates etc.), with details like Report no., date,
description etc shall also be prepared as Annexure of FAT manual. The same
shall also be reviewed during FAT

[Type text] Page 10 of 27

Page 334 of 1260


Company Doc. No.:B035-000-16-51-
FACTORY ACCEPTANCE TEST MD-GM01
symbol(insert) Rev. : A
Date ____________

Any discrepancy observed during FAT shall be recorded/ noted in the Action list. Issue
of Inspection Release note/ Dispatch clearance shall be subject to compliance of all the
FAT Check-list points/ Action list.

TEST CERTIFICATE

VISUAL INSEPCTION

Project: METERING SKID/SYSTEM FOR GAIL


Customer: M/s GAIL INDIA LTD, New Delhi
P.O. No.: ------------------ Dtd. -----------------------

Sr. No POINT INSPECTED RESULTS FOUND OK

1 Skid checked as per P & ID and GA Drawing YES / NO


2 Process parameter in Name Plate YES / NO
3 Lifting hook YES / NO
4 Copper jumper for all flanges YES / NO
5 Earthing Connection at base frame YES / NO
6 Insulation for Metering system YES / NO
7 Instrumentation cable connection, cable dressing
and JB mounting installation etc. as per wiring diagram. YES / NO
8 Identification Tags for cable and all Instruments YES / NO
9 Painting colour of pipe line (golden Yellow) YES / NO
10 Spares as per P.O. requirement YES / NO
11 Foundation bolt and Matting flanges YES / NO
12. Support for all the equipments/ Instruments, Pipe, Trays YES / NO
13. Adequacy of O&M Platform and approachability YES / NO

_____________________ _____________________ _____________________


Company Representative TPIA GAIL’s representative

Date:

[Type text] Page 11 of 27

Page 335 of 1260


Company Doc. No.:B035-000-16-51-
FACTORY ACCEPTANCE TEST MD-GM01
symbol(insert) Rev. : A
Date ____________

TEST CERTIFICATE

HYDROTEST OF SKID

Project: METERING SKID /SYSTEM

Customer: M/s GAIL INDIA LTD, New Delhi


P.O. No.: ----------------------------------dated--------------------------

Test Pressure: 1) ________Kg/cm2 (g) up to PCV,


2) ________ Kg/cm2 (g) after PCV

Test Media: Water


Duration: minimum 240 minutes
TIME Pressure before PCV Pressure after PCV
1
2
3
4
5
6
7
8

POINT INSPECTED RESULT FOUND OK

a) Leak test at flange joints and other connections YES / NO


up to PCV
b) Leak test at flange joints and other connections YES / NO
after PCV

___________________ _____________________ _____________________


Company Representative TPIA GAIL’s representative

Date:

[Type text] Page 12 of 27

Page 336 of 1260


Company Doc. No.:B035-000-16-51-
FACTORY ACCEPTANCE TEST MD-GM01
symbol(insert) Rev. : A
Date ____________

TEST CERTIFICATE

PNEUMATIC TEST OF SKID

Project: METERING SKID/SYSTEM FOR GAIL


Customer: M/s GAIL INDIA LTD, New Delhi
P.O. No.: ------------------ Dtd. -----------------------

Test Pressure: 7.0 Kg/cm2 (g)


Test Media: Air / Nitrogen Gas
Duration: 60 minutes

POINT INSPECTED RESULT FOUND OK

Leak test at flange joints and other connections YES / NO

_____________________ _____________________ _____________________


Company Representative TPIA GAIL’s representative

Date:

[Type text] Page 13 of 27

Page 337 of 1260


Company Doc. No.:B035-000-16-51-
FACTORY ACCEPTANCE TEST MD-GM01
symbol(insert) Rev. : A
Date ____________

TEST CERTIFICATE

DIMENSIONAL INSPECTION

Project: METERING SKID/SYSTEM FOR GAIL


Customer: M/s GAIL INDIA LTD, New Delhi
P.O. No.: ------------------ Dtd. -----------------------

Sr. No Parameters Requirement Result Found

1. Base Frame Dimension As per approved


Foundation drawing YES / NO
2. Height of inlet pipe from base in mm ___________ YES / NO
3. Height of Outlet pipe from base in mm ___________ YES / NO
4. Upstream flow straightener Length in mm ___________ YES / NO
5. Down stream flow straightener Length in mm ___________ YES / NO
6. Location of Thermowell as per AGA 7 YES / NO
7. Cable and trays from Metering system to control room ____meters YES / NO
8. Painting thickness of pipe line as per approved
Specifications: 275 microns (DFT) YES / NO
9. Dimension of Control Panel as per Approved Drawing YES / NO

_____________________ _____________________ _____________________


Company Representative TPIA GAIL’s representative

Date:

[Type text] Page 14 of 27

Page 338 of 1260


Company Doc. No.:B035-000-16-51-
FACTORY ACCEPTANCE TEST MD-GM01
symbol(insert) Rev. : A
Date ____________

FAT CHECK LIST

PRESSURE REGULATION SYSTEM

Project: METERING SKID/SYSTEM FOR GAIL


Customer: M/s GAIL INDIA LTD, New Delhi
P.O. No.: ------------------ Dtd. -----------------------

SR. No. ITEM CHECKED REMARKS

1. Set Point of PCV- 1 -------- Bar(g) Ο Accepted Ο Rejected


2. Set Point of PCV-2 ---------- Bar(g) Ο Accepted Ο Rejected
3. Set Point of SSV-1 ------------ Bar(g) Ο Accepted Ο Rejected
3. Set Point of SSV-2 ---------- Bar(g) Ο Accepted Ο Rejected

_____________________ _____________________ _____________________


Company Representative TPIA GAIL’s representative

Date:

[Type text] Page 15 of 27

Page 339 of 1260


Company Doc. No.:B035-000-16-51-
FACTORY ACCEPTANCE TEST MD-GM01
symbol(insert) Rev. : A
Date ____________

FAT CHECK LIST

FIELD TARNSMITTERS

Project: METERING SKID /SYSTEM FOR GAIL


Customer: M/s GAIL INDIA LTD, New Delhi
P.O. No.: ------------------ Dtd. -----------------------

SR. No. ITEM DESCRIPTION LOCALINDICATION CHECKED REMARKS

1. Inlet Pressure Transmitter Ο Accepted Ο Rejected


2. Inlet Temp. Transmitter Ο Accepted Ο Rejected
3. Diff Pressure Transmitter- Filter 1 Ο Accepted Ο Rejected
3. Diff Pressure Transmitter- Filter 2 Ο Accepted Ο Rejected
4. Metering Pressure Transmitter Stream1 Ο Accepted Ο Rejected
5. Metering Pressure Transmitter Stream2 Ο Accepted Ο Rejected
6. Metering Temperature Transmitter – Ο Accepted Ο Rejected
Stream1
7. Metering Temperature Transmitter – Ο Accepted Ο Rejected
Stream 2
8. Functioning of HART communication of Ο Accepted Ο Rejected
transmitters

_____________________ _____________________ _____________________


Company Representative TPIA GAIL’s representative

Date :

[Type text] Page 16 of 27

Page 340 of 1260


Company Doc. No.:B035-000-16-51-
FACTORY ACCEPTANCE TEST MD-GM01
symbol(insert) Rev. : A
Date ____________

FAT CHECK LIST


FLOW COMPUTER

Project: METERING SKID /SYSTEM FOR GAIL


Customer: M/s GAIL INDIA LTD, New Delhi
P.O. No.: ------------------ Dtd. -----------------------

Tag No.: Stream-1


Inspection / Simulation done for CHECKED/ OBSERVED REMARKS
Volumetric Flow rate (SCMH) Ο Accepted Ο Rejected
Totaliser ( SCM) Ο Accepted Ο Rejected
Mass Flow rate (kg/ hr) Ο Accepted Ο Rejected
Energy Flow rate (Kcal/ hr) Ο Accepted Ο Rejected
Pipe Line Temperature °C Ο Accepted Ο Rejected
Pipe Line Pressure Kg/Cm2g / Bar(g) Ο Accepted Ο Rejected
Atmospheric pressure entry at site condition Ο Accepted Ο Rejected
Base Pressure/ Base Temperature entry Ο Accepted Ο Rejected
Configuration check, parameter settings Ο Accepted Ο Rejected
PID controller Analog O/P check Ο Accepted Ο Rejected
Functioning of PID loop for FCV by simulation Ο Accepted Ο Rejected
Interface data of flow computer with Ο Accepted Ο Rejected
RTU – Measurement by Laptop
Various Units of measurement Ο Accepted Ο Rejected
( Flow rate, heating value, energy)
Flow computer o/p to SCADA by GSM modem Ο Accepted Ο Rejected
GC data input to Flow computer from Ο Accepted Ο Rejected
SCADA via GSM modem
K factors for meter error curves Ο Accepted Ο Rejected
Audit trail printout (to be attached) Ο Accepted Ο Rejected
Software for flow calculation verification Ο Accepted Ο Rejected

_____________________ _____________________ _____________________


Company Representative TPIA GAIL’s representative
Date :

[Type text] Page 17 of 27

Page 341 of 1260


Company Doc. No.:B035-000-16-51-
FACTORY ACCEPTANCE TEST MD-GM01
symbol(insert) Rev. : A
Date ____________

FAT CHECK LIST


FLOW COMPUTER

Project: METERING SKID/SYSTEM FOR GAIL


Customer: M/s GAIL INDIA LTD, New Delhi
P.O. No.: ------------------ Dtd. -----------------------

Tag No.: Stream-2


Inspection / Simulation done for CHECKED/ OBSERVED REMARKS
Volumetric Flow rate (SCMH) Ο Accepted Ο Rejected
Totaliser ( SCM) Ο Accepted Ο Rejected
Mass Flow rate (kg/ hr) Ο Accepted Ο Rejected
Energy Flow rate (Kcal/ hr) Ο Accepted Ο Rejected
Pipe Line Temperature °C Ο Accepted Ο Rejected
Pipe Line Pressure Kg/Cm2g / Bar(g) Ο Accepted Ο Rejected
Atmospheric pressure entry at site condition Ο Accepted Ο Rejected
Base Pressure/ Base Temperature entry Ο Accepted Ο Rejected
Configuration check, parameter settings Ο Accepted Ο Rejected
PID controller Analog O/P check Ο Accepted Ο Rejected
Functioning of PID loop for FCV by simulation Ο Accepted Ο Rejected
Interface data of flow computer with Ο Accepted Ο Rejected
RTU – Measurement by Laptop
Various Units of measurement Ο Accepted Ο Rejected
( Flow rate, heating value, energy)
Flow computer o/p to SCADA by GSM modem Ο Accepted Ο Rejected
GC data input to Flow computer from Ο Accepted Ο Rejected
SCADA via GSM modem
K factors for meter error curves Ο Accepted Ο Rejected
Audit trail printout (to be attached) Ο Accepted Ο Rejected
Software for flow calculation verification Ο Accepted Ο Rejected

_____________________ _____________________ _____________________


Company Representative TPIA GAIL’s representative
Date :

[Type text] Page 18 of 27

Page 342 of 1260


Company Doc. No.:B035-000-16-51-
FACTORY ACCEPTANCE TEST MD-GM01
symbol(insert) Rev. : A
Date ____________

FAT CHECK LIST

FLOW CONTROL VALVES

Project: METERING SKID FOR GAIL


Customer: M/s GAIL INDIA LTD, New Delhi
P.O. No.: ------------------ Dtd. -----------------------

Tag No.: Stream-1

INSPECTION CHECKED/ OBSERVED REMARKS


Current Open Position
4 mA 100 % Ο Accepted Ο Rejected
8 mA 75 % Ο Accepted Ο Rejected
12 mA 50 % Ο Accepted Ο Rejected
16 mA 25 % Ο Accepted Ο Rejected
20 mA 0% Ο Accepted Ο Rejected

Tag No.: Stream-2

INSPECTION CHECKED/ OBSERVED REMARKS


Current Open Position
4 mA 100 % Ο Accepted Ο Rejected
8 mA 75 % Ο Accepted Ο Rejected
12 mA 50 % Ο Accepted Ο Rejected
16 mA 25 % Ο Accepted Ο Rejected
20 mA 0% Ο Accepted Ο Rejected

_____________________ _____________________ _____________________


Company Representative TPIA GAIL’s representative

Date :

[Type text] Page 19 of 27

Page 343 of 1260


Company Doc. No.:B035-000-16-51-
FACTORY ACCEPTANCE TEST MD-GM01
symbol(insert) Rev. : A
Date ____________

TEST CERTIFICATE

CONTROL PANEL

Project: METERING SKID/SYSTEM FOR GAIL


Customer: M/s GAIL INDIA LTD, New Delhi
P.O. No.: ------------------ Dtd. -----------------------

Type of Skid:

POINT INSPECTED OBSERVATION/ RESULT FOUND

1) Wiring connection as per approved wiring diagram Yes / NO

2) Functional Check as per data sheet Yes/ NO

3) Hot stand by functionality of Power supply, Modem Yes/ NO

4) Door alignment Yes/ NO

5) Dimensions / Drawings Yes/ NO

6) Painting Yes/ NO

7) Identification mark/ Tagging (Cable, Instruments) Yes/ NO

8) Cable Dressing, Plugging of spare holes Yes/ NO

9) Fan, Tube Light Yes/ NO

10) Adequacy of Installed spares for future use Yes/ NO


Remarks (if any):

_____________________ _____________________ _____________________


Company Representative TPIA GAIL’s representative
Date:

[Type text] Page 20 of 27

Page 344 of 1260


Company Doc. No.:B035-000-16-51-
FACTORY ACCEPTANCE TEST MD-GM01
symbol(insert) Rev. : A
Date ____________

TEST CERTIFICATE

SOLAR PANEL

Project: METERING SKID /SYSTEM FOR GAIL


Customer: M/s GAIL INDIA LTD, New Delhi
P.O. No.: ------------------ Dtd. -----------------------

Type of Skid :

POINT INSPECTED OBSERVATION/ RESULT FOUND

1) Functional check of Solar panel in stream-1 Yes / NO

2) Output Voltage ____________ VDC in stream-1 Yes/ NO

3) No. of ________(Ah) Batteries per stream_________ Yes/ NO

4) Functional check of Solar panel in stream-2 Yes / NO

5) Output Voltage ____________ VDC in stream-2 Yes/ NO

6) Identification mark/ tagging Yes/ NO

7) Adequacy of the Solar panel system mounting


arrangement, fittings, requires cable and other hardware Yes/ NO

Remarks (if any):

_____________________ _____________________ _____________________


Company Representative TPIA GAIL’s representative

Date :

[Type text] Page 21 of 27

Page 345 of 1260


Company Doc. No.:B035-000-16-51-
FACTORY ACCEPTANCE TEST MD-GM01
symbol(insert) Rev. : A
Date ____________

FAT CHECK LIST


ULTRASONIC FLOW METER

Project: METERING SKID/SYSTEM FOR GAIL


Customer: M/s GAIL INDIA LTD, New Delhi
P.O. No.: ------------------ Dtd. -----------------------

Tag No.: Stream-1


Inspection / Simulation done for CHECKED/ OBSERVED REMARKS
Make/ Model/ for Flow meter Ο Accepted Ο Rejected
USM Probes installation Ο Accepted Ο Rejected
Installation of USM in skid Ο Accepted Ο Rejected
Communication with Flow respective Flow Ο Accepted Ο Rejected
computers
Wet Calibration report Ο Accepted Ο Rejected
Software for SOS calculation as per AGA 10 Ο Accepted Ο Rejected
Communication ports and its functionality Ο Accepted Ο Rejected

Tag No.: Stream- 2


Inspection / Simulation done for CHECKED/ OBSERVED REMARKS
Make/ Model/ for Flow meter Ο Accepted Ο Rejected
USM Probes installation Ο Accepted Ο Rejected
Installation of USM in skid Ο Accepted Ο Rejected
Communication with Flow respective Flow Ο Accepted Ο Rejected
computers
Wet Calibration report Ο Accepted Ο Rejected
Software for SOS calculation as per AGA 10 Ο Accepted Ο Rejected
Communication ports and its functionality Ο Accepted Ο Rejected

_____________________ _____________________ _____________________


Company Representative TPIA GAIL’s representative
Date :

[Type text] Page 22 of 27

Page 346 of 1260


Company Doc. No.:B035-000-16-51-
FACTORY ACCEPTANCE TEST MD-GM01
symbol(insert) Rev. : A
Date ____________

FAT CHECK LIST


GAS CHROMATOGRAPH

Project: METERING SKID/SYSTEM FOR GAIL


Customer: M/s GAIL INDIA LTD, New Delhi
P.O. No.: ------------------ Dtd. -----------------------
Inspection / Simulation done for CHECKED/ OBSERVED REMARKS
MAKE/ Model of GC Ο Accepted Ο Rejected
GC controller/ remote configurator Installation in Ο Accepted Ο Rejected
control panel
Parameter settings/ configuration/ application Ο Accepted Ο Rejected
software loading, default values etc for GC
controller/ remote configurator
Probes, Tools for insertion/ removal Ο Accepted Ο Rejected
Calibration Gas cylinders, carrier gas cylinders, self Ο Accepted Ο Rejected
acting pressure regulator for Cylinders (calibration
gas/ carrier gas) with stand, mounting arrangement
Field Analyser with Stand Ο Accepted Ο Rejected
Composition of calibration gases Ο Accepted Ο Rejected
Shed for Analyser, Cable for remote configurator/ Ο Accepted Ο Rejected
controller, communication with various devices,
instruments, equipments etc
Communication between GC and Laptop and GC Ο Accepted Ο Rejected
data simulation
Simulation of GC data input to Flow computer Ο Accepted Ο Rejected
(through GSM Modem and SI), Metering supervisory
system and RTU/ SCADA and via GSM modem
Functionality/ simulation of communication ports for Ο Accepted Ο Rejected
communication with flow computers, Laptop,
Metering supervisory system, RTU/ SCADA,
Printers,
Interface of GC with RTU/ SCADA, Flow computers, Ο Accepted Ο Rejected
LAPTOP, Printer, Metering supervisory system etc
Calibration methods, Various Units of measurement Ο Accepted Ο Rejected
(heating value/ energy)
Communication with RTU/ SCADA Ο Accepted Ο Rejected
GC data input to Flow computer through Ο Accepted Ο Rejected
SCADA and through GSM MODEM
Calibration run for GC Ο Accepted Ο Rejected
Chromatogram for 3 consecutive runs Ο Accepted Ο Rejected
_____________________ _____________________ _____________________
Company Representative TPIA GAIL’s representative

[Type text] Page 23 of 27

Page 347 of 1260


Company Doc. No.:B035-000-16-51-
FACTORY ACCEPTANCE TEST MD-GM01
symbol(insert) Rev. : A
Date ____________

FAT CHECK LIST

METERING SUPERVISORY SYSTEM

Project: METERING SKID/SYSTEM FOR GAIL


Customer: M/s GAIL INDIA LTD, New Delhi
P.O. No.: ------------------ Dtd. -----------------------

Inspection / Simulation done for CHECKED/ OBSERVED REMARKS


MAKE/ Model of PC, Printer and other peripherals Ο Accepted Ο Rejected
Installation of PC, Printer and other peripherals in Ο Accepted Ο Rejected
control panel
Application software loaded in system and license Ο Accepted Ο Rejected
Development of Graphics, Alarm summary etc as Ο Accepted Ο Rejected
per P&ID
Simulation of Field signals (analog and digital) Ο Accepted Ο Rejected
Functionality/ simulation of communication for Ο Accepted Ο Rejected
communication with flow computers, Laptop,
Metering supervisory system, RTU/ SCADA,
Printers, GC etc.
Licensed copy of HMI software Ο Accepted Ο Rejected

_____________________ _____________________ _____________________


Company Representative TPIA GAIL’s representative
Date :

[Type text] Page 24 of 27

Page 348 of 1260


Company Doc. No.:B035-000-16-51-
FACTORY ACCEPTANCE TEST MD-GM01
symbol(insert) Rev. : A
Date ____________

ACTION LIST

Project: METERING SKID /SYSTEM FOR GAIL


Customer: M/s GAIL INDIA LTD, New Delhi
P.O. No.: ------------------ Dtd. -----------------------

Type of Skid :

Sr. No. Description Action By

1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.

_____________________ _____________________ _____________________


Company Representative TPIA GAIL’s representative

Date:

[Type text] Page 25 of 27

Page 349 of 1260


Company Doc. No.:B035-000-16-51-
FACTORY ACCEPTANCE TEST MD-GM01
symbol(insert) Rev. : A
Date ____________

FAT CHECK LIST

REVIEW OF DOCUMENTS

Project: METERING SKID/SYSTEM FOR GAIL

Customer: M/s GAIL INDIA LTD, New Delhi

P.O. No.: ------------------ Dtd. -----------------------

SR. DOCUMENTS REVIEWED CHECKED REMARKS


No.
1. Radiography Test for all items of skid (as per List Ο Accepted Ο Rejected
prepared by vendor and attached as Annexure)

2. Dye Penetration Test for all items of skid (as per Ο Accepted Ο Rejected
List prepared by vendor and attached as
Annexure)

3. Test Certificate (for Filtration system, Slam Ο Accepted Ο Rejected


Shut valves, Pressure Regulator (PCV),
PSV, CRV, FCV, NRV, Flow profiler, Flow
meter, Isolation Ball Valves, Plug valves,
Flow computer, PT, DPT, PG, DPG, Thermo-
well, RTD, LEL detection system, GC,
metering supervisory system, Control panel,
JBs, Pipe spools etc.)

3. Hydro test for all items of skid (as per List Ο Accepted Ο Rejected
prepared by vendor and attached as Annexure)

4. Material test Report for all items of skid (as Ο Accepted Ο Rejected
per List prepared by vendor and attached as
Annexure)

5. Certification as per 3.2 for all Pressure Ο Accepted Ο Rejected


Equipments (as per List prepared by vendor
and attached as Annexure)

6., Calibration Report for PT, DPT, TT, PSV, Ο Accepted Ο Rejected

[Type text] Page 26 of 27

Page 350 of 1260


Company Doc. No.:B035-000-16-51-
FACTORY ACCEPTANCE TEST MD-GM01
symbol(insert) Rev. : A
Date ____________

CRV, Flow Computer, GC, USM, LEL


sensors, LEL detection system, Calibration
Gas (for FC & LEL) AND Test report for SSV,
PCV.

7. Welding Procedure Specification, Welder Ο Accepted Ο Rejected


qualification.
8. Configuration Sheet for Flow computers, GC Ο Accepted Ο Rejected
Compliance Certification for Painting of skid Ο Accepted Ο Rejected
9. including all items (Filtration system, PRS,
Valves, PSVs, CRVs etc) and control panel
10. Material Correlation Chart & Welding Joints Ο Accepted Ο Rejected
Correlation Chart

_____________________ _____________________ _____________________


Company Representative TPIA Customer representative

Date :

[Type text] Page 27 of 27

Page 351 of 1260


STANDARD SPECIFICATION No.
15i1P-aeq ENGINEERS STANDARD SPECIFICATION
2f5leg INDIA LIMITED FOR SIGNAL CABLES 6-52-0046 Rev. 7
1 4.271 4513.713.3) IA Govt of India Undertaking)
Page 1 of 8

Rpm eicei* i(vR 141-1.-W fe-47T


STANDARD SPECIFICATION FOR
SIGNAL CABLES

7 28.03.17 Revised and Reissued as Standard Specification SMI4 RK

6 15.12.10 Revised and Reissued as Standard Specification RSD RP TGM/JMS

5 03.05.05 Revised and Reissued as Standard Specification NPG AKG PM

4 27.01.98 Revised and Reissued as Standard Specification PM RK BRS

3 10.06.97 Revised and Reissued as Standard Specification PM RK BRS AS


Standards Standards
Committee Bureau
Rev. Prepared Checked
Date Purpose Convenor Chairman
No by by
Approved by

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

Page 352 of 1260


STANDARD SPECIFICATION No.
■_71 ENGINEERS STANDARD SPECIFICATION
INDIA LIMITED FOR SIGNAL CABLES 6-52-0046 Rev. 7
IA Govt Of NIOta Undertakmq)
Page 2 of 8

Abbreviations:

DC Direct Current
EPR Ethylene-Propylene Rubber
FR Flame Retardant
PE Polyethylene
PETP Polyethylene Terepthalate
PVC Polyvinyl Chloride
XLPE Cross Linked Poly Ethylene

Instrumentation Standards Committee

Convener: Mr. Rajiv Gupta

Members: Mr. M. Nandi


Mr. Sandeep Arora
Mr. A.S.D. Barman
Mr. S. Mahesh Kumar
Ms. N. P. Guha (Proj.)
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 353 of 1260


STANDARD SPECIFICATION No.
1511WIzE? ENGINEERS
Oge..0 2151eg S INDIA LIMITED
(A GM of Inde Undenak.9)
STANDARD SPECIFICATION
FOR SIGNAL CABLES 6-52-0046 Rev. 7
Page 3 of 8

CONTENTS
1.0 GENERAL 4

2.0 DESIGN AND CONSTRUCTION 5

3.0 NAMEPLATE 7

4.0 INSPECTION AND TESTING 8

5.0 SHIPPING 8

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

Page 354 of 1260


STANDARD SPECIFICATION No.
18110aEg ENGINEERS
Itgar tif5reg
WWI 2.1205r2id Jt4.11
S INDIA LIMITED
(A Govt of IWO Undeffakmg)
STANDARD SPECIFICATION
FOR SIGNAL CABLES 6-52-0046 Rev. 7
Page 4 of 8

1.0 GENERAL

1.1 Scope

1.1.1 This specification, together with the data sheets, covers the requirements for design, materials,
manufacturing, inspection, testing and shipping of signal cables.

1.1.2 Cables shall comply with latest edition of the following standards prior to the date of the
purchaser's enquiry.

ASTM American Society for Testing and Materials


D 2843 Standard Test Method for Density of Smoke from the
Burning or Decomposition of Plastics.
D 2863 Test method for measuring the minimum oxygen
concentration to support candle like combustion of
plastics (oxygen index).

BS British Standards

BS EN50288-7 Multi-element metallic cables used in and digital


communication and control. Sectional specification
for instrumentation and control cables

IEC International Electro technical Commission

540 & 540A Test methods for insulation and sheaths of electric Cables
60331 Testing of Fire Resistant cables.
60332 Tests on bunched wires and cables.
60092 Electrical Installations of Cables
60754 Test on Gases Evolved during Combustion of materials
from Cables — Part 1, 2.

IS Indian Standards

1554 Part 1 PVC insulated (heavy duty) electric cables-working


Voltage up to and including 1100V.
3975 Mild steel wires, formed wires and tapes for armouring of
Cables.
5831 PVC insulation and sheath of electric cables.
6380 Elastomeric insulation and sheath of electric cables
6474 Polyethylene Insulation and sheath of electric cables
7098 Cross-Linked Polyethylene Insulated PVC sheathed
Cables
10810 Method of test for cables.
Part 40 Method for testing uniformity of Zinc coating on Steel
armour
Part 41 Mass of zinc coating on steel armour
Part 58 Oxygen Index test
Part 59 Determination of the amount of halogen acid gas evolved
during combustion of polymeric material taken from
cables
Part 61 Flame Retardant test
Part 62 Flame Retardance test for bunched cables
Part 63 Smoke densities of electric cables under fire conditions
Part 64 Measurement of Temperature Index

1.1.3 In the event of any conflict between this standard specification, data sheets, statutory
regulations, related standards, codes etc., the following order of priority shall govern:

a) Statutory Regulations

b) Data Sheets

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

Page 355 of 1260


STANDARD SPECIFICATION No.
16dWie? ENGINEERS STANDARD SPECIFICATION
51g-ar iWitu
1.4RA KAecnrennanasA)
INDIA LIMITED
IA Got of India Undertaking)
FOR SIGNAL CABLES 6-52-0046 Rev. 7
Page 5 of 8

c) Standard Specification
d) Codes and Standards

1.2 Bids

1.2.1 Vendor's quotation shall be strictly as per the bidding instructions to vendor attached with the
material requisition.

1.2.2 All documentation submitted by vendor including their quotation, catalogues, drawings and
documents etc. shall be in English language only.

1.2.3 Vendor shall furnish unit price per metre for each type of cable, which shall be used for any
addition or deletion of the quantity.

1.3 Drawings and Data

1.3.1 Detailed drawings, data and catalogues required from the vendor are indicated by the purchaser
in the vendor data requirement sheets. The required number of prints and soft copies should be
dispatched to the address mentioned, adhering to time limits indicated.

1.3.2 Final documentation consisting of design and constructional data submitted by the vendor after
placement of order shall include the following, as a minimum.

a) Specification sheet for each type of cable along with test certificates and test reports.

b) Cable details giving electrical characteristics, overall diameter, diameter under armour
and diameter over armour.

2.0 DESIGN AND CONSTRUCTION

2.1 Constructional Requirements

2.1.1 Cables shall be heavy-duty type, 650/1100V grade.

Primary insulation for PVC insulated cables, shall be 85°C polyvinyl chloride Type C as per IS
5831. Thickness of primary insulation shall be 0.5 mm as a minimum. For PE insulated cables,
primary insulation shall be of 70° C Polyethylene. For XLPE insulated cables, primary
insulation shall withstand maximum conductor temperature of 90° C and shall meet the
requirement specified in IS-7098 (Part-1).
The type of primary insulation shall be as specified in purchasers data sheets.
2.1.2 Inner sheath colour of signal cables shall be black. Outer sheath colour shall also be black
except for cables used in intrinsically safe systems. The outer sheath colour for all such cables
used in intrinsically safe application shall be light blue. The thickness of the sheath shall be as
per IS 1554 part 1.

2.1.3 Inner and outer sheath of cable shall be flame retardant made of extruded PVC Type ST2 (90°C)
as per IS 5831 and shall meet the following requirements:

a) Minimum Oxygen index of PVC shall be 30 at 27 °C ±2°C.

b) Temperature index shall be over 250 °C.

c) Inner and Outer sheath shall meet flame retardant requirements for bunched cables as
per IS 10810 (Part 62) category AF or IEC 60332 category A.

d) A rip cord shall be provided for inner sheath.

e) Outer sheath shall be suitable for protecting the cable against rodent and termite attack.

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

Page 356 of 1260


STANDARD SPECIFICATION No.
afa.z..lelia, ENGINEERS STANDARD SPECIFICATION
faigteg ■ INDIA LIMITED
Govt 1ncla Undettak.g)
FOR SIGNAL CABLES 6-52-0046 Rev. 7
Page 6 of 8

2.1.4 Armour over inner sheath shall be of galvanised steel wire/flat. The dimensions of armour shall
be as per IS 1554 (Part 1). Requirement and methods of tests for armour material and uniformity
of galvanisation shall be as per IS 3975 and IS 10810 (Part 40) respectively.

2.1.5 Each pair/triad shall be shielded. Shield shall be of aluminium backed by mylar / polyester tape
bonded together helically applied with metallic side down having 25% overlap on either side
and 100% coverage. Minimum shield thickness shall be 0.05 mm. Drain wire shall be 0.5 mm 2
multi-srandbe lcoprndut.Theaiwrslbncotu
contact with aluminium side of the shield.

2.1.6 Overall shield shall be of aluminium backed up by mylar/polyester tape helically applied with
the metallic side down with either side having 25% overlap and 100% coverage. Minimum
shield thickness shall be 0.075 mm. Drain wire shall be similar to individual pair/triad drain
wire and shall be over the overall shield.

2.1.7 The cores of a pair triad shall be twisted with a minimum of 10 twists per metre of cable.

2.1.8 Sequential marking of the length of the cable in meters shall be provided on the outer sheath at
every one meter. The embossing /engraving/printing shall be legible and indelible.

2.1.9 Tolerance in overall diameter of cable shall be within ± 2 mm over offered value.
2.1.10 The cables used in installations under the jurisdiction of Director General of Mines and Safety
(DGMS) shall meet all requirements of DGMS. The word "Mining Cable" shall be embossed on
the cable outer sheath as per IS 1554 (Part 1).

2.1.11 Drum length and length tolerance


The length of the cables in each drum (drum length) shall be as specified in the purchaser data
sheets. Where no drum length is indicated in the data sheet /material requisition, the following
shall be apply:
Drum length for single pair/ single triad cable : 500 metres
Drum length for multi-pair/ multi- triad cable : 1000 metres

Actual produced drum length shall not vary by more than ± 3% from the length indicated in
purchaser's datasheet or clause 2.1.11.1 of the specification.
2.1.12 Tolerance over the total ordered length shall not vary by more than ± 2% for total length for a
type of cable.
2.1.13 Specific Requirements for fire resistant or fire survival cable.
2.1.13.1 The cables shall have circuit integrity as per IEC 60331.

2.1.13.2 Primary insulation shall be heat resisting elastomeric which can withstand temperature up to
90°C such as silicon rubber/mica glass tape/EPR (medium grade) as per IS 6380. Insulation
thickness shall be 1.0mm minimum (0.44 mm for Silicon rubber) and shall confirm to IEC
60092.

2.1.13.3 Individual pair triad shall be shielded. The shield shall be aluminium backed by mylar/PETP
tape with the metallic side down helically applied with 25% overlap on either side and 100%
coverage. Minimum shield thickness shall be as per IEC 60092. Drain wire shall be 0.5mm 2
(7/0.3mdia)ult-srneb dalcopernut.Daiwshlben
continuous contact with aluminium side of the shield.

2.1.13.4 Inner and outer sheath shall be made of low smoke, heat resistant, oil resistant and flame
retardant material with oxygen index over 30, temperature index shall be over 250°C. Acid
generation shall be maximum 20% by weight as per IEC 60754. Smoke density rating not to
exceed 60% as per ASTM D 2843.
2.1.13.5 The thickness of the sheath shall be as per IEC 60092. Inner and outer sheath colour shall be
orange. A rip cord shall be provided for inner sheath.

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

Page 357 of 1260


STANDARD SPECIFICATION No.
ENGINEERS STANDARD SPECIFICATION
Iii INDIA LIMITED FOR SIGNAL CABLES 6-52-0046 Rev. 7
212nRe MIJPS1,71) IA Govt of India Undertaking)
Page 7 of 8

2.2 Electrical Characteristics

2.2.1 Maximum DC resistance of the conductor of the finished cable shall not exceed 7.41 n / km at
20°C for cables with 2.5 mm 2 conductors, 12.3 CI / km at 20°C for cables with 1.5 mm 2
2 conductors. condutrsa39.7S2/km0°Cforcableswith.5m

2.2.2 Capacitance

2.2.2.1 Mutual Capacitance for PVC Insulated cables


The mutual capacitance of between pairs/triads or adjacent cores shall not exceed of 250 pF /
metre at a frequency of 1 KHz.
2.2.2.2 Mutual Capacitance for PE/XLPE Insulated cables
The mutual capacitance between the pairs/triads shall not exceed of 100 pF / metre at a
frequency of 1 KHz.
2.2.2.3 Capacitance between any core or screen
The capacitance between any core and screen shall not exceed a maximum of 400 pF / metre
at a frequency of I KHz.

2.2.3 L/R ratio of adjacent core shall not exceed 60 till / S2 for cables with 1.5 mm 2 conductors, 40
/ SI for cables with 1.5 mm 2 conductors and 25 micro h / II for cables with 0.5 mm 2
condutrs.

2.2.4 The drain wire resistance including shield shall not exceed 30 S2 / km.

2.2.5 Electrostatic noise rejection ratio of the finished cable shall be over 76 dB.

2.3 Type I (Single pair/Triad shielded).

2.3.1 Each core shall be 1.5/2.5 mm 2 (as per respective data sheet) made of 7 stranded annealed
electrolytic copper conductor. Each strand shall be 0.53 mm dia.

2.3.2 Colour of core insulation shall be black and blue in pair and black, blue and brown in a triad.

2.3.3 All other specifications shall be as per clauses 2.1. and 2.2 of this specification.

2.4 Type-II (Multi-pair/Multi-triad cable with individual pair/triad shield and overall shield)

2.4.1 Conductor sizes shall be 0.5mm 2 made up of 7 strands of annealed electrolytic copper
conductor. Each strand shall be of 0.3 mm diameter.

2.4.2 Overall twist of all pair/triads shall be as per vendor's standard.

2.4.3 A pair of communication wire shall be provided for multipair / multitriad cables. Each wire
shall be 0.5 mm2 of plain annealed single or multistrand copper conductor with 0.4 mm thick
85°C PVC insulation. Insulation shall be green and red colour coded.

2.4.4 A pair identification shall be with numbers at interval of not more than 250 mm.

2.4.5 All other specifications shall be as per clauses 2.1. and 2.2 of this specification.

2.5 Type-III ((Multi-pair/ Multi-triad cable with individual pair/triad shield and overall shield))

2.5.1 The cable shall be same as type-II cable, except conductor size shall be 2.5 mm 2 made of 7
stranded annealed electrolytic copper conductor. Each strand shall be of 0.53 mm dia.

2.6 Type-IV (Multi-pair /Multi-triad cable with individual pair shield and overall shield)

2.6.1 The cable shall be same as Type II, except conductor size shall be 1.5 mm 2 made of 7 stranded
annealed electrolytic copper conductor. Each strand shall be of 0.53 mm dia.

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

Page 358 of 1260


STANDARD SPECIFICATION No.
∎3I ele ENGINEERS STANDARD SPECIFICATION
$I ii OV.leg INDIA LIMITED FOR SIGNAL CABLES 6-52-0046 Rev. 7
IA Gov. of India Undertaking)
Page 8 of 8

3.0 NAMEPLATE (Identification on Cable Drums)


Each cable drum shall be marked with the following information at a visible place;

a) Manufacturer's name

b) Type and size of the cable with cable indicated in material requisition.
c) Length of the cable in meters contained in the drum.

d) Gross weight

e) Drum number

f) Direction of rotation of drum for unwinding by means of an arrow.

g) Purchase order number.


4.0 INSPECTION AND TESTING

4.1 Purchaser reserves the right to inspect and witness testing at vendor's works as per Inspection
Test Plan. All these tests shall be completed by the vendor and test reports shall be submitted
to Purchaser for scrutiny.

4.2 Immediately after completion of electrical tests, the ends of the cable shall be sealed to prevent
Ingress of moisture with suitable PVC / rubber caps.

5.0 SHIPPING
Cables shall be dispatched in wooden drums securely battened, with takeoff end fully
protected against damage. Minimum number of eight PVC/rubber end caps shall be shipped
with each drum.

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

Page 359 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

Site Acceptance Test Procedure for Natural


Gas Measurement Systems

Rev. No. Report No. Issue Date


Page 1 of 74
00 CIMG-GD-4-2016-0004

Page 360 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003
1.0 Preamble
1.1 Natural gas is measured using various types of measurement systems based on different types of
primary elements using different measurement principals. These involve primarily Ultrasonic
Meter (USM), Turbine meters, Rotary Positive Displacement (RPD) meters and Orifice meters.
Depending upon the primary elements used for measurement, different secondary instruments
are used for conversion of gas quantity at line conditions to base or contractual conditions.
Generally a flow conversion device (electronic volume corrector/Flow computer) is used for
converting these line conditions flow values to base or contractual conditions values. Gas
composition is also required for such conversions to correct for the deviation of the gas properties
from ideal to real behavior. These corrections are reflected in terms of the gas compressibility and
a gas chromatograph is used for determining the composition of the gas flowing through the
meter. All these primary, secondary and tertiary instruments put together constitute a gas
measurement system which is generally supplied as a metering skid.
2.0 Objectives
2.1 Various primary, secondary and tertiary devices used for determination of the gas quantity at
contractual/base conditions are tested during factory acceptance test (FAT) at factory before
dispatch so as to ensure that these confirm to various standards/ specifications. Subsequently a
Site Acceptance test (SAT) is also performed to re-affirm the confirmation of the system to various
standards/specification before it is put to use.
2.2 This Site Acceptance Procedure is a General Guideline / Procedure for defining the minimum tests
to be carried out before acceptance of the system for commercial operation. Functionality and
acceptability of the skid/system as per this document is to be ensured before taking the Metering
Skids in operation for custody transfer purpose.
2.3 This document defines procedure for Site Acceptance Test (SAT) to be carried out for Orifice /
Turbine / RPD / Ultrasonic meter based Metering and Pressure Reduction Skids (PRS).The purpose
of carrying out SAT is to check functionality of respective components as well as the entire natural
Gas metering skid (Filtration, Pressure regulation, Metering system) at site before final handover
to Operation and Maintenance Group with respect to approved technical documents and as per
the tender specifications. Many tests and features described in this document would have already
been checked during FAT also. However the same may again be checked to ensure the system
integrity during transportation and reassembly. It shall be ensured that all the components of the
system are installed and hooked up as per approved documents and pre-commissioned prior to
beginning of the SAT.

Rev. No. Report No. Issue Date


Page 2 of 74
00 CIMG-GD-4-2016-0004

Page 361 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

2.4 Ensure that all utilities like electrical power to various systems, control panels is supplied and
turned on as required.
2.5 All the equipment / instruments / items shall be installed for functionality demonstration during
SAT. In case some of the items cannot be erected / installed during SAT, list of such item along
with the reason for not installing the same shall be provided before start of SAT.
2.6 SAT shall not be conducted before approval of such list by Client.
2.7 It is anticipated that some variation from the sequence of test procedures/Test reports/formats
listed herein may occur based on site requirement/ different components of the system involved,
therefore the test sequence may not be considered mandatory.
2.8 The Vendor representative / TPI representative appointed by GAIL / Vendor shall have requisite
qualification and relevant experience in the field of custody transfer Measurement Systems.
3.0 Introduction
Generally, Natural Gas Metering and PRS skid consists of few or all of following components:

1. ORIFICE / TURBINE / RPD / USM based Metering skid


2. Pressure Reduction Skid (PRS)
3. Metering Control Panel with Flow computers / Field Mounted Installations using solar
power
4. Supervisory system (HMI)
5. Gas (LEL) monitoring system
3.1 It is assumed that metering control panels, metering skids and Pressure let down skid have been
already tested for compliance to project specification during FAT with all the action points already
addressed. Compliance to pending FAT action points, if any, will be demonstrated / tested during
SAT.
3.2 All physical inspections and functional tests are described in the remaining sections. When each
device or group of functional tests has been successfully completed, the GAIL/Customer / TPI and
Vendor representatives will indicate acceptance of the test or groups of tests by signing the test
certificates at the end of each section.
3.3 The test certificate / forms attached in this document are typical which may be modified slightly to
suit the testing as per site conditions / tender specifications.

Rev. No. Report No. Issue Date


Page 3 of 74
00 CIMG-GD-4-2016-0004

Page 362 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

3.4 Site Acceptance Test is categorized into two sections viz.

A: Site Acceptance Test for the Metering package


B: Site Acceptance Test for the Metering Skid along with other skid-mounted instruments

A: Site Acceptance Test for the Metering package

Site Acceptance Test for the Metering package consisting of Metering Control Panel / Field Mounted electronic
measurement instruments like Flow computers, GC controller, etc. The purpose of this SAT is to verify the integrity
of the fiscal metering functionality with respect to the following:

1. Metering panel mechanical construction and painting

2. Metering panel electrical and instrumentation arrangement within the panel.

3. Simulating metering skid’s field inputs to the metering system using test equipment

4. Checking functionality of GC with “Live” analyzer inputs to the metering system using the
Calibration/Standard/test gas and subsequently actual process gas.

5. To verify the operation of the gas chromatograph and validate against the relevant standard calculations like
ISO 6976 / GPA 2145 / 2172 etc. as applicable.

6. To verify that the method of energy calculation in the Gas chromatograph and Flow computer is same. Both
shall be validated against the applicable standard like ISO 6976 / GPA 2145 / 2172 etc.

7. Analyzer data management to the fiscal metering system

8. Analyzer house mechanical construction and painting

9. Analyzer house electrical & instrumentation work

10. Project Documentation / Test Records / Mechanical and Other Test certificates / Orifice meter Calibration
certificates / Turbine meter Calibration certificates / USM Calibration certificates / RPD Meter Calibration
certificate, GC Calibration Gas certificates / GC Carrier gas certificates, Cylinder hydro test certificates as per
requirement of PESO, Instrument calibration certificates / Loop Drawings / GAD Metering Panel Instrument
Arrangement, P & IDs, Loop Drawings, FAT document and punch list, if any etc.

Rev. No. Report No. Issue Date


Page 4 of 74
00 CIMG-GD-4-2016-0004

Page 363 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

11. Type approval/Custody transfer approval certificate for various metering system components

12. Configuration of the flow computers and operational/ functional check

13. Simulation of the relevant metering components to ensure that they confirm to the latest applicable
standards / as per tender specification. eg. Simulation of flow computers for relevant AGA/ISO/GPA
calculations like AGA3, AGA 7, AGA 8, AGA9, AGA 10,GPA 2172, ISO 6976 etc.

14. To ensure the functionality of the complete integrated skid w.r.t various functions and capabilities
required for custody transfer applications like Reports, redundancy, communication between various
components, fallback /keypad strategies with alarm generation and recording in event logs, alarm logs
and their simulation.

15. To Simulate and access the capability of the supplied skid and its components as per the tendered
specifications and site requirements.

B: Site Acceptance Test for the Metering Skid along with other skid-mounted instruments

Site Acceptance Test for the Metering Skid along with other skid-mounted instruments shall be carried out at site.
The purpose of this SAT is to verify the skid construction with respect to the following:

1. Metering and pressure reduction skid mechanical construction and painting

2. Metering and pressure reduction skid electrical and instrumentation construction/equipment connections

3. Metering and pressure reduction skid’s equipment operation and field instruments calibration

4. Metering skid’s Manufacturer’s Data Record (MDR)

5. Leak test for the skids

6. Verification of Test/ Calibration certificates /Datasheets /other skid and components related documentation/
GADs/ P & IDs

7. To calibrate/ simulate field equipment along with complete loop throughout the parameter range (Flow /
Pressure / Temperature etc.). This includes calibration of all the transmitters as well as simulation of Pulse /
Frequency loop for USM / Turbine and RPD meters for entire flow range. Flow Totalization to be verified in
flow computer. Mechanical counters of Turbine / RPD meters also to be verified with uncorrected flow rate of
flow meter. All data to be captured as base data for future reference.

Rev. No. Report No. Issue Date


Page 5 of 74
00 CIMG-GD-4-2016-0004

Page 364 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

8. To verify all the base data (configuration as well as dimensional data) as per the calibration certificates /
dimensional reports /relevant documents.
9. HMI shall be verified for various types of reports generated and other functionalities like Data writing (for
required fields e.g. keypad data, FCV setpoints, GC data updation etc.), Pay and check configuration
wherever applicable. Login security Protection Levels to be checked and final passwords after the
handover and acceptance of the system by GAIL O & M department to be changed as per requirement.
Seals to be put at all vulnerable points and Records shall be maintained for the same.

The nominated representatives of GAIL (India Limited) / TPI and vendors representatives will witness and
sign-off the SAT.

NOTE: All the tests, inspection, checking, data-configuration etc. shall be conducted by the vendor as per
SAT procedure and the same shall be submitted to GAIL for review. The records / test reports / calibration
reports / certificates, configuration sheet for flow computers and other relevant documents should be
prepared / obtained by the vendor and sent to GAIL for review before commencement of SAT. Following
documents shall be furnished along with the intimation for SAT.

1. FAT procedure and Report and Punch List points, if any, pending for compliance during FAT.

2. Configuration report (for FC, GC, USM, Metering supervisory system) duly filled and signed by TPI and
QC department of Vendor.

3. Functional design specifications for metering system including Metering supervisory system along with
screen shots.

4. Duly filled and signed SAT procedure document after conducting internal SAT (for the components for
which it is possible)

5. Calibration Report of Primary Flow Elements (Orifice / RPD / Turbine / Ultrasonic Flow meter).

6. Calibration Report of Secondary Instrumentation (Transmitters, gauges, associated electronic


instruments like flow computers, I/P convertors. etc.).

Rev. No. Report No. Issue Date


Page 6 of 74
00 CIMG-GD-4-2016-0004

Page 365 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

7. GC calibration Report and Calibration Gas certificate. Hydro test report of standard / helium gas cylinder
for GC is to be provided.

8. Confirmation that Bidder’s TPI representative with requisite experience in Flow measurement systems
shall be present for witness during SAT.

9. List of Software, original license of software, mandatory spares, commissioning items (including cable with
type and length, canopy, test / calibration equipment, loose supplied items, Laptop with licensed software,
etc. as applicable) as per tender requirement.

10. Relevant documents for smooth conduction of SAT like Data Sheets / Test and Calibration Certificates /
Loop drawings / Manufacturer’s Data Record (MDR) / Project Documentation / Test Records / Mechanical
and Other Test certificates / USM Calibration certificates / GC Calibration Gas certificates / Instrument
calibration certificates / GADs / P&IDs / FDS, etc.

11. In case difference in calculated values (calculated by different Instruments) is observed for any parameter,
the list of such parameters along with values and suitable reason for such deviation to be submitted to
GAIL in advance for review by GAIL / GAIL’s Representative. In case deviation is observed in the
parameter-values displayed by various components, the same shall be recorded and may result in to
rejection of SAT.

12. All connectivity / its simulation mentioned elsewhere in technical specifications (like Laptop, Printers, Flow
meter, SCADA, FC, etc.) shall be established and demonstrated during SAT. Non-compliance to any of
these shall result in non- acceptance of the system.

Rev. No. Report No. Issue Date


Page 7 of 74
00 CIMG-GD-4-2016-0004

Page 366 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003
3.5 Reference Documents:

3.5.1 Design and Engineering Documents of Skid (Document No. to be mentioned)

1. Design Basis

2. P& ID for Skid

3. System Architecture Diagram

4. Metering Skid-GA Drawing for Skid

5. Analyzer house- GA Drawing for Skid

6. Filtration Skid- GA Drawing

7. Functional Design Specification (FDS)


8. Skid structural details including Base frame and Foundation Drawing
9. Instrument Index
10. Field Junction Box Wiring Diagram
11. Cable Schedule
12. Power requirement/details
13. Metering Panel Layout Diagram
14. Metering Panel Wiring & Power Distribution Diagram
15. Process and Instrument Hook-up Diagram

16. Modbus Map for serial interface


17. Sizing calculation sheet for flow elements/Pressure reduction system/Filtration System components like
PSV, Control Valve, Meters, Filters etc.
18. Loop Drawings
19. Quality assurance plan - Mechanical Items
20. Quality assurance plan – Electronic/Electrical/Instrumentation Equipment
21. Material Test certificate, Radiography test report, Hydro-test certificate
22. Type approval certificates for Primary Metering Elements and flow profilers
23. Any other document required to conduct the SAT smoothly

Rev. No. Report No. Issue Date


Page 8 of 74
00 CIMG-GD-4-2016-0004

Page 367 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003
3.5.2 Certificates / Datasheets / Drawings of Equipment:
1. Orifice / Turbine / PD Flowmeter / Ultrasonic Meter
2. Upstream / Downstream meter run / Flow conditioners / Flow straighteners
3. Pressure Transmitter
4. Differential Pressure Transmitter
5. RTD/ Temperature Transmitter
6. Pressure Gauge
7. Temperature Gauge
8. Differential Pressure Gauge
9. Flow Computer
10. Flow Control Valves
11. Pressure Control Valve (Regulator)
12. Slam Shut off Valve
13. Pressure safety Valve
14. Creep relive Valves
15. Solar Panel, Battery, Battery Charger (Power Source)
16. Ball Valves
17. Plug / Globe Valves
18. Check Valves
19. Filter
20. Control Panel
21. Gas Chromatograph including controller
22. Sample Probe
23. LEL detection system including controller and field detectors
24. Metering supervisory system
25. Barriers
26. Junction Boxes & Cable and Cable Glands
27. Calibration certificates of Orifice/Turbine/RPD/Ultrasonic Metering System
28. Any other document required to conduct the SAT smoothly

Rev. No. Report No. Issue Date


Page 9 of 74
00 CIMG-GD-4-2016-0004

Page 368 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003
3.6 Orientation of Witnesses:

TPIA Representative appointed by GAIL/Vendor shall be competent person in the field of flow
measurement. The Name along with qualification and relevant experience in Flow metering shall be
approved by M/s GAIL for participation and witness of SAT.

All representatives shall be briefed on details / description / operating principles of the Metering Skid for before
commencing the SAT.

3.7 Electronic / Electrical Test Equipment

The following is a list of traceable calibrated test equipment used for verifying the functionality of the Control
Panel and skids mounted instruments. If required, other instruments will be used.
  Digital Multi-meter (DMM) 

  Loop calibrator 

  Frequency Generator 

  Laptop with requisite soft wares for simulation/validation / communication eg. Modbus simulator, etc. 

  HART communicator 
 Multifunction Calibrator 
 Dead Weight tester
 Insulation tester/ Megger etc.
 Any other instrument required for successful conduction of various tests

3.8 Test Certificates:

Upon completion of the respective tests as per approved SAT document, Test Certificates should be filled
with the results and signed / stamped by all concerned parties.

3.9 Action List:

Any discrepancies noted during the functional tests shall be defined, recorded and summarized in the Action
List Form. Once proper action has been taken on those points, this Action List shall be signed / stamped by
Customer / TPIA duly filled with the results. System shall be handed over / taken over only after resolution of
the all the pending points of checklist.

Rev. No. Report No. Issue Date


Page 10 of 74
00 CIMG-GD-4-2016-0004

Page 369 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

4.0 VISUAL INSPECTION OF SKID

4.1 Introduction

This section of the test procedure describes the visual inspection of the control panel and skids. Panel
and skids would have been already checked for compliance to specifications during FAT. Hence, now,
the panel and skid shall be mainly checked for any possible damage during transit or installation. Any
pending punch list points during FAT will be checked for compliance.

4.2 Skid Review:

The Skid will be inspected for installation of all the components as per approved P&ID and approved GA
drawing. Dimensional Checking shall be done as per approved GA Drawing. Skid will also be inspected
for correctness of installed Equipment / instruments (including make / model of instruments) and
approachability for maintenance. The Skid will be inspected for proper support with rubber pads / clamps
for the major equipment / Instruments, pipes and impulse lines, proper tag plate on instrument installed
on the skid, indicating name of instrument and tag number.

4.3 Test Certificate for Visual Inspection:

Upon completion of the visual inspection described in this section, the test certificate for Visual Inspection
of skid should be duly filled and signed by all parties.

4.3.1 Visual Inspection of Metering Control Panel and Analyzer House


4.3.1.1 Metering Control Panel

4.3.1.1.1 Introduction
This section of the test procedure describes the visual inspection of the Control Panel. Panel assemblies,
wiring, instrument arrangements are to be checked for compliance to the approved drawings &
specifications.

4.3.1.1.2 Inspection of Metering Control Panel & Dimensional Details

Check the Control Panel to ensure that the physical dimensions and layout are as indicated in the
Control Panel Layout Diagrams. The Control Panel’s framework and other aspects are also inspected for
good quality finishing.

Rev. No. Report No. Issue Date


Page 11 of 74
00 CIMG-GD-4-2016-0004

Page 370 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003
4.3.1.1.3 Inspection of Paint Work

Check the exterior and interior of the Control Panel to ensure that the painting work is of good quality and
meeting the Painting specification requirements.

4.3.1.1.4 Panel Equipment Layout & Inventory Check

The Flow Computers, GC Controller, DC Power Supplies, PLC, Ethernet switches, Fiber optic converter,
Circuit Breakers, Various Isolators ,convertors and Splitter, Supervisory flow computers, Printers, Audio
Visual annunciation system ,Push buttons and switches, Flow controllers etc. are checked to ensure that the
physical arrangement on the panels is in accordance with the Control Panel Layout Diagrams.

4.3.1.1.5 Panel Wiring

Wire sizes and terminations in the Metering Control Panel are checked as indicated in the control panel
wiring & schematic diagrams. All the loops are in conformity with the approved drawings. Conduct the
functional test as per Data sheet, Installation of equipment and components as per approved documents.
Check for placement of equipment for easy workability and maintenance, Operation of Fan, Light and other
items. Check for cable identification mark, tags, cable dressing.

4.3.1.1.6 Power Distribution

The AC and DC power distribution system of the Control Panel are checked for conformance to the Control
Panel wiring Diagrams. Hot stand by functionality of Power supply in control panel to be checked, if
applicable.

4.3.1.1.7 Grounding Details

The grounding system of the Control Panel is checked for conformance to the wiring drawings. Door
alignment, locks and overall dimensions is to be checked.

4.3.1.1.8 Maintenance Accessibility

Check for placement of equipment for easy workability and maintenance. Check the orientation and
installation of the equipment as per approved drawings.

4.3.1.1.9 Test Certificate for Visual Inspection of Panel

Upon completion of the visual inspection described in this section, the test certificate for Visual Inspection of
Metering Panel should be dully filled and signed by both parties.

Rev. No. Report No. Issue Date


Page 12 of 74
00 CIMG-GD-4-2016-0004

Page 371 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

4.3.1.2 Analyzer House Visual Inspection


4.3.1.2.1 Introduction

This section of the test procedure describes the visual inspection of the Analyzer House. Analyzer House
layout, Analyzers installation and hook-ups are to be checked as per the Analyzer House GA & Sampling
Schematic drawings.

4.3.1.2.2 Inspection of dimensional Details

Check the Analyzer Houses to ensure that the physical dimensions are in accordance with the Analyzer
House GA Drawings.

4.3.1.2.3 House Equipment Layout

Location of Analyzers, Power Distribution Boards, Circuit Breakers, PLC, Smoke & Gas Detectors, Beacons,
Alarm panel, Manual Call point , if applicable, etc. are to be checked in accordance with the Analyzer House
GA drawings.

4.3.1.2.4 House Inventory Check

Inventory check shall be performed as indicated in the Analyzer House GA drawings.

4.3.1.2.5 Power Distribution & Electrical Check

The Power distribution system (AC&DC ) of the Analyzer Houses is checked. Ensure all cable entries in and
out of the analyzer are through Glands/Entries suitable for the area classification. Check if the tagging of the
cables and wires are as per the drawings.

4.3.1.2.6 Grounding Details

The grounding system of the Analyzer Houses is checked. Check that suitable earthling connection is
provided outside the House for further tie-in as indicated under the analyzer House layout drawings.

4.3.1.2.7 Maintenance Accessibility

The Analyzer Houses are checked for proper physical layout of equipment to ensure adequate
maintenance accessibility within the House for the analyzers. Sample tubing and placement of cylinders,
regulators etc. shall be checked for ease of maintenance.

Rev. No. Report No. Issue Date


Page 13 of 74
00 CIMG-GD-4-2016-0004

Page 372 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

4.3.1.2.8 Sampling System Check

Following steps are followed to check the sampling systems installed inside / outside the analyzer house.

1. Visually Inspect that the sampling systems are as per the Analyzer
2. Sampling System Schematic Drawings.
3. Verify that the material used for the tubing, fittings are as per the sampling schematic drawings.
4. Visually inspect for the process flow direction is correct for the inline filter, relief valve, and excess
flow valve & check valve.
5. Functional checks are performed on the solenoid valves.
6. Check & confirm that the various items are tagged / labeled as per the sampling schematic
drawings.
7. Pressure test / Leak test the sampling system.

8. Efforts should be made to install the analyzer as close as possible to the sample point to avoid
large sample lag

4.3.1.2.9 Test Certificate for Visual Inspection of House

Upon completion of the visual inspection as described in this section, the Test Certificate for Visual
Inspection of Analyzer Houses should be duly completed and signed by all parties.

Rev. No. Report No. Issue Date


Page 14 of 74
00 CIMG-GD-4-2016-0004

Page 373 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

5.0 FUNCTIONAL TESTS


5.1 Functional Test of Pressure Reduction Skid Components

5.1.1 Functional test of SSV, PCV and FCV


Refer Functional Design Specification for detail operation of SSV, Monitor and Active regulator.

1. Initial position:

a. SSV–Open

b. Monitor valve – Keep valve fully open by adjusting the set point to maximum.

c. Active valve – Keep valve fully open by adjusting the set point to maximum.

d. Keep all valves closed in downstream.

2. Buildup pressure from upstream of the SSV.

3. When downstream pressure will increase beyond SSV set point, SSV will get tripped.

4. If set point is not as per requirement / as per approved data sheet / approved P&ID, set it and check it
again.

5. Fill observed set point of SSV in record sheet.

6. Open the SSV manually.

7. Decrease the set point of Monitor valve near to actual required set point.

8. Start flow by opening vent line available at downstream of regulators.

9. Monitor valve will maintain downstream pressure as per it’s set point.

10. Observe set point and check it with requirement. If it is not as per requirement / as per approved data
sheet / approved P&ID, set it again and follow procedure from point no.8 until setting as per requirement
is achieved.

11. After setting the set point of Monitor regulator, Active valve set point needs to be set.

12. Decrease the set point of Active valve near to actual required set point.

13. Start flow by opening vent line available at downstream of regulators.

Rev. No. Report No. Issue Date


Page 15 of 74
00 CIMG-GD-4-2016-0004

Page 374 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003
14. Active valve will maintain downstream pressure as per its set point.

15. Observe set point and check it with requirement. If it is not as per requirement as per approved data
sheet / approved P&ID, set it again and follow procedure from point no. 13 until setting as per
requirement is achieved.

16. Fill observed set point of Active and Monitor regulators in record sheet.

5.1.2 SSV’s Limit switch feedback (contact) signal to be checked with multimeter (Supervisory system).

5.1.3 In case of isolation / crossover valves with limit switch, the feedback (contact) signal to be checked with
multimeter (Supervisory system).

5.1.4 Flow control valves position (0-100%) shall be checked by simulation of analogue signal (4-20 mA
signal) including entire Loop with all the components installed or from Supervisory System / Flow
Computer / Flow Controller.

5.1.5 Test report/ record for Set pressure of PCV/ SSV/PSV/CRV shall be reviewed during SAT.

5.2 FUNCTIONAL TEST OF FLOW COMPUTER

5.2.1 Configuration check, parameter settings/ checking etc shall be carried out as per Approved
Data Sheet/ Technical specifications/ FDS.
5.2.2 Volumetric flow rate (corrected & uncorrected), Energy flow rate, Mass flow rate by simulation of flow
meter signal using Function Generator / any other equipment. The signal to be simulated from input
connections from meter head so that entire loop including barriers, terminal blocks, etc. is included in the
loop. Volumetric flow shall be simulated to cover the entire design range of the metering skid. Various
totalizers (Volume, Energy and Mass), shall also be checked.

5.2.3 Flow validation against standard software to be carried out for applicable standards like (AGA3, AGA7,
AGA 10, AGA 8, ISO 6976, GPA 2145 with GPA 2172 etc.).

5.2.4 Interface data of flow computer with RTU – Simulation of various parameters by Laptop using suitable
Modbus simulator software to be carried out to verify the data in SCADA.

5.2.5 Facility of user defined atmospheric pressure value entry by operator is to be verified.

Rev. No. Report No. Issue Date


Page 16 of 74
00 CIMG-GD-4-2016-0004

Page 375 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

5.2.6 Various Units of measurement (pressure, flow rate, heating value, energy, etc.) shall be checked as per
approved documents.

5.2.7 Analog Input Test Procedure


(Pressure, Temperature, Differential Pressure and other AI as per P & ID)

5.2.7.1 Set-up the test equipment as per Figure 5.2.7 shown below.

5.2.7.2 Vary the Multifunction / Loop Calibrator to inject an analog signal corresponding to 0% (4mA), 25 %
(8 mA), 50% (12mA), 75% (16mA) and 100% (20mA). In case of Complete Loop being on HART
Protocol, simulate 0%, 25%, 50 %, 75% and 100% of process value using HART communicator.

5.2.7.3 Verify the process values and the corresponding mA (if applicable) and engineering units displayed
on the Flow Computer and confirm the readings on HMI. Record in the Test Certificate of the
respective transmitter.

5.2.7.4 Compute the % error between the reading on the Flow Computer and corresponding value injected
using the Loop Calibrator. Perform analog input, ADC calibration for the input, if required.

5.2.7.5 Simulate a cable breakage or equipment failure and confirm that corresponding alarm is generated
and in-use value of the device automatically switches to use the configured default value.

5.2.7.6 Decrease / Increase the signal values below the low alarm level and above the high alarm level to
verify the correct operation of the low / high alarms on the Flow Computer and HMI.

5.2.7.7 Perform a calibration check including complete loop with the Field device (Transmitter) using
Traceable calibrated Master Instruments by injecting an analog signal corresponding to 0% (4mA),
25 %(8 mA), 50% (12mA), 75% (16mA) and 100% (20mA). In case of Complete Loop being on
HART Protocol, simulate 0%, 25%, 50 %, 75% and 100% of process value using master
instruments. Ensure effective calibrated range of the field device and range values fed in flow
computers are same.

Rev. No. Report No. Issue Date


Page 17 of 74
00 CIMG-GD-4-2016-0004

Page 376 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

Multifunction/ Barrier Flow HMI


Loop Computer
calibrator/
Field Device

HART PC/LAPTOP
Communicator

Figure 5.2.7 – Equipment setup for Analog input Test

5.2.7.8 Line Temperature, Line Pressure, Differential Pressure etc. shall be checked including the
complete loop (with barriers and Terminal Blocks).

5.2.7.9 In case of Meters where Dual Variable Sensors/ multivariable Sensors with digital transmission are
used, Instead of milliamps, process values will be used.

5.2.8 Analog Output Test Procedure

(Control Valve and other AOs as per P & ID)

5.2.8.1 Functioning of PID loop (AO) for FCV shall be checked by simulation.
5.2.8.2 Set-up the test equipment as per Figure 5.2.8 shown below.

5.2.8.3 Vary the analog signal from HMI/ Flow computer to 0% (4mA), 25 % (8 mA), 50% (12mA), 75%
(16mA) and 100% (20mA).

5.2.8.4 Record the mA displayed on the multimeter.

5.2.8.5 Compute the % error between the reading on the Station Computer and corresponding value
displayed on the multimeter/ valve position.

5.2.8.6 Provision to accept FCV set-point through Remote (SCADA / GSM / GPRS Modem) and local (FC
Keypad / metering supervisory system) shall be demonstrated.

Rev. No. Report No. Issue Date


Page 18 of 74
00 CIMG-GD-4-2016-0004

Page 377 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

Flow Control Barrier Flow HMI


Valve/ Computer
Multimeter

Flow
Controller

Figure 5.2.8 – Equipment setup for 4-20 mA Analog Output Test

5.2.9 Digital Input Test Procedure

(Slam shut valve, cross over valves, other valve feedbacks & other DIs as per P & ID)

5.2.9.1 Check that the corresponding DI (switch, valves feedback, etc.) have been connected as
per wiring diagram.
5.2.9.2 Switch on and off the switch or change valve position (Open and close)and observe the respective
input changing status on the respective Input channel and the HMI.

5.2.9.3 Record observations

Digital Barrier Flow HMI


inputs(Switch Computer/
es, SDV/valve Controller
feedback, etc.
Multimeter

Figure 5.2.9 – Equipment setup for Digital input Test

Rev. No. Report No. Issue Date


Page 19 of 74
00 CIMG-GD-4-2016-0004

Page 378 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003
5.2.10 Digital Output Test Procedure
(Valve commands & other DOs as per P & IDs)

i. Connect the multimeter to the output terminals as per the approved wiring diagram. Generate the output
command from HMI / Flow computer / Controller and observe the respective status change on the Digital
Output and multimeter, simulate the valve closure, if applicable)

ii. Record observations

Digital Barrier Flow HMI


outputs(Valve Computer/
commands, Figure 3.2.4 Controller
etc.

Figure 5.2.10 – Equipment setup for Digital Output Test

Rev. No. Report No. Issue Date


Page 20 of 74
00 CIMG-GD-4-2016-0004

Page 379 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003
5.2.11 USM Pulse Input / Turbine meter / RPD meter Test Procedure

i. Set up as per Figure 5.2.11


ii. Fix Pressure, Temperature, Gas Composition and other configuration Data like K-factor etc. in keypad mode.
iii. Connect Frequency/pulse generator to the USM / Turbine meter / RPD meter pulse output terminals.
iv. Simulate frequency/pulse signal and verify the flow on the flow computers. Check entire designed flow range
by varying the frequency/pulse of the signal.
v. Remove the frequency/pulse generator to simulate cable breakage or equipment failure and confirm that the
flow computer does not record any flow during this period.
vi. Record the flow rate, total flow rate onto the test certificate for flow meter.
vii. Flow totalization (accumulated standard volumetric flow) shall be captured in Flow computer Hourly Flow
Report and compared with standard software calculated accumulated flow.

Multifunction/ Barrier Flow HMI


frequency Computer
generator

Figure 3.2.5

Figure 5.2.11 – USM Pulse Input / Turbine meter / RPD meter Test Procedure

Rev. No. Report No. Issue Date


Page 21 of 74
00 CIMG-GD-4-2016-0004

Page 380 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003
5.2.12 Flow Computer Calculation verification/Test Procedure – USM on Pulse Input / Turbine Meter

i. Set-up the test circuit as per Figure 5.2.11 above.


ii. Set the mode of the Pressure and Temperature inputs at the Flow Computer to keypad mode in order to
fix the Pressure and Temperature value at the respective testing value.
iii. Set the Gas Composition to keypad mode.
iv. Input the simulated flow value from frequency generator corresponding to normal operating flow of the
flow computer.
v. Set the K-Factor and other parameters as in the calibration certificate.
vi. Following calculations will have to be done on the stream flow computers as a minimum:-

a. Mass Flow rate


b. Mass Total
c. Energy Flow rate
d. Energy Total
e. Standard Volume Flow rate
f. Standard Volume Total
g. Uncorrected Volume Flow rate
h. Uncorrected Volume Total
i. AGA 7, AGA 8 AGA 9 and AGA 10
j. ISO6976 / GPA 2172 / GPA 2145

5.2.13 Flow Computer Calculation Test Procedure- USM on Serial Input

i. Set-up the test circuit as per Figure 3.2.5 above.

ii. Set the mode of the Pressure and Temperature inputs at the Flow Computer to keypad mode in order to

fix the Pressure and Temperature value at the respective testing value.
iii. Set the Gas Composition to keypad mode.

iv. Set the Gas Velocity to Keypad mode corresponding to normal operating flow.

Rev. No. Report No. Issue Date


Page 22 of 74
00 CIMG-GD-4-2016-0004

Page 381 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003
i. The following calculations will have to be done on the stream flow computers:-

a. Mass Flow rate


b. Mass Total
c. Energy Flow rate
d. Energy Total
e. Standard Volume Flow rate
f. Standard Volume Total
g. Uncorrected Volume Flow rate
h. Uncorrected Volume Total
i. AGA 7, AGA 8 & AGA 10
j. ISO6976 /GPA 2172/GPA 2145
5.2.14 USM series verification( Z-configuration)
There are two different tests to be performed. One is to check the functionality of the HMI for Check and Pay
configuration which is defined separately under HMI section (may be done by simulation as well). Other is to
take both the USMs actually in series operation and perform a pay and check operation. In this case, align
both the USMs in series configuration by proper operation of the valves. This test is to be conducted after all
other tests have been done and metering system is ready to be put to use. Actual gas flow in series mode to
be established through both the USMs and to be observed for 48 Hrs. Uncorrected and corrected volume
computed on hourly as well as daily basis to be captured in the system and record to be maintained as
baseline data. Diagnostic and meter health data for both the streams shall also be captured as a baseline
data. Both meters should operate within specified deviation limit.

5.2.15 Power Supply Redundancy Test – If applicable


I. Switch-off one of the two incoming power supplies to the metering panel and check that the metering system is
still functional, by checking the data on Flow Computer

II. Check that on disconnection of one power supply, an alarm is generated at Flow Computer& HMI.

5.2.16 Flow Computer Power Recycle Test


The Flow Computer shall be tested by recycling the power to verify no changes to the non-resettable fixed
configuration values happen, and that the application program does not get corrupted upon start-up.

Rev. No. Report No. Issue Date


Page 23 of 74
00 CIMG-GD-4-2016-0004

Page 382 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

5.2.17 Flow Computer Totalizer Test Procedure


(Gross volume, Std. volume, Mass, Energy)

i. Set-up the test equipment as per Figure 3.2.4 above.


ii. Set mode of the Pressure and Temperature inputs at the Flow Computer to keypad mode in order to fix
the Pressure and Temperature value at the normal operating value
iii. Fix The Gas Composition Data to keypad mode.

iv. Simulate the Flow rate values by simulation (pulses or serial).

v. Let the Flow computer accumulate pulses / accumulate flow for one complete hour so that hourly report
is generated in flow computer and HMI. If possible reset all totalizers within the Flow Computer to zero
before starting simulation.

vi. Record the cumulative gross volume, standard volume, mass and energy registered onto the test
certificate for Flow Computer Totalizer Test.

5.2.18 Flow Computer Reports


Various Reports and formats shall be verified like, Current report, Hourly Reports, Daily Reports, Shift
reports, weekly and Monthly Reports etc.

5.2.19 Flow Computer and GC Communication


i. It is assumed that Gas Chromatograph has been checked and made online. Check the analysis report of
the GC for last cycle and confirm that the correct gas composition value is updated in the corresponding
parameter field in flow computer and HMI.

ii. Check for the hexane mol split functionality, if applicable, by simulation.

iii. In order to check the entire system, connect using MODBUS simulator. Write Different values in Gas
composition registers through MODBUS simulator and verify the reading on Flow Computer and HMI.

iv. Define various alarms limits in Flow computer (L, LL, H, HH) for different gas components. Vary the
readings of registers through MODBUS simulator and verify the alarm on Flow computer and HMI.

v. Simulate analyzer failure and alarm conditions and verify that the Flow computer reverts to the default
mode of operation as per the configuration.

vi. Check for the Energy Calculation as per specified GPA / ISO method against the standard software.

vii. Check for the entry of Gas composition parameters in Flow computer through Front keypad, Software, HMI.
Rev. No. Report
Also check for user level access No. for different functions (operation
password Issue Date
and writing, parameter editing)
Page 24 of 74
00 CIMG-GD-4-2016-0004

Page 383 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type
viii.
rect
GuidanceAssessment
Perform GC calibration
of Pipelines
and verify that the Gas composition fields in flow computers correspond to sample
analysis streams only during and after the calibration cycle run. In other words, ensure that only sample
Reference No. CIMG-GD-1-2019-0003
stream data is written to the Flow computer. Gas data corresponding to Calibration gas analysis and
calibration will not be written to flow computer for flow calculation.

5.2.20 Other Miscellaneous Points/Tests


i. Metering inputs like Line Temperature, Line Pressure, Differential Pressure etc. shall be checked including
the complete loop (with barriers and Terminal Blocks).

ii. Simulation of Flow Computer output to SCADA by GSM/GPRS Modem.

iii. GC data input to Flow computer from SCADA via GSM/GPRS modem.

iv. Proper entry of the Turbine / PD meter error curve, K factors, Meter factors as per the calibration certificate
etc.

v. Checking of Audit Trail / Events facility in the flow computer and its printing.

vi. Checking of Alarm History

vii. Checking of Various reports (Minute, hourly, daily, weekly, monthly, current / snapshot etc.)

viii. Availability and functioning of USB / Serial / Ethernet ports with connecting cables for communication of
various devices / Instruments / Equipment (like GSM/GPRS, RTU / SCADA, Printers, Laptop, GC, etc.) with
flow computers.

ix. Functioning of standalone Software for flow calculation verification to be checked.

x. Check functioning of Control Panel / Solar Panel-system (If applicable)

xi. Check functioning of Batteries for Solar Panel. (If applicable)

xii. Provision to calculate Energy Flow rate and totalized Energy through both GCV and NCV shall be
demonstrated. For easy switchover selection of NCV and GCV for Energy flow rate calculation shall be
provided in Flow computer.

xiii. In case of USM, Proper entry of the Meter error curve, K factors, Meter factors as per the calibration
certificate in USM Electronics / Flow computer (as applicable). Checking of Complete calibration certificate
data with USM configuration in meter electronics to be verified.

Rev. No. Report No. Issue Date


Page 25 of 74
00 CIMG-GD-4-2016-0004

Page 384 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003
xiv. In case of Orifice meter, checking of relevant configuration data as per the Orifice Calibration/
Inspection sheet like (Meter tube dia, Orifice dia, etc.).

5.2.21 Test Certificates on Functional Tests for Flow Computer


Upon completion, the test certificates for the various instruments pages should be duly completed and
signed by all parties.

5.3 Gas Chromatograph Test

The Gas Chromatograph will be verified using calibration gas as sample gas. The GC shall analyze the calibration
gas as a sample stream. Five continuous analysis reports shall be obtained, and the results shall be tabulated
and compared against the known calibration gas composition.

5.3.1 Test Procedure


i. Inspect all joints of fittings, ferrules, valves etc. to check for any leakage.

ii. Inject know concentration calibration gas as sample stream.

iii. Let the column flush for two runs. Start accepting results from third analysis cycle.

iv. Let GC run for 5 consecutive analyses.

v. If the gas analysis of the calibration gas is within the tolerance provided, repeatability test is
successful and this test is completed. Complete the Test Certificate Sheet.

vi. If the analysis is out of the tolerance specified, then complete the Instrument Calibration Sheet and
investigate the cause of the non-compliance and repeat the test.

vii. Upon completing the above tests, gas composition shall be enabled to be written to the Flow
Computer through serial communication. The Flow Computer shall use these readings and calculate
the density, compressibility, mass flow rate, volume flow rate and heating values under Flow
Computer Calculations.
viii. Calibration of the GC will be checked and it will be ensured that calibration gas composition is not
written down to flow computer during calibration run/calibration analysis run.

ix. Baseline data such as chromatograms, reports , results shall be retained for future reference.

Rev. No. Report No. Issue Date


Page 26 of 74
00 CIMG-GD-4-2016-0004

Page 385 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

5.3.2 Test Certificate on Functional Tests for Gas Chromatograph


Upon completion, the test certificates for the Gas Chromatograph should be duly completed and signed
by all parties.

Various reports formats like Current report, Daily average report, Custom average reports, Calibration
reports shall be checked and customized.

Calculation as per ISO 6976/GPA 2172/GPA2145 will be verified. AGA 8 compressibility calculation
will be verified.

5.4 HMI FUNCTIONAL TEST

5.4.1 General System Test

HMI General System Test includes powering up the HMI and all its peripherals and check the Operating
8. To System
verify and Software
all the baseInstalled
data are as per the Project
(configuration as Specifications.
well as dimensional data) as per the
calibration certificates / dimensional reports /relevant documents.
5.4.2 Communication Test
9. HMI shall be verified for various types of reports generated and other functionalities like
Confirmation of communication of HMI to all the instruments on the Control Panel & field like Flow
DataComputers,
writing (for
Laserrequired
Jet Printerfields e.g.as keypad
,USM etc. data,
per Project FCV setpoints,
Specification GC data updation
is to be checked.
etc.),Pay and check configuration wherever applicable. Login security Protection Levels to
5.4.3be HMI – Flow and
checked Computer
final Communication
passwords after Testthe handover and acceptance of the system by

GAILConfirmation
O & M department
of Communicationto be changed
between as Computers
the Flow per requirement.
and the HMI Seals to tested
is to be be put at all
by verifying
the Flow Computer data on the HMI graphic screens.
vulnerable points and Records shall be maintained for the same.

5.4.4 HMI – Laser Jet Printer Communication Test


The nominated representatives of GAIL (India Limited) / TPI and vendors representatives will
witnessCommunication
and sign-off between
the SAT.the Printer and HMI can be tested by giving print command of the Reports from
HMI.

NOTE: All the tests, inspection, checking, data-configuration etc. shall be conducted as per
SAT procedure by the vendor and the same shall be submitted to GAIL for review. The
records / test reports / calibration reports / certificates, configuration sheet for flow

Rev. No. Report No. Issue Date


Page 27 of 74
00 CIMG-GD-4-2016-0004

Page 386 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003
5.4.5 Graphic Screen and Real Time Data

Check that the navigation from /to Main Menu and different Screens .Check Menu Screens, Trends, Reports,
Pop-up windows are designed in accordance to the Functional Design Specification document. Check that the
information provided on each screen is as per the FDS Document.

5.4.6 Time Synchronization Test – If applicable

i. Simulate the time synchronization using laptop with standard software program.
ii. Verify the time for PLC, HMI and flow computers.

5.4.7 Report Format Check


This section provides Snapshot / Current, Hourly, Daily, Weekly and Monthly Reports. Reports should be
automatically archived and stored on the Hard Disk of the HMI. These reports are output on printer connected to
HMI on demand.

Check the Information on each report is as per FDS Document and that all the reports are stored on Hard disk.

Verify the report formats

i. Snapshot / Current report

ii. Hourly report

iii. Daily report

iv. Weekly report

v. Monthly report

vi. Meter verification report / Pay and Check report etc.

5.4.8 Meter Verification Test


iii. Select the Pay and Check meter. Check meter shall be in NO FLOW status.

iv. Align the meters in series.

v. Simulate the flow and then start the meter verification.

Rev. No. Report No. Issue Date


Page 28 of 74
00 CIMG-GD-4-2016-0004

Page 387 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003
iv. Run for 10 minutes and stop the meter verification.

v. Verify the meter verification report.

vi. Reset the meter counters.

5.4.9 Trending Test


Real-time as well as Historical trending of the process parameters configured & made available on HMI are to
be checked. Process Data to be viewed against a time axis on the Trend Screens to analyze data from time to
time.

Check Real time Trend and Historical Trend displays for correct information by changing the process parameter
from the FC. Navigation Buttons on the Historical Trends are functioning properly.

Printouts of the Historical Trends are as per the FDS Document.

5.4.10 Security Test

Security should be available for different Levels - like Guest, Operator, Engineer and Administrator.
Password protection for each level is to be verified.
Check the Login / Logout for all the levels with its restriction and access is as per the FDS Document.

5.4.11 Alarm Handling Test

All the alarms will be logged on HMI. Check that alarms displayed on different screen (like System Alarms,
Computer Alarms and Process Alarms ) are correct with Date and Time Stamp. Schemes as defined in FDS for
acknowledge and rest of alarms is to be verified using Acknowledge and Reset Button are functioning properly.

Alarm Archive Screen displays all the historical alarms and same are stored on the HMI Hard disk.

Information available on the Alarm Screen, Alarm Format and Alarm Printout of the Alarm is as per the FDS
Document.

5.5 ENVIRONMENT PROTECTION:


Insulation of metering system components and Environmental enclosure for custody metering equipment
shall be checked visually during SAT. The impulse tubing, meter tubes, transmitters shall be checked for
insulation / Environmental protection canopy as per technical specifications.

Rev. No. Report No. Issue Date


Page 29 of 74
00 CIMG-GD-4-2016-0004

Page 388 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

5.6 SOLAR SYSTEM / PANEL (wherever applicable):


i. Certificates for Solar Panel, Batteries and charger including Junction Boxes shall be checked as per
approved documents.
ii. For each stream, carry out the functional test as per approved Document.
iii. No. of Batteries with model, current / Amp Hour rating as per approved Battery sizing Calculation to be
checked
iv. Output Voltage of each stream shall be recorded.
v. Visual Check: Support for Solar Panel, Battery enclosure/ mounting, Cable, identification marking,
cable trays etc.

6.0 SPARES
List to be prepared and submitted in advance to GAIL for all the spares, (like mandatory spares,
commissioning spares, cables, Software etc.) materials required for erection, installation, testing,
commissioning etc. as per PO terms / tender documents. During SAT test, all these items as per list shall be
verified by TPIA and GAIL representative. All these items shall be clearly identified with proper tags/
identification no. List of applicable software licensed in name of GAIL shall also be prepared in advance and
the same shall be reviewed during SAT.

7.0 DOCUMENT REVIEW:


After completion of all tests, Documents like material test certificates, Radiography test, Hydro-test, calibration/
test reports etc. for Ball valves/ Plug valves/ CRV/ NRV/ PSV/ FCV/ Filters, pipes, fittings, Tee/ elbow/ weld
joints, Flow meters, Flow computers and associated electronics shall be reviewed to check the compliance
with the technical specifications and approved QAP for the equipment / instruments.

(i) Review of Project Documentation

Projects documents are supposed to have been verified during FAT of the metering system. It shall be verified
that all the related documents are available at site for proper operation and maintenance of the metering
system.

The project documentation shall consist of approved engineering submission drawings. Any discrepancies
noted during the functional tests shall be clearly marked-up in these documents for revised submission as the
final As-Built copy.

Rev. No. Report No. Issue Date


Page 30 of 74
00 CIMG-GD-4-2016-0004

Page 389 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

(ii) Reviewing of Factory Acceptance Test Record

Functionality of metering system was verified during FAT including verification of calculations and flow
testing. The FAT report shall be reviewed to verify the testing performed during FAT and compliance of
punch list points, if any.

(iii) Review of Equipment Operation and Maintenance Manuals

The Operation and Maintenance manuals for various equipment will be checked for its availability in
submitted documents

(iv) Review of Internal Test Records


Bidder may conduct internal Tests as per the SAT document before commencement of SAT. The internal
test records performed prior to the SAT shall be made available to the GAIL / TPI for review. These records
shall be used for comparison of test results with those during the SAT or for record purposes should
random testing be performed for certain instruments/equipment.

(v) Review of Competency of TPI Representative

The competency of the TPI representative shall be ascertained prior to commencement of the SAT.

Any discrepancy observed during SAT shall be recorded / noted in the Action list. System shall be
handed over / taken over once all the check-list points are resolved.

Rev. No. Report No. Issue Date


Page 31 of 74
00 CIMG-GD-4-2016-0004

Page 390 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

TEST CERTIFICATES/FORMS/FORMATS

(These formats are generic in nature and suggestive only. Actual Test Certificates /
Forms / Formats may be designed as per project specifications, site requirements)

Rev. No. Report No. Issue Date


Page 32 of 74
00 CIMG-GD-4-2016-0004

Page 391 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003
TEST WITNESSES

SITE ACCEPTANCE TEST

PROJECT TITLE :

CUSTOMER :

SAT PROCEDURE DOCUMENT NO. :

DATE OF TEST :

DETAILS OF PARTICIPANTS WITNESSING SAT

GAIL REPRESENTATIVES

NAME TITLE INITIALS


1.

2.

OTHER / TPIA REPRESENTATIVES

NAME TITLE INITIALS


1.
2.

VENDOR REPRESENTATIVES

NAME TITLE INITIALS


1.
2.

Rev. No. Report No. Issue Date


Page 33 of 74
00 CIMG-GD-4-2016-0004

Page 392 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

TEST CERTIFICATE

VISUAL INSEPCTION OF SKID

PROJECT TITLE :

CUSTOMER :

P.O. No.: __________________________ Dt. ____________

S/N POINT INSPECTED RESULTS FOUND

1 Skid checked as per P & ID and GA Drawing YES / NO

2 Details/ Process parameters on face/ name plate YES / NO

3 Lifting hook
YES / NO
4 Copper jumper for all flanges YES / NO

5 Earthing Connection at base frame YES / NO

6 Insulation for Metering system YES / NO

7 Instrumentation cable connection, cable dressing and glanding


YES / NO
8 Wire Sizes & Wire Markers YES / NO

9 JB mounting, installation, etc. as per wiring diagram YES / NO

10 Identification Tags for cable and all Instruments YES / NO

11 Painting color of pipe line YES / NO

12 Spares as per P.O. requirement YES / NO


computers and other relevant documents should be prepared / obtained by the vendor and
sent to GAIL for review before commencement of SAT. Following documents shall be
furnished along with the intimation for SAT.

Rev. No. Report No. Issue Date


Page 34 of 74
00 CIMG-GD-4-2016-0004

Page 393 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003
S/N POINT INSPECTED RESULTS FOUND

13 Foundation bolt and Mating flanges


YES / NO
14 Support for all the equipment / Instruments, Pipe, Trays
YES / NO
15 Platform and Cross-over, jump-over, for Access,
approach for operation and maintenance as approved YES / NO

Proper Placement of Instruments for easy workability and


16 Operation and Maintenance YES / NO

17 Instrument Process Hook-up Check


YES / NO
18 Cable Trays YES / NO

19 Grounding Details
YES / NO

___________________ _____ __________________


Company Representative TPIA GAIL’s representative

Date:

Rev. No. Report No. Issue Date


Page 35 of 74
00 CIMG-GD-4-2016-0004

Page 394 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

TEST CERTIFICATE

VISUAL INSEPCTION OF METERING PANEL

PROJECT TITLE :

CUSTOMER :

P.O. No.: __________________________ Dt. ____________

S/N POINT INSPECTED RESULTS FOUND

1 Internal Test Records Reviewed YES / NO

2 Panel equipment layout checked as per approved Drawing YES / NO


3 Panel equipment inventory checked as per approved
Drawing YES / NO

4 Panel Tag Plate

5 Panel base foundation bolt tightened YES / NO


6 Inspection of Paint work YES / NO
7 No visible damage to items on the metering panel YES / NO

8 Power supply interconnection cable terminated YES / NO

Termination of all signal & power supply cables, as per


9 Control Panel Power Distribution & W iring Schematic YES / NO
Drawing completed
10 Termination of all panel earthing connections (Inst / IS /
YES / NO
Safety) to plant earthing system completed

Continuity check of all interconnection cables between


11 Skid & Panel Identification Tags for cable and wires at TB YES / NO
for all Instruments

12 Spares as per PO requirement YES / NO

Rev. No. Report No. Issue Date


Page 36 of 74
00 CIMG-GD-4-2016-0004

Page 395 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003
S/N POINT INSPECTED RESULTS FOUND

13 Switching on of main incoming breaker / MCBs completed


YES / NO
& voltage levels of incoming supply / at MCBs satisfactory
14 Power up of Panel equipment completed YES / NO

15 Flow computers, GC Controller, Station Computers, PLC,


YES / NO
HMI, Ethernet switches, etc. are powered on
16 Panel lighting & ventilation fan working satisfactorily YES / NO

17 Door Alignment and Sealing ok YES / NO

18 Maintenance Accessibility YES / NO

___________________ _____ __________________


Company Representative TPIA GAIL’s representative

Date:

Rev. No. Report No. Issue Date


Page 37 of 74
00 CIMG-GD-4-2016-0004

Page 396 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003
TEST CERTIFICATE

VISUAL INSEPCTION OF ANALYZER HOUSE

PROJECT TITLE :

CUSTOMER :

P.O. No.: __________________________ Dt. ____________

S/N POINT INSPECTED RESULTS FOUND

1 Analyzer House layout checked as per approved Drawing YES / NO

2 Analyzer House equipment inventory checked as per approved


Drawing YES / NO

3 Analyzer House Tag Plate YES / NO

4 Analyzer House base foundation bolt tightened YES / NO

5 Inspection of Paint work YES / NO

6 No visible damage to items on Analyzer House YES / NO

7 Power supply interconnection cable terminated YES / NO

8 Termination of all signal & power supply cables, as per


Power Distribution & Wiring Schematic Drawing completed YES / NO

9 Termination of all earthing connections (Inst / IS / Safety) YES / NO

10 Continuity check of all inter connection cables YES / NO

11 Identification Tags for cable and wires at TB for all


Instruments YES / NO

12 Spares as per PO requirement YES / NO

Rev. No. Report No. Issue Date


Page 38 of 74
00 CIMG-GD-4-2016-0004

Page 397 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

S/N POINT INSPECTED RESULTS FOUND

13 Switching on of main incoming breaker / MCBs completed


& voltage levels of incoming supply / at MCB satisfactory YES / NO

14 Sampling System Check YES / NO

15 Analyzer House lighting & ventilation fan working


satisfactorily YES / NO

Calibration Gas and Helium cylinders as per PO


16 YES / NO
requirement

___________________ _____ __________________


Company Representative TPIA GAIL’s representative

Date:

Rev. No. Report No. Issue Date


Page 39 of 74
00 CIMG-GD-4-2016-0004

Page 398 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

TEST CERTIFICATE

DIMENSIONAL INSPECTION

PROJECT TITLE :

CUSTOMER :

P.O. No.: __________________________ Dt. ____________

S/N POINT INSPECTED RESULTS FOUND

1 Base Frame Dimension as per approved drawing YES / NO

2 Height of inlet pipe from base in mm YES / NO

3 Height of Outlet pipe from base in mm YES / NO

4 Upstream Meter Tubes Length in mm


YES / NO
(Compliance to relevant AGA Standard)
5 Downstream Meter tube Length in mm
YES / NO
(Compliance to relevant AGA Standard)
6 Location of thermo wells as per relevant AGA standard YES / NO

___________________ _____ __________________


Company Representative TPIA GAIL’s representative

Date:

Rev. No. Report No. Issue Date


Page 40 of 74
00 CIMG-GD-4-2016-0004

Page 399 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

TEST CERTIFICATE -_VALVE STATUS TEST

PROJECT TITLE :

CUSTOMER :

P.O. No.: __________________________ Dt. ____________

Test Results

S/N DESCRIPTION PANEL LAMP HMI

1 Stream#1 Slamshut valve Ο OK Ο NOT OK Ο OK Ο NOT OK

2 Stream#2 Slamshut valve Ο OK Ο NOT OK Ο OK Ο NOT OK

3 Stream#1 Inlet Valve Ο OK Ο NOT OK Ο OK Ο NOT OK

4 Stream#2 Inlet Valve Ο OK Ο NOT OK Ο OK Ο NOT OK


5 Crossover Valve #1 Ο OK Ο NOT OK Ο OK Ο NOT OK
6 Crossover Valve #2 Ο OK Ο NOT OK Ο OK Ο NOT OK
7 Stream#1 outlet Valve Ο OK Ο NOT OK Ο OK Ο NOT OK
8 Stream#2 outlet Valve Ο OK Ο NOT OK Ο OK Ο NOT OK
9 Other telemetered valves Ο OK Ο NOT OK Ο OK Ο NOT OK

___________________ _____ __________________


Company Representative TPIA GAIL’s representative

Date:

Rev. No. Report No. Issue Date


Page 41 of 74
00 CIMG-GD-4-2016-0004

Page 400 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

TEST CERTIFICATE -_PRESSURE REGULATION SYSTEM

PROJECT TITLE :

CUSTOMER :

P.O. No.: __________________________ Dt. ____________

Test Results:

S/ DESCRIPTION SETPOINT/UNIT CHECKED REMARKS


N
1 Active PCV stream-1 Set Point ______ Ο Accepted Ο Rejected
Unit _______
2 Monitor PCV stream-1 Set Point ______ Ο Accepted Ο Rejected
Unit _______
3 Active PCV stream-2 Set Point ______ Ο Accepted Ο Rejected
Unit _______
4 Monitor PCV stream-2 Set Point ______ Ο Accepted Ο Rejected
Unit _______
5 SSV Stream-1 Set Point ______ Ο Accepted Ο Rejected
Unit _______
6 SSV Stream-2 Set Point ______ Ο Accepted Ο Rejected
Unit _______
7 Set Point of CRV/PSV Set Point ______ Ο Accepted Ο Rejected
Unit _______

Note: Indication at HMI and Control Panel for various valves status, as applicable, is to be confirmed.

__________________ _____ __________________


Company Representative TPIA GAIL’s representative

Date:

Rev. No. Report No. Issue Date


Page 42 of 74
00 CIMG-GD-4-2016-0004

Page 401 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

TEST CERTIFICATE -_LEL GAS MONITOR

PROJECT TITLE :

CUSTOMER :

P.O. No.: __________________________ Dt. ____________

Test Procedure:
1. Set-up the test equipment as per figure shown below.

2. Spray the test/ calibration gas around the gas detector and check the readings & alarms on the gas
detection system and HMI.

3. Record the results on to the test certificate.

4. Calibration certificate for LEL detector Calibration Gas to be verified.

LEL Detector Barrier LEL Monitor HMI

S/N DESCRIPTION Cal gas Reading PANEL LAMP HMI


Concentratio on
n(% LEL) Controller/
Ο OK Ο NOT OK Ο OK Ο NOT OK
1 LEL DETECTOR #1 HMI
Ο OK Ο NOT OK Ο OK Ο NOT OK
2 LEL DETECTOR #2
Ο OK Ο NOT OK Ο OK Ο NOT OK
3 LEL DETECTOR #3
Ο OK Ο NOT OK Ο OK Ο NOT OK
4 LEL DETECTOR #4

__________________ _____ __________________


Company Representative TPIA GAIL’s representative

Date:

Rev. No. Report No. Issue Date


Page 43 of 74
00 CIMG-GD-4-2016-0004

Page 402 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

TEST CERTIFICATE

FIELD TRANSMITTER

PROJECT TITLE :

CUSTOMER :

P.O. No.: __________________________ Dt. ____________


S/N ITEM DESCRIPTION CHECKED / OBSERVED REMARKS
1 Inlet Pressure Transmitter

(a) Functionality check Ο Accepted Ο Rejected

(b) Simulation of complete loop from


Transmitter to Flow computer Ο Accepted Ο Rejected
including barriers
(c) HART Functionality check Ο Accepted Ο Rejected

2 Inlet Temperature Transmitter Ο Accepted Ο Rejected


(a) Functionality check Ο Accepted Ο Rejected

(b) Simulation of complete loop from


Transmitter to Flow computer Ο Accepted Ο Rejected
including barriers
(c) HART Functionality check Ο Accepted Ο Rejected

3 Diff Pressure Transmitter- Filter 1 Ο Accepted Ο Rejected

(a) Functionality check Ο Accepted Ο Rejected

(b) Simulation of complete loop from


Transmitter to Flow computer Ο Accepted Ο Rejected
including barriers
(c) HART Functionality check Ο Accepted Ο Rejected

4 Diff Pressure Transmitter- Filter 2 Ο Accepted Ο Rejected

(a) Functionality check Ο Accepted Ο Rejected

(b) Simulation of complete loop from


Transmitter to Flow computer Ο Accepted Ο Rejected
including barriers
Rev. No. Report No. Issue Date
Page 44 of 74
00 CIMG-GD-4-2016-0004

Page 403 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

S/N ITEM DESCRIPTION CHECKED / OBSERVED REMARKS

(c) HART Functionality check Ο Accepted Ο Rejected

5 Metering Pressure Transmitter


Stream-1 Ο Accepted Ο Rejected
(a) Functionality check Ο Accepted Ο Rejected

(b) Simulation of complete loop from


Transmitter to Flow computer Ο Accepted Ο Rejected
(c) including barriers
HART Functionality check Ο Accepted Ο Rejected

6 Metering Pressure Transmitter Ο Accepted Ο Rejected


Stream-2
(a) Functionality check Ο Accepted Ο Rejected

(b) Simulation of complete loop from


Transmitter to Flow computer Ο Accepted Ο Rejected
(c) including
HART barriers check
Functionality Ο Accepted Ο Rejected

7 Metering Temp. Transmitter – Stream-1 Ο Accepted Ο Rejected


(a) Functionality check Ο Accepted Ο Rejected

(b) Simulation of complete loop from


Transmitter to Flow computer Ο Accepted Ο Rejected
(c) including
HART barriers check
Functionality Ο Accepted Ο Rejected

8 Metering Temp. Transmitter – Stream-2 Ο Accepted Ο Rejected

(a) Functionality check Ο Accepted Ο Rejected

(b) Simulation of complete loop from


Transmitter to Flow computer including barriers Ο Accepted Ο Rejected

(c) HART Functionality check Ο Accepted Ο Rejected

Rev. No. Report No. Issue Date


Page 45 of 74
00 CIMG-GD-4-2016-0004

Page 404 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

S/N ITEM DESCRIPTION CHECKED / OBSERVED REMARKS

9 Metering Diff. Pressure Transmitter Ο Accepted Ο Rejected


Stream-1 (for Orifice meter)
(a) Functionality check Ο Accepted Ο Rejected

(b) Simulation of complete loop from


Transmitter to Flow computer including Ο Accepted Ο Rejected
(c) barriers
HART Functionality check Ο Accepted Ο Rejected

10 Metering Diff. Pressure Transmitter Ο Accepted Ο Rejected


Stream-2 (for Orifice meter)
(a) Functionality check Ο Accepted Ο Rejected

(b) Simulation of complete loop from


Transmitter to Flow computer including Ο Accepted Ο Rejected
(c) barriers
HART Functionality check Ο Accepted Ο Rejected

Note:
1. In case of use of RTD for measurement of temperature instead of Transmitter, Except Hart
functionality other parameters may be checked.

2. All t ransmitters as per as per P&ID and approved drawings to be tested.

___________________ _____ __________________


Company Representative TPIA GAIL’s representative

Date:

Rev. No. Report No. Issue Date


Page 46 of 74
00 CIMG-GD-4-2016-0004

Page 405 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

FUNCTIONAL TEST OF FIELD TRANSMITTER

PROJECT TITLE :

CUSTOMER :

P.O. No.: __________________________ Dt. ____________


Analog Input Tag
Calibration Range
Unit

Test Results

Applied Input Transmitter Display readings


Process Value Expected mA Actual mA Flow Computer HMI % Error
(PV) / PV / PV
(mA) PV PV
0% 4
25% 8
50% 12
75% 16
100% 20

High / Low Alarm activated once Process Value is higher / lower than alarm set points in Flow computer and HMI

High Alarm Set point = _______________

Low Alarm Set point = _______________

___________________ _____ __________________


Company Representative TPIA GAIL’s representative

Date:

Rev. No. Report No. Issue Date


Page 47 of 74
00 CIMG-GD-4-2016-0004

Page 406 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003
FUNCTIONAL TEST OF ANALOG OUTPUT

PROJECT TITLE :

CUSTOMER :

P.O. No.: __________________________ Dt. ____________


Analog Output Tag
Range
Unit

Test Results

Analog Input/ Expected mA Actual mA % Error


Process Value / PV / PV
(PV)
0% 4
25% 8
50% 12
75% 16
100% 20

Note: Test may be devised as per specific analog out and its usage (e.g. if used for FCV valve actual position
may be used as a parameter and its failsafe condition)

___________________ _____ __________________


Company Representative TPIA GAIL’s representative

Date:

Rev. No. Report No. Issue Date


Page 48 of 74
00 CIMG-GD-4-2016-0004

Page 407 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003
FLOW COMPUTER

PROJECT TITLE :

CUSTOMER :

P.O. No.: __________________________ Dt. ____________


Tag No:

INSPECTION / SIMULATION DONE FOR CHECKED / OBSERVED REMARKS


Corrected Volumetric Flow rate (SCMH) against AGA Ο Accepted Ο Rejected
calculation software
Uncorrected Volumetric Flow rate (ACMH) against AGA Ο Accepted Ο Rejected
calculation software
Corrected Volumetric Flow rate (SCMH) by complete
Flow Loop Simulation for entire range Ο Accepted Ο Rejected
Uncorrected Volumetric Flow rate (ACMH) by complete
Flow Loop Simulation for entire range Ο Accepted Ο Rejected
3
Volumetric Totalizer- Uncorrected ( M ) by simulation Ο Accepted Ο Rejected
against AGA software
Volumetric Totalizer- Corrected ( M3) by simulation
against AGA software Ο Accepted Ο Rejected
Volumetric Totalizer- Corrected ( M3) by complete Flow
Loop Simulation for entire range Ο Accepted Ο Rejected
Mass Flow rate , (Units and Range) Ο Accepted Ο Rejected
Mass Totalizer , (Units and Range) Ο Accepted Ο Rejected
Energy Flow rate , (Units and Range) Ο Accepted Ο Rejected
Energy Totalizer, (Units and Range) Ο Accepted Ο Rejected
Calorific value selection for Energy Calculation Ο Accepted Ο Rejected
(GCV/NCV)
Pipe Line Temperature (Units and Range) Ο Accepted Ο Rejected
Pipe Line Pressure (Units and Range) Ο Accepted Ο Rejected

Rev. No. Report No. Issue Date


Page 49 of 74
00 CIMG-GD-4-2016-0004

Page 408 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

INSPECTION / SIMULATION DONE FOR CHECKED / OBSERVED REMARKS


Local atmospheric pressure entry provision at Ο Accepted Ο Rejected
site condition
Base Pressure / Base Temperature entry Ο Accepted Ο Rejected
provision
Complete Configuration check, parameter Ο Accepted Ο Rejected
settings
PID controller, Analog O/P check Ο Accepted Ο Rejected
Functioning of PID loop for FCV (though PID O/P Signal)
Ο Accepted Ο Rejected
Interface data of flow computer with RTU/SCADA –
Measurement by Laptop/actual Ο Accepted Ο Rejected
Various Units of measurement (Flow rate in MMSCMD or
SCM/Hr, heating value in Kcal/SCM, energy in MMBTU)
Ο Accepted Ο Rejected
Flow computer o/p to SCADA by GPRS/GSM modem Ο Accepted Ο Rejected
GC data input to Flow computer via GPRS/GSM modem Ο Accepted Ο Rejected
Linearization data for error curve compensation (K Ο Accepted Ο Rejected
factors/Meter factors)
Audit trail printout (to be attached) Ο Accepted Ο Rejected
Software for flow calculation verification Ο Accepted Ο Rejected
Flow set point and Gas composition through GPRS/GSM Ο Accepted Ο Rejected
Modem
GC data input to Flow computer via GC controller Ο Accepted Ο Rejected
Various Report Formats Ο Accepted Ο Rejected
Alarm generation and Records Ο Accepted Ο Rejected
FC power Boot up sequence for no loss of configuration data Ο Accepted Ο Rejected
(on power recycle)
Power redundancy Check Ο Accepted Ο Rejected
Calculation Checks as per AGA 3 / AGA7 / AGA8, AGA
9,AGA10, ISO 6976 / GPA 2172 Ο Accepted Ο Rejected
___________________ _____ __________________
Company Representative TPIA GAIL’s representative

Date:

Rev. No. Report No. Issue Date


Page 50 of 74
00 CIMG-GD-4-2016-0004

Page 409 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003
FLOW CONTROL VALVES

PROJECT TITLE :

CUSTOMER :

P.O. No.: __________________________ Dt. ____________


Tag No:

INSPECTION CHECKED / OBSERVED REMARKS


HMI / FC Setpoint
Open
(% Open) /
Position
Current
100 % / 4 mA 100 % Ο Accepted Ο Rejected
75 % / 8 mA 75 % Ο Accepted Ο Rejected
50 % / 12 mA 50 % Ο Accepted Ο Rejected
25 % / 16 mA 25 % Ο Accepted Ο Rejected
0 % / 20 mA 0% Ο Accepted Ο Rejected

___________________ _____ __________________


Company Representative TPIA GAIL’s representative

Date:

Rev. No. Report No. Issue Date


Page 51 of 74
00 CIMG-GD-4-2016-0004

Page 410 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003
ULTRASONIC FLOW METER/SYSTEM

PROJECT TITLE :

CUSTOMER :

P.O. No.: __________________________ Dt. ____________


Tag No:
Terminal Name :

Stream-1 Stream-2
USM Make
USM Model
USM serial number

CHECKED /
S/N VERIFICATION/INSPECTION / SIMULATION DONE REMARK
OBSERVED
Electrical Connections prior to powering up meter S
1 Power Supply polarity and operating voltage Ο Accepted Ο Rejected
verification
2 Verification of hardware Jumpers & communication Ο Accepted Ο Rejected
switches (if required)
3 Verification of Write protection switch in disable mode, Ο Accepted Ο Rejected
if available
USM /OTHER Configuration
1 Verify details like Station Name, Meter name/ number, Ο Accepted Ο Rejected
Address etc.
2 Verify Communication Parameters (Serial, Modbus, Ο Accepted Ο Rejected
protocol, if used)
3 Verify K-factor in the meter and other systems like Ο Accepted Ο Rejected
Flow computer/RTU etc match
Review4 of As built documents like P&ID, Test certificates of all Ο Accepted Ο Rejected
instruments, calibration report of all instruments,
Vendor manuals, Loop diagrams, type approval
certificate, wet calibration report, bill of material,
spare list, G A diagram, FAT records, Earthing Lay
out , etc.

Rev. No. Report No. Issue Date


Page 52 of 74
00 CIMG-GD-4-2016-0004

Page 411 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

CHECKED / OBSERVED
S/N INSPECTION / SIMULATION DONE REMARK
5 Ο Accepted Ο Rejected S
USM metering Visual / physical inspection for
a Ο Accepted Ο Rejected
Any physical damage
b Internal body / Transducer / PT tapping Ο Accepted Ο Rejected
Cleanliness
c Proper assembly and installation as per Ο Accepted Ο Rejected
approved drawings (ensuring metering upstream and
downstream run, profilers and Meters are assembled as
per Approved drawings / Calibration certificate)
d Face plate details verified with Calibration reports (model Ο Accepted Ο Rejected
nos, serial nos, range of USM flow meter)
e Flow direction verification Ο Accepted Ο Rejected
f Leak test for USM metering skid and impulse Ο Accepted Ο Rejected
tubing.
g Meter sealing checking and seal numbers with Ο Accepted Ο Rejected
seal type.
i. Manufacturing Seal – Status ……. And Seal no
ii. Calibration Seal – Status ……. And Seal no
iii. GAIL Tamper proof Seal – Status …….
And Seal no
6 Installation confirmation to relevant AGA Ο Accepted Ο Rejected
standard (AGA9)
7 Type approval certificate for custody transfer Ο Accepted Ο Rejected
Metering – USM and Flow computers.
8 Review of the USM calibration report for its Ο Accepted Ο Rejected
Validity, accuracy.
9 Suitability of Frequency range of the installed Ο Accepted Ο Rejected
Pulse barrier ensured by feeding the frequency for entire
meter flow range in case of pulse input.
10 Verification of analog output for entire range , if used
11 Verification of Digital outputs and serial Modbus, if used
12 Loop checking / simulation of all signals likes Ο Accepted Ο Rejected
Pressure and Temp signal from field to flow
computer display/ control room HMI display.

Rev. No. Report No. Issue Date


Page 53 of 74
00 CIMG-GD-4-2016-0004

Page 412 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

CHECKED / OBSERVED
S/N INSPECTION / SIMULATION DONE REMAR
13 Review of datasheet of Pressure transmitter, Ο Accepted Ο Rejected KS
Temp t r a n s m i t t e r s , R T D a n d i t s r a n g e s for
suitability.
14 Joint Calibration of secondary instruments with Ο Accepted Ο Rejected
reference to masters PT / TT / RTD
15 Configuration data and fixed parameters of the Ο Accepted Ο Rejected
flow computers like base pressure, base temperature, K-
factors, Linearization curve parameters; atmospheric
pressure, various modes in flow computer application, alarm
set points, key pad values with units are recorded.
16 Online GC communication with Flow computer Ο Accepted Ο Rejected
And gas updation frequency in flow computers as per
maintenance policy.
17 If online GC is available, the GC checks like
a) GC calibration,
b) Repeatability,
c) Verification of gas concentration entered in GC
controller,
d) Verification of calibration gas certificate and validity,
e) Heating value calculations as per applicable
standards.
f) Verification of online data updating in flow computers.
g) Functioning of various modes.
h) Default gas data in Key Pad in flow computer.
i) Alarm values in GC.
j) Auto calibration frequency as per maintenance
policy.
k) Leakage test in associated sample handling
systems including Carrier and standard gas cylinders
etc.

Rev. No. Report No. Issue Date


Page 54 of 74
00 CIMG-GD-4-2016-0004

Page 413 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

CHECKED /
S/N INSPECTION / SIMULATION DONE REMARKS
OBSERVED
18 Availability of desired Modbus data on com port of FC and Ο Accepted Ο Rejected
GC to be checked for hook up with GAIL SCADA.
19 Passwords protect facility of Flow computers configuration. Ο Accepted Ο Rejected

20 Flow computer validations as per relevant standards like Ο Accepted Ο Rejected


AGA-8 and AGA 9 / AGA 7, ISO 6976, GPA 2145 / 2172, etc.
done.
21 Diagnostic checks as per the manufactures design such as Ο Accepted Ο Rejected
i. SOS verification against AGA-10/AGA-8 standard
calculation
ii. SOS spread verification with average SOS
iii. Signal Quality indicators within normal
limits(GAIN, Signal to Noise ratio, AGC levels, flow
velocity profiles, Profile factors ,Swirl angles,
asymmetry, cross flow, turbulence, etc.)
22 Verify appropriate low/no flow cut-off value
23 Latest a s l e f t Calibration Report configuration data Ο Accepted Ο Rejected
Checked with data fed in meter electronics and flow
computer.
24 Series Z-configuration with other metering Ο Accepted Ο Rejected
Streams tested.
25 Back up of all the software’s, applications Ο Accepted Ο Rejected
programs, maintenance log, signal waveforms. constants,
Alarm log, event log, Audit trails and other records taken for
preservation as baseline data

__________________ _____ __________________


Company Representative TPIA GAIL’s representative

Date:
Note: Relevant test/procedures/activities have been described in corresponding sections. This checklist may be
used for SAT as well as for ensuring metering system integrity after some maintenance is carried out. This
checklist encompasses the complete metering section so few parameters might also have been covered in their
respective sections.

Rev. No. Report No. Issue Date


Page 55 of 74
00 CIMG-GD-4-2016-0004

Page 414 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

Rev. No. Report No. Issue Date


Page 56 of 74
00 CIMG-GD-4-2016-0004

Page 415 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

TURBINE/RPD FLOW METER

PROJECT TITLE :

CUSTOMER :

P.O. No.: __________________________ Dt. ____________


Tag No:
Terminal Name :

Stream-1 Stream-2
TFM/RPD Make
TFM/RPD Model
TFM/RPD serial number

CHECKED /
S/N INSPECTION / SIMULATION DONE REMARKS
OBSERVED
1 Review of As built documents like P&ID, Test Ο Accepted Ο Rejected
certificates of all instruments, calibration report of all
instruments, Vendor manuals, Loop diagrams, type
approval certificate, wet calibration report, bill of
material, spare list, G A diagram, FAT records,
1. FAT Earthing
procedure and Report and Punch List points, if any, left during FAT.
Lay out , Type approval certificates etc.
2 Turbine metering Visually / physically inspected for
2. Configuration report (for FC, GC, USM, Metering supervisory system) duly filled and
a Anyby Ο Accepted Ο Rejected
signed TPI and
physical QC department of Vendor.
damage
b Cleanliness Ο Accepted Ο Rejected
3. Functional design specifications for metering system including Metering supervisory
c Proper Ο Accepted Ο Rejected
system along with screen shots.
assembly
d Oil level, if applicable Ο Accepted Ο Rejected
4. Duly filled and signed SAT procedure document afterΟconducting
e Blockage/Obstruction internal SAT (for the
Accepted Ο Rejected
at flow profiler / Flow straightener.
f
components for which it is possible) Ο Accepted Ο Rejected
Integrity of index assembly, seals etc. as per applicability
(Multi index, LF reed, HF index etc.)
5. Calibration Report of Primary Flow Elements (Orifice / RPD / Turbine / Ultrasonic Flow
meter).

6. Calibration Report of Secondary Instrumentation (Transmitters, gauges, associated electronic instruments


like flow computers, I/P convertors. etc.).

Rev. No. Report No. Issue Date


Page 57 of 74
00 CIMG-GD-4-2016-0004

Page 416 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

CHECKED /
S/N INSPECTION / SIMULATION DONE REMARK
OBSERVED
g Spin test as per AGA 7 recommendation and results S
Ο Accepted Ο Rejected
recorded
h Ο Accepted Ο Rejected
Abnormal sound and vibrations ,if any
i Face plate details verified with Calibration reports (model Ο Accepted Ο Rejected
Nos, serial Nos, range of Turbine flow meter)
j Ο Accepted Ο Rejected
Flow direction verification
k Ο Accepted Ο Rejected
Leak test for Turbine metering skid and impulse tubing.
l Ensure that the r e l e v a n t pulse signal( Pulser/ pickup in field) Ο Accepted Ο Rejected
used for measurement is as per calibration certificate
m Meter sealing checking and seal numbers with seal type and its Ο Accepted Ο Rejected
status to be maintained in seal register. Manufacturing Seal –
Status ……. And Seal no Calibration Seal – Status ……. And
Seal no
GAIL Tamper proof Seal – Status ……. And Seal no
3 Installation of the primary metering devices as per is Ο Accepted Ο Rejected
as per relevant standard

4 Type approval certificate for custody transfer metering Ο Accepted Ο Rejected


components – Turbine / RPD and Flow computers.
5 Review of the Turbine / RPD calibration report for its validity, Ο Accepted Ο Rejected
accuracy.
6 Latest Calibration Report configuration data checked with Ο Accepted Ο Rejected
data fed in and flow computer.
7 Customer flow requirement is to be reviewed in respect of Ο Accepted Ο Rejected
minimum and maximum flow and suitability of sizing of
turbine meters to be checked with respect to GSA / GTA and
customer minimum and maximum drawl rate with sufficient
margin.
8 Suitability of Frequency range of the installed pulse barrier
ensured by feeding the frequency for entire meter flow range in
case of pulse input.
9 Loop checking / simulation of all signals likes pressure and Temp
signal from field to flow computer display/ control room HMI
display.

Rev. No. Report No. Issue Date


Page 58 of 74
00 CIMG-GD-4-2016-0004

Page 417 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

CHECKED /
S/N INSPECTION / SIMULATION DONE REMARK
OBSERVED
10 Review of datasheet of Pressure transmitter, temp transmitters, S
Ο Accepted Ο RejectedRTD, Barriers and thei
11 Joint Calibration of secondary instruments with reference Ο Accepted Ο Rejected
to masters PT / TT / RTD
13 Configuration data and fixed parameters of the Ο Accepted Ο Rejected
flow computers like base pressure, base temperature, K-
factors, Linearization curve parameters; atmospheric
pressure, various modes in flow computer application,
alarm set points, key pad values with units are recorded.
14 Online GC communication with Flow computer and Ο Accepted Ο Rejected
gas updation frequency in flow computers as per
maintenance policy.
15. If online GC is available, the GC checks like: Ο Accepted Ο Rejected
a. GC calibration
b. Repeatability,
c. Verification of gas concentration entered in GC
controller with calibration certificate,
d. Verification of calibration gas certificate and its validity
e. Heating value calculations as per applicable
standards
f. Verification of online data updating in flow computers
g. Functioning of various modes.
h. Default gas data in Key Pad in flow computer.
i. Alarm values in GC.
j. Auto calibration frequency as per maintenance policy
k. Leakage test in associated sample handling systems
including Carrier and standard gas cylinders etc.

16 Availability of desired Modbus data on com port of FC Ο Accepted Ο Rejected


and GC to be checked for hook up with GAIL SCADA.
17 Ο Accepted Ο Rejected
Passwords protect facility of Flow computers configuration.
18 Flow computer validations as per relevant standards Ο Accepted Ο Rejected
like AGA-8 and AGA-7, ISO 6976, GPA 2145/2172 etc.
done.

Rev. No. Report No. Issue Date


Page 59 of 74
00 CIMG-GD-4-2016-0004

Page 418 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

CHECKED /
S/N INSPECTION / SIMULATION DONE REMARKS
OBSERVED
19 Physically checking of abnormal sound and abnormal Ο Accepted Ο Rejected
vibration during gas flow .
20 Functional test of Mechanical Index Head counter .Checking Ο Accepted Ο Rejected
of Meter outputs (HF / LF / INDEX Mechanical counter) and flow
computer counters.
21 Meter shall be taken in series / parallel with other metering Ο Accepted Ο Rejected
streams as applicable and verified for various parameters like
pressure, temp, corrected and uncorrected flow measurement
using available output options .
22 Back up of all the software’s, applications programs, Ο Accepted Ο Rejected
Configurations, constants, Alarm log, event log, Audit trails and
other records taken
.

___________________ _____ __________________


Company Representative TPIA GAIL’s representative

Date:

Note: Relevant test/procedures/activities have been described in corresponding sections. This checklist may be
used for SAT as well as for ensuring metering system integrity after some maintenance is carried out. This
checklist encompasses the complete metering section so few parameters might also have been covered in their
respective sections.

Rev. No. Report No. Issue Date


Page 60 of 74
00 CIMG-GD-4-2016-0004

Page 419 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003
ORIFICE FLOW METER

PROJECT TITLE :

CUSTOMER :

P.O. No.: __________________________ Dt. ____________


Tag No:
Terminal Name :

Stream-1 Stream-2
ORIFICE PLATE Make
ORIFICE PLATE serial number

CHECKED /
S/N INSPECTION / SIMULATION DONE REMARKS
OBSERVED
1 Review of As built documents like P&ID, Test Ο Accepted Ο Rejected
certificates of all instruments, calibration report of all
instruments, Vendor manuals, Loop diagrams, type
approval certificate, calibration report, bill of material,
spare list, G A diagram, FAT records, Earthing Lay
out , Type approval certificates etc.
2 Orifice Metering Visual / physical inspection for Ο Accepted Ο Rejected
a Any physical damage Ο Accepted Ο Rejected

b Internal Meter Tube /Orifice plate Cleanliness Ο Accepted Ο Rejected


c Proper assembly and installation as per approved Ο Accepted Ο Rejected
drawings (ensuring metering upstream and downstream
run, profilers and Orifice Plate are assembled as per
Approved drawings)

Rev. No. Report No. Issue Date


Page 61 of 74
00 CIMG-GD-4-2016-0004

Page 420 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

CHECKED /
S/N INSPECTION / SIMULATION DONE REMARKS
OBSERVED
d. Face plate details verified with calibration Ο Accepted Ο Rejected
reports (model nos, serial nos etc.)
e. Flow direction verification Ο Accepted Ο Rejected
f. Leak test for metering skid and impulse tubing. Ο Accepted Ο Rejected

g. Meter sealing checking and seal numbers with seal Ο Accepted Ο Rejected
type.
3 Installation confirmation to relevant AGA standard
(AGA3)
4 Type approval certificate for custody transfer metering
components
5 Review of the Orifice Calibration/inspection report for
its validity, accuracy.
6 Customer flow requirement is to be reviewed in
respect of minimum and maximum flow and suitability
of sizing of Orifice meter to be checked with respect to
GSA/GTA and customer minimum and maximum drawl
rate with sufficient margin.
7 Loop checking / simulation of all signals likes
pressure, Differential pressure and Temp signal from
field to flow computer display/ control room HMI
display.
8 Review of datasheet of Pressure transmitter,
Differential pressure transmitter, temp transmitters,
RTD and its ranges for suitability.
9 Joint Calibration of secondary
instruments with reference to masters PT / TT / DPT
/ RTD
10 Verification of beta ratio as per maintenance policy
guidelines

Rev. No. Report No. Issue Date


Page 62 of 74
00 CIMG-GD-4-2016-0004

Page 421 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

CHECKED /
S/N INSPECTION / SIMULATION DONE REMARKS
OBSERVED
10 Configuration data and fixed prameters Ο Accepted Ο Rejected
of the flow computers like base pressure,
base temperature, Orifice Diameter, Pipe Diameter,
atmospheric pressure, various modes in flow computer
application, alarm set points, key pad values with
units are recorded.
11 Online GC communication with Flow computer and gas Ο Accepted Ο Rejected
updation frequency in flow computers as per
maintenance policy.
12 If online GC is available, the GC checks like Ο Accepted Ο Rejected
a. GC calibration,
b. Repeatability,
c. Verification of gas concentration
entered in GC controller,
d. Verification of calibration gas certificate and
validity,
e. Heating value calculations as per applicable
standards.
f. Verification of online data
updating in flow computers.
g. Functioning of various modes
h. Default gas data in Key Pad in flow computer.
i. Alarm values in GC.
j. Auto calibration frequency as per maintenance
policy.
k. Leakage test in associated sample
handling systems including Carrier and standard gas
cylinders etc.
13 Availability of desired Modbus data on com port of FC Ο Accepted Ο Rejected
and GC to be checked for hook up with GAIL SCADA.
14 Passwords protect facility of Flow computers Ο Accepted Ο Rejected
configuration.
15 Flow computer validations as per relevant standards Ο Accepted Ο Rejected
like AGA-8 and AGA-3, ISO 6976, GPA 2145/2172
etc. done

Rev. No. Report No. Issue Date


Page 63 of 74
00 CIMG-GD-4-2016-0004

Page 422 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

CHECKED /
S/N INSPECTION / SIMULATION DONE REMARKS
OBSERVED
16 Back up of all the software’s, Ο Accepted Ο Rejected
applications programs, configuration & constants, Alarm
log, event log, Audit trails and other records taken

___________________ _____ __________________


Company Representative TPIA GAIL’s representative

Date:

Note: Relevant test/ procedures/ activities have been described in corresponding sections. This checklist may be
used for SAT as well as for ensuring metering system integrity after some maintenance is carried out. This
checklist encompasses the complete metering section so few parameters might also have been covered in their
respective sections.

Rev. No. Report No. Issue Date


Page 64 of 74
00 CIMG-GD-4-2016-0004

Page 423 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003
GAS CHROMATOGRAPH

PROJECT TITLE :

CUSTOMER :

P.O. No.: __________________________ Dt. ____________


Tag No:
GC Make & Model
GC controller and analyzer Serial no.

CHECKED /
S/N INSPECTION / SIMULATION DONE REMARKS
OBSERVED
1 GC controller/ remote configurator Ο Accepted Ο Rejected
Installation in control panel
2 Parameter settings / configuration / application Ο Accepted Ο Rejected
software loading, auto calibration frequency, default
values, alarm values etc. for GC controller / remote
configurator
3 Sample handling system , Sample Probes, Tools for Ο Accepted Ο Rejected
insertion /removal
4 Calibration Gas cylinders, carrier gas cylinders, Ο Accepted Ο Rejected
self-acting pressure regulator for Cylinders (calibration
gas / carrier gas) with stand, mounting arrangement
5 Ο Accepted Ο Rejected
Field Analyzer with Stand
6 Ο Accepted Ο Rejected
Composition of calibration gases wrt process gas
7 Shed for Analyzer, Cable for remote configurator/ Ο Accepted Ο Rejected
controller, communication with various devices,
instruments, equipment, etc.
8 Communication between GC and Laptop and GC data Ο Accepted Ο Rejected
simulation
9 Simulation of GC data input to Flow computer Ο Accepted Ο Rejected
(through GPRS/GSM Modem and SI), Metering
supervisory system and RTU / SCADA and via
GPRS/GSM modem

Rev. No. Report No. Issue Date


Page 65 of 74
00 CIMG-GD-4-2016-0004

Page 424 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

CHECKED /
S/N INSPECTION / SIMULATION DONE REMARKS
OBSERVED
10 Functionality/ simulation of Ο Accepted Ο Rejected
communication ports for communication with flow
computers, Laptop, Metering supervisory system, RTU
/ SCADA, Printers,
11 Interface of GC with RTU / SCADA, Flow Ο Accepted Ο Rejected
computers, LAPTOP, Printer, Metering supervisory
system etc.
12 Calibration methods, Various Units of Ο Accepted Ο Rejected
measurement Kcal, BTU, MJ etc.
13 Ο Accepted Ο Rejected
Communication with RTU / SCADA
14 GC data input to Flow computer through Ο Accepted Ο Rejected
SCADA and through GPRS/GSM MODEM
15 Calibration run and Chromatogram for 3 Ο Accepted Ο Rejected
consecutive runs
16 Repeatability test Ο Accepted Ο Rejected
17 GC reported results verification for parameters like Ο Accepted Ο Rejected
GCV/NCV/ Specific Gravity etc. against Standard
software for relevant standards eg. ISO 6976, GPA
2172 etc.
18 Certificates like Calibration Gas certificate from ISO Ο Accepted Ο Rejected
17025 accredited LAB , hydro test certificates for all
cylinders, etc.
19 No Low points in GC sample tubing routing to avoid Ο Accepted Ο Rejected
liquid accumulation
20 Parameters as per GC Performance analysis, Ο Accepted Ο Rejected
incorporated in GC controller, if applicable
21 GC analyzer placement as close as practically possible Ο Accepted Ο Rejected
to sample point and GC Sample Lag calculation

_________________ _____ __________________


Company Representative TPIA GAIL’s representative

Date:

Rev. No. Report No. Issue Date


Page 66 of 74
00 CIMG-GD-4-2016-0004

Page 425 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003
METERING SUPERVISORY SYSTEM

PROJECT TITLE :

CUSTOMER :

P.O. No.: __________________________ Dt. ____________

CHECKED /
S/N INSPECTION / SIMULATION DONE REMARKS
OBSERVED
1 Make / Model of PC, Printer and other peripherals
2 Installation of PC, Printer and other peripherals in Ο Accepted Ο Rejected
control panel
3 Application software loaded in system and license Ο Accepted Ο Rejected

4 Development of Graphics, Alarm Ο Accepted Ο Rejected


summary etc. as per P&ID, FDS and other approved
documents
5 Simulation of Field signals (analog and digital) Ο Accepted Ο Rejected
6 Functionality / simulation of Ο Accepted Ο Rejected
communication for communication with Flow
computers, Laptop, RTU / SCADA, Printers, GC etc.
7 Ο Accepted Ο Rejected
Licensed copy of HMI software
8 Ο Accepted Ο Rejected
ALARM Log generation and processing
9 Ο Accepted Ο Rejected
Events Log generation
10 Ο Accepted Ο Rejected
History Log generation
11 Report Generation (Current, Hourly, Ο Accepted Ο Rejected
Daily, Weekly, Monthly, etc.)
12 Data entry facility and password protection Ο Accepted Ο Rejected
13 Pay Check operation and report generation Ο Accepted Ο Rejected

Rev. No. Report No. Issue Date


Page 67 of 74
00 CIMG-GD-4-2016-0004

Page 426 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

CHECKED /
S/N INSPECTION / SIMULATION DONE REMARKS
OBSERVED
14 Ο Accepted Ο Rejected
Trending (Real time and historical)
15 Security test for Various Operator Ο Accepted Ο Rejected
Levels with password protection
16 Ο Accepted Ο Rejected
FCV Operation

___________________ _____ __________________


Company Representative TPIA GAIL’s representative

Date:

Rev. No. Report No. Issue Date


Page 68 of 74
00 CIMG-GD-4-2016-0004

Page 427 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003
TEST CERTIFICATE –SOLAR SYSTEM (Wherever applicable)

PROJECT TITLE :

CUSTOMER :

P.O. No.: __________________________ Dt. ____________

CHECKED /
S/N INSPECTION / SIMULATION DONE REMARKS
OBSERVED
1 Functional check of Solar System in stream-1
2 Output Voltage VDC in stream-1 Ο Accepted Ο Rejected
3 No. of (Ah) Batteries per stream (as per system Ο Accepted Ο Rejected
design)
4 Functional check of Solar system in stream-2 Ο Accepted Ο Rejected
5 Output Voltage VDC in stream-2 Ο Accepted Ο Rejected
6 Identification mark / tagging Ο Accepted Ο Rejected
7 Ο Accepted Ο Rejected
Adequacy of the Solar panel system mounting
arrangement, fittings, requires cable and other hardware
8 Ο Accepted Ο Rejected
Approved drawings/calculation/ Certificates for various
components of the Installed system

Remarks (if any):

___________________ _____ __________________


Company Representative TPIA GAIL’s representative

Date:

Rev. No. Report No. Issue Date


Page 69 of 74
00 CIMG-GD-4-2016-0004

Page 428 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003
COMMON CHECK LIST

PROJECT TITLE :

CUSTOMER :

P.O. No.: __________________________ Dt. ____________

ACCEPTED
S/N DESCRIPTION
(YES/NO)
Installation of all the equipment in Skid as per
1
approved d r a w i n g s , make, model and size/ rating
Installation of all the equipment / components (including
printers, metering supervisory system, FC, GC controller,
2
LEL detection system, converter, Modem etc.) in control
panel as per approved drawings, make, model and size/
rating
Dimensional inspection, Size / dimension of skid, straight
3
length of meter tube, location of thermo-well, height etc.
4 Painting quality, Size/ dimension of control panel
5 Functionality of PT, TT, DPT, FCV, HMI etc,
6 Functionality with set-point of PCV, SSV, PSV, CRV etc.
7 Pneumatic leak check of entire skid
8 Functionality of Flow meter after flowing air/ nitrogen
9 Configuration of flow computers and Gas chromatograph
a) Location of JB and Enclosure
b) Cable tags, Cable dressing etc.
10
Configuration and functionality of Metering supervisory
11
system
Printer functionality and Laptop connectivity
12
Functionality of LEL detection system
13

___________________ _____ __________________


Rev. No. Report No. Issue Date
Company Representative TPIA GAIL’s representative Page 70 of 74
00 CIMG-GD-4-2016-0004

Date:

Page 429 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

ACCEPTED
S/N DESCRIPTION
(YES/NO)
Functionality of control panel, simulation of SCADA and
14
GSM / GPRS
Availability of adequate Platforms, approach, Cross
15
over and Jump over
Review of Calibration reports for Instrumentation items,
16
CCOE approval of field equipment and cylinders
Review of TC / report, documents for all mechanical
items, valves, meter, pipes and fittings
17
ii) Radiography, vendor qualification iii) JBs

a. Suitable Support and clamps for valves, Pipe,


PSV outlet, Skid vents, impulse tubing etc.
18
b. Copper jumpers for all flanges.
Availability of adequate no. of Handle for Valves, Blind
19
flanges, Matting flange, expander, tool and tackles.
Review of Software, mandatory spares, commissioning
20
items, cable, canopy, loose items as per list attached with
SAT

___________________ _____ __________________


Company Representative TPIA GAIL’s representative

Date:

Rev. No. Report No. Issue Date


Page 71 of 74
00 CIMG-GD-4-2016-0004

Page 430 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

REVIEW OF DOCUMENTS

PROJECT TITLE :

CUSTOMER :

P.O. No.: __________________________ Dt. ____________

S/N DOCUMENTS REVIEWED CHECKED REMARKS

1 Radiography Test Reports for all items of Ο Accepted Ο Rejected


skid (as per List prepared by vendor and
attached as Annexure)
2 Dye Penetration Test Reports for all items of Ο Accepted Ο Rejected
skid (as per List prepared by vendor and
attached as Annexure)
3 Test Certificate (for Filtration Ο Accepted Ο Rejected
system, Slam Shut valves, Pressure Regulator
(PCV), PSV, CRV, FCV, NRV, Flow profiler,
Flow meter, Isolation Ball Valves, Plug valves,
Flow computer, PT, DPT, PG, DPG, Thermo-
well, RTD, Solar panel, JBs, Pipe spools etc.)
4 Hydro test for all items of skid (as Ο Accepted Ο Rejected
per approved List)
5 Material test Report for all items of Ο Accepted Ο Rejected
skid (as per approved List)
6 Certification for all Pressure Ο Accepted Ο Rejected
Equipment(as per approved List)
7 Calibration Report for PT, DPT, TT, Ο Accepted Ο Rejected
PSV, CRV, Flow Computer, Flow
Meter and Test report for SSV, PCV.

Rev. No. Report No. Issue Date


Page 72 of 74
00 CIMG-GD-4-2016-0004

Page 431 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

S/N DOCUMENTS REVIEWED CHECKED REMARKS

8 Configuration Sheet for Flow Ο Accepted Ο Rejected


computers / USMs etc.
9 Compliance Certification for Painting Ο Accepted Ο Rejected
of skid including all items (Filtration system, PRS,
Valves, PSVs, CRVs etc.) and Solar panel
10 Other Test certificates and Manufacturing Records Ο Accepted Ο Rejected

___________________ _____ __________________


Company Representative TPIA GAIL’s representative

Date:

Rev. No. Report No. Issue Date


Page 73 of 74
00 CIMG-GD-4-2016-0004

Page 432 of 1260


GAIL (INDIA) LTD
CENTRAL INTEGRITY MANAGEMENT GROUP
CORPORATE O&M, NOIDA
Title Site Acceptance Test Procedure
Type rect Assessment of Pipelines
Guidance
Reference No. CIMG-GD-1-2019-0003

ACTION LIST

PROJECT TITLE :

CUSTOMER :

P.O. No.: __________________________ Dt. ____________

S/N DESCRIPTION ACTION BY REMARKS

1
2
3
4
5
6
7

Note: Indication at HMI and Control Panel for various parameters / status, as applicable, is to be confirmed.

__________________ _____ __________________


Company Representative TPIA GAIL’s representative

Date:

Rev. No. Report No. Issue Date


Page 74 of 74
00 CIMG-GD-4-2016-0004

Page 433 of 1260


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
k31 ENGINEERS
$1g-LIT tPes INDIA LIMITED
IA Govt of India Undettakmg)
SELF ACTUATED CONTROL
VALVES / REGULATORS
6 - 52 - 0079 Rev. 4
Page 1 of 9

curci/kOetfffg
feff-br
STANDARD SPECIFICATION FOR
SELF ACTUATED CONTROL
VALVES/REGULATORS

AR-00^
4 01.04.16 Revised & Reissued as Standard Specification RK --
•e l 01

3 29.11.10 Revised & Reissued as Standard Specification MN RG TGM/JMS ND

2 03.05.05 Revised & Reissued as Standard Specification RG RKA PM VJN

1 10.06.97 Revised & Reissued as Standard Specification RK BRS RB AS

0 10.05.88 Issued as Standard Specification PVS TSN AKV AK


Standards Standards
Committee Bureau
Rev. Prepared Checked
Date Purpose Convenor Chairman
No by by
Approved by

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

Page 434 of 1260


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
SELF ACTUATED CONTROL 6-52-0079 Rev. 4
051-eg
lairM erecnrefOIJOAO.0
INDIA LIMITED
(A Govt of Mao Uncleftaking) VALVES / REGULATORS Page 2 of 9

Abbreviations:

AARH Arithmetic Average Roughness Height


Cv Valve Coefficient
NPT National Pipe Threads
SORF Slip On raised face

Instrumentation Standards Committee

Convener: Mr. Rajiv Gupta

Members: Mr. M Nandi


Mr. Sandeep Arora
Mr. ASD Barman
Mr. S Mahesh Kumar
Ms. N P Guha (Proj.)

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

Page 435 of 1260


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
INDIA LIMITED SELF ACTUATED CONTROL 6-52-0079 Rev. 4
a
r cs
,awnc-wrame a.,3,1am) Gout of India Undertak.9) VALVES / REGULATORS Page 3 of 9

CONTENTS

1.0 GENERAL 4

2.0 DESIGN AND CONSTRUCTION 6

3.0 NAMEPLATE 9

4.0 INSPECTION AND TESTING 9

5.0 SHIPPING 9

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

Page 436 of 1260


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
401 ENGINEERS
0:gar faigreg INDIA LIMITED SELF ACTUATED CONTROL 6-52-0079 Rev. 4
1.117rf c-frowe 011aoom) IA GUN of India Undertakolg) VALVES / REGULATORS Page 4 of 9

1.0 GENERAL

1.1 Scope

This standard specification, together with the data sheets forms the requirements for the design,
materials, nameplate marking, inspection and testing and shipping of self actuated control
valves/ regulators.

1.1.1 The related standards referred to herein and mentioned below shall be of the latest edition prior
to the date of purchaser's enquiry;

ASME American Society of Mechanical Engineers.


B 1.20.1 Pipe Threads, General Purpose, Inch
B 16.5 Steel Pipe Flanges and Flanged Fittings. NPS 1/2 through NPS
24
B 16.20 Metallic Gaskets for Pipe Flanges, Ring Joint, Spiral wound and
Jacketed
B16.34 Valves Flanged, Threaded and Welding End

ANSI/FCI American National Standards Institute/ Fluid Controls Institute


70.2 Control Valve Seat Leakage Classification

EN European Standards
10204 Inspection Documents for Metallic Products.

IBR Indian Boiler Regulations

ISA International Society of Automation


S75.08.01 Face-to-Face Dimensions for Integral Flanged Globe-Style
Control Valve Bodies (Classes 125, 150, 250, 300, and 600)

S75.19.01 Hydrostatic Testing of Control Valves

1.1.2 In the event of any conflict between this standard specification, job specification/data sheets,
statutory regulations, related standards, codes etc. the following order of priority shall govern:

a) Statutory Regulations

b) Data Sheets

c) Standard Specification

d) Codes and Standards

1.1.3 In addition to compliance to the purchaser's specification in totality, vendor's extent of


responsibility includes the following:

a) Purchaser's data sheets specify material for the body and trim of self actuated control
valves. Alternate superior material of construction shall also be acceptable provided
vendor assumes full responsibility for selected material for their compatibility with the
specified fluid and its operating conditions.

b) Sizing and selection of self actuated control valves suitable for the indicated fluid flow
rate over the indicated turndown and viscosity with the stated accuracy, including noise
and suitable treatment to limit noise within appropriate limits.

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

Page 437 of 1260


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
g ell &Reg INDIA LIMITED SELF ACTUATED CONTROL 6-52-0079 Rev. 4
(lfvf rtean14713q17,11 (A Gov! of India UnOeitak.0) VALVES / REGULATORS Page 5 of 9

c) Self actuated control valve / regulator with suitable capacity and rangeability for the
process conditions indicated.

1.2 Bids

1.2.1 Vendor's quotation shall be strictly as per the bidding instructions to the vendor attached along
with the material requisition.

1.2.2 Vendor's quotation shall include the following;

a) Detailed specification sheet for each item which shall provide the information regarding
type, size, material of construction of body / trim / diaphragm, capacity at indicated set
value etc. The material specification and units of measurement for various items in
vendor specification sheets shall be to the same standards as those indicated in
purchaser's data sheet.

b) Proven references for each offered model in line with clause 1.2.3 of this specification
whenever specifically indicated in the purchaser's specifications.

c) Deviation on technical requirements shall not be generally entertained. In case vendor


has some valid technical reason for not complying with the specific requirements due to
superior alternatives and materials, tag wise deviation list must be provided along with
the technical justification.

d) Catalogues giving detailed technical specifications, model decoding details and other
information for each type of self actuated control valves / regulators covered in the bid.

e) One set of soft parts/O-rings for each self actuated control valve / regulator along with
each item.

0 Two years operational spares for each self actuated control valve / regulator and its
accessories, which shall include plug, o-ring set, packing set, diaphragm etc, as a
minimum.

1.2.3 All items, as offered, shall be field proven and should have completed trouble free satisfactory
operation for a period of minimum 6 months on the bid due date in the similar application with
process conditions similar to those as specified in the purchaser's data sheet. Items with proto-
type design or items not meeting provenness criteria specified above shall not be offered.

1.2.4 All documentation submitted by the vendor including their quotations, catalogues, drawings,
installation, operation and maintenance manuals etc. shall be in English language only.

1.3 Drawings and Data

1.3.1 Detailed drawings, data, catalogues and manuals required from the vendor are indicated by the
purchaser in vendor data requirement sheets attached with the requisition.

1.3.2 Final documentation consisting of design data, installation manual, operation and maintenance
manual etc submitted by the vendor after placement of purchase order, shall include the
following, as a minimum:

a) Certified drawing for each self actuated control valve / regulator which shall provide;
i) End connection details.
ii) Face-to-face dimensions in mm.
iii) Height of the completely assembled self actuated control valve / regulator
iv) Weight of complete assembly in kilograms.

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

Page 438 of 1260


STANDARD SPECIFICATION No.

is~ral Oa&
(.1127t eleant a97.3)
ENGINEERS
INDIA LIMITED
(A GON In Undellak.91
STANDARD SPECIFICATION FOR
SELF ACTUATED CONTROL
VALVES / REGULATORS
6-52-0079 Rev. 4
Page 6 of 9

v) Internal construction details with parts list.


vi) Material of construction.

b) Installation procedures for self-actuated control valves / regulators and its accessories.

c) Calibration and maintenance procedures including replacement of its internal parts


wherever applicable.

2.0 DESIGN AND CONSTRUCTION

2.1 General

2.1.1 The type of self actuated control valve / regulator shall be as specified in the purchaser's data
sheet, in general. However, when direct actuated self actuated control valve / regulators are
specified, pilot operated valves are also acceptable.
2.1.2 For tank blanketing applications, the offered valve design shall be specifically suitable for the
said application and shall allow large flow turndown at the specified outlet pressure.

2.1.3 All pressure containing parts of the valve shall be able to withstand shut-off pressure and
maximum operating temperature specified in the purchaser's data sheet. Self actuated control
valves / regulators for downstream regulation shall be provided with integral relief valves,
wherever necessary.

2.1.4 The set pressure of the self actuated control valve / regulator shall be adjustable throughout each
spring range externally. A locking mechanism shall be provided to avoid inadvertent set point
adjustment.

2.1.5 All the wetted parts shall be suitable for the fluid and process conditions specified in the
purchaser's data sheets.

2.1.6 All self actuated control valves / regulators in oxygen and chlorine service shall be thoroughly
degreased using reagents like trichloro-ethylene or carbon tetrachloride. End connections shall
be blinded / plugged after this degreasing process in order to avoid entrance of grease or oil
particles.

2.1.7 All valve casting with rating 600# and above shall undergo radiography.

2.2 Body

2.2.1 Unless otherwise specified in the data sheet, self actuated control valves / regulators shall have
flanged end connection integral to the valve body.Wherever different type of flange has been
provided such as SORE, where flange will be welded to the body, radiography and post weld
heat treatment shall be performed.

2.2.2 The valve/regulator body rating shall be equal to or better than the flange rating specified in
the data sheet.

2.2.3 The valve/ regulator shall be suitable for installation in horizontal as well as vertical lines.

2.2.4 Flow direction shall be clearly stamped or cast on the valve/ regulator body to ensure correct
installation.

2.2.5 End Connection

2.2.5.1 Unless otherwise specified, the end connection details shall be as below:

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

Page 439 of 1260


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
0 41 ENGINEERS
INDIA LIMITED SELF ACTUATED CONTROL 6-52-0079 Rev. 4
$afigarlatReg
rieforeonJO (A Goo of India Undo/faking) VALVES / REGULATORS Page 7 of 9

a) Threaded end connections shall be to NPT as per ASME B 1.20.1.


b) Flanged end connection shall be as per ASME B 16.5.
c) Flange face finish shall be as per ASME B16.5. The face finish as specified in data
sheets shall have serrations as follows:
125 AARH 125 to 250 microinchAARH
63 AARH : 32 to 63 microinchAARH
d) Ring type joint flanges shall have octagonal grooves as per ASME B16.20.

2.2.5.2 Face-to-face dimensions of self actuated control valve/ regulators with flanged globe body
design shall be in accordance with ISA 75.08.01. The allowable error in dimensions shall be
±2 mm.

2.2.5.3 Bottom drains shall be plugged or blind flanged. Wherever plug is used, threads shall
correspond to ASME B1.20.1.

2.3 Trim

2.3.1 The term 'trim' covers those parts of a body assembly (excluding the body, diaphragm and
bottom flange), which are exposed to and in contact with the line medium, consisting of but not
limited to the seat ring, plug stem, plug, plug guide and guide bushing .

2.3.2 Guiding

2.3.2.1 The self actuated control valve / regulator guiding shall be as per manufacturer standard.
However, for globe body design of self actuated control valves / regulators following shall
govern:

a) Single seated valves shall have top guiding.


b) Double seated valves shall have top and bottom guiding and shall be of the pressure-
balanced design.

2.3.2.2 Guide bushing shall be of sufficiently hard material to resist side thrust on the plug.

2.3.3 Material of Construction

2.3.3.1 Unless specified otherwise, the trim material for all offered self actuated control valves /
regulators shall be 316 Stainless Steel.

2.3.3.2 Wherever stelliting of trim has been specified in purchaser's data sheets it stands for stelliting of
the complete plug and seat joint, orifice and plug contour unless specified otherwise.

2.3.3.3 Vendor shall use suitable material pairs, proper surface finish, hardness and clearances, for all
internal parts wherever possibilities of galling exist.

2.3.3.4 Wherever diaphragm material is specified as SS316, austentic grade stainless steel is also
acceptable. However elastomers shall not be offered for such cases.

2.3.3.5 Asbestos material shall not be used for gaskets or gland packing.

2.4 Actuator and Actuating Mechanism

2.4.1 Actuator for self actuated control valves / regulators shall be spring opposed diaphragm type, in
general. Piston and cylinder type of actuator shall also be acceptable if it meets all other
requirements specified in the purchaser's data sheets.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL -All rights reserved

Page 440 of 1260


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ei ENGINEERS
51gar 16151-eu INDIA LIMITED SELF ACTUATED CONTROL 6-52-0079 Rev. 4
1.1L, eirme awai) A GOvt of India Undettak.91 VALVES / REGULATORS Page 8 of 9

2.4.2 The line pressure sensing for the self actuated control valve / regulator shall be internal, in
general. Where, external sensing line is necessary, the sense line size shall be 1/2", as a minimum.

2.4.3 Actuator casing and diaphragm shall be suitable to withstand shut-off pressure indicated in the
data sheet except for blanketing applications, the actuator casing and diaphragm shall be
suitable for the tank design pressure, as specified in the datasheet.

2.4.4 All the wetted parts including actuating mechanism, pilot etc shall be suitable for the fluid being
handled. Vendor shall clearly come out with alternate material if the materials as indicated
herein are not compatible with the specified process fluid.

a) Actuator casing material shall be same as self actuated control valve / regulator body
material as a minimum.

b) The pilot internals shall be 316 Stainless Steel or superior material.

c) The actuator diaphragm material shall be 316 Stainless Steel or superior material for the
hydrocarbon applications. Other materials shall be acceptable when specifically
indicated in purchaser's data sheet.

d) All non-wetted springs shall be corrosion resistant nickel plated. Wetted springs, if any,
shall be of 316 Stainless Steel, as a minimum.
2.5 Sizing

2.5.1 Self actuated control valve / regulators shall be sized considering following guidelines:

a) Valve flow capacities in terms of Cv may be calculated using standard ISA sizing
formula or vendor standard sizing formula.

b) Unless specified otherwise, the self actuated control valve / regulator droop shall be less
than 10% over set point.

The flow capacity of the offered valve shall be verified against published flow
capacities of the offered model of valve at the specified inlet and outlet pressure
conditions.

d) Body size and end connection of Self actuated pressure regulator shall not be greater
than the line size of the valve.

e) If the pressure reduction and upstream / downstream pressure control is not possible
through a single valve then multiple valve assembly to meet process conditions shall be
supplied.

2.5.2 Noise level for the offered valve / regulator shall be limited to 85dB as measured at a distance of
one meter from the valve / regulator.

2.6 Finish

The body shall be painted as below:


Carbon steel body Light grey
Alloy steel body Canary yellow
Stainless steel body Natural

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

Page 441 of 1260


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
INDIA LIMITED SELF ACTUATED CONTROL 6-52-0079 Rev. 4
fg-ar Ofateg
I Nrerl cnaarar on anmaii) (A Govt. of India Undertaking) VALVES / REGULATORS Page 9 of 9

3.0 NAMEPLATE

Each valve/regulator shall have a stainless steel nameplate attached firmly to it at a visible
place, furnishing the following details:

a) Valve tag number as per purchaser's data sheets.

b) Manufacturer's serial number, type of valve and model number.

c) Manufacturer's name/trade mark

d) Body and port sizes in inches.

e) Stem travel in millimeters.

0 Type of regulation upstream/downstream

4.0 INSPECTION AND TESTING

Purchaser reserves the right to inspect and witness testing at vendor's works as per Inspection
Test Plan. All these tests shall be completed by the vendor and test reports shall be submitted to
Purchaser for scrutiny.

5.0 SHIPPING

5.1 Self actuated control valve / regulator and its accessories shall be supplied pre-assembled.

5.2 All threaded and flanged openings shall be suitably covered to prevent entry of foreign
materials.

5.3 Self actuated control valve / regulator with external lubricator shall be lubricated prior to
shipment.

5.4 All self actuated control valves / regulators in oxygen and chlorine service shall be separately
packed along with a certificate indicating 'CERTIFIED FOR OXYGEN / CHLORINE
SERVICE' as applicable.

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

Page 442 of 1260


STANDARD SPECIFICATION STANDARD SPECIFICATION No .
ENGINEERS FOR
INDIA LIMITED 6-52-0068 Rev. 4
INSTRUMENT TUBING Page 1 of 6

ITU -cf4TT `NI *Mr


STANDARD SPECIFICATION FOR
INSTRUMENT TUBING

4 26.02.16 Revised and Reissued as Standard Specification PR


;A •
A
*
3 14.12.10 Revised and Reissued as Standard Specification SMK RG TGM/JMS ND

2 03.05.05 Revised and Reissued as Standard Specification RG HCJ PM VJN

1 01.11.96 Revised and Reissued as Standard Specification RK BRS RB AS

0 11.03.85 Issued as Standard Specification PVS TSN AKV AK


Standards Standards
Committee Bureau
Rev. Prepared Checked
Date Purpose Convenor Chairman
No by by
Approved by

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

Page 443 of 1260


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
TM) ENGINEERS
INDIA LIMITED FOR 6-52-0068 Rev. 4
5igal
. e9f5rdg, A Govl of Inda unaettafoog)
INSTRUMENT TUBING Page 2 of 6

Abbreviations:

HRB Rockwell Hardness - Scale B


OD Outer Diameter
PVC Polyvinyl Chloride

Instrumentation Standards Committee

Convener: Mr. Rajiv Gupta

Members: Mr. M Nandi


Mr. Sandeep Arora
Mr. A S D Barman
Mr. S Mahesh Kumar
Ms. N P Guha (Proj.)

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

Page 444 of 1260


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
Mael ENGINEERS
s‘g27 IC g, INDIA LIMITED FOR 6-52-0068 Rev. 4
INSTRUMENT TUBING Page 3 of 6

CONTENTS
1.0 GENERAL 4

2.0 DESIGN AND CONSTRUCTION 5

3.0 NAMEPLATE 6

4.0 INSPECTION AND TESTING 6

5.0 SHIPPING 6

ANNEXURE — I: MAXIMUM WORKING PRESSURE AND HYDROSTATIC


TEST PRESSURES FOR INSTRUMENT TUBING

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

Page 445 of 1260


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
INDIA LIMITED FOR 6-52-0068 Rev. 4
IA Govt of inde Underialongl
INSTRUMENT TUBING Page 4 of 6

1.0 GENERAL

1.1 Scope

1.1.1 This standard specification, together with the data sheets, covers the requirements for the design,
materials, inspection, testing and shipping of Instrument Tubing which includes the following
types: -

a) Stainless steel tubes

b) Copper tubes

1.1.2 The related standards referred to herein and mentioned below shall be of the latest edition prior to
the date of purchaser's enquiry;

ASTM American Society for Testing and Materials.

A269/A269M Standard Specification for Seamless and Welded Austenitic Stainless


Steel Tubing for General Service
A632 Standard Specification for Seamless and Welded Austenitic Stainless
Steel Tubing (Small Diameter) for General Service
B 251 Standard Specification for general requirements for wrought seamless
copper and copper alloy tube.
B 251M Standard Specification for general requirements for wrought seamless
copper and copper alloy tube (Metric)
B 68/B 68M Standard Specification for seamless copper tube, bright annealed.
E 243 Standard Practice for Electromagnetic (Eddy — Current) Examination of
Copper and Copper — Alloy Tubes

EN European Standards

10204 Inspection Documents for Metallic Products

1.1.3 In the event of any conflict between this standard specification, job specification/data sheets,
statutory regulations, related standards, codes etc. the following order of priority shall govern:

a) Statutory regulations

b) Job specification

c) Standard specification

d) Codes and standards

1.2 Bids

1.2.1 Vendor's quotation shall be strictly as per the bidding instructions to vendor attached with the
material requisition.

1.2.2 All documentation submitted by the vendor including their quotation, drawings, installation and
maintenance manuals shall be in English language only.

1.3 Drawings and Data

1.3.1 Detailed drawings, data, catalogues and manuals required from the vendor are indicated by the
purchaser in vendor data requirement sheets attached with requisition. The required number of
prints and soft copies shall be dispatched to the address mentioned adhering to the time limits
indicated.

1.3.2 Final documentation consisting of design data by the vendor or after placement of purchase order
shall include the following as a minimum;

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

Page 446 of 1260


awl
sigt
ENGINEERS STANDARD SPECIFICATION
FOR
STANDARD SPECIFICATION No.

6-52-0068 Rev. 4
ems' W' INDIA LIMITED
is, Gov' of India undeptalung) INSTRUMENT TUBING Page 5 of 6

a) Specification sheet for each type of tube.

b) Copy of test certificates of all tests indicated in clause 4.0 of this specification.

2.0 DESIGN AND CONSTRUCTION

2.1 Stainless Steel Tubes

2.1.1 The tubes shall be 316L Stainless Steel fully annealed, seamless and cold drawn as per ASTM A
269/A269M.
2.1.2 The hardness of the tubes shall be limited to FIRS 70-79. Equivalent hardness as Rockwell
superficial scale (30T/15T) or Vicker's hardness scale shall also be acceptable.

2.1.3 Tubes shall have good surface finish and shall be free from scratches burrs etc. and suitable for
bending.

2.1.4 Tubes shall have Molybdenum content of minimum 2.5%.

2.1.5 Tubes shall preferably be supplied in length of 4 to 7 metres without welding in between. Tube
length less than 4 meters shall be rejected.

2.1.6 All tubes in oxygen and chlorine service shall be thoroughly degreased using reagents like
trichloro-ethylene or carbon tetrachloride and tube ends shall be plugged after degreasing process
in order to avoid entrance of grease or oil particles.
2.2 Copper Tubes

2.2.1 Copper Tubes (PVC Jacketed)

a) The tube shall be soft annealed copper with 6mm OD and a wall thickness of 1.0mm as
per ASTM B68/B68M copper No. C12200.

b) The tube shall be jacketed with black PVC. The jacket thickness shall be 1.6mm. The
PVC jacket shall confirm to ASTM D-1047.

c) The tube shall be continuous length without any brazing in between.


d) The length of single tube shall preferably be 100 metres. However any tube length less than
25 meters shall be rejected unless specifically required otherwise in job specification.

e) The dimensional tolerances shall be as per ASTM B 251/B251M.

2.2.2 Bare Copper Tubes (For Steam Tracing)

a) The tube shall be soft annealed copper with 3/8" (10mm) OD with wall thickness of
0.049" or 1/4" (6mm) OD with wall thickness of 1.0mm as per ASTM B68/B68M
copper No. C12200.

b) The tube shall be continuous length without any brazing in between.

c) The length of single tube shall preferably be 100 metres. However any tube length
less than 50 meters shall be rejected unless specifically required otherwise in job
specification.
d) The dimensional tolerances shall be as per ASTM B 251/B251M.

2.3 Maximum working pressure and hydrostatic test pressure shall be as per Annexure - I attached
with this specification

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

Page 447 of 1260


alattlia ENGINEERS STANDARD SPECIFICATION STANDARD SPECIFICATION No.

21WregW) INDIA LIMITED FOR 6-52-0068 Rev. 4


flw,, Wu IA Gallol IndiaundertaPN)
INSTRUMENT TUBING Page 6 of 6

3.0 NAMEPLATE
The following information shall be marked on the stainless steel tubes:

a) Name of manufacturer

b) Type and material grade of tube

c) Tube outer diameter and wall thickness.

4.0 INSPECTION AND TESTING


Purchaser reserves the right to inspect and witness testing at vendor's works as per Inspection
Test Plan. All the tests, marking, dimensional tolerance as per applicable code shall be duly
completed by the vendor and test reports shall be submitted to Purchaser for scrutiny.

5.0 SHIPPING
5.1 The tube shall be plugged at both ends prior to transportation to prevent entry of foreign matter.

5.2 The tubes shall be packed carefully so as to avoid damage during transpott.
5.3 All tubes in oxygen and chlorine service shall be separately packed along with a certificate
indicating 'SUITABLE FOR OXYGEN / CHLORINE SERVICE', as applicable.

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

Page 448 of 1260


ENGINEERS MAXIMUM WORKING PRESSURE AND Annexure 1 to
sezz Meg INDIA LIMITED HYDROSTATIC TEST PRESSURES STANDARD SPECIFICATION NO.
'"a"zwrrnpavani) IA GON Of intha Lffinen.‘P.3]

FOR INSTRUMENT TUBING 6-52-0068 Rev. 4


Page 1 of 1

Line
Size of Maximum Hydrostatic
Sr. Pressure Thickness
Tube Material Working Test Pressure
No. Class (lbs
(OD) Pressure
per sq. inch)
Stainl ess 102 Kg/cm2g 153 Kg/cm 2g
1 1/8", 3mm Class 600 0.028" (0.8mm)
Steel

Class 600 1.00mm 102 Kg/cm2 g 153 Kg/cm2g


Stainless
2 1/4", 6mm
Steel > Class 900
to 0.065" (1.65mm) 253 Kg/cm2 g 383 Kg/cm2g
Class 1500

5/16", Stainless
3 Class 600 0.049" (1.2mm) 102 Kg/cm 2g 153 Kg/cm 2g
8mm Steel

Stainless
4 < Class 600 0.049"(1.2mm) 102 Kg/cm2g 153 Kg/cm 2g
3/8",10mm Steel

_.<, Class 600 0.049" (1.2mm) 102 Kg/cm2 g 153 Kg/cm 2g


5 Stainless
1/4", 12mm
Steel > Class 900
to 0.065" (1.65mm) 253 Kg/cm 2g 383 Kg/cm2g
Class 1500

Class 600 0.049" (1.2mm) 102 Kg/cm2g 153 Kg/cm2g


Stainless
6 1/4", 20mm
Steel ._>._ Class 900
to 0.065" (1.65mm) 211 Kg/cm2g 317 Kg/cm2g
Class 1500
Class 900
Stainle
7 to 0.095" (2.5mm) 211 Kg/cm2g 317 Kg/cm2g
(25mm) Steelss
Class 1500

Copper Class 300 0.049"(1.2mm) 53 Kg/cm2g 80 Kg/cm2g


8 3/8",lOmm

9 1/4", 6mm Copper < Class 300 1.00mm 53 Kg/cm2g 80 Kg/cm2g

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

Page 449 of 1260


STANDARD SPECIFICATION
STANDARD SPECIFICATION No.
ZLI7 ENGINEERS
~.71tr~i1.1t9
(7- FOR ULTRASONIC
igZJI ti5teg .._._ INDIA LIMITED 6-52-0011 Rev. 1
WIWI ?:1E4M 4513%M.i) (A Govt of India Undertaking) FLOWMETER
Page 1 of 13

3rF•TR:rlrAw weadac.44) f4v


wrraw f4ftbr-A-
STANDARD SPECIFICATION FOR
ULTRASONIC FLOW METER

1 18/01/2019 Revised and Reissued as standard specification SA

0 27/11/2013 Issued as Standard Specification SM RG RP/JMS DM


Standards Standards
Rev. Prepared Checked Committee Bureau
Date Purpose Convener Chairman
No by by
Approved by

Format No 8-00-0001-F2 Rev 0 Copyright EIL — All rights reserved

Page 450 of 1260


STANDARD SPECIFICATION
ENGINEERS D STANDARD SPECIFICATION FOR No.
5 ex lEfPleg INDIA LIMITE ULTRASONIC FLOW METER 6-52-0011 Rev. 1
Imery elivisrZokJckmil IA Govt 01 India Undertaing)

Page 2 of 13

Abbreviations:

AARH Arithmetic Average Roughness Height


EDDL • Electronic Device Description Language
FDT / DTM • Field Device Tool / Device Type Manager
FISCO • Fieldbus Intrinsic Safe Concept
HART Highway Addressable Remote Transducer
LAS Link Active Scheduler
NIST National Institute of Standards and Technology
NPT National Pipe Thread
PID Proportional, Integral and Derivative
SS Stainless Steel

Instrumentation Standards Committee

Convener: Mr. Rajiv Gupta


Members: Mr. Arupjyoti Saikia
Mr. Sachin Garg
Mr. Jerry Johnson
Mr. Sourav Mukherjee
Ms. K. Pratheepa
Ms. N.P. Guha (Proj.)

Format No 8-00-0001-F2 Rev 0 Copyright EIL — All rights reserved

Page 451 of 1260


STANDARD SPECIFICATION
lollaele7
.fg ex faiiiez INDIA 0 ENGINEERSumiTED STANDARD SPECIFICATION FOR No.
$ laiRTI evetere =ammo 0% Govt of InOs Undertaking) ULTRASONIC FLOW METER 6-52-0011 Rev. 1
Page 3 of 13

CONTENTS

1.0 GENERAL 4

2.0 DESIGN AND CONSTRUCTION 7

3.0 NAMEPLATE 12

4.0 INSPECTION AND TESTING 13

5.0 SHIPPING 13

Format No. 8-00-0001-F2 Rev 0 Copyright EIL — All rights reserved

Page 452 of 1260


STANDARD SPECIFICATION
kill MITED
;ftENGINEE STANDARD SPECIFICATION FOR No.
**gel! tPleu
WW1 29211,IF 64J)
INDIA LIR
IA Govt of India unonlaimg) ULTRASONIC FLOW METER 6-52-0011 Rev. 1
Page 4 of 13

1.0 GENERAL
1.1 Scope
1.1.1 This specification, together with the data sheets covers the requirements for the design,
materials, nameplate marking, inspection, testing and shipping of Ultrasonic Flow meters
and their accessories.
1.1.2 The standards referred to herein and mentioned below shall be of the latest editions unless
otherwise specified:
AGA American Gas Association, Gas measurement committee
Report No. 8 Compressibility and Super-compressibility for Natural
Gas and other Hydrocarbon Gas Transmission
Measurement
Report No. 9 Measurement of gas by Multipath Ultrasonic flow meters
ReportNo.10 Speed of sound in Natural Gas & other Related
Hydrocarbon Gases
API American Petroleum Institute
MPMS Manual of Petroleum Measurement Standards
Chapter 1 Vocabulary
Chapter 4 Proving Systems
Chapter 5 Metering
Chapter 5.8 Measurement of Liquid Hydrocarbons by Ultrasonic Flow
Meters using Transit Time Technology
ASME American Society of Mechanical Engineers
B 1.20.1 Pipe Threads
B 16.5 Steel Pipe Flanges and Flanged Fittings
B 16.20 Ring-joint Gaskets and Grooves for Steel Pipe Flanges
B 16.47-B Large Diameter Steel Flanges
EN European Standard
60947-5-6 Pulse generator requirements
10204 Inspection documents for metallic products
IS/IEC Indian Standards/International Electro-Technical Commission
IS/IEC 60079 Electrical Apparatus for Explosive Gas Atmospheres.
IS/IEC60529 Degree of Protection Provided by Enclosures (IP Code).
IEC61000-4 Electronic compatibility for Industrial Process
Measurement and Control Equipment
ISO International Organisation for Standardisation
2186 Fluid Flow in Closed Conduits - Connections for Pressure
Signal Transmissions between Primary and Secondary
Elements
5168 Measurement of Fluid Flow: Estimation of Uncertainty of
Ultrasonic Flow meters
6551 Cabled transmission of electric and/or electronic pulse data
6569 Natural Gas - Rapid Analysis by Gas Chromatography
6976 Natural gas - Calculation of Calorific Value, Density and
Relative Density
10723 Natural gas — Performance evaluation for On-line
Analytical Systems
12765 Measurement of Fluid Flow in Closed Conduits —
Methods using Transit Time Ultrasonic Flow meters
OIML International Organisation of Legal Metrology
R 117 Measurement systems for liquids other than water
Format No 8-00-0001-F2 Rev 0 Copyright EIL — All rights reserved

Page 453 of 1260


STANDARD SPECIFICATION
NEERSTED STANDARD SPECIFICATION FOR No.
Ogem
idOt
aU INDIA LIMI ULTRASONIC FLOW METER 6-52-0011 Rev. 1
eR..5".J.7.) IA Govt of India Undertaking)

Page 5 of 13

1.1.3 In the event of any conflict between this specification, data sheets, related standards, codes
etc., the following order of priority shall govern:
a) Statutory Regulations
b) Job Specifications/Data sheets
c) Standard specifications
d) Codes and Standards
1.1.4 In addition to compliance to purchaser's specification in totality, vendor's extent of
responsibility includes the following:
a) Purchaser's data sheets indicate the minimum acceptable materials of construction
for body, trim and accessories of the Ultrasonic flow meter. Alternative superior
material of construction shall also be acceptable provided vendor assumes
complete responsibility for proper selection of offered materials for their
compatibility with the process fluid and its operating and design conditions
specified in the data sheets.
b) Sizing of the Ultrasonic flow meter and indicating the velocity and accuracy at the
specified flow conditions.
c) Coordination and approvals from statutory authorities like weights and measures
etc, wherever required.
1.1.5 All the relevant terminology used in Purchaser's data sheets and job specifications are as per
AGA for Gas application and API MPMS for Liquid application.
1.2 Bids
1.2.1 Vendor's quotation shall be strictly as per the bidding instructions to vendor attached with
the Material Requisition.
1.2.2 Whenever a detailed technical offer for each item is specifically indicated, vendor's
quotation shall include the following:
a) Compliance to the specifications
b) A detailed specification of each Ultrasonic meter having following details as a
minimum. All the material specifications and units of measurement for various parts
in the vendor's specification sheet shall be to the same standards as those indicated
in the purchaser's data sheets.
i) Details regarding type, material of construction etc., for various parts of the
Ultrasonic flow meter, meter runs, flow conditioner and its accessories.
ii) All the design characteristics and performance characteristics including meter
accuracy, repeatability, velocity at operating flow and minimum detectable
flow rate.
iii) Specification and type of cabling required between the meter and its
associated receiver instrument/flow computer including the maximum
permissible cable length.
iv) Maximum pressure loss through the meter and meter runs at maximum flow
rate.
v) Upstream and downstream straight pipe length requirement for installation.
c) Proven references for the offered model in line with clause 1.2.3 of this
specification.
d) Overall dimensions in millimetres of the Ultrasonic flow meter, meter runs and its
accessories.
e) Type test certificate from accredited laboratory.
Format No 8-00-0001-F2 Rev 0 Copyright EIL — All rights reserved

Page 454 of 1260


STANDARD SPECIFICATION
Ilf~el ENGINEERS STANDARD SPECIFICATION FOR No.
ige_iT idiWt-
ez INDIA LIMITED ULTRASONIC FLOW METER 6-52-0011 Rev. 1
,.., ow,ot3q057,) IA Govt of Incle Undettaiong)

Page 6 of 13

0 Certificate from regulatory authority for custody transfer application (whenever


Custody Transfer application is specified in the data sheets).
g) A copy of approval from local statutory authority, as applicable, such as Petroleum
and Explosives Safety Organisation (PESO)/Chief Controller of Explosives (CCE)
or Director General of Mine Safety ( DGMS) in India, for the electronic instruments
installed in electrically hazardous area along with
i) Test certificate from recognised test house like Central Institute of Mining &
Fuel research(CIMFR)/Electronics Regional Testing Laboratory(ERTL) etc.
for flame proof enclosure and/or intrinsic safety, as specified in the datasheets,
as per relevant Indian Standard for all Indian manufactured equipments or for
items requiring DGMS approval.
ii) Certificate of conformity from agencies like Laboratorie Central Des
Industries Electriques(LCIE), British Approval Service for Electrical
Equipment in Flammable Atmospheres(Baseefa), Canadian Standards
Association(CSA), Factory Mutual(FM), Underwriters laboratories(UL) etc.
for compliance to ATEX directives or other equivalent standards for all
equipment manufactured outside India.
h) Deviation on technical requirements shall not be generally entertained. In case
vendor has some valid technical reason for not complying with the specific
requirements due to superior alternatives and materials, tag wise deviation list must
be provided along with the technical justification
i) Catalogues in English giving detailed technical specifications; model decoding
details and other information for the type of ultrasonic flow meter and its
accessories covered in the bid.
1.2.3 All items, as offered, shall be field proven and should have been operating satisfactorily
individually for a period of minimum 6 months on the bid due date in the process conditions/
application similar to those as specified in the purchaser's data sheets. Items with prototype
design or items not meeting provenness criteria specified above shall not be offered
1.2.4 Vendor shall also quote for the following:
a) Two years' operational spares for Ultrasonic flow meter and its accessories covered
in the bid.
b) Any special tools needed for maintenance work on the Ultrasonic flow meter and its
accessories. Vendor must confirm in their offer if no special tools are needed for
maintenance of the offered Ultrasonic flow meter.
c) Unit rate (per meter) for interconnecting cable between sensor unit & transmitter
along with SS flexible metallic conduit in case of unarmoured cables
d) Any Start-up and Commissioning spares, if required, as recommended by vendor.
1.3 Drawings and Data
1.3.1 Detailed drawings, data, catalogues and manuals required shall be submitted by vendor as
per vendor data requirements attached with the requisition.
1.3.2 Final documentation consisting of design data, installation manual, operational and
maintenance manual etc., submitted by the vendor after placement of purchase order, shall
include the following, as a minimum:
a) Specification sheet for each Ultrasonic flow meter, Meter Run including flow
conditioner, if required, Meter electronics and its accessories
b) Weight in kilograms of each Ultrasonic flow meter and its accessories, meter run
with flow conditioners, if required, etc.
c) Certified drawings for each Ultrasonic flow meter, meter runs with flow
conditioner, if required, etc., which shall provide dimensional details, internal
construction details, material of construction etc.
Format No 8-00-0001-F2 Rev 0 Copyright EIL — All rights reserved

Page 455 of 1260


STANDARD SPECIFICATION
RS STANDARD SPECIFICATION FOR No.
sigeffkif5teg
ORM eleanrEmlaam,
INDIA
ENGINLIMITED ULTRASONIC FLOW METER 6-52-0011 Rev. 1
(A Govt of India Undert1.9)
Page 7 of 13

d) Copy of type test certificates


e) Proving procedure
Detailed wiring diagrams
Certificate of compliance to purchaser's specification as per clause 3.1 of EN
10204.
h) Graphs of correction factors such as pressure, temperature, density and viscosity.

2.0 DESIGN AND CONSTRUCTION


2.1 Flow meter Body and Trim
2.1.1 The Ultrasonic flow meter shall be based on transit time technology.
2.1.2 The design used shall provide maximum reliability, maximum on-line performance and
minimum maintenance. It shall be immune to other impurities in the fluid stream.
2.1.3 The flow meter transducers shall be energized by the integral electronics to transmit and
receive ultrasonic waves.
2.1.4 The meter design shall have the facility to remove /replace the transducers in situ under line
operating condition. Failure or removal of one pair of transducers shall not cause the meter
to lose all measurement function. Failure of any path shall generate an alarm identifying the
affected path. Also transducers ports shall be designed in a way to reduce the possibility of
liquid or solid accumulation.
2.1.5 It shall be possible to replace transducers without a change in meter performance. After
replacement of transducers and a possible change of the associated software constants, the
resulting shift in the meter's performance should not be more than the allowable repeatability
of the meter.
2.1.6 The vendor shall comprehensively advise the impact of transducer failure on the
performance and accuracy of the Ultrasonic flow meter. Ultrasonic flow meters and the
meter runs/flow conditioners shall be rated for the maximum design pressure as indicated in
the data sheets.
2.1.7 Ultrasonic flow meter spool inside diameter (ID) shall meet the specified pipe ID and
internal surface roughness shall be as per API standard.
2.1.8 The meter shall be suitable for horizontal & vertical mounting. However, the flow direction
shall be clearly stamped or cast on the body.
2.1.9 End connections:
2.1.9.1 Spool piece type Ultrasonic flow meters shall have flanged end connections. Weld joints, if
any, shall be of radiographic quality.
2.1.9.2 Unless otherwise mentioned, end connection details shall be as below:
a) Threaded end connections shall be to NPT as per ASME B 1.20.1
b) Flanged end connections shall be as per ASMEB 16.5
c) Grooves of ring type joint flanges shall be octagonal as per ASME B 16.20 and
groove finish shall be as follows:
63 AARH : 32 to 63 micro inch AARH
d) When Flanges are Raised Face (RF) type, the face finish shall be as per ASME B
16.5 and shall be as follows:
125 AARH : 125 to 250 micro inch AARH
2.1.10 The material of construction of Ultrasonic flow meter internals/wetted parts and body shall
be as specified in the respective data sheets.
2.1.11 Meter Sizing:

Format No 8-00-0001-F2 Rev 0 Copyright EIL — All rights reserved

Page 456 of 1260


STANDARD SPECIFICATION
ENGINEERS STANDARD SPECIFICATION FOR No.
Oge..0 161f5teg INDIA LIMITED ULTRASONIC FLOW METER 6-52-0011 Rev. 1
29R,
1512 451300.11 (A Govt of India UnOettaking)

Page 8 of 13

2.1.11.1 All the calculations and units of measurement shall be in metric standard only.
2.1.11.2 Flare Ultrasonic flow meter shall be suitable for measuring flow with specified accuracy for
velocity range from 0.3 m/s to 120 m/s, however, the flow measurement corresponding to
0.03 m/sec shall be detectable without ascertaining the accuracy.
2.1.11.3 For Process application, Ultrasonic flow meter shall be selected ensuring the capability of
measuring minimum flow with specified accuracy at a velocity of 0.5 m/sec within the meter
body.
2.1.11.4 For cases where sizing and selection of flow meter is to be performed by vendor, vendor
shall furnish the sizing calculations to justify the selection of Ultrasonic flow meters
considering the density and viscosity of the fluid. Selected meter size shall ensure that flow
meter operates within 85% of their standard range (not extended).
2.1.11.5 Overall pressure loss across the meter assembly including meter runs shall be within the
permissible pressure loss specified in data sheet. Pressure drop calculation across the meter
shall be furnished.
2.1.11.6 Unless otherwise specified in the data sheets, vendor to ensure the velocity in the Ultrasonic
flowmeter and meter run shall not exceed maximum permissible velocity.
2.1.11.7 Vendor shall indicate the range of viscosities over which the measurement accuracy remains
within limits.
2.1.11.8 Ultrasonic flowmeters shall be suitable for measuring the flow with the specified accuracy
with upstream and downstream straight length of 10D and 5D respectively for both process
and flare application. Required calibration analysis to establish the specified performance
shall be carried out by the vendor and included in their offer.
2.2 Meters in Custody Transfer Applications
2.2.1 The design, construction and operation of Ultrasonic flow meters in Custody transfer
applications shall conform to API standard (latest version) for Measurement of liquid
Hydrocarbon by Ultrasonic flow meters using transit time technology and AGA Report 9
(latest version) for hydrocarbon Gas service
2.2.2 The average velocity of the fluid shall be measured along four acoustic paths as a minimum.
Numerical calculation techniques shall then be used to compute the average axial flow
velocity and volume flow rate at operating conditions through the meter.
2.2.3 Temperature and Pressure sensing devices shall be installed immediately downstream of the
meter run to accurately represent the actual metering conditions and any calculation required
for compensation of varying density.
2.2.4 Meter Runs:
2.2.4.1 Unless otherwise specified end connections for the upstream and downstream meter runs
shall conform to this specification.
2.2.4.2 Flow Conditioners:
a) Type of flow conditioner (tube or vane type or Flow profiler etc.) shall be as
recommended by vendor best suitable for the application. All Ultrasonic flow meters
shall be provided with meter run and flow conditioner as per purchaser's datasheet.
Minimum upstream and downstream run lengths shall be 10D and 5D respectively,
where D is the inside diameter of the run.
b) The straightening element shall be made out of a thin walled tube or light gauge metal
vane. However, the design shall be rugged enough to resist the forward thrust due to
high flows. The element shall have smooth leading and trailing edges.
c) For tube type flow straightener, the length to diameter ratio of each tube shall be at
least 10:1

Format No 8-00-0001-F2 Rev 0 Copyright EIL — All rights reserved

Page 457 of 1260


STANDARD SPECIFICATION
0 e1t4 ENGINEERS STANDARD SPECIFICATION FOR No.
geff ElfWeg INDIA LIMITED ULTRASONIC FLOW METER 6-52-0011 Rev. 1
1.1Vel ?i,M5I2 MI 0,1i7.1) IA Govt al India Undertaking)

Page 9 of 13

2.3 Meters in Process/Flare Applications


2.3.1 The ultrasonic flow meters shall be supplied in completely assembled condition with all the
probes (sensor/transducer), nozzles for installation of these probes ready for installation on a
pipeline or duly mounted on a spool piece.
2.3.2 Spool piece type design shall be selected for meter sizes up to 16". For higher meter sizes,
Insertion type design shall be used.
2.3.3 The number of probes required for a particular application and probe configuration shall be
decided by the vendor. The same shall be decided such that measurement is considered
across two acoustic paths as a minimum for process applications and single or more paths for
flare applications. Supply of single or multipath flow meter shall be accordingly considered
by vendor
2.3.4 Whenever the sensor / receiver probes are insertion type:
a) The material of construction of all the wetted portions of probe shall be suitable for
the specified process conditions.
b) The probes shall be inserted through flanged nozzles of minimum 2" size to ensure
insertion and removal of probes. Threaded nozzles for insertion shall not be
acceptable.
c) It shall be possible to insert or retract the probes on-line without process
interruption. Suitable retraction assembly shall be supplied for insertion and
removal of probes on-line. In case of Flare meters, Vendor shall mandatorily
provide full bore ball valve, for isolation, with each probe. The location of probes
shall be selected to avoid fouling.
2.3.5 For high temperature application, suitable arrangement shall be provided to protect the
sensor from high temperature. Any additional mounting accessory, if necessary shall be
supplied by vendor.
2.3.6 Ultrasonic signal frequency shall be dependent on the application. Accordingly, vendor to
select suitable piezo-crystal probes meeting the specified requirements.
2.4 Meter Electronics
2.4.1 Ultrasonic flow meter's electronics system including power supplies, microcomputer, signal
processing components and ultrasonic transducer excitation circuits, may be housed in one or
more enclosures mounted locally or remotely to the meter and is referred to as the Signal
Processing Unit (Transmitter). It shall be designed and installed to meet the specified
hazardous area classification.
2.4.2 The transmitter/ signal processing unit shall be microprocessor-based electronics suitable for
installation in the field under the ambient condition specified. Meter electronics shall be
Weather proof to IP 65 and flameproof certified suitable to install in area classification. All
field mounted items shall have enclosures suitable for the area classification indicated in
purchaser's data sheets.
2.4.3 The transmitter/ signal processing shall have extensive diagnostic capability. Self-diagnostic
feature should include monitoring the health of the transducers and signal quality. Meter
parameters and factors set into the meter electronics shall be retained in non-volatile memory
and shall be secured with password such that un-authorized changes are prohibited.
Configuration software and firmware shall be provided.
2.4.4 For meter electronics, vendor shall ensure that the input/output signals and performance
characteristics of individual instruments are compatible with each other.
2.4.5 The transmitters shall accept inputs from probes either directly or through pre-amplifier. The
number of inputs shall be based on the number of paths selected for particular application.
2.4.6 The flow transmitter shall also accept inputs from pressure, temperature and/or density
transmitters for accurate measurement at operating conditions (as applicable).

Format No. 8-00-0001-F2 Rev 0 Copyright EIL — All rights reserved

Page 458 of 1260


STANDARD SPECIFICATION
ENGINEERS STANDARD SPECIFICATION FOR No.
Igar a&
MKT, ?RIM? WI J1
INDIA LIMITED
IA Govt of Incho undertaking) ULTRASONIC FLOW METER 6-52-0011 Rev. 1
Page 10 of 13

2.4.7 The cable entry sizes between the transmitter/ signal processing unit and pre-
amplifier/transducers shall be decided by vendor. All interconnecting cables and the
weatherproof& flameproof cable glands shall be supplied by vendor accordingly.
2.4.8 Meter output signals from the meter electronics shall be without flying leads. Number of
cable entries and their sizes for the output signals shall be as per purchaser's datasheets.
2.4.9 Meter electronics shall be capable of providing the following output signals (as applicable):
a) Individual 4-20 mA outputs for Mass flow rate (Kg/h), Volumetric flow rate (m3/h
or Nm3/h), Pressure (Kg/cm2a), Temperature (°C), molecular weight, sound speed
(m/s) as per the requirements mentioned in the purchaser's datasheets.
b) High-resolution dual pulse outputs to flow computers configurable for flow rate
signals and shall be user selectable to be either same outputs or one signal dedicated
to each direction of flow. The transmitters shall comply with the principles of ISO
6551 cabled transmission of electric and/or electronic pulse data. At least security
level B as defined by ISO 6551 shall be provided and the checking facility shall be
of type P.
c) Digital discrete outputs for direction of flow, trouble alarm and output data
validation.
d) RS-485/422 communication port with MODBUS protocol for communicating with
the control room mounted flow computer for measured data, meter diagnostics, test
and health data. Vendor shall supply the signal interconnection cables as per
purchaser's datasheets for Pulse Outputs and RS 485 serial link (armored cables)
including connectors at both ends against each tag for communication between flow
meter in field and flow computers mounted on control panel located at respective
control room.
2.4.10 Whenever HART transmitters or field bus based transmitters are mentioned in purchaser's
datasheets, the following features must be ensured:
a) It shall allow multi master (primary and secondary) for configuration, calibration,
diagnosis and maintenance. The primary could be the control system or host
computer, and the secondary could be the hand held communicator.
b) It should be capable of implementing universal command
2.4.11 In addition to the requirements specified above, field bus based transmitter, wherever
specified in the purchaser's data sheet, shall meet the following requirements:
a) All instruments must satisfy the requirements of the field bus registration laboratory
with applicable checkmark like foundation field bus, profibusNutZerorganisatione.v
(PNO), or as specified in the purchaser's data sheets.
b) All instruments shall have one analog input blocks, as a minimum. In addition,
when specified the transmitter shall also have PID controller block.
c) All instruments must be interoperable and shall have valid interoperability test
clearance like ITK latest version for foundation field bus or equivalent for profibus
PA, as applicable.
d) The field bus instruments shall support peer-to-peer communication.
e) All instruments shall be polarity insensitive. Also transmitter shall be LAS capable.
f) The field bus instruments in hazardous area shall be certified as per entity concept
or shall be FISCO approved as per the requirements specified in the purchaser's
specification.
g) All instruments shall support EDDL or FDT/DTM requirements, as specified in data
sheets.
h) Internal Software shall be configured by the vendor including the following
information.
Serial Number
- Device Tag (Tag No.)
- Process Description

Format No 8-00-0001-F2 Rev 0 Copyright EIL — All rights reserved

Page 459 of 1260


STANDARD SPECIFICATION
ENGINEERS STANDARD SPECIFICATION FOR No.
Elajag
I ORM IETTRZ 1 3VT.i1
INDIA LIMITED
IA Govt of inOta Underfaloo9) ULTRASONIC FLOW METER 6-52-0011 Rev. 1
Page 11 of 13

i) All instruments shall be capable of supporting incremental Device Descriptor (DD)


for extra functionality and/or software revisions in Device Memory.
2.4.12 Meter electronics shall operate on 110/230 V AC ± 10%, 50 Hz ± 3HzUPS or 24V DC and
shall be protected from overload and from transients. Low power consumption is desired.
Supply voltage fluctuation of ± 10 percent from the specified value and supply frequency
fluctuation of ± 3 Hz from the specified value shall not affect the meter performance.
2.4.13 The design of electronic instruments shall be in compliance with the electromagnetic
compatibility requirements as per IEC61000-4.
2.4.14 The meter transducers shall be intrinsically safe certified suitable for the specified area
classification and weather proof to IP65and vendor shall supply necessary isolating barriers
between the transducers and preamplifier/transmitter. However the transducer/sensor
housing can be flameproof (Ex d) certified suitable for the specified area classification
instead of intrinsically safe.
2.4.15 The transmitter's enclosure housing the electrical parts shall be suitable for the area
classification indicated in the purchaser's data sheets. Unless otherwise specified, the
enclosure shall conform to the following standards:
Weather proof housing - IP 65 as per IS/IEC 60529
Flame proof housing - EX (d) as per IS/IEC 60079
Flameproof housing shall also be made weather proof.
2.5 Performance Requirements
Vendor shall meet the accuracy requirements mentioned herein, and indicate the same in the
offer with sizing calculations and back-up documentation. The minimum no. of paths, as
defined for each application, shall be ensured.
2.5.1 For Custody Transfer and Pipeline Applications:
a) Liquids
a. Accuracy ±0.15% of reading
b. Repeatability ±0.02% of reading
b) Gases
a. Accuracy ±0.3% of reading
b. Repeatability ±0.1% of reading
2.5.2 For Process Applications:
a) Liquids
a. Accuracy ±0.5% of reading
b. Repeatability ±0.3% of reading
b) Gases
a. Accuracy ±0.5% of reading
b. Repeatability ±0.3% of reading
c) Flare
a. Accuracy ±2-5% of reading
b. Repeatability ±1% of reading
2.6 Certification and Flow Calibration of Ultrasonic Meters
2.6.1 Meters in Process/Flare Applications:
Each ultrasonic flowmeter in process applications shall be flow calibrated at manufacturer's
works for a minimum four points and test reports shall be furnished. For flowmeters in Flare
applications, test reports to check the functioning of the probes shall be furnished.
2.6.2 Meters in Custody Transfer and Pipeline Applications:
2.6.2.1 Liquid ultrasonic flow meters used for custody transfer application shall be certified by a
suitable authority of the country of origin such as NMI, PTB etc, for use in custody transfer
application. Gas Ultrasonic flow meters in custody transfer applications shall have
Format No 8-00-0001-F2 Rev 0 Copyright EIL — All rights reserved

Page 460 of 1260


STANDARD SPECIFICATION
T=i) ENGINEERS MITED STANDARD SPECIFICATION FOR No.
tiOleg INDIA LI 6-52-0011 Rev. 1
1.41,27, 2.1E41,, .7,10.0 IAA„ of India Undetaloo9) ULTRASONIC FLOW METER
Page 12 of 13

calibration certificate duly signed by weights and measures authority such as NMI, PTB or
other reputed National Standard laboratory of its country of origin such as Trans Canada
Calibrations, (TCC) Canada ,Colorado Engineering Experiment Station Inc.(CEESI) USA,
South West Research Inc. (SWRI) USA..
2.6.2.2 Vendor shall furnish the regulations of the certifying authority considered by him for custody
transfer approval. If other instruments of metering system are required to be certified as per
the regulation the same shall be complied.
2.6.2.3 Each Ultrasonic flow meter in custody transfer application shall have calibration certificate,
duly signed by weights and measure authority or authorised representative of accredited flow
calibration laboratory or a NIST traceable flow Calibration labs of international repute.
2.6.2.4 The meter proving system to be used by vendor shall be traceable to international
standardsand vendor shall furnish certificate indicating the uncertainty of the Meter proving
system used for meter flow calibration.
2.6.2.5 Each Liquid Ultrasonic flow meter shall beflow calibrated as follows:
a. Vendor shall calibrate each liquid Ultrasonic flow meter with water at his shop using
preferably the mechanical displacement meter prover as detailed out in API MPMS. The
proving conditions shall simulate the actual operating conditions as nearly as possible.
All the precautions mentioned under paragraph 5.2 of ISA RP 31.1 shall be observed
during proving.
b. Vendor shall carryout performance test and certify the meter in combination with its
companion electronics. A recognized test facility with traceable reference measurements
shall be used. Flow test data at six points covering the minimum to the maximum flow
rate shall be obtained for ascertaining the meter linearity and repeatability within the
specified limits as defined in API MPMS chapter 5 and error curve shall be obtained.
The testing medium shall be water. Flow calibration of each Ultrasonic flow meter shall
include the associated upstream meter run with flow conditioner and downstream meter
run being supplied with the meter
2.6.2.6 Each gas ultrasonic flow meter shall be flow calibrated as follows:
a. Each Gas Ultrasonic flow meter shall be "zero calibrated" ("dry calibrated") with
nitrogen. Test results shall be furnished. In the dry calibration set up, the gas velocity
observed on all the acoustic paths shall be zero. The speed of sound of the individual
acoustic path in the dry calibration set up shall not exceed ±0.2% of the mean velocity of
all the paths.
b. Vendor shall carry out performance test and certify the meter in combination with its
companion electronics. A recognized test facility with traceable reference measurements
shall be used. Flow test data at seven points with two point verification covering the
minimum to the maximum flow rate, as recommended by AGA Report 9 (latest edition),
shall be obtained for ascertaining the meter linearity and repeatability within the
specified limits and error curve shall be obtained. Calibration of meter shall be done near
operating pressure. Test medium shall be Natural Gas. Flow calibration of each
Ultrasonic flow meter shall include the associated upstream meter run with flow
conditioner and downstream meter run being supplied with the meter
c. Accuracy with wet flow calibration shall be demonstrated within ±0.3% for multi path
type under the operating flow conditions. Gas metering system integration, testing,
validation and including third party "wet calibrations" (only for the ultrasonic flow
meters with its associated upstream / downstream meter runs) should be done in flow
labs as detailed above.
d. Flow calibration shall be performed at pressure and flow rate close to the operating
pressure and flow rate, depending upon the highest pressure and flow rate available with
the calibration facility.
3.0 NAMEPLATE
3.1 Each Ultrasonic flow meter and its accessory shall have a SS nameplate attached firmly to it
at a visible place, furnishing the following information:
Format No 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 461 of 1260


STANDARD SPECIFICATION
,31f-aeleci =ENGINEERS STANDARD SPECIFICATION FOR No.
$1gem idtaleg ,--, INDIA LIMITED ULTRASONIC FLOW METER 6-52-0011 Rev. 1
IA Govt of Incha UndertaioN)

Page 13 of 13

a) Tag number as per purchaser's data sheet.


b) Manufacturers serial no. and model no.
c) Manufacturer's name/trade mark.
d) Nominal end connection size and rating in ASME B16.5 class.
e) Meter Body and Probe material.
D Calibrated range & units of measurement of flow.
g) Area classification in which the equipment can be used.
h) Hazardous area certification number and marking.
4.0 INSPECTION AND TESTING
Purchaser reserves the right to inspect and witness testing at vendors works in-line with the
Inspection Test Plan for Ultrasonic Flowmeter and approved quality documents. All these
tests shall be completed by vendor and test reports shall be submitted to purchaser for
scrutiny
5.0 SHIPPING
5.1 All threaded and flanged openings shall be suitably protected to prevent entry of foreign
material.
5.2 The ultrasonic flow meter and accessories shall be packed separately.

Format No 8-00-0001-F2 Rev 0 Copyright EIL —All rights reserved

Page 462 of 1260


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS FOR INSTRUMENT VALVE AND
f=g-artafa-& INDIA LIMITED MANIFOLDS
6 - 52 - 0069 Rev. 5
elrairtial,fOn,/ IA Govt of India undertak , n) Page 1 of 7

194Z aura 3117 T9Tr-44 cucv41


*1-0
STANDARD SPECIFICATION FOR
INSTRUMENT VALVES AND
MANIFOLDS

5 13.11.15 Revised and Reissued as Standard Specification SC

4 27.10.10 Revised and Reissued as StandardSpecification SM RP TGM/JMS ND

3 03.05.05 Revised and Reissued as StandardSpecification RK HCJ PM VJN

2 28.02.01 Revised and Reissued as StandardSpecification AKA PM BRS MI

1 01.10.96 Revised and Reissued as StandardSpecification RK BRS RB AS


Standards Standards
Committee Bureau
Rev. Prepared Checked Convenor Chairman
Date Purpose
No by by
Approved by

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

Page 463 of 1260


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
0 el ENGINEERS
FOR INSTRUMENT VALVE AND
51gar Et54t-g INDIA LIMITED 6-52-0069 Rev. 5
IviTZtt ovatretIfIJOOM) IA Govt of India undertaking)
MANIFOLDS Page 2 of 7

Abbreviations:
CWP Cold Working Pressure
NPT National Pipe Thread
PTFE Poly Tetra Fluoro Ethylene

Instrumentation Standards Committee

Convener: Mr. Rajiv Gupta

Members: Mr. M Nandi


Mr. Sandeep Arora
Mr. A S D Barman
Mr. S Mahesh Kumar
Ms. N P Guha (Proj.)

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

Page 464 of 1260


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
ogez tifwegw INDIA LIMITED FOR INSTRUMENT VALVE AND 6-52-0069 Rev. 5
MTV, eleuste ammo.° (A Govt Cl India Undertaking)
MANIFOLDS Page 3 of 7

CONTENTS

1.0 GENERAL 4

2.0 DESIGN AND CONSTRUCTION 5

3.0 NAMEPLATE 7

4.0 INSPECTION AND TESTING 7

5.0 SHIPPING 7

ANNEXURE — 1: HYDROSTATIC TEST PRESSURES FOR INSTRUMENT


VALVES AND MANIFOLDS.

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

Page 465 of 1260


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
.391-aele-1- „c- ENGINEERS FOR INSTRUMENT VALVE AND
ige..11 &Reg 41Wilr INDIA LIMITED 6-52-0069 Rev. 5
(WM 212e107 =JANA) (A Govt of India Undertaking)
MANIFOLDS Page 4 of 7

1.0 GENERAL

1.1 Scope

1.1.1 This standard specifications, together with the data sheets, describes the requirements for the
design, materials, inspection, testing and shipping of instrument valves and manifolds which
includes the following types:

a) Miniature instrument valves

b) Instrument valve manifolds

c) Instrument air valves

1.1.2 The related standards referred to herein and mentioned below shall be of the latest edition of
the following codes, standard practices and publications unless otherwise specified:

ASME American Society of Mechanical Engineers


B 1.20.1 Pipe threads General Purpose (Inch)
B 16.11 Forged steel fittings-socket welding and threaded.
B 16.9 Factory made Wrought Steel Butt welding fittings.
B 16.34 Valves-Flanged, Threaded and welding end.

API American Petroleum Institute


API-598 Valve Inspection and Testing

EN European Standards
10204 Inspection Documents for Metallic Products.

MSS Manufacturers Standardization Society of the Valve and Fittings Industry.


SP99 Instrument Valves

1.1.3. In the event of any conflict between this standard specification, data sheets, statutory
regulations, related standards, codes etc. the following order of priority shall govern:

a) Statutory Regulations

b) Data Sheets

c) Standard Specification

d) Codes and Standards

1.2 Bids

1.2.1 Vendor's quotation shall be strictly as per the bidding instructions to vendor attached with
the Material Requisition.

1.2.2 All items, as offered, shall be field proven and should have completed trouble free
satisfactory operation for a period of minimum 6 months on the bid due date in the similar
application with process conditions similar to those as specified in the purchaser's data sheet.
Items with proto-type design or items not meeting provenness criteria specified above shall
not be offered.

1.2.3 All documentation submitted by the vendor including their drawings, installation manuals
shall be in English language only.

1.3 Drawings and Data

1.3.1 Detailed drawings, data, catalogue and manuals etc. required from the vendor is indicated by
the purchaser in vendor data requirement sheets attached with material requisition.

1.3.2 Final documentation consisting of design data, installation and maintenance manual etc.
submitted by the vendor after the placement of purchase order, as per vendor data
requirement, shall include the following, as a minimum:

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

Page 466 of 1260


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
.Silfaeiel ENGINEERS
ligaf 215teg INDIA LIMITED FOR INSTRUMENT VALVE AND 6-52-0069 Rev. 5
indta Undertakng)
Govt of
MANIFOLDS Page 5 of 7

a) Certified dimensional details showing internal constructional details and material


of construction.

b) Installation and maintenance procedures.

2.0 DESIGN AND CONSTRUCTION

2.1 The instrument valves shall be of manufacturer proprietary design. However, the minimum
requirements specified herein must be complied.

2.2 Qualification tests (hydrostatic proof and burst tests) as per MSS SP-99 shall be conducted
by vendor for each design and size of valve to establish the cold working pressure (CWP)
rating.

2.3 For all valves and manifolds with body material of carbon steel/stainless steel, the valve trim
material shall be 316 Stainless Steel or superior material. Whenever body material is other
than that specified above, trim material should be same as body material or superior material.

2.4 Unless otherwise specified, the valve packing material for all valves and manifolds shall be
Grafoil only. The o-ring materials wherever used shall also be of Grafoil.

23 The finishing and tolerances, of parts like stem, piston, stem threading etc. of the offered
valves and manifolds shall be properly machined to avoid problems like galling.

2.6 The hand wheel material for all valves and manifolds shall be zinc/nickel plated carbon steel.
Any other material, if provided as per standard vendor design, shall also be acceptable.
2.7 Instrument Valves (Miniature)

2.7.1 The instrument valves shall be of globe pattern needle valves forged/ bar stock with inside
screwed bonnet, with back-seated blow out proof system.

2.7.2 Body material shall be 316 Stainless Steel unless otherwise specified.

2.7.3 The minimum cold working pressure (CWP) rating of the valve shall be as per Annexure 1
of this specification, unless otherwise specified.

2.7.4 The end connection shall be V2"NPTF to ASME B1.20.1, unless otherwise specified.

2.7.5 Flow direction shall be marked on the body.

2.7.6 The valve dimensions shall be as follows:

a) End to end dimensions 76mm (approximately).

b) Height in fully open condition - 135mm maximum.

These dimensions are indicative only.


2.8 Valve Manifolds

2.8.1 3-Valve and 5-Valve manifolds:

2.8.1.1 3-Valve manifold

a) 3-Valve manifold shall be designed for direct coupling to differential pressure


transmitters having 2 bolt flanges with 54mm (2-1/8") centre-to-centre connections
and 41.3mm (1-5/8") bolt-to-bolt distance.

b) 3-Valve manifold shall contain two main line block valves and an equalising
bypass valve. The valves shall be needle type. They shall use self-aligning 316
Stainless Steel ball seats, unless otherwise specified.

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

Page 467 of 1260


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
51g kilf5ieg
INDIA UMITED FOR INSTRUMENT VALVE AND 6-52-0069 Rev. 5
11 aN,747.1) (A Govt a Inda undenalang) MANIFOLDS Page 6 of 7

2.8.1.2 5-Valve manifold

a) 5-Valve manifold shall be designed for direct coupling to differential pressure


transmitters having 2 bolt flanges with 54mm (2-1/8") centre-to-centre connections
and 41.3mm (1-5/8") bolt-to-bolt distance.

b) 5-Valve manifold shall contain two main line block valves and a combination
double block and bleed for the bypass line. The valve shall of needle type or
special ball with bleed hole.

2.8.1.3 The flanges shall be integral part of manifold block.

2.8.1.4 The material of construction shall be 316 Stainless Steel, unless otherwise specified.
2.8.1.5 The minimum cold working pressure (CWP) rating of manifolds shall be as per Annexure 1
of this specification, unless otherwise specified.

2.8.1.6 The process connection shall be l/2"NPTF to ASME B 1.20.1.

2.8.1.7 Wherever the manifolds are specified for stanchion mounting, these shall be supplied along
with mounting accessories. The bolts and nuts shall be alloy steel as per ASTM A 193 Gr B7
and ASTM A194 Gr. 2H (Hot dip galvanised or zinc plated) respectively. Other accessories
shall be zinc plated.

2.8.2 3 way 2 valve manifold for pressure gauges


2.8.2.1 The manifold shall be designed for use with pressure gauges with block and bleed valves.
The manifold body shall be either straight or angle type as specified in the data sheet.

2.8.2.2 The valve shall be a needle type.

2.8.2.3 The body material shall be 316 Stainless Steel, unless otherwise specified.
2.8.2.4 The minimum cold working pressure rating of the manifold shall be as per Annexure 1 of
this specification, unless otherwise specified.
2.8.2.5 The manifold shall have the following connections:

a) The inlet connection shall be 3/4" plain ends with a minimum of 100mm nipple
extension suitable for socket weld or butt weld as per B16.11/ B16.9 as specified in
the job specifications.

b) The gauge connection shall be with union nut and tail piece threaded to 1/2"NPTF.

c) The drain connection shall be V2"NPTF.


2.9 Instrument Air Valves

2.9.1 Instrument Air Isolation Valves (Miniature)

2.9.1.1 The valves shall be full-bore ball type with forged body.

2.9.1.2 Body material shall be 316 Stainless Steel.

2.9.1.3 The minimum cold working pressure rating of instrument air isolation valves shall be as per
Annexure 1 of this specification, unless specified otherwise.

2.9.1.4 The end connection shall be V2"NPTF to ASME B 1.20.1, unless otherwise specified.

2.9.1.5 End to end dimensions shall be 70mm (approximately).

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

Page 468 of 1260


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
tits ENGINEERS
INDIA LIMITED FOR INSTRUMENT VALVE AND 6-52-0069 Rev. 5
Wren c-Tea5W 4,1,79P.i) (A Goof of India Unclertak(ng)
MANIFOLDS Page 7 of 7

2.9.2 Instrument Air Needle Valves (Miniature)


2.9.2.1 The instrument valves shall be globe pattern-needle valves forged/bar stock with inside
screwed bonnet.
2.9.2.2 Body material shall be 316 Stainless Steel.
2.9.2.3 The minimum cold working pressure of Instrument Air Needle valves shall be as per
Annexure 1 of this specification, unless otherwise specified.

2.9.2.4 The end connection shall be 1/4" NPTF to ASME B1.20.1, unless otherwise specified.
2.9.2.5 Flow direction shall be marked on the body.

2.9.2.6 The valve dimensions shall be as follows:

a) End to end dimensions - 54 mm (approximately).

b) Height in fully open condition - 49 mm maximum.

These dimensions are tentative only.

2.10 All instrument valves in oxygen and chloride service shall be thoroughly degreased using
reagents like trichloroethylene or carbon tetrachloride. End connection shall be plugged after
degreasing process in order to avoid entrance of grease or oil particles.
3.0 NAMEPLATE
Following information shall be punched on the body of each of these items:
a) Material of construction to the same standards as in purchaser's data sheets.
b) Cold working pressure of each item to the same standards as in purchaser's data
sheets.
c) Manufacturer's identification and model number.
d) Flow direction (if applicable)
e) Material of construction.
4.0 INSPECTION AND TESTING

Purchaser reserves the right to inspect and witness testing at vendor's works as per
Inspection Test Plan. All these tests shall be completed by the vendor and test reports shall
be submitted to Purchaser for scrutiny.
5.0 SHIPPING

5.1 The threads/ends shall be protected with plastic caps to prevent damage/entry of foreign
matter.
5.2 All instrument valves and manifolds in oxygen and chloride service shall be separately
packed along with a certificated indicating 'CERTIFIED FOR OXYGEN/CHLORINE
SERVICE' as applicable.

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

Page 469 of 1260


1502:2? ENGINEERS HYDROSTATIC TEST Annexure 1 to
Ogeir aiteg
AMR 217ZIA2 ,751J91,15.0
INDIA LIMITED PRESSURES STANDARD SPECIFICATION NO.
Govt. India Undertaking)
6-52-0069 Rev. 5
FOR INSTRUMENT VALVES AND
Page 1 of 1
MANIFOLDS

Sr. Item Line Pressure Minimum Cold Hydrostatic Test Pressure for
No. Class Working
Seat Leakage Shell Leakage
Pressure (CWP)
Test Test
1 Instrument Valves < Class 600 102kg/cm2g 112kg/cm2g 153kg/cm2g
(Miniature)
Class 900 to 253kg/cm2g 278kg/cm2g 383kg/cm2g
Class 1500

2 Instrument Valve < Class 600 102kg/cm2g 112kg/cm2g 153kg/cm2g


Manifolds
Class 900 to __ 253kg/cm2g 278kg/cm2g 383kg/cm2g
Class 1500

3 Instrument Air Class 600 27kg/cm2g 30kg/cm2g 41kg/cm2g


Isolation Valves

4 Instrument Air 5_ Class 600 27kg/cm2g 30kg/cm2g 41kg/cm2g


Needle Valves

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

Page 470 of 1260


$igar EVAeg
=,,J) ENGINEERS
INDIA LIMITED
STANDARD SPECIFICATION
FOR
STANDARD SPECIFICATION No.

1.771 ■ TT ,A GOO at Ind. Uncleetakirtgl 6-52-0032 Rev. 5


ELECTRONIC INSTRUMENTS Page 1 of 13

qC)cNIP1cb/ciltiqlei 344)tul fry


1-111cb q 11 kill

STANDARD SPECIFICATION FOR


ELECTRONIC INSTRUMENTS

5 14.11.17 Revised and Reissued as Standard Specification

4 12.03.12 Revised and Reissued as Standard Specification MN RG RP/JMS

3 15.02.07 Revised and Reissued as Standard Specification AR TGM HCJ VC

2 05.08.05 Revised and Reissued as Standard Specification KI TGM PM VJN

1 20.09.99 Revised and Reissued as Standard Specification PM RK BRS AS


Standards Standards
Rev. Committee Bureau
Prepared Checked
Date Purpose Convenor Chairman
No by by
Approved by

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

Page 471 of 1260


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
SiffaTiel
ENGINEERS
veil fa5teg INDIA LIMITED FOR 6-52-0032 Rev.5
oHr,r1,5,7,T, NO•ii
, —,- 0 -'^un,"'*-), ELECTRONIC INSTRUMENTS Page 2 of 13

Abbreviations:

AARH Arithmetic Average Roughness Height

EDDL Electronics Device Description Language

FISCO Fieldbus Intrinsic Safety Concept

FDT/DTM Field Device Tool/ Device Type Manager

FF Fieldbus Foundation

HART Highway Addressable Remote Transducer

LAS Link Active Scheduler

LCD Liquid Crystal Display

NPS Nominal Pipe Size

NPT National Pipe Thread

RAM Random Access Memory

WC Water Column

Instrumentation Standards Committee

Convener: Mr. Rajiv Gupta

Members: Mr. M. Nandi


Mr. Sandeep Arora
Mr. A. S. Deb Barman
Mr. S Mahesh Kumar
Ms. N P Guha (Proj.)

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

Page 472 of 1260


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
INDIA LIMITED FOR 6-52-0032 Rev.5
1011,1 eiaNTX,D1. 1t1,1, 41,
'4 -h-und.'."-. ELECTRONIC INSTRUMENTS Page 3 of 13

CONTENTS

1.0 GENERAL 4
2.0 DESIGN AND CONSTRUCTION 7
3.0 NAMEPLATE 13
4.0 INSPECTION AND TESTING 13
5.0 SHIPPING 13

ANNEXURES:
ANNEXURE — 1: STUD - BOLTSAND NUTS MATERIAL REQUIREMENT
ANNEXURE — 2: GASKET MATERIAL REQUIREMENT
ANNEXURE — 3: DD & CFF FILE FORMAT

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

Page 473 of 1260


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
15iiiaTR? ENGINEERS
lig,fit Rgreg INDIA LIMITED FOR 6-52-0032 Rev.5
m},-/T ef,,,,D1•1,10, 311
tj"' " ELECTRONIC INSTRUMENTS Page 4 of 13

1.0 GENERAL

1.1 Scope

1.1.1 This specification, together with the data sheets attached herewith describes the requirements
for the design, materials, nameplate marking, inspection, testing and shipping of electronic
instruments.

1.1.2 The related standards referred to herein and mentioned below shall be of the latest edition
prior to the date of the purchaser's enquiry:-

ASME American Society of Mechanical Engineers

B 1.20.1 Pipe Threads General Purpose (Inch)


B 16.5 Pipe Flanges and Flanged Fittings
B 16.20 Metallic Gaskets for Pipe Flanges, Ring Joint, Spiral
wound and Jacketed.
EN European Standards

10204 Inspection Documents for Metallic Products

IS/IEC Indian Standards/ International Electrotechnical Commission

IS/IEC 60079 : Electrical Apparatus for Explosive Gas Atmospheres.


IS/IEC 60529 : Degree of Protection Provided by Enclosures (IP
Code).
IEC 61000-4 : Electromagnetic Compatibility (EMC) for Industrial
Process Measurement and Control Equipment
IEC 61158 : Fieldbus Standard for use in Industrial Control System
IEC 61158-2 : Physical Layer Specification and service definition for
Fieldbus
IEC 61508 Functional Safety of Electrical / Electronic/
Programmable Electronic Safety related Systems.
IEC 61511 Functional safety instrumented system for the process
industry sector
IEC 61804 Function blocks (FB) for process control — Electronic
Device Description
IEC 61518 Mating dimensions between differential pressure(type)
measuring instruments and flanged-on shut-off
devices up to 413 bar (41.3 MPa)

ISA International Society of Automation

S 50.1 Compatibility of Analog Signals for Electronic


Industrial Process Instruments.
ITK Interoperability Test Kit (latest version)

1.1.3 In the event of any conflict between this standard specification, job specification/data sheets,
statutory regulations, related standards, codes etc. the following order of priority shall
govern:
a) Statutory Regulations
b) Job Specifications / Data Sheets
c) Standard Specification
d) Codes and Standards

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

Page 474 of 1260


ar-aelt4
Og-zz fa5teg
ENGINEERS
INDIA LIMITED
STANDARD SPECIFICATION
FOR
STANDARD SPECIFICATION No.

6-52-0032 Rev.5
d14 N.31.1
ii"."" ELECTRONIC INSTRUMENTS Page 5 of 13

1.1.4 In addition to compliance to purchaser's specifications in totality, vendor's extent of


responsibility shall include the following:

a) Purchaser's data sheets specify the minimum acceptable material of construction of


body, measuring element and accessories. Alternate superior material of construction
shall also be acceptable provided vendor assumes complete responsibility for the
selected materials for their compatibility with the process fluid and its operating
conditions.
b) Selection of correct model number to meet the specifications in totality.
c) Selection of suitable sealant liquid for diaphragm seal instruments compatible with the
process fluid and its operating temperature.

1.2 Bids

1.2.1 Vendor's quotation shall be strictly as per the bidding instructions to the vendor attached
with the material requisition.

1.2.2 Vendor's quotation shall include the following:

a) Compliance to the specifications.

b) A detailed specification sheet for each item providing information regarding type,
material of construction, performance specification, model number etc. of the offered
electronic instruments. The material specification and the units of measurement for
various parts in vendor's specification sheets shall be to the same standards as those
indicated in purchaser's data sheets. Selection of correct Model number to meet the
specifications shall be vendor's responsibility and vendor shall replace with the correct
model if at any stage, the selected model is found deficient in meeting the
specifications.

c) Proven references for each offered model number in line with clause 1.2.3 of this
specification.

d) A copy of approval from local statutory authority, as applicable such as Petroleum &
Explosives Safety Organisation (PESO) / Chief Controller of Explosives (CCE),
Nagpur or Director General of Mines Safety (DGMS) in India, for the electronic
instruments installed in electrically hazardous area along with:

i) Test certificate from recognized test house like Central Institute of Mining and
Fuel Research (CIMFR) / Electronics Regional Testing Laboratory (ERTL) etc.
for flameproof enclosure/intrinsic safety, as specified in the data sheet, as per
relevant standard for all Indian manufactured equipments or for items requiring
Director General of Mines Safety DGMS approval and a valid BIS approval.

ii) Certificate of conformity from agencies like Laboratorie Central Des Industries
Electriques (LCIE), British Approval Service for Electrical Equipment in
Flammable Atmospheres (Baseefa), FactoryMutual (FM), Physikalisch-
TechnischeBundesanstalt (PTB), Canadian Standards Association (CSA),
Underwriters Laboratories (UL) etc. for compliance to ATEX directives or other
equivalent standards for all equipments manufactured outside India.

Deviations on technical requirements shall not be entertained. In case vendor has any
valid technical reason, they must include a list of deviations tag number wise,
summing up all the deviations from the purchaser's data sheets and other technical
specifications along with the technical reasons for each of these deviations.

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

Page 475 of 1260


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
faa
j eg INDIA LIMITED FOR 6-52-0032 Rev.5
1.011M eithWi, „PT,.
und-*-w ELECTRONIC INSTRUMENTS Page 6 of 13

f) Catalogues giving detailed technical specifications, model decoding details and other
related information for each type of electronic instruments covered in the bid.
Information shall include, but not limited to product certifications, dimensional
drawings, transient protection, range limits, power supply, current draw, vibration
effect, power supply effect, electromagnetic compatibility. For Fieldbus instruments,
information shall also include Fieldbus parameters like available standard function
blocks/advanced function blocks and their execution time for each block, device type,
number of link objects, virtual communication relationships, basic and advanced
diagnostic features, transmitter failure mode, physical profile type etc.

1.2.3 All items, as offered, shall be field proven and should have completed minimum 4000 hours
of operation after commissioning on the bid due date in the similar application with the
process conditions similar to those as specified in the purchaser's data sheets. Items with
proto-type design or items not meeting provenness criteria shall not be offered.

1.2.4 Wherever specified, vendor must furnish certified values of failure rates, probability of
failure on demand (PFD) and test intervals for offered items for Safety Integrity Level (SIL)
analysis.

1.2.5 All documentation submitted by the vendor including their quotation, catalogues, drawings,
installation, operation and maintenance manuals, etc shall be in English language only.

1.2.6 Vendor shall also quote for the following:

a) Stud bolts, nuts, gaskets as per annexure with diaphragm seal instruments.
b) Two-year operational spares for each model of instruments offered in the bid, which
shall include sensor, electronic module, local indicator, o-ring/gasket set etc. based on
vendor's recommendations.
c) Any special tool other than those covered under 1.2.6 (a) and (b). In case any special
tools are needed for maintenance of offered instruments, vendor must certify in their
offer.
1.3 Drawing and Data

1.3.1 Detailed drawing, data, catalogues and manuals required from the vendor are indicated by
the purchaser in the vendor data requirement sheets attached with the requisition.

1.3.2 Final documentation consisting of design data, installation manual, operation and
maintenance manual, etc submitted by the vendor after placement of purchase order shall
include the following, as a minimum;

a) Specification sheet and catalogues for each electronic instrument and their accessories.
b) Certified drawing for each instrument, which shall provide dimensional detail, internal
construction and part list, material of construction etc.
c) Calculations for integral orifice / conditioning orifice.
d) Copy of all test certificates
e) Installation procedure for electronic instrument and its accessories.
f) Calibration, Configuration and Maintenance procedures including replacement of its
internal parts.
g) Device Descriptor (DD) Files for configuring the FF device parameters and Common
File Format (CFF) files for integrating the device into the system shall be provided
(soft copy) by vendor for offline configuration by DCS vendor and the same shall
match with the device configuration details of the transmitter.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 476 of 1260


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
lalfaue ENGINEERS
$1:4zx fdReg d INDIA LIMITED FOR 6-52-0032 Rev.5
,s{r,au
.W1 5,11,,751
ELECTRONIC INSTRUMENTS Page 7 of 13

h) Vendor shall furnish a list of all instruments in excel format as per annexure-3
enclosed with the specification including the following information for Fieldbus
instruments.
i) Tag Number
ii) FF registered product code
iii) Device Type
iv) Manufacturer ID number
v) ITK Revision
vi) Firmware Revision
vii) Device Revision
viii) DD File Revision
ix) CF File Revision
x) HIST Test Completion
xi) Backup LAS functionality shall be disabled at the time of shipment. All FF
device shall be shipped in the 'Ready to Run'.
All Fieldbus transmitters shall be suitable for operating between voltage of 9-32 V.

2.0 DESIGN AND CONSTRUCTION

2.1 General Requirements

2.1.1 All instruments shall be of state-of-the-art technology and shall be in compliance with the
electromagnetic compatibility requirements specified in IEC-61000-4 standard.

2.1.2 Electronic instruments shall generally operate on nominal voltage of 24 V DC and shall be
protected against short circuit and reverse voltage.

2.1.3 Electronic transmitters with two-wire system shall be suitable for delivering rated current to an
external loop resistance of at least 550 ohm when powered with 24 V DC.

2.1.4 All Field transmitters shall have double compartment housing.

2.1.5 Unless otherwise specified, transmitters shall be intrinsically safe type.

2.1.6 The instrument enclosure shall be metallic and shall have corrosion protection coating.
Instrument enclosure shall be suitable for the area classification indicated in the purchaser's
data sheets. All electronic boards/ cards shall have conformal coating suitable for corrosion
protection normally prevalent in refinery. The enclosure shall meet the following standards:

Weatherproof housing IP-65 to IS/IEC-60529


Flameproof housing Flameproof/ Ex (d) as per IS/IEC-60079
Flameproof housing shall also be made weatherproof

2.1.7 The range of instruments shall be selected by vendor based on the set range indicated in the
purchaser's data sheet. Where no set range is indicated, vendor may select the same as per
the following guidelines;

a) The set range shall be 1.1 times the maximum process value or 1.4 times the operating
process value whichever is higher rounded to the nearest ten.
b) The process variable shall preferably be in the middle third of the set range.

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

Page 477 of 1260


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
lalfazreq ' ' - ENGINEERS
$igrai fdfiteg INDIA LIMITED FOR 6-52-0032 Rev.5
(Nreri r niu ti :roman
ELECTRONIC INSTRUMENTS Page 8 of 13

2.1.8 Measuring element in vacuum service shall have under range protection down to full
vacuum, without undergoing a change in calibration or permanent set.

2.1.9 The type of electronic instruments shall be as specified in the purchaser's data sheet. Body &
wetted part material shall be SS316 & SS316L respectively as a minimum. Transmitter vent/
drain material shall be same as wet part material.

2.1.10 For hydrogen service wetted part material shall be SS316L with Gold Plating. No other
material shall be acceptable for Hydrogen service.

2.1.11 For chlorine service, the wetted part material shall be Tantalum.

2.1.12 Diaphragm seal instrument shall meet the following requirements;

a) Diaphragm seal (flanged type) shall be integral with the instrument. In case wafer type
diaphragm seal is provided, companion flanges shall be supplied by vendor.

b) Vendor shall include supply of long studs, nuts and gasket as per the materials
specified in the purchaser's data sheet. In case purchaser's datasheet does not specify
the MOC of long studs, nuts and gasket, refer Annexure — 1 & 2 attached with this
specification.

c) The sealant shall be an inert liquid, compatible with the process fluid and process
operating as well as design temperature & pressure indicated in the purchaser's data
sheets. Sealant shall be inert oil or equivalent for all diaphragm seal instruments in
oxygen service.

d) When specified in purchaser's data sheet, spacer ring shall be supplied. The MOC of
spacer ring shall be 316 Stainless Steel as a minimum. The spacer ring shall be
provided with plugged vent/ drain connection of V2" NPTF. Suitable metallic plugs
shall be provided by the vendor.

e) The span of the offered model shall be selected to ensure zero elevation/zero
suppression equal to the head created by the fill fluid for the specified capillary length
in the data sheet.

2.1.13 Wherever purchaser data sheet specifies integral flow transmitter, vendor shall supply
complete assembly consisting of integral orifice, upstream and downstream meter runs with
end flanges, meeting the following requirements:

a) Three nos. of integral orifice plates shall be supplied i.e. one is installed and two are
spares.
b) Unless otherwise specified, material of construction shall be 316 Stainless Steel for
integral orifice and meter run with flanges.

2.1.14 End connection details shall be as below:-

a) Threaded end connections shall be to NPT as per ASME B 1.20.1.


b) Flanged end connections shall be as per ASME B 16.5.
c) Grooves of ring type joint flanges shall be octagonal as per ASME B16.20.
d) Flanged face finish shall be as per ANSI B 16.5. The face finish shall be as follows:

125 AARH 125 to 250 microinch AARH


63 AARH 32 to 63 microinch AARH

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

Page 478 of 1260


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
101 ei ENGINEERS
$1g-ar tif54-eg INDIA LIMITED FOR 6-52-0032 Rev.5
c.„, Md. ^9, ELECTRONIC INSTRUMENTS Page 9 of 13

2.1.15 All instruments in oxygen and chlorine service shall be thoroughly degreased using reagents
like trichloro-ethylene or carbon tetrachloride. End connection shall be blinded / plugged
after the degreasing process in order to avoid entrance of grease or oil particles.

2.1.16 Yoke mounted instruments shall be supplied with universal mounting bracket, U-bolt and nuts
suitable for mounting the instruments on a 50 mm (nominal bore) pipe stanchion (horizontal or
vertical). Material of construction of mounting bracket shall be SS as a minimum.

2.1.17 All flow transmitters shall confirm to the latest edition of IEC 61518: 'Mating Dimension
between differential pressure type measuring instruments'.

2.1.18 Plug-in circuit boards shall be designed and manufactured such that reverse insertion or
insertion of the wrong card is prevented.

2.1.19 Terminals for electrical connections shall be clearly identified, and polarity shall be
permanently marked.
2.1.20 Peak to peak ripple and total noise level in the analogue output signal shall not exceed 0.25%
of the maximum signal.

2.1.21 Electrical cable entries shall have internal 1/2" NPT threads.

2.1.22 Span of the offered model shall be selected to ensure Zero elevation/zero suppression equal to
minimum 100% of the calibrated range.

2.1.23 Integral Output meter of each electronic transmitter shall have a freely configurable LCD
display. The display shall be as follows:
a) For Pressure, Differential Pressure, Flow & Temperature - Engineering Units
b) For Level — 100 % Linear

2.1.24 The performance of the transmitter shall not be affected by addition or removal or malfunction
of integral output meter.

2.2 Transmitters

2.2.1 Smart Transmitters

2.2.1.1 Smart transmitters shall be two wire microprocessor based type. These shall have a non-
volatile memory, storing complete sensor characterisation and configuration data of the
transmitter. All necessary signal conversions and output generation with the required protocol
shall be carried out in the transmitter electronics. Integral output meter with LCD display shall
be provided for all transmitters.

2.2.1.2 Transmitter shall also run complete diagnostic subroutines and shall provide diagnostic alarm
messages for sensor as well as transmitter healthiness. In the event of detection of failure, the
output shall be driven to a predefined value, which shall be field configurable.

2.2.1.3 Whenever specifically indicated in purchaser's data sheets, the meter electronics shall be
provided with in-built protection against power supply & lightning surges.

2.2.1.4 The configurational data of the instruments shall be stored in a non-volatile memory such that
this remains unchanged because of power fluctuations or power off condition. In case vendor
standard instrument has battery backed RAM, vendor to ensure that battery drain alarm is
provided as diagnostic maintenance message.

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

Page 479 of 1260


OW kg ENGINEERS STANDARD SPECIFICATION STANDARD SPECIFICATION No.

Lr acs INDIA UMITED FOR 6-52-0032 Rev.5


1,2■21517 ,711,3,10.1,
INIPM
G" Und"ta'ng) ELECTRONIC INSTRUMENTS Page 10 of 13

2.2.1.5 Accuracy of smart transmitters shall be as follows:

Type of Transmitter Range of Transmitter Accuracy


Direct 760 mm WC and above ±0.065%
Direct Less than 760 mm WC ±0.15%
Diaphragm seal 500 mm WC and above ±0.25%
Diaphragm seal Less than 500 mm WC ±0.5%

The accuracy is defined as the combined effect of repeatability, linearity and hysteresis.
2.2.1.6 The stability of the transmitters shall be as follows:

Range of Transmitter Stability


760 mm WC and above ±0.2% of URL for a period of minimum 5 year
Less than 760 mm WC ±0.2% of URL for a period of minimum 1 year

2.2.1.7 Transmitter shall update the output at least 8 times a second.


2.2.1.8 Minimum transmitter response time shall be as follows:

a) For transmitter range of 760 mm WC and above, 500 milliseconds.


b) For transmitter range below 760mm WC, 1 second.
The response time of the transmitter shall be considered as the sum of dead time and 63.2%
step response time of the transmitter.

2.2.1.9 Minimum over-range/static pressure protection of the transmitter shall be as follows:

OVER RANGE / STATIC PRESSURE (*)


Range of Transmitter ® Pressure Differential Pressure
Transmitter Transmitter
Kg/Cm2 Kg/Cm2
0 <10 =< 250 mmWC 20 20
250 < (V =< 1000 mmWC 40 100
1000 mmWC< ® =< 10 Kg/cm2 40 160
10Kg/cm2< ® =<25 Kg/cm2 52 160
25Kg/cm2< ® =<100 Kg/cm2 160 160
® > 100 Kg/cm2 200 210

(*) However, if the over range/static pressure valve specified above is less than the
maximum/design pressure of service conditions specified in the datasheets, offered
instrument shall be suitable for the maximum/design pressure specified.

2.2.1.10 The 'WRITE' option shall be protected through password.


2.2.1.11 Temperature transmitters shall meet the following requirements as a minimum:
a) Temperature transmitter shall be universal type, able to accept input from resistance
temperature detector (RTD) or thermocouple (T/C) of any type and range.
b) Temperature transmitters shall be freely programmable i.e. element type and range
shall be programmable without any change in hardware / software.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 480 of 1260


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
$.2--ar 'Meg INDIA LIMITED FOR 6-52-0032 Rev.5
ow71 erA I
U"'"'*'"g ' ELECTRONIC INSTRUMENTS Page 11 of 13

c) Temperature transmitter shall be remote mounted type, in general. Head mounted


transmitters shall be supplied when specifically indicated in purchaser's data sheets.
d) The accuracy of the temperature transmitter with RTD element shall be as follows:
For temperature above 350° C, +0.075%.
For temperature between 350° C to 150° C, +0.15%.
- For temperature below 150° C, +0.25%.
e) The accuracy of temperature transmitter with cold junction compensation for
Thermocouple element shall be as follows;
For temperature above 350° C, +0.25%.
- For temperature between 150°C to 350°C, +0.5%.
- For temperature below 150°C, +0.75%.

2.2.1.12 When HART protocol is specified, the following features must be ensured;

a) It shall allow multi masters (minimum two, primary and secondary) for configuration,
calibration, diagnostics and maintenance. The primary could be the control system or
host computer and the secondary could be the hand-held communicator.
b) It shall be capable of implementing universal commands from either of these
locations.
c) All HART transmitters shall be configurable for under current and over current.
d) All HART transmitters shall compliant to NAMUR NE 43 recommendations.

2.2.1.13 When Fieldbus is specified, transmitter shall meet the following requirements in addition to
requirements specified in 2.2.1.13a & b;

a) All instruments must satisfy the requirements of the Fieldbus registration laboratory
with applicable checkmark like foundation Fieldbus, ProfibusNutZerorganisatione.v
(PNO), or as specified in the purchaser's data sheets.
b) All instruments shall be polarity insensitive. Also transmitter shall be LAS capable
and provided with line plugging detection, whenever specified in data sheet.
c) All instruments shall have one no. of Analog Input (AI) block and One no. of
Proportional, Integration and Differential (PID) control block, as a minimum.
d) All instruments must be interoperable and shall have valid interoperability test
clearance like ITK latest version for foundation Fieldbus or equivalent for Profibus
PA, as applicable.
e) The Fieldbus instruments shall support peer to peer communication with two wire
communication and bus power supply.
f) Fieldbus instruments shall have facility to detect plugged impulse lines, whenever
specifically indicated in purchaser's data sheets.
g) The Fieldbus instruments in hazardous area shall be certified as per entity concept or
shall be FISCO approved as per the requirements specified in the purchaser's
specification.
h) All instruments shall support EDDL or FDT/DTM requirements, as specified in data
sheets.
i) Internal Software shall be configured by the vendor including the following
information.
- Serial Number
- Device Tag (Tag Number )
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 481 of 1260


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
$igzx tlf54—eg INDIA LIMITED FOR 6-52-0032 Rev.5
eietTf,ril
m.iind-*9, ELECTRONIC INSTRUMENTS Page 12 of 13

- Process Description
j) All instruments shall be capable of supporting incremental Device Descriptor (DD) for
extra functionality and/or software revisions in Device Memory.
k) Fieldbus based indicator shall be able to indicate all signals available in the Fieldbus
segment, selectively.
2.3 Accessories

2.3.1 Field Universal Communicator:

2.3.1.1 Field communicator shall meet the following requirements:

a) Communicator shall be universal type and shall be compatible with all make and
models of smart transmitters/positioners, with all engineering capability like
calibration, diagnostics, configuration, inhibition of HART/Fieldbus signal, etc.
b) It shall be possible to connect the communicator at any of the following locations for
purpose of digital communication;

i) Marshalling cabinet serving the transmitter, in safe area.


ii) Junction box serving the transmitter, in hazardous area.
iii) Directly at the transmitter, in hazardous area.

Plug-in type connections shall be provided with field communicator. Necessary


interconnection accessories shall be supplied by the vendor.

c) Offered communicator shall be hand held, dust-proof, certified intrinsically safe and
suitable for outdoor location. Carrying case shall be supplied with each
communicator.
d) They shall be battery powered with replaceable and rechargeable batteries, suitable for
recharging with 240 V AC, 50 Hz. In case vendor's standard design does not make use
of rechargeable batteries, then vendor to provide 2 sets of spare batteries.

There should be no interruption on the output while communicating with the


transmitter.

2.3.2 Remote Output Meter

2.3.2.1 Remote output meter shall be electronic with freely configurable LCD display. The display
shall be as follows:
c) For Pressure, Differential Pressure, Flow & Temperature - Engineering Units
d) For Level — 100 % Linear

2.3.2.2 The indicator electronics shall be able to perform square root extraction for flow measurement.

2.3.2.3 This Fieldbus based field indicator shall be 2 wire segment powered and shall be able to
indicate minimum of 8 signals available in the Fieldbus segment, selectively.

2.3.2.4 Offered indicators shall be certified intrinsically safe/FISCO, when used in hazardous area as
specified in Data sheet.

2.3.2.5 The performance of the transmitter shall not be affected by addition or removal or malfunction
of remote output meter.

2.3.3 Valve Manifold

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

Page 482 of 1260


STANDARD SPECIFICATION • STANDARD SPECIFICATION No.
!"--`
ft= ENGINEERS
$11gza Ida& INDIA LIMITED FOR 6-52-0032 Rev.5
14,1.11
ELECTRONIC INSTRUMENTS Page 13 of 13

2.3.3.1 Wherever manifold has been specified as per data sheet, it shall be integral to the transmitter
and the manifold material shall be same as the instrument wet part material specified in the
data sheet.

2.3.4 Battery Charger

2.3.4.1 Battery charger shall be supplied with all necessary accessories and shall be suitable for
240V ±10%, 50Hz,±3Hz, unless otherwise specified.

3.0 NAMEPLATE

3.1 Local mounted instruments shall have a stainless steel nameplate attached firmly to it at a
visible place, furnishing the following information:

a) Tag number as per purchaser's data sheets.


b) Manufacturer's serial number and /or model number
c) Manufacturer's name/trade mark.
d) Body material.
e) Measuring element material.
f) Range of measurement.
g) Area classification in which the equipment can be used, this shall be to the same code
as per purchaser's data sheets.

4.0 INSPECTION AND TESTING

Purchaser reserves the right to inspect and witness testing at vendor's works as per
Inspection Test Plan. All these tests shall be completed by the vendor and test reports shall
be submitted to Purchaser for scrutiny.

5.0 SHIPPING

5.1 All threaded and flanged openings shall be suitably protected to prevent entry of foreign
material.

5.2 Instruments shall be supplied individually, in suitably sealed packing.

5.3 All electronic instruments in oxygen and chlorine service shall be separately packed along
with a certificate indicating 'CERTIFIED FOR OXYGEN / CHLORINE SERVICE', as
applicable.

5.4 Loose supplied accessories (Companion flanges, spacer rings, stud-bolts, nuts and gaskets
etc.) shall be packed with proper tag numbers of their respective instruments.

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

Page 483 of 1260


15i1fazieft ENGINEERS STUD-BOLTS AND NUTS Annexure 1 to
Itgar 0154-ezNw; INDIA LIMITED
(A Gm< al no Undeitaking) MATERIAL REQUIREMENT STANDARD SPECIFICATION NO.
6-52-0032 Rev. 5
Page 1 of 1

Sr. Piping Classes Nut and Bolt Material


No.
1. Al A, A2A, A5A, A6A, A7A, A8A, A9A, A10A, Al1A, A-193 Gr. B7
A13A, AI5A, A19A, A20A, A32A, A33A, A1K, A6K, A-194 Gr. 2H
AM, A1N, B1A, B2A, B5A, B6A, B9A, B13A, B19A,
B32A, B1K, B6K, B1M, BIN, B6N, D1A, D2A, D5A, D9A,
D19A, D1K, ElA, E2A, E5A, E9A, E19A, FIA, F2A, F5A,
F9A, Fl9A

2. Al6A, B16A, D16A A-193 Gr. B7M


A-194 Gr. 2HM

3. MD, A4F, A4G, BID, B5D, BIE, B3F, B4F, B4G, DID, A193 Gr. B16
D2D, D5D, D5E, F2D, E5E A-194 GR. 4

4. A2K, B2K, D2K A-320 Gr. B8 CL.2


A-194 Gr. 8

5. A4A, B4A, D4A A-320 Gr. L7


A-194 Gr. 4

6. A3A, A3K, A3Y, A4Y, J3A A-307 Gr. B


A-563 Gr. B

7. A1Z, A4Z, A5Y, A5Z, J2A A-307 Gr. B (Galv)
A-563 Gr. B (Galv)

8. A33Y A-193 Gr. B7 (Galv)


A-194 Gr. 2H (Galv)

9. B3M, B4K, B5K, B5M A-453 Gr. 660 CL.A


A-453 Gr. 660 CL.A

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

Page 484 of 1260


5(ae40.ft ENGINEERS GASKETS MATERIAL Annexure 2 to
og-zir Raft w_if INDIA LIMITED •
INIME92.2m1...10.4) (A Govt d India Undertalung) REQUIREMENT STANDARD SPECIFICATION No.
6-52-0032 Rev 5
Page 1 of 1

Sr.
Piping Classes Gasket Material
No.
1. AlA, A2A, A6A, A9A, A10A, Al IA, A13A, A14A„ SP WND SS 316 + GRAFIL
A19A, AlB, AID, AlH, AlK, AIM, A4A, A4F, A4G,
B1A, BIM, B1H, B2A, B4A, B6A, B9A, B13A, B18A,
B19A, B32A, B18K, D1A, D2A, D1H, D1K, D4A,
D18A, D18K, D18P, D19A
2. B5M SP WND SS316H+ GRAFIL + I RING
3. A2K, B2K, D2K SP WND SS 316+GRAFIL+SS 316 I/O RING
4. FUN SP WND SS 316L+GRAFIL + I RING
5. A1Z, A3Y, A4Y, J2A BUTYL RUBBER
6. E1A, E2A, E5A, EI9A, FIA, F19A, F2A, F5A, F9A SOFT IRON
7. E5E, F2D 5% CR, 0.5% MO
8. B4K, B5K SP WND SS 316H+GRAFIL+I RING SS 316
0 RING
9. A20A, A3A, A3K, A5Y, A8A, AI5A, A32A, A33A, NONASBESTOS BS7531 GR X
A33Y, J3A
10. B3M SP WND SS 321+GRAFIL+I RING
11. A1N, A6K, A16A, B16A, B6N, B6K SP WND SS 316 L+ GRAFIL
12. A5A, BID, BJE, B1K, B3F, B4F, B4G, B5A, B5D, D5A, SP WND SS 316 + GRAFIL + I RING
A7A, D1K, DID, D2D, D5D, D5E
13. A4Z, A5Z BS 7531 GR. X (PTFE JACKETED)

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

Page 485 of 1260


Isitazievalft ENGNEERS FIELDBUS DATASHEET Annexure 3 to
sigen 16154ftleir 1•DIA
IA1S94 of
WWI OW1[6.3.31,40
LIMITED
UnOodnimal
Inchrs STANDARD SPECIFICATION NO.
6-52-0032 Rev. 5
Page lof 2

Basic Function Blocks

El Analog Input(A1) No. Arithmetic(A) Execution Time(msec)

Execution Time(msec) Digital Alarm(DA) Execution Time(msec)

Descrite Input(DI) No. Calculate( C) Execution Time(msec)

Execution Time(msec) Analog Alarm(AA) Execution Time(msec)

n Bias(B) No. CI Dead Time(D) Execution Time(msec)

Execution Time(msec) Complex Analog o/p(CAO) Execution Time(msec)

El Manual Loader(ML) No. Step o/p PID(SOPID) Execution Time(msec)

Execution Time(msec) El Set Pt Ramp generator Execution Time(msec)

CI PID No. Signal Characterizer(SC) Execution Time(msec)

Execution Time(msec) Digital Human Interface (DH I)

Analog Output(AO) No. Execution Time(msec)

Execution Time(msec) Device :

Descrite Output(DO) No. Segment # :

Execution Time(msec)

n Control Selector(CS) No. Note: Vendor to Fill up Data for all available Function Blocks

Execution Time(msec)
Proportional/Derivative (PD) Nn

Execution Time(msec)

Ratio( R) Execution Time(msec)

Advance Function Blocks


n Pulse Input(PI) Execution Time(msec)

n Complex Descrete o/p (CDO)


Execution Time(msec)

n Device Control(DC)
Execution Time(msec)
El Integrator (I) Execution Time(msec)
Analog human Interface (AHI)
Execution Time(msec)

Input Selector(IS)
Execution Time(msec)

El Lead Lag Controller(LL)


Execution Time(msec)

Signal Splitter(SS)
Execution Time(msec)

Timer(T) Execution Time(msec)

Copyrights EIL — All rights reserved

Page 486 of 1260


Annexure 3 to
15itiazte ENGINEERS FIELDBUS DATASHEET
STANDARD SPECIFICATION NO.
Eiffieg INDIA LIMITED 6-52-0032 Rev. 5
WW1 efillW 043.46541) k GOA Of *nth* Unclenakogl Page 2of 2

PID function FF FF FF
Node
Device Type
Device Device DD Revision
CFF
required transducer transducer transducer L- Type
SI.No Make (Vendor Name) Model no Device ID Device Tag
Address Class Revision Revision
(yes/no) Hi LO Unit

1 11 FT1502 Ox16 Ox000C Link Master 0x03 Ox01 0x02 no 2500 0 mmWC Indirect Sq.root
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20

Note : Node Address data will be available after finalization of segment loading and same will be uploaded in devices at site.

Device Type :- Manufacturer's model number associated with the resource - used by interface devices to locate the DD file for the resource

Device Revision :- Manufacturer revision number associated with the resource - used by an interface device to locate the DD file for the resource

DD Revision :- Revision of the DD associated with the resource - used by an Interface device to locate the DD file for reference.

L-Type :- Determines if the values passed by the transducer block to the Al block may be used directly (Direct) or if the value is in different units and must be converted linearly (indirect) , or with square root (IND Sqr Root), using
the input range defined by the transducer and the associated output range.

Transducer HI,L0 Scale & Unit :- The high and low scale, engineering units code, and the number of digits to the right of the decimal point used with the value obtained from the transducer for a specified channel.

Copyrights EIL— All rights reserved

Page 487 of 1260


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
0 el ENGINEERS FOR
Oge..a felf51eg INDIA LIMITED 6-52-0080 Rev. 4
14ir, eircnre 451,15,1, IA Govt of India UndeflaM , A9) GAS DETECTION SYSTEM Page 1 of 24


-414 tita ct) mu! fRR
1-1114) I q 1 k 111
STANDARD SPECIFICATION FOR
GAS DETECTION SYSTEM

4 26.02.18 Revised and Reissued as Standard Specification AR RN

3 22.03.12 Revised and Reissued as Standard Specification AR RG RP/JMS DM

2 09.03.07 Revised and Reissued as Standard Specification AR TGM HCJ VC

1 01.04.98 Revised and Reissued as Standard Specification RK BRS RB AS

0 11.03.85 Issued as Standard Specification PVS TSN AKV AK

Standards Standards
Committee Bureau
Rev. Prepared Checked
Date Purpose Convenor Chairman
No by by
Approved by

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

Page 488 of 1260


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
,_sittaelei ENGINEERS
ligar 18151-eg
1411Ra coeone fIsla-Agrf.0
INDIA LIMITED FOR 6-52-0080 Rev. 4
IA GOA Of indA flooleffak ,N)
GAS DETECTION SYSTEM
Page 2 of 24

Abbreviations:

DCS Distributed Control System


GA General Arrangement
GPS Global Positioning System
HART Highway Addressable Remote Transducer
HVAC Heating Ventilation & Air Conditioning
LEL Lower Explosive Limits
LOS Line of Sight
MOS Metal Oxide Semiconductor
MTBF Mean Time Between Failures
MTTR Mean Time To Repair
NPT National Pipe Thread
PFD Probability of Failure on Demand
PLC Programmable Logic Controller
SIL Safety Integrity Level

Instrumentation Standards Committee

Convener : Mr. Rajiv Gupta


Members : Mr. M. Nandi
Mr. Sandeep Arora
Mr. A.S.D Barman
Mr. S. Mahesh Kumar
Ms. NP Guha (Proj.)

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

Page 489 of 1260


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
• I i1RA cKmrc MI
INDIA LIMITED FOR 6-52-0080 Rev. 4
IA Gov! of India UncIeltalong)
GAS DETECTION SYSTEM
Page 3 of 24

CONTENTS

1.0 GENERAL 4

2.0 DESIGN AND CONSTRUCTION 7

3.0 NAMEPLATE 23

4.0 INSPECTION AND TESTING 24

5.0 SHIPPING 24

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

Page 490 of 1260


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
Mieg 3P4R11
INDIA LIMITED
IA GUN of India Undertaking)
FOR 6-52-0080 Rev. 4
GAS DETECTION SYSTEM
Page 4 of 24

1.0 GENERAL
1.1 Scope
1.1.1 This standard specification, together with the data sheets describes the requirements for the
design, manufacture, nameplate making, inspection and testing and shipping of the complete
gas detection system.
1.1.2 The related standards referred to herein and mentioned below shall be of the latest editions
prior to the date of purchaser's enquiry:
API American Petroleum Institute
RP-55 Recommended Practice for Oil and Gas Producing &
Gas Processing Plant Operations Involving Hydrogen
Sulphide.
RP-552 Transmission Systems
EN European Standard
10204 Inspection Documents for Metallic Products
61779-1 Electrical Apparatus for the Detection and Measurement
of Combustible Gases - General Requirements and Test
Methods.
61779-4 Electrical apparatus for the detection and measurement
of flammable gases. Performance requirements for group
II apparatus indicating a volume fraction up to 100%
lower explosive limit.
IS/IEC Indian Standards/International Electro Technical Commission
IS/IEC 60079 Electrical Apparatus for Explosive Gas Atmospheres
IEC 60331 Testing of Fire Resisting Cables
IEC 60332 Tests on bunched wires and cables.
IEC 60617 Graphical Symbols for Diagrams
IS/IEC 60529 Degree of protection provided by Enclosures (IP code).
IEC 61000-4 Electromagnetic compatibility (EMC) —Part 4: Testing
and measurement techniques
IEC 61131 Programmable Logic controllers
IEC 61508 FunctionalSafety of electrical/electronic/programmable
electronic safety related systems
IEC 61511 Functional Safety — Safety Instrumented Systems for the
Process Industry Sector.
1.1.3 In the event of any conflict between this standard specification, job specification/datasheets,
statutory regulations, related standards, codes etc the following order of priority shall
govern:
a) Statutory Regulations
b) Job Specifications / Data Sheets
c) Standard Specifications
d) Codes and Standards
1.1.4 In addition to compliance to purchaser's specifications in totality, vendors' extent of
responsibility shall include the following:
a) Purchaser's data sheets indicate the maximum distance between the sensor and the
receiver instrument. Vendor shall be responsible to ensure that the offered sensor is
suitable for the specified distance requirements. Cable size requirement shall be
indicated by vendor in their offer.

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

Page 491 of 1260


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
Aber ENGINEERS
5fgar tifileg INDIA LIMITED FOR 6-52-0080 Rev. 4
1-2Z577 an avora) IA Govt of India Undertaking)
GAS DETECTION SYSTEM
Page 5 of 24

b) Selection of proper hardware along with model nos and software to meet functional
requirements specified in the material requisition.
c) Engineering of complete system, when specified, including that of addressable gas
detector systems, data logger, monitoring system etc.
1.2 Bids
1.2.1 Vendor's quotation shall be strictly as per the bidding instructions to the vendor attached
with the material requisition.
1.2.2 Vendor's quotation shall include the following;
a) Compliance to the specifications.
b) Wherever Gas Detectors are specified,
i) A detailed specification sheet for each item, which shall provide information
regarding type of detector, portable detectors, portable calibrator, aspirator,
hooter, beacon, pushbuttons etc., as applicable. The material specifications and
the units of measurement for various parts in vendor's specification sheet shall be
to the same standards as those indicated in purchaser's data sheets. Selection of
correct Model number to meet the specifications shall be vendor's responsibility
and vendor shall replace with the correct model if at any stage, the selected model
is found deficient in meeting the specifications.
ii) Proven reference for each offered model number in line with clause 1.2.3 of this
specification.
iii) Availability calculation along with MTBF data used for each component with
basis.
iv) Deviation on technical requirements shall not be entertained. In case vendor has
some valid technical reason to deviate from the specified requirements, they
must include a list of components tag number wise, summing up all the
deviations, if any, from the purchaser's data sheets along with the technical
reasons for these deviations.
v) Catalogues giving detailed technical specifications, model decoding details and
other related information for each type of gas detector and gas detection system
covered in the bid.
vi) Cable size calculation, Power Consumption and Minimum voltage level for
proper operation of the gas detectors for each type/model of detectors offered.
vii) Minimum shelf life of the gas detector's sensor.
viii) Vendor shall indicate calibration frequency (Time period after which
recalibration of HC, H2S and H2 detectors is required) along with offer.
ix) Calculation for quantity of calibration gas required for calibration of detector.
c) Wherever Gas Detection System is specified, In addition to the details specified in
1.2.2b) , It shall also include detailed specification sheet for each item, which shall
provide information regarding monitor, data logger, gas detection panel, monitoring
console with MMI, gas detection system with PLC etc as applicable.
d) A copy of approval for gas detectors for installations in electrically hazardous area,
wherever specified, from local Statutory authority as applicable such as Chief of
Controller of Explosive (CCE), Nagpur or Director General of Mines Safety (DGMS)
in India, along with Petroleum and Explosives Safety Organization (PESO):
i) Test certificate from recognized test house like Central Institute of Mining and
Fuel Research (CIMFR) / Electronics Regional Testing Laboratory (ERTL) etc.

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

Page 492 of 1260


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ilke.1 ENGINEERS
tit5leg INDIA LIMITED FOR 6-52-0080 Rev. 4
railed eiecno1 ,p10.4, IA Govt or India Undertaking)
GAS DETECTION SYSTEM
Page 6 of 24

for flameproof enclosure and/ or intrinsic safety, as specified in the data sheet, as
per relevant Indian Standard for all Indian manufactured equipments or for items
requiring DGMS approval.
ii) Certificate of conformity from agencies like Laboratorie Central Des Industries
Electriques (LCIE), British Approval Service for Electrical Equipment in
Flammable Atmospheres (Baseefa), Factory Mutual (FM), Physikalisch-
Technische Bundesanstalt (PTB) , Canadian Standards Association (CSA),
Underwriters Laboratories (UL) etc. for compliance to ATEX directives or
equivalent recognized standards for all equipments manufactured outside India.

1.2.3 All items as offered shall be field proven and should have completed trouble free
satisfactory operation for a period of minimum 6 months on the bid due date in the similar
application with the process conditions similar to those as specified in the purchaser's data
sheet. Items with proto type design or items not meeting provenness criteria specified
above shall not be offered.
1.2.4 Whenever specified, vendor must furnish tested values of failure rates, probability of failure
on demand (PFD) and test intervals for the safety integrity level (SIL) analysis from third
party certification agency.
1.2.5 All documentation submitted by the vendor including their quotation, catalogues, drawings,
installation manual, operation and maintenance manuals etc shall be in English language
only.
1.2.6 Vendor shall also quote for the following:
a) Two year's operation spares for gas detection system and its accessories covered in
the bid, which shall include the detectors, transmitters, monitors, electronic modules,
power supply modules etc. of each type, as a minimum.
b) Any special tools needed for maintenance work on the gas detection system including
gas detectors and its accessories. Vendor must confirm in their offer if no special
tools are needed for maintenance of offered gas detection system.
c) Aspirator wherever specified in the data sheet.
d) Quantity of calibration gas required for calibration of detector. Volume of calibration
gas cylinder and no. of calibration gas cylinders shall be based on the requirements
specified in 2.2.3.
1.3 Drawings and Data
1.3.1 Detailed drawings, data and catalogues required from the vendor are indicated by the
purchaser in vendor data requirement sheets.
1.3.2 Final documentation consisting of design data, installation manual, operation and
maintenance manual etc. submitted by the vendor after placement of purchase order, shall
include the following, as a minimum:
Wherever Gas Detectors are specified,
a) Specification sheets for gas detectors along with model nos as applicable.
b) Maximum and minimum supply voltage required for the detector to function within
the stated performance characteristics and power consumption.
c) Power supply distribution drawing and Wiring diagram.
d) Calibration gas sample details along with correlation factors, as applicable.
e) Copy of test certificate including type test certificates.
0 Copy of test certificate for all the tests indicated in clause 4.0 of this specification.

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

Page 493 of 1260


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
Oge..11iaf5ig INDIA LIMITED FOR 6-52-0080 Rev. 4
.wn,i,m,tarm, IA GoA of India Undeitalong)
GAS DETECTION SYSTEM
Page 7 of 24

g) Installation procedure for gas detectors and its accessories.


h) Calibration and maintenance procedure for complete gas detectors including
replacement of parts, as applicable and recommended calibration frequency.
Wherever Gas Detection System is specified, In addition to the requirements specified in
1.3.2, following shall be included.
a) Specification sheets for gas detection system.
b) Certified drawings of complete gas detection system including each detector,
monitor, panel etc. as applicable, which shall provide:
i) Dimensional details in mm.
ii) Material of construction.
iii) GA drawing for Panel / Cabinet, man-machine interface.
iv) Channel base details
v) Panel / Cabinet weight (with or without packing)
c) Wiring diagram of Panel / Cabinet.
d) Purchaser's interface details including details of serial interface.
e) Complete application program as configured, wherever applicable.
f) Number of user's licenses as per job requirements, wherever applicable.
g) Installation procedure for gas detection system including detectors and its accessories.
h) Calibration and maintenance procedure for complete gas detection system including
replacement of parts, as applicable and recommended calibration frequency.
2.0 DESIGN AND CONSTRUCTION
2.1 Gas Detectors
2.1.1 All gas detectors shall be suitable for outdoor installation certified for use in electrically
hazardous area. The detectors shall be weather proof to IP65 in accordance with
IS/IEC60529, as a minimum and certified flameproof (EExd) or certified intrinsically safe
(EEx i) in accordance with IS/IEC 60079 for the area classification specified in purchaser's
data sheet.
2.1.2 All gas detectors shall be provided with dust guard and splashguard.
2.1.3 All gas detectors shall be provided with terminal box for terminating incoming cabling.
Flying leads shall not be acceptable. The cable entry in the terminal box shall be 3/4" NPTF.
2.1.4 Gas detectors shall have an integral transmitter, which shall provide 4-20mA outputs with
HART (latest version).Gas Detectors with HART protocol shall be capable of implementing
commands from universal Hand Held HART Communicator. RS485 MODBUS (RTU) etc.
shall be offered when Smart detectors or Addressable detectors are specified in the
purchaser's data sheets.
2.1.5 All detectors shall be supplied with local LED/ LCD digital display, which shall provide
currently detected gas concentration. In case separate local display unit is offered, the same
shall be loop powered type and shall be supplied complete with proper terminal blocks
housing suitable for mounting in hazardous area classification. Removal/disconnection of
local indicator shall not affect performance of the meter.
2.1.6 Mounting accessories like mounting bracket (Stainless Steel / GI) required for the
installation of gas detectors for 2" pipe mounting shall be supplied by the vendor.

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

Page 494 of 1260


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
(5-11faei ENGINEERS
faMe
cArmrt clslarAirA/
gINDIA LIMITED
IA GAN of India Undenalong)
FOR 6-52-0080 Rev. 4
GAS DETECTION SYSTEM-
Page 8 of 24

2.1.7 For `EExd' detectors, intrinsically safe port shall be provided for connecting the Hand Held
Communicator.
2.1.8 Flammable Gas Detectors (Hydrocarbon)
2.1.8.1 Flammable Hydrocarbon gas sensors shall be Non-Selective Infra-Red (IR) type.
"Dual beam" with heated optics or other suitable arrangements to overcome environmental
effects of fogging/fouling shall be provided.
2.1.8.2 Flammable gas detector including terminal box shall have Stainless Steel body / casing.
2.1.8.3 Detectors installed in pressurized lines e.g. HVAC duct etc., shall be provided with in-situ
calibration facility (facility to calibrate the gas detectors externally without removing from
the duct).
2.1.8.4 IR detector lamp shall be replaceable type. Detector shall be compensated for lamp intensity
variation due to dust, humidity, sun-light, wear & tear etc.
2.1.8.5 Aspirator shall be supplied wherever specified in the data sheet.
2.1.8.6 Range
a) The range of the Flammable gas detectors shall be as follows:
Point detector: • 0-100% LEL
Open-path detector: 0-5 LEL meters
(LEL meter is equal to %LEL/100 x length of gas cloud).
The gas detectors shall have an over range protection in case of sudden exposure to large
quantity of Hydrocarbon gases.
2.1.8.7 Detector failure/sensor failure alarms shall be provided. In addition, the infrared detector
shall provide diagnostic alarms for dirty or misaligned optics and blocked beam.
2.1.8.8 Performance requirements:
The flammable gas detectors shall meet the following performance requirements:
Repeatability: ±2% of full scale
Response time (T90): Less than 30 seconds with splash guard and dust guard.
2.1.8.9 The minimum life expectancy of flammable gas detectors shall be five (5) years.
2.1.9 Flammable gas detectors (Hydrogen)
2.1.9.1 Flammable gas sensor for hydrogen shall be poison resistant catalytic diffusion type and
shall be specific for hydrogen gas only.
2.1.9.2 Catalytic type detector shall incorporate a plug-in type sensor and metallic flame arrestor.
2.1.9.3 The flammable gas detector shall meet all requirements specified in clause 2.1.8.2, 2.1.8.3,
2.1.8.6, 2.1.8.8.
2.1.10 Toxic gas detectors (Hydrogen Sulphide)
2.1.10.1 The toxic gas sensor for Hydrogen Sulphide shall be either Electrochemical type or Solid-
state Semiconductor type, as specified in job specifications.
2.1.10.2 The Electrochemical cell requiring replenishment of electrolyte shall not be offered.
2.1.10.3 The field life of electrochemical type of sensor shall be 2 years as a minimum. The cell
shall be able to be replaced in-situ.
2.1.10.4 The semiconductor type sensor shall be the thin film MOS type. Life expectancy shall be a
minimum of five years. Zero and span adjustment shall be automatic.

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

Page 495 of 1260


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
Imn ENGINEERS
)

rdS INDIA LIMITED FOR 6-52-0080 Rev. 4


ralleA vivant' Ma Jgrarran IA Govt or India Undertaking)
GAS DETECTION SYSTEM
Page 9 of 24

2.1.10.5 Toxic gas detector and its terminal box shall preferably have Stainless Steel body.
Alternately vendor's standard material of construction shall also be acceptable.
2.1.10.6 Range
a) Unless otherwise specified in purchaser's data sheet, the range of the toxic gas
detectors for Hydrogen Sulphide shall be 0-100ppm.
2.1.10.7 Performance Requirements
a) The toxic gas detector for Hydrogen Sulphide shall meet the following performance
requirements:
Repeatability: ±2 ppm
Response time (T90): Less than 60 seconds with splashguard and dust guard.
2.1.11 Toxic gas detectors (Chlorine and others)
2.1.11.1 The toxic gas detectors for Chlorine and other Toxic gases shall be of electrochemical cell
type.
2.1.11.2 The detectors shall meet all the requirements specified in clauses 2.1.10.2, 2.1.10.3,
2.1.10.4 and 2.1.10.5 of this specification.
2.1.11.3 Range
a) Unless otherwise specified in the purchaser's data sheets, the range of toxic gas
detectors shall be as follows:
Chlorine detectors: 0-1 Oppm
Other detectors: As per purchaser's data sheet
2.1.11.4 Performance Requirements
The offered toxic gas detectors shall meet the following performance requirements:
Repeatability: ±2 % of full scale
Response time (T90): Less than 60 seconds with splashguard and dust guard.
The performance of the sensor shall not be affected by the presence of other gases like
Methane or Hydrogen.
2.1.12 Addressable gas detectors
2.1.12.1 Addressable detectors, when specified, shall be similar in mechanical construction, range
and performance requirements of detectors specified in clauses 2.1.1 to 2.1.10 as applicable.
These detectors, in addition, shall provide two-way communications with the gas detection
system.
2.1.12.2 Addressable gas detectors shall be connected over a system communication bus with each
detector having a unique address code, which shall be programmed on each device. The
detector address shall be programmable from the gas detection system.
2.1.12.3 The communication protocol for data transfer between detector and host shall be
deterministic. The protocol shall ensure reliable data transfer and verify the data integrity
using parity data bit error checking subroutines for address code and check sum routine for
the data transmission.
2.1.12.4 All addressable devices shall have capability of being disabled or enabled individually.
2.1.12.5 It shall be possible to replace failed detector on-line with a similar device without any
specific tools and without data interruption.

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

Page 496 of 1260


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
ligar fdaleg
-
I ORM t-iraxt 4513P415.1,
INDIA LIMITED FOR 6-52-0080 Rev. 4
IA GOA of Inth. Undendk.ng
GAS DETECTION SYSTEM
Page 10 of 24

2.1.12.6 The addressable system digital communication network shall be continuously monitored for
detection and isolation of network communication failure and shall also provide an
alternative path in case of a single failure of a gas detector in the network.
2.2 Portable Calibrator
2.2.1 Portable purge calibrators (one each for Hydrocarbon, Hydrogen, H 2S, each type of toxic
gas) each consisting of a volume bottle containing a known gas/air mixture, a pressure
regulator, a flexible hose, adapter cap (to fit the sensing head) and carrying case shall be
supplied to enable calibration of the sensors in the field without dismantling them.
2.2.2 Calibration range for all sensors will be 0-100% LEL for Hydrocarbon, 0-100 ppm for
Hydrogen Sulfide, 0-100% LEL for Hydrogen and as per job specifications for toxic gases.
2.2.3 Vendor to furnish quantity of calibration gas required for calibration of detector. Volume of
calibration gas cylinder and no. of calibration gas cylinders shall be based on the
requirements specified below:
a) Sufficient quantity of calibration gas cylinders shall be supplied to enable calibration of
all sensing heads at least thrice considering minimum 3 minutes for each detector. Vendor to
ensure that the composition and stability of the calibration gas provided in the gas cylinders
shall be suitable for minimum six months periods.
b) In case vendor's standard product requires higher calibration time, vendor to indicate the
same and calculate the gas quantity accordingly.
Gas cylinders, self-regulating valves, pressure gauges, hose, interconnecting tubing, fittings
etc. shall be supplied by the vendor. The delivery of gas cylinders shall be staggered in such
way that the composition and stability of gas do not deteriorate. Date of supply shall be
intimated to the bidder and shall be prior to commissioning.
2.2.4 All detectors shall be supplied pre-calibrated at vendor's works either with the gas to be
reused or by applying cross sensitivity factors.
2.2.5 HC Detectors shall be calibrated for gas that they are least sensitive. Vendor shall indicate
the gas with which the gas detectors shall be calibrated.
2.2.6 Gas detector sensors shall be capable of non intrusive calibration.
2.2.7 Vendor to furnish calibration procedure for HC, H2S, H2, 02 & C12 detectors along with
make/model no. with catalogue/technical details of calibration kit.
2.3 Portable Gas Detectors
2.3.1 The portable gas detectors shall be supplied for Hydrocarbon, Hydrogen, H 2 S and other
toxic gas detectors complete with its controller, audio-visual alarm. The portable gas
detectors shall be suitable (preferably intrinsically safe) for use in hazardous area specified.
These units shall be supplied with rechargeable batteries and 240 V, 50 Hz AC battery
chargers. Sufficient number of battery charger/number of points per charge shall be
provided based on quantity of such portable units. These units shall be supplied complete
with its accessories like carrying case, maintenance kit, calibration kit etc.
2.4 Beacon and Hooter
2.4.1 Beacon and Hooter shall be supplied by the vendor as per the requirements specified in the
purchaser's data sheets
2.4.2 Unless otherwise specified, the Beacons and Hooter shall meet the following functional
requirements:
a) The Beacon colour shall be 'ORANGE' for flammable gas detection while 'BLUE'
for Toxic gas detection.
b) Beacon light shall follow the following sequence:

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

Page 497 of 1260


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
s'fgar kifWleg
eieoream3voni,
INDIA LIMITED
I/; Govt of Info Undertaking)
FOR 6-52-0080 Rev. 4
GAS DETECTION SYSTEM
Page 11 of 24

Gas leakage detected - Flashing Beacon light


- Hooter continuous
Field Acknowledge - Flashing Beacon light
- Hooter off
Gas leakage stops - Flashing Beacon light
- Hooter continuous
Field reset - Beacon off
- Hooter off
Reset shall be activated only after acknowledge and leakage stop.
2.4.3 The beacon shall be of stroboscopic type and shall be of sufficient intensity to provide
visibility and clear contrast during full daylight.
2.4.4 The hooter shall be electronic type and shall have sound intensity of 100dBA, as a
minimum. Different tones shall be provided for Flammable gas and Toxic gas releases.
2.4.5 Both Beacon and hooter units shall operate at 110V AC / 110 V DC / 24 V DC as specified
in the data sheet and shall be certified explosion proof (flame proof) when installed in
hazardous area.
2.4.6 Hooter/ Beacon shall be flameproof and shall be supplied with test / Acknowledge / reset
push-buttons which shall be rated for 110V AC, 0.5 A / 110V DC, 0.5 A/ 24V Dc, 2 A as
per the requirement specified in the data sheets.
2.5 Gas Detection System
2.5.1 General
2.5.1.1 Purchaser's requisition shall specify the functional requirements of gas detection system.
Vendor shall size their system as per the specified requirements and shall be responsible to
consider all hardware and software necessary to meet these requirements based on the
offered system.
2.5.1.2 Gas detection system shall be a stand-alone microprocessor based system fully compatible
with the type of sensors specified in the data sheet.
2.5.1.3 The system shall be designed to avoid common cause of any failure. Redundancy shall be
provided for all common mode failure modules/ components/ subsystems, unless otherwise
specified in the purchaser's specifications.
2.5.1.4 The system shall be designed considering normally energized with normally closed concept
to make it fail-safe. Monitored inputs/outputs shall be provided whenever the purchaser's
data sheets specify normally de-energized/normally open system.
2.5.1.5 System Reliability and Availability:
The system shall be designed to avoid unrevealed failures ensuring maximum reliability,
safety and integrity. The system design availability shall meet the requirement of 99.7%, as
a minimum where system availability shall be defined as follows:
MTBF
% System Availability = x 100
MTBF + MTTR
Vendor shall consider the following points while calculating the system availability:
a) MTBF values for detectors and corresponding system components i.e. detector, input
and output module, power supply module, display unit, alarm annunciator etc.

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

Page 498 of 1260


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
ft;Vreg
Fern, an.radni)
INDIA LIMITED
IA Govt of India Undertaking)
FOR 6-52-0080 Rev. 4
GAS DETECTION SYSTEM
Page 12 of 24

b) Items like data logger, serial outputs to purchaser's systems, hooters and beacons
shall not be considered for availability calculation.
c) MTTR value of 4 hours shall be considered uniformly for all items.
2.5.1.6 Redundancy shall be provided such that single revealed or unrevealed failure shall not affect
the performance of the system.
2.5.1.7 All contacts provided by the vendor for purchaser's use from the system shall be potential
free and shall be rated for 110V DC 0.5A / 240V AC 5.0A / 2 A, 24 V DC as specified in
the data sheets.
2.5.1.8 Bypass Philosophy
Whenever the system is specified with a dedicated panel, vendor shall provide by-pass
switches with by-pass indication lamp on the panel for the output contacts from the system
which are used in shutdown system. The by-pass contacts shall be logged in the data logger.
2.5.1.9 Whenever the gas detection system is specified with man-machine interface, vendor shall
provide the following:
a) By-pass switches with lamps in the system cabinet.
b) Separate graphic display for by-pass contacts with a red flashing group alarm, which
shall appear on each screen on the top or bottom message area of each display screen
area.
c) Historical logging of all by-passed contacts for a period of minimum one month.
d) Password protection for bypassing any contact from the man machine interface screen
along with an audit trail.
2.5.1.10 Whenever the gas detection system is interfaced serially with the purchaser's Control
System, all by-pass status shall also form part of serial signal transfer to Control System.
2.5.1.11 Interface with purchaser's Control System
Gas detection system shall be interfaced with purchaser's control system e.g. Distributed
Control System, Shut down system etc. Following outputs shall be provided for interface:
a) A redundant serial MODBUS (RTU) output with RS485 physical interface for
complete data transfer and display in purchaser's Distributed Control System. The
data shall include tag wise concentration, high & high high alarms, diagnostic, status
alarms and bypass status etc.
b) Potential free contacts for shutdown system as per purchaser's specification.
c) Potential free contacts for High-High group alarms for connection to purchaser's
Distributed Control System.
2.5.1.12 Power Supply
The Gas detection system shall operate at 110V, 50Hz. AC / 240 V, 50 Hz AC power
supply. The system performance shall be within specified requirements for a voltage
variation of ±10% and frequency variation of ±3 Hz of the specified value. In addition
system shall be unaffected by a power fluctuation / power dip up to one cycle i.e. 20
millisecond. This power supply shall be made available to the vendor at one point i.e. in
control panel or system cabinet, as applicable. Further distribution of this power supply for
the equipments being supplied by vendor shall be in vendor's scope. The detailed power
supply distribution requirements shall be as follows:
a) Distribution of power supply within the Control Panel/ Cabinet shall be by vendor.

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

Page 499 of 1260


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
k-AAoi jt ENGINEERS
idf5leg d INDIA LIMITED
I OR- eitage 1 JPocAI IA Govt of India Undenalongi
FOR 6-52-0080 Rev. 4
GAS DETECTION SYSTEM
Page 13 of 24

b) For the equipments installed outside the Control Panel / Cabinet i.e. monitors,
printers, gas detector etc., vendor shall provide outlet feeders of suitable size in the
Panel/ Cabinet.
c) The system shall be capable of accepting two power feeders either from the same
source or from two different power sources. The distribution of power supply to other
system consumers shall be through dedicated switch-fuse unit. Circuit breakers can
also be used in place of switch-fuse unit.
d) The system power supplies shall be dual redundant each of which shall be sized for
150% of the total load of the power supply under the worst loaded condition.
Redundant power supplies shall be supplied power from the different power feeders.
e) Power supply units shall be replaceable on-line without switching-off the power. The
system shall remain operational uninterruptedly under single power supply unit
failure and during failed power supply unit replacement.
2.5.1.13 The design of electronic instruments shall be in compliance with the electromagnetic
compatibility requirements as per 1EC-61000-4.
2.5.2 Gas Monitors/Controllers
2.5.2.1 Type
The gas monitors/controllers shall be micro processor based and shall have panel or standard
rack mounted modular plug-in type construction.
2.5.2.2 No. of channels per gas monitor/controller
Each gas detector shall either have dedicated single channel module or 1:1 redundant multi-
channel module to maintain single loop integrity.
2.5.2.3 Monitor/Controller facia
When specified with indicating type of monitor/controller, it shall meet the following
requirements:
a) Monitor/controller shall have either dedicated monitor/controller for each detector or
a common indicator selectable for a maximum of 16 detectors. In either of the case,
the requirements specified in clause 2.5.2.3 (b) of this specification shall be complied.
b) Following indications shall be available on each monitor/controller for each detector
channel:
Power-on light
Alarm high light (default setting at 20% of LEL or 20 ppm)
Alarm high-high light (default setting at 60% of LEL or 50 ppm)
Malfunction light (this shall include short circuit, line-breaking, over-range and earth
fault).
c) Latched type of relay contacts shall be provided for each channel for
Alarm high
Alarm high high
Malfunction alarm
d) Each channel shall also have calibration switch to allow sensor calibration without
alarm output.

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

Page 500 of 1260

You might also like