You are on page 1of 276

EPCM services for upgradation of MRPL Refinery to BS-VI and other

facilities

ENQUIRY DOCUMENT

(Document No : B038-000-VV-MR-6001-3-RFQ)

Page 1 of 276
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
B038-000-VV-MR- A ENQUIRY DOCUMENT 4
6001-3-RFQ
B038-000-VV-MR- B PRESSURE VESSEL - CS UP TO 25 MM THK 87
6001
B038-80-43-TR-6001 B INSTRUCTIONS TO VENDOR/ TECHNICAL REQUIREMENTS 90
B038-80-43-SS-6001 B SCOPE OF WORK AND SUPPLY 101
B038-80-43-LL-6001 B LIST OF ATTACHMENTS 106
B038-000-80-43- B VDR FOR VDR COMPILATION 110
VDR-6001
SPC-00009 0 MISC 113
B038-914-80-43-DS- B CATALYTIC CONVERTER-I 120
3001
B038-914-80-43-DS- B MECHANICAL DATASHEETS 121
30012
B038-914-80-43-DS- B MECHANICAL DATASHEETS 122
30013
B038-914-80-43-DS- B MECHANICAL DATASHEETS 123
30014
B038-914-80-43-DS- B CATALYTIC CONVERTER-II 124
3002
B038-914-80-43-DS- B MECHANICAL DATASHEETS 125
30022
B038-914-80-43-DS- B MECHANICAL DATASHEETS 126
30023
B038-914-80-43-DS- B MECHANICAL DATASHEETS 127
30024
B038-914-80-43-DS- B REDUCING REACTOR 128
3003
B038-914-80-43-DS- B MECHANICAL DATASHEETS 129
30032
B038-914-80-43-DS- B MECHANICAL DATASHEETS 130
30033
B038-914-80-43-DS- B MECHANICAL DATASHEETS 131
30034
6-12-0001 5 General specification for pressure vessels. 132
6-12-0002 7 Supplementary specification for carbon steel vessels. 145
6-12-0011 8 Standard specification for boiler quality carbon steel plates. 152
6-12-0014 5 Standard specification for weldable structural quality steel plates 159
for tanks and vessels
6-12-0020 7 Standard specification for stainless steel plates. 163
B038-000-79-41- 1 JOB SPEC FOR SURFACE PREPARATION & PROTECTIVE 168
PLS-01 COATING
6-81-0001 3 Standard specification for positive material identification (PMI) at 222
supplier's works
6-81-0011 3 ITP for pressure vessels / columns carbon steel. 230
6-78-0001 1 Specification for quality management system requirements from 237
bidders
6-78-0003 1 Specification for documentation requirement from suppliers 244
7-12-0001 6 Vessel tolerances. 253
7-12-0002 6 Support for horizontal vessel 255
7-12-0010 7 Manhole with davit. 256
7-12-0011 6 Ladder rungs for manhole/demister. 258
7-12-0013 6 Nozzle reinforcement and projection. 259

Page 2 of 276
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
B004-914-80-44-RM- 0 REFRACTORY MATERIAL SPECIFICATIONS FOR SRU 261
S001
7-12-0015 6 Standard bolt hole orientation. 269
7-12-0025 6 Fire proofing & insulation supports. 270
7-12-0026 6 Earthing lug. 272
7-12-0027 6 Name plate. 273
7-12-0028 6 Manufacturer name plate. 274
7-12-0029 6 Bracket for name plate. 275
7-12-0033 5 Hot insulation supports for horizontal vessel. 276

Page 3 of 276
Regd. Office: 1 BHIKAIJI CAMA PLACE, R K PURAM, RING ROAD, NEW DELHI-110066
Phone :011-26762121, Fax :011-26191714
Page 1 of 2
Request for Quotation (RFQ)

RFQ No. : AS/B038-000-VV-MR-6001/3 Date : 18-Aug-2017

PROJECT : BS VI Pre Bid Meeting : Not Applicable


Venue :

CLIENT : MRPL - MANGALORE REFINERY

ITEM : PRESSURE VESSEL -CS (UP TO 25 MM) Unpriced Bid Opening :


At 14:00 hrs (IST) on 08-Sep-2017
Venue : EIL-GURUGRAM,
Due Date & Time : At 12:00 hrs (IST) on 07-Sep-2017 Engineers India Limited, Sector-16 (on
NH-8),
Gurgaon,
Haryana-122001,
INDIA
Price Bid Opening : Time & Venue to be intimated later

Dear Sir,

1. Bids are requested for the captioned item in total accordance to technical specifications, scope and terms & conditions
of enquiry documents/ attachments.
2. Bidder can download the RFQ Documents from EIL's website and e-Tendering website.

3. However, bidders have to submit their bids only through e-tendering website. Physical Bids sent through
Fax/E-mail/Courier/Post will not be accepted.
4. The e-bid prepared shall comprise of three separate parts to be uploaded on the website

1. Unpriced Bid (Techno-Commercial)

(Complete with commercial & technical details (as applicable) including unpriced copy of price schedule (i.e.
identical to Part-2 below, with PRICES BLANKED OUT and replaced by 'QUOTED' or 'NOT QUOTED')
2. Price Bid

(Containing only prices on the prescribed price schedule (along with the covering letter as submitted with the
unpriced bid and shall be submitted without any technical and commercial details)
3. EMD & Bid Document Fee (if applicable)

(Scanned copy to be uploaded on website & Original copy to be sent through courier before due date & time.)

5. Bids complete in all respects should successfully be submitted online on or before bid due date and time specified
above.

EIL Website(s) : Client Website(s) : E-Tendering Website(s) :


http://tenders.eil.co.in https://eprocure.gov.in/eprocure/app

(For further details please refer attachments)


Contact Person for this RFQ :
SINHA ANINDYA, SR MANAGER (C&P)
Telephone: , ICOM: 2,103.00, Fax:
Email: anindya.sinha@eil.co.in
* Please specify Ref. No. (i.e. RFQ No.) in all correspondence.
THIS IS NOT AN ORDER

Very truly yours,


SINHA ANINDYA
SR MANAGER (C&P)

Template No - EIL Procurement System Copyright EIL - All rights reserved

Page 4 of 276
Regd. Office: 1 BHIKAIJI CAMA PLACE, R K PURAM, RING ROAD, NEW DELHI-110066
Phone :011-26762121, Fax :011-26191714
Page 2 of 2
Request for Quotation (RFQ)

RFQ No. : AS/B038-000-VV-MR-6001/3 Date : 18-Aug-2017

PROJECT : BS VI Pre Bid Meeting : Not Applicable


Venue :

CLIENT : MRPL - MANGALORE REFINERY

ITEM : PRESSURE VESSEL -CS (UP TO 25 MM) Unpriced Bid Opening :


At 14:00 hrs (IST) on 08-Sep-2017
Venue : EIL-GURUGRAM,
Due Date & Time : At 12:00 hrs (IST) on 07-Sep-2017 Engineers India Limited, Sector-16 (on
NH-8),
Gurgaon,
Haryana-122001,
INDIA
Price Bid Opening : Time & Venue to be intimated later

Enclosures:

1 RFQ Covering Letter


2 Agreed Terms & Conditions (For Indian Bidders)
3 Special Purchase Conditions & Instructions to Bidders (SPC & ITB)
4 General Purchase Conditions (Indigenous)
5 Integrity Pact
6 E-tendering Methodology
7 Price Schedule
8 Material Requisition (MR)
9 Annexure-I to RFQ Covering Letter

Template No - EIL Procurement System Copyright EIL - All rights reserved

Page 5 of 276
EIL OFFICE COMPLEX, SECTOR – 16, GURGAON – 122001, INDIA

ANNEXURE-I TO RFQ NO- AS/B038-000-VV-MR-6001/3

1. This bid is intended to be “ZERO DEVIATION BID”& also “No post bid Queries shall be raised to
bidders. Offers submitted with deviations (other than deviations which are agreed during pre-bid meeting
or deviations which are loadable as per RFQ) or incomplete offers requiring any queries/correspondence
may be liable for rejection without or reference to the Bidder

2. Addendum / corrigendum to the RFQ documents if issued must be signed and submitted along with the
bid.

3. The order, if any, will be issued by our client - MANGALORE REFINERY & PETROCHEMICALS
LIMITED.

4. Please submit your Acknowledgement against the RFQ on EIL’s website


http:tenders.eil.co.in\newtenders within the due date & time, with reasons(s) of not participating in the
RFQ in case of regret/negative acknowledgment.

5. As Purchaser intends to contract directly with suppliers of the goods for which bids are invited, the bids
should be prepared by the suppliers and submitted directly. Purchaser reserves the right to reject offers
made by intermediaries.

6. The bidders should respond to this enquiry either by submitting their bids or by explaining the reason for
non-submission of the offer. In case there is no response either way continuously, the bidder shall be
liable for suitable action including review of their enlistment with EIL for that particular item.

7. Technical specifications should be strictly as per Material Requisition attached. No Technical


offer shall be submitted by the bidder. Submission of prices by the bidder shall be constructed
to mean compliance with all technical specifications of MR. Bidder shall submit zero deviation
bid and bids with any deviation shall be liable for Rejection.

8. Canvassing in any form by the Bidder or by any other agency on their behalf may lead to disqualification
of their bid.

9. The Composite bid shall comprise of the following:


i) Price schedule duly filled, signed and stamped.
ii) Prefilled signed & stamped copy of ‘Agreed Terms & Conditions (Indigenous Bidder).
iii) Annexure-I to Agreed Terms & Conditions (ATC)

10. EIL will open the composite bids received online at their office, at the specified date and time given in
the RFQ or extended date. The bidders who have submitted their bid will be able to view online the
name & status of other bidders and price sheets of the bidder who submitted their bids, at their
respective windows, after composite bid opening by EIL.

11. Delivery Period :

11.1 For Indian Bidders: 09 (Nine) Months on FOT site basis from the date of Letter of Acceptance. The date of

Page 1 of 2

Page 6 of 276
receipt of material at site shall be considered as date of delivery.

Bidder is requested to quote delivery period as per above requirement. In case Bidder quotes higher delivery
period than required such bids shall be liable for rejection.

12. Bidders are mandatorily required to indicate their name on each page of excel file / pdf file of Price
Schedule while uploading the price bid.

13. Validity of Offer: The offer should be valid for Four (04) months from final bid due date.

Bidder to quote validity as required above. In case Bidder quotes shorter validity than required then Bid shall
be rejected.

14. The bidder shall bear all costs associated with the preparation and submission of its bid, and the
Purchaser/Consultant shall in no case be responsible or liable for these costs regardless of the conduct or
outcome of the bidding process.

15. E-bids received online shall be opened at EIL office on due date and time as specified above. Bids shall be
opened in presence of representatives of bidders who choose to attend the same. Such representative shall
submit Bid Acknowledgement Number generated by the Portal/System after successful Bid Submission
online. However, bidder can also view unpriced / priced Bid Opening online in their office/remote end
itself. The bidder’s representatives, who are present, shall sign a register evidencing their attendance.

16. Bidders to note that price changes against Technical / commercial clarifications, in line with terms &
conditions of enquiry documents are not allowed. In case any bidder gives positive revised prices / price
implications against such clarifications, their bid shall be rejected.

17. Payment Terms:

17.1 For Indian Bidders: As per clause No. A 1.4 OF SPC & ITB

18. Owner shall follow the Public procurement Policy on Procurement of goods and services from Micro and
Small Enterprises (MSEs) order 2012 as per attached MSE Policy.

19. EIL reserves the right to use in-house information for assessment of bidder’s capability for
consideration of bid. Bidders to quote as per MR (if based on PTR)/ as per registered range & works in
EIL

20. Bidder to note that no bid due date extension is possible. Bidders are requested to adhere to bid due date and
submit their bid within the original due date & time.

21. In case any bidder is found to be involved in cartel formation, his bid will not be considered for evaluation /
placement of order. Such bidder will also be debarred from bidding in future.

22. Bidder should not be black listed with any PSU and should not be on holiday list of EIL / MRPL.

23. MRPL will follow purchase preference policy as per guidelines of Government of India in vogue.

24. We reserve the right to make any changes in the terms and conditions of purchase and to reject any or all the
bids received, at its discretion without assigning any reason whatsoever.

25. EMD & Bid Document Fee is not applicable for this RFQ.

26. Repeat order is not applicable.

Page 2 of 2

Page 7 of 276
Offer Covering Letter for Bidders (INDIGENOUS BIDDERS)
(to be submitted on letterhead without any modification)
----------------------------------------------------------------------
Date: _______________

To
Engineers India Limited
EIL Office Complex,
1st Floor, Tower-1, Sector – 16,
Gurgaon - 122001

Attn: Assistant General Manager (SCM)

Bid Ref:____________________________ dated __________________

RFQ No: Dated

Item :

Project : BS-VI Project, Mangalore Refinery and Petrochemicals Limited (MRPL), Mangalore
Refinery.

Please find herewith our offer in line with your RFQ requirement. We confirm as under:-

1. The Delivery/completion period is strictly as per the requirement of RFQ document.


2. Offer is in complete compliance with specifications enclosed with the RFQ, as well as
commercial requirements of RFQ and there are no technical as well as commercial
deviations in the offer.
3. The enclosed PRE-FILLED AGREED TERMS & CONDITIONS QUESTIONNAIRE (ATC)
shall apply to the offer.
4. The Validity of the offer shall be as per the requirement of RFQ document.
5. We have enclosed following with the offer:

a. PRICED OFFER:
i) Price schedule duly filled, signed and stamped.
ii) Prefilled signed & stamped copy of ‘Agreed Terms & Conditions (Indigenous Bidder).
iii) Annexure-I to Agreed Terms & Conditions (ATC)
i.

Bidder’s Name: ________________________

Signature: ________________________

Seal: ________________________

Page 1 of 10

Page 8 of 276
MANGALORE REFINERY AND PETROCHEMICALS LIMITED (MRPL)
BS-VI PROJECT, MANGALORE REFINERY, KARNATAKA, INDIA
AGREED TERMS & CONDITIONS (FOR INDIGENOUS BIDDERS)

BIDDER’s NAME: M/s. ______________________________________________________


RFQ No.: Dated
Bidder’s Offer Ref. No. ______________________________________________________
Tel No. : ____________________________________ Fax No.:______________________
Contact Person :___________________E-Mail:______________Mobile No:____________

1. DULY SIGNED & STAMPED COPIES OF THIS PRE-FILLED “QUESTIONNAIRE” SHALL BE


ENCLOSED WITH UNPRICED BID.
2. FAILURE ON THE PART OF BIDDER IN NOT RETURNING THIS DULY FILLED-UP
"QUESTIONNAIRE WITH THEIR UNPRICED BID AND/OR SUBMITTING INCOMPLETE
REPLIES MAY LEAD TO REJECTION OF BIDDER’S BID”.
3. ALL THE COMMERCIAL TERMS AND CONDITIONS SHALL BE INDICATED BY VENDOR
IN THIS FORMAT ONLY AND NOWHERE ELSE IN HIS BID. HOWEVER, IN CASE THE
SPACE FOR VENDOR’S REPLY IS NOT SUFFICIENT AGAINST A PARTICULAR
QUESTION, THE VENDOR SHALL FURNISH SAME BY WAY OF SEPARATE ANNEXURE
ATTACHED TO THIS QUESTIONNAIRE, INDICATING CROSS-REFERENCE OF
RESPECTIVE CLAUSES.

S. DESCRIPTION BIDDER’S
No. CONFIRMATION
1. a Quoted prices are as per Price Schedule Format enclosed CONFIRMED
inclusive of Packing & Forwarding charges.
1. b Specify Despatch Point.

1. c Quote firm freight charges payable extra (as specified in QUOTED IN PRICE
price schedule). The freight charges shall be exclusive of SCHEDULE
GST.

In case a bidder does not mention anything about the


freight component, the same shall be considered as “Nil” CONFIRMED
and no further confirmation from vendor shall be sought.
Evaluation and ordering shall be done considering freight
charges as Nil.

In case a bidder during techno-commercial evaluation


confirms that they have quoted the freight charges or any
other charges (forming the part of evaluation) in the priced CONFIRMED
bid, however after priced bid opening, it is found that these
charges are not quoted in priced bid, then such charges
shall be deemed to be included in the quoted prices.
Evaluation & Ordering shall be carried out including these
charges in quoted prices.

Indigenous SUPPLIERs are required to dispatch the


CONFIRMED
goods on door delivery basis through any of the reputed
Transporters

1. d Transit risk insurance shall be covered by the Owner CONFIRMED


Page 2 of 10

Page 9 of 276
S. DESCRIPTION BIDDER’S
No. CONFIRMATION
against their MCE (Marine cum Erection) Policy and the
same shall not be included in the quoted prices.
2.a GST applicable extra:
1) HSN No. 1)…….

2) Present rate of GST payable extra on products 2) QUOTED IN


(including spares). ANNEXURE I

2.d The GST shall be released against receipt of tax invoice CONFIRMED
and proof of payment of GST to government. In case of
non-receipt of tax invoice or nonpayment of GST by the
contractor/vendor, MRPL shall withhold the payment of
GST. Confirm acceptance.
2.e
1) Only statutory variations, if any, in the present rate of GST,
shall be reimbursed as under:
i) Any increase in the rates of GST within the CDD CONFIRMED
[contractual delivery date or approved extended date]
shall be borne by MRPL.
ii) Any increase in the rates of GST beyond the CDD
[contractual delivery date or approved extended date] CONFIRMED
will be borne by MRPL to the extent Input Tax Credit
documents are passed on to MRPL and MRPL is in a
position to get the Input Tax Credit from the GST
authorities. The benefit of any reduction beyond CDD
must be passed on to MRPL.
iii) Any variation in GST at the time of supplies for any
reasons, other than statutory, including variations due CONFIRMED
to turnover, shall be borne by bidder.
iv) Material supplied will be eligible for Input Tax Credit
CONFIRMED
and Bidder shall furnish all documents as required to
avail the same.
v) In case GST is not applicable at present but becomes
applicable at the time of contractual delivery period CONFIRMED
due to any reasons other than statutory, the same
shall be borne by bidder. Confirm acceptance.
4.1
Any increase in the existing taxes / duties or any new or
additional taxes or duties imposed after contractual NOTED
delivery shall be to BIDDER’S account whereas any
corresponding decrease shall be passed on to the Owner.

Page 3 of 10

Page 10 of 276
S. DESCRIPTION BIDDER’S
No. CONFIRMATION
5.a SUPERVISION / TRAINING CHARGES

For Supervision / Training Charges, if in the scope of the


Bidder as per MR, please confirm the following:

1) Confirm that per diem rate for site supervision services CONFIRMED
/ Training is inclusive of all taxes and duties except
GST (if in the scope of Bidder as per MR.)

2) Percentage of GST as applicable extra on Supervision 5.a 2): Quoted in


/ Training Charges. Annexure I

3) Per-diem rate for supervision has been quoted in


accordance with the Terms and Conditions for CONFIRMED
Supervision enclosed with the RFQ Documents

SITE WORK

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

1) Confirm that quoted site work prices are exclusive of CONFIRMED


GST

2) Confirm that apart from S.No. 5.b 1) above, quoted CONFIRMED


site work prices are inclusive of all other applicable
taxes & duties and nothing extra shall be payable by
OWNER.

3) Percentage of GST as applicable extra on Site Quoted in Annexure I


Work.

1) Any increase in the rates of GST within the CDD


[contractual delivery date or approved extended NOTED
date] shall be borne by MRPL.
2) Any increase in the rates of GST beyond the
CDD [contractual delivery date or approved
extended date] will be borne by MRPL. The
benefit of any reduction beyond CDD must be
passed on to MRPL. Seller shall provide all the
documents for MRPL to input tax credit. In case, NOTED
MRPL is not able to claim Input Tax credit based
on the invoices/documents submitted by the
seller, GST amount to that extent shall not be
payable by MRPL.

5 c)

Page 4 of 10

Page 11 of 276
S. DESCRIPTION BIDDER’S
No. CONFIRMATION
6. Price Reduction Schedule / Delayed Delivery

1) Confirm Acceptance to Clause 27.1.1 (a) of SPC & CONFIRMED


ITB for “Bulk items”.

2) Confirm Acceptance to Clause 27.1.1 (b) of SPC &


ITB “for items other than bulk items (with or without CONFIRMED
site work)”.

3) The Bidder shall submit credit note / adjustment in


GST Invoice for PRS, if applicable, on account of CONFIRMED
delay in delivery. This is with respect to cases
wherein Bidder has not considered the applicable
PRS in GST Invoice

7. Delivery Period:

7.a Confirm acceptance to delivery period as stipulated in the CONFIRMED


RFQ.

7.b Delivery period will be reckoned from the date of MRPL’s CONFIRMED
Letter of Acceptance (LOA).

8. Payment Terms:
Confirm acceptance to following:

8.a Acceptance of applicable Payment terms as mentioned in CONFIRMED


the RFQ

8.b Advance payment is not acceptable. However, progressive


payment as specified in the Commercial Terms enclosed
on achievement of specific milestones (under applicable CONFIRMED
payment terms) shall be against equivalent Advance Bank
Guarantee as per MRPL format for all payments before
despatch.

8.c In case of delay in delivery, bills shall be submitted after


deducting price reduction for delay. CONFIRMED

9.a. Part Order:


a) Acceptance of Part Order as per GPC Clause No. 33 CONFIRMED
and clause 34.0 of SPC & ITB.

b) Any charges quoted extra as lumpsum (like IBR, CONFIRMED


Testing, freight, etc.) shall be applicable prorata on
value basis in the event of part order / part quantities /
split order.
9.b MSE (MICRO & SMALL ENTERPRISE) BIDDERS:

Yes / No
a) Confirm whether the bidder is a MSE bidder or not. (tick √ whichever is
applicable)
Page 5 of 10

Page 12 of 276
S. DESCRIPTION BIDDER’S
No. CONFIRMATION

b) Confirm owner of bidder’s organisation belongs to


Gen/SC/ST Category. Gen / SC / ST

c) In case owner of bidder’s organisation belongs to


SC/ST, then bidder to submit SC/ST Certificate issued Applicable and enclosed /
by District Authority duly certified by Statutory Auditor Not applicable
or Notorised.

10. Repeat Order:


Confirm acceptance of repeat order within Six months CONFIRMED
from the date of MRPL’s LOA, on the same unit price and
terms & conditions in line with clause 33.0 of SPC & ITB
11. Contract Cum Performance Bank Guarantee (CPBG):
CONFIRMED
Confirm acceptance for submission of CPBG as per
clause 26.0 of SPC & ITB.
12. Firmness of prices:
Quoted prices shall remain Firm and Fixed till complete CONFIRMED
execution of the order.

13. Testing and Inspection charges:


13.a Goods and services shall be subject to stage wise and
final inspection by any of the Third Party Inspection (TPI)
agencies (listed in the Special Purchase Conditions & CONFIRMED
Instructions to Bidders), and TPI charges are included in
quoted prices, and no additional charges shall be paid by
Owner.

In case of items where Inspection is to carried out by EIL


as per RFQ/MR, the same shall not be included in the CONFIRMED
13.b quoted price.

Similarly, all built in import content (if applicable) shall also


be subject to inspection by TPI agencies listed in the
13.c Special Purchase Conditions & Instructions to Bidders, CONFIRMED
in the country of origin of the import content, and charges
for the same are included in quoted prices, and no
additional charges shall be paid by Owner.

Quoted prices are:

i) Inclusive of charges for all facilities required for CONFIRMED


13.d testing and all inspection requirements specified
in the technical specifications and documents
enclosed with the RFQ.

ii) Inclusive of all IBR/IGC/NACE/Radiography


CONFIRMED (if applicable)
charges as per EIL’s technical specifications and
the documents enclosed with the RFQ.

Page 6 of 10

Page 13 of 276
S. DESCRIPTION BIDDER’S
No. CONFIRMATION
14. Import Content:
a) Supplies by Indian suppliers containing built-in a. Applicable / Not
import content. Applicable
(tick √ whichever is
applicable)

i. Quoted prices are inclusive of Basic Customs Duty


and custom cess after considering the benefit of (i) CONFIRMED
Input Tax Credit on IGST portion.
ii. Supplier shall be responsible for the timely payment
of the customs duties to the relevant Government (ii) CONFIRMED
Authorities.
iii. All harbour dues, pilotage fees, port fees, wharf
fees, unloading costs incurred in India in respect of (iii) CONFIRMED
any imported goods shall be to supplier’s account.
iv. Prices shall be firm on account of variation in foreign
exchange rate. (iv) CONFIRMED
v. Prices for such import content shall also include any (v) CONFIRMED
additional levies/duties on Imports (viz. Anti-
Dumping Duty, Safeguard Duty, etc.) as notified by
Govt of India from time to time, as applicable.
(vi) CONFIRMED
vi. Owner shall not provide any import licence.
vii. Any upward variation due to change in Customs
Duty classifications shall be absorbed by the Bidder. (vii) CONFIRMED
However, any reduction in customs duty due to
change in classification shall be passed on to
Owner. (viii) Noted

viii. Prices shall be firm on account of any variation in


Custom Duties.

b. Supplies of Imported finished goods directly b. Applicable / Not


supplied to site by Indian Supplier Applicable
(tick √ whichever is
applicable)

(i) GST on imported capital goods sold & supplied to


MRPL and consigned to MRPL against which Input
Tax Credit shall be available to MRPL shall not be (i) CONFIRMED
included in the quoted prices and shall not be
considered for evaluation. Quoted prices shall be
inclusive of Basic Customs Duty & Custom cess
only.
(ii) The Seller shall provide MRPL with all documents
necessary for MRPL to claim Input Tax Credit on the (ii) CONFIRMED
GST paid on the imported materials covered by the
Supplies, including but not limited to CENVAT Bill of
Entry
15. Validity:
Validity of the offer shall be as per RFQ cover letter. CONFIRMED
Page 7 of 10

Page 14 of 276
S. DESCRIPTION BIDDER’S
No. CONFIRMATION

16. Confirm Acceptance of all other terms & conditions as per


attached:
a) Request for Quotation (RFQ)
b) General Purchase Conditions & Modifications to GPC.
c) Special Purchase Conditions & Instructions to Bidder
(SPC & ITB). CONFIRMED
d) Terms & Conditions for supervision of Erection,
Testing & Commissioning for Indigenous Bidders,
e) Terms & Conditions for Site Work /HSE requirement
as per MR.
f) Terms & Conditions for Annual Maintenance Contract
(AMC)
g) Terms & Conditions for Training
h) Integrity Pact.
17. Whether any of the Directors of BIDDER is a relative of
any Director of Owner or the BIDDER is a firm in which
Yes / No
any Director of Owner or his relative is a Partner or the
(tick √ whichever is applicable)
BIDDER is a private company in which any director of
Owner is a member or Director.
18. a Please confirm you have not been banned or delisted by
any Government or Quasi Government agencies or PSUs.
If you have been banned, then this fact must be clearly CONFIRMED
stated. This does not necessarily become a cause for
disqualification. However if this declaration is not furnished
the bid shall be rejected as non-responsive.
18.b Please confirm that you have filled in, signed and attached
the enclosed “Proforma of Declaration of Black Listing / CONFIRMED
Holiday Listing” along with your unpriced offer.
19. Spares Parts:

a) Confirm that your quoted prices are inclusive of all CONFIRMED


mandatory spares and all commissioning spares as
stipulated in EIL’s technical specifications (Material
Requisition).

b) Confirm that item wise unit price of Recommended spare CONFIRMED


parts for two years as stipulated in Material
Requisition (MR) have been quoted separately indicating
Dispatch quantity.

c) Special Tools and Tackles as specified in the MR are CONFIRMED


included in the quoted prices.
20. Deviations to Terms & Conditions shall lead to loading of CONFIRMED
prices as per Commercial Terms enclosed with this RFQ
or rejection of offer. Please confirm acceptance.
21. Bidder to indicate the complete name and address on
which order to be placed by MRPL (in the event of an _______________
order)
_______________

_______________

Page 8 of 10

Page 15 of 276
S. DESCRIPTION BIDDER’S
No. CONFIRMATION
22. Printed terms and conditions, if any, appearing in
quotation, shall not be applicable in the event of order. In CONFIRMED
case of contradiction between the confirmations given
above and terms & conditions mentioned elsewhere in the
offer, the confirmation given above in this ATC shall
prevail.

BIDDER’S SIGNATURE & DATE: _______________________________

SEAL/ STAMP

Page 9 of 10

Page 16 of 276
ANNEXURE-I
MANGALORE REFINERY AND PETROCHEMICALS LIMITED (MRPL)
BS-VI PROJECT, MANGALORE REFINERY, KARNATAKA, INDIA

Taxes and Duties format for Indian Bidders

NAME OF BIDDER: _________________________________

OFFER REF. ___________________________________ Dated _____________

RFQ NO.: ………………………………………………………………..…………………………..

The salient features of the offer are as below:

1. SPECIFY DESPATCH POINT ----------------------------

2. GSTIN NO. OF DESPATCH POINT ----------------------------

3. SPECIFY INVOICING PLACE ---------------------------

4. GSTIN NO. OF INVOICING PLACE ----------------------------

INCLUDED IN THE QUOTED


5. PACKING & FORWARDING CHARGES
PRICE.

1.
6. HSN CODE OF GOODS

7. GST APPLICABLE ON QUOTED FOT DESPATCH


POINT PRICES
1)_______________%
CGST plus SGST ( ) / IGST( )
EXTRA
() whichever is applicable

8. INLAND FRIEGHT CHARGES EXTRA UPTO PROJECT QUOTED IN THE PRICE


SITE EXCLUSIVE OF GST SCHEDULE.

9. GST RATE APPLICABLE ON FREIGHT _________%EXTRA

10. SAC CODE FOR SITE SUPERVISION / SITE WORK /


________/_______/_______
TRAINING CHARGES

11. GST APPLICABLE EXTRA ON QUOTED SITE ________/_______/_______%


SUPERVISION / SITE WORK / TRAINING CHARGES EXTRA

12. CONFIRM WHETHER BIDDER HAS QUOTED UNDER Yes


COMPOSITION SCHEME. IF YES, THAN GST RATE
QUOTED ABOVE SHALL BE CONSIDERED FOR No
EVALUATION WITHOUT INPUT TAX CREDIT (ITC)

BIDDER’S SIGNATURE & DATE: __________________________ SEAL/STAMP:

Page 10 of 10

Page 17 of 276
SPECIAL PURCHASE CONDITIONS &
INSTRUCTIONS TO BIDDERS (SPC & ITB)
(JOB No.: B038)

PROJECTS AT MANGALORE REFINERY OF MRPL

MANGALORE REFINERY & PETROCHEMICALS LIMITED.

Page 1 of 37

Page 18 of 276
INDEX
1.0 PAYMENT TERMS ...................................................................................................................................... 3
2.0 EVALUATION CRITERIA FOR COMPARISON OF BIDS: ........................................................................ 11
3.0 COMMERCIAL LOADING OF OFFERS IN CASE OF DEVIATIONS ........................................................ 14
4.0 IMPORTS AND CUSTOMS DUTIES ......................................................................................................... 16
5.0 INDIAN TAXES/DUTIES ............................................................................................................................ 17
6.0 FIRM PRICES ............................................................................................................................................ 19
7.0 SUO-MOTO CHANGES IN PRICES.......................................................................................................... 19
8.0 SPARES .................................................................................................................................................... 19
9.0 DOCUMENTS COMPRISING THE BID ..................................................................................................... 19
10.0 CURRENCY OF BID.................................................................................................................................. 20
11.0 CONVERSION TO SINGLE CURRENCY ................................................................................................. 20
12.0 PRICE BID OPENING ............................................................................................................................... 20
13.0 SINGLE POINT RESPONSIBILITY OF THE SUPPLIER ........................................................................... 20
14.0 NEGOTIATION .......................................................................................................................................... 20
15.0 AWARD OF WORK ................................................................................................................................... 20
16.0 OWNER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID .................................................... 21
17.0 NOTIFICATION OF AWARD ..................................................................................................................... 21
18.0 FRAUDULENT PRACTICES ..................................................................................................................... 21
19.0 INTEGRITY PACT ..................................................................................................................................... 22
20.0 ONE BID PER BIDDER ............................................................................................................................. 22
21.0 LANGUAGE OF BID .................................................................................................................................. 22
22.0 EARNEST MONEY DEPOSIT (EMD) / BID SECURITY ............................................................................ 22
23.0 TRANSPORTATION .................................................................................................................................. 23
24.0 COMPREHENSIVE MARINE-CUM-ERECTION INSURANCE ................................................................. 23
25.0 GUARANTEE PERIOD .............................................................................................................................. 24
26.0 CONTRACT CUM PERFORMANCE BANK GUARANTEE (CPBG).......................................................... 24
27.0 PRICE REDUCTION SCHEDULE (PRS) / DELAYED DELIVERY ............................................................ 25
28.0 INFORMATION REQUIRED FROM FOREIGN SUPPLIERS / CONTRACTORS / CONSULTANTS FOR
ALL CASES OTHER THAN SUPPLY ORDERS ........................................................................................ 25
29.0 REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN NATIONALS ................................................ 26
30.0 LIMITATION OF LIABILITY ....................................................................................................................... 26
31.0 TRANSFER OF PROPERTY FROM THE SELLER TO THE PURCHASER ............................................. 27
32.0 INSPECTION ............................................................................................................................................. 27
33.0 REPEAT ORDER ...................................................................................................................................... 27
34.0 PART ORDER CONDITION ...................................................................................................................... 28
35.0 COMPLIANCE TO RFQ DOCUMENT ....................................................................................................... 28
36.0 ORDER OF PRECEDENCE OF COMMERCIAL DOCUMENTS ............................................................... 28
37.0 TERMS & CONDITIONS OF SUPERVISION OF ERECTION, TESTING & COMMISSIONING) (IF
APPLICABLE AS PER MR) ....................................................................................................................... 28
38.0 TERMS & CONDITIONS OF POST WARRANTY COMPREHENSIVE ANNUAL MAINTENANCE
CONTRACT (PWCAMC) (IF APPLICABLE AS PER MR). ........................................................................ 28
39.0 TERMS & CONDITIONS OF TRAINING OF EMPLOYER’S PERSONNEL AT MANUFACTURER’S
WORKS/FACILITIES (IF APPLICABLE AS PER MR). .............................................................................. 28
40.0 TERMS & CONDITIONS FOR SITE WORK (IF APPLICABLE AS PER MR). ........................................... 28
ANNEXURE – A ....................................................................................................................................................... 29
ANNEXURE - B........................................................................................................................................................ 31
ANNEXURE – C....................................................................................................................................................... 33
ANNEXURE – D....................................................................................................................................................... 34
ANNEXURE – E ....................................................................................................................................................... 35
ANNEXURE - F ........................................................................................................................................................ 37

Page 2 of 37

Page 19 of 276
1.0 PAYMENT TERMS

In partial modification to the payment terms as mentioned in the General Purchase


Conditions, the following payment terms shall be applicable.
A. FOR INDIGENOUS SUPPLIERS:
1 Supply :
1.1 Where the MR is for supply of materials and there is no Vendor Data
Requirement (VDR) specified in the MR:
15% against identification of raw materials at Supplier’s works and against
submission of ABG of equivalent amount.
60% against despatch documents (along with copy of LR/GR and IRN) directly to
MRPL together with full taxes, duties and transportation charges.
15% against receipt of material at site.
10% on receipt of all material at site and on submission of E1/E2 Form (wherever
applicable).
1.2 Where the MR is for supply of materials and calls for Vendor Data requirement:
5% against approval of drawings / document, wherever required (identified in PO/
PR) at least in Code-2.
15% against identification of raw materials at Supplier’s works and against
submission of ABG of equivalent amount.
55% (60% where 5% payment against drawing/doc approval not required) against
despatch documents (along with copy of LR/GR and IRN) directly to MRPL
together with full taxes, duties and transportation charges.
10% against receipt of material at site.
5% on receipt of all Final/As built Drawings/Documents/Data/Manual in requisite
number of copies/sets/CDs as per VDR specified in Purchase Requisition.
10% on receipt of all material at site and on submission of E1/E2 Form (wherever
applicable).
1.3 Where the MR is for supply of materials and calls for vendor Data requirement
(With site work):
5% against approval of drawings, wherever required (identified in PO/ PR) at least
in Code-2.
15% against identification of raw materials at Supplier’s works and against
submission of ABG of equivalent amount.
55% (60% where 5% payment against drawing/doc approval not required) against
despatch documents (along with copy of LR/GR and IRN) directly to MRPL
together with full taxes, duties and transportation charges
10% against receipt of material at site.
5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite
number of copies/sets/CDs as per VDR specified in Purchase Requisition.
10% on completion of Site Work and submission of E1/E2 Form (wherever
applicable).
1.4 Where the MR is for Packages, fabricated equipment like Columns/Pressure
vessels/Reactors/Heat Exchangers /Pumps/Compressors/EOT Crane/Air Fin
Cooler etc (with significant Bought out item) and calls for Vendor Data
requirement (Without site work):

Page 3 of 37

Page 20 of 276
5% against approval of drawings / document, wherever required (identified in PO/
PR) at least in Code-2.
10% against placement of sub-order for specified major raw material (to be
identified during kick off meeting, if not specified in enquiry) and against
submission of ABG of equivalent amount.
15% against receipt and identification of raw materials at Supplier’s works (to be
identified during kick off meeting, if not specified in enquiry) and against submission
of ABG of equivalent amount.
50% against despatch documents (along with copy of LR/GR and IRN) directly to
MRPL together with full taxes, duties and transportation charges.
5% against receipt of material at site.
5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite
number of copies/sets/CDs as per VDR specified in Purchase Requisition.
10% on receipt of all material at site and on submission of E1/E2 Form (wherever
applicable).
Major Raw Material for payment against placement of orders by supplier:
Columns/Vessels/Reactors : Plates & Forgings
Heat Exchangers : Plates, Tube, Tube sheets
Pumps : Castings for casings, impellers and drivers
Compressors : Castings for casings and rotors and drivers
Air Fin Coolers : Tubes, Header Plates, Fin Material
Major Raw Material for payment against receipt & identification of raw
materials at Suppliers Works:
Columns/Vessels/Reactors : Plates & Forgings
Heat Exchangers : Plates, Tubes, Tube sheets
Pumps : Castings for casings and impellers
Compressors : Castings for casings and rotors
Air Fin Coolers : Tubes, Header Plates, Fin Material
1.5 Where the MR is for Packages, fabricated equipment like Columns/Pressure
vessels/Reactors/Heat Exchangers /Pumps/Compressors/EOT Crane/Air Fin
Cooler etc (with significant Bought out item) and calls for Vendor Data
requirement (With site work) :
5% against approval of drawings, wherever required (identified in PO/ PR) at least in
Code-2.
10% against placement of sub-order for specified major raw material (to be identified
during kick off meeting, if not specified in enquiry) and against submission of ABG of
equivalent amount.
15% against identification of raw materials at Supplier’s works (to be identified during
kick off meeting, if not specified in enquiry) and against submission of ABG of
equivalent amount.
50% against despatch documents (along with copy of LR/GR and IRN) directly to
MRPL together with full taxes, duties and transportation charges.
5% against receipt of material at site.
5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number
of copies/sets/CDs as per VDR specified in Purchase Requisition.

Page 4 of 37

Page 21 of 276
10% on completion of site work and submission of E1/E2 Form (wherever
applicable).
Major Raw Material for payment against placement of orders by Supplier:
Columns/Vessels/Reactors : Plates & Forgings
Heat Exchangers : Plates, Tube, Tube sheets
Pumps : Castings for casings, impellers and drivers
Compressors : Castings for casings and rotors and drivers
Air Fin Coolers : Tubes, Header Plates, Fin Material
Major Raw Material for payment against receipt & identification of raw
materials at supplier works:
Columns/Vessels/Reactors : Plates & Forgings
Heat Exchangers : Plates, Tubes, Tube sheets
Pumps : Castings for casings and impellers
Compressors : Castings for casings and rotors
Air Fin Coolers : Tubes, Header Plates, Fin Material
1.6 Mobile Water cum foam tenders (Truck loaded)
For Chassis: (Supplier shall furnish the sub order copy on the chasis
manufacturer and furnish confirmation regarding direct payment to chasis
manufacturer against chasis value out of total quoted value of complete package).
10% of sub-order value to Chasis manufacturer directly against placement of sub-
order by supplier for Chasis against submission of equivalent Bank Guarantee
having validity upto dispatch of Chasis from Chasis manufacturer’s works.
90% of sub-order value shall be made to the chasis manufacturer against
commercial invoice to Supplier (against dispatch readiness), duly endorsed by
Supplier and against submission of following:
Ownership of chasis shall be in the name of Client by sub-vendor along with
Insurance policy with the Client as beneficiary to cover all risks during transit and
storage at main vendor works.
 In addition Supplier to confirm that they shall assist Owner in final and firm
registration of duly built up vehicle at project site.
 No other charges shall be payable on any account w.r.t chassis including
transportation of chassis, insurance from Chasis Supplier works to Supplier
works etc.
 Supplier to carry out the works in their work shop/ Works which shall be
insured including work in progress materials in the shop. Supplier shall
furnish all such necessary documents to this effect enabling Owner to
release payment to Chasis Supplier.
For Fabrication works at Vendor shop (Total quoted price of package
excluding price of chassis as per Work order on chasis vendor):
5% against approval of drawings, wherever required (identified in PO/ PR) at
least in Code-2.
75% against despatch documents including but not limited to Invoice for the
complete package including Chasis (along with copy of LR/GR and IRN) directly
to MRPL together with full taxes, duties and transportation charges.
5% against receipt of material at site.

Page 5 of 37

Page 22 of 276
5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite
number of copies/sets/CDs as per VDR specified in Purchase Requisition.
10% on receipt of all material at site and on submission of E1/E2 Form
(wherever applicable).
2 For supply of Mandatory Spares (wherever price of mandatory spares
obtained separately)
90% on receipt of spares at site after dispatch of main equipment.
10% on receipt of materials at site and on submission of EI/E2 FORM (wherever
applicable).
3 Site Work:
90% against monthly progressive bills (based on agreed billing schedule) duly
certified by Engineer-in-charge.
10% on successful completion of site work and handing over of goods/equipment
at site.
4 Any services on per diem basis like: Supervision of Erection, Testing &
Commissioning/ assistance during erection, Testing & Commissioning /
Training at site / Supplier’s works on per diem basis
100% prorate against monthly bills to be submitted by Supplier duly certified by
Engineer-in-Charge.
5 Training (lumpsum)
100 % on successful completion of Training duly certified by
CONSULTANT/OWNER, as per Purchase Requisition.
6 Annual Maintenance Contract (AMC):
100% payment shall be paid at the end of each quarter against quarterly
progressive bills to be submitted by Supplier duly certified by authorized
representative of Owner.
B. FOR FOREIGN SUPPLIERS
1 Supply
1.1 Where the MR is for supply of materials and there is no Vendor Data
Requirement (VDR) specified in the MR (Without Site Work):
15% thru wire transfer against identification of raw materials at Supplier’s works
and against submission of ABG of equivalent amount.
85% along with 100% Ocean freight (in case of CFR contracts) against shipping
documents through irrevocable Letter of Credit
1.2 Where the MR is for supply of materials and calls for Vendor Data
Requirement: (Without site work)
5% through wire transfer against approval of drawings, wherever required
(identified in PO/ PR) at least in Code-2.
15% thru wire transfer against receipt & identification of raw materials at Supplier’s
works and against submission of ABG of equivalent amount
75% (80% in cases where drawing approval is not required) along with 100%
Ocean freight (in case of CFR contracts) against shipping documents through
irrevocable Letter of Credit.
5% through wire transfer on receipt of Final/ As built
Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per
VDR specified in Purchase Requisition through wire transfer.

Page 6 of 37

Page 23 of 276
1.3 Where the MR is for supply of materials and calls for Vendor Data
Requirement: (With site work)
5% through wire transfer against approval of drawings, wherever required
(identified in PO/ PR) at least in Code-2.
15% thru wire transfer against identification of raw materials at Supplier’s works
and against submission of ABG of equivalent amount
65% (70% in cases where drawing approval is not required) along with 100%
Ocean freight (in case of CFR contracts) against shipping documents through
irrevocable Letter of Credit.
5% on receipt of Final/ As built Drawings/Documents/Data/Manual in requisite
number of copies/sets/CDs as per VDR specified in Purchase Requisition through
wire transfer.
10% on successful completion of Site Work through wire transfer.
Note: In case Customs clearance and further transportation of material upto
Project site is in the supplier’s scope, 65% against shipping documents shall be
split in 5% + 60% and 5% shall be paid after receipt of material at Project site.
1.4 Where the MR is for Packages/fabricated equipments like Columns/Pressure
vessels/Reactors/Heat Exchangers/Air Fin Cooler/Pumps/Compressors/EOT
Cranes etc (with significant Bought out item) and calls for Supplier Data
requirement: (Without site work)
5% through wire transfer against approval of drawings, wherever required (identified
in PO/ PR) at least in Code-2.
10% against placement of sub-order for specified major raw material (to be identified
during kick off meeting, if not specified in enquiry) and against submission of ABG of
equivalent amount.
15% against identification of raw materials at Supplier’s works (to be identified during
kick off meeting, if not specified in enquiry) and against submission of ABG of
equivalent amount.
65% along with 100% Ocean freight (in case of CFR contracts) against shipping
documents through irrevocable Letter of Credit.
5% through wire transfer on receipt of Final/As built
Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per
VDR specified in Purchase Requisition.
Major Raw Material for payment against placement of orders by supplier:
Columns/Vessels/Reactors : Plates & Forgings
Heat Exchangers : Plates, Tube, Tube sheets
Pumps : Castings for casings, impellers and drivers
Compressors : Castings for casings and rotors and drivers
Air Fin Coolers : Tubes, Header Plates, Fin Material
Major Raw Material for payment against receipt & identification of raw materials
at Suppliers works:
Columns/Vessels/Reactors : Plates & Forgings
Heat Exchangers : Plates, Tubes, Tube sheets
Pumps : Castings for casings and impellers
Compressors : Castings for casings and rotors
Air Fin Coolers : Tubes, Header Plates, Fin Material
Page 7 of 37

Page 24 of 276
1.5 Where the MR is for Packages/fabricated equipments like Columns/Pressure
vessels/Reactors/Air Fin Cooler /EOT Cranes etc (with significant Bought out
item) and calls for Vendor Data requirement: (With site work)
a) Supply Price :
5% against approval of drawings, wherever required (identified in PO/ PR) at least in
Code-2.
10% against placement of sub-order for specified major raw material (to be identified
during kick off meeting, if not specified in enquiry) and against submission of ABG of
equivalent amount.
15% against identification of raw materials at Supplier’s works (to be identified during
kick off meeting, if not specified in enquiry) and against submission of ABG of
equivalent amount.
55% along with 100% Ocean freight (in case of CFR contracts) against shipping
documents through irrevocable Letter of Credit.
5% through wire transfer on receipt of Final/As built
Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per
VDR specified in Purchase Requisition.
10% on completion of site work through wire transfer
Major Raw Material for payment against placement of orders by supplier:
Columns/Vessels/Reactors : Plates & Forgings
Heat Exchangers : Plates, Tube, Tube sheets
Pumps : Castings for casings, impellers and drivers
Compressors : Castings for casings and rotors and drivers
Air Fin Coolers : Tubes, Header Plates, Fin Material
Major Raw Material for payment against receipt & identification of raw
materials at Suppliers works:
Columns/Vessels/Reactors : Plates & Forgings
Heat Exchangers : Plates, Tubes, Tube sheets
Pumps : Castings for casings and impellers
Compressors : Castings for casings and rotors
Air Fin Coolers : Tubes, Header Plates, Fin Material
Note: In case Customs clearance and further transportation of material upto Project
site is in the supplier’s scope, 55% against shipping documents shall be split
in 5% + 50% and 5% shall be paid after receipt of material at Project site.
2 For supply of Mandatory Spares (wherever price for mandatory spares
obtained separately):
100% thru irrevocable Letter of Credit against shipping documents after dispatch
of main equipment.
3 Site Work:
90% against monthly progressive bills (based on agreed billing schedule) duly
certified by Engineer-in-charge.
10% on successful completion and handing over of goods/equipment at site.
4 Any services on per diem basis like: Supervision of Erection, Testing &
Commissioning/ assistance during erection, Testing & Commissioning /
Training at:
Page 8 of 37

Page 25 of 276
100% against monthly bills to be submitted by Supplier duly certified by Engineer-
in-Charge.
5 Training (Lumpsum):
100% through Wire Transfer on successful completion of Training duly certified by
EIL/OWNER, as per Purchase Requisition (PR).
6 Annual Maintenance Contract (AMC):
100% payment shall be paid at the end of each quarter against quarterly
progressive bills to be submitted by Supplier duly certified by authorized
representative of Owner.
7 Indian sub-supplies in case of a Foreign bidder:
85% through E-Payment with taxes and duties will be paid against receipt of
Indian sourced goods/material at project site.
10% against receipt of all Indian supplies at site and delivery of main equipment
by foreign bidder, as per Terms of bidding document and completion of site work,
wherever applicable.
5% on submission of Final/As built Drawings/Documents/Data/Manual in requisite
number of copies/sets/CDs as per VDR specified in Purchase Requisition, by main
bidder.
 Payment of Indian sub supplies/Services shall be released directly to Indian
counterpart against Invoices raised by Indian counterpart duly certified by
foreign principal.
 In case of Foreign bids with Indian sub supplies, the payment terms of
Foreign bidder against shipping documents stands reduced by 5% which
shall be released as follows:
5% payment shall be released thru wire transfer, on delivery of main
equipment by foreign principal (as per terms of enquiry document) as well as
receipt of Indian supplies at site.
C. For all Site Fabricated Columns, Vessels etc. (Fabrication yard within project site)
5% against approval of drawings, wherever required (identified in PO/ PR) at
least in Code-2.
10% against placement of sub-order for specified major raw material by supplier
(Plates & Forgings) against submission of ABG of equivalent amount. ABG shall
be returned after receipt and identification of material at Fabrication yard located
within Project site.
25% against receipt and identification of raw materials (Plates & Forgings) at
Fabrication yard located within Project site.
40% on completion of fabrication in all respect, Third party inspection and
making completed column ready for hydro-testing.
5% after hydro-testing of completed column, painting and inspection clearance
for shifting of equipment to erection site.
10% along with taxes & duties against submission of tax invoice and on
transportation of completed column from fabrication yard/ assembly yard to
erection site, erection in position (wherever applicable) and acceptance thereof.
5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite
number of copies/sets/CDs as per VDR specified in Purchase Requisition.

Page 9 of 37

Page 26 of 276
NOTES :
(i) Any Milestone payment shall be released only after receipt of CPBG (wherever
applicable as per the format referred in Appendix-1 to GPC) and manufacturing
schedule (in template available on eDMS portal, wherever applicable).
(ii) GST shall be paid against receipt of tax invoice and proof of payment of GST to
government. In case of non-receipt of tax invoice or nonpayment of GST by the
contractor/vendor, MRPL shall withhold the payment of GST.
(iii) Prorata payments shall be applicable on dispatch of equipment. In case of
equipment, prorate shall not be on part of equipment.
(iv) In case of indigenous SUPPLIERs, wherever taxes/duties are separately
indicated, the order value shall be exclusive of taxes/duties. 100% payment of
taxes/duties shall be paid along with the payment released against dispatch
documents on receipt of Tax Invoices (wherever applicable) as per GST
Invoicing rules.
(v) Payment to indigenous SUPPLIERs shall be released through Banking channel
and to foreign SUPPLIERs, payments other than against shipping documents,
i.e., for Site Work and Supervision/Training etc. shall be through wire transfer.
(vi) Irrevocable Letter of credit shall be acceptable from foreign Suppliers in place of
Advance Bank Guarantee as well as Contract cum Performance Bank
Guarantee.
(vii) Irrevocable Letter of Credit for payment to Foreign SUPPLIERs shall be
established in favour of the supplier in a bank in his country, for an appropriate
amount (in line with Payment Terms). L/C shall be opened upon receipt of
acknowledgement of LOA/PO and receipt of CPBG (wherever applicable). In
case confirmed L/C is insisted by supplier, L/C confirmation charges shall be to
supplier’s account.
(viii) All payments (other than through L/C) shall be released within 30 days of receipt
of invoice and all requisite documents, complete in all respects.
(ix) All bank charges of respective bankers shall be to respective account.
(x) Supplier shall submit Billing Schedule within three weeks after placement of
LOA/PO (whichever is issued earlier) for CONSULTANT/OWNER’s approval
(wherever applicable). Suppliers requiring multiple despatches will restrict the
number of despatches to maximum three, unless agreed otherwise by Project
Manager.
(xi) In case of Annual Maintenance Contract (AMC), CPBG @ 5% of maximum
annual AMC amount shall be submitted within 2 weeks from the date of order
and shall be valid for the entire AMC period plus 2 months claim period.
(xii) In case of Columns/Vessels/Reactors where Template to be supplied by
Supplier, 15% payment against raw material identification shall be split in
1%+14% and it shall be specified that 1% payment out of 15% shall be paid after
receipt of templates at site. Supplier has to ensure supply of templates within two
month from the approval of drawings at least in code.
(xiii) In case C form is not issued up to 4.5 months and/or site is not available up to 6
(Six) months (wherever site work is applicable), after receipt of all supplies at
site, the payment against the same shall be released on submission of additional
Bank Guarantee of equivalent amount valid for 1 (One) year or such extended
period as may be required.
Certification for placement of sub-order and/or identification of major raw
material, in the above payment terms, shall be carried out by CONSULTANT/TPI
agency, as applicable.

Page 10 of 37

Page 27 of 276
(xiv) Quoted site work charges shall be minimum x% (as mentioned in the price
schedule) of the quoted supply prices. In case a Seller quotes site work
charges lesser than x% of supply price, the differential charges shall be
retained from supply prices and shall be paid along with the last 10% payment
of supply charges which will be paid after completion of site work.
In case x% is not indicated in the price schedule, the same shall be taken as
10%.
(xv) Advance Bank Guarantee (ABG) shall be as per Appendix-2 to GPC. ABG shall
be initially valid till contractual supply date. To be extended till adjustment of
advances, upon supply of material.
(xvi) Supplier shall be responsible that Tax Invoices are as per applicable Statute.
The needful data / documents / details, if required to be uploaded as per
Statutory requirements shall also be complied forthwith by the supplier.
2.0 EVALUATION CRITERIA FOR COMPARISON OF BIDS:

2.1 Following costs, taxes, duties etc., as applicable, shall be used for evaluation of
bids:

 Basic ex-works cost (including special tools and tackles),


 Cost of mandatory and commissioning spares,
 Packing & Forwarding charges,
 Third party inspection charges,
 FOB charges and taxes, duties in bidder’s country (in case of foreign
vendors),
 All taxes and duties applicable in India: Net of CenVAT amount shall be
considered
 Port / Port handling charges (for foreign vendors)
 Freight / Transportation Charges (including inland freight / Transportation
charges in case of foreign bidders upto site),
 Testing charges,
 Site work charges,
 Site supervision services charges (for number of days as informed in the
RFQ document),
 3-D Modelling, Hazop Study, AMC charges, if applicable
 Training charges, if applicable
 Technical and commercial loadings, as defined in the RFQ document.
 Any other charges indicated by the bidder
Suo moto price discounts and discounts for prompt payments shall not be used for
evaluation.

Prices for Post Warranty Comprehensive Annual Maintenance Contract


(PWCAMC), if any mentioned in MR, shall be considered for evaluation. However,
Purchase order for PWCAMC shall be placed separately by MRPL.
Evaluation shall take into consideration Government of India guideline with respect
to Purchase Preference applicable to Central PSUs, Micro and Small Enterprises
(MSEs) as well as any applicable Government of India Guidelines.

Page 11 of 37

Page 28 of 276
Ministry of Micro, Small and Medium Enterprises, Government of India have
notified the public procurement policy (PPP), 2012 for facilitating promotion and
development of Micro and Small Enterprises. Guideline for the same is appended
as Annexure-A, which shall be complied with for evaluation and ordering.
Ministry of Petroleum and Natural Gas, Government of India has notified the policy
to provide Purchase preference (linked with local content) (PP-LC) to the
manufacturers / service providers having the capability of meeting / exceeding the
local content targets in Oil and Gas business activities. Guidelines for the same is
appended as Annexure-X, which shall be complied with for evaluation and ordering
in applicable cases.
Third party Inspection charges for applicable equipment / materials / goods shall
be included by the supplier (s) in their quoted prices, from anyone of the following
approved Third Party Inspection Agencies for the Projects:
i. Certification Engineers International Ltd. (CEIL)
ii. Lloyds Register of Industrial Services (LRIS)
iii. Det Norske Veritas (DNV)
iv. Bureau Veritas (BV)
v. TUV
2.2 Where only Indian Bids are under comparison

2.2.1 Bids shall be evaluated on the basis of landed cost at Site, including site work, if
any, all duties, taxes, transportation charges excluding Cenvatable GST. Input Tax
credit available to MRPL is 35%. Therefore 65% of GST shall be loaded for the
purpose of evaluation.
2.2.2 Cost of mandatory spares, if identified in the Material Requisition, commissioning
spares and special tools & tackles will be included for price evaluation of bids, but
cost of Spares for two years operation shall be excluded.
2.2.3 Commercial Loading shall be done on FOT dispatch point price.
2.2.4 Technical loading, if any, shall be considered for evaluation of bids.
2.2.5 3-D Modelling, Hazop Study, AMC charges shall be considered for evaluation
wherever 3-D Modelling, Hazop Study and AMC is required.
2.2.6 Supervision (man days as indicated in MR as well as TBA) and Training charges
shall be considered for evaluation wherever supervision and training are required
2.3 Where only Foreign Bids are under comparison

2.3.1. Bids shall be evaluated on the basis of CFR (Mangalore) / CPT (Bengaluru) prices
including third party inspection charges, stowage charges wherever applicable (as
quoted by BIDDERS), and considering Sea freight / Air Freight as quoted by the
bidder.
2.3.2. In case of pipes, in case a foreign bidder has not quoted or not included stowage
charges, the same shall be loaded @ 10% of Ocean Freight
2.3.3. In the event, any of Foreign bidder claims custom duty waiver/ concession under
any multilateral/ bilateral trade agreement their evaluation shall be carried out as
per clause 2.4.2 below.
2.3.4. Cost of mandatory spares identified in the Material Requisition, Commissioning
Spares and special tools & tackles will be included for evaluation of bids, but costs
of Spares for two years operation shall be excluded.
2.3.5. Commercial Loading, if any on FOB value, shall be considered for evaluation of bids
2.3.6. Technical loading, if any, shall be considered for evaluation of bids

Page 12 of 37

Page 29 of 276
2.3.7. 3-D Modelling, Hazop Study, AMC charges shall be considered for evaluation
wherever 3-D Modelling, Hazop Study and AMC is required.
2.3.8. Site Work, wherever applicable.
2.3.9. Supervision (man days as indicated in MR as well as TBA) and Training charges
shall be considered for evaluation, wherever, supervision and training are required.
2.3.10. GST on Reverse charge mechanism and withholding tax (in case it is not included
in bidder’s price) basis, wherever applicable shall be added for bid evaluation
purpose only.
2.3.11. Comparison shall be done on equivalent Indian Rupees basis considering RBI
Reference rate of quoted currencies on the day of price bid opening. In case the
same is not available, the latest available rate prior to the day of price bid opening
shall be considered.
2.4 Where Indian as well as Foreign Bids are under comparison

2.4.1. INDIGENOUS BIDDERS:

i) The evaluated price of indigenous BIDDERs shall be carried out on the basis
of landed cost at Site, as per clause 2.2 above.

ii) Notional Loading for EIL/Owner Inspection (wherever applicable) shall be


carried out@1.25% of FOT dispatch point price amount
2.4.2. FOREIGN BIDDERS:

The evaluated price of foreign BIDDERs shall be on the basis of landed cost
at Site, including the following:
Sr. No. Head Basis
1. F.O.B. Price / FCA Price As quoted by the bidder (including stowage
(including P&F Charges, charges in case of pipes*) and Third Party
TPI Charges, any other Inspection charges.
charges, Cost of
mandatory spares
identified in the Material * Stowage charges, if not included in the quoted
Requisition, FOB Price, the same shall be loaded @ 10% of
commissioning Spares and freight quoted by the bidder.
special tools & tackles, but
excluding costs of Spares
for two years operation.)
2. Add Ocean / Air freight: Firm freight as quoted by bidders.
3. Add Marine insurance @1% of FOB price.
4. Sub Total (CIF) (1+2+3)
5. Landing Charges @1% of CIF i.e 1% of 4
6. Add Customs Duty, Prevailing rate on (CIF value plus Landing
Customs Cess (Including Charges i.e 4+5).
IGST)
7. Add L/C Charges @ 1% of FOB value i.e 1% of 1

8. Add Port handling charges @ 2% of CIF value i.e 2% of 4


+ Custom Clearance

Page 13 of 37

Page 30 of 276
Sr. No. Head Basis
9. Add Inland freight charges 1% of landed cost, i.e., S. No. 4 + 6 + 7 + 8
from Port of Entry in India
to Project site(s)
10. Sub- total upto project site Sub- total of (4+6+7+8 +9)
11. Commercial Loadings, If On FOB value.
any
Technical Loadings As applicable
12. Supervision Charges and / As applicable
or Training Charges and /
or AMC Charges and / or
3D Modelling, Hazop
Study charges, together
with applicable Taxes
13. Less Cenvatable Duties As applicable
14. FOT SITE PRICE Sum {(10+11+12) – 13}

2.4.3. Cost of mandatory spares identified in the Material Requisition, Commissioning


Spares and special tools & tackles will be included for evaluation of bids, but costs
of Spares for two years operation shall be excluded.
2.4.4. 3-D Modelling, Hazop Study, AMC charges shall be considered for evaluation
wherever 3-D Modelling, Hazop Study and AMC is required.
2.4.5. Site Work, wherever applicable.
2.4.6. Supervision (man days as indicated in MR as well as TBA) and Training charges
shall be considered for evaluation, wherever, supervision and training are required.
3.0 COMMERCIAL LOADING OF OFFERS IN CASE OF DEVIATIONS

3.1 BASIS OF LOADING


The Foreign Bids shall be loaded on FOB Port of Exit / FCA prices and the Indian
Bids shall be loaded on FOT Despatch Point prices.
3.2 PAYMENT TERMS

Any differential payment terms offered by an Indian supplier as against the terms
specified in the RFQ/ GPC shall be loaded at 12% (simple interest) for the
applicable period as under:

Drawing approval : 80% of the delivery period

Sub-ordering of raw materials : 75% of the delivery period

Receipt of raw material at vendor’s works : 50% of the delivery period

Final 10% also against dispatch documents : one month

Period of any other stage shall be suitably decided at the time of evaluation.

Foreign suppliers shall not be permitted to offer differential payment terms as


against the terms specified in the RFQ/ GPC and in case they insist, their offer shall
be rejected.
Page 14 of 37

Page 31 of 276
Advance along with LOA/ PO will not be allowed. If a supplier insists for advance
payment along with LOA/PO, his offer shall be liable for rejection.
3.3 PERFORMANCE BANK GUARANTEE (PBG)

Performance Bank Guarantee shall be required in all cases of supplies of value


above Rs 10 Lakhs. In case a supplier offers to give a PBG for less than 10% of
order value than what is provided in GPC/SPC, loading shall be done for the
differential amount:

For differential Amount:

Other than 10%: To be loaded by percentage by which PBG is short of 10%.

Other than 5% (For bulk items): To be loaded by percentage by which PBG is


short of 5%

In case, bidder does not agree to submit the PBG, 10% (5% in case of bulk items)
payment shall be deducted and withheld till the guarantee period.
In case, bidder does not agree to submit the PBG or agree for deduction, the offer
shall be liable for rejection.

3.4 DELAYED DELIVERIES (CONSIDERING GPC CLAUSE OF 0.5% DELAYED ~


5% TOTAL)

In case a Supplier does not accept the delayed delivery clause and/or takes any
deviation (including indicating penalty clause/Liquidated Damages in place of
Price Reduction ScheduleClause) or takes exception to the percentage rate
mentioned in GPC, the offer of such supplier(s) shall be loaded as under:

For Bulk Items


0.5% UDOV to 5%TOV : No loading
0.5% UDOV to 5% UDOV : 5%
0.5% UDOV to less than 5% TOV : Differential between the
Offered % and 5%
Any other deviation/indicating Liquidated : 5%
damages/indicating penalty or non-acceptance
of price reduction schedule clause
For All Items Other than Bulk
: No loading
0.5% TOV to 5%TOV
0.5% UDOV to 5% TOV : 5%

0.5% TOV to less than 5% TOV : Differential between the


Offered % and 5%
Any other deviation/indicating Liquidated : 5%
damages/indicating penalty or non-acceptance
of price reduction schedule clause
UDOV = Undelivered Order Value
TOV = Total Order Value

Page 15 of 37

Page 32 of 276
3.5 FREIGHT CHARGES:
3.5.1 During techno-commercial evaluation, if it is found that bidder have not quoted the
freight charges or any other charges required to be quoted extra in the bid as per
price schedule and forming the part of bid evaluation, bidder shall be asked to
absorb these charges. If the bidder do not agrees for inclusion, bid of such bidder
shall be liable for rejection.
3.5.2 Further, in case a bidder during techno-commercial evaluation confirms that they
have quoted the freight charges or any other charges (forming the part of
evaluation) in the priced bid, however after priced bid opening, it is found that
these charges are not quoted in priced bid, then such charges shall be deemed to
be included in the quoted prices. Evaluation & Ordering shall be carried out
including these charges in quoted prices. No confirmation from the bidder shall be
obtained on this aspect
3.6 INDIAN TAXES/DUTIES:
3.6.1 Taxes and duties will be loaded as quoted by the bidder. However, if a BIDDER
states that taxes/duties are not applicable at present and will be charged as
applicable at the time of delivery then his bid shall be loaded by the maximum rate
of taxes/duties applicable at the time of evaluation of Bids.
3.7 Cost loading in respect of utilities etc. will be considered as per respective MR
stipulation.
4.0 IMPORTS AND CUSTOMS DUTIES

4.1 Import Duties, i.e., Basic Customs Duty, GST & Edu. Cess on imported
materials
4.1.1 MRPL shall import all Capital Goods considering Merit rate of custom duty.
4.2 Direct imported supplies by Foreign suppliers
4.2.1 For imported materials sold & supplied directly by foreign suppliers to MRPL and
consigned to MRPL, Import Duties, i.e., Basic Customs Duty, Custom Cess, IGST
applicable in India shall be directly paid by MRPL to tax authority.
4.2.2 The vendor must ascertain and confirm along with supporting documents in the
bid, if any Customs Duty exemption / waiver is applicable to the products being
supplied by him under any multi-lateral / bi-lateral trade agreement between India
and bidder’s country.
4.2.3 The bidder shall be liable to provide all documentation to ensure availment of the
exemption / waiver. In case the bidder defaults on this due to any reason,
whatsoever, he shall be liable to bear the incremental Customs Duty applicable, if
any.
4.2.4 Any Customs Duty applicability on account of any change in the bi-lateral / multi-
lateral agreement shall be to bidder’s account.
4.2.5 Documentation to be furnished for availing the exemption / waiver of customs duty
shall be specifically listed in the Letter of Credit also as the pre-requisite for release
of payment against shipping documents and this documentation shall necessarily
form part of shipping documents.
4.2.6 Any additional levies/duties on Imports (viz. Anti-Dumping Duty, Safeguard Duty,
etc.) as notified by Govt of India from time to time shall also be considered for
evaluation.
4.3 Imported supplies by Indian suppliers as built-in import content
4.3.1 Quoted prices are inclusive of Basic Customs Duty, Custom Cess after considering
the benefit of Input Tax Credit on GST portion including education cess thereon.

Page 16 of 37

Page 33 of 276
4.3.2 Supplier shall be responsible for the timely payment of the customs duties to the
relevant Government Authorities
4.3.3 All harbour dues, pilotage fees, port fees, wharf fees, unloading costs incurred in
India in respect of any imported goods shall be to supplier’s account.
4.3.4 Prices shall be firm on account of variation in foreign exchange rate.
4.3.5 Prices for such import content shall also include any additional levies/duties on
Imports (viz. Anti-Dumping Duty, Safeguard Duty, etc.) as notified by Govt of India
from time to time, as applicable.
4.3.6 Owner shall not provide any import licence.
4.3.7 Prices shall be firm on account of any variation in Custom Duties.
4.4 Supplies of Imported finished goods directly supplied to site by Indian
Supplier:
4.4.1 GST on imported capital goods sold & supplied to MRPL and consigned to MRPL
against which Input Tax Credit shall be available to MRPL shall not be included in
the quoted prices and shall not be considered for evaluation. Quoted prices shall
be inclusive of Basic Customs Duty only.
4.4.2 The supplier shall provide MRPL with all documents necessary for MRPL to claim
CENVAT benefit on the GST paid on the imported materials covered by the
Supplies, including but not limited to CENVAT Bill of Entry
5.0 INDIAN TAXES/DUTIES

5.1 Goods and Services Tax (GST)

5.1.1 The price quoted in the tender shall be inclusive of all Taxes / duties / cess / levies /
fees etc except "Goods and Services Tax" (hereinafter call GST) (i.e. IGST or
CGST and SGST/UTGST) as levied with respect to Contractors’ scope of
work/scope of supply, till the completion of the work and shall be borne and paid by
the contractor.

5.1.2 Applicable IGST/CGST/SGST as quoted shall not be considered for evaluation to


the extent of 35% (wherever applicable) as MRPL will claim Input credit on the
same. Balance 65% (wherever applicable) of IGST/CGST/SGST shall be
considered for evaluation.

5.1.3 Contractor/vendor shall be required to issue tax invoice in accordance with GST
Rules so that input credit can be availed by CLIENT. In the event that the
contractor/vendor fails to provide the invoice in the form and manner prescribed
under the GST Act read with GST Invoicing Rules there under.
CONSULTANT/Client shall not be liable to make any payment against such invoice.

5.1.4 Contractor / Vendor shall forthwith upload the appropriate document at GSTN portal
complying with all GST regulations including but not limited to payment of GST by
contractor / vendor and submit proof of payment of GST. In case of non-receipt of
tax invoice or nonpayment of GST by the contractor/vendor, CONSULTANT /Client
shall withhold the payment.

5.1.5 GST payable under reverse charge, if any, shall not be paid to the contractor /
vendor. If the same has already been reimbursed / paid to the Contractor for any
reason whatsoever, the said amount shall be deducted / recovered / adjusted from
the payment due to the Contractor.

5.1.6 Notwithstanding anything contained anywhere in the Agreement, in the event that
the input tax credit of the GST charged by the Contractor / Vendor is denied by the

Page 17 of 37

Page 34 of 276
tax authorities to CLIENT due to reasons attributable to Contractor/Vendor.
CONSULTANT /Client shall be entitled to recover such amount from the Contractor
/ Vendor by way of adjustment from the next invoice or from Bank Guarantee. In
addition to the amount of GST, CONSULTANT / CLIENT shall also be entitled to
recover interest and/or penalty, as the case may be, imposed by the tax authorities
on CONSULTANT / CLIENT.

5.1.7 TDS under GST, if applicable, shall be made from contractor's/vendor's bill at
applicable rate and a certificate as per rules for tax so deducted shall be provided to
the contractor / vendor.

5.1.8 No variation on account of taxes and duties, statutory or otherwise, shall be payable
by CLIENT to contractor/vendor except for GST. However, any statutory variation
for GST shall be payable up to date of completion against documentary evidence.
Any reduction in Taxes / duties / cess / levies / fees shall be passed on to CLIENT.

5.1.9 Any new taxes / duties / cess / levies / fees notified or imposed after the submission
of last / final price bid but before the date of completion of work shall be to CLIENT's
Account.
5.2 Income Tax
5.2.1 Foreign (Expatriate)Supervisors

The supervision/ site work charges of foreign vendor shall be gross of income tax,
i.e., inclusive of Income Tax at the applicable prevailing rate as per Indian Income
Tax rules. Owner/Purchaser shall deduct at source the tax by Purchaser while
making payments against each invoice for the services in India. Certificate for Tax
Deducted at Source (TDS) shall be provided to the Supplier.
5.2.2 For Indian (Resident) supervisors

Supervision/ site work charges of Indian vendor shall be inclusive of income tax.

Tax shall be deducted at source by MRPL from all sums due to an Indian tax
resident bidder in accordance with the provisions of the Income Tax Act, 1961, as in
force at the relevant point of time.

MRPL shall issue a Tax deduction or withholding certificate to the bidder evidencing
the Tax deducted or withheld and deposited by MRPL on payments made to the
supplier to enable the bidder to claim the credit of the Tax deducted or withheld by
MRPL.
5.3 General
5.3.1 In case GST is stated as not applicable on freight charges presently, and if they
are applicable at the time of delivery due to any reasons other than statutory, the
same will be borne by the Supplier.
5.3.2 The benefit of any Tax exemption, concessions, rebate or any other incentives
available when the Supplier or its Sub supplier/ vendor are performing their
obligations under the Purchase Order, shall be passed on to MRPL.
5.3.3 Any error of interpretation of applicability of taxes/ duties by the supplier shall be to
supplier’s account.
5.3.4 The classification of goods as per GST act should be correctly done by the supplier
to ensure that Input Tax Credit benefit is not lost to MRPL on account of any error
on the part of the supplier.
5.3.5 Bidder to ensure that the benefit of a reduction in the tax rate or the input tax credit
availed by any registered taxable person has resulted in commensurate reduction
in the price of goods/service supplied by such person. Failure on the part of bidder
Page 18 of 37

Page 35 of 276
to ensure the same shall attract the provision of Anti Profiteering as notified by the
Govt of India.
6.0 FIRM PRICES

6.1 The prices shall be firm and fixed and not subject to any variation, whatsoever.
6.2 For 2 years O&M spares, prices shall be kept valid for a period of 1 year from the
date of order of main equipment
7.0 SUO-MOTO CHANGES IN PRICES

7.1 Any unsolicited reduction in price offered by a bidder within the bid validity by way
of discount or revised prices, subsequent to the bid due date, shall not be taken
into account for comparison. However, such reduction in price shall be taken into
account for ordering if such bidder happens to be recommended as per the
originally quoted prices.
7.2 In the event of any unsolicited price increase sought by any bidder, subsequent to
the bid due date, the bid of such a bidder shall be liable to be rejected. However, in
case the unsolicited price increase is known only after price bid opening and the
bidder’s comparative ranking changes by withdrawal of the price increase, the
bidder shall not be allowed to withdraw the price increase and the bid shall be
rejected outright. But, if such a bidder is lowest with or without the price increase,
the order shall not be placed with price increase and if the bidder does not agree,
the enquiry shall be refloated.
Wherever, decision is taken to reject a bid, EMD, if submitted, by the Bidder, shall
also be forfeited
8.0 SPARES

8.1 Bidding document / MR shall include list of mandatory spares, wherever required,
clearly indicating quantity required. All such spares shall be included in the prices
quoted by the bidder. The commissioning spares and special tools and tackles, if
applicable, shall, also, be included by the bidder in his quoted prices. However,
Bidder shall be fully responsible and no additional cost shall be paid in case
mandatory / commissioning spares / special tools & tackles over & above those
considered by bidder are required.
8.2 Bidders will be required to quote for their recommended two years operation and
maintenance spares (with a price validity of 01 year from the date of award of main
equipment) but the same will not be considered for price evaluation.
9.0 DOCUMENTS COMPRISING THE BID

9.1 The offer must be complete in all respects, leaving no scope for ambiguity. Bidder
is fully responsible for the bid submitted and no relief or consideration can be given
for errors and omissions.
9.2 Deviations to terms and conditions, presumptions etc. shall not be stipulated
in Price part of bid and price bids shall also not contain any stapled slips. In
case of any conditions stipulated in price bids or the price bid containing any
stapled slips, the bids of such bidders shall be summarily rejected and shall
not be considered for further evaluation. Evaluation shall be carried out
excluding such bidder(s).
9.3 Bidders must ensure submission of prices without any erasures or
corrections. Use of white fluid for correcting the rates is banned. Wherever
rates are corrected with white / erasing fluid and bids are invited on overall
basis then those bids shall be rejected. However if the bids are invited on

Page 19 of 37

Page 36 of 276
line item basis and the correction is done on a particular line item, then that
line item will be rejected.
10.0 CURRENCY OF BID

10.1 FOREIGN SUPPLIERS


Foreign SUPPLIERs are required to submit prices only in (USD/
EURO/JPY/GBP). In case a Foreign SUPPLIER is sourcing part of
equipment/ services from India, prices of such equipment/ services shall be
quoted in Indian Rupees only and terms & conditions applicable to supplier of
Indian sourced portion shall be same as applicable to Indian Bidders.
10.2 INDIGENOUS SUPPLIERS
Indigenous SUPPLIERs are required to submit price in Indian Rupees only.
Bidding currency shall be Indian Rupees for Indian bidders and US Dollar /
Euro / GBP / JPY / SGD for Foreign Bidders.
11.0 CONVERSION TO SINGLE CURRENCY

11.1 To facilitate evaluation and comparison, the Owner/EIL will convert Foreign
bidders’ bid shall be compared considering RBI reference rate of quoted currency
on the day of price bid opening. In case the rate is not available as on the day of
price bid opening, the latest available rate prior to the day of price bid opening,
shall be considered.
12.0 PRICE BID OPENING

12.1 Price part of only those bidders, whose bids are considered techno-commercially
acceptable, shall be opened. Bidders selected for opening of their price bids shall
be informed about the date of price bid opening. The Price Bid opening shall be
done at e-tender portal only and Bidders can also witness bid opening by logging
on to the E-Tendering website through their system using their valid digital
signature / certificate.
13.0 SINGLE POINT RESPONSIBILITY OF THE SUPPLIER

In case of MRs containing supplies as well as site work/ services, a single order,
covering the supply part as well site work/ services, shall be placed. Separate
Orders for supply and site work may be considered on case to case basis.

However in case, of a foreign SUPPLIER, payment to Indian sub-SUPPLIER shall


be released directly in Indian Rupees against invoices duly certified by the Foreign
SUPPLIER.

For this purpose, the Indian sub-SUPPLIER’s name, material/ services and
corresponding price in Indian Rupees, shall be clearly spelt out in the purchase
order on foreign SUPPLIER. In case a Foreign supplier sources supplies/ services
within India, the applicable terms & conditions shall be applicable as per Annexure-
B
14.0 NEGOTIATION

14.1 Negotiations will not be conducted with the bidders as a matter of routine.
However, MRPL reserves the right to conduct negotiations.
15.0 AWARD OF WORK

15.1 MRPL will award the order to the bidder who has been determined as a lowest
evaluated bidder.
Page 20 of 37

Page 37 of 276
16.0 OWNER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID

16.1 The Owner/EIL reserves the right to accept or reject any bid, and to annul the
bidding process and reject all bids at any time prior to award of the order without
thereby incurring any liability to the affected bidder or bidders or any obligations to
inform the affected bidder or bidders of the ground for Owner/EIL’s action.
17.0 NOTIFICATION OF AWARD

17.1 Prior to the expiration of period of bid validity Owner will notify the successful
bidder in writing by fax/e-mail to be confirmed in writing, that his bid has been
accepted. The notification of award / Letter of Acceptance (LOA) will constitute the
formation of the Order.
17.2 The Delivery Schedule shall commence from the date of notification of award /
Letter of Acceptance (LOA).
17.3 LOA will contain price, delivery and other salient terms of bid and RFQ Document.
Bidder will be required to confirm receipt of the same by returning “Copy of the
LOA” duly signed and stamped by the bidder as a token of
acknowledgement/Acceptance to Owner and EIL. On receipt of acknowledgement
without any deviation / condition, detail Purchase Order / Contract will be issued. A
copy of the same without any condition / deviation will be returned duly signed and
stamped by the bidder as a token of acknowledgement / Acceptance to OWNER.
18.0 FRAUDULENT PRACTICES

18.1 The OWNER requires that Bidders/ Contractors observe the highest standard of
ethics during the award/ execution of Contract. "Fraudulent Practice" means a
misrepresentation of facts in order to influence the award of a Contract to the
detriment of the Owner, and includes collusive practice among bidders (prior to or
after bid submission) designed to establish bid prices at artificial non-competitive
levels and to deprive the Owner of the benefits of free and open competition.
a. The OWNER will reject a proposal for award if it determines that the bidder
recommended for award has engaged in fraudulent practices in competing for
the Contract in question.
b. Bidder is required to furnish the complete and correct information/ documents
required for evaluation of their bids. If the information/ documents forming basis
of evaluation is found to be false/ forged, the same shall be considered
adequate ground for rejection of bids and forfeiture of Earnest Money Deposit.
c. In case, the information/ document furnished by the Bidder/ Contractor forming
basis of evaluation of his bid is found to be false/ forged after the award of the
contract, Owner shall have full right to terminate the contract and get the
remaining job executed at the risk & cost of such Bidder/ Contractor without
any prejudice to other rights available to Owner under the contract such as
forfeiture of CPBG/ Security Deposit, withholding of payment etc.
d. In case, this issue of submission of false documents comes to the notice after
execution of work, Owner shall have full right to forfeit any amount due to the
Bidder/ Contractor along with forfeiture of CPBG/ Security Deposit furnished by
the bidder/ contractor.
e. Further, such bidder/ contractor shall be put on Blacklist/ Holiday/ Negative List
of OWNER/CONSULTANT debarring them from future business with Owner &
CONSULTANT for a time period, as per the prevailing policy of OWNER &
CONSULTANT.

Page 21 of 37

Page 38 of 276
19.0 INTEGRITY PACT

Integrity Pact. Integrity Pact (IP) shall be applicable for all tenders of estimated
value more than Rs. One Crore. The proforma of IP shall form part of the
RFQ/tender documents issued to bidders. In such cases, it shall be mentioned in
the bid documents that;
a) Proforma of Integrity Pact (IP) shall be returned by the Bidder/s along with the
bid documents (technical bid in case of 2 part bids), duly signed by the
authorized signatory.
b) Integrity pact duly signed by the bidder shall be submitted in original along with
the un-price bid failing which the bid shall not be considered.
20.0 ONE BID PER BIDDER

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

21.1 The Bid prepared by the bidder, all correspondence/drawings and documents
relating to the bid exchanged by the bidder with the Owner/Consultant shall be in
English Language alone provided that any document furnished by the bidder may
be written in another language so long as accompanied by an English translation,
in which case, for the purpose of interpretation of the bid, the English translation
shall govern.
21.2 In the event of submission of any document/ certificate by the Bidder in a language
other than English, the English translation of the same duly authenticated by
Chamber of Commerce of Bidder’s country shall be submitted by the Bidder.
22.0 EARNEST MONEY DEPOSIT (EMD) / BID SECURITY

22.1 In case of Press Enquiries i.e NIT/IFB, Bidders will be required to submit bid
security in the form of demand draft or bank guarantee in favour of MRPL
Mangalore from any Indian scheduled bank or from any Indian branch of an
international bank. The bid security shall be in US $/EURO/JPY/GBP for foreign
bidders and in Indian Rupees for domestic bidders. The bid security shall be valid
for two months beyond the bid validity.
22.2 Bids not accompanied with EMD shall be rejected and such Bidder shall not be
allowed to attend Bid opening.
22.3 The amount of EMD shall be as per NIT/IFB.
22.4 Original EMD shall be submitted in EIL office before the due date and time
failing which their bid shall not be considered.
22.5 Earnest Money Deposit (EMD) in the form of Bank guarantee as mentioned above
shall be submitted in accordance with the format enclosed in the bidding
document.
22.6 EMD shall not be required to be submitted by Micro & Small units 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 for corresponding item/works as well as
by Indian Central Public Sector Undertakings/ Enterprises.

Page 22 of 37

Page 39 of 276
22.7 EMD of bidders whose price bids are not opened / unsuccessful bidders shall be
returned after the award to successful Bidder.
22.8 The bid security of a bidder shall be forfeited in any of the following situations :
a. If the bidder submits alternative bids; or
b. If the bidder suo moto modifies his bid; or
c. Withdraws his bid during the period of bid validity; or
d. In case, during evaluation of bid, it is found that any false/forged document
has been furnished.
e. In case of a successful bidder, if the bidder fails or refuses :
(i) To accept the purchase order / signing of the contract
(ii) To furnish Contract Performance bank guarantee.
(iii) To accept arithmetical correction of its bid, as per the terms of the
bidding document.
In case, any of the above events happens, the bidder shall be given notice of 7
days to take corrective action and in case corrective action is not taken, bid
security shall be encashed without any further notice
23.0 TRANSPORTATION

23.1 INDIGENOUS SUPPLIERS


23.1.1 Indigenous SUPPLIERs are required to dispatch the goods on door delivery basis
through any of IBA Approved Transporters.
23.2 FOREIGN SUPPLIERS
23.2.1 Orders in case of foreign suppliers shall be on CFR port of entry (New Mangaluru)
/ JNPT (for LCL Cargo only) / CPT airport of entry (Bengaluru) in India basis,
wherein the Ocean transportation / Air Transportation from FOB Port of Exit /FCA
Airport of Exit to the designated Indian Port {(Mangaluru) / JNPT (for LCL Cargo
only)} / Airport (Bengaluru) shall be arranged by the suppliers. All shipments of
break bulk material and containerized cargo shall be made by suitable vessels
certified for sea worthiness and complying with National/ International safety
regulations and age of the vessel being less than 25 years. Bidder to coordinate
with MRPL/EIL nominated Customs House Agent for smooth discharge /delivery of
the cargo at the Port of arrival.
23.2.2 Bidder shall quote separate prices on FOB Port / FCA Airport of Exit basis and for
Ocean / Air Freight transportation charges. Quoted Ocean freight charges for
Break Bulk cargo delivery shall be on FLT (Full Liner Terms), i.e., all charges at
destination port shall be borne by the suppliers till the cargo is unloaded on to the
wharf /vehicle as the case may be. No Trans-shipment is permitted for Break Bulk
Cargo.
23.2.3 Bidder shall inform 07 days prior to the expected date of arrival of vessel in port of
entry in India. Detention & Demurrages, if any, due to early arrival of vessel, shall
be to supplier’s account.
23.2.4 Wherever, the foreign bidder does not accept the ocean transportation in his
scope, offer of such bidder shall be rejected.
24.0 COMPREHENSIVE MARINE-CUM-ERECTION INSURANCE

Owner shall arrange comprehensive Marine Cum Erection insurance policy,


therefore insurance shall be excluded from the bidder’s scope. However, in cases

Page 23 of 37

Page 40 of 276
involving site works, bidder shall arrange for insurance of their tools & tackles,
workmen compensation insurance and third party insurance
25.0 GUARANTEE PERIOD

The performance guarantee clause no 29 of GPC (Indigenous) & clause 27 of


GPC (Imported) stands modified as below:
25.1.1 “The Seller shall guarantee that any and all materials used in execution of the
Purchase Order shall be in strict compliance with characteristics, requirements and
specifications and that the same shall be free from any defects. Checking of the
Seller’s drawings by the Purchaser/Purchaser’s representatives and their approval
and permission to ship or despatch the equipment and materials granted by
Inspectors shall not relieve the Seller from any part of his/its responsibilities of
proper fulfilment of the requirements.
25.1.2 The Seller will guarantee that all materials and equipment’s shall be repaired or
replaced as the case may be, at his own expense, in case the same have been
found to be defective in respect of material, workmanship or smooth and rated
operation within a period 15 months after the equipment/ material have been put in
service or 30 months from the date of shipment, whichever is earlier. Repaired or
replaced equipment/ materials shall be similarly guaranteed by the SELLER for a
period of fifteen (15) months from the date of replacement/ repair subject to a
maximum of 30 months from the date, the main equipment/ material have been
put in service. All expenses for such replacement/ repair of equipment/ material
shall be to the account of the Seller including freight, if any.
25.1.3 Acceptance by the Purchaser or its Inspectors of any equipment and materials or
its replacement will not relieve the Seller of its responsibility of supplying the
equipment/materials strictly according to the specification and according to the
guarantees agreed by the Seller”.
26.0 CONTRACT CUM PERFORMANCE BANK GUARANTEE (CPBG)

26.1.1 Within 30 days from the date of issue of Purchase order, the Seller shall furnish
Contracts cum performance guarantee in the form of Bank Guarantee as per the
purchaser’s proforma for an amount equivalent to 10% of the order value. This
shall be 5% in case of bulk items (Annexure -C).
26.1.2 The proceeds of the CPBG shall be appropriated by the Purchaser as
compensation for any loss resulting from the Seller’s failure to complete his
obligations under the Contract without prejudice to any of the rights or remedies
the PURCHASER may be entitled to as per terms and conditions of CONTRACT.
26.1.3 This CPBG shall also govern the successful performance of Goods and Services
during the entire period of Contractual Warrantee/Guarantee.
26.1.4 The CPBG shall be denominated in the currency of the CONTRACT.
26.1.5 The Contracts cum Performance Guarantee shall be valid for the duration of 2
months beyond the expiry of Warrantee/Guarantee period. The Bank Guarantee
will be discharged by PURCHASER not later than 2 months from the date of
expiration of the Seller’s entire obligations, including any warrantee obligations,
under the CONTRACT.
26.1.6 CPBG shall not be required for orders up to Rs. Ten (10) Lakhs.
26.1.7 Bank Guarantee(s) shall be issued through Indian Nationalized Bank/ Indian
Scheduled bank (other than Co-operative Banks) / Indian branches of foreign
banks registered with Reserve Bank of India as a scheduled foreign bank.
26.1.8 It will be the responsibility of the Seller to keep the Bank Guarantee fully
subscribed. Any shortfall in the value of the Bank Guarantee as a result of Order
Amendment due to change in order value / encashment by the Purchaser either in

Page 24 of 37

Page 41 of 276
full or in part in terms of Seller’s Performance shall be replenished by the Seller
within two weeks thereof.
27.0 PRICE REDUCTION SCHEDULE (PRS) / DELAYED DELIVERY

The Delayed Delivery clause no 18 of GPC (Indigenous) & clause 17 of GPC


(Imported) stands modified as below:
27.1.1 The time and date of delivery of materials/ equipment / site work as stipulated in
the Purchase Order shall be deemed to be the essence of the agreement. For any
delay in delivery of equipment / materials / site work or part thereof beyond the
delivery date stipulated, the Purchaser may:

a) FOR BUILK ITEMS: Accept delayed delivery at prices reduced by a sum


equivalent to one half of one percent (1/2%) of the total value of delayed
item/quantity for every week of delay or part thereof, limited to a maximum of
five percent (5%) of the total order value.

b) FOR ITEMS OTHER THAN BULK ITEMS (WITH OR WITHOUT SITE WORK):
Accept delayed delivery at prices reduced by a sum equivalent to one half of
one percent (1/2%) of the total order value for every week of delay or part
thereof, limited to a maximum of five percent (5%) of the total order value.
27.1.2 Wherever the supply period and site work are indicated as two separate periods
and notice of site readiness is required for site work, intervening period, if any,
shall be excluded, while calculating the price reduction for delay..
In respect of orders involving supervision of installation & commissioning, PRS
shall not be levied on supervision charges, irrespective of the delay in supplies.

Note: It shall be endeavor to split the period i.e. a separate period for supply and
site work.
27.1.3 Price reduction shall be effected in the Invoice value before presenting for
payment. The Purchaser reserves the right to cancel the Purchase Order for any
delay exceeding the period of maximum reduction and the Seller shall be liable to
all consequences thereof.
27.1.4 For the purpose of PRS, part of the week shall be considered as one week.
Further, total order value means total order value (Supplies + Site Work, if
applicable) on completion of supplies (including any amendments/ change order) /
site work, if applicable, excluding cases of Short Closure/ cancellation.
28.0 INFORMATION REQUIRED FROM FOREIGN SUPPLIERS /
CONTRACTORS / CONSULTANTS FOR ALL CASES OTHER THAN
SUPPLY ORDERS

All prices must be gross of Indian Income Taxes.


28.1 It is mandatory for the foreign supplier/contractor/consultant to furnish the
following information in case his receipts are subject to tax deduction at source in
India:
a) PAN No. as per the Indian Income Tax requirements failing which the
Supplier/Contractor/Consultant shall be responsible for any additional tax
deduction at source as per the provisions of the Indian Income Tax Act/Rules
and the same shall be deducted from the payment made to
supplier/contractor/consultant.
In case the foreign bidder does not have Permanent Account Number (PAN),
he shall furnish the following information/documents:

Page 25 of 37

Page 42 of 276
 Name, e-Mail id, contact number.

 Address in the country of which the deductee is a resident.

 Tax Residency Certificate (TRC) from the Government of that country.

 Tax Identification Number (TIN) / Unique Number of the deductee in the


country of his residence.
b) Tax Residency Certificate (TRC) containing prescribed particulars as per the
enclosed format (Annexure D) from the Government of foreign country in
order to claim the benefits of DTAA as per the Indian Income Tax
requirements failing which the relief under DTAA will not be available and
consequently the higher rate of withholding tax @ 25% will be applicable and
deducted from the payment made to supplier/contractor/consultant (i.e., non-
resident taxpayer). The TRC shall be duly verified by the Government of the
country of which the assessee claims to be a resident for the purposes of tax.
c) In additional to TRC, bidder in order to claim the benefits of DTAA shall also
submit additional information in form no. 10F. Form 10F has to be signed &
verified by the assessee himself. (Refer Annexure E)
28.2 If some information is already contained in TRC, the bidder shall not be required
to provide that information in Form no. 10F but even then Form no. 10F is
required to be provided by the bidder. However, the bidder may write Not
Applicable in the relevant column in case that information is already contained in
TRC.
28.3 Any other document required before release of any payment as per the Statute
applicable for the Payment. The above shall be furnished before release of any
payment.
29.0 REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN NATIONALS

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

Notwithstanding anything contrary contained herein, the aggregate total liability of


Supplier, excluding his liability towards infringement of patent, trade mark or
industrial design rights, under the contract or otherwise shall be limited to 100% of
Totral Order value of Purchase order. However, neither party shall be liable to the

Page 26 of 37

Page 43 of 276
other party for any indirect and consequential damages, loss of profits or loss of
production.

31.0 TRANSFER OF PROPERTY FROM THE SELLER TO THE PURCHASER

The clause no 21 of GPC (Indigenous) “Transfer of Property from the Vendor to


the Owner”, stands modified as below:
31.1 The transfer of property shall be deemed to have taken place as follows subject to
the provisions herein contained:
FOB/FCA/CFR Contracts: In the case of FOB/FCA, CFR & CIF Contracts, when
the Goods have been put on board of ship, at the specified port of loading and a
clean Bill of Lading / Airway Bill is obtained.
F.O.T. despatch point: On handing over the equipment to the carrier against
receipt and such receipt having been passed over to the Purchaser.
F.O.T. Project Site: on receipt of material at Project site.
Equipment sent freight/ carriage paid to the Refinery site: On receipt of goods at
site.
Equipment erected by the Seller: on acceptance at job site.
Equipment commissioned by the Seller: On taking over by the Purchaser for
regular operation after test run at maximum capacity for specified period
satisfactorily performed.
32.0 INSPECTION
Indigenous sourced material shall be inspected by TPIA/CONSULTANT as
mentioned in the MR. All Foreign sourced material shall be inspected by TPIA out of
BV/ DNV/TUV/ CEIL / LRS. Bidders shall be required to include the TPIA charges
for the same in their quoted prices. Also following shall be specified:

i) QAP will be approved by Inspection agency incorporating requirements


of Inspection and Test Plan, Technical specifications provided with Purchase
Order / Contract document.

ii) The Inspection release note issued by the Third Party Inspection agency shall
clearly stipulate that materials/equipment have been inspected as per Code-1
approved drawings and approved QAP.

iii) Certification of final documents, wherever applicable, for release of final


payment, shall be carried out by Inspection Authority issuing the final
inspection certificate
33.0 REPEAT ORDER

Repeat orders on same unit prices, terms & conditions will be applicable within a
period of 6 months from the date of Purchase Order, provided the following
conditions are met.

a) The original order was placed on competitive basis.


b) The prices have not shown any downward trend.
c) The Order value & Quantity limited to 100% of the original order.

Page 27 of 37

Page 44 of 276
34.0 PART ORDER CONDITION

34.1 Bidder hereby agrees to accept part order at Purchasers option without any
limitation whatsoever.
34.2 Any charges quoted extra as lumpsum shall be applicable prorata on value basis in
the event of part order.
35.0 COMPLIANCE TO RFQ DOCUMENT

Bidder shall submit the compliance to the RFQ document as per the performa
attached as Annexure – F. Non-compliant bids may be rejected and clarifications
may not be sought if sufficient compliant bids are received.
36.0 ORDER OF PRECEDENCE OF COMMERCIAL DOCUMENTS

In case of an irreconcilable conflict between RFQ, Special Purchase Conditions &


General Purchase Conditions (GPC), the following shall prevail to the extent of
such irreconcilable conflict in order of precedence:

i) RFQ

ii) Instructions to Bidders (ITB) & Special Purchase Conditions (SPC)

iii) General Purchase Conditions (GPC)


37.0 TERMS & CONDITIONS OF SUPERVISION OF ERECTION, TESTING &
COMMISSIONING) (IF APPLICABLE AS PER MR)

Refer attached Annexure – G.- Not Applicable


38.0 TERMS & CONDITIONS OF POST WARRANTY COMPREHENSIVE
ANNUAL MAINTENANCE CONTRACT (PWCAMC) (IF APPLICABLE AS
PER MR).

Refer attached Annexure – H - Not Applicable

39.0 TERMS & CONDITIONS OF TRAINING OF EMPLOYER’S PERSONNEL AT


MANUFACTURER’S WORKS/FACILITIES (IF APPLICABLE AS PER MR).

Refer attached Annexure – I- Not Applicable

40.0 TERMS & CONDITIONS FOR SITE WORK (IF APPLICABLE AS PER MR).

Refer attached Annexure – J – Not Applicable

Page 28 of 37

Page 45 of 276
ANNEXURE – A
MICRO & SMALL ENTERPRISES (MSEs)

a) In case the bidder 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 or having
Udyog Aadhar Memorandum:

i) Tender Documents shall be issued to MSEs free of cost.

ii) MSEs shall be exempted from payment of EMD


b) The owner reserves the right to allow Micro & Small enterprises as well as
MSEs Owned by SC/ST entrepreneur, price preference as admissible under
the prevailing procurement policy for MSEs.
c) As per the public procurement policy for MSEs 2012, out of the objective of
procuring minimum 20% from MSEs, 4% (20% of 20%) is to be from MSEs
owned by SC/ ST entrepreneurs.
Definition of MSEs owned by SC/ST Entrepreneurs, as per FAQs issued
through OM dated 20.02.2014 by Office of the Development Commissioner
(MSME), is as follows:

 In case of proprietary MSE, proprietor should be SC/ST.

 In case of partnership MSE, the SC/ST partner(s) should be holding at


least 51% shares in the unit.

 In case of Limited companies, at least 51% share should be held by SC/


ST shareholder(s).
In order for MSE owned by SC/ST Entrepreneurs to qualify for benefits
available under Public Procurement Policy for MSEs order 2012, the
MSE shall additionally submit a relevant SC/ ST certificate in the name of
SC/ ST proprietor or partner(s) holding minimum 51% shares in case of
partnership or person(s) holding minimum 51% shares in limited
companies, issued by any of the following:

 District Magistrate/ Additional District Magistrate/ Collector/ Deputy


Commissioner/ Deputy Collector/ Ist Class Stipendiary Magistrate/ City
Magistrate/ Sub-Divisional Magistrate/ Taluka Magistrate/ Excutive
Magistrate/ Extra Assistant Commissioner (not below the rank of Ist
Class Stipendiary Magistrate).

 Chief Presidency Magistrate/ Additional Chief Presidency Magistrate/


Presidency Magistrate.

 Revenue Officers not below the rank of Tehsildar

 Sub-Divisional Officer of the area where the candidate and/ or his family
normally resides.

 Administrator/ Secretatry to Administrator/ Development Officer


(Lakshdweep Islands).
d) The quantity against the item(s) of MR may be split to enable ordering of 20%
Page 29 of 37

Page 46 of 276
quantity against the item(s) of MR to MSEs, inline with price preference as
admissible under the prevailing procurement policy for MSEs. Accordingly,
the quoted prices against various items of MR shall remain valid in case of
splitting of quantities of the items in view of the same.
However, in case where quantity against a line item cannot be split (i.e.,
minimum 20% to MSEs) or items with single quantity or in group item, the
complete line item/group shall be awarded on MSE bidder within the price
range of L1 bidder’s evaluated price + 15% subject to their matching L1
bidder’s price.
e) Above preference to MSEs shall not be applicable to MRs where Site work is
also included in the scope.
f) MSE bidder shall submit the following:

i) Documentary evidence that the bidder is a Micro or Small Enterprises


registered with District Industries Centers or Khadi and Village Industries
Commission or Khadi and Village Industries Board or Coir Board or
National Small Industries Corporation or Directorate of Handicrafts and
Handloom or any other body specified by Ministry of Micro, Small and
Medium Enterprises or having Udyog Aadhar Memorandum.

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

iii) The above documents submitted by the bidder shall be duly certified (in
original) by a Notary Public or Statutory Auditor of the bidder or a
practicing Chartered Accountant (not being an employee or a Director or
not having any interest in the bidder's company/firm) where audited
accounts are not mandatory as per law.
g) If the bidder does not provide the appropriate document or any evidence to
substantiate the above, then it will be presumed that he does not qualify for
any preference admissible in the Public Procurement Policy,2012

Page 30 of 37

Page 47 of 276
ANNEXURE - B

TERMS & CONDITIONS FOR INDIAN SOURCED COMPONENTS SERVICES BY


FOREIGN BIDDER

Foreign bidder may source components / sub-supplies and services from India, if allowed as
per Material Requisition. For such sub-supplies / services, Commercial Terms & Conditions of
the RFQ shall stand modified to the following extent:
1. PRICING:
1.1 Unit and total price on FOT Despatch Point basis including packing and forwarding
charges.
1.2 Details of Taxes and duties (rates) payable extra on the finished goods, applicable on
Indian sub-suppliers
1.3 Separate and clear break-up of charges for inland transportation is to be quoted by the
bidder.
1.4 Materials if ordered against the RFQ are required to be dispatched on door delivery
basis through a reliable bank approved Road Transport Company.
1.5 Transit insurance of Indian sub supplies shall be borne and arranged by the MRPL.
2. CURRENCY OF QUOTE:
The quoted price of sub-supplies/ services shall be in Indian Rupees only.
3. AWARD OF ORDER:
Foreign Principal shall be the single point responsible Vendor. Single Purchase order
shall be issued on the foreign principal clearly indicating the sub-supplier’s / sub-
contractor’s name, material and corresponding price in Indian Rupees.
4. DELIVERY:
The delivery period for sub-supplies shall be on FOT site basis within specified delivery
period for foreign bidder as per Terms of RFQ/Bidding document.
5. PRICE REDUCTION SCHEDULE:
PRS shall be applicable in totality on foreign scope + Indian sourced component / site
work for delay in supply of goods/ site work either by foreign principals or Indian
counterpart.
6. PAYMENT TERMS:
Payment of Indian sub supplies/Services
- 85% through E-Payment with taxes and duties will be paid against receipt of
Indian sourced goods/material at project site.
- 10% against receipt of all Indian supplies at site and delivery of main equipment by
foreign bidder, as per Terms of bidding document and completion of site work,
wherever applicable.
- 5% on submission of Final/As built Drawings/Documents/Data/Manual in requisite
number of copies/sets/CDs as per VDR specified in Purchase Requisition, by main
bidder.

Page 31 of 37

Page 48 of 276
Note
 Payment of Indian sub supplies/Services shall be released directly to Indian
counterpart against Invoices raised by Indian counterpart duly certified by foreign
principal.
 In case of Foreign bids with Indian sub supplies, the payment terms of Foreign
bidder against shipping documents stands reduced by 5% which shall be released
as follows:
5% payment shall be released thru wire transfer, on delivery of main equipment
by foreign principal (as per terms of enquiry document) as well as receipt of Indian
supplies at site.
 The payments shall be made after adjustment of Price Reduction Schedule.
 If foreign principal delivers all their foreign sourced goods with Indian sourced
delivery yet to be completed and further requests for release of last 10% payment,
then this last 10% shall be released to foreign principal against the submission of
bank guarantee for this 10% of order value valid for 03 months from CDD plus 1
month claim period or till completion of indian sourced items whichever is later.
7. CONTRACT PERFORMANCE BANK GUARANTEE:
Foreign principal shall submit the Contract performance bank guarantee for 10% of total
order value including value of foreign portion and Indian sourced components / site
work.

Page 32 of 37

Page 49 of 276
ANNEXURE – C

LIST OF BULK ITEMS (FOR PBG & PRS PURPOSE)

A) PIPING
1. Pipes
2. Fittings
3. Flanges (All kinds/ types)
4. Gaskets
5. Bolts & Nuts
6. Valves of all kind
7. Strainer
8. Steam Traps
9. Steam and Condensate Manifolds
10. Spring Hangers
11. Hose and Hose Couplings

B) ELECTRICAL
1. LT Cable
2. FLP Lighting Fixtures and Control Gears
3. Communication Cables
4. Junction Box

C) INSTRUMENTATION
1. Signal & Thermocouple Cables
2. Copper Tubes
3. SS Tubes
4. Tube Fittings
5. Instrument Valves and Manifolds
6. Instrument Junction Box
7. Rupture Disc
8. Gauge Glass & Cocks
9. Pressure Gauges, Differential Pressure Gauges, Draft Pressure Gauges
10. RTD, Thermocouples and Thermowells
11. Temperature Gauges
12. Tank Level Indicator. (Float Type)
13. Orifice Plates & Flanges

Page 33 of 37

Page 50 of 276
ANNEXURE – D

TRC obtained by the Non-Resident from Government of Foreign Country shall contain the
following particulars:

(a) Name of the assessee;

(b) Status (individual, company, firm etc.) of the assessee;

(c) Nationality (in case of individual);

(d) Country or specified territory of incorporation or registration (in case of others);

(e) Assessee’s tax identification number in the country or specified territory of residence or
in case no such number, then, a unique number on the basis of which the person is
identified by the Government of the country or the specified territory;

(f) Residential status for the purposes of tax;

(g) Period for which the certificate is applicable; and

(h) Address of the applicant for the period for which the certificate is applicable;

Page 34 of 37

Page 51 of 276
ANNEXURE – E

“FORM NO. 10F


[See sub-rule (1) of rule 21AB]

Information to be provided under sub-section (5) of section 90 or sub-section (5) of


section 90A of the Income-tax Act, 1961

I………………. *son/daughter of Shri………………. in the capacity of……………….


(designation) do provide the following information, relevant to the previous year……………….
*in my case/in the case of………………. for the purposes of sub-section (5) of * section
90/section 90A:-

Sl.No. Nature of information : Details#

(i) Status (individual; company, firm etc.) of the assessee :

(ii) Permanent Account Number (PAN) of the assessee if allotted :

(iii) Nationality (in the case of an individual) or Country or specified :


territory of incorporation or registration (in the case of others)

(iv) Assessee’s tax identification number in the country or specified :


territory of residence and if there is no such number, then, a
unique number on the basis of which the person is identified by
the Government of the country or the specified territory of which
the assessee claims to be a resident

(v) Period for which the residential status as mentioned in the :


certificate referred to in sub-section (4) of section 90 or sub-
section (4) of section 90A is applicable

(vi) Address of the assessee in the country or territory outside India :


during the period for which the certificate, mentioned in (v)
above, is applicable

2. I have obtained a certificate to in sub-section (4) of section 90 of sub-section (4) of section


90A from the Government of………………. (name of country or specified territory outside
India)

F.NO.142/16/2013-TPL]/SO 2331(E)

Signature:……………….

Name:……………….

Address:……………….

Permanent Account Number:……………….

Verification

Page 35 of 37

Page 52 of 276
I………………. do hereby declare that to the best of my knowledge and belief what is stated
above is correct complete and is truly stated.

Verified today the………………. day of………………..

……………….

Signature of the person providing the information

Place:……………….

Notes :

1. *Delete whichever is not applicable.

2. #Write N.A. if the relevant information forms part of the certificate referred to in sub-section
(4) of section 90 or sub-section (4) of section 90A.

Page 36 of 37

Page 53 of 276
ANNEXURE - F

COMPLIANCE TO REQUIREMENT TO RFQ DOCUMENT

RFQ No :

ITEM:

We * hereby agree to fully comply with, abide by and accept without variation,
deviation or reservation all technical, commercial and other condition whatsoever of the
Bidding Documents including all Addenda / Corrigenda / Clarifications issued.

Any and all deviations, variations, objections or reservations whatsoever hereto set
out, given or indicated in our offer, clarifications, correspondence, communications, or
otherwise stands null and void.

**
For & on behalf of

Authorised signatory

* Here fill in the name of bidder.


** The Compliance Letter must be signed by the person (s) authorised to sign the bid.

Page 37 of 37

Page 54 of 276
MANGALORE REFINERY AND PETROCHEMICALS LIMITED

PROJECTS

GENERAL PURCHASE CONDITIONS


(INDIGENOUS)

INDEX

1. DEFINITIONS 38. HEADINGS


2. REFERENCE FOR DOCUMENTATION 39. ARBITRATION
3. CONFIRMATION OF ORDER 40. JURISDICTION
4. SALES CONDITIONS
5. COMPLETE AGREEMENT
6. INSPECTION - CHECKING - TESTING
7. OFFICIAL INSTITUTIONAL TESTING
8. PROGRESS SCHEDULE & EXPEDITING
8. WEIGHTS & MEASUREMENTS
9. DESPATCH INSTRUCTIONS
10. OILS & LUBRICANTS
11. SPARE PARTS
12. PACKING AND MARKING
13. SHIPMENT AND SHIPMENT NOTICES
14. CONTROL REGULATIONS
15. TRANSIT RISK INSURANCE
16. RESPECT FOR DELIVERY DATES
17. DELAYED DELIVERY
18. DELAYS DUE TO FORCE MAJEURE
19. REJECTION, REMOVAL OF REJECTED
GOODS AND REPLACEMENT

20. TRANSFER OF PROPERTY FROM


THE VENDOR TO THE OWNER
21. PRICE
22. TERMS OF PAYMENT
23. INVOICING AND NEGOTIATION
OF DOCUMENTS
25 RECOVERY OF SUMS DUE
26. CHANGES
27. CANCELLATION
28. PATENTS AND ROYALTIES
29. PERFORMANCE GUARANTEE
30. NON-WAIVER
31. NON-ASSIGNMENT
32. PART ORDER / REPEAT ORDER
33. VENDOR’S DRAWINGS AND
DATA REQUIREMENT
34. TECHNICAL INFORMATION
35 SERVICES OF VENDOR’S PERSONNEL
36. VENDOR’S LIABILITIES
37. OWNER’S MATERIAL

Page 55 of 276
1. DEFINITIONS:

The following expressions used in these General Purchase Conditions and the Purchase Order shall have the
meaning indicated against each of them :

“OWNER / CLIENT“ : OWNER/CLIENT means Mangalore Refinery and Petrochemicals Limited, a company
incorporated in India having its registered office at Kuthethoor, P.O. Via: Katipalla, Mangalore- 575 030, acting
through Consultant for the Projects of Mangalore Refinery and Petrochemicals Limited., at Mangalore and shall
include its successors and assigns.

“GOODS/MATERIALS”: Goods and/or materials shall mean any of the articles, materials, Machinery,
Equipment, Supplies, drawings, data and other property and all services including but not limited to design,
delivery, installation, inspection, testing and commissioning specified to complete the order.

“VENDOR/ SELLER / SUPPLIER”: Vendor/ SELLER / Supplier shall mean the Person, firm or OWNER to whom
this Purchase Order is issued.

“Contractual Delivery Date”: Contractual Delivery date is the date on or before which goods shall be delivered
F.O.T despatching point/destination in accordance with the terms of the Purchase Order. The contractual
delivery date/period is inclusive of all the lead time for engineering, procurement of raw materials,
manufacturing, inspection, testing packing and any other activities whatsoever required to be accomplished for
effecting the delivery at the agreed delivery point.

“Procurement co-ordinators/ Managers and Consultants”: Owner’s authorized representative appointed as


procurement co-ordinators/ Manager and Consultants.

“INSPECTORS”: Inspectors deputed by Owner or procurement co-ordinator / managers and consultants.

“PROJECT”: Projects of Mangalore Refinery and Petrochemicals Limited at Kuthethoor, P.O. Katipalla,
Mangalore- 575 030

“Purchase Order”: Purchase Order shall mean the Order placed on the Vendor for supply of material/services
and shall include the general conditions, bidding conditions, specific conditions, material requisition/Purchase
requisition, drawings, Price schedule and subsequent amendments mutually agreed upon. It may also be
referred as order or contract.”

2. REFERENCE FOR DOCUMENTATION:

Purchase Order number must appear on order confirmation correspondence, drawings, invoices, shipping
notes, packing and/ or any documents or paper connected with the Order.

3. CONFIRMATION OF ORDER:

The Vendor shall acknowledge the receipt of the Letter of Acceptance ( LOA ) / Fax of Acceptance (FOA) /
Purchase Order within seven days following the date of the LOA / FOA / Purchase Order and shall thereby
confirm his acceptance of the FOA / Purchase Order without any exceptions. This acknowledgment will bear on
both FOA / Purchase Order and General Purchase Conditions

4. SALES CONDITIONS:

With Vendor’s acceptance of provisions of this Purchase Order, he waives and considers as cancelled any of
his general sales conditions.

Page 56 of 276
5. COMPLETE AGREEMENT:

The terms and conditions of this Purchase Order shall constitute the entire Agreement between the parties
hereto. Changes will be binding only if the amendments are made in writing and signed by an authorised
representative of the Owner .

6. INSPECTION-CHECKING-TESTING:

The equipment, materials and workmanship covered by the Purchase Order are subject to inspection and testing at
any time prior to shipment and/or despatch and to final inspection within a reasonable time after arrival at the place of
delivery. Inspectors shall have the right to carry out the inspection and testing which will include the raw materials at
manufacturer’s shop, at fabricator’s shop and at the time of actual despatch before or after completion of packing.

All tests, mechanical and/or others and particularly those required by codes will be performed at Vendor’s
expenses and in accordance with Inspector’s instructions. The Vendor will also bear the expenses concerning
preparation and rendering of tests as may be required by Boiler Inspectorate or such other statutory testing
agencies or by any other reputed Inspection agencies as may be nominated by the Owner For non-IBR items,
inspecting authority shall be Owner/ CONSULTANT

The salaries and fees of Inspectors and their travelling, lodging and boarding expanses will not be borne by the
Vendor ( unless inspection becomes infructuous due to any omission or commission on the part of the Vendor ).
Before shipping or despatch, the equipment and/or materials will have to be checked and stamped by
Inspectors who are authorised also to forbid the use and despatch of any equipment and/or materials which
during tests and inspection fail to comply with the specification, codes and testing requirements.

The Vendor shall :

- Inform Procurement Coordinator/Managers at least eight days in advance of the exact place, date and
time of rendering the equipment or materials for required inspection.

- Provide free access to Inspectors during normal working hours to Vendor’s or his/its sub-Vendor’s works
and place at their disposal all useful means of performing, checking, marking, testing, inspection and
final stamping.

Even if the Inspections and tests are fully carried out, Vendor would not be absolved to any degree from his
responsibilities to ensure that all equipments and materials supplied comply strictly with requirements as per
agreement both during constructions, at the time of delivery, inspection, on arrival at site and after its erection or
start-up and guarantee period as stipulated in Clause 29 herein.

The Vendor’s responsibility will not be lessened to any degree due to any comments made by Procurement
Coordinators/Managers and Inspectors on the Vendor’s drawings or specifications or by inspectors witnessing
any chemical or physical tests. In any case, the equipment must be in strict accordance with the Purchase Order
and/or its attachments failing which the Owner shall have the right to reject the goods and hold the Vendor liable
for non-performance of contract.

7. OFFICIAL INSTITUTIONAL TESTING:

In addition to testing and inspection by Inspectors mentioned above, Lloyds register Industrial services or similar
institutional agencies like Boiler-Inspectorate may be assigned for official testing of all coded equipment. The
Vendor shall ensure that all Procedures for preparation and Performance of test prescribed by such institution
shall be completed scrupulously.

The Vendor is required to send to such institutions as may be designed by the Owner at least three sets of
fabricated / manufactured drawings for each equipment and calculations. All manufacturer’s mill test certificates
and analytical reports from material laboratories in respect of all raw material and components employed shall
have to be presented to such Institution’s Inspectors in the number of copies required. Vendor shall be
responsible for any delay in submission of necessary certificates. The Vendor shall maintain close liaison with
Procurement Co-ordinators and Institution’s Inspectors to maintain Schedule and delay, if any, in this process
will not be taken into consideration as a cause of Force Majeure.

Page 57 of 276
9. PROGRESS SCHEDULE & EXPEDITING

8.1 VENDOR within 2 weeks of award shall submit to OWNER, his Delivery schedule regarding the documentation,
manufacture, testing, supply, erection and commissioning of the GOODS.

8.2 For items other than bulk, the Delivery schedule will be in the form of a network or a bar chart clearly indicating all
main or key events regarding documentation, supply of raw materials, manufacturing, testing, delivery, erection and
commissioning.

8.3 VENDOR shall update the template online on monthly basis to keep OWNER updated on the progress of the
execution of Order and achievement of targets set out in time bar chart.

8.4 The Procurement Co-coordinator/ Managers shall have the right to inspect VENDOR’s premises with a view to
evaluating the actual progress of work on the basis of VENDOR’s Delivery schedule.
8.5 The Procurement Co-coordinator/ Managers shall have free access to Seller’s shop and/or sub-Supplier’s shop at any
time and they shall be provided all the necessary assistance and information to help them perform their job.

8.6 Irrespective of such inspection, in case of any delay, Owner cannot be held responsible. However, if delay is
expected, at the earliest possible date, VENDOR shall advise Owner, of anticipated delay in the progress.
8.7 Notwithstanding the above, in case progress on the execution of order at various stages is not as per phased Delivery
schedule and is not satisfactory in the opinion of the OWNER which shall be conclusive or VENDOR shall neglect to
execute the order with due diligence and expedition or shall contravene the provisions of the order, OWNER shall be
entitled to take action in accordance with the provisions of the Order.

9. WEIGHTS AND MEASUREMENTS:

All weights and measurements recorded by Procurement Coordinators/Managers on receipt of goods at the site
will be treated as final.

Vendor’s shipping documents and Invoices must contain the following data :
I) Unit net weight
II) Unit gross weight (packing included)
III) Dimensions of packing

10. DESPATCH INSTRUCTIONS:

10.1 Unless Otherwise specifically advised in writing goods shall not be despatched without prior Inspection,
testing and Release Order/Materials Acceptance Certificates issued by Inspectors.

10.2 Vendor shall exercise due care and ensure that the consignment shall be booked under appropriate
railway classification, failing which any additional freight incurred by Owner due to Vendor’s booking the
material under a wrong classification shall be to Vendor’s account.

10.3 The goods shall be consigned in the name of consignee viz.

GGM (Projects)
Projects Department,
Mangalore Refinery and Petrochemicals Limited,.
Kuthethoor P.O, Via: Katipalla, Mangalore- 575030, Karnataka

By the most economical and expeditious mode of transport to the destination as applicable for respective mode
of despatches as follows :

(a) By Rail in wagon load consignment to :


Projects Department, Mangalore Refinery and Petrochemicals Limited, Mangalore, Karnataka

(b) By road transport to :


Projects Department, Mangalore Refinery and Petrochemicals Limited, Mangalore, Karnataka

Page 58 of 276
10.4 Owner/procurement coordinators/manager reserve the rights to advise any change in despatching
point/destination and/or mode of transport as may be required . Any extra expenditure on this account
supported by documentary evidence, will be reimbursed by the Owner.

11. OILS & LUBRICANTS:

The first filling of oils and lubricants, if any, required for every equipments shall be included in the price . The Vendor
shall also recommend the quality / quantity of oils and lubricants required for one year continuous operation.

12. SPARE PARTS:

The Vendor must furnish itemwise and priced list of spare parts required for two years operation of the
equipment and prime movers also.
The Vendor shall provide the necessary cross - sectional drawing to identify the spare parts numbers and their
location as well as an inter changeability chart.

13. PACKING AND MARKING:

All fragile and exposed parts will be packed with care and the packages shall bear the words “WITH CARE” both
in English and Hindi.

All nozzle, pipes and all sheets shall be marked with strips bearing progressive numbers.

All nozzle holes and openings as also all delicate surfaces shall be carefully protected against bad weather.
Flange faces of all nozzles shall be protected by blanks.

All threaded fittings shall be greased and provided with plastic caps.

All manufactured surfaces shall be painted with rust proof paint.


Equipment / materials shall be protected by suitable coat of paint and all bright parts protected from rust by
application of anti rust coating as may be necessary. All machined surfaces shall be suitably protected.

All small pieces shall be packed in cases. All equipments / materials shall be suitably packed for rail, road or
other appropriate transport. The packing shall be strong enough to ensure safe preservation up to the final point
of destination.

The Vendor shall be held liable for all damages or breakage to the goods due to defective or insufficient packing
as well as for corrosion due to insufficient protection.

On three sides of the packages the following marks shall appear clearly visible and in indelible paint at Vendor’s
care and expenses.

From : (Vendor)

Page 59 of 276
To : Mangalore Refinery and Petrochemicals Limited,.
Projects Department,
Kuthethoor P.O, Via: Katipalla, Mangalore- 575 030

Order No.: Rev.No.:


Item : Net Weight Kgs.
Gross Weight Kgs.

Case No. of Total cases :


Dimensions :

Page 60 of 276
For every order and every shipment, packages must be marked with serial progressive numbering. All packages
that require special handling and transport should have their center of gravity and points at which they may be
slung or gripped clearly indicated and marked “ATTENTION SPECIAL LOAD HANDLE WITH CARE” both in
English and Hindi Language.

14. SHIPMENT AND SHIPMENT NOTICES:

The Vendor shall make shipment only after prior approval by inspectors whenever specifically mentioned. In the
event of the Vendor having been advised to hold shipment(s) for any reason whatsoever the Vendor shall hold
the materials in his/its ware house for at least 30 days without any compensation or without prejudice to any
reduction in price already accrued on account of delays.

Immediately after shipment, Vendor shall inform despatch particulars to the Owner/procurement coordinators
hereunder :

2 copies to the GM ( Projects )


Mangalore Refinery and Petrochemicals Limited,
(Name of the Project),
Kuthethoor P.O,
Via: Katipalla, Mangalore- 575 030, Karnataka

3 copies to Consultant, Shipping Department, New Delhi.

2 copies to Consultant (stores)


(Name of the Project) of MRPL,
Kuthethoor P.O, Via: Katipalla, Mangalore- 575 030, Karnataka

15. CONTROL REGUALTIONS :

The supply, despatch and delivery of goods shall be arranged by the Vendor in strict conformity with the
statutory regulations including provision of Industries (Development and Regulation) Act, 1951 and any
amendment thereof as applicable from time to time. The Owner disowns any responsibility for any irregularity or
contravention of any of the statutory regulations in manufacture or supply of his stores covered by this order.

16. TRANSIT RISK INSURANCE:

Transit Risk Insurance shall be covered by the Owner against its Open General Policy . The Vendor shall advise
the dispatch particulars to the Insurance Company as indicated in the Purchase order under advice to the
Procurement Coordinators / Managers immediately after shipment.

17. RESPECT FOR DELIVERY DATES:

Time of delivery as mentioned in the Purchase Order shall be the essence of the agreement and no variation
shall be permitted except with prior authorisation in writing from the Owner. Goods should be delivered securely
packed and in good order and condition at the place and within the time specified in the Purchase Order for their
delivery. Where no delivery period is expressly stated, it shall be construed as seven days from the date of
placing the order. The Owner reserves the right to defer the period of delivery in writing.

18. DELAYED DELIVERY:

The time and date of delivery of stores/materials/ equipment as stipulated in the Order shall be deemed to be
the essence of the contract.. In case of delay in execution of the order beyond the date of delivery stipulated in
the order or any extensions sanctioned, the Owner may at his option either :

(i) Accept delayed delivery at prices reduced by a sum equivalent to half percent (1/2%) of the value of any
goods not delivered for every week of delay or part thereof, limited to a maximum of 5% of the total order value.

(ii) Cancel the order in part or full and purchase such cancelled quantities from elsewhere on account and at
risk of the Vendor, without prejudice to its right under (i) above in respect to goods delivered.

Page 61 of 276
19. DELAYS DUE TO FORCE MAJEURE:

19.1 In the event of causes of Force Majeure occurring within the agreed delivery terms, the delivery dates can be extended by
the Purchaser on receipt of application from the VENDOR without imposition of price reduction. Only the following shall be
considered as force majeure:
a) Act of terrorism;
b) Riot, war, invasion, act of foreign enemies, hostilities (whether war be declared or not), civil war, rebellion,
revolution, insurrection of military or usurped power;
c) Ionizing, radiation or contamination, radio activity from any nuclear fuel or from any nuclear waste from the
combustion of nuclear fuel, radioactive toxic explosive or other hazardous properties of any explosive assembly or
nuclear component;
d) Epidemics, earthquakes, flood, fire, hurricanes, typhoons or other physical natural disaster, but excluding weather
conditions regardless of severity; and
e) Freight embargoes, strikes at national or state-wide level or industrial disputes at a national or state-wide level in
any country where Works are performed, and which affect an essential portion of the Works but excluding any
industrial dispute which is specific to the performance of the Purchase Order.
19.2 For the avoidance of doubt, inclement weather, third party breach, delay in supply of materials (other than due to a
nationwide transporters’ strike) or commercial hardship shall not constitute a Force Majeure event.
19.3 The VENDOR must advise the Purchaser by a registered letter duly certified by a statutory authorities, the beginning and
the end of the delay immediately, but in no case later than 10 days of the beginning and end of each cause of Force
Majeure condition as defined above.
19.4 The extension of time shall be the sole remedy of the VENDOR for any delay under this clause and the VENDOR shall
not be entitled in addition to or in lieu of such extension to claim any damages or compensation on any account
whatsoever whether under the law governing contracts or any other law in force, and the VENDOR hereby waives and
disclaims any and all contrary rights.
19.5 In case force majeure conditions persists for period exceeding 02 (Two) Months, the Purchaser reserves the right to
cancel the Purchase order or part of it.
20. REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT:

In case the testing and inspection at any stage by Inspectors reveal that the equipment, material and
workmanship do not comply with the specification and requirements, the same shall be removed by the Vendor
at his/its own expense and risk within the time allowed by the Owner. The Owner shall be at liberty to dispose of
such rejected goods in such a manner as he may think appropriate. In the event the Vendor fails to remove the
rejected goods within the period as aforesaid, all expenses incurred by the Owner for such disposal shall be to
the account of the Vendor. The freight paid by the Owner, if any, on the inward journey of the rejected materials
shall be reimbursed by the Vendor to the Owner before the rejected materials are removed by the Vendor.

The Vendor shall have to proceed with the replacement of that equipment or part of the equipment at MRPL
stores / site, if so required by the Owner, without claiming any extra payment. The time taken for replacement in
such event will not be added to the contractual delivery period. Any rejection, removal of rejected goods/material and
replacement shall be applicable only up to guarantee period or extended guarantee period as applicable.

21. TRANSFER OF PROPERTY FROM THE VENDOR TO THE OWNER.

The transfer of property shall be deemed to have taken place as follows subject to the provisions herein contained :

21.1 F.O.T. dispatch point: On handing over the equipment to the carrier against receipt and such receipt
having been passed over to the Owner.

Page 62 of 276
21.2 F.O.T. Project site : On receipt of material at Project site.

21.3 Equipment sent freight/ carriage paid to the


Refinery site: On receipt of goods at site.

21.4 Equipment erected by the Vendor; on acceptance at job site.

21.5 Equipment commissioned by the Vendor : On taking over by the Owner for regular operation after test
run at maximum capacity for specified period satisfactorily performed.

22. PRICE:

Unless otherwise agreed to in the terms of the Purchase Order, the price shall be:

a) Firm and not subject to escalation for any reasons whatsoever till the execution of entire order even though it
might be necessary for the order execution to take longer than the delivery period specified in the order.
b) Inclusive of adequate road/ rail worthy packing and forwarding charges upto effecting delivery at F.O.T.
despatch point in all cases and railway freight whenever F.O.T/ F.O.R. destination delivery terms are agreed to
but exclusive of transit insurance.

c) Exclusive of Central/State Sales Tax, Excise Duty and or such imposts which are leviable by law on sales of
finished goods to Owner and/or Octroi duty, if any, leviable at destination/ project site. The nature and extent of
such levies shall be shown separately.

23 TERMS OF PAYMENT:

Payment against invoice shall normally be made within 30 days of receipt and acceptance of
equipment/materials at site. However, Owner may consider payment of 90 percent against despatch documents
balance 10 percent within 30 days of receipt and acceptance of equipment / materials at site, provided the value
of Purchase Order exceed Rs. 50000/.

The Excise Duty, Service Tax, and Karnataka VAT shall not be included in the quoted prices and shall be
payable at actuals. The amount of Excise Duty, Service Tax, and VAT shall only be payable against submission
of Cenvatable/ Vatable invoices.

The Vendor shall as a precondition to any Payment exceeding 90% (Ninety percent) of the total contract value,
furnish to the Owner in cash or in bank guarantee from a Scheduled/ Nationalised Bank in a form approved by
the Owner for an amount of 10% of the contract value as security for the due performance of all the Vendor’s
liability in terms of and/or in connection with the contract. This security will be released after the expiry of the
period of performance guarantee.
The financial settlement of Vendor’s Invoice is liable to be withheld in the event the Vendor has not complied with
submission of drawing, data and such documentation as called for in Purchase Order and/or as required otherwise.

24. INVOICING & NEGOTIATION OF DOCUMENTS

Invoices and other documents shall be sent as hereunder :

i) -Original + 1 copy to GM ( Finance ),


Mangalore Refinery and Petrochemicals Limited,
(Name of the Project)
Kuthethoor P.O,
Via: Katipalla,
Mangalore- 575 030, Karnataka

ii) - 2 copies to GM ( Projects),

Page 63 of 276
Mangalore Refinery and Petrochemicals Limited,
(Name of the Project)
Kuthethoor P.O,
Via: Katipalla,
Mangalore- 575 030, Karnataka , alongwith technical catalogues, Inspection certificate

(iii) 2 copies to ( concerned Consultant )

In case the payment is against despatch documents through bank then:

Original invoice alongwith RR/GC note and Inspection certificate etc. should be sent to:

WILL BE INFORMED LATER

with a stipulation that the Bankers shall send prompt advice upon the receipt of documents to the
GM ( Finance ),
Mangalore Refinery and Petrochemicals Limited,
(Name of the Project ),
Kuthethoor P.O., Via: Katipalla,
Mangalore- 575 030, Karnataka

i) 1 copy shall be directly sent to GM ( Finance) ,


Mangalore Refinery and Petrochemicals Limited,
(Name of the Project),
Kuthethur P.O, Via: Katipalla, Mangalore- 575 030, Karnataka.

ii) 2 copy to GM (Projects), Mangalore Refinery and Petrochemicals Limited,


(Name of the Project),
Kuthethur P.O, Via: Katipalla, Mangalore- 575 030, Karnataka

iii) 2 copies to (concerned Consultant )

25. RECOVERY OF SUMS DUE:

Whenever any claim against the Vendor for payment of sum of money arises out of or under the contract, the Owner
shall be entitled to recover such sums from any sum then due or which at any time thereafter may become due from
the Vendor under this or any other contract with the Owner including right to en-cash the CPBG. In the event of
encashment of CPBG the VENDOR shall restore the same to its original amount and should this sum be not sufficient
to cover the recoverable amount, the Vendor shall pay to the Owner on demand the balance remaining due.

26. CHANGES

The Owner has the option at any time to make changes in quantities ordered or in specifications and drawings.
If such changes cause an increase or decrease in the price or in the time required for supply, an equitable,
adjustment under this provision must be finalized within 10 days from the date when the change is ordered.

27. CANCELLATION:

27.1 CANCELLATION FOR DEFAULT


27.1.1 The Owner reserves the right to cancel the Purchase Order or any part thereof and shall be entitled to
rescind the Purchase Order wholly or in part by a written notice of 10 days to the Vendor if:
a) The Vendor fails to comply with the terms of the Purchase Order.
b) The Vendor fails to adhere to delivery schedule of manufacturing and fails to deliver the goods on time
and/or replace the rejected goods promptly.
c) The Vendor becomes bankrupt or goes into liquidation.
d) The Vendor makes a general assignment for the benefit of creditors.
e) A receiver is appointed for any of the property owned by the Seller.

Page 64 of 276
27.1.2 Upon receipt of the said cancellation notice, the Vendor shall discontinue all work on the Purchase Order
and matters connected with it.
27.1.3 The Owner in that event will be entitled to procure the material in the open market and recover excess
payment over the Vendor’s agreed price, if any, from the Vendor reserving to itself the right to forfeit the
/Contract Performance Bank Guarantee (CPBG), if any.

28. PATENTS AND ROYALTIES:

On acceptance of this order, the Vendor will be deemed to have entirely indemnified the Owner and
Procurement Coordinators/Managers from any legal action or claims regarding compensation for breach of
patent rights which the Vendor deems necessary to apply for manufacturing the ordered equipment and/or
materials or which can in any way be connected in the manufacture.

29. PERFORMANCE GUARANTEE:

The Vendor shall guarantee that any and all materials used in execution of the Purchase Order shall be in strict
compliance with characteristics, requirements and specifications agreed upon and that the same shall be free from
any defects. Checking of the Vendor’s drawings by Procurement Co-ordinators/Managers and their approval and
permission to ship or despatch the equipment and materials guaranteed by Inspectors shall not relieve the Vendor
from any part of his/its responsibilities of proper fulfillment of the requirement. The Vendor will guarantee that all
materials and equipment shall be repaired or replaced as the case may be, at his own expense in case the same have
been found to be defective in respect of materials, workmanship or smooth and rated operation within a period of 12
months after the same have been put in service or 18 months from the date of shipment, whichever is earlier.

The guarantee period for the replaced parts shall be 12 months starting from the date on which the
replacements are put in service. Acceptance by the Owner or Inspectors of any equipment and materials or their
replacement will not relieve the Vendor of his/its responsibility concerning the above guarantee.

The Vendor shall furnish a Bank Guarantee (as per proforma attached as Appendix- 1 to GPC) to support
Vendor’s performance along with the payment documents for the first consignment . This bank guarantee shall
remain in force for the entire period covered in Performance Guarantee plus three months. Any shortfall in the
value of the BG as a result of encashment by the Owner either in full or in terms of Vendor’s performance shall
be made good by the Vendor within one week there of.

30. NON-WAIVER:

Failure of the Owner / Procurement Coordinators/ Managers to insist upon any of the terms or conditions
incorporated in the Purchase Order or failure or delay to exercise any rights or remedies herein or by law or
failure to properly notify Vendor in the event of breach, or the acceptance of or payment of any goods hereunder
or approval of design shall not release the Vendor and shall not be deemed a waiver of any right of the Owner /
Procurement Coordinators/Managers to insist upon the strict performance thereof or any of his or their rights or
remedies as to any such goods regardless of when goods are shipped received or accepted nor shall any
purported oral modification or revisions of the order by Owner/ Procurement Coordinators/Managers act as
waiver of the terms hereof.

Page 65 of 276
31. NON ASSIGNMENT:

The Purchase Order shall not be assigned to any other agency by the Vendor without obtaining prior written
consent of the Owner.

32. PART ORDER/ REPEAT ORDER

Vendor hereby agrees to accept part order at Owner’s option without any limitation whatsoever and also accept
repeat order(s) within the period of Twelve months from the date of original purchase order on same unit prices,
terms and conditions.

33. VENDOR’S DRAWING AND DATA REQUIREMENT:

The Vendor shall submit drawings, data and documentation in accordance with but not limited to what is specified in
the requisition and/or in the Vendor drawings and data form attached to the Purchase Order and as called for in
Clause 8, under the heading Expediting, above. Types, quantities and time limits of submitting this must be respected
in its entirety failing which the Purchase Order shall not be deemed to have been executed for all purposes including
settlement of payment since the said submission is an integral part of Purchase Order execution.

34 TECHNICAL INFORMATION:

Drawings, specifications and details shall be the property of the Owner and shall be returned by the Vendor on
demand . The Vendor shall not make use of drawings and specifications for any purpose at any time save and
except for the purpose of the Owner.

The Vendor shall not disclose the technical information furnished to or gained by the Vendor under or by virtue of or
as a result of the implementation of the Purchase Order to any person, firm or body or Corporate authority and shall
make all endeavors to ensure that the technical information is kept CONFIDENTIAL. The technical information
imparted and supplied to the Vendor by the Owner shall at all times remain the absolute property of the Owner.

35. SERVICES OF VENDOR PERSONNEL:

Upon three week advance notice, the Vendor shall depute the necessary personnel to site for supervision of
erection and start up of the equipment and train a few of the Owner’s personnel for the operation and
maintenance of the equipment, if required by the Owner. The terms and conditions for the services of the
Vendor shall be mutually settled.

36. VENDOR’S LIABILITY

The Vendor’s workmen or employees shall under no circumstances be deemed to be in Owner’s employment
and the Vendor shall hold himself responsible for any claims which they or their heirs, dependents or personal
representatives may have or make for damages or compensation for anything done or committed to be done in
the course of carrying out of the work covered by this Purchase Order, whether arising on Owner’s premises or
elsewhere and agrees to Indemnify the Owner against any such claim or claims if made against the Owner and
all cost (as between attorney and client) of proceedings, suits or action which the Owner may incur or sustain in
respect of the same. The Vendor shall also procure and keep in force at his own cost comprehensive automobile
Liability insurance for adequate coverage in respect of all his vehicles visiting or plying in project premises. The
Vendor shall also be responsible for compliance of existing laws in respect of their workmen and employees.

Page 66 of 276
37. OWNER’S MATERIAL

a) Owner’s materials, if any, as per scope of work/ supply, shall be delivered to the Vendor after the Vendor
submits the Bank Guarantee for Indemnifying the full value thereof strictly in the manner and as per proforma of
Bank Guarantee approved by the Owner.

b) Wherever possible, the material shall be consigned to Vendor’s siding. In the event the Vendor does not
have any siding or for any reasons, materials cannot be consigned to Vendor’s siding,, the same shall be
consigned to the public siding/goods depot to be specifically confirmed by Vendor. Loading/Unloading and any
handling from the siding/destination shall be arranged by the Vendor at his responsibility and cost.

c) The Vendor shall give a firm and binding list of Owner’s issue of materials and the desired schedule of its delivery
to shop floor strictly in accordance with the sequence of fabrication vis-a vis the contractual delivery period.

d) Unused materials or scrap from material supplied by the Owner to the Vendor shall be returned by the
Vendor to the Owner or if the Owner so directs the Vendor may dispose of the same by sale or otherwise on
such terms and conditions as the Owner may stipulate and the Vendor shall pay to the Owner the sale proceeds
of the material so disposed off by sale deducting there from expenses incurred by the Vendor on such sale, the
quantum of such deduction to be mutually agreed upon in advance between the Owner and the Vendor.

38. HEADINGS:

The headings of the conditions hereof shall not affect construction thereof.

39 ARBITRATION:

.Sole Arbitration Clause:

For indigenous contracts upto Rs.1.00 crore ‘Sole Arbitration’ clause will be applicable.

“Except as otherwise provided elsewhere in the contract, if any dispute, difference, question or disagreement
arises between the parties hereto or their respective representatives or assigns, at any time, in connection with
the construction, meaning, operation, effect, interpretation or arising out of the contract or breach thereof, the
same shall be referred to Arbitration of a Sole Arbitrator appointed by the Managing Director of MRPL.

It is also agreed that there will be no objection for appointment of an employee of MRPL as a Sole Arbitrator
who also may or may not hold shares of MRPL.

a) Appointment of Arbitrator shall be made within 30 days of the receipt of the arbitration notice.

b) If the Arbitrator so appointed dies, resigns, incapacitated or withdraws for any reason from proceedings,
it shall be lawful for the Managing Director of MRPL to appoint another person in his place in the same
manner as aforesaid. Such person shall proceed with the reference from the stage where his
predecessor had left if both parties consent for the same, otherwise, he shall proceed de novo.

c) It is a term of the contract that the party invoking arbitration shall specify all disputes to be referred to
arbitration at the time of invocation of arbitration and not thereafter.

d) It is also a term of the contract that neither party to the contract shall be entitled for any interest on the
amount of the award.

e) The arbitrator shall give reasoned award and the same shall be final, conclusive and binding on the
parties.

Page 67 of 276
f) The venue of the arbitration shall be the place from where the purchase order/contract has
been placed/made.

g) The fees of the arbitrator, costs and other expenses incidental to the arbitration proceedings shall be
borne equally by the parties.

h) Subject to as aforesaid, the provisions of the Arbitration and Conciliation Act, 1996 and any statutory
modifications or re-enactment in lieu thereof shall apply to the arbitration proceedings under this clause.”

Two Arbitrators And An Umpire Clause:

a)For global tenders and Indigenouus Orders exceeding Rs 01 Crore , the following Arbitration clause will be
applicable.

Except as otherwise provided elsewhere in the contract, if any dispute, difference question or disagreement
arises between the parties hereto or their respective representatives or assigns, at any time, in connection with
construction, meaning, operation, effect, interpretation or arising out of the contract or breach thereof, the same
shall be decided by an Arbitral Tribunal consisting of three Arbitrators. Each party shall appoint one Arbitrator
and the Arbitrators so appointed, shall appoint the third Arbitrator who will act as presiding Arbitrator.

a. Appointment of Arbitrator shall be made within 30 days of the receipt of the arbitration notice.

b. In case a party fails to appoint an arbitrator within 30 days from the date of receipt of the request to do
so by the other party or two Arbitrators so appointed fail to agree on the appointment of third Arbitrator
within 30 days from the date of their appointment, upon request of a party, the Chief Justice of High
Court or any person or institution designated by him within whose jurisdiction the subject contract has
been placed/made, shall appoint the Arbitrator/Presiding Arbitrator upon request of any of the parties.

c. If any Arbitrator dies, resigns, becomes incapacitated or withdraws for any reason from the proceedings,
it shall be lawful for the Arbitrators to appoint another person in his place in the same manner as
aforesaid. The Arbitration shall proceed from the stage where it had stopped if both parties consent for
the same, otherwise, it shall proceed de novo.

d. It is a term of the contract that the party invoking arbitration shall specify all disputes to be referred to
arbitration at the time of invocation of arbitration and not thereafter.

e. It is also a term of the contract that neither party to the contract shall be entitled for any interest on the
amount of the award.

f. The Arbitrators shall give a reasoned award and the same shall be final, conclusive and binding on the
parties.

g. The venue of the arbitration shall be the place from where the purchase order/contract has been
placed/made.

h. The fees of the Arbitrators, shall be born by the parties nominating them and the fees of Presiding
Arbitrator and costs and expenses incidental to Arbitrators shall be borne equally by the parties.

i. Subject to as aforesaid, the provisions of the Arbitration and Conciliation Act, 1996 and any statutory
modifications or re-enactment in lieu thereof shall apply to the arbitration proceedings under this clause.

d) Arbitration Clause applicable in case of Purchase Orders / Contracts on Public Sector Enterprises: In the
event of any dispute or difference relating to, arising from or connected with the contract, such dispute or
difference shall be referred by either party to the arbitration of one of the Arbitrators in the Department of Public
Enterprises to be nominated by the Secretary to the Government of India, In-charge of Bureau of Public
Enterprises. The Arbitration and Conciliation Act 1996 shall not be applicable to the arbitration under this clause.
The award of the arbitrator shall be binding upon the parties to the dispute, provided however, that any party
aggrieved by such award may make a further reference for setting aside on revision of award to the Law
Secretary, Department of Legal Affairs, Ministry of Law & Justice, Government of India. Upon such reference, the
dispute shall be decided by the Law Secretary or the Special Secretary/ Additional Secretary, when so authorised
by Law Secretary, whose decision shall bind the parties finally and conclusively. The parties in the dispute will
share equally the cost of arbitration as intimated by the Arbitrator

Page 68 of 276
40. JURISDICTION

The Vendor hereby agrees that the Court situated at Mangalore alone shall have the jurisdiction to hear and
determine all action and proceedings arising out of this contract.

APPENDIX-1 TO GPC
PROFORMA OF BANK GUARANTEE
(PERFORMANCE)
(On non-judicial stamp paper of appropriate value)

To

Mangalore Refinery and Petrochemicals Limited,


(Name of the Project ),
Kuthethoor P.O, Via: Katipalla, Mangalore- 575 030,
Karnataka, India

Dear Sirs,

In consideration of the Mangalore Refinery and Petrochemicals Limited, ( Name of the Project ), Kuthethoor P.O,
Via: Katipalla, Mangalore- 575 030, Karnataka (India) (hereinafter called — “ The OWNER” which expression shall
include its successors and assigns having awarded______________________________________________work to
M/s(Name)___________________________________________________________(Constitution)______________
_____________________________________ (Address)
________________________________________________ (hereinafter referred to as “the Supplier” which
expression shall wherever the subject or context so permits include its successors and assigns) a supply contract in
terms interalia, of the OWNER(s) letter No.................... dated ......... and the General Purchase Conditions of the
OWNER and upon the condition of Supplier’s furnishing security for the Performance of the Supplier’s obligations
and/or discharge of the Supplier’s liability under and/or in connection with the said supply contract upto a sum of Rs.
.............. only amounting to 10% (ten percent) of the total contract value.

We _____________________ (name) a body corporate registered/constituted under the laws of


____________(hereinafter called “the Bank” which expression shall include its successors and assigns) with the
intent to bind the Bank and its successors and assigns, hereby undertake to pay the OWNER at ______________
(place) on first demand in writing without protest or demur or proof or condition any and all amounts from time to time
demanded by the OWNER from the Bank with reference to this Guarantee/Undertaking upto an aggregate limit of Rs
___________ (Rupees __________________________________only) AND the Bank doth hereby further
agree as follows:

1. This Guarantee/Undertaking shall be a continuing Guarantee/ Undertaking and shall remain valid and
irrevocable for all claims of the OWNER and liabilities of the Supplier arising upto and until midnight of
............ provided that the Bank shall upon the written request of the OWNER made within 6 (six) months
of the said date extend this Guarantee/Undertaking by a further 6 (six) months from the said date, within
which the OWNER may make a demand hereunder.

2. This Guarantee/Undertaking shall be in addition to any other guarantee or security whatsoever that the
OWNER may now or at any time anywise have in relation to the Supplier’s obligations liabilities under
and/or in connection with the said supply contract and the OWNER shall have full authority to take
recourse to or reinforce this security in preference to the other security(ies) at its sole discretion, and no
failure on the part of the OWNER in enforcing or requiring enforcement of any other security shall have
the effect of releasing the Bank from its full liability hereunder.

3. The OWNER shall be at liberty without reference to the Bank and without affecting the full liability of the
Bank hereunder to take an other security in respect of the Supplier’s obligation and/or liabilities under or
in connection with the said supply contract and to vary the terms vis-a-vis the Supplier of the said supply
contract or to grant time and/or indulgence to the Supplier or to reduce or to increase or otherwise vary
the prices of the total contract value or to release or to forebear from enforcement of all or any of the
obligations of the Supplier under the said supply contract and/or the remedies of the OWNER under any

Page 69 of 276
other Security(ies) now or hereafter held by the OWNER and no such dealing(s), variation(s),
reduction(s) or other indulgence(s) or arrangement(s) with the Supplier or release or forebearance
whatsoever shall have the effect of releasing the Bank from its full liability to the OWNER hereunder or
prejudicing rights of the OWNER against the Bank.

4. This Guarantee/Undertaking shall not be determined or affected by the liquidation or winding up,
dissolution, or change of constitution or insolvency of the Supplier.

5. Bank hereby waives all rights at any time inconsistent with the terms of this Guarantee/Undertaking and
the obligations of the Bank in terms hereof shall not be anywise affected or suspended by reasons of
any dispute or disputes having been raised by the Supplier (whether or not pending before any
Arbitrator, Officer, Tribunal or Court) or any denial of liability by the Supplier or any other order or
Communication whatsoever by the Supplier stopping or preventing or purporting to stop or prevent any
payment by the Bank to the OWNER in terms hereof.

6. Notwithstanding anything contained herein:


(a) The Bank’s liability under this Guarantee/Undertaking shall not exceed Rs. . . . . . . . . . . . . . . . (Rupees . .
. . . . . . . . . . . . . . . . . . . . . . only),
(b) This Guarantee/Undertaking shall remain in force upto . . . . . . . . . and any extension(s) thereof; and
(c) The Bank shall be released and discharged from all liability under this Guarantee/Undertaking
unless a written claim or demand is issued to the Bank on or before . . . . . . . . . . . . or the date of
expiry of any extension(s) thereof if this Guarantee/Undertaking has been extended.

7. The Bank doth hereby declares that Shri _________________(name & designation of the person
authorised to sign on behalf of the Bank) is authorised to sign this Guarantee/Undertaking on behalf of
the Bank and to bind the Bank thereby.

Yours faithfully,

(Signature)

NAME & DESIGNATION


NAME OF THE BANK

NOTE

1. This Guarantee/Undertaking is not to be witnessed.

2. This Guarantee is required to be stamped as an agreement according to the stamp duty act.

3. This Guarantee is required to be sent by Vendor’s Bankers directly to the Owner.

Page 70 of 276
PROFORMA OF BANK GUARANTEE
(ADVANCE)
(On non-judicial paper of appropriate value)

B.G. No. DATED:

TO

M/s Mangalore Refinery and Petrochemicals Limited,


Kuthethoor P.O.
Via Katipalla, Moodapadav
MANGALORE-575 030
Karnataka, INDIA.

THIS GUARANTEE executed at ………………. (Place of execution) this _____ day of 2009.
by___________(Bank),______________________________________(Address), and having its Head Office at
……………………..(hereinafter referred to as “BANK”) which expression shall, unless repugnant to the context or
contrary to the meaning thereof, include its successors and assigns for the benefit of and in favour of Mangalore
Refinery And Petrochemicals Limited, a Company incorporated in India and having its Registered Office at
Kuthethoor P.O., Via: Katipalla, Moodapadav, Mangalore-575 030, Karnataka, India (hereinafter referred to as “
the Purchaser”), which expression shall, unless repugnant to the context or contrary to the meaning thereof,
include its successors and assigns

WHEREAS the Purchaser has placed a Purchase Order No._______ dated _________(hereinafter called “the
Purchase Order”) for a total value of ___________( _______________________________Only) for the supply of
________________________________________(Material), with ______________________________(Seller),
having its Registered/Corporate Office at ______________________________(hereinafter referred to as “the
Seller) which expression shall, unless repugnant to the context or contrary to the meaning thereof, includes its
successors and assigns.

AND WHEREAS one of the conditions of the Purchase Order placed with the Seller is that the Purchaser should
make an advance payment of ___________(____________________Only) being ______% (_________
percent) of the Purchase Order value against an indemnity in the form of a BANK Guarantee from a BANK and
in a form acceptable to the Purchaser.

AND WHEREAS the Seller has requested BANK to issue such guarantee for
_____________(__________________Only) for a period upto ……………..(Date of expiry) in favour of the
Purchaser.

NOW THIS GUARANTEE WITNESSETH that in consideration of the Purchaser having at the request of the
Seller, agreed to accept a Guarantee from BANK in respect of __________(____________________Only)
required by the Seller from the Purchaser towards -------(---- percent) of the Purchase Order value as advance
payment against supply of________________________________________(Material) as per the terms and
conditions of the Purchase Order. BANK hereby undertake to make payment to the Purchaser without protest or
demur and without recourse to the Seller and/or other Authorities upto and not exceeding altogether a sum of
__________(_______________________Only) being the amount of _____% (_____Percent) of the Purchase
Order value.

The decision of the Purchaser as to whether the terms and conditions of the Purchase Order have been observed
or not shall be final and binding on the BANK.

The Purchaser may, without affecting BANK’s liabilities and obligations hereunder, grant time or enter into other
indulgence or compound with the Seller or enter into any agreement or agree to forbear or to enforce any of the
terms and conditions of the Purchase Order against the Seller or agree to vary any of the terms and conditions
of the Purchase Order.

This Guarantee shall not be affected by any change in the constitution of the Purchaser or the Bank or the Seller

Page 71 of 276
and shall remain in full force and effect until the liabilities of the Bank are discharged by the Purchaser.

For the purpose of giving effect to this guarantee, the Purchaser is entitled to act as if BANK were the Principal
Debtor and BANK hereby waives all and any of its rights to surety-ship.

This Guarantee shall continue to be in force notwithstanding the discharge of the Seller by operation of law and
shall cease only on payment of the full amount hereby secured by BANK to the Purchaser and also the claim of
the Purchaser against the Seller in respect of the Purchase Order is fully satisfied.

The validity of the guarantee shall be extended upon request from the Seller from time to time.

This Guarantee issued by BANK shall be in addition to and not in substitution of any other guarantee or Security
given or to be given by the Seller to the Purchaser in respect of the Purchase Order.

Demand or claim hereunder shall be deemed effective when served by hand or sent by Registered post to
BANK, addressed as aforesaid.

The BANK’s liability under this Guarantee is restricted to _________ (________________________________


Only).
Unless previously cancelled by the Purchaser, this guarantee shall remain in force upto ________ (Date of
expiry) and shall stand cancelled on the expiry of the said period unless extended at the instance of the Seller.

Unless a demand or claim under this guarantee is made on BANK in writing within three months from the date of
expiry of this guarantee, all the rights of the Purchaser against BANK shall be forfeited and BANK shall be
relieved and discharged from all its liabilities hereunder.

These presents shall be governed by and construed in accordance with the Indian Law.

BANK hereby declares that it has the power to issue this Guarantee and the undersigned is / are fully authorised
to sign and execute the same vide Power of Attorney dated …………………………issued to me/us by the Bank.

Notwithstanding anything contained hereinabove -

a) Our liability under this guarantee is restricted to _________ (_________________________ Only)


b) This guarantee shall be valid upto ________ (Date of expiry) and
c) We are liable to pay the guaranteed amount or any part thereof under this guarantee only and only if you file
/ serve upon us a written claim or demand on or before ________ (3 months from the date of expiry)

SIGNED AND DELIVERED /(Persons duly authorised by banks)

PLACE:
DATE:
WITNESS

1. ..................... (Signature)
...................... (Name and Address)

2. ..................... (Signature)
..................... (Name and Address)

NOTE

1. This Guarantee is required to be stamped as an agreement according to the stamp duty act.
2. Bank shall provide details viz Contact Person, Phone No., Fax No., E-mail-ID, Address of regional/ controlling
office of issuing bank for verifications of authenticity of bank guarantee.
3. The Advance Bank Guarantee shall be strictly as per above proforma and shall be through branches of Indian
Public Sector Banks operating in vendor’s country or the same shall be counter guaranteed by a branch of
any Indian Bank in vendor’s country.

Page 72 of 276
4. Bank Guarantee from Indian branches of foreign (vendor’s) banks will be accepted only if the Indian branch of
the Bank is recognised as Scheduled Bank by Reserve Bank of India. However, Bank Guarantee from
foreign branch will be accepted only if the same is countersigned by their Indian branch or by any
Scheduled Indian Bank.
5. This Bank Guarantee shall be sent by the bank directly to:
GGM (Projects)
Mangalore Refinery and Petrochemicals Ltd.

(Name of the Project)


Kuthethoor P.O,

Via: Katipalla, Mangalore-575 030


Karnataka, India.

Page 73 of 276
Page 74 of 276
Page 75 of 276
Page 76 of 276
Page 77 of 276
Page 78 of 276
Page 79 of 276
Annexure – 1
E-TENDERING METHODOLOGY

Instructions for Online Bid Submission:


The bidders are required to submit soft copies of their bids electronically on the CPP Portal (URL:
http://eprocure.gov.in) only, using valid Digital Signature Certificates. The instructions given below are
meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the
requirements and submitting their bids online on the CPP Portal.
More detailed information useful for submitting online bids on the CPP Portal may be obtained at:
https://eprocure.gov.in/eprocure/app .
REGISTRATION
1) Bidders are required to enroll on the e-Procurement module of the Central Public
Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Click
here to Enroll” on the CPP Portal is free of charge.
2) As part of the enrolment process, the bidders will be required to choose a unique username
and assign a password for their accounts.
3) Bidders are advised to register their valid email address and mobile numbers as part of the
registration process and submit in EIL tender portal for updation of records
(http://tenders.eil.co.in) . These details would be used for any communication from the CPP
Portal.
4) Upon enrolment, the bidders will be required to register their valid Digital Signature
Certificate (DSC) (Class II or Class III Certificates with signing key usage) issued by any
Certifying Authority recognized by CCA India (e.g. Sify / TCS / nCode / eMudhra etc.), with
their profile.
5) Foreign Bidders have to refer “DSC details for foreign Bidders” for Digital signature
Certificates requirements which comes under Download Tab at
https://eprocure.gov.in/eprocure/app and the remaining part is same as above and below.
6) Only one valid DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their DSC’s to others which may lead to misuse.
7) Bidder then logs in to the site through the secured log-in by entering their user ID / password
and the password of the DSC / e-Token.
SEARCHING FOR TENDER DOCUMENTS

1) There are various search options built in the CPP Portal, to facilitate bidders to search active
tenders by several parameters. These parameters could include Tender ID, organization
name, location, date, value, etc. There is also an option of advanced search for tenders,
wherein the bidders may combine a number of search parameters such as organization
name, form of contract, location, date, other keywords etc. to search for a tender published
on the CPP Portal.
2) Once the bidders have selected the tenders they are interested in, the same can be moved
to the respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the
bidders through SMS / e-mail in case there is any corrigendum issued to the tender
document.

Dated 02‐06‐2014 Page 1

Page 80 of 276
3) The bidder should make a note of the unique Tender ID assigned to each tender, in case
they want to obtain any clarification / help from the Helpdesk.
PREPARATION OF BIDS
1) Bidder should take into account any corrigendum published on the tender document before
submitting their bids.
2) Please go through the tender advertisement and the tender document carefully to
understand the documents required to be submitted as part of the bid. Please note the
number of covers in which the bid documents have to be submitted, the number of
documents - including the names and content of each of the document that need to be
submitted. Any deviations from these may lead to rejection of the bid.
3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the
tender document and generally, they can be in PDF / XLS / RAR / DWF formats. Bid
documents may be scanned with 100 dpi with black and white option. However, Price
Schedule / SOR shall be strictly in RAR format without altering any contents of the
formats uploaded by EIL in their Bidding Document.
4) To avoid the time and effort required in uploading the same set of standard documents which
are required to be submitted as a part of every bid, a provision of uploading such standard
documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided
to the bidders. Bidders can use “My Space” area available to them to upload such
documents. These documents may be directly submitted from the “My Space” area while
submitting a bid, and need not be uploaded again and again. This will lead to a reduction in
the time required for bid submission process.
SUBMISSION OF BIDS
1) Bidder should log into the site well in advance for bid submission so that he/she upload the
bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay
due to other issues.

2) The bidder has to digitally sign and upload the required bid documents one by one as
indicated in the tender document.
3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as
applicable and enter details of the instrument.
4) Bidder should prepare the EMD as per the instructions specified in the tender document. The
original should be posted/couriered/given in person to the Tender Processing Section, with
in 7 calendar days of the date of Unpriced bid opening. The details of the DD/any other
accepted instrument, physically sent, should tally with the details available in the scanned
copy and the data entered during bid submission time. Otherwise the uploaded bid will be
rejected.
5) A Price Bid format has been provided with the tender document to be filled by all the bidders.
Bidders are requested to note that they should necessarily submit their financial bids in the
format provided and no other format is acceptable. Bidders are required to download the
Price Bid file, open it and complete the cells with their respective financial quotes and other
details (such as name of the bidder). No other cells should be changed. Once the details
have been completed, the bidder should save it and submit it online, without changing the
filename. If the Price Bid file is found to be modified by the bidder, the bid will be rejected.

Dated 02‐06‐2014 Page 2

Page 81 of 276
6) The server time (which is displayed on the bidders’ dashboard) will be considered as the
standard time for referencing the deadlines for submission of the bids by the bidders,
opening of bids etc. The bidders should follow this time during bid submission.
7) All the documents being submitted by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered cannot be viewed by
unauthorized persons until the time of bid opening. The confidentiality of the bids is
maintained using the secured Socket Layer 128 bit encryption technology. Data storage
encryption of sensitive fields is done.

8) The uploaded tender documents become readable only after the tender opening by the
authorized bid openers.
9) Upon the successful and timely submission of bids, the portal will give a successful bid
submission message & a bid summary will be displayed with the bid no. and the date & time
of submission of the bid with all other relevant details.
10) The bid summary has to be printed and kept as an acknowledgement of the submission of
the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

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

ASSISTANCE TO BIDDERS
1) Any queries relating to the tender document and the terms and conditions contained therein
should be addressed to the Tender Inviting Authority for a tender or the relevant contact
person indicated in the tender.
2) Any queries relating to the process of online bid submission or queries relating to CPP Portal
in general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the
helpdesk is 1800 3070 2232.

Dated 02‐06‐2014 Page 3

Page 82 of 276
PREAMBLE TO PRICE SCHEDULE (INDIAN)
RFQ NO. AS/B038-000-VV-MR-6001/3
ITEM: PRESSURE VESSEL – CS (UPTO 25 MM)
1 Scope of supply including testing, inspection, documentation etc., shall be strictly as per Material Requisition and other documents which are part of RFQ.
2 Bidder shall furnish prices/details as above, in accordance with Special Instructions To Bidders/ Request for Quotation.
Bidder should quote only for the item for which he is approved with EIL. Bidder should indicate "Not Applicable" in the price schedule against the items for which the Bidder is not eligible to quote
3
(based on their enlistment with EIL). In case Bidder quotes for the item for which he is not enlisted with EIL, that item shall not be considered for evaluation.
Bidder to note that evaluation shall be carried out on bottomline basis.i.e All the tags shall be ordered on one vendor, hence bidder must quote for all the tags. In case any of the tag is not quoted by
4
the bidder, then their bid shall not be conidered. Bottomline price shall be considered for evaluation.
EIL shall be Inspection agency for equipments and its indigenous components. In case internals / forgings/plates etc are procured from abroad, the inspection shall be carried out by third party
inspection agency from anyone of the following :
i Certification Engineers International Ltd. (CEIL)
ii. Lloyds Register of Industrial Services (LRIS)
5
iii. Det Norske Veritas (DNV)
iv. Bureau Veritas (BV)
v. TUV

6 In case of discrepancy in Item description / Tag No / Qty in this price schedule vis a vis the corresponding desription in MR, the MR details shall prevail.

Bidder to clearly indicate 'Quoted' / 'Not Quoted' 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
7
and Unpriced Part with the Unpriced Bid.

Page 83 of 276
PRICE SCHEDULE FOR SUPPLY (INDIAN BIDDERS)
RFQ NO. AS/B038-000-VV-MR-6001/3
ITEM: PRESSURE VESSEL – CS (UPTO 25 MM)
NAME OF BIDDER: M/S __________________________

TOTAL PRICE ON FOT DESPATCH POINT TOTAL FREIGHT CHARGES EXCLUDING


ITEM SL.
INCLUDING P&F GST UPTO PROJECT SITE
NO. AS DESCRIPTION OF ITEMS QTY.
PER MR.
(IN INR) (IN INR)

1 2 3 4 5
MAIN SUPPLIES

SUPPLY OF FOLLOWING ITEMS AS PER COMPLETE SCOPE


01.00 MENTIONED IN MR. NO. B038-000-VV-MR-6001 COMPLETE IN ALL
RESPECTS

01.01A1 DC-91401 CATALYTIC CONVERTER-1 1 Nos

01.02A1 DC-91402 CATALYTIC CONVERTER-2 1 Nos

01.03A1 DC-91403 REDUCING REACTOR 1 Nos

TOTAL (S.NO 01.01 + 01.02 + 01.03)

UNIT RATES FOR ADDITION DELETION

UNIT RATES OF ITEMS FOR ADDITION /DELETION PURPOSE, AS BIDDER AGREED TO THE PRE FILLED UNIT RATES AS PER THE
06.01
PER THE ENCLOSED DOC. NO. B038-80-43-UR-6001 ENCLOSED DOCUMENT

Page 84 of 276
Page 85 of 276
age 86 of 276
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited
MATERIAL REQUISITION (TOP SHEET)
ITEM DESCRIPTION: PRESSURE VESSEL -CS (UP TO 25 MM)
GROUP ITEM CODE: 01AA DESTINATION: As per Commercial Documents
MR CATEGORY: I DELIVERY PERIOD: As per Commercial Documents

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

B038 000 VV MR 6001 B 13/06/2017 80 43


JOB NO. UNIT/ MAIN DOC. SR. NO. REV. DATE DIVN. DEPT.
AREA COST CODE
CENTRE ORIGINATOR
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.

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

REV. DATE BY CHK. APPD. DETAILS

A 25/05/2017 TSD RKM KJH ISSUED FOR BIDS


B 13/06/2017 NNM RKM KJH REVISED & ISSUED FOR BIDS
This is a system generated approved document and does not require signature.

Project: BS VI MRPL
ENGINEERS INDIA LIMITED

NEW DELHI Client: MRPL


Sheet 1 of 3
File Name: C:\Users\B513\Desktop\6001.pdf
Page 87 of 276
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited
TAG NO/
SR. NO. ITEM CODE/ [ ID. NO. ] DESCRIPTION QUANTITY

01.00 Residual Design(including complete design


of internal supporting
system),Procurement of all materials and
bought out components, including complete
internal supporting system , fabrication
including assembly/sub assembly at shop,
NDT, inspection, testing at
manufacturer's works, hydrotest, surface
preparation and application of shop
primer,pickling & passivation of SS
Surfaces , providing SS anchors for
refractory , packing, delivery including
supply of all mandatory spares &
documentation as per the enclosed EIL
standard specifications, instructions to
vendors, job specification, data sheets
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.

etc. and other codes and standards


attached or referred.
01.01 A1 DC-91401 CATALYTIC CONVERTER-1 1 Nos
01.02 A1 DC-91402 CATALYTIC CONVERTER-2 1 Nos
01.03 A1 DC-91403 REDUCING REACTOR 1 Nos
02.00 << DELETED >>
03.00 Transportation from Vendors work/ shop to
site for the following as per the
enclosed EIL standard specifications,
instructions to vendors, job
specification, data sheets, etc
03.01 A1 {03}DC-91401 For Sr. No. 01.01 1 Nos
03.02 A1 {03}DC-91402 For Sr. No. 01.02 1 Nos
03.03 A1 {03}DC-91403 For Sr. No. 01.03 1 Nos
04.00 << DELETED >>
05.00 << DELETED >>
06.00 Unit Rates of items for addition/deletion
purpose, as per the Commercial Document.
07.00 << DELETED >>
08.00 << DELETED >>
09.00 Drawings and documents as per attached Lot
Vendor Data requirement for all supplies
and services covered above in Sr.Nos.1.00
to Sr.No.8.00

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

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

Note:
Bidder to note that,one fixed price is to be quoted for grouped items. The groups
of items are identified by A1 where A1 indicates one group and so on.
Grouped items shall not be split ordered.

Project: BS VI MRPL
ENGINEERS INDIA LIMITED REQUISITION NO. REV.

NEW DELHI Client: MRPL B038-000-VV-MR-6001 B


Sheet 2 of 3
File Name: C:\Users\B513\Desktop\6001.pdf
Page 88 of 276
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited

LIST OF ATTACHMENTS
REVISION
SL. REV. REV. REV. REV.
DOCUMENT TITLE DOCUMENT NO.
No.
DATE DATE DATE DATE
INSTRUCTIONS
1 INSTRUCTIONS TO VENDOR A038-80-43-TR-6001 A B
23/05/2017 12/06/2017
SCOPE OF WORK
2 SCOPE OF SUPPLY A038-80-43-SS-6001 A B
23/05/2017 12/06/2017
LIST
3 LIST OF APPLICABLE A038-80-43-LL-6001 A B
SPECIFICATIONS & STANDARDS 23/05/2017 12/06/2017
VENDOR DATA REQUIREMENTS
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.

4 VENDOR DATA REQUIREMENTS A038-914-80-43- A B


VDR-6001 24/05/2017 12/06/2017
5 PROCEDURE FOR FINAL SPC00009 0
DOCUMENTATION (#) 01/09/2015
DATASHEET
6 Mechanical Datasheet for DC- B038-914-80-43-DS- A B
91401 3001 23/05/2017 12/06/2017
7 Mechanical Datasheet for DC- B038-914-80-43-DS- A B
91402 3002 23/05/2017 12/06/2017
8 Mechanical Datasheet for DC- B038-914-80-43-DS- A B
91403 3003 23/05/2017 12/06/2017
In case of any subsequent revision of MR or PR, only revised sheets of the
attachments listed above shall be issued alongwith the revision.

GENERAL NOTES:
# Final Documentation certificate for equipments covered in this MR shall be signed
by EIL Inspection.

Project: BS VI MRPL
ENGINEERS INDIA LIMITED REQUISITION NO. REV.

NEW DELHI Client: MRPL B038-000-VV-MR-6001 B


Sheet 3 of 3
File Name: C:\Users\B513\Desktop\6001.pdf
Page 89 of 276
DOCUMENT No.
INSTRUCTIONS TO BIDDERS B038-80-43-TR-6001
Rev. B
Page 1 of 11

INSTRUCTIONS TO BIDDERS

B 12.06.2017 REVISED & ISSUED FOR BIDS NNM RKM KJH

A 23.05.2017 ISSUED FOR BIDS TSD RKM KJH


Rev. Prepared Checked
Date Purpose Approved by
No by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 90 of 276
DOCUMENT No.
INSTRUCTIONS TO BIDDERS B038-80-43-TR-6001
Rev. B
Page 2 of 11

INSTRUCTIONS TO BIDDERS

(A) CATEGORY I MR:

1. Bidder to note that no correspondence shall be entered into or entertained after the bid
submission. Bids shall be evaluated based on the details submitted by the bidder. In view of
the same bidder in his own interest is advised not to submit any deviation.
2. Bidder shall furnish quotations only for those items/parts:
a. For which bidder is approved by EIL
b. For which bidder can supply strictly as per Technical Specifications.
3. No technical details of any nature shall be included in the offer. If the offer contains any
technical deviations or clarifications or stipulates any unsolicited technical specifications
(even if in line with technical requirements), the offer is liable for rejection.
4. The submission of prices by the bidder shall be construed to mean that he has confirmed
compliance with all technical specifications of the corresponding item(s).
5. SUBCONTRACTING OF THE ENTIRE / MAIN EQUIPMENT IS NOT ACCEPTABLE.
SUBCONTRACTING OF THE BOUGHT OUTS / COMPONENTS SHOULD BE DONE TO
EIL APPROVED VENDORS ONLY. WHEN NO LIST EXISTS FOR SUB VENDORS
CONSIDER ONLY REPUTED VENDORS AFTER EIL APPROVAL.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 91 of 276
DOCUMENT No.
INSTRUCTIONS TO BIDDERS B038-80-43-TR-6001
Rev. B
Page 3 of 11

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 92 of 276
DOCUMENT No.
INSTRUCTIONS TO BIDDERS B038-80-43-TR-6001
Rev. B
Page 4 of 11

(B) It is understood that:

1. The quoted price includes for the “HOLDS” details of which are indicated on the Drg.
2. The weights indicated on EIL Engineering Drawing do not form the basis for offer, since these
are approximations only.
3. Spares included in of doc. B038-80-43-SS-6001 shall be included in the quoted price.
4. Bidder quoted price includes the following finished weight of structural platform and piping
clips.

Sl.No Equipment no MOC of Clips Weight


1 DC-91401 SA 516 Gr.70 500
2 DC-91402 SA 516 Gr.70 500
3 DC-91403 SA 516 Gr.60 750

With reference to Mechanical datasheet and standards, decrease/ increase in weights


shall be recovered/ paid as per Unit Rates of Addition and Deletion. Refer Commercial
Document for details.

(B) ODC MOVEMENT & TRANSPORTATION

Transportation of equipment shall be governed by commercial conditions.

1. All equipments shall be transported in single piece. Transportation of all equipments + loose
supplies from Bidder’s workshop to Site is in Bidder’s scope.

2. All equipments must be transported through Road route only up to MRPL Site.

3. Equipment(s) having length more than 20 meters and / or forming “Gross Vehicle Weight”
(weight of equipment(s) & weight of vehicle clubbed together) more than 49 Metric Tons shall
be transported on Hydraulic axles only with compliance to all statutory norms of authorities
concerned. Prime Mover of the vehicle to have GPS tracking system to monitor the
movement of the consignment. All suppliers / transporters to check the requirements as per
latest guidelines issued by ministry of surface transport before shipping the equipment.

Technical Instructions

1. The shape of dished end/ toricone, profile of conical reducer, knuckle radius, cone angle and
overall height shall be as per Mechanical Data Sheet (MDS). Minimum thickness of shell,
cone and dished end shall be achieved taking into account thinning and scaling etc.

2. Dished ends and hot formed pressure parts shall have 10% or 2mm (whichever is higher)
allowance for scaling and thinning, in order to achieve minimum thickness specified on the
drawing.

3. a) Wherever hot forming and subsequent heat treatment is involved, adopted procedure shall
not impair the mechanical properties of the material beyond the limits specified in respective
material specification.

b) For low temperature equipment and hot formed parts, number of production coupons and
the tests thereon shall be as per requisition.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 93 of 276
DOCUMENT No.
INSTRUCTIONS TO BIDDERS B038-80-43-TR-6001
Rev. B
Page 5 of 11

4. Wherever toricone is specified the knuckle radius of shorter and bigger ends shall be 10% of
diameters mentioned at shorter and bigger ends respectively. The straight face length of
toricone ends shall be as per MDS.

5. The longitudinal & circumferential joints of the toricone shall be 100% radiographed.

6. Post weld heat treatment and all nondestructive testing like radiography, ultrasonic testing,
magnetic particle/ dye penetrant examination etc. shall be conducted as per requisition.

7. Transportation of vessels from shop to site shall be in single piece.

8. Workmanship and materials, in bidder's scope of supply, shall be guaranteed.

9. Pickling and passivation of internal/external surfaces of stainless steel/ monel clad equipment
shall be carried out as per ASTM A-380.

10. For IBR vessels, approval of drawings, documents, stagewise inspection and final

Complete design of equipment as per IBR shall be carried out by vendor.

11. For items which are to approved by CCOE,Nagpur ,approval of drawings, documents,
stagewise inspection and final certification of the equipment by Chief Controller of explosives

responsibility of bidder.

12. The main equipment shall not be subcontracted, however the bought out items/ components
can be sub-ordered or sub-contracted to EIL approved vendors/sub-contractors only.

13. Demister /Agitator shall be procured from following EIL approved vendor only:-

(i) Continental Profiles Ltd., Faridabad.


(ii) Evergreen Technologies Pvt. Ltd., Mumbai
(iii) Haver Standard India Pvt. Ltd., Mumbai
(iv) Koch Chemical Tec. Group India Pvt. Ltd., Mumbai
(v) Munters Euroform GMBH, Germany
(vi) Pace Engg. Industries Pvt. Ltd., Mumbai

14. Fabricator shall supply template for all columns (with skirt) for checking the orientation of
anchor bolts on foundation. To ensure matching, base plate and template shall be drilled
together in advance. The template for foundation shall be box type and height of template
shall be equal anchor chair including base ring, top ring and washers. The schedule of supply
of template at site shall be 8 weeks from FOA.

15. Gaskets used for hydro-testing of Vessels shall be of the same specification as service
gaskets and the fabricator shall supply new gaskets for shell / Body flange, manholes and
nozzles with blind flanges apart from spares. Gaskets used for hydrotest shall not be used for
actual hook up.

16. While transporting completed segments/vessel, fabricator shall provide suitable type and no.
of supports so that no deformation of any part of the equipment takes place.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 94 of 276
DOCUMENT No.
INSTRUCTIONS TO BIDDERS B038-80-43-TR-6001
Rev. B
Page 6 of 11

17. Fabricator shall exercise utmost care during loading/unloading of vessel column sections /
columns so that no damage to any part of the equipment occurs. Suitable type and no. of
supports shall be provided for supporting the column sections / columns.

18. Fabricator shall also design and provide suitable stiffening arrangement at the base anchor
chair locations so that deformation/buckling of base and bottom zone does not occur at the
time of lifting while the columns are being erected.

19. Fabricator shall design and provide lugs/ trunnions for handling/ lifting of column sections and
complete dressed-up column as well.

20. Number of temporary attachments/cleats, lifting lug/trunnion used for site assembly should be
kept minimum. Temporary attachments / cleats shall be removed by fabricator after complete
execution of work if desired by engineer-in-Charge leaving 12mm from the shell & grinding of
all cut edge burrs.

21. If the equipment is to be transported via sea routes (marine transportation), the following shall
be provided by bidder and included in the quoted price:

After completion of all testing and inspection, the inside of complete equipment shall be
thoroughly drained and dried out. Equipment shall be completely dried by passing hot air for
sufficient time until no further increase in relative humidity of outgoing air is observed. After
drying, the equipment shall be purged and filled with dry N2 at 0.25 kg/cm 2. The equipment
shall be provided with pressure gauge to monitor N2 pressure and ½ “ non-return valve. All
threaded holes other than tell tale holes for testing shall be suitably protected with steel bar
plugs. All nozzles not provided with blind flange shall be provided with steel covers,
temporary gaskets and bolts. All external surfaces shall be properly protected / covered
against sea environments.

22. Erection weight given in equipment data sheet is approximate. Vendor shall calculate the
actual equipment weight and furnish calculation. Erection weight furnished in vendor drawing
shall be based on fabricator’s calculation. Calculation of Centre of Gravity (C.G.) of the
equipment shall also be done by vendor and marked on the equipment & in the fabrication
GA drawing.

23. For internal distributor pipes, internal flanges shown are minimum required. It is vendor’s
responsibility to provide required number of flanges to ensure removability through nearest
manway.

24. Unless otherwise specified, all Internals shall be removable through Manway.

25. All nozzles shall be set-in type. Set-on type nozzles are not permitted.

26. Surface preparation, application of shop primer shall be by bidder as per Painting
Specification Document B038-000-79-41-PLS-01.

27. For CS/LAS equipments:

All production welding shall be examined by RT. In case vendor want to perform UT by TOFD
technique in lieu of RT, the same is acceptable subject to the following:

a) Thickness of plate is greater than 38mm.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 95 of 276
DOCUMENT No.
INSTRUCTIONS TO BIDDERS B038-80-43-TR-6001
Rev. B
Page 7 of 11

b) With Code Case 2235, Automated UT incorporating TOFD and pulse echo probes or TOFD
and Phased Array mounted on the same chassis that automatically traverses along the joints
to be inspected and displaying both results simultaneously on a single screen may be
considered in lieu of RT.

c) Calibration block of similar material/thickness shall be used. Calibration block shall have
suitable notches to simulate longitudinal as well as transverse cracks on outside and inside
surface. Setup should be capable of detecting defects on outside as well as inside while
scanning from one surface only.

d) The system that is proposed to be deployed in lieu of radiography shall be submitted along
with the track record prior to use for EIL review. The vendor shall demonstrate successfully
the capability of AUT machine and the defects evaluation in the same screen during the site
visit of TPIA. Based on which, the approval of the parties and their AUT system shall be
given.

e) Qualified NDT persons shall be deployed to perform UT.

28. When spot radiography is specified, the extent of radiography defined in Clause 5.4.2
of EIL specification 6-12-0001 Rev. 5 shall be replaced as follows:

Each category A or B pressure containing weld shall be spot radiographed in


accordance with ASME Section-VIII Division-I, paragraph UW-52 as a minimum
requirement. Each Spot radiograph shall be a minimum of six inches (150mm) in length
and minimum one spot shall be selected in each circumferential & longitudinal seam.
Additionally at least one T-joint in each circumferential seam shall also be selected.
Welds from each welding procedure, welded/welding operator shall be examined.

General Instructions

1. All materials including those used for internals shall be procured with stage wise inspection.
B Stage wise and final inspection of equipments and its components shall be carried out by
following:

a) For Foreign Vendors: Stage wise & final inspection of the equipment including all
components and internals shall be carried out by third party inspection agency. Quoted
price shall include for the same.

b) For indigenous Vendors: EIL shall be inspection agency for equipments and its
indigenous components. Incase internals/forging/plates etc. are procured from abroad,
the inspection shall be carried out by third party inspection agency. Quoted price shall
include for the same.

c) For acceptable third party inspection agencies (TPIA), refer commercial documents.

Fabrication shall not commence before their approval except as noted at Sl.No. 2 & 3.

2. Raw material procurement may proceed prior to approval of vendor drawings on the basis of
Material Requisition and all testing and agency for testing shall be arranged by Vendor.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 96 of 276
DOCUMENT No.
INSTRUCTIONS TO BIDDERS B038-80-43-TR-6001
Rev. B
Page 8 of 11

3. Shell rolling/welding and dished - head fabrication shall commence without awaiting
fabrication drawing approval. Inspection shall be carried out in accordance with Purchase
Requisition documents till approved fabrication drawings are available.

4. Material for shell, dished ends, toricone, shell/ body flange and skirt shall be considered as
major raw material wherever identification of major raw material is one of the payment
milestones.

5. Purchase requisition shall be issued within two weeks of Fax of intent (FOI). Final nozzle
sizes (without any holds) shall be issued along with purchase requisition or latest within one
month of Fax of intent (FOI).

6. Nozzle orientation of the equipment shall be issued latest by mid of contractual delivery
period reckoned from date of issue of Fax of intent (FOI).

7. Pipe support/structural clip details shall be issued latest by three months before contractual
delivery date.

8. Minimum course width shall be 1 metre. Maximum no. of longitudinal seams shall be as
follows:
( a) vessels upto 2 metre diameter : 1 seam
( b) vessels from 2 metre upto 4 metre dia. : 2 seam
( c) vessels from 4 metre upto 6 metre dia. : 3 seam
( d) vessels from 6 metre upto 10 metre dia. : 9 seam

In any case, distance between two longitudinal seams shall not be less than 3 metre.

9. If any discrepancy is found during design and fabrication stages, the fabricator shall inform
EIL immediately and shall obtain necessary clarification/approval before proceeding with that
portion of the job any further. EIL's review of fabricator's drawings and documents must not
be considered as a check and shall not relieve the fabricator of his responsibilities to supply
equipment as per requisition. Fabricator shall remain responsible for conflicts between his
drawings/documents and EIL drawings/documents.

10. English language and metric units shall be used in all documents. Drawings shall be prepared
in prescribed sizes as standardized by Bureau of Indian Standards (BIS) and shall be
preferably in the sizes such as 210 x 297, 297 x 420, 420 x 597, 597 x 841, 841 x 1189 mm.

11. All fabricator's drawings submitted to EIL shall be based on purchase requisition and shall
bear reference number and revision of the corresponding EIL drawings. In addition, it shall
indicate item number, client's name, project name, fabricator's name, purchase order number,
purchase requisition number, drawing number, revision number etc. all in the lower right hand
corner. All revisions shall be clearly marked by encircling with revision marks.

12. Submission of required drawings/documents shall be the responsibility of fabricator. In the


event of fabricator's failure to meet this requirement, the supply of equipment shall be
considered as incomplete.

13. Preparation & Submission of Document Control Index (DCI):

a). Vendor shall prepare Document Control Index (list of those drawings, which are
to be submitted to EIL along with the submission dates for each drawing) within
15 days of placement of FOI. Vendor shall strictly adhere to this drawing
submission schedule. Successful bidder shall submit DCI and all the vendor

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 97 of 276
DOCUMENT No.
INSTRUCTIONS TO BIDDERS B038-80-43-TR-6001
Rev. B
Page 9 of 11

data through vendor portal (http://edocx.eil.co.in:7001/vportal) only. The detail


guidelines for uploading the documents on vendor portal are available on the
site itself.

b). Vendor to note that unscheduled documents (documents which are not listed in
DCI) shall not be accepted by EIL. All vendor drawings/documents shall be
submitted as scheduled document only.

B
c). Final documentation shall be as per MRPL Document no SPC00009 Rev. 0
(Procedure for Final Documentation).

14. All drawings shall be thoroughly checked and duly signed by fabricator. Unchecked drawings
and drawings without revisions clearly marked shall be returned without review. Successive
review of the same fabricator's drawing shall apply only to EIL's latest data sheet/comments
on the previous revision. Drawings and documents returned to fabricator for revision shall be
resubmitted preferably within ten days of receipt.

15. Dimensions of all flanges shall be as per ASME B16.5 for nozzle sizes 24"NB and below and
as per ASME B16.47 Series B for sizes greater than 24"NB ,unless otherwise stated.

16. Fabrication drawings shall be submitted in following stages:

Stage-I
- General arrangement drawing indicating design data, fabricated equipment's weight,
general notes, nozzle schedule, detail of shell, heads, toricone, shell/ body flange
skirt/supporting arrangement, main weld seams, nozzle orientation plan, cutting layout (in
case of free issue material) etc.

- Detail of all nozzles, manholes, accessories etc.

- Bill of material for each item showing part size, quantity, material specification, scope of
supply and weight etc.

Stage-II
- Detail of internals such as tray support ring and bolting bar.

- Detail of complete internal supporting system/arrangement including supporting design


calculations of the same, distributor, support ring for chimney tray, demister support and
packing support etc.

- Detail of external clips for ladder, platform, pipe support, insulation, fire proofing, manhole
davit, lifting lugs etc.

- Shell development drawing incorporating all attachments and weld seams.

- Bill of material for each item showing part size, quantity, material specification, scope of
supply and weight etc.

- In case of owner's free issue plate material, fabricator shall submit plate cutting diagram for
EIL's approval.

17. After receipt of order, fabricator shall submit to EIL, the planning of fabrication which shall
indicate the details and scheduled date of :

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 98 of 276
DOCUMENT No.
INSTRUCTIONS TO BIDDERS B038-80-43-TR-6001
Rev. B
Page 10 of 11

- Sub orders.

- Purchase of materials such as plates, pipes, forged flanges, bolting, gaskets, etc.

- Start of fabrication of dished ends and shell, welding of shell and heads.

- Welding of nozzles and external attachments such as cleats etc.

- Phased programme of shop/site fabrication of equipment section, shop assembly, testing


and dispatch to site.

This planning shall be established to extend from purchasing of equipment components to the
end of fabrication and delivery of equipment.

18. All drawings shall be drawn in AUTOCAD R-14.No hand drawn drawings shall be accepted.
All residual calculations shall be computerized.

19. Documents and letters shall be furnished in electronic format. The software used shall be as
follows.

a) MS OFFICE 97 or above
b) ADOBE ACROBAT 4.0 & ABOVE

20. In case of owner's free issue plate material, fabricator shall tabulate each plate detail as per
following table:

Plate No./ Material Size of Plate Equipment Ref. Dwg. Part


Plate mark Specification Thk x Width x Length Number No. number and
(mm) x (M) x (M) qty.

Size of Plate Heat/ Plate Weight Used plate Burnout


Thk x Width x Length sample (Kgs.) weight (Kgs.) losses
(mm) x (M) x (M) number (Kgs.)

Returnable offcut Returnable offcut Non returnable scrap Remarks


size with sketch weight (Kgs.) weight (Kgs.)
Fabricator shall be allowed 2% burnout losses against the material consumed in case of
pressure vessels and 1% in case of storage tanks and spheres unless otherwise specified. In
general purchase conditions.all offcuts of width 800mm and perimeter 2400mm in carbon
steel materials and 150mm width and perimeter 1500mm in stainless steel materials shall be
returned to owner, unless otherwise specified. Returnable offcuts shall have original plate
markings transferred and duly stamped by inspector. All other non returnable scrap shall be
sold by fabricator on the basis of owner's instructions and approval.

21. Words “fabricator”, “vendor”, “contractor” appearing anywhere in the MR/Specifications/


Standards etc. shall be read as “bidder”.

22. Further to pt. No. 8 of General Instructions; Bidder to note that interference of nozzles
with circumferential seams is not acceptable. However, vendor to take suitable care to
avoid fouling of external/internal attachments with C-seams. Vendor to submit shell
development drawing for checking the same in the Ist submission.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 99 of 276
DOCUMENT No.
INSTRUCTIONS TO BIDDERS B038-80-43-TR-6001
Rev. B
Page 11 of 11

23. Vendor shall note that the vendor drawing for the following standard components shall not be
reviewed by EIL. It shall be solely vendor's responsibility to ensure the correctness of these
drawings as per EIL Standards and Drawings. If any discrepancy / mistake is found at a later
date the vendor shall rectify the same at his time and cost.

- Manhole davit/ hinge arrangement & Ladder rungs


- Pipe Davit
- EIL Name plate, Manufacturer's Nameplate, Nameplate bracket
- Skirt (Pipe) opening details, Access Opening Details, Skirt vent.
- Lifting lugs (Standard Type)
- Fireproofing and Insulation Support
- Earthing lug
- Pipe support cleats and ladder and platform cleats (Fouling of external support cleats (if
any), shall be highlighted to EIL along with shell development drawing and suggestion for
resolution)

However, all these above listed drawing shall be submitted in a separate drawing for
information to EIL ensuring adherence to all the respective EIL Standards and Drawings.
Clarifications (if any) shall be obtained by Vendor from EIL before fabrication.

24. Standard Inspection and test plans are attached with requisition for guidance. Vendor shall
submit inspection test plans for the approval of visiting inspection engineer. Inspection shall
take care of all the requirements of specifications. Inspection engineer has the authority to
modify the plan depending on the criticality of the item.

25. In the event of conflict, most stringent requirement in following order of precedence shall
govern:

a) EIL Mechanical Data Sheet (MDS) and MR requirements


b) EIL specifications and standards
c) Codes

However in event of conflict it shall be the duty of the Vendor to bring it to EIL’s attention for
resolution and resolve it before proceeding with the manufacture. EIL’s comments shall be
final and binding on vendor without any cost and delivery implications.

26. Design of all catalyst support internals shall be carried out considering loads as
specified in the mechanical datasheets with following limits:

a) Allowable stress in Bending shall be as per Table 1(A) of ASME Sec II part D.
b) Allowable stress in Shear shall be 0.6 X Allowable stress in Bending at design
temperature.
c) Allowable deflection of beam (if any) shall be limited to span/360 or
Thickness/2 whichever is lower.

Vendor shall furnish design calculation for EIL review. The indicated arrangement
of catalyst support internals in mechanical datasheets are minimum to be
provided. Modifications, if any, shall be incorporated by bidder without time & cost
implication.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 100 of 276


DOCUMENT No.
SCOPE OF SUPPLY B038-80-43-SS-6001
Rev. B
Page 1 of 5

SCOPE OF SUPPLY

B 12.06.17 REVISED & ISSUED FOR BIDS NNM RKM KJH

A 23.05.17 ISSUED FOR BIDS TSD RKM KJH


Rev. Prepared Checked Approved
Date Purpose
No by by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 101 of 276


DOCUMENT No.
SCOPE OF SUPPLY B038-80-43-SS-6001
Rev. B
Page 2 of 5

SCOPE OF SUPPLY

[X] Indicates applicability

The following materials will be supplied by

1. Owner

1.1 Boiler quality/low-alloy/stainless/clad steel plate conforming to specification


NIL for

[ ] Shell

[ ] Dished head/intermediate head/cone

[ ] Sump and sump head

[ ] Skirt

[ ] Manhole neck, nozzle neck 300 NB and above in carbon steel and 125 NB and
above in stainless steel

[ ] Reinforcement pad

[ ] Wrapper plate

[ ] Plate type flange

[ ] Internal piping

[ ] Tray support ring/bolting bar/seal pan welded to the vessel

[ ] Pad for external attachment (directly welded to shell)

[ ] Insulation support

[ ] Lifting lugs

[ ] Baffle

[ ] Demister support

1.2 [ ] Forged flange/matching blind flange

[ ] Pipe for nozzle neck

[ ] Pipe fitting

[ ] Gasket

1.3 [X] Foundation/anchor bolts

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 102 of 276


DOCUMENT No.
SCOPE OF SUPPLY B038-80-43-SS-6001
Rev. B
Page 3 of 5

[X] Platform and ladder

[X] Permanent instruments

[ ] Demister with grid, bolting.

[X] Fire proofing and insulation

[ ] Pump assembly with bolting

[ ] Agitator assembly with bolting

[ ] Tray/down comer/seal pan/chimney tray not welded to the vessel

[ ] Brick lining

[X] Refractory lining

[X] Internal Packing/Catalyst & Ceramic balls

[ ] Light and sight glass assembly

[X] Thermowells

2. VENDOR

2.1 Boiler quality carbon/low alloy/stainless/clad steel plate conforming to specification as listed
in the MDS for

[X] Shell

[X] Dished head/intermediate head(Partition Plate)/cone /toricone.

[] Sump and sump head

[] Skirt (Partly)

[X] Manhole neck, nozzle neck 300 NB and above in carbon steel and 125 NB and
above in stainless steel & 200 NB and above in clad steel

[X] Reinforcement pad / Insert Plate

[X] Wrapper plate

[ ] Plate type flange.

[] Internal piping and supports

[X] Complete catalyst support grid (along with SS wire mesh screen) with complete
supporting arrangement for equipment DC-91401/91402/91403.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 103 of 276


DOCUMENT No.
SCOPE OF SUPPLY B038-80-43-SS-6001
Rev. B
Page 4 of 5

[X] Pad for external attachments

[X] Fire proofing and insulation supports welded to equipment

[X] Saddle support/bracket/leg support /Base Plate

[ ] Lifting Trunnion / Lugs / Tailing lugs on column portion.

[X] Internal baffle/Inlet deflectors for Feed nozzles along with supporting angle ,vortex
breaker, ladder rungs

[] Demister supports

[X] Structural & Piping Clips directly welded to equipments

[ ] Guide support/Vacuum stiffening rings

[X] Stiffener

[X] Anchors for Refractory Lining

2.2 Structural steel section and plate conforming to IS:226/IS:2062 Gr. E250 Quality B/ SA-283
Gr.C for

[ ] Shell

[] Skirt (Partly) /anchor chair/base plate/saddle and bracket support

[ ] Internals

[] Insulation support/fire proofing support welded to skirt

[ ] Flat cover
[ ] Manway flange/cover
[ ] Tailing lug and Stiffening Block/Beam in skirt portion

[] Structural and piping clips on pads

[ ] Section for stiffeners

[] Leg supports and base plate

2.3 [X] Forged flanges / matching blind flange wherever shown.

[X] Studs/bolts and nuts for manway/handholes/internal flanges /nozzles with blind
flange/shell flange, including jack bolts for manways and shell flanges

[X] Gasket for manway/internal flange /shell flange / nozzles shown with blind flanges

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 104 of 276


DOCUMENT No.
SCOPE OF SUPPLY B038-80-43-SS-6001
Rev. B
Page 5 of 5

[X] Welding consumables and gases

[] Demisters with grid and bolting

[X] SS Wire Mesh for support grid along with holding arrangement.

[] Agitator assembly with bolting

[] Pump assembly with bolting

[X] Seamless nozzle necks 250 NB & below in Carbon Steel, 100NB & below in
Stainless Steel & 150 NB & below for weld overlayed nozzle

[] Internal piping, coupling and pipe fitting

[X] Self Reinforced Nozzles/LWN Nozzles.

[] Internal packing

[ ] Light and sight glass assembly

[X] Davit/hinge assembly for manway / Shell Flange

[] Pipe davit assembly for equipment

[X] Items covered in applicable EIL standards

[X] All other metallic and non-metallic parts, consumables and gases not covered under
1 and 2 but required to complete fabricated equipments including inspection, testing
and supply of equipments as per this requisition

B Mandatory Spare Parts:

[X] Spares –10% of fasteners (min 2 nos. in each size) of installed fasteners and two
sets of gaskets (For Manway, Interconnecting Nozzles, and nozzles with blind
Flange).

[X] Spares: 300% Ceramic Fibre for Each Manhole.

[X] Spares: Anchors for refractory lining(loose supply), plastic caps for anchors etc – 5%
of the total quantities installed in each item.

[] 50% Demister (Installed inside an equipment) along with fasteners required (bolts,
nuts, clamps, spacers etc.).

Commissioning Spare Parts:

[X] Spares –10% of fasteners (min 2 nos. in each size) of installed fasteners and 100 %
gaskets (For Manway, Interconnecting Nozzles, and nozzles with blind Flange).

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 105 of 276


LIST OF APPLICABLE DOCUMENT No.
SPECIFICATIONS & B038-80-43-LL-6001
STANDARDS Rev. B
Page 1 of 4

LIST OF APPLICABLE
SPECIFICATIONS & STANDARDS

B 12.06.17 REVISED & ISSUED FOR BIDS NNM RKM KJH


A 23.05.17 ISSUED FOR BIDS TSD RKM KJH
Rev. Prepared Checked
Date Purpose Approved by
No by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 106 of 276


LIST OF APPLICABLE DOCUMENT No.
SPECIFICATIONS & B038-80-43-LL-6001
STANDARDS Rev. B
Page 2 of 4

LIST OF APPLICABLE SPECIFICATIONS

[X] indicates applicability


Title Doc No. Shts. Rev
[X] General specification for pressure 6-12-0001 13 5
Vessels
[X] Supplementary specification for carbon 6-12-0002 7 7
steel vessels
[] Supplementary specification for low 6-12-0003 7 4
alloy steel vessels
7 5
[] Supplementary specification for 6-12-0006
austenitic stainless steel vessels
[] Supplementary specification for 6-12-0007 10 4
stainless steel clad vessels
[] Supplementary specification for 6-12-0008 7 4
3½ % Ni steel pressure vessels
[X] Standard specification for boiler quality 6-12-0011 7 8
carbon steel plates
[X] Standard specification for weldable 6-12-0014 4 5
structural quality steel plates for
storage tanks and vessels
[] Standard specification for clad plates 6-12-0015 5 4
[] Standard specification for 6-12-0016 5 3
3½%Ni steel plates for pressure
vessels
[] Standard specification for 1%Cr-½%Mo 6-12-0017 5 4
& 1½%Cr-½%Mo steel plates
[] Standard specification for 2.25-Cr-1 6-12-0018 6 3
Mo steel plates
5 7
[X] Standard specification for stainless 6-12-0020
steel plates
[] Packing, marking & shipping 6-14-0009 6 3
specifiction.
[] Material requirements for carbon steel 6-79-0013 6 1
components used in sour service in
petroleum refinery environments
B [X] Standard Specification for Shop & field B038-000-79-41-PLS-01 54 1
painting
[X] Standard Specification for Positive 6-81-0001 8 3
Material Identification (PMI) at Vendor’s
works
[X] Inspection & Test Plan for Pressure 6-81-0011 7 3
Vessels/Columns CS
[] Inspection & Test Plan for SS Clad 6-81-0013 7 2
Pressure Vessels/Columns Reactors
[] Inspection & test plan for wire mesh 6-81-0060 5 2
demisters
[] Inspection & test plan for weld overlay 6-81-0130 7 2

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 107 of 276


LIST OF APPLICABLE DOCUMENT No.
SPECIFICATIONS & B038-80-43-LL-6001
STANDARDS Rev. B
Page 3 of 4

Title Doc No. Shts. Rev

[] Standard Specification For Health,


6-82-0001 55 4
Safety & Environment (Hse)
Management At Construction Sites
[X] Specification for quality management 6-78-0001 8 1
system requirements from bidders
[X] Specification for documentation 6-78-0003 8 1
requirements from suppliers
[X] Job spec for refractory material B004-914-80-44-RM-S001 8 0

LIST OF APPLICABLE STANDARDS


[X] Indicates applicability
Title Doc No. Shts. Rev

[X] Vessel tolerances 7-12-0001 2 6


[X] Support for horizontal vessel 7-12-0002 1 6
[] Wooden pillows for saddle support 7-12-0003 1 6
[] Skirt base details 7-12-0004 1 7
[] Skirt opening details 7-12-0005 2 6
[] Angle leg support 7-12-0006 2 6
[] Pipe leg support 7-12-0007 1 6
[] Bracket support for vertical vessel 7-12-0008 1 6
[] Manhole with hinged cover 7-12-0009 2 7
[X] Manhole with davit(For Reference) 7-12-0010 2 7
[X] Ladder rungs for manhole/ demister 7-12-0011 1 6
[] Retaining plate 7-12-0012 1 6
[X] Nozzle reinforcement and projection 7-12-0013 1 6
[] Pad nozzles for vessels 7-12-0014 1 6
[X] Standard bolt hole orientation 7-12-0015 1 6
[] Alloy liner details 7-12-0016 2 6
[] Sight glasses for pressure vessels 7-12-0017 2 6
[] Internal flanges 7-12-0018 1 6
[ ] Vortex breakers 7-12-0019 1 6
[] Inlet deflector baffle 7-12-0020 1 6
[] Support ring and bolting bar 7-12-0021 1 6
[] Support ring sizes for packed tower’s 7-12-0022 1 6
internals
[] Pipe davit 7-12-0023 3 7

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 108 of 276


LIST OF APPLICABLE DOCUMENT No.
SPECIFICATIONS & B038-80-43-LL-6001
STANDARDS Rev. B
Page 4 of 4

Title Doc No. Shts. Rev

[] Lifting lug top head type 7-12-0024 1 8


[X] Fire proofing and insulation supports 7-12-0025 2 6
[X] Earthing lug 7-12-0026 1 6
[X] Name plate 7-12-0027 1 6
[X] Manufacturer name plate 7-12-0028 1 6
[X] Bracket for name plate 7-12-0029 1 6
[] Name plate for small equipment 7-12-0030 1 5
[] Details of forged nozzles 7-12-0031 1 5
[] Supports for internal feed pipe 7-12-0032 2 5
[X] Hot insulation supports for horizontal 7-12-0033 1 5
vessel
[] Pipe davit support detail for cold 7-12-0034 1 5
insulated vessels
[] Typical details of wiremesh demister 7-12-0036 4 4
and its supports
[] SR nozzle neck 7-12-0037 1 4

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 109 of 276


Document No.
VENDOR DATA REQUIREMENTS B038-000-80-43-VD-6001
FOR Rev. B
VESSELS < 25THK Page 1 of 3

VENDOR DATA REQUIREMENTS


FOR
VESSELS < 25THK

B 12-JUN-2017 REVISED & ISSUED FOR BIDS NNM RKM KJH


A 24-MAY-2017 ISSUED FOR BIDS TSD RKM KJH
Rev. Date Purpose Prepared by Checked by Approved by
No.

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

Page 110 of 276


Document No.
VENDOR DATA REQUIREMENTS B038-000-80-43-VD-6001
FOR Rev. B
VESSELS < 25THK Page 2 of 3

VENDOR DATA REQUIREMENTS

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

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. GENERAL ARRANGEMENT DRAWING
INDICATING DESIGN DATA FABRICATED
EQUIPMENT WEIGHT, GENERAL NOTES, DURATION IN
NOZZLE SCHEDULE, DETAIL OF SHELL, WEEKS 3 TO 5
HEADS, SUPPORTING ARRANGEMENT,
MAIN WELD SEAMS, NOZZLE ORIENTATION
PLAN, CUTTING LAYOUT ETC.
2. DETAIL OF NOZZLES, MANHOLES, DURATION IN
ACCESSORIES ETC WEEKS 3 TO 5

3. DESIGN CALCUALTION FOR CATALYST DURATION IN


SUPPORTING ARRANGEMENT. WEEKS 3 TO 5

4. INTERNAL ANCHOR ARRANGEMENT FOR DURATION IN


HOLDING THE REFRACTORY LINING ETC. WEEKS 3 TO 5

5. DETAILS OF CATALYST SUPPORTS, DURATION IN


GRATINGS, AND GRATING SUPPORTS. WEEKS 3 TO 5

6. DETAIL OF EXTERNAL CLIPS SUCH AS DURATION IN


LADDER, PLATFORM, PIPE SUPPORT. WEEKS 10 TO 15

7. DETAIL OF INSULATION, FIRE PROOFING DURATION IN


WEEKS 10 TO 15
8. DETAIL OF MANHOLE DAVIT DURATION IN
ARRANGEMENT WEEKS 10 TO 15

9. SHELL DEVELOPMENT DRAWINGS DURATION IN


INCORPORATING ALL ATTACHMENTS AND WEEKS 3 TO 5
WELD SEAMS
10. CERTIFIED 'AS BUILT' DRAWINGS TWO WEEK AFTER
INCORPORATING ACTUAL DIMENSIONS DISPATCH OF
AND MATERIAL USED, DULY CERTIFIED BY EQUIPMENT (Note-
18)
THE INSPECTOR
11. DATA FOLDER AS PER SPECIFICATION TWO WEEK AFTER
DISPATCH OF
EQUIPMENT
12. INSPECTION AND TESTING PLAN @
13. WELDING PROCEDURES AND
QUALIFICATION TEST REPORTS @
14. DESTRUCTIVE AND NON-DESTRUCTIVE
TEST REPORTS @
15. MATERIAL TEST CERTIFICATES @
16. RADIOGRAPHIC EXAMINATION REPORTS #
WITH FILMS @
17. HEAT TREATMENT PROCEDURE AND TIME
TEMPERATURE CHARTS @
18. CODE CERTIFICATES (INCLUDING
INSPECTION CERTIFICATE, HYDROSTATIC
TEST CERTIFICATE, LOCAL CODE
REQUIREMENTS, RUBBING OF CODE
STAMP AND NAME PLATE ETC.) @
19. PACKING AND FORWARDING
INSTRUCTIONS @

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

Page 111 of 276


Document No.
VENDOR DATA REQUIREMENTS B038-000-80-43-VD-6001
FOR Rev. B
VESSELS < 25THK Page 3 of 3

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
20. MANDATORY AND COMMISSIONING DURATION IN
SPARES AS PER REQUISITION WEEKS 3 TO 5

Notes :
1. "TICK" denotes applicability.
2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).
3. All post order documents shall be submitted / approved through EIL eDMS portal.
4. Refer - 6-78-0001: Specification for quality management system from Bidders.
5. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.
6. All drawings & documents shall be submitted in A4 or A3 paper sizes. Documents in higher paper size shall
be submitted in exceptional circumstances or as indicated in the MR/Tender.
7. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL & the bidder /
contractor / supplier during finalization of Document Control Index (DCI).
8. "@" indicates submission of documents to Inspection Agency.
9. Bill of Material shall form part of the respective drawing.
10. # VENDOR TO STORE THESE FOR FIVE YEARS.
11. SUCCESSFUL BIDDER TO SUBMIT DCI(DOCUMENT CONTROL INDEX) AND ALL THE VENDOR DATA
THROUGH VENDOR PORTAL(HTTP://EDOCX.EIL.CO.IN/VPORTAL) ONLY. THE DETAIL GUIDELINES FOR
UPLOADING THE DOCUMENT ON VENDOR PORTAL ARE AVAILABLE ON THE SITE ITSELF.
SUCCESSFUL BIDDER TO SUBMIT ALL THE DOCUMENT AS SCHEDULED DOCUMENT ONLY.
12.
12. All
Finalthedocumentation
fabrication Drawings/Documents
shall be as per MRPLshall be submitted
Document to EIL as scheduled
no SPC00009 document
Rev. 0 in addition only. Any delay
to submission to in
approval
submission by of
EIL on account
these of unscheduled
documents through EILdocuments
eDMS. shall be Vendor's responsibility.
13. Each Vendor data item must be identified with Purchase Order Number and Equipment tag Number located
on the cover sheet of the first page of the said item and in case of Engineering Drawing on each and every
drawing.
14. All drawing and Literature shall be in English Language and in Metric System.
15. All As Built Drawings/Documents shall be duly certified by respective Inspection Authority.
16. For all Equipment, Contractor Quality Assurance Plan, Weld procedures, Inspection Records/Data and
Material Test Certificates shall be reviewed by Authorized Inspector.
17. Drawing/Document not submitted strictly as per this sequence and schedule shall not be reviewed by EIL
and any delays shall be to Vendor's account.
18. Final documentation shall be submitted as per MRPL Document No. SPC00009 Rev. 0, additionally same
documents/Drawings shall also be to submitted through EIL eDMS.

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

Page 112 of 276


9
Page 113 of 276
Page 114 of 276
Page 115 of 276
Page 116 of 276
Page 117 of 276
Page 118 of 276
Page 119 of 276
The drawing, design and details given below on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited, or used, except

NOZZLES AND CONNECTIONS GENERAL NOTES SPECIFICATIONS DESIGN DATA


FLANGES PROJECTION PAD W UNLESS STATED OTHER WISE X DENOTES APPLICABLITY CODE ASME SEC. VIII DIV. 1 2015
MARK QTY NOM. DIA SCH./THK. SERVICE
CLASS TYPE FACING NOTE-4 xT X GENERAL SPEC. FOR PRESSURE VESSELS 6-12-0001 WORKING PRESSURE (kg/cm 2g) INT 0.5 EXT
1 ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE STATED.
F 1 700 24THK. 300# WN RF 2000 150X24 FEED X SUPP. SPEC. FOR CS VESSELS 6-12-0002 DESIGN PRESSURE (kg/cm 2g) INT 1.05 (Refer Note-14) EXT -
B 1 700 24THK. 300# WN RF 2000 150X24 BOTTOM OUTLET X SUPP. SPEC. FOR BQCS PLATE 6-12-0011 WORKING TEMPERATURE (0C) 276-343
2 ALL ANCHOR BOLT HOLES TO STRADDLE N/S CENTRELINE.
TW1-4 4 101.6 I/D - 300# LWN RF 2000 60X24 THERMOWELL (SEE NOTE-16) X STD. SPEC. FOR STRUCTURAL QUALITY PLATES 6-12-0014 DESIGN TEMPERATURE (0C) 343 (NOTE - 10 (C))
S 1 80 160 300# WN RF 2000 40X24 SAMPLE CONNECTION NORTH DIRECTION WHEREVER SHOWN IS WITH RESPECT TO PLAN X JOB SPEC. FOR SHOP & FIELD PAINTING B038-000-79-41-PLS-01 MDMT
0
( C) 16
3
VIEW. X JOB SPEC. FOR REFRACTORY MATERIAL B004-914-80-44-RM-S001 CORROSION ALLLOWANCE (MM) 3.0 (FOR C.S. PARTS)
MH1 &
2 600 24THK. 300# WN RF SEE DWG. 150X24 MANHOLE+BL. FLG.+DAVIT
MH3 4 (A) FOR NOZZLES ON SHELL PROJECTIONS ARE REFERRED FROM VESSEL X STD. SPEC. FOR SS PLATES 6-12-0020 TYPE OF HEAD 2:1 SEMIELLIPSOIDAL
CENTER LINE TO FLANGE CONTACT FACE.
MH2 1 600 24THK. 300# WN RF 2000 150X24 MANHOLE+BL. FLG.+DAVIT JOINT EFFICIENCY SHELL 0.85 HEAD 1
4(B) FOR NOZZLES ON HEAD PROJECTIONS ARE REFERRED FROM HEAD T.L RADIOGRAPHY SHELL SPOT HEAD FULL
TO FLANGE CONTACT FACE. STANDARDS POST WELD HEAT TREATMENT NIL
5 THE INDICATED THICKNESS IS THE MINIMUM ACCEPTABLE AFTER X VESSEL TOLERANCES 7-12-0001 HEAT TREATMENT HEAD AS PER SPEC.
CONSTRUCTION.
X SUPPORT FOR HORIZONTAL VESSEL 7-12-0002 OPERATING MEDIUM PROCESS GAS (H2S,SO2,Sn,N2,COS,CS2,H2O,CO2,CO,H2)
6 FLANGE GASKET SHALL HAVE 125 AARH FINISH. WOODEN PILLOWS FOR SADDLE SUPPORT 7-12-0003 WIND SPECIFICATION IS 875

SKIRT BASE DETAILS 7-12-0004 SEISMIC IS 1893 & SITE SPECTRA


7 DIMENSIONS OF FLANGES SHALL BE AS PER ANSI B16.5 UPTO 600NB SKIRT OPENING DETAILS 7-12-0005 CAPACITY
3
(M ) 57.5 (BEFORE REFRACTORY APPLICATION)
& 16.47 SERIES B FOR SIZES > 600NB.
ANGLE LEG SUPPORT 7-12-0006 PAINTING/CLEANING AS PER SPEC.
8 ID OF WELD NECK FLANGES SHALL MATCH WITH CORRESPONDING ID PIPE LEG SUPPORT 7-12-0007 INSULATION THICKNESS (mm) 50(NOTE-15) X HOT X COLD
OF NOZZLE PIPE/SHELL.
BRACKET SUPPORT FOR VERTICAL VESSEL 7-12-0008 FIRE PROOFING YES X NO
9 NOZZLES 50NB AND BELOW SHALL BE STIFFENED WITH 2 NOS. 40 x MANHOLE WITH HINGED COVER 7-12-0009 HYDROSTATIC TEST PR. [NEW & COLD] (kg/cm2g) HORIZONTAL 4.55
6 THK FLATS 90° APART.
X MANHOLE WITH DAVIT 7-12-0010 INSPECTION BY EIL X CIB X TPIA
10 CATALYST SUPPORTING ARRANGEMENT SHALL BE DESIGNED FOR THE X 7-12-0013
FOLLOWING LOADING CONDITIONS:
NOZZLE REINFORCEMENT AND PROJECTION MATERIAL OF CONSTRUCTION
PAD NOZZLES FOR VESSELS 7-12-0014 (AS PER ASME / IS OR EQUIVALENT)
a) CATALYST : ACTIVATED ALUMINA PACKED HT = 1325mm ACTIVATED X STANDARD BOLT HOLE ORIENTATION 7-12-0015
ALUMINA CATALYST BULK DENSITY=737 Kg/m3.
ALLOY LINER DETAILS 7-12-0016 SHELL/INSERT PLATE SA 516 Gr.70
b) 100mm CATALYST SUPPORT BED DEPTH OF 12.5mm DENSTONE SIGHT GLASSES FOR PRESSURE VESSELS 7-12-0017 REINFORCEMENT PAD SA 516 Gr.70
BALLS (BULK DENSITY = 737 Kg/m3)
INTERNAL FLANGES 7-12-0018 HEADS SA 516 Gr.70
c) DESIGN TEMPERATURE FOR SUPPORT GRID/BEAM = 550°C. VORTEX BREAKERS 7-12-0019 SHELL FLANGES _
DESIGN TEMPERATURE FOR REFRACTORY = 600°C.
INLET DEFLECTOR BAFFLE 7-12-0020 NOZZLE/LWN FLANGES SA 105
d) PRESSURE DROP OF 0.04 Kg/cm2(g) SUPPORT RING AND BOLTING BAR 7-12-0021 NOZZLE NECK UPTO 250 NB SA 106 GR. B
THK./DETAIL OF GRATING & SUPPORT SYSTEM SPECIFIED IN MDS
SUPPORT RING SIZES FOR PACKED TOWERS 7-12-0022 NOZZLE NECK ABOVE 250 NB SA 516 GR.70
SHALL BE FOLLOWED AS MINIMUM.
PIPE DAVIT 7-12-0023 PIPE FITTINGS SA 234 GR. WPB (SEAMLESS)
11 BEAMS SHALL NOT BE REFRACTORY LINED. LIFTING LUG TOP HEAD TYPE 7-12-0024 GASKET EXTERNAL SPIRAL WOUND GASKET WITH SS316 METAL
12 ALL FABRICATED NOZZLE NECKS SHALL BE 100% RADIOGRAPHED. X FIRE PROOFING AND INSULATION SUPPORTS 7-12-0025 WINDING & GRAFOIL FILLER MATERIAL WITH

X 7-12-0026 CS OUTER RING AS PER ASME B16.20.


in the limited way permitted by written consent given by the lender to the borrower for the intended use.

EARTHING LUG
23 WIRE MESH SCREEN LOCATED ON GRID TO BE EXTENDED ALONG THE WALL UPTO 1725MM FROM GRID AND TO BE FIXED TO 13 GRATING PIECES SHALL BE REMOVABLE THROUGH MANHOLE. X NAME PLATE 7-12-0027 GASKET INTERNAL _
WALL BY HOLDING ROD.HOLDING ROD TO BE PROVIDED AT 200 MM ABOVE GRID AND ANOTHER HOLDING ROD TO BE
X MANUFACTURER NAME PLATE 7-12-0028 EXTERNAL STUDS/BOLTS/NUTS SA 193 GR.B7 / SA 194 GR.2H
PROVIDED AT A ELEVATION OF 1675 MM FROM GRID.
14 WALL THICKNESS OF VESSEL SHALL BE SUITABLE TO WITHSTAND AN X BRACKET FOR NAME PLATE 7-12-0029 INTERNAL STUDS/BOLTS/NUTS SS 347
EXPLOSION PRESSURE OF 7.0 kg/cm2(g) AT A STRESS OF 0.9 OF THE
24 450-510 MM OF OVERLAP SHALL BE PROVIDED WHERE SCREEN COURSES MEET. THE SS MESH SCREEN SHALL BE ROLLED OVER NAME PLATE FOR SMALL EQUIPMENT 7-12-0030 SKIRT/ SUPPORT SA 516 Gr.70
HOT YEILD.
THE VESSEL WALLS AND SECURED BY USING RETAINING BARS WITH SS STUD BOLTS.
15 VESSEL SADDLES SHALL ALSO BE INSULATED. PROVIDE SQ. NUTS ON DETAILS OF FORGED NOZZLES 7-12-0031 SKIRT/ SUPPORT BASE SA 516 Gr.70
SADDLES. REFER EIL STD. 7-12-0025 FOR GUIDANCE.
25 CONVERTER SHALL BE INTERNALLY LINED WITH 75MM THICK 50% ALUMINA CASTABLE, AS PER REFRACTORY MATERIAL SUPPORTS FOR INTERNAL FEED PIPE 7-12-0032 INTERNAL PARTS (WELDED) SS 347
SPECIFICATION NO. B004-914-80-44-RM-S001-BY OTHERS.
16 THERMOWELL NOZZLES SHALL BE PLACED AT EQUAL DISTANCE X HOT INSULATION SUPPORT FOR HORIZONTAL VESSEL 7-12-0033 INTERNAL PARTS (BOLTED) SS 347
ALONG THE LENGTH OF THE VESSEL. TEMPERATURE TO BE
26 ALL NOZZLE NECKS SHALL HAVE INTERNAL PROJECTION AT THE END OF WHICH A COLLOR SIZE 50 WIDE X 12 THK SHALL BE PIPE DAVIT SUPPORT FOR COLD INS. VESSELS 7-12-0034 EXTERNAL CLIPS & ATTACHMENTS/PADS SA 516 GR.70
MEASURED AT LOCATIONS INSIDE THE CATALYTIC BED AT EQUAL
WELDED. THE COLLAR SHALL BE FLUSH WITH REFRACTORY LINING.
DEPTH INTERVAL. TYP. DETAILS OF WIRE MESH DEMISTER SUPPORTS 7-12-0036 WRAPPER PLATE SA 516 GR.70
17 (a) APPLY 3MM COATING OF ACID RESISTANCE POTASSIUM SILICATE S.R NOZZLE NECK 7-12-0037 DEMISTER/GRID −
MORTAR (IS 4832 PART-1) ON SHELL INSIDE PRIOR TO CASTABLE
REFERENCE DRAWINGS PAD FOR EXTERNAL ATTACHMENT (DIRECTLY WELDED) SA 516 GR.70
LINING.
17 (b) CASTABLE LINING TO BE APPLIED IN-SITU. APPLIED LINING TO BE NOZZLE ORIENTATIONS CATALYST SUPPORT GRID/RING/BEAM/BEAM SEAT SS 347
HEAT DRIED OUT AT MAXIMUM OPERATING TEMPERATURE. LADDERS/PLATFORM CLEATS ANCHORS FOR REFRACTORY LINING SS 316L
18 ALL METALLIC PART PROTRUDING THROUGH CASTABLE LINING SHALL PIPE SUPPORT CLEATS WIRE MESH SS 316
BE WRAPPED WITH 3mm CERAMIC FIBRE PAPER BEFORE REFRACTORY
APPLICATION. CERAMIC FIBRE PAPER SUPPLY BY VESSEL TRAY SUPPORT AND BOLTING BARS BAFFLE PLATE / SUPPORT ANGLE SS 316
FILE NAME : B038-914-80-43-DS-3001-B-1

FABRICATOR. DEMISTER DATA SHEET EXTERNAL CLIPS & ATTACHMENT WELDED OVER PAD IS 2062 E250 QUALITY B
19 ANCHOR SPACING SHALL BE @ 300mm SQUARE PITCH AT 45° @@ WEIGHT EXCLUDING REFRACTORY
ORIENTAION . ANCHOR SHALL BE OF 6mm DIA V LUGS OF SS316L.
STATUTORY REGULATIONS
LICENSOR'S SPECIFICATION FOUNDATION LOADING DATA
20 ALL INTERNALS SHALL BE TRAIL ASSEMBLED AT SHOP & SHALL BE HOLD UPS INDIAN BOILER REGULATIONS (IBR)
DESPATCHED TO SITE WITH MATCH MARKING
TYPE MAX MOMENT AT BASE (M) (kgm)
MAX. SHEAR FORCE AT BASE (H) X NOZZLE ORIENTATIONS SIZE OF NOZZLES DEPARTMENT OF EXPLOSIVES, NAGPUR (CCOE)
(kg) 21 CATALYST VOLUME : 27.76m3
SUPPORT BED VOLUME : 1.86 m3
NOZZLE ELEVATIONS (AS MARKED)
X PIPE SUPPORT CLEATS APPROXIMATE WEIGHT (kgs) (PER ITEM)
SEISMIC
- (APPROX. ACTUAL VOLUME TO BE CALCULATED BY VENDOR) X FIXED/SLIDING SUPPORT X LADDER/PLATFORM CLEATS
LICENSOR'S STANDARD (DB) - 22 WIRE MESH SCREEN TO BE PROVIDED BETWEEN (1) GRID AND DETAILS OF INTERNALS TRAY SUPPORT/BOLTING BARS
CERAMIC BALLS LAYER AND BETWEEN (2) CERAMIC BALLS LAYER AND ERECTION 28,000 @@ OPERATING 70,000
SEISMIC PIPE DAVIT
CATALYST BED. ALL CATALYSTS SUPPORT MESH IN CONVERTER
(MC) - - SHALL BE #6X0.035 INCH , MADE OF 316 SS AND SHALL BE
OVERLAPPED IN A MANNER WHICH PREVENTS CATALYST FROM HYDROTEST ( SHOP ) 85,500 HYDROTEST ( FIELD ) 102,100
WIND FALLING THROUGH EXPANSION AND CONTRACTION OF CATALYST
- - BED. NUMBER OF ITEMS : ONE

DESIGN DATA fMtkbu MkVk


JOB NO: B038 UNIT: 914 DRAWING NUMBER REV
ENGINEERS INDIA LIMITED
CLIENT : MRPL, MANGALORE
CATALYTIC CONVERTER-I dSVkfyfVd dUoVZj&I B038-914-80-43-DS-3001 B
NEW DELHI B 12.06.17 REVISED & REISSUED FOR BIDS/COMMENTS SK NNM/RKM KJH
A 23.05.17 ISSUED FOR BIDS/COMMENTS SK TSD/RKM KJH
PLANT : SRU, BS-VI PROJECT REVISION
ITEM NO. DC-91401 DC-91401 SHEET 1 OF 4
REV DATE BY CHECKED APPROVED
FORMAT NO.3-1646-0113 REV.0 A3-420 X 297

Page 120 of 276


dSVkykbfVd dUoVZj&

Page 121 of 276


dSVkykbfVd dUoVZj&

Page 122 of 276


dSVkykbfVd dUoVZj&

Page 123 of 276


The drawing, design and details given below on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited, or used, except

NOZZLES AND CONNECTIONS GENERAL NOTES SPECIFICATIONS DESIGN DATA


FLANGES PROJECTION PAD W UNLESS STATED OTHER WISE X DENOTES APPLICABLITY CODE ASME SEC. VIII DIV. 1 2015
MARK QTY NOM. DIA SCH./THK. SERVICE
CLASS TYPE FACING NOTE-4 xT X GENERAL SPEC. FOR PRESSURE VESSELS 6-12-0001 WORKING PRESSURE (kg/cm 2g) INT 0.4 EXT
1 ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE STATED.
F 1 700 24THK. 300# WN RF 2050 150X24 FEED X SUPP. SPEC. FOR CS VESSELS 6-12-0002 DESIGN PRESSURE (kg/cm 2g) INT 1.05(Refer Note-14) EXT -
B 1 700 24THK. 300# WN RF 2050 150X24 BOTTOM OUTLET X SUPP. SPEC. FOR BQCS PLATE 6-12-0011 WORKING TEMPERATURE (0C) 221-268
2 ALL ANCHOR BOLT HOLES TO STRADDLE N/S CENTRELINE.
TW1-4 4 101.6 I/D - 300# LWN RF 2050 60x24 THERMOWELL (SEE NOTE-16) X STD. SPEC. FOR STRUCTURAL QUALITY PLATES 6-12-0014 DESIGN TEMPERATURE (0C) 344 (REFER NOTE - 10 C)
S 1 80 160 300# WN RF 2050 40X24 SAMPLE CONNECTION 3 NORTH DIRECTION WHEREVER SHOWN IS WITH RESPECT TO PLAN X JOB SPEC. FOR SHOP & FIELD PAINTING B038-000-79-41-PLS-01 MDMT 0
( C) 16
VIEW.
MH1 & X JOB SPEC. FOR REFRACTORY MATERIAL B004-914-80-44-RM-S001 CORROSION ALLLOWANCE (MM) 3.0 (FOR C.S. PARTS)
2 600 24THK. 300# WN RF SEE DWG. 150X24 MANHOLE+BL. FLG.+DAVIT
MH3 4 (A) FOR NOZZLES ON SHELL PROJECTIONS ARE REFERRED FROM VESSEL X STD. SPEC. FOR SS PLATES 6-12-0020 TYPE OF HEAD 2:1 SEMIELLIPSOIDAL
CENTER LINE TO FLANGE CONTACT FACE.
MH2 1 600 24THK. 300# WN RF 2050 150X24 MANHOLE+BL. FLG.+DAVIT JOINT EFFICIENCY SHELL 0.85 HEAD 1
4(B) FOR NOZZLES ON HEAD PROJECTIONS ARE REFERRED FROM HEAD T.L RADIOGRAPHY SHELL SPOT HEAD FULL
TO FLANGE CONTACT FACE. STANDARDS POST WELD HEAT TREATMENT NIL
5 THE INDICATED THICKNESS IS THE MINIMUM ACCEPTABLE AFTER X VESSEL TOLERANCES 7-12-0001 HEAT TREATMENT HEAD AS PER SPEC.
CONSTRUCTION.
X SUPPORT FOR HORIZONTAL VESSEL 7-12-0002 OPERATING MEDIUM PROCESS GAS (H2S,SO2,Sn,N2,COS,CS2,H2O,CO2,CO,H2)

WOODEN PILLOWS FOR SADDLE SUPPORT 7-12-0003 WIND SPECIFICATION IS 875


6 FLANGE GASKET SHALL HAVE 125 AARH FINISH.
SKIRT BASE DETAILS 7-12-0004 SEISMIC IS 1893 & SITE SPECTRA
7 DIMENSIONS OF FLANGES SHALL BE AS PER ANSI B16.5 UPTO 600NB SKIRT OPENING DETAILS 7-12-0005 CAPACITY
3
(M ) 61.3 (BEFORE REFRACTORY APPLICATION)
& 16.47 SERIES B FOR SIZES > 600NB.
ANGLE LEG SUPPORT 7-12-0006 PAINTING/CLEANING AS PER JOB SPEC.
8 ID OF WELD NECK FLANGES SHALL MATCH WITH CORRESPONDING ID PIPE LEG SUPPORT 7-12-0007 INSULATION THICKNESS (mm) 50(NOTE-15) X HOT X COLD
OF NOZZLE PIPE/SHELL.
BRACKET SUPPORT FOR VERTICAL VESSEL 7-12-0008 FIRE PROOFING YES X NO
9 NOZZLES 50NB AND BELOW SHALL BE STIFFENED WITH 2 NOS. 40 x MANHOLE WITH HINGED COVER 7-12-0009 HYDROSTATIC TEST PR. [NEW & COLD] (kg/cm2g) HORIZONTAL 4.55
6 THK FLATS 90° APART.
X MANHOLE WITH DAVIT 7-12-0010 INSPECTION BY X EIL X CIB X TPIA
10 CATALYST SUPPORTING ARRANGEMENT SHALL BE DESIGNED FOR THE X 7-12-0013
FOLLOWING LOADING CONDITIONS:
NOZZLE REINFORCEMENT AND PROJECTION MATERIAL OF CONSTRUCTION
PAD NOZZLES FOR VESSELS 7-12-0014 (AS PER ASME / IS OR EQUIVALENT)
a) CATALYST : ACTIVATED ALUMINA PACKED HT = 1400mm ACTIVATED X STANDARD BOLT HOLE ORIENTATION 7-12-0015
ALUMINA CATALYST BULK DENSITY=737 Kg/m3.
ALLOY LINER DETAILS 7-12-0016 SHELL/INSERT PLATE SA 516 Gr.70
b) 100mm CATALYST SUPPORT BED DEPTH OF 12.5mm DENSTONE SIGHT GLASSES FOR PRESSURE VESSELS 7-12-0017 REINFORCEMENT PAD SA 516 Gr.70
BALLS (BULK DENSITY = 737 Kg/m3)
INTERNAL FLANGES 7-12-0018 HEADS SA 516 Gr.70
c) DESIGN TEMPERATURE FOR SUPPORT GRID/BEAM = 550°C. VORTEX BREAKERS 7-12-0019 SHELL FLANGES _
DESIGN TEMPERATURE FOR REFRACTORY = 600°C.
INLET DEFLECTOR BAFFLE 7-12-0020 NOZZLE/LWN FLANGES SA 105
d) PRESSURE DROP OF 0.03 Kg/cm2(g) SUPPORT RING AND BOLTING BAR 7-12-0021 NOZZLE NECK UPTO 250 NB SA 106 GR. B
THK./DETAIL OF GRATING & SUPPORT SYSTEM SPECIFIED IN MDS
SUPPORT RING SIZES FOR PACKED TOWERS 7-12-0022 NOZZLE NECK ABOVE 250 NB SA 516 GR.70
SHALL BE FOLLOWED AS MINIMUM.
PIPE DAVIT 7-12-0023 PIPE FITTINGS SA 234 GR. WPB (SEAMLESS)
11 BEAMS SHALL NOT BE REFRACTORY LINED. LIFTING LUG TOP HEAD TYPE 7-12-0024 GASKET EXTERNAL SPIRAL WOUND GASKET WITH SS316 METAL
12 ALL FABRICATED NOZZLE NECKS SHALL BE 100% RADIOGRAPHED. X FIRE PROOFING AND INSULATION SUPPORTS 7-12-0025 WINDING & GRAFOIL FILLER MATERIAL WITH

X 7-12-0026 CS OUTER RING AS PER ASME B16.20.


in the limited way permitted by written consent given by the lender to the borrower for the intended use.

EARTHING LUG
23 WIRE MESH SCREEN LOCATED ON GRID TO BE EXTENDED ALONG THE WALL UPTO 1800MM FROM GRID AND TO BE FIXED TO 13 GRATING PIECES SHALL BE REMOVABLE THROUGH MANHOLE. X NAME PLATE 7-12-0027 GASKET INTERNAL _
WALL BY HOLDING ROD.HOLDING ROD TO BE PROVIDED AT 200 MM ABOVE GRID AND ANOTHER HOLDING ROD TO BE
X MANUFACTURER NAME PLATE 7-12-0028 EXTERNAL STUDS/BOLTS/NUTS SA 193 GR.B7 / SA 194 GR.2H
PROVIDED AT A ELEVATION OF 1750 MM FROM GRID.
14 WALL THICKNESS OF VESSEL SHALL BE SUITABLE TO WITHSTAND AN X BRACKET FOR NAME PLATE 7-12-0029 INTERNAL STUDS/BOLTS/NUTS SS 347
EXPLOSION PRESSURE OF 7.0 kg/cm2g AT A STRESS OF 0.9 OF THE
24 450-510 MM OF OVERLAP SHALL BE PROVIDED WHERE SCREEN COURSES MEET. THE SS MESH SCREEN SHALL BE ROLLED OVER NAME PLATE FOR SMALL EQUIPMENT 7-12-0030 SKIRT/ SUPPORT SA 516 Gr.70
HOT YEILD.
THE VESSEL WALLS AND SECURED BY USING RETAINING BARS WITH SS STUD BOLTS.
15 VESSEL SADDLES SHALL ALSO BE INSULATED. PROVIDE SQ. NUTS ON DETAILS OF FORGED NOZZLES 7-12-0031 SKIRT/ SUPPORT BASE SA 516 Gr.70
SADDLES. REFER EIL STD. 7-12-0025 FOR GUIDANCE.
25 CONVERTER SHALL BE INTERNALLY LINED WITH 75MM THICK 50% ALUMINA CASTABLE, AS PER REFRACTORY MATERIAL SUPPORTS FOR INTERNAL FEED PIPE 7-12-0032 INTERNAL PARTS (WELDED) SS 347
SPECIFICATION NO. B004-914-80-44-RM-S001-BY OTHERS.
16 THERMOWELL NOZZLES SHALL BE PLACED AT EQUAL DISTANCE X HOT INSULATION SUPPORT FOR HORIZONTAL VESSEL 7-12-0033 INTERNAL PARTS (BOLTED) SS 347
ALONG THE LENGTH OF THE VESSEL. TEMPERATURE TO BE
26 ALL NOZZLE NECKS SHALL HAVE INTERNAL PROJECTION AT THE END OF WHICH A COLLOR SIZE 50 WIDE X 12 THK SHALL BE PIPE DAVIT SUPPORT FOR COLD INS. VESSELS 7-12-0034 EXTERNAL CLIPS & ATTACHMENTS/PADS SA 516 GR.70
MEASURED AT LOCATIONS INSIDE THE CATALYTIC BED AT EQUAL
WELDED. THE COLLAR SHALL BE FLUSH WITH REFRACTORY LINING.
DEPTH INTERVAL. TYP. DETAILS OF WIRE MESH DEMISTER SUPPORTS 7-12-0036 WRAPPER PLATE SA 516 GR.70
17 (a) APPLY 3MM COATING OF ACID RESISTANCE POTASSIUM SILICATE S.R NOZZLE NECK 7-12-0037 DEMISTER/GRID −
MORTAR (IS 4832 PART-1) ON SHELL INSIDE PRIOR TO CASTABLE
REFERENCE DRAWINGS PAD FOR EXTERNAL ATTACHMENT (DIRECTLY WELDED) SA 516 GR.70
LINING.
17 (b) CASTABLE LINING TO BE APPLIED IN-SITU. APPLIED LINING TO BE NOZZLE ORIENTATIONS CATALYST SUPPORT GRID/RING/BEAM/BEAM SEAT SS 347
HEAT DRIED OUT AT MAXIMUM OPERATING TEMPERATURE.
LADDERS/PLATFORM CLEATS ANCHORS FOR REFRACTORY LINING SS 316L
18 ALL METALLIC PART PROTRUDING THROUGH CASTABLE LINING SHALL PIPE SUPPORT CLEATS WIRE MESH SS 316
BE WRAPPED WITH 3mm CERAMIC FIBRE PAPER BEFORE REFRACTORY
APPLICATION. CERAMIC FIBRE PAPER SUPPLY BY VESSEL TRAY SUPPORT AND BOLTING BARS BAFFLE PLATE / SUPPORT ANGLE SS 316
FILE NAME : B038-914-80-43-DS-3002-B-1

FABRICATOR. DEMISTER DATA SHEET EXTERNAL CLIPS & ATTACHMENT WELDED OVER PAD IS 2062 E250 QUALITY B
19 ANCHOR SPACING SHALL BE @ 300mm SQUARE PITCH AT 45° @@ WEIGHT EXCLUDING REFRACTORY
ORIENTAION . ANCHOR SHALL BE OF 6mm DIA V LUGS OF SS316L.
STATUTORY REGULATIONS
LICENSOR'S SPECIFICATION FOUNDATION LOADING DATA
20 ALL INTERNALS SHALL BE TRAIL ASSEMBLED AT SHOP & SHALL BE HOLD UPS INDIAN BOILER REGULATIONS (IBR)
DESPATCHED TO SITE WITH MATCH MARKING
TYPE MAX MOMENT AT BASE (M) (kgm)
MAX. SHEAR FORCE AT BASE (H) X NOZZLE ORIENTATIONS SIZE OF NOZZLES DEPARTMENT OF EXPLOSIVES, NAGPUR (CCOE)
(kg) 21 CATALYST VOLUME : 30.34m3
SUPPORT BED VOLUME : 1.91 m3
NOZZLE ELEVATIONS (AS MARKED)
X PIPE SUPPORT CLEATS APPROXIMATE WEIGHT (kgs) (PER ITEM)
SEISMIC
- (APPROX. ACTUAL VOLUME TO BE CALCULATED BY VENDOR) X FIXED/SLIDING SUPPORT X LADDER/PLATFORM CLEATS
LICENSOR'S STANDARD (DB) - 22 WIRE MESH SCREEN TO BE PROVIDED BETWEEN (1) GRID AND DETAILS OF INTERNALS TRAY SUPPORT/BOLTING BARS
CERAMIC BALLS LAYER AND BETWEEN (2) CERAMIC BALLS LAYER AND ERECTION 29000 @@ OPERATING 74000
SEISMIC PIPE DAVIT
CATALYST BED. ALL CATALYSTS SUPPORT MESH IN CONVERTER
(MC) - - SHALL BE #6X0.035 INCH , MADE OF 316 SS AND SHALL BE
OVERLAPPED IN A MANNER WHICH PREVENTS CATALYST FROM HYDROTEST ( SHOP ) 90300 HYDROTEST ( FIELD ) 107500
WIND FALLING THROUGH EXPANSION AND CONTRACTION OF CATALYST
- - BED. NUMBER OF ITEMS : ONE

DESIGN DATA fMtkbu MkVk


JOB NO: B038 UNIT: 914 DRAWING NUMBER REV
ENGINEERS INDIA LIMITED
CLIENT : MRPL, MANGALORE
CATALYTIC CONVERTER-II dSVkfyfVd dUoVZj&II B038-914-80-43-DS-3002 B
NEW DELHI B 12.06.17 REVISED & REISSUED FOR BIDS/COMMENTS SK NNM/RKM KJH
A 23.05.17 ISSUED FOR BIDS/COMMENTS SK TSD/RKM KJH
PLANT : SRU, BS-VI PROJECT
REVISION
ITEM NO. DC-91402 DC-91402 SHEET 1 OF 4
REV DATE BY CHECKED APPROVED
FORMAT NO.3-1646-0113 REV.0 A3-420 X 297

Page 124 of 276


dSVkykbfVd dUoVZj&

Page 125 of 276


dSVkykbfVd dUoVZj&

Page 126 of 276


dSVkykbfVd dUoVZj&

Page 127 of 276


NOZZLES AND CONNECTIONS GENERAL NOTES SPECIFICATIONS DESIGN DATA
The drawing, design and details given below on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited, or used, except in the

FLANGES PROJECTION PAD UNLESS STATED OTHER WISE X DENOTES APPLICABLITY 6-12-00020 CODE ASME SEC. VIII DIV. 1 2015
MARK QTY NOM. DIA SCH./THK. SERVICE
CLASS TYPE FACING NOTE-4 WxT X GENERAL SPEC. FOR PRESSURE VESSELS 6-12-0001 WORKING PRESSURE (kg/cm2g) INT 0.25 (IN) / 0.21 (OUT) EXT -
1 ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE STATED.
F 1-2 2 500 24THK. 300# WN RF 1525 150X24 INLET TAIL GAS X SUPP. SPEC. FOR CS VESSELS 6-12-0002 DESIGN PRESSURE (kg/cm2g) INT 1.05 (NOTE 20) EXT F.V.
B 1-2 2 500 24THK. 300# WN RF 1525 150X24 OUTLET ACID GAS X SUPP. SPEC. FOR BQCS PLATE 6-12-0011 WORKING TEMPERATURE (0C) (NOTE-21)
2 ALL ANCHOR BOLT HOLES TO STRADDLE N/S CENTRELINE.
TW 1-4 4 101.6 I/D - 300# LWN RF 1525 60x24 THERMOWELL (SEE NOTE-18) X STD. SPEC. FOR STRUCTURAL QUALITY PLATES 6-12-0014 DESIGN TEMPERATURE (0C) 343 (NOTE-22)
1525 B038-000-79-41-
S 1 80 160 300# WN RF 40x24 SAMPLE CONNECTION (CATALYST) X JOB SPEC. FOR SHOP & FIELD PAINTING MDMT (0C) 16
PLS-01
1525 3 NORTH DIRECTION WHEREVER SHOWN IS WITH RESPECT TO PLAN B004-914-80-44-
M 1-2 2 600 24THK. 300# WN 150X24 MANHOLE+BF+DAVIT REFRACTORY SPECIFICATION CORROSION ALLOWANCE 3.0 (FOR CS PARTS)
RF VIEW. X RM-S001
M 3-4 2 600 24THK. 300# WN RF SEE DWG. 150X24 MANHOLE+BF+DAVIT 4 (A) FOR NOZZLES ON SHELL PROJECTIONS ARE REFERRED FROM VESSEL X STD. SPEC. FOR SS PLATES 6-12-0020 TYPE OF HEAD 2:1 SEMIELLIPSOIDAL
CENTER LINE TO FLANGE CONTACT FACE.
JOINT EFFICIENCY SHELL 0.85 HEAD 1
4(B) FOR NOZZLES ON HEAD PROJECTIONS ARE REFERRED FROM HEAD RADIOGRAPHY SHELL SPOT HEAD FULL
T.L TO FLANGE CONTACT FACE. STANDARDS POST WELD HEAT TREATMENT NIL
5 THE INDICATED THICKNESS IS THE MINIMUM ACCEPTABLE AFTER X VESSEL TOLERANCES 7-12-0001 HEAT TREATMENT HEAD AS PER SPEC.
CONSTRUCTION.
X SUPPORT FOR HORIZONTAL VESSEL 7-12-0002 OPERATING MEDIUM PROCESS GAS (H2S, SO2, Sn, N2, COS, CS2, H2O, CO2)
6 FLANGE GASKET SHALL HAVE 125 AARH FINISH. WOODEN PILLOWS FOR SADDLE SUPPORT 7-12-0003 WIND SPECIFICATION IS 875

SKIRT BASE DETAILS 7-12-0004 SEISMIC IS 1893 & SITE SPECTRA


7 DIMENSIONS OF FLANGES SHALL BE AS PER ANSI B16.5 UPTO 600NB SKIRT OPENING DETAILS 7-12-0005 CAPACITY (M3) 41.2 (BEFORE REFRACTORY APPLICATION)
& ASME B16.47 SERIES B FOR NOZZLE SIZES MORE THAN 600NB.
ANGLE LEG SUPPORT 7-12-0006 PAINTING/CLEANING AS PER SPEC.
8 ID OF WELD NECK FLANGES SHALL MATCH WITH CORRESPONDING ID PIPE LEG SUPPORT 7-12-0007 INSULATION THICKNESS (mm) (NOTE-15) 75 X HOT X COLD
OF NOZZLE PIPE/SHELL.
BRACKET SUPPORT FOR VERTICAL VESSEL 7-12-0008 FIRE PROOFING YES NO
9 NOZZLES 50NB AND BELOW SHALL BE STIFFENED WITH 2 NOS. 40 x MANHOLE WITH HINGED COVER 7-12-0009 HYDROSTATIC TEST PR. [NEW & COLD] (kg/cm2g) 4.55
6 THK FLATS 90° APART.
X MANHOLE WITH DAVIT 7-12-0010 INSPECTION BY X EIL X CIB TPIA
10 CATALYST SUPPORTING ARRANGEMENT SHALL BE DESIGNED FOR X 7-12-0013
THE FOLLOWING LOADING CONDITIONS:
NOZZLE REINFORCEMENT AND PROJECTION MATERIAL OF CONSTRUCTION
PAD NOZZLES FOR VESSELS 7-12-0014 (AS PER ASME / IS OR EQUIVALENT) (SEE NOTE-18)
a) CATALYST BED HEIGHT = 800mm CATALYST VOLUME = 16.2 CUM., X STANDARD BOLT HOLE ORIENTATION 7-12-0015 SHELL/INSERT PLATE SA 516 Gr.70
DENSITY 860 kg/m3
ALLOY LINER DETAILS 7-12-0016 REINFORCEMENT PAD SA 516 Gr.70
b) 100mm CATALYST SUPPORT BED DEPTH OF 0.5 mm CERAMIC BELLS SIGHT GLASSES FOR PRESSURE VESSELS 7-12-0017 HEADS SA 516 Gr.70
VOLUME = 1.86 CUM. PACKED DENSITY 1950 kg/m3
INTERNAL FLANGES 7-12-0018 SHELL FLANGES _
c) DESIGN TEMPERATURE FOR SUPPORT GRID/BEAM = 550°C. VORTEX BREAKERS 7-12-0019 NOZZLE/LWN FLANGES SA 105
DESIGN TEMPERATURE FOR REFRACTORY = 600°C.
INLET DEFLECTOR BAFFLE 7-12-0020 NOZZLE NECK UPTO 250 NB SA 106 GR. B
d) SUPPORT BEAMS/GRIDS TO BE DESIGNED FOR A PRESSURE DROP OF SUPPORT RING AND BOLTING BAR 7-12-0021 NOZZLE NECK ABOVE 250 NB SA 516 GR.60
0.04 kg/cm2.
SUPPORT RING SIZES FOR PACKED TOWERS 7-12-0022 PIPE FITTINGS SA 234 GR. WPB (SEAMLESS)
e) GRID LOADINGS = 1600kg/m2 PIPE DAVIT 7-12-0023 GASKET EXTERNAL SPIRAL WOUND GASKET WITH SS 316 METAL
THK./DETAIL OF GRATING & SUPPORT SYSTEM SPECIFIED IN MDS
LIFTING LUG TOP HEAD TYPE 7-12-0024 WINDING & GRAFOIL FILLER MATERIAL WITH
SHALL BE FOLLOWED AS MINIMUM.
11 BEAMS SHALL NOT BE REFRACTORY LINED. X FIRE PROOFING AND INSULATION SUPPORTS 7-12-0025 CS OUTER RING & SS304 INNER RING AS PER
12 ALL FABRICATED NOZZLE NECKS SHALL BE 100% RADIOGRAPHED. X EARTHING LUG 7-12-0026 ASME B16.20.
13 GRATING PIECES SHALL BE REMOVABLE THROUGH MANHOLE. X NAME PLATE 7-12-0027 GASKET INTERNAL −
14 FOR CARBON STEEL PART CORROSION ALLOWANCE SHALL BE X MANUFACTURER NAME PLATE 7-12-0028 EXTERNAL STUDS/BOLTS/NUTS SA 193 GR.B7 / SA 194 GR.2H
CONSIDERED AS 3 mm.
X BRACKET FOR NAME PLATE 7-12-0029 INTERNAL STUDS/BOLTS/NUTS SS 347
23 ALL CATALYST SUPPORT MESH IN CONVERTER SHALL BE #6X0.035 IN., MADE OF SS 316 AND SHALL BE OVERLAPPED IN A MANNER 15 VESSEL SADDLES SHALL ALSO BE INSULATED. PROVIDE SQ. NUTS ON NAME PLATE FOR SMALL EQUIPMENT 7-12-0030 SKIRT/ SUPPORT SA 516 Gr.70
limited way permitted by written consent given by the lender to the borrower for the intended use.

WHICH PREVENTS CATALYST FROM FALLING THROUGH DURING EXPANSION AND CONTRACTION OF CATALYST BED. SUPPORT MESH SADDLES. REFER EIL STD. 7-12-0025 FOR GUIDANCE.
DETAILS OF FORGED NOZZLES 7-12-0031 SKIRT/ SUPPORT BASE SA 516 Gr.70
SHALL BE PROVIDED TO SEPARATE SUPPORT BALLS FROM THE CATALYST BED.
16 WIRE MESH SCREEN TO BE PROVIDED ON SUPPORT BALL TOP AND SUPPORTS FOR INTERNAL FEED PIPE 7-12-0032 INTERNAL PARTS (WELDED) SS 347
BOTTOM. WIRE MESH SCREEN LOCATED ON GRID TO BE EXTENDED
24 ALL NOZZLE NECKS SHALL HAVE INTERNAL PROJECTION AT THE END OF WHICH A COLLOR SIZE 50 WIDE X 12 THK SHALL BE WELDED. X HOT INSULATION SUPPORT FOR HORIZONTAL VESSEL 7-12-0033 INTERNAL PARTS (BOLTED) SS 347
ALONG THE WALL UPTO 1300mm FROM GRID AND TO BE FIXED TO
THE COLLAR SHALL BE FLUSH WITH REFRACTORY LINING.
WALL BY HOLDING ROD. HOLDING ROD TO BE PROVIDED AT 200mm PIPE DAVIT SUPPORT FOR COLD INS. VESSELS 7-12-0034 EXTERNAL CLIPS & ATTACHMENTS/PADS SA 516 Gr.70
ABOVE GRID AND ANOTHER HOLDING ROD TO BE PROVIDED AT A 7-12-0036 WRAPPER PLATE SA 516 Gr.70
TYP. DETAILS OF WIRE MESH DEMISTER SUPPORTS
ELEVATION OF 1250mm FROM GRID. 450-510 MM OF OVERLAP SHALL
BE PROVIDED WHERE SCREEN COURSES MEET. THE SS MESH SCREEN S.R NOZZLE NECK 7-12-0037 DEMISTER/GRID −
SHALL BE ROLLED OVER THE VESSEL WALLS AND SECURED BY USING PAD FOR EXTERNAL ATTACHMENT SA 516 Gr.70
RETAINING BARS WITH SS STUD BOLTS.
CATALYST SUPPORT GRID/BEAM/BEAMSEAT SS 347
17 ANCHOR SPACING SHALL BE @ 300mm SQUARE PITCH AT 45° REFERENCE DRAWINGS ANCHORS FOR REFRACTORY LINING SS 316L
ORIENTAION.
NOZZLE ORIENTATIONS WIRE MESH / BAFFLE PLATE SS 316
18 THERMOWELLS SHALL BE PLACED AT EQUAL DISTANCE ALONG THE LADDERS/PLATFORM CLEATS INLET BAFFLE SA 316
LENGTH OF THE VESSEL . EACH THERMOCOUPLE INSIDE THE
THERMOWELL SHALL READ TEMPERATURE AT THREE POINTS INSIDE PIPE SUPPORT CLEATS EXTERNAL CLIPS & ATTACHMENT WELDED OVER PAD IS 2062 E250 QUALITY B
THE CATALYTIC BED AT EQUAL DEPTH INTERVAL. TRAY SUPPORT AND BOLTING BARS
FILE NAME : B038-914-80-43-DS-3003-B-1

19 REACTOR SHALL BE INTERNALLY LINED WITH 75mm THICK 50% DEMISTER DATA SHEET @@ WEIGHT EXCLUDING REFRACTORY
ALUMINA DENSE CASTABLE. ANCHORS SHALL BE OF 6 mm DIA V-
LUGS OF SS316L QUALITY. ANCHOR SHALL BE PROVIDED WITH
PLASTIC CAP AT TIPS FOR EXPANSION ALLOWANCE STATUTORY REGULATIONS
LICENSOR'S SPECIFICATION FOUNDATION LOADING DATA 20 SHELL THICKNESS TO BE SUITABLE TO WITHSTAND AN EXPLOSION HOLD UPS INDIAN BOILER REGULATIONS (IBR)
PRESSURE OF 7 kg/cm2g AT A STRESS OF 0.9 OF HOT YIELD.
TYPE
MAX MOMENT AT BASE (M)
MAX. SHEAR FORCE AT BASE (H) (kg)
X NOZZLE ELEVATIONS SIZE OF NOZZLES DEPARTMENT OF EXPLOSIVES, NAGPUR (CCOE)
(kgm) 21 OPERATING TEMPERATURE ( Deg C) (IN/OUT) : 240.0/270.2 NOZZLE ELEVATIONS X PIPE SUPPORT CLEATS
(CASE 1) & 240.0/270.5 (CASE 2)
X FIXED / SLIDING SUPPORT X LADDER / PLATFORM CLEATS
APPROXIMATE WEIGHT (kgs) (PER ITEM)
SEISMIC
- -
LICENSOR'S STANDARD (DB) 22 DESIGN TEMPERATURE OF REFRACTORY : 600 ( Deg C) DETAILS OF INTERNALS TRAY SUPPORT/BOLTING BARS
DESIGN TEMPERATURE OF SUPPORT GRID : 550 ( Deg C) ERECTION 25,000@@ OPERATING 63,000
SEISMIC PIPE DAVIT
- -
(MC)
HYDROTEST ( SHOP ) 66,200 HYDROTEST ( FIELD ) 83,000
WIND - -
NUMBER OF ITEMS : ONE

DESIGN DATA fMtkbu MkVk


JOB NO: B038 UNIT: 914 DRAWING NUMBER REV
ENGINEERS INDIA LIMITED
CLIENT : MRPL, MANGALORE
REDUCING REACTOR fjM;wflax fj,DVj B038-914-80-43-DS-3003 B
NEW DELHI B 12.06.17 REVISED & REISSUED FOR BIDS/COMMENTS SK NNM/RKM KJH
A 23.05.17 ISSUED FOR BIDS/COMMENTS SK TSD/RKM KJH
PLANT : SRU, BS-VI PROJECT
REVISION
ITEM NO. DC-91403 DC-91403 SHEET 1 OF 4
REV DATE BY CHECKED APPROVED
FORMAT NO.3-1646-0113 REV.A A3-420 X 297

Page 128 of 276


fjMh;wflx fj,DVj

Page 129 of 276


fjMh;wflx fj,DVj

Page 130 of 276


fjMh;wflx fj,DVj

Page 131 of 276


Page 132 of 276
Page 133 of 276
Page 134 of 276
Page 135 of 276
Page 136 of 276
Page 137 of 276
Page 138 of 276
Page 139 of 276
Page 140 of 276
Page 141 of 276
Page 142 of 276
Page 143 of 276
Page 144 of 276
Page 145 of 276
Page 146 of 276
Page 147 of 276
Page 148 of 276
Page 149 of 276
Page 150 of 276
Page 151 of 276
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
‘31 el ENGINEERS BOILER QUALITY CARBON
$tazir 251e-6 INDIA LIMITED 6-12-0011 Rev. 8
AMIAPOP3,19.1 , IA Govt of locha Undsrtal.og)
STEEL PLATES Page 1 of 7

GIN(YR craiiciz1 74e1


I vi fq-W

STANDARD SPECIFICATION FOR


BOILER QUALITY CARBON
STEEL PLATES

7
19.01.2017

30.06.2010
REVISED & REISSUED AS STD. SPEC.

REVISED & REISSUED AS STD. SPEC.


RK

KA
SK/KJH

RKT
1W1A,
AKM/DM
RN

N.DUARI

6 10.09.09 REVISED & REISSUED AS STD. SPEC. VB RKG AKM N.DUARI

5 16.04.04 REVISED & REISSUED AS STD. SPEC. DNN AKM SSA SKG

4 26.11.99 REVISED & REISSUED AS STD. SPEC. RKT AKM CRMN A SONI
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 Ell — All rights reserved

Page 152 of 276


STANDARD SPECIFICATION No.
711 elei
- ENGINEERS STANDARD SPECIFICATION FOR
51g- 1 faf5leu INDIA LIMITED BOILER QUALITY CARBON 6-12-0011 Rev. 8
I wen cArame an X21(.4) (A Govt of India Undertaking) STEEL PLATES
Page 2 of 7

Abbreviations:

ASME American Society of Mechanical Engineers


EN European Norm
HIC Hydrogen Induced Cracking
IBR Indian Boiler Regulations
SSC Sulphide Stress Cracking

Static Equipment Standards Committee

Convenor: Mr. K.J. Hari Narayanan


Members: Mr. P.Bhattacharjee
Mr. Sanjay Mazumdar
Mr. PP.Pandey
Mr. Nalin Kumar
Mr. K. Anjaneyulu
Mr. Arun Kumar
Mr. Inder Kumar
Mr. Tarun Kumar
Mr. Anish Trehan
Mr. M.Azim (Projects)
Mr. S. Ghosal (Process)
Mr. T. Kamalakannan (Inspection)

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

Page 153 of 276


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
511gar m Eiardu INDIA LIMITED BOILER QUALITY CARBON 6-12-0011 Rev. 8
Mln ciltaxed31J031.1/ G01.4 01 India Uncle'taking)
STEEL PLATES
Page 3 of 7

CONTENTS

1.0 SCOPE 4
2.0 GENERAL 4
3.0 SUPPLEMENTARY TECHNICAL REQUIREMENTS 4
4.0 CERTIFIED DOCUMENTS 6
5.0 PAINTING AND COATING 7
6.0 INSPECTION AUTHORITY 7

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

Page 154 of 276


STANDARD SPECIFICATION No.
ENGINEERS STANDARD SPECIFICATION FOR
51gzir agjeg INDIA LIMITED BOILER QUALITY CARBON 6-12-0011 Rev. 8
10117710,0me 0113900:0 (A Goof. 01 India UndeItaking)
STEEL PLATES
Page 4 of 7

1.0 SCOPE

1.1 This specification covers requirements for carbon steel plates intended primarily for pressure
vessels/heat exchangers. The steel plates shall meet the requirements of ASME Boiler and
Pressure Vessel Code Section II (latest). This is intended to supplement the minimum
applicable requirements of the material specification indicated in the material requisition.

1.2 Following codes, standards etc shall be followed in their latest edition and addenda, errata,
amendments unless specified otherwise:

1.2.1 ASME Sec VIII Div 1

1.2.2 ASME Sec II part A

1.2.3 EN 10163: Delivery Requirements for Surface Conditions.

1.2.4 EN 10204: metallic products — Types of Inspection Documents.

2.0 GENERAL

2.1 Plates supplied to this specification shall conform to specification SA-20 of ASME sec II part
A with additional requirements mentioned herein.

2.2 The tolerance on thickness of steel plates shall be positive only.

2.3 Final Rolling shall be lengthwise.

2.4 The plates shall be free from injurious defects and shall have workmanlike finish.
Reconditioning/repair of plates by welding shall not be permitted. Surface conditions shall
meet requirements of EN 10163 Class A Subclass 3.

3.0 SUPPLEMENTARY TECHNICAL REQUIREMENTS

3.1 All plates shall be supplied in normalised condition except when the applicable material
specifications require supply of plates in quenched and tempered condition.

3.2 a. One product analysis of each heat shall be carried out and reported. Chemical
analysis shall be as per applicable specification.

b. The carbon content for plates shall not exceed 0.23%.

Additionally, one of the following requirements for carbon equivalent based on heat
analysis, shall be also satisfied:

Ceq = C + Mn < 0.42 (Eqn. - 1)


6

Ceq = C + Mn + Cr+Mo+V + Cu+Ni < 0.43 (Eqn. - 2)


6 5 15

Equation-1 shall be used when applicable material specification specifies C and Mn


only.

Equation-2 shall be used when applicable material specifies the above elements or
restricted chemical requirements are specified or supplementary requirements S 19 and
S21 of SA-20 are specified in material requisition.

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

Page 155 of 276


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
k31 ENGINEERS
Igar Elf5ieg INDIA LIMITED BOILER QUALITY CARBON 6-12-0011 Rev. 8
lairen rIrAme an JqiNA) (A Govt al India Undeltaking)
STEEL PLATES
Page 5 of 7

For HIC services, these requirements shall be as listed separately.

3.3 Ultrasonic Examination of Plates

a. Plates having thickness 16 mm to 50 mm (both inclusive) shall be examined


ultrasonically as per SA-435.
b. For thicknesses above 50mm ultrasonic examination shall be carried out as per SA-
578 and shall have acceptance standard of level-B.
c. For quenched and tempered steel plates, ultrasonic examination shall be done after the
heat treatment of plates.

3.4 Simulated Heat Treatment of Test Coupons

The following heat treatment shall be conducted on the test coupons representative of heat
treated plates before the specified mechanical testing like tensile, bend, impact tests, etc. to
meet minimum ASME Sec. II Part - A requirements and these details shall also be recorded on
the test certificates.

a. All plates supplied in Normalised condition and intended for hot rolling / hot
forming:

Heat Treatment Cycle

One normalising* + One stress relieving as per UCS-56 of ASME Sec. VIII Div.1
complying with UCS-85 of ASME Section VIII Div. 1.

Note: Any other special requirement shall be specified in MR.

b. All plates supplied in Quenched & Tempered condition and intended for hot rolling/
hot forming:

Heat Treatment Cycle

One normalising* + quenched & tempering + One stress relieving as per UCS-56
ASME Section VIII Div.1 complying with UCS-85 of ASME Section VIII Div.1 .

Note : Tempering temperature shall be at least 20° C above highest stress relieving
temperature.

* Recommended normalising cycle :


i) Soaking temperature: 900°C to 1000°C
ii) Holding time one hour per 25 mm thickness but not less than half an hour
iii) Cooling in still air

c. All plates supplied in Quenched & Tempered condition and intended for cold
forming:

Heat Treatment Cycle

One stress relieving as per UCS-56 ASME Section VIII Div.1 complying with UCS-
85 of ASME Section VIII Div.1 .

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

Page 156 of 276


STANDARD SPECIFICATION No.
tri-draelei ENGINEERS STANDARD SPECIFICATION FOR
$fgar faoleg INDIA LIMITED BOILER QUALITY CARBON 6-12-0011 Rev. 8
laarn riecnir ansgar,a) (A Govt Ind.. Undertaking)
STEEL PLATES
Page 6 of 7

3.5 Impact test requirements shall be ascertained as per ASME Sec VIII Div.1 or Div.2 as
applicable. When required, Impact testing shall be performed as per supplementary
requirement of S5 of specification SA-20 and acceptance criteria for energy absorption shall
be as per table A2.15 of SA-20.

3.6 If specified in the material requisition, plates shall meet the requirements of Indian Boiler
Regulations (IBR).

3.7 Additional Requirements for High Thickness Plates

Plates above 50mm thickness shall meet following additional requirements:

a. Vacuum Degassing treatment as per the supplementary requirement Si of


specification SA-20. If vacuum degassing is not reported in the test certificates, then
through thickness tests as per SA 770 shall be conducted and minimum reduction in
area of 35% shall be ensured.

b. Charpy V-notch impact test as per the supplementary requirement S5 of specification


SA-20.

Material meant to be used for design temperature warmer than 0°C, impact test shall
be carried out at 0°C or MDMT whichever is lower and acceptance criteria for energy
absorption shall be as per Table A2.15 of SA-20. Incase the acceptance criteria is not
available in SA-20, then applicable design code shall be referred unless otherwise
specified in material requisition.

c) Simulated heat treatment of test coupons for all plates as per Clause 3.4 mentioned
above.

4.0 CERTIFIED DOCUMENTS

The supplier shall furnish certificates/documents (number of copies as specified in requisition)


inclusive of all the following tests required as per specification duly certified by the Inspecting
Authority before shipment of plates. The actual values obtained shall be recorded in the test
certificates/documents. Material certificates shall conform to EN 10204 Type 3.1/3.2 as
required.
a. Chemical Analysis

b. Mechanical Tests

c. Data of heat treatment i.e. initial temperature, heating rate, soaking temperature,
cooling rate, etc.

d. Simulated Heat Treatment of Mechanical Test coupons (S3 of SA-20) at indicated


Heat Treatment Cycle (if specified in the requisition or whenever applicable)

e. Ultrasonic Examination (S8 or S12 of SA-20)

f. Charpy V-notch impact tests (S5 of SA-20 if specified in the requisition or whenever
applicable)

g. Certification as per IBR (if specified in the requisition)

h. SSC and/or HIC tests (if specified in material requisition)

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

Page 157 of 276



STANDARD SPECIFICATION No.
ENGINEERS STANDARD SPECIFICATION FOR
5fgar &Reg INDIA LIMITED BOILER QUALITY CARBON 6-12-0011 Rev. 8
NEW efeont onoTiM A Govt of India Uncle, talong) STEEL PLATES Page 7 of 7

Additional tests (if specified in requisition).

5.0 PAINTING AND COATING

No painting/coating of any kind is permitted on the steel plates, except stencil marking.
However steel plates shall be carefully protected and packed against any damage during transit
and shall be of sea worthy condition.

6.0 INSPECTION AUTHORITY

Material test certificates, duly certified by Mill's Quality Assurance Department are acceptable
i.e. 3.1 certification as per EN 10204. However, if third party inspection is required
specifically for plates in material requisition, all test certificates and documents shall be duly
certified by the third party. i.e. 3.2 certification as per EN 10204.

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

Page 158 of 276


Page 159 of 276
Page 160 of 276
Page 161 of 276
Page 162 of 276
Page 163 of 276
Page 164 of 276
Page 165 of 276
Page 166 of 276
Page 167 of 276
SPECIFICATION Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 1 OF 53

JOB SPECIFICATION
FOR
SURFACE PREPARATION
AND PROTECTIVE COATING

1 06-06-2017 Issued as a job specification SM SS SG

0 23-03-2017 Issued as a job specification SM SS SG

Rev.
Date Purpose Prepared by Checked by Approved by
No

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

Page 168 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 2 OF 53

Abbreviations:

AS : Alloy Steel
ASTM : American Society for Testing and Materials
AWWA : American Water Works Association
CS : Carbon Steel
DFT : Dry Film Thickness
GI : Galvanized Iron
ID : Internal Diameter
ISO : International Organization for Standardization
LTCS : Low temperature Carbon Steel
MS : Mild Steel
NB : Nominal Bore
OD : Outside Diameter
OSHA : Occupational Safety and Health Act
RCC : Reinforced Cement Concrete
RH : Relative humidity
SS : Stainless Steel
SOR : Schedule of Rate
SSPC : Steel Structure Painting Council
WFT : Wet Film Thickness
NA : Not applicable

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

Page 169 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 3 OF 53

Sl. CONTENTS PAGE


No. NO.
1.0 General 4
2.0 Scope 4
3.0 Reference codes & standards 6
4.0 Equipment 7
5.0 Surface preparation, shop primer, coating application, repair 7
and documentation
6.0 Paint materials 16
7.0 Coating systems 23
8.0 Storage 38
9.0 Colour code 38
10.0 Identification of vessels, piping 44
11.0 Painting for civil defense requirements 44
12.0 Quality control, inspection and testing 45
13.0 Guarantee 48
14.0 Qualification criteria of painting CONTRACTOR/sub 48
CONTRACTOR
15.0 Qualification/acceptance criteria of paint coating system 49
16.0 Method of sampling & dispatch for laboratory testing 53

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

Page 170 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 4 OF 53

1.0 GENERAL

1.1 This technical specification shall be applicable for the work covered by the contract
and without prejudice to the provisions of various international codes of practice,
standard specifications etc. It is understood that the CONTRACTOR shall carry out
the work in all respects with the best quality of materials and workmanship and in
accordance with the best engineering practice and instructions of Engineer-In-
Charge.

1.2 Wherever it is stated in the specification that a specific material is to be supplied or


a specific work is to be done, it shall be deemed that the same shall be supplied or
carried out by the CONTRACTOR.

Any deviation from this standard without written deviation permit from appropriate
authority will result in rejection of the job.

1.3 This specification covers the requirement for protective coating for new
construction.

2.0 SCOPE

2.1 Scope of work covered in the specification shall include, without being limited to,
the following:

This specification defines the requirements for surface preparation, selection and
application of primers and paints on external surfaces of equipment, vessels,
machinery, piping, ducts, steel structures, external & internal protection of storage
tanks for all services and chimneys, if any. The items listed in the heading of tables
of paint systems are indicative only. However, the CONTRACTOR is fully
responsible for carrying out all the necessary painting, coating and lining job on
external and internal surfaces as per the tender requirement.

2.2 Extent of work

2.2.1 The following surfaces and materials shall require shop, pre-erection and field
painting:

- All un-insulated carbon steel & alloy steel equipment like vessels, columns,
storage tanks, exchangers, parts of boilers etc.

- All un-insulated carbon steel and low alloy plant and related piping, fittings and
valves (including painting of identification marks), furnace ducts and stacks.

- All insulated parts of vessels, boilers, chimneys, stacks, piping and steam piping
and other insulated items present, if any.

- All items contained in a package unit.

- All structural steel work, pipes, structural steel supports, walkways, handrails,
ladders, platforms etc.

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

Page 171 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 5 OF 53

- Flare lines, external surfaces of MS chimney with or without refractory lining and
internal surfaces of MS chimney without refractory lining.

- Identification of colour bands on all piping, as required, including insulated


aluminium clad, galvanized, SS and nonferrous piping.

- Identification lettering/ numbering on all painted surfaces of equipment/piping


insulated aluminium clad, galvanized, SS and non-ferrous piping.

- Marking / identification signs on painted surfaces of equipment and piping


including hazardous service.

- Supply of all primers, paints and all other materials required for painting (other
than OWNER supplied materials)

- Application of pre-erection/fabrication and shop primer.

- Repair work of damaged pre-erection/ fabrication and shop primer and weld
joints in the field/site before and after erection.

- All CS piping, equipment, storage tanks and internal surfaces of RCC tanks in
ETP plant.

- Quality control, testing and inspection during all stages of work (surface
preparation, application of coating and testing of furnished coating).

2.2.2 The following surfaces and materials shall not require painting in general. However,
if there is any specific requirement by the OWNER, the same shall be painted as
per the relevant specifications:

a. Un-insulated austenitic stainless steel.


b. Plastic and/or plastic coated materials.
c. Non-ferrous materials like aluminum, Cu-Ni alloys, galvanized steel.

In general Galvanized steel doesn’t require painting. However if painting is required


due to OWNERs instructions, contractual or for colour coding requirement then
coating system in Table 4.0 shall be followed.

2.3 Documents

2.3.1 The CONTRACTOR shall perform the work in accordance with the following
documents issued to him for execution of the work.

a. Bill of quantities for piping, equipment, machinery and structures etc.

b. Piping line list.

c. Painting specifications including special civil defense requirements.

2.4 Unless otherwise instructed, final paint coating (i.e. application of field primer,
intermediate and top coats) on pre-erection/ shop primed equipment shall be

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

Page 172 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 6 OF 53

applied at site, only after all welding, testing on systems are completed as well as
after completion of steam purging.

2.5 Changes and deviations required for any specific job due to OWNERs requirement
or otherwise shall be referred to EIL for deviation permit.

3.0 REFERENCE CODES & STANDARDS

3.1 Without prejudice to the provision of clause 1.1 above and the detailed
specifications of the contract, latest editions of the following codes and standards
are applicable for the work covered by this contract:

ISO-12944 : Corrosion protection of steel structures by protective


paint system.
ASTM-Vol. 6.01&6.03 : American standard test methods for paints and
coatings.
IS-101 : Methods of sampling and test for paints, varnishes and
related products.
IS-5 : Colours for ready mixed paints and enamels.
RAL DUTCH : International standard for colour shade (Dutch standard).
IS-2379 : Indian standard for pipe line identification-colour code

3.2 Surface preparation standards

The latest editions of any of the following standards shall be followed for surface
preparation:

3.2.1 ISO 8501-1 / SIS-05 59 00: ISO standard for preparation of steel substrates before
application of paints and related products. This standard contains photographs of
the various standards on four different degrees of rusted steel and as such is
preferable for inspection purpose by the Engineer-In-Charge.

3.2.2 Steel Structures Painting Council, U.S.A. (surface preparation specifications


SSPC-SP).

3.2.3 National Association of Corrosion Engineers (NACE), U.S.A.

3.2.4 Various international standards equivalent to Swedish standard for surface


preparations are given in Table-1.

3.3 The CONTRACTOR shall arrange, at his own cost, to keep a set of latest edition of
above mentioned standards and codes at site.

3.4 The paint manufacturers’ instructions shall be followed as far as practicable at all
times for the best results. Particular attention shall be paid to the following:

a. Instructions for storage to avoid exposure as well as extremes of temperature.


b. Surface preparation prior to painting shall be followed as per Table-4 to 13 of
this standard.
c. Mixing and thinning.
d. Application, recommended limit on time intervals in between coats & DFT.

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

Page 173 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 7 OF 53

4.0 EQUIPMENT

4.1 All tools, brushes, rollers, spray guns, blast material, hand power tools for cleaning,
all equipment, scaffolding materials, shot & grit blasting equipment , air
compressors etc. required shall be suitable for the work and shall be arranged by
the CONTRACTOR in sufficient quantity at the site. The manufacturers test
certificates / data sheets for all the above mentioned items shall be reviewed by
Engineer-In-Charge at site before start of the work.

4.2 Mechanical mixer shall be used for paint mixing operations in case of two pack
systems except in case of specific requirement; the Engineer-In-Charge may allow
the hand mixing of small quantities at his discretion for touch up work only.

5.0 SURFACE PREPARATION, SHOP PRIMER / COATING APPLICATION,


REPAIR AND DOCUMENTATION

5.1 General

5.1.1 Adhesion of the paint film to the surface depends largely on the degree of
cleanliness of the metal surface. Proper surface preparation contributes more to
the success of the paint protective system. In order to achieve the maximum
durability, one or more of the following methods of surface preparation shall be
followed, depending on condition of surface to be painted and as instructed by the
Engineer-In-Charge.

a. Abrasive blast cleaning

b. Mechanical or power tool cleaning

5.1.2 Mill scale, rust, rust scale and foreign matter shall be removed fully to ensure that a
clean and dry surface is obtained. Unless otherwise specified, surface preparation
shall be done as per provisions of relevant tables given elsewhere in this
specification. The minimum acceptable standard, in case of thermally sprayed
metal coatings, in case of mechanical or power tool cleaning shall be St. 3 or
equivalent. In case of blast cleaning, it shall be Sa 2-1/2 as per Swedish standard
SIS-055900 (latest edition) or SSPC-SP or ISO 8501-01.Blast cleaning shall be Sa
3 as per Swedish standard in case of thermally sprayed metal coatings.

Before surface preparation by blast cleaning, the surface shall be degreased by


aromatic solvent to remove all grease, oil etc as per SSPC-SP-1.

5.1.3 Irrespective of whether external or internal surface to be coated, blast cleaning


shall not be performed where dust can contaminate surfaces undergoing such
cleaning or during humid weather conditions having humidity >85%. In case of
internal coating of storage tanks, dehumidifier shall be used to control humidity
level below 60%. Dehumidifier should depress the dew point of air in the enclosed
space, sufficient enough so as to maintain it 3⁰C below the metal substrate
temperature during entire period of blasting and coating application. During the
interval time between application of primer coat and subsequent intermediate and
top coats or between blast cleaning completion and start of application of primer

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

Page 174 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 8 OF 53

coat, dehumidifier unit should be in continuous operation to ensure that no


condensation occurs on the substrate.

Dehumidifier should be able to maintain grain drop (moisture removal) at the rate of
25 grains per pound of air per hour. Dehumidifier should have capacity of at least 2
air changes per hour of the enclosed space. All necessary psychometric data
should be collected by the CONTRACTOR for the given site conditions, before
starting operation of dehumidifier, to ensure that desired values of dew point and
moisture content in enclosed space is achieved.

Dehumidification to be maintained round the clock for surface preparation and


painting till the total coating application is over.

Dehumidifier shall not be stopped under any condition till the entire blasted surface
is primed to the satisfaction of the technical representative of the paint
manufacturer. In case the dehumidifier breaks down in middle of the job, the same
shall be replaced at the risk and cost of the CONTRACTOR.

5.1.4 The Engineer in-Charge shall have the right to disallow usage of dehumidifier if the
performance is not meeting the specified requirements. Under such circumstances,
the CONTRACTOR shall remove the equipment and replace the same with
another equipment to provide satisfactory results without any additional cost to the
OWNER.

5.1.5 Irrespective of the method of surface preparation, the first coat of primer must be
applied by airless spray/ air assisted conventional spray, if recommended by the
paint manufacturer, on dry surface. This should be done immediately and in any
case within 4 hours of cleaning of the surface. However, at times of unfavorable
weather conditions, the Engineer-In-Charge shall have the liberty to control the
time period, at his sole discretion and/or to insist on re-cleaning before primer
application is taken up. In general, during unfavorable weather conditions, blasting
and painting shall be avoided as far as practicable.

5.1.6 The external surface of R.C.C. chimney to be painted shall be dry and clean. Any
loose particle of sand, cement, aggregate etc. shall be removed by scrubbing with
soft wire brush. Acid etching with 10-15% HCl solution for about 15 minutes shall
be carried out. The surface must be thoroughly washed with water to remove acid
and loose particles and then dried completely before application of paint.

5.2 Procedure for surface preparation

5.2.1 Air blast cleaning with abrasives

The surfaces shall be blast cleaned using one of the abrasives such as Al2O3
particles, chilled cast iron or steel grit, copper slag or nickel slag at a pressure of
7.0 kg/cm2 and at an appropriate distance & angle depending on nozzle size
maintaining constant velocity and pressure. Chilled cast iron or steel shall be in the
form of shot or grit of size in the range of G16 – G42 conforming to SSPC AB1 and
S250 grade size of steel shots (maximum) to obtain a desired surface profile of
35-50 microns trough to peak. For all other abrasives, size shall be in the range of
G16 – G24. The combination of steel grits and shots shall be normally in the ratio

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

Page 175 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 9 OF 53

of 3:1. The quality of abrasives shall be free from contaminants and impurities and
shall meet the requirements of SSPC AB1. The compressed air shall be free from
moisture and oil. The blasting nozzles should be venturi style with tungsten
carbide or boron carbide as the material for liners. Nozzle orifice may vary from
3/16” to 3/4”. On completion of blasting operation, the blasted surface shall be
clean and free from any scale or rust and must show a grey-white metallic luster.
Primer or first coat of paint shall be applied within 4 hours of surface preparation.
Blast cleaning shall not be done outdoors in bad weather without adequate
protection. If there is dew on the metal surface, it shall be cleaned. The surface
profile shall be uniform to provide good adhesion (i.e. 35 to 50 microns) to the
paint. If possible, a vacuum collector shall be installed to collect and recycle the
abrasives.

5.2.2 Mechanical or power tool cleaning

Power tool cleaning shall be done by mechanical striking tools, chipping hammers,
grinding wheels or rotating steel wire- brushes. Excessive burnish of the surface
shall be avoided as it can reduce paint adhesion. On completion of cleaning, the
detached rust, mill scale etc. shall be removed by clean rags and /or washed by
water/steam and thoroughly dried with compressed air jet before application of
paint.

5.3 Non-compatible shop coat primer

For equipment on which application of total protective coating (primer +


intermediate + top coat) is carried out at shop, compatibility of finish coat with
primer should be checked with the paint manufacturer. If the shop coat is in
satisfactory condition showing no major defect upon arrival at site, the shop coat
shall not be removed.

5.4 Shop coated equipment (coated with primer & finishing coat) should not be
repainted unless paint is damaged. Repair shall be carried out as per Table-3 of
paint systems depending upon the compatibility of paint.

5.5 Shop primed equipment and surfaces will only be 'spot cleaned' in damaged areas
by means of power tool brush cleaning or hand tool cleaning and then spot primed
before applying one coat of field primer, unless otherwise specified. If shop primer
is not compatible with field primer, then shop coated primer should be completely
removed before application of selected paint system for a particular environment.
5.6 For package units/equipment, shop primer should be as per the paint system given
in this specification. However, manufacturers’ standard can be followed after
review.
As mentioned in section 2.4, all coating application at field (field primer,
intermediate and top coat) on equipment, structures, piping, etc, shall be carried
out only after its erection and all welding, testing, steam purging (wherever carried
out) have been completed.

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

Page 176 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 10 OF 53

5.7 Coating procedure and application

All coatings shall be applied by airless spray except for the following special cases,
where application can be carried out by brush subject to suitability of the
application of the paint product by brush.

- Spot repair
- Stripe coating on edges
- Small bore parts not suitable for spray application

Irregular surfaces such as sharp edges, welds, small brackets, and interstices may
stripe coated to ensure specified DFT is achieved. Paint manufacturer
recommendation should be followed before deciding for brush application.

5.7.1 Surface shall not be coated in rain, wind or in an environment where injurious
airborne elements exist, when the steel surface temperature is less than 5 0F
above dew point, when the relative humidity is greater than 85%, when the
temperature is below 40oF and when the ambient/substrate temperature is below
the paint manufacturers recommended temperature of application and curing. De-
humidifier equipment shall be used to control RH and Dew point. The paint
application shall not be done when the wind speed exceeds 20 km per hour.

5.7.2 Blast cleaned surface shall be coated with complete application of primer as soon
as practicable but in no case later than 4 hours the same day.

5.7.3 To the maximum extent practicable, each coat of paint shall be applied as a
continuous film with uniform thickness and free of probes. Any spots or areas
missed in application shall be re-coated and permitted to dry before the next coat is
applied. Applied paint should have the desired wet film thickness.

5.7.4 Each coat shall be in proper state of cure or dryness before the application of
succeeding coat. Material shall be considered dry for re-coating when an additional
coat can be applied without the development of any detrimental film irregularities
such as lifting or loss of adhesion of the under coat. Manufacturer’s instructions
shall be followed for inter coat interval.

5.7.5 When the successive coat of the same colour have been specified, alternate coat
shall be tinted, when practical, sufficiently to produce enough contrast to indicate
the complete coverage of the surface. The tinting material shall be compatible with
the material underneath and shall not be detrimental to its service life and shall be
recommended by the original paint manufacturer.

5.7.6 Airless spray application shall be in accordance with the following procedure:
As per steel structure paint manual Vol.1 & Vol.2 by SSPC, USA. Airless spray
relies on hydraulic pressure rather than air atomization to produce the desired
spray. An air compressor or electric motor, issued to operate a pump to produce
pressures of 1000 to 6000 psi paint, is delivered to the spray gun at this pressure
through a single hose within the gun. A single paint stream is divided into separate
streams, which are forced through a small orifice resulting in atomization of paint
without the use of air. This results in more rapid coverage with less over spray.

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

Page 177 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 11 OF 53

Airless spray usually is faster, cleaner, more economical and easier to use than
conventional air spray.

Airless spray equipment is mounted on wheels, and paint is aspirated in a hose


that sucks paint from any container, including drums. The unit shall have in-built
agitator that keeps the paint uniformly mixed during the spraying. The unit shall
consist of in-built strainer. Usually, a very small quantity of thinning is required
before spray. In case of high build epoxy coating (two packs), 45:1 pump ratio and
0.020-0.023” tip size will provide a good spray pattern. Ideally, fluid hoses should
not have ID less than 3/8” and not longer than 50 ft. to obtain optimum results.

In case of gun choking, de-choking steps shall be followed immediately.

5.7.7 Brush application of paint shall be in accordance with the following:

a. Brushes shall be of a style and quality that will enable proper application of
paint.

b. Round or oval brushes are most suitable for rivets, bolts, irregular surfaces,
and rough/ pitted steel. Wide flat brushes are suitable for large flat areas but
they shall not have width over 5 inches.

c. Paint shall be applied into all corners.

d. Any runs or sags shall be brushed out.

e. There shall be a minimum of brush marks left in the applied paint.

f. Surfaces not accessible to brushes shall be painted by spray, daubers, or


sheepskin.

5.7.8 For each coat, the painter should know the WFT corresponding to the specified
DFT and standardize the paint application technique to achieve the desired WFT.
This has to be ensured in the qualification trial.

5.8 Drying of coated surfaces

5.8.1 No coat shall be applied until the preceding coat has dried. The material shall be
considered dry for re-coating when another coat can be applied without the
development of any film irregularities such as lifting or loss of adhesion of
undercoats. Drying time of the applied coat should not exceed maximum specified
for it as a first coat. If this exceeds, the paint material has possibly deteriorated or
mixing is faulty.
5.8.2 No paint shall be force dried under conditions which will cause chalking, wrinkling,
blistering formation of pores, or detrimentally affect the conditions of the paint.

5.8.3 No drier shall be added to paint on the job unless specifically called for in the
manufacturers’ specification for the paint.

5.8.4 Paint shall be protected from rain, condensation, contamination, snow and freezing
until dried to the fullest extent practicable.

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

Page 178 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 12 OF 53

5.9 Spot repair of damaged primer

5.9.1 Where pre-erection/shop primer has been damaged at isolated localized spots
during handling and transportation or after erection / welding, its repair shall be
done as given below and as per the Table-3 of this specification.

5.9.2 Repair of damaged inorganic zinc silicate pre-erection/pre-fabrication/shop primer


(F9) after erection / welding in the design temperature of -90oC to 400oC and
damaged silicone aluminium (F-12) pre-erection/pre-fabrication/shop primer after
erection/welding for design temperature range of 401 – 550 °C.

Surface preparation: Quickly remove the primer from damaged area by mechanical
scraping and emery paper conforming to SSPC-SP-3 to expose the white metal.
Blast clean the surface, if possible. Feather the primed surface, over the intact
adjacent surface surrounding the damaged area, by emery paper.

Primer coating: One coat of F-9 shall be applied wherever damage was observed
on pre-erection / pre fabrication or shop primer of inorganic zinc silicate coating (F-
9). Similarly one coat of F-12 shall be applied wherever damage observed on pre-
erection / pre-fabrication/shop primer of silicone aluminium (F-12).

5.9.3 If damaged areas are found to be extensive and spread over large areas, then
entire pre-erection/pre-fabrication/shop primer shall be removed by blasting to
achieve SSPC-SP-10 and entire blasted surface shall be primed again with F-9 or
F-12, as applicable, for the intended design temperature. (See note of Table-3).

5.10 Paint application

5.10.1 Shop priming/pre-erection priming with F9 or F12 shall be done only on blasted
surface (SSPC-SP-10).

5.10.2 Shop priming / pre-erection priming with F9 or F12 shall be done only with airless
spray or Air assisted pressure pot.

5.10.3 Assessment of painting requirement

The paint system to be applied for a specific job shall be arrived at sequentially as
given below:

- Identify the environment from area classification details and choose the
appropriate table.

- Identify the design temperature from the technical documents.

- Identify the specific field paint system and surface preparation requirement from
the above identified table and temperature range.

- Identify the shop priming requirement from based on compatibility of the above
paint system.
- Identify the need of repair of shop primer and execute as per Table-3.

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

Page 179 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 13 OF 53

5.11 Documentation / records

5.11.1 A written quality plan with procedure for qualification trials and for the actual work
including test and inspection plan & procedure for approval before start of work.

5.11.2 Daily progress report with details of weather conditions, particular of applications,
no. of coats and type of materials applied, anomalies, progress of work versus
program.

5.11.3 Results of measurement of temperatures, relative humidity, surface profile, film


thickness, holiday detection, adhesion tests with signature of appropriate authority.

5.11.4 Particulars of surface preparation and paint application during trials and during the
work.

5.11.5 Details of non-compliance, rejects and repairs.

5.11.6 Type of testing equipment and calibration.

5.11.7 Code and batch numbers of paint materials used.

The coating applicator must maintain a job record consisting of all the information
as per 5.11.2 -5.11.7 above as well as the approved procedure of work (5.11.1
above). The job record consisting of information in accordance to 5.11.2 – 5.11.7
shall be entered on daily basis and should be daily signed by Engineer-in-charge.

After completion of the job, along with the final documentation, contractor shall
submit the document for the total quantum of job carried out, quantity of paint used
area wise / equipment wise. Test certificates, stage wise inspection reports,
manufacturer’s guarantee certificate, stage wise inspection / witness certificate
from paint manufacturer.

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

Page 180 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 14 OF 53

TABLE-1: SURFACE PREPARATION STANDARDS

VARIOUS INTERNATIONAL
Sl. STANDARDS (EQUIVALENT)
DESCRIPTION REMARKS
No. ISO 8501-1/ SSPC-SP, NACE,
SIS-05 59 00 USA USA
Manual or hand tool
cleaning

Removal of loose rust, St 2 SSPC-SP-2 -


loose mill scale and
1
loose paint, chipping, This method is
scrapping, standing and applied when the
wire brushing. Surface surface is
should have a faint exposed to
metallic sheen. normal
Mechanical or power atmospheric
tool cleaning conditions when
other methods
Removal of loose rust St 3 SSPC-SP-3 - cannot be
loose mill scale and adopted and also
loose paint to degree for spot cleaning
specified by power tool during
2
chipping, de-scaling, maintenance
sanding, wire brushing painting.
and grinding, after
removal of dust,
surface should have a
pronounced metallic
sheen.
Dry abrasive Blast cleaning
3
There are four common grades of blast cleaning:
White metal

Blast cleaning to white Extremely clean


metal cleanliness. surface can be
NACE
3.1 Removal of all visible Sa 3 SSPC-SP-5 expected to have
No.1
rust. Mill scale, paint & prolonged life of
foreign matter 100% paint system.
cleanliness with desired
surface profile.
Near white metal The minimum
requirement for
Blast cleaning to near chemically
white metal cleanliness, resistant paint
SSPC-SP- NACE
3.2 until at least 95% of Sa 2½ systems such as
10 No.2
each element of epoxy, vinyl,
surface area is free of polyurethane
all visible residues with based and
desired surface profile. inorganic zinc

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

Page 181 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 15 OF 53

VARIOUS INTERNATIONAL
Sl. STANDARDS (EQUIVALENT)
DESCRIPTION REMARKS
No. ISO 8501-1/ SSPC-SP, NACE,
SIS-05 59 00 USA USA
silicate paints.
Also for
conventional paint
systems used
under fairly
corrosive
conditions to
obtain desired life
of paint system.
Commercial Blast For steel required
to be painted with
Blast cleaning until at conventional
least two-third of each paints, for
NACE
3.3 element of surface area Sa 2 SSPC-SP-6 exposure to mildly
No.3
is free of all visible corrosive
residues with desired atmosphere and
surface profile. for longer life of
the paint systems.
Brush-off Blast

Blast cleaning to white


metal cleanliness,
NACE
3.4 removal of all visible Sa 1 SSPC-SP-7 -
No.4
rust, mill scale, paint &
foreign matter. Surface
profile is not so
important.

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

Page 182 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 16 OF 53

6.0 PAINT MATERIALS

Typical characteristics and codes of various paint materials used in this specification
are as follows.

TABLE-2: PAINT MATERIALS


(Refer to general notes at the end of this section)

DESCRIPTION P-6 P-7 P-4


Epoxy Zinc Cold Galvanizing Etch Primer/Wash
Phosphate Primer product Primer
Technical name

Two component One pack synthetic Two pack polyvinyl


polyamine cured resin based zinc butyral resin medium
epoxy resin medium, galvanizing containing cured with phosphoric
pigmented with zinc min 92% of electrolytic acid solution pigmented
phosphate. zinc dust of 99.95% with zinc tetroxy
Type and purity. chromate.
composition

Volume solids % 49 37 9
Minimum
DFT per coat,
40-50 40-50 8-10
μ
Theoretical
covering capacity 8-10 4m²/kg 8-10
in m2/coat/ litre
Weight per litre in
1.4±0.05 2.67 kg at 15oC 1.2±0.05
Kg/litre
Touch dry at
10 min. 2 hrs.
30oC (max.) 30 min.

Hard dry at
30oC (max.), 8 24 24
hrs
Over-coating
interval, hrs Min. 8 Min. 4 Min. 4-6

Pot life at
30⁰C for two 6-8 NA NA
component
paints, hrs
Adhesion
(ASTM D 4541) >7 NA NA

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

Page 183 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 17 OF 53

Temperature
resistance (min)
80 50
⁰C NA
(ASTM D 2485 Dry service Dry service
method B)

TABLE- 2: PAINT MATERIALS (Contd.)

DESCRIPTION F-2 F-3 F-6A/B F-6C


Acrylic Chlorinated Epoxy-High Solvent less
Polyurethane rubber based Build coating epoxy coating
Technical name
finish paint finish paint

Type and Two-pack Single pack F-6A Two- Two pack,


composition aliphatic plasticized Pack Aromatic cured with
isocynate chlorinated polyamine Amine Adduct;
cured acrylic rubber based cured epoxy catalyzed epoxy
finish paint medium with resin medium resin suitably
(free of chemical and suitably pigmented
alkyd/polyeste weather pigmented.
r resins). resistant F-6B:
pigments. polyamide
cured epoxy
resin medium
suitably
pigmented

Volume Solids % 40 36 57 98
Minimum.
DFT per coat, μ
30-40 30-40 100-125 250-500
Theoretical
covering
10-15 11-15 5-6 2-3
capacity in
m2/coat/litre
Weight per liter in
1.15±0.03 1.15±0.03 1.42±0.03 1.40±0.03
Kg/litre
Touch dry at
30 min. 30 min. 3 hrs 3 hrs
30⁰C (max)

Hard dry at 30⁰C 8 8 16 16


(max.), hrs

Full cure at 30⁰C


NA NA 5 days 5 days
(for immersion/ high
temperature service)

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

Page 184 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 18 OF 53

Over-coating
Min. Overnight
Interval, hrs Min.12. Min. Overnight Min. 8.
Max. 5 days
Max. 48

Pot life (approx.) at


30⁰C for two 5-8
NA 3-6 0.5
component paints,
hrs
Adhesion
(ASTM D 4541) >5 >4 >7 >8

<300 mg /1000
Abrasion Resistance cycles/CS17
(ASTM D4060) OR NA NA NA
For 1000 g load <100 mg /1000
cycles/CS10

Temperature
resistance (min.) 80 60 80 120, dry service
⁰C Dry service Dry service Dry service 50, immersion
(ASTM D 2485
method B)

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

Page 185 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 19 OF 53

TABLE- 2: PAINT MATERIALS (Contd.)

DESCRIPTION F-7 F-8 F-9 (primer) F-11 F-12


Technical name High build coal Self priming Inorganic zinc Heat Heat
tar epoxy type surface silicate resistant resistant
coating. tolerant high Coating synthetic silicone
build epoxy medium Aluminium
coating based two Paint suitable
(complete rust pack up to 540°C
control Aluminium dry temp.
Coating) Paint suitable
up to 250°C
dry temp.

Type & Two pack Two pack A two pack air Heat Single pack
composition polyamide cured epoxy resin drying self resistant silicone resin
epoxy resin based suitable curing solvent synthetic based
blended with pigmented and based medium medium with
coal tar medium, capable of inorganic zinc based two Aluminium
suitably adhering to silicate pack flakes.
pigmented manually coating with Aluminium
prepared minimum 80% paint suitable
surface and old zinc content up to 250°C.
coating. on dry film.
The final cure
of the dry film
shall pass the
MEK rub test
as per ASTM
D4752.
Volume Solids % 62 75 57 35 18
Minimum.
DFT per coat in
100-125 100-125 65-75 15-20 15-20
μ
Theoretical
covering capacity 5.2-6.5 6.0-7.2 8-9 10-12 8-10
in M2/coat/ litre
Weight per liter in
1.40±0.03 1.41±0.03 2.3±0.03 0.95±0.03 1.00±0.03
Kg/litre
Touch dry at 30oC
(maximum), hrs 4 3 0.5 3 0.5
Hard dry at 30oC
(maximum), hrs 48 24 12 12 24

Full cure 30oC (for


immersion /high
5 days 5 days NA NA NA
temperature
service)

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

Page 186 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 20 OF 53

Min. 24 hrs Min. 12 hrs


Over-coating interval,
max.5days Min. 10 at 20oC Min. 24 Min. 24
hrs
& 50% RH
Pot life at 30oC for
two component 4-6 1.5 4-6 NA NA
Paints, hrs
Adhesion MPa
(ASTM D 4541) >5 >5 >5 NA NA

Temperature
80 80 400 250 540
resistance⁰ C (min)
Dry service Dry service Dry service Dry service Dry service
(ASTM D 2485
method B)

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

Page 187 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 21 OF 53

TABLE- 2: PAINT MATERIALS (Contd.)

DESCRIPTION F-14 F-15 F-16 F-17 F-20


Technical name Polyamine Two- Ambient Novolac epoxy Glass flake
cured coal component temperature phenolic coating reinforced vinyl
tar epoxy Epoxy curing Poly cured with ester coating.
phenolic Siloxane/ inert Polyamine
coating cured polymeric adduct hardener
with coating suitable
Polyamine for under
adduct insulation for CS
hardener and SS.

Type & Specially Two pack Suitable for high Novolac Two component
composition formulated ambient temperature epoxy phenolic glass flake filled
polyamine temperature service and coating cured vinyl ester lining
cured coal curing epoxy under insulation with Polyamine for under
tar epoxy phenolic coating for CS, adduct hardener immersion
suitable for coating alloy steel and services up to
application system SS 90 deg. C.
under suitable for
insulation application
under
insulation
Volume Solids % oCS/SS
Minimum. 67 piping67 58 98 98
DFT per coat
100-125 75-100 75-100 300-450 500-600
in microns
Theoretical
covering 5-8 4-5 7.0- 9.0 6.5 – 8
capacity in 1.6 minimum
M2/coat/ litre
Weight per liter
in Kg/litre 1.45±0.03 1.65±0.03 1.3 1.7 >1.2
(mix paint)
Touch dry at
4 3 1 2
30oC (max) , 2
hrs
Hard dry at
24 24 16 24
30oC (max), hrs 4

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

Page 188 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 22 OF 53

Full cure
30oC (for 168 hrs 168 hrs 168 hrs
NA 96 hrs
immersion (7 days) (7 days) (7 days)
/ high temp (4 days )
service)
Over-coating Min. 6 hrs Min. 36 hrs Min.16 hrs Min. 16 hrs Min. 4 hrs
interval Max.5 days Max.21 days Max. Not Max.21 days Max.3 days
applicable

Pot life at 30⁰C,


hrs 4 4-6 1 1
(for two 50 min-1 hr
component
paints)
>7,
Adhesion, MPa >8 : siloxane
(ASTM D 4541) >6 >7 NA: for inert >8 Tensile strength
polymeric matrix >20N/mm2
(ASTM D 638)
Temperature
resistance (min) -45 to 125 -45 to 150
-45 to 150 90
⁰C Under Under 550
Immersion immersion
(ASTM D 2485 insulation & insulation & Under insulation
service service
method B) immersion immersion

General notes for TABLE-2:

1. Covering capacity and DFT achieved per coat depends on method of application.
Covering capacity specified above is theoretical. For estimation of actual quantity of
paints required, include the losses during application. Minimum specified DFT should
be maintained in any case.
2. All primers and finish coats should be ambient temperature curing and air drying unless
otherwise specified.
3. All paints shall be applied in accordance with manufacturer's instructions for surface
preparation, intervals, curing and application. The surface preparation, quality and
workmanship should be ensured. Wherever a deviation is noticed from the specification
in manufacturer data sheet, more stringent one between the data sheet and the
specification shall prevail e.g. if this specification recommends Sa 2 ½ and the
manufacturer data sheet requires Sa3, the surface preparation shall be done as per Sa
3. However in another case if this specification requires the surface preparation of Sa
2 ½ and the manufacturer data sheet recommends only Sa 2 as minimum, the surface
preparation shall be done as per Sa 2 ½.
4. Technical data sheets for all paints shall be supplied at the time of submission of
quotations.
5. Higher specific gravity of F-9 is also acceptable.
6. Internationally recognized & acceptable testing method shall be used for lab testing (for
clause – 15.1) wherever testing standard is not mentioned.
7. Theoretical covering capacity, hard dry, full cure period & over coating interval shall be
as per manufacturer’s data sheets and no testing is required. Slight variation in the

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

Page 189 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 23 OF 53

values of these parameters may be permissible with the discretion of engineer-in-


charge.

7.0 COATING SYSTEMS

The coating system should be selected based on the plant location as given below:

Classification based on plant location:

a) Plant located in inland area (more than 50 km from coast).


Environment classification – Industrial

- For offsite areas: Table-5 to be followed.

- For all unit areas including DM, CPP and cooling tower: Table-6 to be
followed.

b) Plant located on sea coast or within 50 km from sea coast.


Environment classification- Industrial marine

- For offsite area, unit areas including DM, CPP, cooling tower etc.: Table-6
to be followed.

c) For external surface of above ground tanks, Table-8 to be followed for all
locations (inland or coastal)

General notes for clause 7.0:

1. Coating systems (primers, finish paints etc.) based on area


classification/environments/applications are tabulated in Table-4 to Table-13

2. Repair of pre-erection/pre-fabrication & shop priming after erection/ welding


shall be done as per Table-3.

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

Page 190 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 24 OF 53

TABLE-3: REPAIR OF PRE-ERECTION/PRE-FABRICATION OR SHOP PRIMER AFTER


ERECTION/WELDING
(For all un-insulated CS, LTCS & low allow steel items in all environments)

Total DFT
Sl. Design Temp. in Surface Coating
o in Microns Remarks
No. C Preparation System
(min.)
3.1 -90 to 400 SSPC-SP-3 1 coat of F-9 65-75 See Note-1
below and
clause
3.2 401 to 550 SSPC-SP-3 1 coat of F-12 20 5.9.3

Notes for Table-3:

Note-1: The application and repair of pre-erection/pre-fabrication or shop primer given in


above tables shall be done for all the items to be painted. In case the damages of
primer are severe and spread over large area, entire primer shall be removed by
blasting to achieve SSPC-SP-10 and surfaces to be primed again with F-9 or F-12
as applicable.

TABLE-4: COATING SYSTEM FOR GI HAND RAILS & GI ITEMS


(Refer clause 2.2.2)

Design
Sl. Total DFT
Temp. Coating System Remarks
No. in Microns (min.)
in oC
Hot Dip Galvanizing to 80-85
microns (600-610 gm/m2)as per
80 of finish coat
Up to IS 4759, 2629, 4736, 2633 +
4.1 (excluding the thickness -
60 1 coat of P-6 @ 40µ DFT/coat + 1
of galvanizing )
coat of F-2 @ 40 microns
DFT/coat

General notes for Table-4:

1. No galvanized specimen shall have thickness less than 80 microns.


2. Repair of the damaged areas of galvanized coatings due to welding during erection
shall be carried out as per recommended practice IS: 11759, using cold galvanizing
spray process. Organic paint systems are not acceptable for the repair.
3. After repair of damaged galvanized coating by cold galvanization (P-7), the repaired
area shall be top coated with paint system as given in table-4 above (i.e. 1 coat of P-6
@ 40µ DFT/coat + 1 coat of F-2 @ 40µ DFT/coat).
4. Suggested cold galvanizing manufacturers are ZINGA, LOCTITE or Z.R.C.
5. Galvanized gratings don’t require painting in general until otherwise specified
elsewhere or as per the requirement of the OWNER. Ladders, stairways & hand rails
require painting to meet the colour coding requirement of the OWNER. Contractor has
to ensure the applicable colour coding prior to application of coating as per this clause.

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

Page 191 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 25 OF 53

TABLE-5: COATING SYSTEM FOR NORMAL CORROSIVE AREAS (OFFSITES)


(For all un-insulated above ground CS, LTCS & low allow steel piping, equipment, valves,
vessels & columns etc.)

Surface Coating System Total


Sl. Design Preparation & Final DFT
No Temp. in Pre- in Remarks
. o
C erection/Shop Primer Finish Coat Microns
Primer (min.)
SSPC-SP-10;
1coat of F-9 @
5.1 -45 to -15 - None 65-75 No over-
65-75µ
DFT/coat coating
shall be
1coat of F-6B
SSPC-SP-10; done on
1 coat of @ 100 µ
1coat of F-9 @ F-9
5.2 -16 to 80 P-6 @ 40 DFT/coat+ 1 245-255
65-75µ
µ DFT/coat coat of F-2 @
DFT/coat
40µ DFT/coat
SSPC-SP-10; 2 coats of F-
1coat of F-9 @ 11 @ 20µ
5.3 81 to 250 - 105 F-12 shall
65-75µ DFT/coat
be ambient
DFT/coat (2x20=40)
temperature
SSPC-SP-10; 2 coats of F-
curing type
1coat of F-9 @ 12 @ 20µ
5.4 251 to 400 - 105-115
65-75µ DFT/coat
DFT/coat (2x20=40)
2 coats of F-
SSPC-SP-10; This system
12 @20µ
5.5 >400 1coat of F-12 @ - 60 is suitable
DFT/coat
20µ DFT/coat up to
(2x20=40)
5400 C

General notes for Table-5:

1. The list of items given in the heading of the above table is not exhaustive. There may
be more items for a particular contract where these specifications are used. The
CONTRACTOR is fully responsible for completing painting including prefabrication
primer for all the items supplied and fabricated through his scope of work as per
tender document.
2. Flare line within unit or offsite areas shall be coated as per clause 6.3 of Table-6.
3. If the application of pre-erection/pre-fabrication/shop primer has already been
completed, the same shall not be repeated in the field. In case the damages to the
primer coat are severe and are spread over large areas, the Engineer-In-Charge may
decide & advise re-blasting and re-application of the primer coat. Repair of pre-
fabrication/pre-erection primer, if required, shall be done as per Table-3.
4. In case of paint systems as per sl. nos. 5.4 and 5.5, the colour bands shall be applied
over the aluminum paint as per the colour coding requirement for specific service of
the piping.
5. All coating system including surface preparation, primer, intermediate and finish coat
for piping is recommended to be done at field only until otherwise specified.

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

Page 192 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 26 OF 53

6. For equipment, vessels, columns & valves etc scope of surface preparation,
application of primers to finish coat including repair shall be as per applicable
contractual documents like SOR, MR and PR etc.

TABLE-6: COATING SYSTEM FOR CORROSIVE AREAS (PROCESS UNITS, COOLING


TOWER, DM AND CPP)
(For all un-insulated above ground CS, LTCS & low allow steel piping, equipment, valves,
vessels & columns etc.)

Surface Coating System


Total
Preparation
Design DFT
& Pre-
Sl. Temp. oC in Remarks
erection/Sho
No. Primer Finish Coat Microns
p Primer
(min.)

SSPC-SP-10;
-45 to -15 1coat of F-9
6.1 - - 65-75
@ 65-75µ
DFT/
coat

2 coats of F- a) No over
6B @ 100 µ coating on F-
DFT/coat + 9 is allowed
SSPC-SP-10; 1 coat of 1 coat of F-2
-16 to 80 1coat of F-9 P-6 @ @ 40µ b) F-12 shall
6.2 345-355
@ 65-75µ 40 DFT/coat be ambient
DFT/ µ DFT/ (2x100 + temperature
coat coat 40= 240) curing type

2 coats of F-
SSPC-SP-10;
12 @ 20µ
81 to 400 1coat of F-9
6.3 - DFT/coat 105-115
@ 65-75µ
2x20=40
DFT/
coat
2 coats of F-
SSPC-SP-10; 12 @ 20-
>400 1coat of F-12 This system
6.4 - 25µ 60
@ 20-25µ DFT/coat is suitable up to
DFT/coat (2x20=40) 540O C

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

Page 193 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 27 OF 53

General notes for TABLE-6:

1. The list of items given in the heading of the above table is not exhaustive. There may
be more items for a particular contract where these specifications are used. The
CONTRACTOR is fully responsible for completing painting including prefabrication
primer for all the items supplied and fabricated as per tender document and scope of
work.
2. If the application of pre-erection/pre-fabrication/shop primer has already been
completed, the same shall not be repeated in the field. In case the damages to the
primer coat are severe and spread over large areas, the Engineer-In-Charge may
decide & advise re-blasting and re-application of the primer coat. Repair of pre-
fabrication/pre-erection primer, if required, shall be done as per Table-3.

3. For external surface of MS chimney with or without refractory lining and for internal
surface without refractory lining, paint system as per 6.3 above shall be followed.

4. For external surface of RCC Chimney, 2 coats of F-6 B@ 100µ DFT/coat to obtain a
total DFT of 200 µ shall be applied after proper surface preparation as per guidelines
in 5.1.6.

5. In case of paint systems as per sl. nos. 6.3 and 6.4, the colour bands shall be applied
over the aluminum paint as per the colour coding requirement for specific service of
piping given in clause 9.0.

6. For piping, equipment, vessels, columns & valves etc, scope of surface preparation,
application of primers to finish coat including repair shall be as per applicable
contractual documents like SOR, MR, and PR etc.

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

Page 194 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 28 OF 53

TABLE-7: COATING SYSTEMS FOR EFFLUENT TREATMENT PLANT (ETP)

Coating system Total


Sl. Design DFT in
Surface Preparation Finish Remarks
No. Temp. in oC Primer Microns
Coat (min.)
For external surfaces of C.S./M.S. items: screens, walk way bridges, baffles, dual
7.1 media filters, vertical pumps, piping in treated effluent sump, bio sludge pump, screw
pump and pump house, CS tanks, sumps and vessels.
2 coats of
F-6A
@100µ
1 coat of
DFT/coat +
F-9 @ 65-
-14 to 80 SSPS-SP-10 1 coat of 305-315 -
75µ
F-2 @ 40µ
DFT/coat
DFT/coat
(2x100+40
=240)
For internal surfaces of CS/MS Items: bio-sludge sump, filter feed sump, process
7.2 sump, sanitary sump, transfer sump, sludge, slop oil tank, scrapping mechanism in
clarifier.
3 coats of
1 coat of F-6A
F-6A @ 65- @100µ
-14 to 80 SSPS-SP-10 300 Note-1
100µ DFT/coat
DFT/coat. (3x100=30
0)
All R.C.C./concrete surfaces exposed to effluent water / liquid such as tanks,
7.3 structures, drains etc. in process sump, TPI separator (process and oil), aeration tank
and transfer sump etc.
Epoxy
screed
Blast cleaning to lining shall
SSPC-SP guide lines be applied
and acid etching with as per
-14 to 80 Epoxy screed lining 3000
10-15% HCl acid manufactur
followed by thorough er and
water washing. Engineer-
In-Charge
instructions
C.S/M.S dual media filters (internal), chemical dosing tanks(internal) such as di-
7.4
ammonium phosphate (DAP) and urea
1 coat of clear two
component solvent free
vinyl ester primer @
Up to 60 SSPC-SP-10 1100 -
100µ DFT/ Coat + 2
coats of F-20 @ 500µ
DFT/ Coat
Note-1
The paint /coating manufacturers shall provide their quality control test certificate of coating
materials (F-6A) for immersion service of the exposed effluent.

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

Page 195 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 29 OF 53

TABLE-8: EXTERNAL COATING SYSTEMS FOR UN-INSULATED CARBON


STEEL AND LOW ALLOY STEEL STORAGE TANKS

Coating system Total


Design Surface (Note-1) DFT
Sl. Preparation
Temp. in in Remarks
No. o
C Microns
Primer Finish Coat
(min.)
All external surfaces of shell, wind girders, appurtenances, roof tops of all above ground
8.1 tank including top side of external and internal floating roof and associated external
structural works.
F-6 should
1coat of F-9 @ 2 coats of F-6B @
be suitable
65-75µ DFT/coat 100µ DFT /coat +
SSPC-SP- for
8.1.1 -14 to 80 + 1coat of P-6 @ 1 coat of F-2 @ 345-355
10 occasional
40µ DFT/ coat 40µ DFT/ coat
water
immersion
1 coat of F-15
1 coat of F-15
primer @ 80µ
finish coat @80µ
SSPC-SP- DFT/ coat + 1
8.1.2 81 to 150 DFT/ coat + 1coat 240 -
10 coat of F-15
of F-2 @ 40µ
intermediate coat
DFT/ coat
@ 80µ DFT/coat
For higher
design
2 coats of F-12 105-115 temperatur
@20 µ DFT/ coat es, system
SSPC-SP- 1coat of F-9 @
8.1.3 151 to 400 or or as per
10 65-75µ DFT/coat
1 coat of F-16 @ 8.2.3 of
125 µ DFT / coat 190-200 this table
is
applicable
8.2 External surfaces of bottom plate (soil side) for all storage tanks.

F-7 should
be suitable
3 coats of F-7@ for
SSPC-SP- 1 coat of F-9 @
8.2.1 -14 to 80 100µ DFT/coat 365-375 immersion
10 65-75µ DFT/ coat
(3x100=300) service of
the
products
given
1 coat of F-15
primer @ 80µ
DFT/ coat + 1 1 coat of F-15
SSPC-SP-
8.2.2 81 to 150 coat of F-15 finish coat @ 80µ 240 -
10
intermediate coat DFT/ coat
@ 80µ DFT/coat
(80+80=160)

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

Page 196 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 30 OF 53

This
system is
suitable for
SSPC-SP- 1 coat of F-16 @ 1 coat of F-16 @ design
8.2.3 151 to 450 250
10 125 µ DFT/coat 125 µ DFT/coat temperatur
es up to
5500C

8.3 For underside of the bottom plate (in case tank is not lifted during PWHT) (Note- 2)
For CS
SSPC SP-
10
-180 to 650 1 coat of inert 1 coats of inert
8.3.1 (Note-3) For SS polymeric matrix polymeric matrix 250-300 -
SSPC-SP-7 coating @ 125 µ coating @ 125 µ
(15-25µ
surface
profile)

Notes for TABLE-8:

1. All paint coating application including primer for tanks shall be carried out at field after
erection and completion of entire welding.

2. For underside of bottom plate :


a) Painting shall be carried out before laying the bottom plate for tanks with non-Post
Weld Heat Treatment (PWHT).
b) For tanks with PWHT, painting shall be carried out after PWHT.
c) In case tank is not lifted during PWHT then painting shall be applied before laying
the bottom plate, clause no.8.3.1 shall be followed.
3. The temperature range indicated (-180 to 650 deg C) corresponds to the temperature
resistance of coating material i.e. inert polymeric matrix coating.

Caution: PWHT temperature shall not exceed 650oC

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

Page 197 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 31 OF 53

TABLE-9: INTERNAL COATING SYSTEMS FOR CARBON STEEL AND LOW ALLOY
STORAGE TANKS

Coating system Total


Design Surface DFT
Sl.
Temp. in Preparation in Remarks
No. o
C Primer Finish Coat Microns
(min.)
Crude oil, ATF, turpentine oil, lubricating oil:
Underside of floating roof, internal surface of cone roof, inside of bottom plate, internal
9.1 surfaces of shell - including wetted and free board height, oil side surfaces of deck
plates, oil side surfaces of pontoons, roof structures, structural steel, ladders and other
CS internals.
1 coat of F-15
intermediate coat
1 coat of F-15
@ 80µ DFT/coat
9.1.1 -14 to 90 SSPC-SP-10 primer @ 80µ 240 -
+ 1 coat of F-15
DFT/ coat
finish coat @ 80µ
DFT/ coat
Petroleum products & intermediates like LDO, HSD, gas oil, feeds of FCC-PC, FCC-
LCO, VGO-HDT, ISOM, DHDT, reformate, DCU, NHT & gasoline, naphtha, isomerate
and kerosene:
9.2 Underside of floating roofs, internal surface of cone roof, inside of bottom plate,
internal surfaces of bare shell for full height, underside of floating roof, oil side
surfaces of deck plates, oil side surfaces of pontoons, support structures and ladders
etc.
1 coat of F-9
@
9.2.1 -14 to 45 SSPC-SP-10 - 65-75 -
65-75 µ
DFT/coat
1 coat of F-15
intermediate coat
1 coat of F-15
@ 80µ DFT/coat
9.2.2 46 to 90 SSPC-SP-10 primer @ 80µ 240 -
+ 1 coat of F-15
DFT/ coat
finish coat @ 80µ
DFT/ coat
Potable, Raw & Fire water
9.3
All internal surfaces, accessories and roof structures of cone and dome roof tanks
2 Coats of F-6A
1 Coat of F-6A
@ 100µ DFT/
9.3.1 -14 to 60 SSPC-SP-10 @ 300 Note-1
Coat
100 µ DFT/coat
(2x100=200)
De-mineralized (DM) water & Condensates etc.:
9.4
All internal surfaces, accessories and roof structures of cone and dome roof tanks.
Single coat
1 Coat of F-6A 2 coats of F-6C @ of F-6C @
9.4.1 -14 to 60 SSPC-SP-10 @ 200µ DFT/ coat 500 400 µ is
100µ DFT/coat (2x200=400) also
acceptable

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

Page 198 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 32 OF 53

1 coat of F-15
intermediate coat
1 coat of F-15 @ 80µ DFT/coat
9.4.2 61 to150 SSPC-SP-10 primer @ 80µ + 1 coat of F-15 240 -
DFT/ coat finish coat @ 80µ
DFT/ coat
(80+80=160)
Hydrochloric acid (HCl) 10 %:
9.5
All internal surfaces, accessories and roof structures of cone and dome roof tanks
1 Coat of clear
two component
solvent free 2 Coats of F-20 @
9.5.1 -14 to 60 SSPC-SP-10 1100 -
vinyl ester 500µ DFT/ Coat
primer @ 100µ
DFT/ Coat
Aggressive solvents like hexane, hexene, benzene, xylene and toluene:
9.6
All internal surfaces, accessories and roof structures of cone and dome roof tanks

1 coat of F-9
9.6.1 -14 to 65 SSPC-SP-10 @ 65-75µ DFT/ - 65-75 -
coat

Ethylene glycol tanks:


9.7
Internal shell-full height, bottom plate, underside of roof and all accessories
3 coats of vinyl
chloride co-
9.7.1 All SSPC-SP-10 - polymer @ 225 -
75µ /Coat;
(3x75=225)
9.8 Inside pontoon and inside of double deck of all floating roofs
1 coat of F-8 @ 1 coat of F-8 @
9.8.1 -14 to 80 SSPC-SP-3 200 -
100µ DFT/coat 100µ DFT/coat
Wet slops, amine solutions, sour water , water draw off:
9.9
All internal surfaces, accessories and roof structures of cone and dome roof tanks
1 coat of F-15
intermediate coat
1 coat of F-15 @ 80µ DFT/coat
9.9.1 -14 to 90 SSPC-SP-10 primer @ 80µ + 1 coat of F-15 240 -
DFT/ coat finish coat @ 80µ
DFT/ coat
(80+80=160)
Vacuum residue, fuel oil , dry slop, bitumen and other high temperature hydrocarbon
liquids:
9.10 Underside of floating roof, internal surface of cone roof, bottom plate, inside of bare
shell- including wetted and non wetted surfaces, oil side surfaces of deck plates,
oil side surfaces of pontoons, roof structures, structural steel and ladders
1 coat of F-17 @
Up to
9.10.1 SSPC-SP-10 375µ DFT/coat 375-425 -
150oC
Alkalis up to 50 % concentration:
9.11
All internal surfaces, accessories and roof structures of cone and dome roof tanks

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

Page 199 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 33 OF 53

1 coat of F-15 2 Coats of F-6 A


Up to
9.11.1 SSPC-SP-10 primer @ 80µ @ 100µ DFT/coat 280 -
60oC
DFT/ coat (2x100=200)

Notes for TABLE-9:

1. F-6 A shall be suitable for drinking water service and should have competent authority
certification.

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

Page 200 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 34 OF 53

TABLE-10: COATING SYSTEMS FOR EXTERNAL SIDE OF UNDERGROUND CARBON


STEEL PLANT PIPING AND VESSLES

Surface Coating system Total


Preparation
Design DFT
Sl. & Surface
Temp. in in Remarks
No. o Shop Preparation & Finish Coat
C Microns
Primer Primer (min.)
10.1 Underground carbon steel plant piping
1 layer of coaltar tape
coating @ 2mm +1
coat of synthetic fast
SSPC-SP-10; drying primer 25 @µ
DFT/ coat + 1 layer of
10.1.1 25 to 65 - 1 coat of synthetic coal tar tape coating @ -- --
fast drying primer 2mm /layer as per
25 @µ DFT/ coat EIL Standard
Specification .No
6-79-0011
(latest edition)

SSPC-SP-10;
1 coat of F-17 @
10.1.2 66 to 150 - 1 coat of F-17 800 -
400 DFT/coat
primer @400 µ
DFT/ coat
This
SSPC-SP-10; system is
1 coat of F-16
10.1.3 151 to 450 - 1 coat of F-16 250 suitable
@125µ DFT/ coat
primer @ 125µ up to
DFT/ coat 5500C
10.2 External side of un-insulated underground storage vessels
SSPC-SP
-10;
1 coat of 3 coats of F-7 @
10.2.1 -40 to 80 - 365-375 -
F-9 @ 100µ DFT/coat
65-75µ DFT/
coat

1 coat of F-17
SSPC-SP 1 coat of F-17
10.2.2 81 to 150 primer @400 µ 800 -
-10 @400µ DFT/ coat
DFT/ coat

SSPC-SP
This
-10;
1 coat of F-16 system is
1 coat of
10.2.3 151 to 450 - finish coat @125µ 250 suitable
F-16 @
DFT/ coat up to
125µ DFT/
5500C
coat

Notes for TABLE-10:

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

Page 201 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 35 OF 53

1 For underground vessels, scope of surface preparation, application of primers to finish coat
including repair shall be as per applicable contractual documents like SOR, MR, PR etc.

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

Page 202 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 36 OF 53

TABLE-11: COATING SYSTEMS FOR UNDER INSULATION (ALL UNIT AREAS &
OFFSITES)
(For all insulated piping, equipment, storage vessels, tanks, columns etc. of carbon steel,
LTCS, alloy steel & stainless steels in all environments.)

Surface Coating system Total DFT


Sl. Design Preparation & Remarks
Microns
No. Temp. o C Pre-erection/Shop Primer Finish paint
(min.)
Primer
Carbon steel, LTCS and Low alloy steel Piping, Storage tanks, Vessels,
11.1
Equipments etc

2 coats of
SSPC-SP-10;
F-15 @75µ
11.1.1 -45 to 125 1coat of F-15 @ None 225
DFT/coat
75µ DFT/coat

This
system is
2 coats of suitable
SSPC-SP-10;
126 to 450 F-12 @20µ
11.1.2 1 coat of F-12 None 60 up to
(CS) DFT/coat 540 0 C
@20µ DFT/coat
for low
alloy
steels
11.2 Stainless Steel, Alloy Steel, Alloy-20 Piping, Vessels & Equipments
SSPC-SP-7;
(15-25µ surface 2 coats of
11.2.1 -45 to 125 profile) None F-15 @75µ 225
1 coat of F-15 @75 DFT/coat
µ DFT/coat
SSPC-SP-7;
(15-25µ surface
1 coat of
profile)
11.2.2 126 to 550 None F-16 @125μ 250
1 coat of
DFT/coat
F-16 @125μ
DFT/coat
11.3 Cyclic service of CS, LTCS, SS, & Alloy Steels
SSPC-SP-10 For
CS, LTCS & low
Alloy steel. 2 coats of
-45 to 150 SSPC-SP-7 for F-15 @75µ
11.3.1 None 225
(Note-1) SS; (15-25µ DFT/coat
surface profile)
1 coat of F-15 @75
µ DFT/coat

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

Page 203 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 37 OF 53

SSPC-SP-10 for
CS, LTCS & Alloy
steel.
1 coat of Inert
SSPC-SP-7 for SS
polymer matrix
(15-25µ surface (Note-3 &
-180 to 650 coating @ 250
11.3.2 profile) None 4)
(Note-2) 125µ DFT/coat
1 coat of Inert
polymeric matrix
coating @ 125µ
DFT/coat

Notes

1. In case of overlapping of cyclic temperature ranges as mentioned in 11.3.1 and 11.3.2


then clause 11.3.1 shall be followed.
2. The temperature range indicated (-180 to 650 deg C) corresponds to the applicability
of the coating material i.e. inert polymeric matrix coating.
3. Alternatively thermally sprayed aluminium (TSA) coating @ 500μ as per Annexure-1
of 6-79-0020 Rev.0 is acceptable.
4. This coating system is applicable for any other temperature range (-180 to 650 o C) of
CS, SS etc. which are not covered in clauses 11.1 or 11.2.

General notes for TABLE-11:

1. “Cyclic Service” is characterized by rapid or periodical temperature fluctuation or


temperature cycles.
2. The blasting abrasives for SS and alloy steels shall be aluminum oxide or garnet only.
3. For insulated vessels & equipment scope of surface preparation, application of primers
to finish coat including repair shall be as per applicable contractual documents like
SOR , MR, PR etc.

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

Page 204 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 38 OF 53

TABLE-12: COATING SYSTEM (INTERNAL PROTECTION) FOR CARBON STEEL


COMPONENTS OF COOLERS/CONDENSERS FOR FRESH WATER
SERVICE

Coating System Total


Surface Final
Design
Sl. Preparation & DFT
Temp. in Remarks
No. o Pre-erection/Shop Primer Finish paint in
C
Primer Microns
(min.)
1 coat of F- 2 coats of F-
12.1 Up to 80 SSPC-SP-10 15 @ 80 µ 15 @ 80 80 µ 240 -
DFT/coat DFT/coat
1 coat of
12.2 81 to 140 SSPC-SP-10 --- 1500 -
novolac epoxy

TABLE-13: COATING SYSTEM (INTERNAL PROTECTION) FOR GALVANIZED OR NON


FERROUS OR STAINLESS STEEL/ DUPLEX STAINLESS STEEL
COMPONENTS OF COOLERS/ CONDENSERS FOR FRESH WATER
SERVICE

Coating System Total


Surface
Final
Design Preparation &
Sl. DFT
Temp. in Pre- Remarks
No. o Primer Finish paint in
C erection/Shop
Microns
Primer
(min.)
1 coat of F-15 1 coat of F-15
13.1 Up to 80 Sweep Blasting @ 80µ @ 80µ 160 -
DFT/coat; DFT/coat;
1 coat of
13.2 81 to 140 Sweep Blasting - 1500 -
novolac epoxy

8.0 STORAGE

8.1 All paints and painting materials shall be stored in rooms only which are to be
arranged by CONTRACTOR and approved by Engineer-In-Charge for the purpose.
All necessary precautions shall be taken to prevent fire. The storage building shall
preferably be separate from adjacent building. A signboard bearing the word
“PAINT STORAGE- NO NAKED LIGHT-HIGHLY INFLAMMABLE” shall be clearly
displayed outside. Manufacturers’ recommendation shall be followed for storage of
paint materials.

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

Page 205 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 39 OF 53

9.0 COLOUR CODE

The colour coding system as per Table-14 shall be followed.

TABLE-14: COLOUR CODING

SR. SERVICE RECOMMENDED COLOUR RAL COLOUR CODE


No. FOR PAINT SYSTEM BASE BAND
COLOUR COLOUR

HYDROCARBON LINES (UNINSULATED)


1 CRUDE SOUR Dark Admiralty grey with 1 7012 2011
orange band
2 CRUDE SWEET Dark Admiralty grey with 1 red 7012 3001
band
3 LUBE OILS Dark Admiralty grey with 1 green 7012 6010
band
4 FLARE LINES Heat Resistant Aluminium 9006
5 LPG Orange with 1 oxide red band 2011 3009
6 PROPYLENE Orange with 2 blue bands 2011 5013
7 NAPTHA Orange with 1 green band 2011 6010
8 M.S. Orange with 1 dark admiralty 2011 7012
grey band
9 AV.GASOLINE (96 Orange with 1 band each of 2011 6010 9010 3001
RON) green, white and red bands
10 GASOLINE (regular, Orange with 1 black band 2011 9005
leaded)
11 GASOLINE (premium, Orange with 1 blue band 2011 5013
leaded)
12 GASOLINE (white) Orange with 1 white band 2011 9010
13 GASOLINE (Aviation Orange with 1 red band 2011 3001
100/130)
14 GASOLINE (Aviation Orange with 1 purple band 2011 4006
115/145)
15 N-PENTANE Orange with 2 blue bands 2011 5013
16 DIESEL OIL (White) Oxide red with 1 white band 3009 9010
17 DIESEL OIL (Black) Oxide red with 1 yellow band 3009 1023
18 KEROSENE Oxide red with 1 green band 3009 6010
19 HY.KEROSENE Oxide red with 2 green bands 3009 6010
20 DISUFIDE OIL (EX- Oxide red with 1 black band 3009 9005
MEROX)
21 M.T.O Oxide red with 3 green bands 3009 6010
22 DHPPA Oxide red with 2 white bands 3009 9010
23 FLUSHING OIL Oxide red with 2 black bands 3009 9005
24 LAB FS Oxide red with 2 dark admiralty 3009 7012
grey bands
25 LAB RS Oxide red with 3 dark admiralty 3009 7012
grey bands

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

Page 206 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 40 OF 53

26 LAB (Off. Spec) Oxide red with 1 light grey band 3009 7035
27 N-PARAFFIN Oxide red with 1-blue band 3009 5013
28 HEAVY ALKYLATE Oxide red with red band 3009 3001
29 BLOW DOWN, VAPOR Off white / Aluminum with 1- 9006 8004
LINE Brown band
30 BLOWDOWN Off white / Aluminum with 2 9006 8004
brown bands
31 A.T.F. Leaf brown with 1 white band 8003 9010
32 TOULENE Leaf brown with 1 yellow band 8003 1023
33 BENZENE Leaf brown with 1 green band 8003 6010
34 LAB PRODUCT Leaf brown with 1 blue band 8003 5013
35 FUEL OIL Black with 1 yellow band 9005 1023
36 FULE OIL (Aromatic Black with 2 yellow bands 9005 1023
rich)
37 ASPHALT Black with 1 white band 9005 9010
38 SLOP AND WASTE Black with 1 orange band 9005 2011
OILS
39 SLOP AROMATICS Black with 2 orange bands 9005 2011

CHEMICAL LINES

40 TRI-SODIUM Canary yellow with 1 violet band 1012 5000


PHOSPHATE
41 CAUSTIC SODA Canary yellow with 1 black band 1012 9005
42 SODIUM CHLORIDE Canary yellow with 1 white band 1012 9010
43 AMMONIA Canary yellow with 1 blue band 1012 5013
44 CORROSION Canary yellow with 1 Aluminum 1012 9006
INHIBITOR band
45 HEXAMETA Canary yellow with 2 black 1012 9005
PHOSPHATE bands
46 ACID LINES Golden Yellow with 1 red band 1004 3001
47 RICH AMINE Canary yellow with 2 blue bands 1012 5013
48 LEAN AMINE Canary yellow with 3 blue bands 1012 5013
49 SOLVENT Canary yellow with 1 green band 1012 6010
50 LCS Canary yellow with 1 smoke grey 1012 7031

WATER LINES

51 RAW WATER Sky blue with 1 black band 5015 9005


52 INDUSTRIAL WATER Sky blue with 2 signal red band 5015 3001
53 TREATED WATER Sky blue with 1 oxide red band 5015 3009
54 DRINKING WATER Sky blue with 1 green band 5015 6010
55 COOLING WATER Sky blue with 1 light brown band 5015 1011
56 SERVICE WATER Sky blue with 1 signal red brown 5015 3001
57 TEMPERED WATER Sky blue with 2 green bands 5015 6010

58 DM WATER Sky blue with 1 aluminum band 5015 9006


59 DM WATER ABOVE Sky blue with 2 black bands 5015 9005
150F
60 SOUR WATER Sky blue with 2 yellow bands 5015 1013

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

Page 207 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 41 OF 53

61 STRIPPED WATER Sky blue with 2 blue bands 5015 5013


62 ETP TREATED WATER Sky blue with 2 oxide red bands 5015 3009

FIRE PROTECTION SYSTEM (ABOVE GROUND)

63 FIRE WATER FOAM & Post office red 3002


EXTINGUISHERS

AIR & OTHER GAS LINES (UNINSULATED)

64 SERVICE AIR Sea green with 1 signal red band 6018 3001
65 INSTRUMENT AIR Sea green with 1 black band 6018 9005
66 NITROGEN Sea green with 1 orange band 6018 2011
67 FREON Sea green with 1 yellow band 6018 1023
68 CHLORINE Canary yellow with 1 oxide band 1012 3009
69 SO2 Canary yellow with 2 white 1012 9010
bands
70 H2S Orange with 2 red oxide bands 2011 3009
71 GAS (Fuel) Orange with 1 aluminum band 2011 9006
72 GAS (Sour) Orange with 2 aluminum bands 2011 9006
73 GAS (Sweet) Orange with 2 signal red band 2011 3001
74 HYDROGEN Orange with 1 light green band 2011 6021

STEAM AND CONDENSATE LINES (UNINSULATED)

75 HP STEAM Off white / Aluminum with 1 9006 1023


yellow band
76 MP STEAM Off white / Aluminum with 1 red 9006 3001
band
77 MLP STEAM Off white / Aluminum with 1 9006 2011
orange band
78 LP STEAM Off white / Aluminum with 1 light 9006 6021
green band
79 CONDENSATE Sky blue with 1 white band 5015 9010
80 CONDENSATE ABOVE Sky blue with 3 oxide red band 5015 3009
150F
81 BFW Sky blue with 2 red bands 5015 3001
Note: For all insulated steam lines, the colour coding shall be followed as given for un-insulated
lines with the specified length of colour bands.

INSULATED HYDROCARBON PIPING

82 IFO SUPPLY 1Black ground colour with 1


9005 1023
yellow band in centre
83 IFO RETURN Black ground colour with 1 green 9005 6010
band in centre
84 HPS Black ground colour with 1 red 9005 3001
band in centre
85 BITUMEN Black ground colour with 2 red 9005 3001

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

Page 208 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 42 OF 53

bands in centre
86 CLO Black ground colour with 1 9005 8004
brown band in centre
87 VB TAR Black ground colour with 2 9005 8004
brown bands in centre
88 VR AM (BITUMEN / 1 Black ground colour with 1 9005 5013
VBU FEED) blue band in centre
89 VR BH 1 Black ground colour with 2 9005 5013
blue bands in centre
90 VAC. SLOP 1 Black ground colour with 1 9005 9010
white band in centre
91 SLOP 1 Black ground colour with 1 9005 2011
orange band in centre
92 CRUDE SWEET 1 Dark admiralty grey ground 7012 3001
colour with 1 red band in centre
93 CRUDE OUR 1 Dark admiralty grey ground 7012 2011
colour with 1 orange band in
centre
94 VGO / HCU 1 Oxide red ground colour with 2 3009 7011
steel grey bands in centre
95 OHCU BOTOM / FCCU 1 Oxide red ground colour with 2 3009 7011
FEED steel grey bands in centre

UNINSULATED EQUIPMENT, TANKS AND STRUCTURES

96 HEATER STRUCTURE Steel grey 7011


97 HEATER CASING Heat resistant aluminium 9006
98 VESSELS & COLUMNS Aluminium 9006
99 HYDROGEN BULLETS Pink 3014
100 LPG VESSELS Oxide red 3009
101 SO2 VESSEL Canary yellow 1012
102 HEAT EXCHANGER Heat resistant aluminium 9006
103 FO TANK AND HOT Black 9005
TANKS
104 ALL OTHER TANKS Aluminum / Off white 9006
105 CAUSTIC / AMINE / Golden yellow 1004
ACID TANKS
106 SOUR WATER Sky Blue 5015
107 OUTER SURFACE IN Heat resistant aluminum 9006
BOILER HOUSE
108 COMPRESSORS AND Dark admiralty grey 7012
BLOWERS
109 PUMPS Navy blue 5014
110 MOTORS & SWITCH Bluish green 5024
GEAR
111 HAND RAILING Signal red 3001
112 STAIRCASE, LADDER Black 9005
AND WALKWAYS
113 LOAD LIFTING Leaf brown 8003
EQUIPMENT AND

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

Page 209 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 43 OF 53

MONORAILS ETC
114 GENERAL Black 9005
STRUCTURE

PIPES AND FITTINGS OF ALLOY STEEL AND SS MATERIAL IN STORE

115 IBR Signal red 3001


116 9Cr-1Mo Verdigris green 6021
117 5Cr-0.5Mo Satin blue 5012
118 21/4Cr-1 Mo Aircraft yellow 1026
119 11/4Cr- ½ Mo Traffic Yellow 1023
120 SS-304 Dark blue grey 5008
121 SS-316 Dark violet 4005
122 SS-321 Navy blue 5014

SAFETY COLOUR SCHEMES

123 DANGEROUS Black and alert orange band 9005 2008


OBSTRUCTION
124 DANGEROUS OR Alert orange 2008
EXPOSED PARTS OF
MACHINERY

General notes for table-14:

1. All LPG service PSVs shall be painted deep blue.


2. All drains & vents shall be painted in main line colour.
3. The colour code scheme is for identification of piping service group. It consists of a
ground colour and 1 / 2 colour bands.

9.1 Identification

The system of colour coding consists of a ground colour and secondary colour
bands superimposed over the ground colour. The ground colour identifies the basic
nature of the service and secondary colour band over the ground colour
distinguishes the particular service. The ground colour shall be applied over the
entire length of the un-insulated pipes. For insulated lines, ground colour shall be
provided as per specified length and interval to identify the basic nature of service
and secondary colour bands to be painted on these specified length to identify the
particular service. Above colour code is applicable for both unit and offsite pipelines.

9.2 Ground colour

On un-insulated pipes, the entire pipe has to be painted in ground colour. On metal
cladded insulated lines, minimum 2 m long portion should be painted.

9.3 Colour bands


9.3.1 Location of colour bands:

a. At battery limits.

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

Page 210 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 44 OF 53

b. Intersection points & change of direction points in piping.


c. Midway of piping section, near valves, across culverts.
d. At 50 m interval on long stretch pipes.
e. At starting and termination points.

9.3.2 Minimum width:

NB Width
3” and below 75 mm
Above 3” to 6” NB X 25 mm
Above 6” to 12” NB X 18 mm
Above 12” NB X 15 mm

Note: For insulated pipes, NB indicates OD of the insulation.

Sequence: Colour bands shall be arranged in sequence as shown above and


the sequence follows the direction of flow. The width of the 1st Band to 2nd band
is 4:1.
Wherever deemed required by process department or safety, pipes handling
hazardous substances will be given hazard marking of 30 mm wide diagonal
stripes of black and golden yellow as per IS : 2379.

9.4 Special camouflage painting for un-insulated crude and product storage tanks

Coating system shall be as per this standard.


Camouflage painting scheme for defense requirement in irregular patches will be
applied with 3 colours.

Dark green : Light green : Medium brown


5 : 3 : 2

a. The patches shall be irregular and asymmetrical and inclined at 30 to 60


degrees.
b. Patches should be continuous at surface meeting lines / points.
c. Slits / holes shall be painted in dark green shade.
d. Width of patches shall be 1 to 2 m.

9.5 Identification markings on equipment/piping

Equipment tag numbers shall be stenciled/neatly painted using normal ‘Arial’


lettering style on all equipment and piping (both insulated & un-insulated) after
completion of all paint works. Lettering colour shall be either black or white,
depending upon the background, so as to obtain good contrast.

Operations group shall specify the location of the marking.

Size of the making shall be as follows:

Columns, vessels, heaters : 150 mm


Pumps and other M/c machinery : 50 mm
Piping : OD / 2 with maximum 100 mm

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

Page 211 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 45 OF 53

Storage tanks : (as per drawings)

9.6 Colour coding for control valve

a) Carbon steel body : Light grey


Alloy steel body : Canary yellow
Stainless steel body : Natural

b) The actuator of the control valve shall be painted as:


Direct action (open on air failure) valves : Green
Reverse acting (close on air failure) valves : Red

The painting status shall be comprehensively updated every 6 months for


compliance.

9.7 Colour Coding for Structural & Others

10.0 IDENTIFICATION OF VESSELS, PIPING ETC.

10.1 Equipment number shall be stenciled in black or white on each vessel, column,
equipment & machinery (insulated or un-insulated) after painting. Line number in
black or white shall be stenciled on all the piping of more than one location as
directed by Engineer-In-Charge. Size of letter printed shall be as below:

Column & vessels : 150 mm (high)


Pump, compressor & other machinery : 50 mm (high)
Piping : 40-150 mm

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

Page 212 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 46 OF 53

10.2 Identification of storage tanks

The storage tanks shall be marked as detailed in the drawing.

11.0 PAINTING FOR CIVIL DEFENCE REQUIREMENTS

11.1 The following items shall be painted for camouflaging, if required by the client:
a. All columns
b. All tanks in offsite
c. Large vessels
d. Spheres

11.2 Two coats of selected finishing paint as per defence requirement shall be applied in
a particular pattern as per clause 11.3 and as per the instructions of Engineer-In-
Charge.

11.3 Method of camouflaging

11.3.1 Disruptive painting for camouflaging shall be done in three colours in the ratio of
5:3:2 (all matte finish).

Dark Green Light Green Dark Medium Brown


5 : 3 : 2

11.3.2 The patches should be asymmetrical and irregular.

11.3.3 The patches should be inclined at 30º to 60º to the horizontal.

11.3.4 The patches should be continuous where two surfaces meet at an angle.

11.3.5 The patches should not coincide with the corners.

11.3.6 Slits and holes shall be painted in dark shades.

11.3.7 Width of patches should be 1 to 2 m.

12.0 QUALITY CONTROL, INSPECTION AND TESTING

12.1 All painting materials including primers and thinners brought to site by CONTRACTOR
for application shall be procured directly from manufactures as per specifications and
shall be accompanied by manufacturers’ test certificates. Paint formulations without
certificates are not acceptable (see section 14.0 & 15.0).

12.2 The CONTRACTOR must produce test certificate from pre qualified paint
manufacturer for various tests as detailed out in section 15.0 of this document. The
Engineer-In-Charge shall have the right to test wet samples of paint at random for
verifying quality of paint supplied. CONTRACTOR shall arrange to have such tests,
when required by Engineer-in-Charge, performed at his cost at any one of the NABL
accredited laboratories.

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

Page 213 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 47 OF 53

Samples for the test will be drawn at random in presence Engineer-In-Charge or his
representations. Following tests to be carried out if called for by Engineer-in-Charge:

- Specific Gravity
- % solids by weight (% zinc content in case of inorganic or organic zinc primer)
- Drying time (touch dry & full curing)
- Adhesion
- Storage stability (pot life)

Test methods for above tests shall be as per relevant ASTM or ISO Standard.

12.3 The painting work shall be subject to inspection by Engineer-In-Charge at all times. In
particular, following stage-wise inspection will be performed and CONTRACTOR shall
offer the work for inspection and approval of every stage before proceeding with the
next stage. The record of inspection shall be maintained in the registers. Stages of
inspection are as follows:

a) Surface preparation
b) Primer application
c) Each coat of paint

Following tests are to be carried out during surface preparation:

- Test for presence of oil/grease and contamination

The steel substrate after degreasing as per SSPC-SP-1 shall be tested as per
following procedure to validate absence of oil and grease contamination:

a) Visual inspection - continue degreasing until all visible signs of contamination are
removed.
b) Conduct a solvent evaporation test by applying several drops or a small splash of
residue-free tri-chloromethane on the suspect area especially pitting, crevice
corrosion areas or depressed areas. An evaporation ring formation is indicative of
oil and grease contamination. Continue degreasing and inspection till test is
passed.

- Tests for surface finish of blasted surface shall be done by visual inspection
using SSPC-VIS1. Clear cellophane tape test as per ISO 8502-3 shall be used
to confirm absence of dust on blasted surface. Checks shall be done on each
component at least once per 200 m2 of blasted surface and a minimum of 3
checks per shift.

- Test for presence of soluble salt as per method ISO 8502-9. Maximum allowable
salt content shall be considered 20 mg/m2.Checks shall be done on each
component at least once per 200 m2 of blasted surface and minimum of 3
checks per shift. In case salt exceeds specified limit, the contaminated surface
shall be cleaned by method as per Annexure-C of IS 12944-4 (water cleaning).
After cleaning, surface shall be retested for salt after drying.

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

Page 214 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 48 OF 53

- Blast profile measurement – This shall be done as described in sec 6.2 of


Annexure-I of 6-79-0020 Rev 0 (Specification for thermally sprayed Aluminium).

- Test for blasting Media and Blasting air- this shall be done as described in sec
6.6 of Annexure-I of 6-79-0020 Rev 0 (Specification for thermally sprayed
Aluminium).

In addition to above, record should include type of shop primer already applied on
equipment e.g. zinc silicate or zinc rich epoxy or zinc phosphate. Any defect noticed
during the various stages of inspection shall be rectified by the CONTRACTOR to the
entire satisfaction of Engineer-In-Charge before proceeding further. Irrespective of the
inspection, repair and approval at intermediate stages of work, CONTRACTOR shall
be responsible for rectifying any defects found during final inspection/guarantee
period/defect liability period as defined in general conditions of the contract. Dry film
thickness (DFT) shall be checked and recorded after application of each coat and
extra coat of paint should be applied to make-up the DFT specified without any extra
cost to OWNER, the extra coat should have prior approval of Engineer-in-charge.

12.4 Primer Application

After surface preparation, the primer should be applied to cover the crevices, corners,
sharp edges etc. in the presence of inspector nominated by Engineer-In-Charge. The
shades of successive coats should be slightly different in colour in order to ensure
application of individual coats, the thickness of each coat and complete coverage
should be checked as per provision of this specification. This should be approved by
Engineer-In-Charge before application of successive coats.

The CONTRACTOR shall provide standard thickness measurement instrument with


appropriate range(s) for measuring dry film thickness of each coat, surface profile
gauge for checking of surface profile in case of sand blasting, holiday detectors and
pinhole detector and protector whenever required for checking in case of immersion
conditions.

Prior to application of paints on surfaces of chimneys, the thickness of the individual


coat shall be checked by application of each coat of same paint on MS test panel. The
thickness of paint on test panels shall be determined by using gauge such as 'Elko
meter'. The thickness of each coat shall be checked as per provision of this
specification. This shall be approved by Engineer-In-Charge before application of
paints on surface of chimney.

At the discretion of Engineer-In-Charge, the paint manufacturer must provide the


expert technical service at site as and when required. This service should be free of
cost and without any obligation to the OWNER, as it would be in the interest of the
manufacturer to ensure that both surface preparation and application are carried out
as per their recommendations. The CONTRACTOR is responsible to arrange the
same.

12.9 Final inspection of finished coating shall consist of the following:

1) Coating dry film thickness check: DFT measurement shall be as per ISO 2808.
Type II electromagnetic gauges should be used for ferrous substrates. DFT gauge

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

Page 215 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 49 OF 53

calibration, number of measurement shall be as per SSPC-DA-2. Measured DFT


shall be within + 10% of the dry film thickness, specified in the specifications.

2) Adhesion testing: Adhesion of the primer to the steel substrate and inter-coat
adhesion of the subsequent coat(s) after curing for at least a week after application
of the topcoat shall be examined by a knife test in accordance with ASTM D6677.
For the knife test, if the rating is better than 8, the adhesion is considered
acceptable. The adhesion is destructive and tested areas shall be repaired
afterward using the spot repair procedure. Alternatively, the applicator may perform
the adhesion test on a steel panel coated using the same surface preparation and
coating application procedure as the work piece. Adhesion testing shall be carried
out for each component at least once per 200 m2 of coated surface.
3) Holiday detection check: Holiday testing shall be conducted in accordance with
NACE SP0188. For immersion services, 100% of coated area shall be inspected
for holidays. For atmospheric exposure, 10% of coated area which must include
weld seams, corners and edges to be holiday tested. Voltage at which test is to be
carried out will depend upon DFT of coating being tested and shall be as per NACE
SP0188. Any holiday is unacceptable and should be marked and repaired
immediately.

The CONTRACTOR shall arrange for spot checking of paint materials for specific
gravity, glow time (ford cup) and spreading rate.

12.11 Final Inspection of coating system

A final inspection shall be conducted prior to the acceptance of the work. The
coating CONTRACTOR and the facility OWNER shall both be present and they shall
sign an agreed inspection report. Such reports shall include:
General
- Names of the coating CONTRACTOR and the responsible personnel
- Dates when work was performed

Coating Materials
- Information on coating materials being applied
- Condition of coating materials received

Environmental conditions
- Weather and ambient conditions
- Coating periods

Surface preparation
- Condition of surface before preparation
- Tools and methods used to prepare surface
- Condition of surface after preparation

Coating application
- Equipment used

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

Page 216 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 50 OF 53

- Mixing procedure prior to application


- Coating application techniques used

Testing
- Type and calibration of inspection instruments used
- Type of quality control tests performed, and results

13.0 GUARANTEE

The CONTRACTOR shall guarantee that the chemical and physical properties of
paint materials used are in accordance with the specifications contained herein/to be
provided during execution of work.

14.0 QUALIFICATION CRITERIA OF PAINTING CONTRACTOR/SUB-CONTRACTOR

Painting CONTRACTOR who is awarded any job for EIL, Projects under this
standard must have necessary equipment, machinery, tools and tackles for surface
preparation, paint application and inspection. The CONTRACTOR must have
qualified, trained and experienced surface preparator, paint applicator, inspector and
supervisors. The CONTRACTOR supervisor, inspector, surface preparator and paint
applicator must be conversant with the standards referred in this specification.

15.0 QUALIFICATION/ACCEPTANCE CRITERIA FOR PAINT COATING SYSTEM

15.1 Pre-qualification of paint coating manufacturer and his products

Paint manufacturer meeting the following requirements shall be considered by the


CONTRACTOR for supply of the paint products.

- Manufacturer should have been in continuous business of paint coating


formulation and manufacturer for at least past 5 years.

- Manufacturer should posses past experience of supplying his products to


hydrocarbon, petrochemical, fertilizer. Chemical processing industry or offshore
platforms in the past 5 years.

- Coating manufacturer should have supplied at least 10000 litre of an individual


product to hydrocarbon, petrochemical, fertilizer. Chemical processing industry
or offshore platforms.

- The manufacturer’s manufacturing procedure & QA/QC system shall meet ISO
9001 requirements and preferably should posses ISO 14000 certificate.

- The Quality control set up should be manned by qualified paint technologists


whose bio data should be sent along with quality control organization chart.

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

Page 217 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 51 OF 53

CONTRACTOR shall procure the paint materials from the qualified manufacturer
meeting above requirements and after obtaining prequalification testing approval as
per requirements mentioned in clause 15.2 below.

15.2 Pre-Qualification Testing procedure:

The paint manufacturer engaged by the mechanical contractor shall carry out the
tests in NABL accredited Govt. laboratories like national test house (NTH) as a part
of qualification. Paint manufacturer shall provide the paint samples to laboratory for
testing of the parameters mentioned in Table-2 (typical characteristics) and Table-15
(tests on coating systems) of this specification. The testing laboratory will confirm the
compliance of the paint material with respect to the acceptance criteria mentioned in
the respective tables. Contractor shall furnish these test certificates along with all
necessary supporting documents/information to EIL site for approval/ acceptance.
The paint manufacturer will be qualified and approved by EIL site for supply of paints
after review/assessment of the submissions made by the contractor.

Test certificates which are more than 3 years old will not be considered. Paint
manufacturers are advised to carryout pre-qualification testing accordingly for paints
supply to EIL projects.

TABLE-15: PRE-QUALIFICATION TESTING

SYSTEM REFERENCE CLAUSE TOTAL DFT μ


COATING SYSTEM
No. (from table-3 to 12) (min)
1. F-9+P6+F6B+F2 6.2 345
2. F12+F12+F12 6.4 60
3. F15+F15+F15 8.1.2 240
4. F16+F16 8.2.3 250
5. F17 9.10.1 375
6. F8+F8 9.8.1 200
7. F9+F7+F7+F7 8.2.1 365
8. F-20 9.5.1 1100
9. F6A+F6C+F6C 9.4.1 500
10. Inert Polymeric Matrix 8.3.1 250
11. F6A+F6A+F6A 9.3.1 300

FOR
ACCEPTANCE
S. No. TEST SYSTEM DURATION
CRITERIA
NUMBER

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

Page 218 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 52 OF 53

Cyclic Test Shall pass.


Salt Spray : 72 hrs. No chalking,
Drying in air : 16 hrs. cracking,
1. UV-A340 nm weather meter: 80 hrs. 1 4200 hrs flaking,
One cycle: 168 hrs. blistering or
(25 cycles at 168 hrs. each cycle) peeling shall be
(ASTM D5894) observed.
2. Chemical Resistance Test (ASTM D543)

2a. 10% & 40% NaOH 1000 hrs

2b. 5% H2SO4 168 hrs


Shall pass.
3,5,8 & 11*
4 weeks No cracking,
2c. Xylene
discoloration,
2d. *H2SO4 4 weeks
Acetone blistering,
solution pH
peeling or
= 5.0 to
4 weeks softening of film
2e. Ethanol 5.5 for
system 11 4 weeks shall be
2f. Kerosene observed.

2g. Sea water 2000 hrs

Immersion in DM/DI water @900 3,5 & 8 30 days No softening,


3.
(ASTM C868) blistering or film
damage.
Shall pass.
No chalking,
Resistance to DM water using water cracking,
4. 9 2000 hrs
immersion. (ASTM D870) flaking,
blistering or
peeling.

1 to 11
100% Humidity Test
5. (except 1440 hrs Shall pass
(ASTM D2247)
system-2 )

Shall pass the


test. No peeling,
Dry Heat Resistance Test cracking,
(ASTM D2485 method B at 540⁰ C 2&4 blistering,
6. -
for system 2 and 550⁰ C for system abnormal
4) discoloration or
loss of
adhesion.

Thermal Shock Resistance Test; 2,3,4 & 10


5 cycles @ 30 minutes in furnace at
Shall pass
7. 120 ⁰ C and 15 minutes in water after (For -
quenching in water for each cycle. system-2,
(ASTM D2485 method A) testing to
be done

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

Page 219 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 53 OF 53

after
heating the
panels at
175°C for
2 hrs.)
Cathodic Disbondment Test
8. 3&5 - Shall pass
(ASTM G42 @60°C)

Each coating product to be qualified shall be identified by the following

1) Specific gravity of Base and curing agent (Ref. ISO 2811)


2) Ash content (ASTM D1650), volatile and non-volatile matters (ISO 3251) of each
component

The identification shall be carried out on the batch, which is used for the Pre-
qualification testing.

15.3 Information to be furnished during delivery of paint materials:

CONTRACTOR along with delivery of paint material has to furnish following


information from paint manufacturer to EIL for acceptance/approval of products:

a) Batch test certificates:

Along with paint products delivery to site from the pre-qualified coating
manufacturer, CONTRACTOR has to produce test certificate (from paint
manufacturer) for each category of product for the following test items. All test
results must mention clearly the batch no. and category of product tested. Tests
to be conducted for following properties:

- Specific Gravity
- % solids by weight (% zinc content in case of inorganic or organic zinc primer)

b) Product information sheet/ technical data sheet for each category of product.

The contractor shall be fully responsible for the quality of the paints products as
per prequalification testing. After the paint materials are supplied to site, the
supplier shall organize random sampling and testing in a NABL laboratory as
per discretion of the Engineer-in-charge. Failing to meet the specified quality
requirements may cause rejection of the paint products.

16.0 METHOD OF SAMPLING & DISPATCH FOR LABORATORY TESTING

(Pre-Qualification tests (sec. 15.2), Batch testing (sec. 15.3) and Inspection testing
(sec. 12.0))

16.1 Samples of coating materials should be submitted to the laboratory in sealed


containers with batch no. and test certificate on regular format of manufacturer’s
testing laboratory.

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

Page 220 of 276


SPECIFICATION
Specification No.
FOR SURFACE PREPARATION B038-000-79-41-PLS-01
AND PROTECTIVE COATING Rev. 1
BS-VI PROJECT MRPL PAGE 54 OF 53

16.2 All test panels should be prepared by testing laboratory. Surface preparation for a
system shall be done in accordance with this specification. For individual products
testing, minimum shall be Sa 2.5. Colour photographs of test panels should be
taken before and after the test and should be enclosed along with test report.

Sample batch no. and manufacturer’s test certificate should be enclosed along with
the report. Test report must contain details of observation and rusting if any, as per
the testing code.

16.3 Manufacturers should intimate EIL, details of sample submitted for testing, name
of testing agency, date, and contact personnel of the testing agency.

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

Page 221 of 276


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
■311 ENGINEERS FOR POSITIVE MATERIAL
Ogeg fai5ieg LJMITED 6-81-0001 Rev. 3
I MKT, Mn1512 011 A Govt of Indict Undertaking) IDENTIFICATION (PMI) AT
SUPPLIER'S WORKS Page 1 of 8

fir ~i~fYnc~i
110111010 111+1 4 11 116t111 .

fe4hr

STANDARD SPECIFICATION
FOR
POSITIVE MATERIAL
IDENTIFICATION
(PMI)
AT SUPPLIER'S WORKS

3 19.09.16. REVISED AND RE-ISSUED TKK RKS RN

2 20.10.11 REVISED AND RE-ISSUED RKS SCG AKC DM

1 15.07.08 REVISED AND RE-ISSUED


NKR SSL SKP VC
0 07.12.00 ISSUED AS STANDARD SPECIFICATION AKC AKB AKB MI
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 222 of 276


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
401 ei ENGINEERS FOR POSITIVE MATERIAL
sigez INDIA LIMITED 6-81-0001 Rev. 3
INFer eRmiletel39RIMI (A Govt d tie Undertaking) IDENTIFICATION (PMI) AT
SUPPLIER'S WORKS Page 2 of 8

Abbreviations:

API American Petroleum Institute


AS Alloy Steel
HIC Hydrogen Induced Cracking
LSTK Lump Sum Turn Key
NACE National Association of Corrosion Engineers
PMI Positive Material Identification
RTJ Ring Type Joint
Sch Schedule
SS Stainless Steel
TPI or TPIA Third Party Inspection Agency

Inspection Standards Committee

Convenor: Mr.R K Singh

Members: Mr. Rajeev Kumar


Mr. Himangshu Pal
Mr. Neeraj Mathur
Mr. T Kamalakannan
Mr. Mahendra Mittal
Mr. Deepak Gupta (Project)

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

Page 223 of 276


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
,311ae, ENGINEERS FOR POSITIVE MATERIAL
O1 ii id1151-eg INDIA LIMITED 6-81-0001 Rev. 3
(KU( t.larolZeimanO.1) (A Govt of Info Undertaking) IDENTIFICATION (PMI) AT
SUPPLIER'S WORKS Page 3 of 8

CONTENTS

1.0 SCOPE 4
2.0 REFERENCE DOCUMENTS 4
3.0 DEFINITIONS 4
4.0 PMI EXAMINATION 5
5.0 ACCEPTABLE METHODS FOR PMI 5
6.0 EXTENT OF PMI EXAMINATION 6
7.0 ACCEPTANCE CRITERIA .6
8.0 REJECTION CRITERIA ... ...... .... ..... ............ ...... ... ...... ............... ..... . ......... ..8
9.0 RECORDING AND DOCUMENTATION 7
10.0 MARKING 7

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

Page 224 of 276


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
15inazieT ENGINEERS FOR POSITIVE MATERIAL
O1 ii INDIA LIMITED 6-81-0001 Rev. 3
MKT, oxemeenoqwwo IA Govt A Inds Undertaking) IDENTIFICATION (PMI) AT
SUPPLIER'S WORKS Page 4 of 8

1.0 SCOPE

1.1 This specification applies to the requirements for Positive Material Identification (PMI) to be
performed at the Supplier's works on Metallic Materials procured either directly by the
Owner/EIL/ LSTK contractor or indirectly through the sub-Suppliers.

1.2 This specification covers the procedures and methodology to be adopted to assure that the
chemical composition of the material is consistent with the material specifications as specified
in purchase documents using 'Alloy Analyzer' at the time of fmal inspection before dispatch.

13 The scope of this specification shall include but shall not be limited to Positive Material
Identification (PMI) to be performed on Materials listed below:

1.3.1 For alloy Steel materials as below:


Alloy Steel Pipes including Clad Pipes
- Alloy Steel Flanges & Forgings
- Alloy Steel Fittings including Clad Fittings
Alloy Steel Fasteners
- Alloy Cast & Forged steel valves
Alloy Steel Instrumentation Items (Control Valves, Safety Valves etc.)
- Longitudinal Pipe & Fittings Welds.
- Gaskets (for Ring Type Joints)

1.3.2 For Carbon Steel materials as below:


- All Carbon Steel Piping items under NACE or MC or 112 or Wet Hydrogen Sulfide
(1-12S), Hydrofluoric acid (HF), Sulfuric acid (H2 SO4) services etc.
- Carbon Steel flanges and valves (Rating 900# and above)

Following items shall be excluded from scope of PMI examination.

Gaskets other than for Ring Type Joints


- Internal Components of Valves

1.4 All grades of material supplies including Stainless Steels shall be liable for PMI test at site. In
case of any defective materials being found at site, the Supplier shall be responsible to effect
replacement of such defective materials at project site without any delays to the satisfaction of
E1L site RCM (Resident Construction Manager).

2.0 REFERENCE DOCUMENTS

2.1 API Recommended Practice 578 (First Edition, May 1999) - Material Verification Program for
New and Existing Alloy Piping Systems.

3.0 DEFINITIONS

3.1 Supplier: Any Supplier or Manufacturer on whom an order is placed for the supply of referred
items. This definition shall also include any sub-Supplier or manufacturer on whom a sub-order
is placed by the Supplier.

3.2 Inspection Lot: A group of items offered for inspection covered under same size, Heat and
Heat treatment lot.

33 Alloy Material: Any metallic material (including welding filler materials) that contains
alloying elements such as Chromium, Nickel, Molybdenum or Vanadium, which are
intentionally added to enhance mechanical or physical properties and/or corrosion resistance.

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

Page 225 of 276


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
lagtael ENGINEERS FOR POSITIVE MATERIAL
*Igelf ti5teg
1.12n 2 IETIWQRJ■10.11
INDIA LIMITED
(A Govt Of India undenaong) IDENTIFICATION (PMI) AT
6-81-0001 Rev. 3
SUPPLIER'S WORKS Page 5 of 8

4.0 PMI EXAMINATION

4.1 The Supplier shall submit a procedure of PMI to comply with the requirements of this
Specification. Approval of PMI Procedure shall be obtained from Owner / EIL / TPIA prior to
commencing manufacture / inspection of product.

4.2 PMI examination of materials is independent of any certification, markings or colour coding
that may exist and is aimed at verifying that the alloy used are as per specified grades.

4.3 The Supplier shall identify all incoming alloy materials and maintain full traceability of all alloy
materials, including all off-cuts. Transfer of identification marks shall be undertaken prior to
cutting to ensure maintenance of identification on off-cuts.

4.4 The Supplier shall ensure that all alloy materials are segregated and stored in separately
identified locations to prevent the mix up of materials of different alloy specifications or alloy
material with carbon steel. Non ferro-magnetic materials shall be segregated at all times from
ferro-magnetic materials.

4.5 PMI examination is subject to surveillance inspection by Owner / EIL / TPIA.

5.0 ACCEPTABLE METHODS FOR PMI

5.1 The method used for PMI examination shall provide a quantitative determination of the alloying
elements like Chromium, Nickel, Molybdenum or Vanadium in Alloy Steel items.

5.2 Instruments or methods used for PMI examination shall be able to provide quantitative,
recordable, elemental composition results for positive identification of alloying elements
present.

5.3 The acceptable instruments for alloy analyzer shall be either "Portable X-Ray fluorescence" or
"Optical Emission" type each capable of verifying the percentage of alloy elements within
specified range.

5.4 Chemical spot testing, magnets, alloy sorters and other methods using eddy current or
triboelectric testing methods are not acceptable for PMI examination.

5.5 The PMI instrument used shall have the sensitivity to detect the alloying elements in the
specified range.

5.6 All PMI instruments shall have been serviced within a 6 month period of the time of use to
verify the suitability of batteries, sources etc., and the data of the last service shall be stated on
the PMI Report Form (Sample enclosed).

5.7 Each analyzer must be calibrated according to the manufacturer's specification at the beginning
and end of each shift. Instrument must be checked against known standard for each alloy type
to be inspected during the shift.

5.8 Certified samples, with full traceability, of a known alloy materials shall be available for use as
a random spot check on the instrument calibration.

5.9 The surfaces to be examined shall be prepared by light grinding or abrasive paper and solvent
cleaner. Evidence of Arc burn resulting from examination shall be removed by light grinding or
abrasive paper. No permanent marks, which are injurious to the usage of product in service, are
acceptable.

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

Page 226 of 276


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
t11 ENGINEERSt—
ft-
FOR POSITIVE MATERIAL
**gel' fililegW INDIA LIMITED 6-81-0001 Rev. 3
IvilVA PROW =Jowl/ (A Govt d b16H Undertakmg) IDENTIFICATION (PMI) AT
SUPPLIER'S WORKS Page 6 of 8

5.10 Alloy Steel ring type joint Gaskets shall be inspected by using portable X-Ray fluorescence
instrument.

5.11 Testing shall be done as per the procedures outlined by the manufactures of alloy analyzer
being used. Modification of these procedures if any must be approved by Owner/EIL.

5.12 The persons performing PMI shall demonstrate their capabilities to the satisfaction of
Owner/EIL/TPIA visiting engineer. If the Supplier has qualified operator on their rolls, he may
perform the examination. Otherwise PMI examination shall be sub-contracted to an independent
testing agency approved by EIL.

5.13 Whenever material is identified as not meeting requirements by the visiting engineer a rejection
note shall be issued.

6.0 EXTENT OF PMI EXAMINATION

Following sampling plans shall be applicable for PMI examination of various items.

A. Flanges, Fittings 100%


Valves, RTJ Gaskets

B. Pipes 100% (for pipes procured from traders).

2 random samples drawn from each


Size/Heat/Lot (for pipes procured directly from mills)
C. Fasteners

Lot Size Sample Size

Upto 100 2% (Min 2)


101 to 500 1% (Min 3)
501 and above 0.5% (Min 5)
Note:

a. For Welded Pipes and Fittings, PMI shall be performed on Base Metal as well as
weldments.

7.0 ACCEPTANCE CRITERIA

7.1 Base Metal

PMI test results showing presence of characteristic elements upto 10% less than the minimum
specified value in the material specification and upto 10% more than the maximum specified
value in the material specification shall be acceptable.

7.2 Deposited Weld Metal

For deposited weld metal using welding consumables matching with base metals, the recorded
presence of characteristic elements upto 12.5% less than the minimum specified value in the
welding consumable specification and upto 12.5% more than the maximum specified value in
the welding consumable specification shall be acceptable.

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

Page 227 of 276


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
7-77 ENGINEERS FOR POSITIVE MATERIAL
5.1geal laZg
(wed ereenZeld3O0en)
INDIA LIMITED
In Govt or India UndertakIng) IDENTIFICATION (PMI) AT
6-81-0001 Rev. 3
SUPPLIER'S WORKS Page 7 of 8

8.0 REJECTION CRITERIA

8.1 If PMI test results fall outside the acceptable range as specified in 7.0 above, the supplier shall
obtain a quantitative check analysis performed by a laboratory acceptable to Owner / EIL /
TPIA for a complete chemical analysis. Alternatively, the item can be tested with a spark
analyser for verification. Results of this analysis shall be submitted to Owner / EIL / TPIA for
final decision.

Decision of Owner / EIL / TPIA shall be final in this regard.

8.2 If any sample drawn to PMI test on the basis of percentage selection as per 6.0 above, fails to
meet specification requirements, 100% of items of lot shall be tested for PMI by supplier. Any
failure thereafter during sample check shall mean rejection of whole lot.

9.0 RECORDING AND DOCUMENTATION

The results of PMI examination shall be recorded in a Report Format as enclosed with this
specification.

10.0 MARKING

10.1 All alloy materials tested by PMI shall be identified using either of the following methods by
indicating "PMI OK"

a) Bar Code/Hologram Sticker


b) A low stress stamp marking

Copyright EIL — All rights reserved


Format No. 8-00-0001-F1 Rev. 0

Page 228 of 276


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
lafitzAr tft ENGINEERS FOR POSITIVE MATERIAL
ogeil■ ElfiThegW7 INDIA LIMITED 6-81-0001 Rev. 3
1.1 2i1 MOW 4,13,R1.0 (A Govt d India Undertaking) IDENTIFICATION (PMI) AT
SUPPLIER'S WORKS Page 8 of 8

POSITIVE MATERIAL IDENTIFICATION REPORT Page of


BULK MATERIALS

Project: Client Job No.


PMI Report No. Supplier/Sub-Supplier

Purchase Order No. Testing Agency

Purchase PMI Location


Requisition No:

Bulk Item Type (as per Requisition)

Material Specification/Grade

Number of items in Lot

Requisition Item No./ Description Major content, Weight Percent Remarks


Accept/Reject
Element Cb
/
Cr Ni Mo V Ti*
Nb
**

Specified Range

Actual observations
1.

2.

3.

4.

5.

6.

7.

8.

Instrument Type / ID

Last Service Date


Inspection Agency Witnessed By
To be reported in case of SS321 Material
** To be reported in case of SS347 Material

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

Page 229 of 276


INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
k31 ENGINEERS FOR 6-81-0011 Rev. 3
INDIA LIMITED
erednedia (A Govt of India Undertaking)
PRESSURE VESSELS/ COLUMNS CARBON STEEL Page 1 of 7

copsil 1-ael ,‹ tuRT / c4;1(14-1-1


ftteur a Iteur

INSPECTION AND TEST PLAN


FOR
PRESSURE VESSELS/ COLUMNS CARBON STEEL

kVilIP—
t'

3 09.09.2013 REVISED AND RE-ISSUED TKK RKS / SCG DMr—.

2 15.07.2011 REVISED AND RE-ISSUED HP SCG AKC DM

1 28.09.2007 REVISED AND RE-ISSUED PD RB MVKK VC

0 10.12.2002 ISSUED FOR IMLEMENTATION NKN SPS AKB GRR

Convenor Chairman
Rev. Prepared Checked Standards Committee Standards Bureau
Date Purpose
No. by by

Approved by

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 230 of 276


STANDARD SPECIFICATION No.
INSPECTION AND TEST PLAN
5 ENGINEERS FOR 6-81-0011 Rev.3
ftar 7,1, m JVCD.,
eic,
INDIA LIMITED
IA Goer or Incite Undertaking)
PRESSURE VESSELS/ COLUMNS CARBON STEEL Page 2 of 7

Abbreviations:

CEIL Certification Engineers International Limited MRT Mechanical Run Test


CIMFR Central Institute of Mining & Fuel Research NDT Non Destructive Testing
CE Carbon Equivalent NPSH Net Positive Suction Head
DFT Dry Film Thickness PO Purchase Order
DPT Dye Penetrant Testing PESO Petroleum Explosive Safety Organization
DHT De-hydrogen Heat Treatment PQR Procedure Qualification Record
ERTL Electronics Regional Test Laboratory PR Purchase Requisition
FCRI Fluid Control Research Institute PMI Positive Material Identification
HT Heat Treatment RT Radiography Testing
HIC Hydrogen Induced Cracking SSCC Sulphide Stress Corrosion Cracking
ITP Inspection and Test Plan TC Test Certificate
IP Ingress Protection TPI or TPIA Third Party Inspection Agency
IHT Intermediate Heat Treatment UT Ultrasonic Testing
IC Inspection Certificate VDR Vendor Data Requirement
IGC Inter Granular Corrosion WPS Welding Procedure Specification
MPT/MT Magnetic Particle Testing WPQ Welders Performance Qualification
MTC Material Test Certificate

Inspection Standards Committee

Convenor : Mr. S C Gupta

Members:

Mr. R.K. Singh Mr. Rajeev Kumar Mr. Himangshu Pal


Mr.Neeraj Mathur Mr. T Kamalakannan Mr. Deepak Gupta (Project)
Mr. Mayank Jain

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 231 of 276


INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
k31
ENGINEERS
Ogar lat5reg w INDIA LIMITED FOR 6-81-0011 Rev.3
tarnR elecnre,51,1,15.1, IA Govt 01 India Undertaking)
PRESSURE VESSELS/ COLUMNS CARBON STEEL Page 3 of 7

1.0 SCOPE

This Inspection and test plan covers the minimum testing requirements of Pressure vessels/ Columns carbon steel

2.0 REFERENCE DOCUMENTS

PO/PR/ Standards referred there in/ Job specifications /approved documents.

3.0 INSPECTION AND TEST REQUIREMENTS

SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER

1.0 Procedures

Hydro test ,heat treatment,


Procedure R
1.1 NDT, hot forming and other Documented procedures. 100% - H
documents
Procedures
Procedure R-Existing
1.2 WPS/ PQR /WPQ Documented procedures. 100% - H
documents W-New

2.0 Materials inspection

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 232 of 276


INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
ENGINEERS
INDIA LIMITED FOR 6-81-0011 Rev.3
IA Govt of India Undertaking)
PRESSURE VESSELS/ COLUMNS CARBON STEEL Page 4 of 7

SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER

Plates, pipes, Forgings,


Expansion Bellows, Fittings,
As per PR/Purchase H R
2.1 Fasteners, Gaskets, etc (As 100% Mill TC H
Specification
applicable)

3.0 In process inspection


Review of test certificates,
markings Material
Materials identification for - H H
3.1 visual & dimensional inspection, 100% clearance
plates, pipes (pressure parts) record
identity correlation & transfer of
identity
Material identification for Review of test certificates, Material
3.2 forgings, fittings, fasteners, markings 100% clearance - H R
gaskets (pressure parts) Identity correlation. record
Non pressure parts (including Material test
3.3 Review of test certificates 100% W R R
internals, supports etc.) certificate
NDT Reports /
NDT of weld seam as applicable 100% H H R
Films
Inspection of formed
3.4 components (cold or hot NDT ( dished ends and tori cone)
formed) for cracks on inside & outside 100% Inspection
i
H H R
surfaces in knuckle zone and report
edges.

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 233 of 276


INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
ENGINEERS
ligar 254-
dg INDIA LIMITED FOR 6-81-0011 Rev.3
(11109 ert-MTE 051079M) IA Govt 01 India Undettaktngt
PRESSURE VESSELS/ COLUMNS CARBON STEEL Page 5 of 7

SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER

HT chart review as applicable 100% HT Chart W W R

Inspection
Test coupon as applicable 100% H H W
report
Visual & dimensional (min.
100% Inspection
thickness, profile, ovality etc ) H H H
report
inspection
100% Batch test
3.5 Welding consumable Chemical & mechanical properties W R R
certificates
Visual & dimensional inspection,
Inspection
weld edge, root gap, offset, 100% - W
Weld edge preparation & set check list
3.6 alignment, cleanliness etc
up of pressure parts
NDT of weld edges as applicable
for cracks, laminations or 100% NDT Reports - W R
segregations
Intermediate inspection of Inspection
3.7 Visual/ inter pass temperature 100% - W -
welds report
4.0 Final inspection
Visual and dimensional Visual/ dimensions, completeness
inspection (internals & of assembly and weld visual for Inspection
4.1 100% - H H
externals) including welds reinforcement, undercuts, Surface report
(before PWHT as applicable) defects, etc.

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 234 of 276


INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
ENGINEERS
laf54- g INDIA LIMITED FOR 6-81-0011 Rev.3
wren' eteoredt13traMi IA Govt of India Undertaking)
PRESSURE VESSELS/ COLUMNS CARBON STEEL Page 6 of 7

SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER

Each Inspection
4.2 PMI (AS/SS components) Chemical check W R
component report

4.3 Air test of pads Leak check 100% Test report - W R

Trial assembly of internals and


Dimensions, completeness of Inspection
4.4 column/vessel sections as 100% - H RW
assembly and alignment report
applicable

PWHT as applicable 100% HT chart W R


4.5
Inspection of completed welds
NDT Reports /
NDT as applicable 100% - W R
RT Films

Hardness check on all welds, 100% Inspection


4.6 Hardness - W RW
HAZ as applicable report

Production test coupon as As per Inspection


4.7 Production test coupon testing - H H
applicable spec/drg. report

4.8 Hydrostatic test Leak check 100% Test report - H H

5.0 Painting

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 235 of 276


INSPECTION AND TEST PLAN STANDARD SPECIFICATION No.
ENGINEERS
sfig-ar 0154-eg INDIA LIMITED FOR 6-81-0011 Rev.3
tan7 knreee avattli (A Govt of India Undertaking)
PRESSURE VESSELS/ COLUMNS CARBON STEEL Page 7 of 7

SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
Visual inspection (after surface
preparation and final painting for Inspection
5.1 Final painting 100% - H
workmanship, uniformity) DFT report
check
6.0 Documentation and IC

Final stamping, review of IC /


Verifying stamping details and
6.1 inspection documents and 100% Inspection - H H
review of inspection documents
issue of IC reports
Verification & compilation of
Final
6.2 Final documents as per PR inspection & test records for 100% - H H
dossier
submission to customer

Legend: H- Hold (Do not proceed without approval), P-Perform, RW - Random Witness (As specified or 10% ( min.1 no. of each size and type of Bulk item)),
R-Review, W-Witness (Give due notice, work may proceed after scheduled date).

NOTES (As applicable):

1. This document describes the generic test requirements. Any additional test or Inspection scope if specified in contract documents shall also be
applicable.
(Unless otherwise agreed upon)
2. Acceptance Norms for all the activities shall be as per PO/PR/STANDARDS referred there in /Job Specification /Approved Documents.

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL —All rights reserved

Page 236 of 276


SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
ENGINEERS MANAGEMENT SYSTEM 6-78-0001 Rev. 1
lakgINDIA LIMITED REQUIREMENTS FROM
mren ewaire mjvam) (A Gavt at India Undertaking)

BIDDERS Page 1 of 7

64)(11 Chrlf qui ciall -51-04ff


u tea aliikrrat t ?drift'

SPECIFICATION FOR QUALITY


MANAGEMENT SYSTEM
REQUIREMENTS FROM BIDDERS

QMS QMS
1 12.03.15 General Revision Standards Standards MPJ SC
Committee Committee

QMS QMS
0 04.06.09 Issued as Standard Specification Standards Standards SCT ND
Committee Committee
Standards Standards
Committee Bureau
Rev. Checked
Date Purpose Prepared by Convener Chairman
No by
Approved by

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

Page 237 of 276


ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

INDIA LIMITED SYSTEM 6-78-0001 Rev. 1


lft2 (AG'"ind'Undelt6ung) REQUIREMENTS FROM BIDDERS Page 2 of 7

Abbreviations:

CV Curriculum Vitae
ISO International Organization for Standardization
MR Material Requisition
PO Purchase Order
PR Purchase Requisition
QA Quality Assurance
QMS Quality Management System

QMS Standards Committee

Convener: Mr. M.P. Jain

Members: Mr. A.K. Chaudhary (Insp.)


Mr. S.K. Kaul (C&P)
Mr. R.K. Trivedi (Engg.)
Mr. Ravindra Kumar (Const.)
Mr. Tilak Raj (Projects)
Mr. Vinod Kumar (CQA)

Copyright EIL — All rights reserved


Format No. 8-00-0001-F1 Rev. 0

Page 238 of 276


ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
Igar llks INDIA LIMITED SYSTEM 6-78-0001 Rev.
Oiren
'A
Govt
At ' nth' Und"k"V) REQUIREMENTS FROM BIDDERS Page 3 of 7

CONTENTS

Clause Title Page


No.
1.0 SCOPE 4
2.0 DEFINITIONS 4
3.0 REFERENCE DOCUMENTS 4
4.0 QUALITY MANAGEMENT SYSTEM — GENERAL 4
5.0 QUALITY SYSTEM REQUIREMENTS 4
6.0 AUDITS 7
7.0 DOCUMENTATION REQUIREMENTS 7

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

Page 239 of 276


el ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
$1g-zg faReg INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1
own 120.2 .I J40.9) IA GOVt of India Undertaking) REQUIREMENTS FROM BIDDERS Page 4 of 7

1.0 SCOPE

This specification establishes the Quality Management System requirements to be


met by BIDDER for following purpose:

• QMS requirements to be met by suppliers/contractors after award of work/


during contract execution.

2.0 DEFINITIONS
2.1 Bidder

For the purpose of this specification, the word "BIDDER" means the person(s), firm,
company or organization who is under the process of being contracted by EIL /
Owner for delivery of some products (including service). The word is considered
synonymous to supplier, contractor or vendor.

2.2 Project Quality Plan

Document tailored from Standard Quality Management System Manual of BIDDER,


specifying how the quality requirements of the project will be met.

2.3 Owner

Owner means the owner of the project for which services / products are being
purchased and includes their representatives, successors and assignees.

3.0 REFERENCE DOCUMENTS


6-78-0002 Specification for Documentation Requirements from
Contractors
6-78-0003 Specification for Documentation Requirements from Suppliers

4.0 QUALITY MANAGEMENT SYSTEM — GENERAL

Unless otherwise agreed with EIL / Owner, the BIDDER proposed quality system
shall fully satisfy all relevant requirements of ISO 9001 "Quality Management
Systems — Requirements." Evidence of compliance shall be current certificate of
quality system registration to ISO 9001 or a recent compliance audit recommending
registration from a certification agency. The quality system shall provide the
planned and systematic control of all quality related activities for execution of
contract. Implementation of the system shall be in accordance with BIDDER'S
Quality Manual and PROJECT specific Quality Plan.

5.0 QUALITY SYSTEM REQUIREMENTS


5.1 BIDDER shall prepare and submit for review / record, Project Quality Plan / Quality
Assurance Plan for contracted scope / job. The BIDDER'S Quality Plan shall
address all of the applicable elements of ISO 9001, identify responsible parties
within BIDDER'S organization, for the implementation / control of each area,
reference the applicable procedures used to control / assure each area, and verify
the documents produced for each area. The Project Quality Plan shall necessarily
define control or make reference to the relevant procedures, for design and
engineering, purchase, documentation, record control, bid evaluation, inspection,
production/manufacturing, preservation, packaging and storage, quality control at

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

Page 240 of 276


ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1


(A Gavt of India undertaking' REQUIREMENTS FROM BIDDERS Page 5 of 7

construction site, pre-commissioning, commissioning and handing over (as


applicable) in line with contract requirement and scope of work.

5.2 BIDDER shall identify all specified or implied statutory and regulatory requirements
and communicate the same to all concerned in his organization and his sub
contractor's organization for compliance.

5.3 BIDDER shall deploy competent and trained personnel for various activities for
fulfillment of PO / contract. BIDDER shall arrange adequate infrastructure and work
environment to ensure that the specification and quality of the deliverable are
maintained.

5.4 BIDDER shall do the quality planning for all activities involved in delivery of order.
The quality planning shall cover as minimum the following:

Resources
Product / deliverable characteristics to be controlled.
Process characteristics to ensure the identified product characteristics are
realized
Identification of any measurement requirements, acceptance criteria
Records to be generated
Need for any documented procedure

The quality planning shall result into the quality assurance plan, inspection and test
plans (ITPs) and job procedures for the project activities in the scope of bidder.
These documents shall be submitted to EIL/Owner for review/approval, before
commencement of work.

5.5 Requirements for sub-contracting / purchasing of services specified in contract /


tender shall be adhered to. In general all outsourced items will be from approved
vendors of EIL. Wherever requirements are not specified, or approved sub vendors
do not exist, the sub-contractor shall establish and maintain a system for purchasing
/ sub-contracting to ensure that purchased product / service conforms to specified
requirements. Criteria for selection of sub-contractor, evaluation, re-evaluation,
maintenance of purchasing data and verification of purchased product (sub-
contractor services), constitute important components of this requirement.

5.6 BIDDER shall plan and carry production and service provision under controlled
conditions. Controlled conditions shall include, as applicable

the availability of information that describes the characteristics of the product


the availability of work instructions
the use of suitable equipment
the availability and use of monitoring and measuring devices
the implementation of monitoring and measurement
the implementation of release, delivery and post-delivery activities

5.7 BIDDER shall validate any processes for production and service provision where
resulting output cannot be verified by subsequent monitoring and measurement.
This includes any process where deficiencies become apparent only after the
product is in use or service has been delivered.

5.8 BIDDER shall establish a system for identification and traceability of product /
deliverable throughout product realization. Product status with respect to inspection
and testing requirements shall be identified.

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

Page 241 of 276


ei ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

lge.ji id5fez INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1


Oren erRRIZ .71.1.113,70 IA Govt of India undettaking) REQUIREMENTS FROM BIDDERS Page 6 of 7

5.9 BIDDER shall identify, verify, protect and safeguard EIL / Owner property (material /
document) provided for use or incorporation into the product. If any Owner / EIL
property is lost, damaged or otherwise found to be unsuitable for use, this shall be
reported to the EIL / Owner.

5.10 BIDDER shall ensure the conformity of product / deliverable during internal
processing and delivery to the intended destination. Requirements mentioned in the
tender shall be adhered to.

5.11 BIDDER shall establish system to ensure that inspection and testing activities are
carried out in line with requirements. Where necessary, measuring equipments
shall be calibrated at specified frequency, against national or international
measurement standards; where no such standard exists, the basis used for
calibration shall be recorded. The measuring equipments shall be protected from
damage during handling, maintenance and storage.

5.12 BIDDER shall ensure effective monitoring, using suitable methods, of the processes
involved in production and other related processes for delivery of the scope of
contract.

5.13 BIDDER shall monitor and measure the characteristics of the product/deliverable to
verify that product requirement has been met. The inspection (stage as well as
final) by BIDDER and EIL / Owner personnel shall be carried out strictly as per the
ITPs forming part of the contract. Product release or service delivery shall not
proceed until the planned arrangements have been satisfactorily completed, unless
otherwise approved by relevant authority and where applicable by Owner / EIL.

5.14 BIDDER shall establish and maintain a documented procedure to ensure that the
product which does not conform to requirements is identified and controlled to
prevent its unintended use or delivery

5.15 All non-conformities (NCs) / deficiencies found by the BIDDER'S inspection /


surveillance staff shall be duly recorded, including their disposal action shall be
recorded and resolved suitably. Effective corrective and preventive action shall be
implemented by the BIDDER so that similar NCs including deficiencies do not recur.

5.16 All deficiencies noticed and reported by EIL / Owner shall be analyzed by the
BIDDER and appropriate corrective and preventive actions shall be implemented.
BIDDER shall intimate EIL / Owner of all such corrective and preventive action
implemented by him.

5.17 BIDDER should follow the standards, specifications and approved drawings.
Concessions/Deviations shall be allowed only in case of unavoidable circumstances.
In such situations Concession/deviation request must be made by the BIDDER
through online system of EIL eDMS. URL of EIL eDMS is
http://edocx.eil . co . in/vportal.

5.18 BIDDER shall have documented procedure for control of documents.

5.19 All project records shall be carefully kept, maintained and protected for any damage
or loss until the project completion, then handed over to EIL / Owner as per contract
requirement (Refer Specification Nos. 6-78-0002 - Specification for Documentation
Requirements from Contractors and 6-78-0003 - Specification for Documentation
Requirements from Suppliers), or disposed as per relevant project procedure.

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

Page 242 of 276


ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
ei MANAGEMENT SYSTEM
IftJr
kif51ft. INDIA LIMITED 6-78-0001 Rev. 1
wirer riraxem3Tmil (A Goof of India UndertakIngi
REQUIREMENTS FROM BIDDERS Page 7 of 7

6.0 AUDITS

BIDDER shall plan and carry out the QMS audit for the job. Quality audit programme
shall cover design, procurement, construction management and commissioning as
applicable including activities carried out by sub-vendors and sub-contractors. This
shall be additional to the certification body surveillance audits carried out under
BIDDER'S own ISO 9001 certification scheme.

The audit programmes and audit reports shall be available with bidder for scrutiny
by EIL / Owner. EIL or Owner's representative reserves the right to attend, as a
witness, any audit conducted during the execution of the WORKS.

In addition to above EIL, Owner and third party appointed by EIL/Owner may also
perform Quality and Technical compliance audits. BIDDER shall provide assistance
and access to their systems and sub-contractor / vendor systems as required for this
purpose. Any deficiencies noted shall be immediately rectified by BIDDER.

7.0 DOCUMENTATION REQUIREMENTS

BIDDER shall submit following QMS documents immediately after award of work
(Within one week) for record / review by EIL / Owner.

Organization chart (for complete organization structure and for the project)
Project Quality Plan/Quality Assurance Plan
Job specific Inspection Test Plans, if not attached with PR
Job Procedures
Inspection/Test Formats

In addition to above QMS documents, following documentation shall be maintained


by the BIDDER for submission to EIL / Owner on demand at any point of time during
execution of the project.

Quality Manual
Certificate of approval for compliance to ISO: 9001 standard
Procedure for Control of Non-conforming Product
Procedure for Control of Documents
Sample audit report of the QMS internal and external audits conducted during
last one year
Customer satisfaction reports from at least 2 customers, during the last one
year
Project QMS audit report
Technical audit reports for the project
Corrective action report on the audits

Documents as specified above are minimum requirements. BIDDER shall submit


any other document/data required for completion of the job as per EIL/Owner
instructions.

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

Page 243 of 276


SPECIFICATION FOR STANDARD SPECIFICATION No.
∎31 ENGINEERS DOCUMENTATION
ligar lafgesW INDIA LIMITED 6-78-0003 Rev. 1
(411W1 292,51V MIJ‘10571) Govt o India Undertalongj
REQUIREMENTS FROM
SUPPLIERS Page 1 of 8

affr irewufat 74ER


*mat t feitu
SPECIFICATION FOR
DOCUMENTATION REQUIREMENTS
FROM SUPPLIERS

C)(415----2
QMS QMS
1 12.03.15 General Revision Standards Standards SC
Committee Committee

QMS QMS
0 04.06.09 Issued as Standard Specification Standards Standards SCT ND
Committee Committee
Standards Standards
Comm ifte Bureau
Rev. Prepared Checked
Date Purpose Convener Chairman
No by by
Approved by

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

Page 244 of 276


SPECIFICATION FOR STANDARD SPECIFICATION
(t,ft. ENGINEERS
1i laWGNIIY INDIA LIMITED
ogire, efiTIWAnowAl (A Govt of Into Undertaking(
DOCUMENTATION
REQUIREMENTS FROM
No.
6-78-0003 Rev. 1
SUPPLIERS Page 2 of 8

Abbreviations:

DCI - Document Control Index


eDMS - Electronic Document Management System
FOA Fax of Acceptance
HOD Head of Division / Department
IC Inspection Certificate
IRN Inspection Release Note
ITP Inspection and Test Plan
LOA Letter of Acceptance
MOU Memorandum of Understanding
MR Material Requisition
PO Purchase Order
PR Purchase Requisition
PVC Polyvinyl Chloride
QMS Quality Management System
TPIA Third Party Inspection Agency
URL Universal Resource Locator

QMS Standards Committee

Convener: Mr. M.P. Jain

Members: Mr. A.K. Chaudhary (Insp.)


Mr. S.K. Kaul (C&P)
Mr. R.K. Trivedi (Engg.)
Mr. Ravindra Kumar (Const.)
Mr. Tilak Raj (Projects)
Mr. Vinod Kumar (CQA)

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

Page 245 of 276


SPECIFICATION FOR STANDARD SPECIFICATION
ei ENGINEERS DOCUMENTATION No.
Oaez idiWIeg INDIA LIMITED 6-78-0003 Rev. 1
011E71 ewaxedaagem) (A Govt of India Undertaking) REQUIREMENTS FROM
SUPPLIERS Page 3 of 8

CONTENTS

Clause Title Page


No.
1.0 SCOPE 4
2.0 DEFINITIONS 4
3.0 REFERENCE DOCUMENTS 4
4.0 DOCUMENTATION REQUIREMENTS 4

Attachments
Format for completeness of Final Documentation Format No. 3-78-0004

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

Page 246 of 276


SPECIFICATION FOR STANDARD SPECIFICATION
dol ENGINEERS DOCUMENTATION No.
5'gzir tlf5ltu INDIA LIMITED 6-78-0003 Rev. 1
I.VOM (A Govt of Intha Undertakongt REQUIREMENTS FROM
SUPPLIERS Page 4 of 8

1.0 SCOPE
This specification establishes the Documentation Requirements from Suppliers.
All documents/data against the PO / PR / MR shall be developed and submitted to
EIL/Owner by the suppliers for review / records, in line with this specification.

2.0 DEFINITIONS

2.1 Supplier

For the purpose of this specification, the word "SUPPLIER" means the person(s),
firm, company or organization who is under the process of being contracted by EIL /
Owner for delivery of some products (including service). The word is considered
synonymous to bidder, contractor or vendor.

2.2 Owner

Owner means the owner of the project for which services / products are being
purchased and includes their representatives, successors and assignees.

3.0 REFERENCE DOCUMENTS

6-78-0001 Specification for Quality Management System Requirements


from Bidders

4.0 DOCUMENTATION REQUIREMENTS

4.1 Documents/Data to be Submitted by the Supplier

4.1.1 The Supplier shall submit the documents and data against the PO/PR/MR as per the
list given in respective PO/PR/MR.

4.1.2 Review of the supplier drawings by EIL would be only to review the compatibility with
basic designs and concepts and in no way absolve the supplier of his
responsibility/contractual obligation to comply with PR requirements, applicable
codes, specifications and statutory rules/regulations. Any error/deficiency noticed
during any stage of manufacturing/execution/installation shall be promptly corrected
by the supplier without any time and cost implications, irrespective of comments on
the same were received from EIL during the drawing review stage or not.

4.1.3 Unless otherwise specified, submission of documents for Review/Records shall


commence as follows from the date of Fax of Intent / Letter of Intent/ Fax of
Acceptance (FOA)/ Letter of Acceptance (LOA):
QMS - 1 week
Drawing/Document Control Index - 2 weeks
Other Documents/Drawings - As per approved Drawing/Document Control
Index/Schedule

4.1.4 Documents as specified in PO/PR/MR are minimum requirements. Supplier shall


submit any other document/data required for completion of the job as per EIL/Owner
instructions.

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

Page 247 of 276


SPECIFICATION FOR STANDARD SPECIFICATION
ENGINEERS DOCUMENTATION No.
'7f 11 INDIA LIMITED 6-78-0003 Rev. 1
I OfiTt cYeawlnn (A Govt of India UndenakIngi REQUIREMENTS FROM
SUPPLIERS Page 5 of 8

4.2 Style and Formatting

4.2.1 All Documents shall be in ENGLISH language and in M.K.S System of units.

4.2.2 Before forwarding the drawings and documents, contractor shall ensure that the
following information are properly mentioned in each drawing:
Purchase Requisition Number
Name of Equipment / Package
Equipment / Package Tag No.
Name of Project
Client
Drawing / Document Title
Drawing / Document No.
Drawing / Document Revision No. and Date

43 Review and Approval of Documents by Supplier

4.3.1 The Drawing/Documents shall be reviewed, checked, approved and duly


signed/stamped by supplier before submission. Revision number shall be changed
during submission of the revised supplier documents and all revisions shall be
highlighted by clouds. Whenever the supplier require any sub-supplier drawings to be
reviewed by EIL, the same shall be submitted by the supplier after duly reviewed,
approved and stamped by the supplier. Direct submission of sub-supplier's drawings
without contractor's approval shall not be entertained.

4.4 Document Category

4.4.1 Review Category

Following review codes shall be used for review of supplier Drawings/Documents:

Review Code 1 No comments. Proceed with manufacture/


fabrication as per the document.
Review Code 2 Proceed with manufacture/fabrication as per
commented document. Revised document
required.
Review Code 3 Document does not conform to basic
requirements as marked. Resubmit for review
R Document is retained for Records. Proceed
with manufacture/fabrication.
V Void

4.5 Methodology for Submission of Documents to EIL/Owner

4.5.1 Document Control Index (DCI)

Supplier shall create and submit Document Control Index (DCI) for review based on
PO/PR/MR along with schedule date of submission of each drawing/document on EIL
eDMS. The DCI shall be specific with regard to drawing/document no. and the exact
title. Proper sequencing of the drawings/documents should be ensured in schedule
date of submission.

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

Page 248 of 276


SPECIFICATION FOR STANDARD SPECIFICATION
r1.7
-14 ENGINEERS DOCUMENTATION No.
51g-a feff5leg INDIA LIMITED 6-78-0003 Rev. 1
1.17,124ifflsrefloJOORI1 IA GUN. of India Undertaking, REQUIREMENTS FROM
SUPPLIERS Page 6 of 8

4.5.2 Submission of Drawings/Documents


Drawings/documents and data shall be uploaded on the EIL eDMS Portal as per DCI.
The detail guidelines for uploading documents on EIL eDMS Portal are available on
following URL

http://edocx.eil.co.in/vportal

4.5.3 Statutory Approvals

Wherever approval by any statutory body is required to be taken by Supplier, the


Supplier shall submit copy of approval by the authority to EIL.

4.5.4 Details of Contact Persons of Supplier

After placement of order supplier shall assign a Project Manager for that order. The
details are to be filled online through the portal. The details include e-mail address,
mailing address, telephone nos., fax nos. and name of Project Manager. All the system
generated emails pertaining to that order shall be sent to the assigned Project
Manager.

4.5.5 Schedule and Progress Reporting

Supplier shall submit monthly progress report and updated procurement, engineering
and manufacturing status (schedule vs. actual) every month, beginning within 2 weeks
from FOA/LOA. In case of exigencies, EIL/Owner can ask for report submission as
required on weekly/fortnightly/adhoc basis depending upon supply status and supplier
shall furnish such reports promptly without any price implication. Format for progress
report shall be submitted by the Supplier during kick off meeting or within one week of
receiving FOA/LOA, whichever is earlier.

4.5.6 Quality Assurance Plan/Inspection and Test Plan


Inspection and test plans (ITP) attached if any, to the MR/PR are to be followed.
However for cases wherein ITPs have not been attached with MR/PR, Supplier shall
submit within one week of receiving FOA/LOA, the Quality Assurance Plan for
manufacturing, covering quality control of critical bought out items/materials,
inspection & testing at various stages of production, quality control records and site
assembly & testing as may be applicable to the specific order and obtain approval
from concerned Regional procurement Office of EIL/third party inspection agency, as
applicable.
For Package equipment contracts, the supplier shall prepare a list of items/
equipments and their inspection categorization plan for all items included in the scope
of supply immediately after receipt of order and obtains approval for the same from
EIL. The items shall be categorized into different categories depending upon their
criticality for the scope of inspection of TPIA and/or EIL.
4.5.7 Inspection Release Note (IRN)/ Inspection Certificate (IC)
IRN/ IC shall be issued by EIL Inspector/ third party inspection agency on the basis of
successful inspection, review of certificates as per specifications & agreed quality plan
(as applicable) and only after all the drawings/documents as per DCI are submitted
and are accepted under review code-1 or code R. Supplier shall ensure that necessary
documents/manufacturing and test certificates are made available to EIL/TPIA as and
when desired.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 249 of 276


SPECIFICATION FOR STANDARD SPECIFICATION
ENGINEERS DOCUMENTATION No.
Ogell 0151jeg INDIA LIMITED 6-78-0003 Rev. 1
1.127, owtore o43frosso IA Govt of India Unclettalong) REQUIREMENTS FROM
SUPPLIERS Page 7 of 8

Note: Non fulfilling above requirement shall result into appropriate penalty or with-
holding of payment as per conditions of PO/PR/MR.

4.5.8 Transportation Plan


Transportation Plan for Over Dimensional Consignments (ODC), if any, shall be
submitted within 2 weeks of receiving FOA/LOA, for approval. Consignment with
parameters greater than following shall be considered as over dimensional.

Dimensions: 4 meters width x 4 meters height x 20 meters length

Weight : 32 MT

4.6 Final Documentation


4.6.1 As Built Drawings
Shop changes made by Supplier after approval of drawings under `Code 1' by EIL and
deviations granted through online system , if any, shall be marked in hard copies of
drawings which shall then be stamped 'As-built' by the supplier. These 'As-built'
drawings shall be reviewed and stamped by EIL Inspector/ TPIA also. Supplier shall
prepare scanned images files of all marked — up 'As — built' drawings. Simultaneously
Supplier shall incorporate the shop changes in the native soft files of the drawings
also.
4.6.2 As Built Final Documents
As built final documents shall be submitted as listed in PO/PR/MR.
4.6.3 Packing/Presentation of Final Documents
Final Documents shall be legible photocopies in A4, A3 size only. Drawings will be
inserted in plastic pockets (both sides transparent, sheet thickness minimum 0.1 mm)
with an extra strip of 12 mm wide for punching so that drawings are well placed.
Final Documentation shall be bound in Hard board Plastic folder(s) of size 265 mm x
315 mm (101 /2 inch x 12 1 /2 inch) and shall not be more that 75 mm thick. It may be of
several volumes and each volume shall have a volume number, index of volumes and
index of contents of that particular volume. Where number of volumes are more,
90mm thickness can be used. Each volume shall have top PVC sheet of minimum
0.15 mm thick duly fixed and pressed on folder cover and will have 2 lever clip. In
case of imported items documents, 4 lever clip shall also be accepted. All four corners
of folders shall be properly metal clamped. Indexing of contents with page numbering
must be incorporated by supplier. Spiral/Spico bound documents shall not be
acceptable. As mentioned above, books should be in hard board plastic folders with
sheets punched and having 2/4 lever clips arrangement.
Each volume shall contain on cover a Title Block indicating package Equipment Tag
No. & Name, PO/Purchase Requisition No., Name of Project and Name of Customer.
Each volume will have hard front cover and a reinforced spine to fit thickness of book.
These spines will also have the title printed on them. Title shall include also volume
number (say 11 of 15) etc.
4.6.4 Submission of Soft Copies
Supplier shall submit to EIL, the scanned images files as well as the native files of
drawings/documents, along with proper index.

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

Page 250 of 276


SPECIFICATION FOR STANDARD SPECIFICATION
(L:ED'D ENGINEERS No.
lig ar idf5les
I MT
C,'
INDIA UMITED
riernfO7IJOCFAI IA Govt of India Undertaking)
DOCUMENTATION
REQUIREMENTS FROM 6-78-0003 Rev. 1
SUPPLIERS Page 8 of 8

In addition to hard copies, Supplier shall submit electronic file (CD-ROM) covering soft
copies of all the final drawings and documents, all text documents prepared on
computer, scanned images of all important documents (not available as soft files), all
relevant catalogues, manuals available as soft files (editable copies of drawings/text
documents, while for catalogues/manuals/proprietary information and data, PDF files
can be furnished).
All the above documents shall also be uploaded on the EIL eDMS portal.
4.6.5 Completeness of Final Documentation
Supplier shall get the completeness of final documentation verified by EIUTPIA and
attach the Format for Completeness of Final Documentation (Format No. 3-78-0004)
duly signed by EIL Inspector or TPIA as applicable to the document folder.

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

Page 251 of 276


COMPLETENESS OF FINAL
fEr) ENGINEERS DOCUMENTATION
$afg7:11 tel5leg
Men eRali• 4,30.0
INDIA LIMITED
(A Gort of hula Undertakog)

COMPLETENESS OF FINAL DOCUMENTATION

Name of Supplier/Contractor
Customer
Project
EIL's Job No.
Purchase Order No./
Contract No.

Purchase Requisition No./


Tender No. Rev. No. :

Name of the Work/


Equipment

Tag. No.
Supplier's/ Contractor's
Works Order No.

Certified that the Engineering Documents/ Manufacturing & Test Certificates submitted by the
supplier are complete in accordance with the Vendor Data Requirements of Purchase
Requisition.

Signature Signature
Date Date
Name Name
Designation Designation
Department Department

Supplier/Contractor EIL/TPIA

arTilittl/APPROVED
gTffTeR/ Sig
eilegiltk
tvi . ...........
.....
4/ Name: ......... .. . ......
..................
f4-41--/ Date: ..... ••••••• .... ......

Format No. 3-78-0004, Rev. 1/ 12.03.2015 Copyright EIL — All rights reserved

Page 252 of 276


STANDARD No.

diar 134GIsEERS
eb-NNA LIMITED
... (A Govt of Indk, U.d.riakin9)
VESSEL TOLERANCES 7-12-0001 Rev. 6
Page 1 of 2

®
4- I-- 11----1-

L ,_ so
so
r II-
-

&
— – – -L =-)) REF. PLANE

1— — --

-c)

1
(§, 1
6 It
wv.l
j% 11"ij
6 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT SINGH .,/ SK/KJH RKT RN
5 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT AKM/SC DM
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
Page 253 of 276
STANDARD No.
ENG/NEF36 VESSEL TOLERANCES 7-12-0001 Rev. 6
OkilirbeNDIA Utv'dTEll (A Govt. of India Undertaking)
Page 2 of 2

NOTES
1. REFERENCE LINES SHALL BE LIGHTLY PUNCH—MARKED INSIDE AND OUTSIDE AROUND THE CIRCUMFERENCE OF
THE SHELL PLATE ON THE TANGENT LINES OF THE VESSEL
2. a) OUT OF ROUNDNESS (OVAUTY) SHALL BE AS PER APPLICABLE CODE.
b) OUTSIDE CIRCUMFERENCE OF SHELL SHALL BE WITHIN THE FOLLOWING LIMITS.
± 10 mm FOR NOMINAL DIAMETER 1200 mm AND UNDER.
± 12 mm FOR NOMINAL DIAMETER 1201 mm THROUGH 2400 mm.
± 20 mm FOR NOMINAL DIAMETER ABOVE 2400 mm.
c) FOLLOWING TOLERANCES ON DIAMETER SHALL APPLY THROUGHOUT ITS LENGTH FOR VESSELS WITH TRAYS
AND / OR PACKING. (FOR CARTRIDGE TYPE TRAY REFER SPECIAL NOTE—E).
VESSEL NOM. DIA. TOLERANCE ON NOM. DIA.
2000 mm AND UNDER ± 0.5%
2001 mm TO 4000 mm GREATER OF ± 10 mm OR ± 0.35%
4001 mm TO 8000 mm GREATER OF ± 14 mm OR ± 0.25%
ABOVE 8000 mm TO BE SPECIFIED ON VESSEL DRAWING.
3. TOLERANCE FOR LENGTH ± 5 mm PER 3000 mm, MAXIMUM 15 mm.
4. OUTSIDE SURFACE OF CYLINDER MAY BE OUT OF ALIGNMENT / STRAIGHTNESS NOT MORE THAN 6 mm PER 6000 mm
STRAIGHT LENGHT, BUT NOT MORE THAN 20 mm FOR ANY LENGTH.
5. TOLERANCE FOR CENTRE TO CENTRE DISTANCE BETWEEN ANY PAIR OF INSTRUMENT CONNECTIONS TO BE AS FOLLOWS:—
DISTANCE BETWEEN NOZZLES : * 1 mm
ORIENTATION : f 1 mm
NOZZLE FACE INCLINATION : * 1/4 °
6. ELEVATIONS FROM REFERENCE PLANE MAY VARY AS FOLLOWS:—
MANHOLE: ± 12 mm, NOZZLE ± 6 mm, INTERNAL SUPPORTS: ± 3 mm, EXCEPT THAT LOCATIONS OF MANHOLES
AND NOZZLES NEAR THE TRAY SHALL NOT VARY MORE THAN ± 3 mm FROM THE TRAY.
7. PROJECTION OF FLANGE FACE FROM SHELL CENTRAL LINE / TANGENT UNE MAY VARY ± 5 mm FOR NOZZLES
AND ± 12 mm FOR MANHOLES.
8. CIRCUMFERENTIAL AND RADIAL DEVIATION OF NOZZLES, MANHOLES AND SUPPORTS FROM THE TRUE POSITION SHALL
NOT VARY MORE THAN I 3 mm.
9. BOLT HOLE ORIENTATION OF NOZZLES MAY VARY ± 2 mm AT BOLT CIRCLE.
10. VERTICAL AND HORIZONTAL DEFLECTION OF NOZZLE FLANGE FACES FROM PLANES NORMAL TO NOZZLE CENTRE LINES
OR PARALLEL TO VESSEL CENTRE UNE SHALL NOT BE MORE THAN ± 1/2?
11. ALL TOLERANCES OF TRAY SUPPORTS TO BE AS PER TRAY SPECIFICATIONS / DRAWING.
12. THE BASE RING BOLT CIRCLE DIAMETER MAY VARY ± 5 mm. FOR ANY DIAMETER MEASURED AT POINTS 90* APART,
DISTANCE BETWEEN TWO CONSECUTIVE HOLES MAY VARY BY ± 5 mm.
13. a) DEVIATION OF SUPPORT BASE FROM HORIZONTAL MAY BE AS FOLLOWS:—
FOR VESSEL DIA. 1500 mm AND UNDER 3 mm
FOR VESSEL DIA. OVER 1500 mm TO 2000 mm 5 mm
FOR VESSEL DIA. OVER 2000 mm TO 4000 mm 6 mm
FOR VESSEL DIA. OVER 4000 mm TO 5000 mm 8 mm
FOR VESSEL DIA. OVER 5000 mm 10 mm
b) DEVIATION OF SUPPORT BASE FOR BRACKET TYPE SUPPORT / SADDLE SUPPORT FROM HORIZONTAL MAY BE ±
14. DISTANCE BETWEEN CL TO CL OF SUPPORTS AND BOLT HOLES IN SUPPORTS FOR HORIZONTAL VESSELS MAY VARY ± 3 mm.
15. DISTANCE BETWEEN CENTRE UNE OF HORIZONTAL VESSEL AND BOTTOM OF SUPPORT MAY VARY ± 3 mm.
16. a) TOLERANCE FOR CENTRE TO CENTRE DISTANCE BETWEEN ANY PART OF EXTERNAL STRUCTURAL
ATTACHMENT SHALL NOT VARY MORE THAN ± 3 mm.
b) TOLERANCE FOR DISTANCE FROM REFERENCE PLANE TO BASE OF VERTICAL SUPPORTS AND CENTRE UNE OF
SADDLE SUPPORT MAY VARY ± 6 mm.

SPECIAL NOTES
A. CUMULATIVE TOLERANCES ON CONSECUTIVE DIMENSIONS SHALL BE LIMITED BY OVERALL DIMENSIONAL TOLERANCES.
ALL TOLERANCES ARE FROM REFERENCE PLANE UNLESS OTHERWISE INDICATED.
B. INTERFERENCE BETWEEN INTERNAL AND EXTERNAL PARTS OR ANY RESTRICTION TO THE INTENDED FUNCTION OF ANY
PART SHALL BE KEPT IN VIEW WHERE TOLERANCES ARE CUMULATIVE.
C. SPECIFIC TOLERANCES FOR ANY PART SHOWN ON EIL DRAWING SHALL BE GIVEN PREFERENCE TO THOSE GIVEN
IN THIS STANDARD.
D. UNUSUALLY LARGE OR COMPLEX VESSELS MAY BE EXECUTED AS PER FABRICATOR'S STANDARD WHEN THE TOLERANCES
AS SHOWN ARE UNREASONABLE. IN SUCH INSTANCES FABRICATOR'S TOLERANCES & LIMITS MUST BE SUBMITTED
FOR APPROVAL.
E. VESSEL UPTO AND INCLUDING 750 mm NOMINAL DIAMETER SHALL HAVE CARTRIDGE TYPE TRAY. FOLLOWING
TOLERANCES ON DIAMETER SHALL APPLY THROUGHOUT ITS LENGTH.
VESSEL NOMINAL DIAMETER TOLERANCE
500 mm AND UNDER VESSEL I.D. *- oI own
m1"
501 mm TO 750 mm VESSEL I.DY1 + 3 run
AvA
i/
\
6 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT SINGH SK/J 01 RN
5 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT AKM/SC DM

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00 - 0001 - F4 Rev.0 Copyright EIL - All rights reserved
Page 254 of 276
STANDARD No.
SUPPORT FOR
7-12-0002 Rev. 6
MIR to Goat. of Indk, Undertaking) HORIZONTAL VESSEL
Page 1 of 1
MAX. APPROX.
LROAD
L3 D LB H L1 L2 TYPE SADLE SADDLE
(M. TON) (KGS.)
10 150 10
D/18 IR 300 260 300 50 200 A 4.4 17
350 280 325 55 210 A 4.8 18
m 400 330 350 75 250 A 4.5 20
~
N45r'
= 450 370 375 95 300 A 3.6 22
ppI
OF 500 450 450 125 370 A 14.9

I
40
101•FER RAE
L1L1 600 560 500 175 470 A 13.2 50
I EARTHING 170 700 650 550 225 570 A 11.0 55
L2
= I = 26 0 HOLES FOX 800 750 600 275 670 A 10.6 65
M 20 BOLTS 900 850 650 300 760 A 11.0 75
L:

TYPE - A
Ed11111 1000
1200
950
1100
700
800
330
375
820
960
B
B
12.3
19.4 130
85

HOLE FOR 1400 1250 900 465 1150 B 19.7 140


SLIDING SUPPORT
1600 1450 1000 370 1300 C 23.3 165
1800 1600 1100 410 1450 C 39.1 260
D/18 , 2000 1750 1200 445 1600 C 43.5 290
\
110 I', 2200
2400
1950
2150
1300
1450
495
545
1800
2000
D
D
49.1
53.5
295
390

Ltill'......-.A
- --
111 2600
2800
2300
2500
1550
1650
585
620
2150
2300
D
E
52.9
52.7
440
475

L1 Li
1,0 3000 2670 1750 670 2500 E 64.9 600
I EARTHING
250 3200 2800 1850 710 2600 E 63.8 620
L2
= I = 26 0 HOLES FOR .3400 3000 1950 760 2800 E 64.9 630
M 20 BOLTS 3600 3200 2050 830 3000 E 60.5 725
INN

TYPE - B
ECMO 3800
4000
3350
3550
2150
2250
845
895
3150
3300
E
E
61.0
60.6
745
820
HOLE FOR
SLIDING SUPPORT
TYPE t1 t2 L3 t3
A 10 10 170 12
B 10 12 250 12
C 12 16 300 16
D 16 20 350 20
E 20 20 400 20

250
30 0 HOLES FOR
M 24 BOLTS

PARALLEL TO VESSEL
TYPE - C. D. E AXIS (TYP)
HOLE FOR
SLIDING SUPPORT
NOTES
1. ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
2. VESSEL DIAMETER 'D' REFERS TO THE OUTER DIAMETER OF THE SHELL
3. FOR INTERMEDIATE DIAMETERS TAKE THE IMMEDIATE NEAREST DIAMETER SUPPORT.
4. WELDING SHALL BE DONE ALL AROUND AND SHALL BE CONTINUOUS FILLET WELD. WELD SIZE SHALL
BE 6 mm FOR VESSELS UPTO 1400 mm DIA. AND 8 mm FOR VESSELS ABOVE 1400 mm DIA.
5. PROVIDE 2 NO. 60 VENT HOLES IN SADDLE WRAPPER PLATE. THESE HOLES SHALL BE PROVIDED DIAGONALLY
OPPOSITE AND BE LEFT UNPLUGED AND SHALL BE FILLED WITH HARD GREASE ONLY.
6. WHERE EARTHING LUG CANNOT BE PUT AT AN ELEVATION OF 400 mm ABOVE THE SADDLE BASE PLATE
IT SHALL BE LOCATED AS HIGH AS POSSIBLE.
7. EARTHING LUGS ARE NOT TO BE PAINTED OR GALVANIZED.
8. DETAIL DIMENSIONS AND NOTES IN ENGINEERING DRAWING TAKE PRECEDENCE OVER THOSE SHOWN HERE.
9. MATERIALS SHALL BE AS PER ENGINEERING DRAWING.
10. EARTHING LUG SHALL BE AS PER STANDARD 7-12-0026
Vi%

6 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT SINGH SK/K H RKf RN

5 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT AKM/SC DM

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved
Page 255 of 276
STANDARD No.

ORMOENGNEERS
A INDIA LIMITED
( Govt. of Indio Undertaking)
MANHOLE WITH DAVIT 7-12-0010 Rev. 7
Page 1 of 2

20 0 x 25 LG. SNAP
HEAD RIVET

240 ROD
B(C0)+70 1.5 THK. S.S. WASHER
PIPE 'B' SCH. 80
30 VENT
10 THK. RIB

10

6R 15

PIPE 'A' 1NO. 60


DRAIN HOLE

1NO. 3mm NPT DETAIL 'X'


TELL TALE HOLE

3N0.—M16 SS JACK SCREWS


ON BOLT CIRCLE DIAMETER
( SEE NOTE-3 )

DETAIL OF EYE BOLT

M16

07;4 [..:110
BOND
FLANGE 20 0

I M16

TYP. DETAIL FOR SR MANHOLE DETAIL OF JACK SCREW

7 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT SINGH _ 4s1Z)1-


KJH
fr.j7--
RN
6 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT AKM/SC DM

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved
Page 256 of 276
STANDARD No.
INGNEIRS MANHOLE WITH DAVIT 7-12-0010 Rev. 7
41i1MO INDIA UWE"
to Govt. of Indko UndortokIng)
Page 2 of 2

160 ROD FOR S.S. VESSEL


B(00)+20 / 200 ROD FOR C.S. AND
PIPE '8' SCH. 80 LOW ALLOY STEEL VESSEL
1.5 THK. VESSEL INSIDE
S.S. WASHER IMO 0
BSI 10 THK. RIB 20R 0

II
g
260 350
(32 0)
4OR
WI7—\
DETAIL OF HAND GRIP
■ ••
HAND GRIP

—F-
20 0 x 25 LG. SNAP
250
// PIPE 'A'
//
//
//

30 VENT

I/ o
//
//
//
//
././
Y 41

3N0.-M16 SS JACK SCREWS


ON BOLT CIRCLE DIAMETER
(SEE NOTE-3)
INO. 6 0
DRAIN HOLE
/11 I15
DETAIL 'Y'
INO.-3mm NPT
TELL TALE HOLE

mak CLASS
SIZE
( NB) A (NB) B (NB)

.111 1°V.:111 _-.....0111111/11111 400 50 NB SCH. 80 40

1 200 200
20 0 ROD HANDLE
150
450
500
50 NB SCH. 80
65 NB SCH. 40
40
50
600 65 NB SCH. 40 50
400 65 NB SCH. 40 50
450 65 NB SCH. 40 50
300
500 65 NB SCH. 40 50
NOTES
600 90 NB SCH. 40 80
1. ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
2. DIMENSIONS IN BRACKETS ARE FOR CLASS 900. 400 80 NB SCH. 40 65
3. B.C.D. OF JACK SCREWS IS TO BE SUITABLY CHANGED IF MANHOLE
450 90 NB SCH. 40 80
STUDS INTERFERE WITH JACK SCREWS. 600
4. THE SLEEVE PIPE 'A' SHOULD BE IN TRUE VERTICAL POSITION WITHIN 500 125 NB SCH. 80 100
A TOLERANCE OF 2 1/2 DEGREE, AFTER WELDING TO THE FLANGE.
600 125 NB SCH. 80 100
5. EDGES SHALL BE ROUNDED OFF IF SQUARE ROD IS USED
FOR HANDGRIP. 400 125 NB SCH. 80 100
6. MATERIAL OF DAVIT COMPONENTS SHALL BE C.S. UNLESS OTHERWISE
SPECIFIED IN ENGINEERING DRAWING. 450 125 NB SCH. 80 100
900
7. ALL FILLET WELDS SHALL BE 6mm MINIMUM. 500 150 NB SCH. 80 125
8. THIS STANDARD IS NOT APPLICABLE FOR LOW TEMPERATURE SERVICES.
600 150 NB SCH. 80 125
9. IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN.

7 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT livdrotr


6 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT AKM/SC DM

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved
Page 257 of 276
STANDARD No.
LADDER RUNGS FOR
ENGINEERS 7-12-0011 Rev. 6
ORM.) (A Govt. of India Undertaking)
INDIA LIMITED MANHOLE / DEMISTER
Page 1 of 1

TOP OF DEMISTER

.!.!..t.!-:•!•,..:•!•!•!•!•:•:•!•!•!>!•!•!•!•:•!•!•!•!•:-!•!•!•:•'."_?..

HORIZONTAL VESSEL

TOP LADDER RUNGS EQUISPACED AT BOTH LEVELS


2—NOS. FOR DIA. < 1000.
4—NOS. FOR 1000 < DIA. < 2000
6—NOS. FOR 2000 < DIA. 3000
8—NOS. FOR DIA. > 3000

175 175

MANHOLE Q

ti
200
DETAIL—X
DETAIL—X

175 175

20(16)RODFI
VERTICAL VESSEL C.S. AND LOW ALLOY
STEEL (NOTE-7)
20R

HANDGRIP

NOTES
1. ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
• 2. VARIATION IN SPACING BETWEEN LADDER RUNGS IS PERMITTED
IN CASE OF INTERFERENCE WITH SOME NOZZLE OR INTERNALS.
HOWEVER THE SPACING OF RUNGS SHALL BE EQUAL.
3. SQUARE RODS MAY BE USED FOR HANDGRIP / LADDER RUNGS.
IF FABRICATED FROM PLATE THE EDGES ARE TO BE ROUNDED OFF.
4. MATERIAL SHALL BE AS PER ENGINEERING DRAWING.
5. ALL FILLET WELDS SHALL BE 6 mm MINIMUM.
6. ORIENTATION OF LADDER RUNGS SHALL BE SAME AS OF MANHOLE.
7. DIMENSIONS SHOWN IN BRACKETS ARE FOR STAINLESS STEEL MATERIAL.

gi-
6 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT SING SK/KJH Rif RN
5 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT AKM/SC DM

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
Page 258 of 276
STANDARD No.
NOZZLE REINFORCEMENT
ENGN33IS
INDIA LIMITED 7-12-0013 Rev. 6
111111171,1111,11MIND (A Govt. of loft Undertaking) AND PROJECTION
Page 1 of 2

0
1
5-
1-30 NPT TELLTALE HOLE
(REFER NOTE-7)
O

F—

L (WIDTH OF PAD) C) PROJECTION 'A' SEE NOTE-4,5,9800


NOMINAL OUTSIDE
PIPE SIZE DIAMETER SHELL WELD SHELL WELD CLASS 150 CLASS 300 CLASS 600 CLASS 900
EFF.=0.85 EFF.=1.0
BELOW 3" STANDARD - - 150 150 150 150

3" 88.9 40 45 200 200 200 200

4" 114.3 50 60 200 200 200 200

6" 168.3 70 85 200 200 200 250

8" 219.0 95 110 200 200 250 250

10" 273.0 115 135 200 200 250 300

12" 323.8 135 160 200 200 250 300


14" 355.6 150 175 250 250 250 300

16" 406.4 170 200 250 250 250 300

18" 457.2 195 225 250 300 300 350

20" 508.0 215 250 250 300 300 350

24" 609.6 255 300 250 300 300 400

26" 660.4 285 330 250 300 350 450

28" 711.2 305 355 250 300 350 450

30" 762 325 380 250 300 400 450

32" 812.8 350 405 300 350 400 500

34" 863.6 370 430 300 350 400 500

36" 914.4 390 455 300 350 - -

38" 965.2 410 480 300 350 - -

40" 1016 435 505 300 350 - -

42" 1066.8 455 530 300 400 - -

44" 1117.6 475 555 300 400 - -

46" 1168.4 500 585 300 400 - -


48" 1219.2 520 610 300 400 - -

6 07.06.2013 REVISED AND REISSUED AS STANDARD NIKHIL RKT/SC DM

5 23.05.2011 REAFFIRMED AND REISSUED AS STANDARD POREL

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Fnrmat Nn 8-110-n0(11-F4 RPV fl r.nnvrinht Fit - All rinhts msprvori

Page 259 of 276


STANDARD No.
NOZZLE REINFORCEMENT
INGINEERS
INDIA LIMITED 7-12-0013 Rev. 6
MR wow staxiso (A Govt. of India Undertaking)
AND PROJECTION
Page 2 of 2

NOTES
1. ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
2. IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN.
C) 3. WIDTH IS MINIMUM AND SHALL BE CHECKED AGAINST CODE REQUIREMENT. CHECK REINFORCEMENT REQUIREMENT FOR
ALL EXTERNAL PIPING LOADING ALSO.
4. NOZZLE PROJECTIONS ARE BASED ON INSULATION THICKNESS EQUAL TO 75mm. FOR INSULATION THICKNESS
GREATER THAN 75mm, THE NOZZLE PROJECTION IS 'A' + [INSULATION THICKNESS(mm)-75].
5. PROJECTION 'A' FOR SELF—REINFORCED NOZZLE SHALL BE BASED ON DESIGN OF REINFORCEMENT SUBJECT TO
MINIMUM REQUIREMENTS AS PER THIS STD.
6. EXTEND PAD LOCALLY FOR MANHOLE DAVIT SUPPORT, IF REQUIRED.
7. EXTERNAL REINFORCING PADS SHALL HAVE A MINIMUM OF 1 NO. TELL—TALE HOLE EXCEPT THAT PADS FOR
NOZZLES GREATER THAN 10"NB(250NB) SHALL HAVE MINIMUM TWO NOS. TELL—TALE HOLES AND NOZZLES IN
EXCESS OF 36"NB (900NB) SHALL HAVE 4 NOS. TELL—TALE HOLES. PAD INSTALLED IN SECTIONS SHALL HAVE
ATLEAST ONE TELL—TALE HOLE PER SECTION. TELL—TALE HOLES ON REINFORCEMENT PADS SHALL BE
EQUALLY SPACED IN CIRCUMFERENTIAL DIRECTION OF PAD.
8. TELL—TALE HOLE SHALL NOT BE PLUGGED AND SHALL BE FILLED WITH HARD GREASE ONLY, AFTER
HYDROTEST/PNEUMATIC TEST OF EQUIPMENT.
9. o) FOR COLUMNS & VERTICAL VESSELS, PROJECTION OF NOZZLE ON TOP HEAD SHALL BE 400mm MINIMUM FROM
OUTSIDE.
b) FOR HORIZONTAL VESSELS, PROJECTION OF NOZZLES ON TOP SIDE OF SHELL SHALL BE 300mm MINIMUM FROM
OUTSIDE.
10. PROJECTIONS ARE BASED ON ASME 816.5 FLANGES FOR UPTO AND INCLUDING 24"NB NOZZLES AND ASME 816.47
SERIES 'B' FLANGES FOR NOZZLE SIZES ABOVE 24"NB.

.1 1

6 07.06.2013 REVISED AND REISSUED AS STANDARD NKL RKT/SC DM

5 23.05.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Format Nn 8-nn-onni-F4 Rpv n nonvrinht FII - All rinhts rpsprypri

Page 260 of 276


REFRACTORY MATERIAL Document No.
SPECIFICATIONS FOR SRU B004-914-80-44-RM-S001
Rev. 0
Page 1 of 8

REFRACTORY
MATERIAL SPECIFICATIONS FOR SRU

MRPL, MANGALORE

0 08.02.2017 ISSUED FOR PROCESS PACKAGE SG PP PS

Rev. No Date Purpose Prepared by Reviewed by Approved by

Template No. 5-0000-0001-T1 Rev. 1 Copyrights EIL – All rights reserved

Page 261 of 276


Page 2 of 8 REFRACTORY MATERIAL Document No.
SPECIFICATIONS FOR SRU-NRL B004-914-80-44-RM-S001
Rev. 0
Page 2 of 8

GENERAL DESCRIPTION

• This specification shall be read with relevant process / equipment datasheets for MCC,
Incinerator, WHB, Converter, Sulphur Condenser, Stack etc.

• This specification provides the minimum technical specification for refractory


materials to be complied for SRU.

• Owner/ PMC shall review and approve the refractory datasheet and refractory design
calculations

• It is essential that thermal conductivity values as per approved datasheet is used in


refractory design calculation

• Vendor shall mean the party that executes the refractory design/ supply/ installation

• Refractory materials shall be tested for each batch for compliance to minimum
technical requirements according to agreed sampling plan

• Refractory supplier shall submit documents showing that materials are fresh, defect
free and true representation of sample tested

• Castable refractory generally have limited storage life (varied from 6 to 12 months),
shall be used within the manufacturer’s recommended shelf life

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

Page 262 of 276


Page 3 of 8 REFRACTORY MATERIAL Document No.
SPECIFICATIONS FOR SRU-NRL B004-914-80-44-RM-S001
Rev. 0
Page 3 of 8

1.0 96% alumina Bricks

Intended application: Hot face of SRU main combustion chamber (MCC) and Incinerator,
Hexagonal matrix blocks for chequer wall

Description:
Corundum bricks made from white tabular alumina (WTA) or electro-fused alumina (WFA) fired at
high temperature with developed mullite as bonding phase, having good thermal shock and low creep,
suitable for continuous service at 17500C hot face. It is imperative that all shapes used in the design
shall be machine pressed, no relaxation is allowed for manufacturing by hand molding/ pneumatic
ramming.

Material shall meet the minimum technical specification given below and shall have proven supply
reference of at least one complete SRU furnace of similar operating condition. Refractory datasheets
shall be approved by owner/ PMC.

Guaranteed Physical and Chemical properties:

Al2O3 (%), min : 96


Fe2O3 (%), max : 0.3

Bulk density (kg/m3), min : 3000


Apparent Porosity (%), max : 18
CCS (kg/cm2), min : 600 ISO 10059 / IS-1528 Part-4
RUL (min)
- (t0.5) when measured in ISO method : 1600 0C ISO-1893
- (ta) when measured in IS method : 1650 0C IS 1528 Part-2

PCE (Orton), min : 38


PLCR (%), max at 16000C/3hrs : +/- 0.3 ISO-2478 / IS 1528 Part-6

Thermal conductivity W/mK (Typical)* ASTM-C182/ IS9490


mean temperature at 600°C : 3.00
800°C : 2.80
1100°C : 2.55
* Note: Vendor shall provide refractory datasheet with actual conductivity data and consider
the same for refractory design calculations

2.0 90% alumina Mortar

Intended application: Jointing mortar for 96% alumina bricks

Description/ Type: Ceramic bonding mortar. Material shall meet the minimum technical specification
given below and shall be supplied by the same vendor supplying 96% alumina brick.

Guaranteed Physical and Chemical properties:

Al2O3 (%), min : 90


Fe2O3 (%), max : 0.5
PCE (Orton), min : 36
Grain size : 95% shall pass through 0.5mm screen
100% shall pass through 1mm screen

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

Page 263 of 276


Page 4 of 8 REFRACTORY MATERIAL Document No.
SPECIFICATIONS FOR SRU-NRL B004-914-80-44-RM-S001
Rev. 0
Page 4 of 8

3.0 High density 94% alumina castable

Intended application:

Refractory lining of MCC/ Incinerator around nozzles/ man way (locations where bricks can’t be
used), WHB tube sheet

Description:

Conventional castable made from white tabular alumina (WTA) or electro-fused alumina (WFA) and
high alumina cement, suitable for continuous service at 17500C hot face, shall have adequate flow and
workability when mixed with water and be suitable for application by casting with moderate vibration.

Material shall meet the minimum technical specification given below and shall have proven supply
reference of at least one complete SRU furnace of similar operating condition. Refractory datasheets
shall be approved by owner/ PMC.

Guaranteed Physical and Chemical properties:

Chemical composition
Al2O3 (%), min : 94
SiO2 (%), max : 0.3
Fe2O3 (%), max : 0.3
CaO (%), max : 5.0

Physical Properties (as per IS 10570 or relevant ASTM/ ISO standard)

Bulk density at (kg/m3), min : 2800


0
(after drying at 110 C/24 hours)
CCS (kg/cm2), min
after drying at 1100C/24 hours : 600
after heating at 8000C/3 hours : 350
after drying at 15500C/3 hours : 400

PCE (Orton), min : 38


Permanent linear change (%), max
after heating at 8000C/3 hours : +/- 0.2
after drying at 15500C/3 hours : +/- 1.0

Thermal conductivity W/mK (Typical) *


(water calorie meter method as per ASTM-C417/ IS-9490)
at mean temperature 400°C : 1.56
600°C : 1.60
800°C : 1.64

* Note: Vendor shall provide refractory datasheet with actual conductivity data and consider
the same for refractory design calculations

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

Page 264 of 276


Page 5 of 8 REFRACTORY MATERIAL Document No.
SPECIFICATIONS FOR SRU-NRL B004-914-80-44-RM-S001
Rev. 0
Page 5 of 8

4.0 Medium density bubble alumina castable

Intended application: Back up insulation layer of MCC/ Incinerator

Description:

Medium density insulating castable made from hollow sphere alumina grains (bubble alumina) and
high alumina cement, suitable for continuous service at 17500C , shall have adequate flow and
workability when mixed with water and suitable for application by casting with moderate vibration.

Material shall meet the minimum technical specification given below and shall have proven supply
reference to SRU furnace of similar operating condition. Refractory datasheets shall be approved by
owner/ PMC.

Guaranteed Physical and Chemical properties:

Chemical composition (IS 1527/1335)


Al2O3 (%), min : 94
SiO2 (%), max : 0.3
Fe2O3 (%), max : 0.3

Physical Properties (as per IS 10570 or relevant ASTM/ ISO standard)

Bulk density at (kg/m3), max : 1650


(after drying at 1100C/24 hours)

CCS (kg/cm2), min


after drying at 1100C/24 hrs : 110
after heating at 8000C/3 hrs : 75
after drying at 15500C/3 hrs : 80

PCE (Orton), min : 38

Permanent linear change (%), max


after heating at 8000C/3 hrs : +/- 0.2
after drying at 15500C/3 hrs : +/- 1.0

Thermal conductivity W/mK (Typical) *


(water calorie meter method as per ASTM-C417/ IS-9490)
at mean temperature 500°C : 0.92
700°C : 0.86
1000°C : 0.78

* Note: Vendor shall provide refractory datasheet with actual conductivity data and consider
the same for refractory design calculations

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

Page 265 of 276


Page 6 of 8 REFRACTORY MATERIAL Document No.
SPECIFICATIONS FOR SRU-NRL B004-914-80-44-RM-S001
Rev. 0
Page 6 of 8

5.0 High density 50% alumina castable

Intended application: WHB outlet, Stack, Sulphur Condenser & Converter.

Description:

Conventional castable made from chamotte and high alumina cement, suitable for 15000C service
temperature, shall have adequate flow and workability when mixed with water and suitable for
application by casting with moderate vibration.

Material shall meet the minimum technical specification given below and shall have proven supply
reference to SRU applications of similar operating condition. Refractory datasheets shall be approved
by owner/ PMC.

Guaranteed Physical and Chemical properties:

Chemical composition:

Al2O3 (%), min : 50


Fe2O3 (%), max : 1.5
CaO (%), max : 5.0

Physical Properties (as per IS 10570 or relevant ASTM/ ISO standard)

Bulk density at (kg/m3), min : 2100


0
(after drying at 110 C/24 hours)

CCS (kg/cm2), min


after drying at 1100C/24 hours : 350
after heating at 8000C/3 hours : 300
after drying at 15500C/3 hours : 550

PCE (Orton), min : 30

Permanent linear change (%), max


after heating at 15500C/3 hours : +/- 1.0

Thermal conductivity W/mK (Typical) *


(water calorie meter method as per ASTM-C417/ IS-9490)
at mean temperature 400°C : 0.86
600°C : 0.90
800°C : 0.94

* Note: Vendor shall provide refractory datasheet with actual conductivity data and consider
the same for refractory design calculations

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

Page 266 of 276


Page 7 of 8 REFRACTORY MATERIAL Document No.
SPECIFICATIONS FOR SRU-NRL B004-914-80-44-RM-S001
Rev. 0
Page 7 of 8

6.0 Precast pre-fired 94% alumina shapes

Intended application: Manway refractory plug

Description:
Precast refractory shapes made from 94% alumina low cement (<1.5% CaO) castable, suitable for
continuous service at 17500C. Manhole plug shall be and pre-fired to 5500C. Hexagonal matrix blocks
for chequer wall, if manufactured from this material shall be pre-fired to at least 14500C.

Material shall meet the minimum technical specification given below and shall have proven supply
reference to SRU applications of similar operating condition. Refractory datasheets shall be approved
by owner/ PMC.

Guaranteed Physical and Chemical properties:

Chemical analysis
Al2O3 (%), min : 94
Fe2O3 (%), max : 0.3
CaO (%), max : 1.5

Physical Properties (as per IS 10570 or relevant ASTM/ ISO standard)


Bulk density at (kg/m3), max : 3100
0
(after drying at 110 C/24 hours)

CCS (kg/cm2), min


after drying at 1100C/24 hrs : 1000
after heating at 8000C/3 hrs : 1050
after heating at 11100C/3 hrs : 1100
after drying at 15500C/3 hrs : 1250

PCE (Orton), min : 38

Permanent linear change (%), max


after heating at 8000C/3 hrs : +/- 0.2
after heating at 11500C/3 hrs : +/- 0.3
after heating at 15500C/3 hrs : +/- 0.5

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

Page 267 of 276


Page 8 of 8 REFRACTORY MATERIAL Document No.
SPECIFICATIONS FOR SRU-NRL B004-914-80-44-RM-S001
Rev. 0
Page 8 of 8

7.0 Ceramic Ferrule

Intended application: Tube sheets of Waste Heat Boiler

Description/ Type: Ceramic ferrule 90% Al2O3 quality, shall be suitable for service
temperature 1650 deg C.

Material shall meet the minimum technical specification given below and have proven supply
reference. Product datasheet shall be approved by owner/ PMC. Recommended vendor - Industrial
Ceramics (Canada), Blash Precision Ceramics (USA)

Al2O3 (%), min : 94


Fe2O3 (%), max : 0.5
Bulk density at (kg/m3), min : 2800
Apparent Porosity (%) : 18-22
Thermal shock resistance (cycles) min : 25 DIN 51068-1
PLCR at 16500C/3 hours (%), max : 0.05

Note: Vendor shall consider appropriate wall thickness to suit service requirement and tube
dimension

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

Page 268 of 276


STANDARD No.
STANDARD BOLT HOLE
ENGINEERS 0 MIA WITH) 7-12-0015 Rev. 6
41114= (A Govt. of WIG Undortoldng) ORIENTATION
Page 1 of 1

HORIZONTAL VESSEL
(ELEVATION)
et_

VERTICAL VESSEL
(PLAN)

6
5
31.10.2016

23.05.2011
REAFFIRMED AND REISSUED AS STANDARD JIT SINGH ,..••••• SK/KJH h:T) RN
REAFFIRMED AND REISSUED AS STANDARD POREL RKT

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
Page 269 of 276
FIRE PROOFING STANDARD No.
BsIGINEERS
ORMONDIA UMRED
MIN11111011 Medi (A GovL of bxIct Undertaking)
AND 7-12-0025 Rev. 6
INSULATION SUPPORTS . Page 1 of 2

M6 x 4OLG. G.I. BOLTS 2–M6 BOLTS


6 DIA. HOLE FOR VESSEL DIAMETER ABOVE 600, x25LG. G.I.
TACK WELDED AT 600 PITCH
(TYP•) PROVIDE 30X6 THK. FLATS WITH BOLTS AND
60 HOLE AT NUTS (TYP.)
10 HEIGHT EQUAL TO INSULATION
600 PITCH
THK. AT 600 CIRCULAR PITCH
100 MIN. (1YP.) NOTE-7)
CORRUGATED
/SHEET
10 DA. LOOSE
3 THK. X 00.D
RING (TYP.)
100 MIN. NEOPRENE WASHER
THK. UMINIUM
WASHER
T.L
IV (NJ (NJ IV r•-■
WL1
-41— 'A'

3 THK.
ASBESTOS SHEET
6 THK. ANGLE RINGS
VIEW —
(WELD ENDS)
8 THK. T–CLEATS AT
1000 PITCH(MINIMUM 8
3 CLEATS PER RING)

010 HOLE ON
DETAIL—X ANGLE LEG
(FOR HOT INSULATED VESSELS)
(WHERE S –> 40) VIEW — 'B'
INSULATION
THICKNESS (5)
0

to

W.L 0
9
T.L 2

600 MIN. FOR VESSELS


INSULATED FOR TEMP.
ABOVE 400*C.

5 X COLD INSULATION
THICKNESS ( MIN 600MM)

C
an
M12 SQUARE NUTS TACK WELD t•I
ON INSIDE AND OUTSIDE OF PIP
SUPPORT
SKIRT ON 450 TRIANGULAR PITCH
FOR FIRE PROOFING (SEE DETAIL–Y) ANGLE LEG
(REFER NOTE-8) SUPPORT

M12 SQUARE NUTS TACK


WELDED AS SHOWN IN
SEC.D–D FOR FIRE PROOFING
(REFER NOTE-8)

DETAIL—Y

SECTION 'C—C'

6 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT SINGH/ RN

5 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT AKM/SC DM

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
Page 270 of 276
FIRE PROOFING STANDARD No.

arr ENCMERS
egeNDIA LIMITED
INSPIUMI•11111841•0 (A Goa. of We Undertaking)
AND
INSULATION SUPPORTS
7-12-0025 Rev. 6
Page 2 of 2

2 NOS. 100 HOLES IN


PROVIDE ONE HEAT BREAK T—CLEAT / RING FOR
BETWEEN TWO CLEATS (TYP) M6 X 25 LG G.I. BOLTS w
w0
AND NUTS. Z
AIR POCKET
0 6 THK. FLAT (FOR VESSEL TEMP. ce
ABOVE 400*C)

1111 'p'
MOM 111111111•1111111111
1111
III
3 THK.
ASBESTOS SHEET

8 THK. T—CLEATS AT 40X6 THK. FLAT


1000 PITCH(MINIMUM
3 CLEATS PER RING) WITH 60HOLES
500 PITCH
10 TYP.
6 THK.
SUPPORT RING
WITH 6 DIA.
HOLE AT 600
* =
= (COLD INSULATION — 50 MM) PITCH
50 MM
VIEW — 'P'
DETAIL — 'Z'
DETAIL—X
(FOR COLD INSULATED VESSELS)

M6 x 4OLG. G.I. BOLTS


CORRUGATED TACK WELDED AT 600 PITCH
SHEET 60 HOLE AT
3 THK. X 20 0.D 600 PITCH
NEOPRENE WASHER
1(
II 2 THK. ALUMINIUM
1S1 0 _I c_ WASHER
,==.,E=
..iiii
S l '

6 THK. ANGLETSRINT`
GA
IN SEGMENTS
T THK. T—CLEA A
10•1000 PITCH (MINIMUM
2 CLEATS PER SEGMENT)
(TYP) VIEW — 'Al
DETAIL—X lomm GAP
(FOR HOT INSULATED VESSELS) (rYP)
(WHERE S < 40)

NOTES VIEW —
1. ALL DIMENSIONS ARE IN mm.
2. FOR MATERIAL SPECIFICATION REFER ENGINEERING DRAWING.
3. '12 . SHALL BE EQUAL TO 175mm FOR VESSELS UPTO 3000mm DIAMETER AND 300mm FOR VESSELS ABOVE 3000mm
DIAMETER.
4. DETAILS, DIMENSIONS AND NOTES ON ENGINEERING DRAWING SHALL TAKE PRECEDENCE OVER THOSE SHOWN HEREIN.
5. CLIPS SHALL CLEAR WELD SEAMS AND INSULATION RINGS SHALL BE SUITABLY NOTCHED INCASE OF INTERFERENCE
WITH NOZZLES/ATTACHMENTS.
6. ONLY T—CLEATS WITH ASBESTOS SHEET AND G.I. BOLTINGS, ANGLE RING ALONG WITH TACK WELDED BOLTS, INSULATION
SUPPORT CLEATS WELDED TO EQUIPMENT, LOOSE RINGS & M12 NUTS SHALL BE SUPPLIED BY EQUIPMENT FABRICATOR.
7. a) FOR COLD INSULATED VESSELS CLEATS ON DISHED ENDS ARE NOT REQUIRED.
b) FOR COLD INSULATED VESSELS CLEATS ON SHELL ARE TO BE PROVIDED IF COLD INSULATION THICKNESS IS MORE
THAN 60mm.
8. FOR UNINSULATED VESSELS SQUARE NUTS SHALL BE PROVIDED FOR ENTIRE HEIGHT OF SUPPORT (SKIRT, PIPE/ANGLE LEG).

41^^ Atti
ver...
6 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT SING4 SK/KJH RN
5 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT AKM/SC DM

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved
Page 271 of 276
STANDARD No.

ORMO ENGINEERS NDIALIMITED


porrinnormsero (A G.A. of Ind. U.O.A.PAA9)
EARTHING LUG 7-12-0026 Rev. 6
Page 1 of 1

10 THK. PLATE
VESSEL PART

re)

to
N
to

\ 14 DIA. HOLE
(FOR M12 BOLT)
75 25

NOTES
1. ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
2. ALL EQUIPMENTS SHALL BE PROVIDED WITH TWO(2) EARTHING
LUGS, UNLESS OTHERWISE STATED.
340 EARTHING LUGS SHALL BE LOCATED DIAMETRICALLY OPPOSITE ON
NORTH—SOUTH CENTER LINE ON SKIRT SUPPORTED EQUIPMENTS,
ON ANY TWO(2) LEGS OF THREE(3) LEG SUPPORTED VERTICAL VESSEL,
ON DIAMETRICALLY OPPOSITE LEGS OF FOUR(4) LEG SUPPORTED
VERTICAL VESSEL AND ON EACH SADDLE OF HORIZOTAL VESSEL.
(b) TWO(2) EATHING LUGS ARE TO BE LOCATED ON EACH SADDLE OF
HORIZONTAL VESSEL OF LENGTH GREATER THAN 20 METERS.
(c) FOR SPHERE, TOTAL 4—NOS. OF EARTHING LUGS SHALL BE PROVIDED
PREFERABLY ON DIAMETRICALLY OPPOSITE AND EQUALLY SPACED LEGS.
(SPHERES ARE USUALLY PROVIDED WITH LEGS IN NUMBERS WHICH ARE
MULTIPLE OF 4 FOR THE SYMMETRY)
4. DO NOT WELD EARTHING LUG ON PRESSURE PART.
5. IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN.
6. MATERIAL OF CONSTRUCTION SHALL BE CARBON STEEL.

6 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT SINGH SK/KJH 114- RN


5 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT AKM/SC DM
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
Page 272 of 276
O
z
P

0
6
8

1:1
C

REAFFIRMED AN D REI SS UED AS STANDARD

REAFF IRME D AN DREISS UED AS STANDARD


- 13 L_
17
0)
0)

m O
6)
3lVld 31AWN

C)
cr o

a
NOTES

1. ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.

C) 2. ALL LETTERS, BLOCKS AND BORDER SHALL BE OF RAISED POLISHED FACE.


3. BACK GROUND SHALL BE BLACK.
4. NAME PLATE SHALL BE TACK—WELDED TO THE BRACKET. WHERE NOT POSSIBLE IT MAY BE RIVETTED.
NC12:1VONVIS

5. REFER STANDARD 7-12-029 FOR BRACKET DETAIL OF NAME PLATE.


'0

9.nati LZO0-Z1-1.

0
6. NAME PLATE SHALL BE OF STAINLESS STEEL OF 2mm THICK.

Page 273 of 276


ii
0

0
fD

000-00-9"oN
0

DESIGNED BY
MANUFACTURED FOR
ITEM NUMBER
MANUFACTURER SERIAL NO.
YEAR OF FABRICATION
CODES

DESIGN PRESSURE TEST PRESSURE

ONVCINVIS SY 03119S 131:1CINV 0 3140:1 1ddVal


REAFF IRMED AND REISS UED AS STANDARD
DESIGN TEMPERATURE DATE OF TEST
CAPACITY CORROSION ALLOW.
OPERATING FLUID RADIOGRAPHY
-0 TOTAL WEIGHT EMPTY HEAT TREATMENT
s<

cn
311/ldMANN21 3211110VAIINVIN

0.
0
0 NOTES
3 U)
C)
9 3. 1. ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
2. ALL LETTERS, BLOCKS AND BORDER SHALL BE OF RAISED POLISHED FACE.
3. BACK GROUND SHALL BE BLACK.
4. NAME PLATE SHALL BE TACK—WELDED TO THE BRACKET. WHERE NOT POSSIBLE IT MAY BE RIVETTED.
oN C1 1:1VCI NVIS
.

9'net! 8200- Z1.-L

5. REFER STANDARD 7-12-029 FOR BRACKET DETAIL OF NAME PLATE.


c3
z 6. NAME PLATE SHALL BE OF STAINLESS STEEL OF 2mm THICK.

Page 274 of 276


STANDARD No.
ENG11•1336 BRACKET FOR NAME PLATE 7-12-0029 Rev. 6
(AINDIAof LIMITED
Co. Indio Undartak110
Page 1 of 1

0 O
O
tn
La

10 R

BRACKET

O
N NAME PLATE

4-
EIL NAME PLATE

4-
E
O
M

MANUFACTURER NAME PLATE


0

<TYP.
2V

—L_

200

230

NOTES

1. ALL DIMENSIONS ARE IN run UNLESS OTHERWISE STATED.


2. BRACKET MATERIAL SHALL BE SAME AS SHELL MATERIAL.

6 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT SINGH ,„..•-•" SK/KJH RN


5 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT AKM/SC DM
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
Page 275 of 276
HOT INSULATION SUPPORTS STANDARD No.
ENGNERS FOR 7-12-0033 Rev. 5
digagr itesONDIA LIMITED
(A Govt. of Indio Untied°!Ong)
HORIZONTAL VESSEL Page 1 of 1

600
INSULATION 8 THK. LOOSE FLAT
THK. (S) * 8 THK. LOOSE
FLAT RING *

REQUIRED
FOR VESSEL
HAVING
FOR VESSEL HAVING DIAMETER DIAMETER
ABOVE 600 PROVIDE 30x6 THK. ABOVE >2000
CLEAT WITH HEIGHT EQUAL TO
INSULATION THICKNESS AT 600
CIRCULAR PITCH 100 LOOSE GALVANIZED
RING (TYP.)

64 HOLE
AT 600 PITCH 'B' 'B' 2NO. 6 DIA. HOLES
S " VESSEL PER SEGMENT
/ INSIDE

10 T.L FOR DETAIL—X

`A'

G.L BOLTS & NUTS


(1r.)

8 THK. RING IN
3 SEGMENTS
8 THK. T—CLEAT AT VIEW—`A'
1000 SPACING
(MIN. 3 PER RING—
FOR DETAIL—X ONLY) DETAIL—'Z' (PLAN)
DETAIL—'X'/ DETAIL—'Y'
(SEE NOTE-6)

2NO. 10 WIDE 10 DIA. HOLE IN


SLOTS IN T—CLEAT FLAT RING

NOTES VIEW `B—B'


1. ALL DIMENSIONS ARE IN mm.
2. FOR MATERIAL SPECIFICATION REFER ENGINEERING DRAWING.
3. DETAILS. DIMENSIONS AND NOTES ON ENGINEERING DRAWING
SHALL TAKE PRECEDENCE OVER THOSE SHOWN HEREIN.
4. CLEATS SHALL CLEAR WELD SEAMS AND IN CASE OF INTERFERENCE WITH
NOZZLES/ATTACHMENTS, INSULATION RINGS SHALL BE NOTCHED/MODIFIED SUITABLY.
5. ONLY T—CLEATS WITH ASBESTOS SHEET, G.I. BOLTING, INSULATION SUPPORT CLEATS
AND LOOSE RING/FLAT SHALL BE SUPPUED BY THE EQUIPMENT FABRICATOR.
* 6. FOR INSULATION THICKNESS (5) 40mm AND LESS. ONLY RINGS AND FLATS IN PIECES
SHALL BE DIRECTLY WELDED TO SHELL/HEAD, AS SHOWN IN DETAIL—'2'.
Signature Not Verified
5 31.10.2016 REAFFIRMED AND REISSUED AS STANDARD JIT SINGH Digitally
SK/KJHsigned by RITU AMB RN
4 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD POREL Date:RKT
2017.08.18AKM/SC
16:29:07 IST DM
Location: eProcure
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved
Page 276 of 276

You might also like