Вы находитесь на странице: 1из 183

LAST DATE OF SUBMISSION OF

PRE BID QUERIES


28.11.2014
PRE BID MEETING

AT 0930 HOURS (IST) ON 01.12.2014 (AT Engineers India


Limited Regional Office 5th Floor, A.G. Towers, 125/1, Park
Street, Kolkata 700 017)
PRICED BID OPENING: TIME & VENUE SHALL BE INTIMATED LATER.

(**)If the particular day is happened to be a declared holiday in EIL, Gurgaon, the next
working day
shall be considered.
GENTLEMEN,
1. Online Bids are requested under competitive bidding on e-procurement basis for the captioned
subject
item in total compliance to technical specifications, scope and terms & conditions of enquiry
documents /
attachments.
1.1 Bidders are advised to submit quotations strictly based on the specifications, terms & conditions
contained in the RFQ documents and not to stipulate any deviation.
1.2 Bidders can download the complete enquiry document from the web address http:tenders.eil.co.in
or
http://eprocure.gov.in/eprocure/app.
1.3 Commercial requirements are specified in the attached General Purchase Conditions, Special
Purchase
Conditions & Instructions to Bidders, Terms & Conditions for Site Work (applicable if MR calls for
Scope
of Site Work), Terms & Conditions for Supervision of Erection, Testing & Commissioning (applicable if
MR calls for supervision), Agreed Terms & Conditions (ATC) questionnaire etc. The ATC should be
duly filled in, signed & stamped, scanned and uploaded with your bid.
Page 2 of 246

Page 2 of 6

1.4 E-Bids are required to be submitted only through Central Public Procurement Portal (CPPP) of
Government of India, on or before the bid submission date and time. Bidders are required to register
themselves at http://eprocure.gov.in/eprocure/app. No registration fee would be charged from the
bidders.
1.5 Bidders are required to upload the bid along with all supporting documents & priced part on the
etendering
website (http://eprocure.gov.in/eprocure/app) only.
1.6 Bidders to refer E-Tendering methodology attached with the RFQ.
Various links such as Help for Contractor, Information about DSC, FAQ, Resources Required,
Bidders Manual Kit etc. are available on home page of http://eprocure.gov.in/eprocure/app
facilitating
vendors to participate in the bidding process. Bidder are advised to download & utilize the available
information/documents under these links for activities like Registration in CPPP, obtaining User ID &
Password, uploading & submission of e-bids etc. Bidders are advised in their own interest to carefully
go
through Instructions for E-tendering and other related document available against various help links
so
as to ensure that bids are uploaded in E-tendering website well before the closing date and time of bid
submission.
1.7 NIC Portal mandates that the bidders are to be registered on the portal before any enquiry
can be
issued to them. In order to expedite issue of enquiries, the enquiry is being issue through EIL
Tender Portal and also being published on Central Public Procurement Portal. The enquiry
shall
be issued to the bidders on the NIC e-Procurement Portal as soon as their registration is
completed in the NIC Portal (https://eprocure.gov.in/eprocure/app ).
1.8 All those vendors who have still not registered on the NIC Portal are required to register on the
same

(immediately after issue of enquiry on EIL portal but not later than ten days before the bid due date)
for
facilitating issue of enquiry to them on the NIC Portal failing which it will not be possible for them to
upload their bids. Pursuant to registration, the vendors are also required to login in EIL tender portal
and
update NICs registration details and inform the undersigned regarding the same for the subject
enquiry.
In any case, the enquiry shall be issued on NIC portal to NIC registered vendors about one week
before
the bid due date. Therefore, all those bidders who have not complied with the above registration
requirements will not be issued this enquiry on NIC portal and will not be eligible to bid. Request for
extension in due date of submission of bids due to non registration or delayed registration in NIC
portal
shall not be entertained.
1.9 The bid has to be necessarily submitted on the NIC Portal and only those bidders who are issued
the
enquiry through NIC Portal will be eligible to submit their bids. In case a bidder does not register on
the
NIC Portal and as a consequence, cannot be issued the enquiry through NIC Portal, it shall be
deemed
that he is not interested in bidding against this enquiry and no further correspondence will be
entertained.
1.10 In future, EIL shall be issuing all enquiries through NIC Portal alone and bidders who do not
register with
NIC Portal may not be able to submit their bids. Therefore, it is in the interest of the bidders that they
register on the NIC Portal at the earliest.
2. The vendor registration on NIC Portal is a very user friendly process. However, in case of any
doubt,
the vendor may also contact the undersigned.
3. In the event of failure in bidders connectivity with EIL/CPPP website during the last few hours on
account of problem on bidders account, they are likely to miss the deadline for bid submission. Due
date
extension request due to this reason will not be entertained. In view of the same, bidders are advised
to
upload their bid in advance.
4. Addendum / corrigendum to the RFQ documents if issued must be signed and submitted along with
the
Page 3 of 246

Page 3 of 6

bid.
5. The order, if any, will be issued by our above-mentioned client.
6. Please submit your Acknowledgement against the RFQ on EILs 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.
7. 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.
8. Online Bids/ Offer through CPP Portal only shall be accepted. Bids/ Offer through Email or fax/
Telex/Telegraphic / Courier / Open or received through any other mode shall not be accepted and
rejected.
9. Delivery Period/ Completion Period :
9.1 Supply:
06 (Six) Months on FOT Despatch Point basis from the date of Fax of Acceptance. The date of Lorry
Receipt (LR) shall be considered as date of delivery.
9.2 Site Work (Testing, Pre-Commissioning, Performance Guarantee Run etc. as per MR):
Within 3 (Three) weeks from the date of Site Readiness. The advance information for Site Readiness
shall be given 15 days prior to commencement of the work.

Bidder is requested to confirm delivery period and site work duration as per above requirement. In
case
Bidder quote higher delivery period or higher site work duration than required, Owner reserves rights
to
reject such offer.
10. Transit / Marine / Storage-cum-Erection insurance is excluded from Bidders

scope,
since the same shall be arranged by the Owner.
11. Validity of Offer : The offer should be valid for Four (4) 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 with no further reference.
12. 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.
13. Canvassing in any form by the Bidder or by any other agency on their behalf may lead to
disqualification
of their bid.
14. 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. Time and Date of opening of Price Bids of technically and
commercially acceptable bidders shall be notified to the qualified and acceptable bidders at a later
date.
However, bidder can also view unpriced / priced Bid Opening online in their office/remote end itself.
The
bidders representatives, who are present, shall sign a register evidencing their attendance.
Page 4 of 246

Page 4 of 6

15. Bidders to note that price changes against Technical / commercial clarifications, in line with terms
&
conditions of enquiry documents are not allowed. In case any bidder gives revised prices / price
implications against such clarifications, their bid shall be liable for rejection.
16. Payment Terms:
As per clause No. 1.3.1 A, 1.3.2A, 1.7 A & 1.9.17 of Special Purchase Conditions & Instructions to
Bidders (SPC & ITB).
17. Bidders are requested to quote as per their capability registered in EIL.
18. EIL reserves the right to use in-house information for assessment of bidders capability for
consideration of bid.
19. Multiple / Alternative Bids
A bidder (i.e., the bidding entity) shall, on no account submit more than one bid either directly (as a
single bidder or as a member of consortium) or indirectly (as a sub-contractor) failing which following
actions shall be initiated:
(i) All bids submitted by such bidder (say A) directly & indirectly, shall stand rejected and EMD,
if any, in case of direct bid submitted by bidder A shall be forfeited.
(ii) If another bidder (say B) has proposed bidder A as a sub-contractor then bidder Bs bid
shall also be rejected. However, in case the bidder B has also proposed an alternative subcontractor
who is other than the bidder A, then bidder Bs bid shall be evaluated with the
proposed alternative sub-contractor only. Hence, every bidder shall ensure in his own interest
that his proposed sub-contractor is not submitting alternative / multiple bids.
20. 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.
21. Bidder should not be black listed with any PSU and should not be on holiday list of EIL /
IOCL.
22. IOCL / EIL will follow purchase / price preference policy as per guidelines of Govt. of India
in
vague.

23. 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.
24. Where any provisions of Special Purchase Conditions & Instructions to Bidders and
General
Purchase Conditions is in conflict or at variance with any provisions of RFQ Cover Letter, RFQ
Cover Letter shall over-ride such provision(s) of Special Purchase Conditions & Instructions to
Bidders and General Purchase Conditions only to the extent of such repugnancy or variation.
25. PRE-BID QUERIES
25.1 Last date for submission of Pre bid queries will be as mentioned in the RFQ.
25.2 The bidders are requested to submit any questions by courier/fax/e-mail in the enclosed FormH to reach EIL as per date indicated in RFQ.
25.3 Pre-bid queries received after last date of submission of pre bid queries as mentioned
in the RFQ shall not be entertained.
25.4 Any modification of the Bidding Document / RFQ, which may become necessary as a result of
the pre-bid queries / pre bid discussion, shall be intimated to all bidders through the issue of
Page 5 of 246

Page 5 of 6

an Addendum/Amendment.
26. Contact Persons for this RFQ are:
Mr. S.K.Singh, AGM (C&P), Tel No. 0124-3802109/ 2164, email: singh.sk@eil.co.in /
rohit.singh@eil.co.in
*Please specify RFQ No.: AS/ A546-604-XB-MR-0201/522 in all Correspondence.
THIS IS NOT AN ORDER Very truly yours,
For & on Behalf of IOCL
(S.K.Singh)
AGM(C&P)
ENGINEERS INDIA LIMITED
Enclosure: As per List Attached
Page 6 of 246

Page 6 of 6

LIST OF ENCLOSURES
DOCUMENT
A) Request For Quotation (RFQ)
B) Commercial document:
i) Price Schedule Format
ii) Special Purchase Conditions & Instruction to Bidder (SPC&ITB)
iii) General Purchase Conditions including Addendum to GPC
iv) Agreed Terms & Conditions (For Indian Bidders)
v) Terms & Conditions for Site Work.
vi) Terms & Conditions for Site Supervision & Training.
vii) Form-H (Format For Pre Bid Queries)
viii) E-tendering Methodology
ix) Instructions for Foreign bidders for DSC
C) Technical document:
Material Requisition (MR) No. : A546-604-XB-MR-0201 Rev. A
Page 7 of 246
1
2
3
4
5
6
7
8
9
10
11
12
13
Quoted prices are firm and fixed till complete execution of the entire order and no variation is allowed on any
account.
Optional Items: 2 years O&M Spares, unit price for addition/ deletion, unit rate for specific tests and training
charges shall not be considered for evaluation.

Bidder's quoted price shall be inclusive of the following:i. Laptop PC shall be provided with applicable software compatible with offered relays and prices for the same
to be included in the base price of item tag no. HT-201 (MR sl. no.
01.01).
Ii. Relay setting calculation, relay parameterisation and actual setting at site.
Bidder to clearly indicate 'Quoted' against each Sr. Nos. in the price column in the unpriced Price Schedule.
Bidder must quote the price in enclosed Price Schedule formats only. The formats shall not be changed and/or
retyped. Unit rates for addition/ deletion and specifc tests shall be
quoted separately as per ITB of MR.

RFQ NO. AS/ A546-604-XB-MR-0201/522


ITEM: SWITCHBOARDS: HV (INDOOR) WITH VCB

Itemised Prices for 2 years operation & maintenance spares shall be furnished as per enclosed format and shall
not be included in the quoted supply prices. Quoted 2 years
operation & maintenance spares shall not be considered for Evalaution.

PREAMBLE TO PRICE SCHEDULE


Scope of supply including inspection, testing at manufacturer's works, Commissioning Spares, Special tools &
Tackels, first fill of consumable, erection material & documentation
etc., strictly as per Material Requisition and other documents which are required as per MR/RFQ.
The project is eligible for concessional rate of Customs Duty applicable under the EPCG scheme of
Government of India, Bidders shall furnish the quantum of import content
(CIF value) included in the bid in Indian Rupees and applicable rate of duty under the EPCG
Scheme. Bidder shall furnish built-in CIF value if any, against each item, giving
details of description of goods, qty. rate of Custom Duty etc. in attached Format-"CIF/CD".
Bidders must quote Freight charges in the price schedule only.
Bidder shall furnish prices/details, in accordance with RFQ Covering Letter, Special Purchase Conditions &
Instructions To Bidders (SPC & ITB), General Purchase Conditions (GPC)
and Terms & Conditions for Site Work and other referred Terms & Conditions.
Bidder to note that Technical loading, if any, shall be as per loading criteria if specified in the MR and the same
shall be considered for evaluation.Hence, bidder shall quote
accordingly.
Bidder confirm that he has noted the contents of the Preamble to the Price Schedule, Price Schedule, RFQ,
Material Requisition etc and quoted his prices accordingly without any
deviation.
Bidder to quote Training charges considering the scope as per Instructions to Vendor of MR. Training charges
shall not be considered for evaluation.
NOTE: This Price Schedule contains total 5 pages.
Page 1 of 5

Page 8 of 246

RFQ NO. AS/ A546-604-XB-MR-0201/522


ITEM SL.
NO. AS
PER MR.

QTY.
01.00
TOTAL FRIEGHT CHARGES
EXCLUDING CENVATABLE SERVICE
TAX PLUS EDU. CESS THEREON
UPTO PROJECT SITE
(IN INR)
01.01 A1 1 Lot _______________
01.02 A1 1 Lot _______________
01.03 A1 1 Lot _______________
01.04 A1 1 Lot _______________
04.00
04.01 A1 1 Lot included in 01.01 above
04.04 A1 1 Lot included in 01.04 above
02.00
02.01 A1 1 Lot
02.04 A1 1 Lot
05.00
05.01 LOT
05.02 LS
Training for Numerical Relays at manufacturer's works (Five OWNERs
Engineers for a period of three days)as per enclosed instructions to vendor
of MR and Terms & Conditions for Training.
------------------------FOR SL NO. 01.01 _______________
OPTIONAL ITEMS
Instalation, Testing Pre-Commissioning, Commissioning and Performance
Guarantee Run & handing over to client as per MR.
------------------------TOTAL LUMPSUM AMOUNT (INR)
FOR SL NO. 01.01

FOR SL NO. 01.04 ------------------------QUOTATION FOR TWO (2) YEARS OPERATION AND MAINTENANCE SPARES,
WITH ITEMISED PRICE LIST.
(QUOTED SEPERATELY IN ATTACHED FORM - P)
TRAINING CHARGES AS PER ATTACHED TERMS & CONDITIONS FOR TRAINING WITH RFQ
DESCRIPTION OF ITEM
SUPPLY OF FOLLOWING ITEMS AS PER COMPLETE SCOPE OF MR. NO.A546604-XB-MR-0201.
(FOR DETAILS OF BUILT IN CIF VALUE OF IMPORT CONTENT, REFER
FORMAT - CIF/CD ATTACHED.)
TAG NO. HT-201 (Supply of 6.6kV, 1250A, 25kA (3sec)
Switchgear panels as per data sheets DS- 0201,0202,0203,0204)
_______________
_______________
_______________
TOTAL SUPPLY PRICE ON FOT DESPATCH
POINT BASIS
(IN INR)
QUOTED PRICE
TAG NO. HT-201-RETROFIT (Material for retrofitment of existing
6.6kV SWGR. panels as per Job spec, data sheet etc.)
FOR SL NO. 01.04
_______________
SUPPLY OF MANDATORY SPARES AS PER MR

NAME OF BIDDER: M/S __________________________


EARTH TRUCKS (Earthing Trucks & accessories for the
Swbd panels specified in S.No. 01.00 as per Inst. to vendor.)
LIFT TRUCKS (Lifting Trucks & accessories for the Swbd
panels specified in S.No. 01.00 as per Inst. to vendor.)

ITEM : SWITCHBOARDS: HV (INDOOR) WITH VCB

PRICE SCHEDULE FOR SUPPLY


_______________
Page 2 of 5

Page 9 of 246
05.03 LS
06.00
06.01 1 Unit
06.02 1 Unit
Unit Rates for Specific tests as per instructions to vendor enclosed
in MR.
UNIT RATES
BIDDER'S TO QUOTE SEPARATELY AS PER "INSTRUCTIONS TO VENDOR CLAUSE
NO. 7" OF MR
BIDDER'S TO QUOTE SEPARATELY AS PER "INSTRUCTIONS TO VENDOR CLAUSE
NO. 8" OF MR
Training for Numerical Relays at IOCL, Barauni site (Seven OWNERs
Engineers for a period of three days) as per enclosed instructions to vendor
of MR and Terms & Conditions for Training.
------------------------Unit Rates of items for addition/deletion purpose, as per instructions
to vendor enclosed in MR.
Page 3 of 5

Page 10 of 246

FORMAT - "CIF/CD"
RFQ NO. AS/ A546-604-XB-MR-0201/522

For Item
Sl . No. as
per MR
Description of Imported Items Qty. (Unit____) *(1)
CUSTOM
TARRIF
NO.
CUSTOMS DUTY (%) CONSIDERING
EPCG BENEFIT (INCLUDED IN
QUOTED PRICE)
12345

ITEM : SWITCHBOARDS: HV (INDOOR) WITH VCB


For Item
SL. No
01.04 A4
TOTAL CIF VALUE
Price in Figures

For Item
SL. No
01.01 A1

ENCLOSURE TO PRICE SCHEDULE FOR SUPPLY


DETAILS OF BUILT-IN-CIF VALUE OF IMPORT CONTENT CONSIDERED AND INCLUDED
IN QUOTED FOT DESPATCH POINT PRICES UNDER PRICE SCHEDULE
CIF value of Import Content included in quoted
supply prices for column (2) Qty.
(In Rs)
DESCRIPTION
RATE OF IMPORT DUTY CONSIDERING EPCG
BENEFIT INCLUDED IN QUOTED SUPPLY
PRICES
For Item
SL. No
01.02 A2
For Item
SL. No
01.03 A3

NAME OF BIDDER: M/S __________________________


Page 4 of 5

Page 11 of 246

RFQ NO. AS/ A546-604-XB-MR-0201/522


S. NO. Item Tag Nos. Description of spare parts
Recommended
Qty
(Unit_____)*
12346
*UNIT TO BE SPECIFIED BY BIDDER
** VALIDITY AS SPECIFIED IN CLAUSE NO. 08.00 OF SPECIAL PURCHASE CONDITIONS & INSTRUCTIONS TO
BIDDER (SPC & ITB)
PLEASE SEE CLAUSE NO. 6.1 OF INSTRUCTION TO BIDDER OF MR.
Unit Price on FOT Despatch Point including
P&F
(INR)
Freight Charges from FOT
Despatch Point to Site
in %(percentage) -applicable extra
on Column No.5
5

NAME OF BIDDER: M/S __________________________

PRICE SCHEDULE FOR 2 YEARS OPERATION &


MAINTENANCE SPARES- FORM P
ITEM : SWITCHBOARDS: HV (INDOOR) WITH VCB
Page 5 of 5

Page 12 of 246

FORMH
BIDDERS QUERIES
SL.
NO.
BIDDING DOCUMENT SUBJECT BIDDER'S QUERY OWNER'S REPLY
PART /
VOL.
PAGE NO. CLAUSE NO.

NOTE :
1. Bidders Queries may be sent by fax to fax numbers 011-26191714, 26167664 and also
by e-mail to vinod.kr@eil.co.in /
r.somnath@eil.co.in
2. Technical & Commercial queries, if any, must be submitted separately in editable format
as per this format.
SIGNATURE OF BIDDER :____________________________
NAME OF BIDDER : ____________________________
COMPANY SEAL : ____________________________
Page 13 of 246

Page 1 of 37

SPECIAL PURCHASE CONDITIONS &


INSTRUCTIONS
TO BIDDERS (SPC & ITB)
(JOB No.: A546)
PROJECT: COKE CHAMBER REPLACEMENT AND ALLIED
MODERNIZATION
IN COKER A AT BARAUNI REFINERY.
OWNER / PURCHASER: INDIAN OIL CORPORATION LIMITED.
CONSULTANT: ENGINEERS INDIA LIMITED.
Page 14 of 246

Page 2 of 37

INDEX
1.0 PAYMENT
TERMS ............................................................................................................................................................. 3
2.0 EVALUATION CRITERIA FOR COMPARISON OF
BIDS: ................................................................................................. 9
3.0 COMMERCIAL LOADING OF OFFERS IN CASE OF
DEVIATIONS ............................................................................... 11
4.0 CUSTOMS DUTY AND INVALIDATION
LETTER ............................................................................................................ 13
5.0 CONCESSIONAL RATE OF CUSTOMS DUTY (APPLICABLE TO FOREIGN BIDDERS
ONLY) ................................... 14
6.0 FOREIGN EXCHANAGE RATE VARIATION / CUSTOMS DUTY VARIATION FOR INDIAN BIDDERS (ON
BUILT-IN
IMPORT
CONTENT) ........................................................................................................................................................ 14
7.0 SUO-MOTO CHANGES IN
PRICES ................................................................................................................................ 15
8.0
SPARES .....................................................................................................................................................................
...... 15
9.0 DOCUMENTS COMPRISING THE
BID ........................................................................................................................... 16
10.0 CURRENCY OF
BID ........................................................................................................................................................ 16
11.0 CONVERSION TO SINGLE
CURRENCY ........................................................................................................................ 16
12.0 UNSOLICITED BIDS / BID SUBMISSION AT OTHER
PLACE ........................................................................................ 16
13.0 CONTACTING THE OWNER/ OWNER
REPRESENTATIVE .......................................................................................... 16
14.0 EXAMINATION OF BIDS AND DETERMINATION OF
RESPONSIVENESS ................................................................... 16
15.0 PRICE BID
OPENING ...................................................................................................................................................... 17
16.0 WORKS CONTRACT TAX / SPLITTING OF
ORDERS .................................................................................................... 17
17.0
NEGOTIATION ..........................................................................................................................................................
....... 17
18.0 AWARD OF
WORK .......................................................................................................................................................... 17
19.0 OWNERS RIGHT TO ACCEPT ANY BID AND TO REJECT ANY
BID ........................................................................... 17
20.0 NOTIFICATION OF
AWARD ............................................................................................................................................ 17
21.0 FRAUDULENT
PRACTICES ............................................................................................................................................ 18

22.0 CARTEL FORMATION IN


BIDDING ................................................................................................................................. 18
23.0 INTEGRITY PACT (IF
APPLICABLE) ............................................................................................................................... 18
24.0 ENTRY TAX /
OCTROI ..................................................................................................................................................... 19
25.0 ONE BID PER
BIDDER .................................................................................................................................................... 19
26.0 LANGUAGE OF
BID ......................................................................................................................................................... 19
27.0 EARNEST MONEY
DEPOSIT .......................................................................................................................................... 19
28.0 INFORMATION REQUIRED FROM FOREIGN SUPPLIERS / CONTRACTORS /
CONSULTANTS ............................... 20
29.0 REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN
NATIONALS ....................................................................... 21
30.0 COMPLIANCE TO RFQ
DOCUMENT .............................................................................................................................. 21
31.0 SPECIAL PACKAGING REQUIREMENTS (APPLICABLE FOR FOREIGN
SUPPLIES) ................................................. 21
32.0 TERMS & CONDITIONS OF POST WARRANTY COMPREHENSIVE ANNUAL MAINTENANCE
CONTRACT
(PWCAMC) ................................................................................................................................................................
....... 21
ANNEXURE
A ..............................................................................................................................................................................
22
ANNEXURE
B ..............................................................................................................................................................................
24
ANNEXURE
C .............................................................................................................................................................................
25
ANNEXURE D ..............................................................................................................................................................................
27
ANNEXURE
E ..............................................................................................................................................................................
28
ANNEXURE F ...............................................................................................................................................................................
30
ANNEXURE
G .............................................................................................................................................................................
31
ANNEXURE
H .............................................................................................................................................................................
32
ANNEXURE
I ...............................................................................................................................................................................
34
ANNEXURE J ...............................................................................................................................................................................
37
Page 15 of 246

Page 3 of 37

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.
The payment terms at Sr. No ________ for Indigenous Bidders and at Sr. No _________ for
Foreign Bidders shall be applicable for this MR.
1.1 Where the Material Requisition is only for supply of materials and there is no
Vendor
Data Requirement specified in MR e.g. bulk piping items etc.

A. Indigenous Bidders
1.1.1 90% payment through bank against negotiation of dispatch documents.
1.1.2 10% within 30 days after receipt and acceptance of materials at site,
1.1.3 Performance Bank Guarantee shall be submitted within 45 days of Fax of Acceptance.
B. Foreign Bidders
1.1.4 100% of FOB value shall be paid through an irrevocable Letter of Credit against
submission of
shipping documents. The Letter of Credit shall be established only on receipt of acceptance
of
Fax of Acceptance and submission of performance bank guarantee for 10% of total order
value
valid till full defect liability period plus three months claim period.
1.1.5 Performance Bank Guarantee shall be submitted within 45 days of Fax of Acceptance.
1.2 Where the Material Requisition calls for Vendor drawings / Technical
Documentation.
A. Indigenous Bidders
1.2.1 85% payment through bank against negotiation of despatch documents.
1.2.2 5% payment after receipt of final technical documentation as per technical
specifications
provided in PR and against EILs certification.
1.2.3 10% payment within 30 days of receipt and acceptance of materials at site upon
satisfactory
completion of order.
1.2.4 Performance Bank Guarantee shall be submitted within 45 days of Fax of Acceptance.
B. Foreign Bidders
1.2.5 100% of FOB value shall be paid through an irrevocable Letter of Credit against
submission of
shipping documents and final technical documents. The Letter of Credit shall be established
only after receipt of vendor acceptance of Fax of Acceptance and submission of
performance
bank guarantee for 10% of total order value valid till full defect liability period plus three
months
claim period.
Note: All final technical documents as per technical specifications provided in PR, in the
required number of copies, MUST be sent to Engineers India Limited before shipment of the
equipment. LC shall specify that payment shall be released with EIL certificate of receipt of
technical documents as one of the negotiable documents. In case the vendor does not
submit
these documents to EIL prior to despatch clearance, vendor will claim payment after
deducting
5% of their payment due against despatch. This 5% payment shall be made through wire
transfer against certification by EIL.
1.2.6 Performance Bank Guarantee shall be submitted within 45 days of Fax of Acceptance.
1.3 Where supply of materials and erection or site work are in the scope of Supplier
and
Package items.
1.3.1 Supply
Page 16 of 246

Page 4 of 37

A. Indigenous Bidders
1.3.1.1 5% on approval of all drawings at least in CODE-2 by EIL and QAP by Third Party
Inspection
Agency (TPIA) duly approved by EIL / IOCL and against submission of advance bank
guarantee for an equivalent amount valid till complete execution of order plus three months
claim period.

1.3.1.2 5% after receipt of identified raw materials at vendors works and against certification
by Third
Party Inspection Agency (TPIA) duly approved by EIL / IOCL and on submission of advance
bank guarantee for equivalent amount valid till complete execution of order plus three
months
claim period.
1.3.1.3 75% after receipt of equipment / materials at IOCLs site. Billing schedule must be
furnished by
the Vendor within 45 days of Fax of Acceptance / Purchase Order (whichever is earlier) in
case
pro-rata payments are required.
1.3.1.4 5% after successful installation and erection of equipment. In case installation and
erection
gets delayed due to reasons not attributable to the vendor, this payment shall be released
after
6 months of receipt at site, against submission of Advance Bank Guarantee of equivalent
amount valid initially for 6 months and extendable thereafter (if required). This Advance Bank
Guarantee shall be in addition to the Performance Bank Guarantee.
1.3.1.5 10% within 30 days of handing over the successfully commissioned equipment and
on
submission of all final technical documents as specified in technical specifications provided
in
PR and against EILs certification. In case commissioning gets delayed due to reasons not
attributable to the vendor, this payment shall be released after 9 months of receipt at site,
against submission of Advance Bank Guarantee of equivalent amount valid initially for 6
months and extendable thereafter (if required). This Advance Bank Guarantee shall be in
addition to the Performance Bank Guarantee.
1.3.1.6 Performance Bank Guarantee for 10% of total order value (supply plus site work)
shall be
submitted within 45 days of Fax of Acceptance.
B. Foreign Bidders
1.3.1.7 5% on approval of all drawings at least in CODE-2 by EIL, and QAP by Third Party
Inspection
Agency (TPIA), duly approved by EIL/IOCL against submission of advance bank guarantee
for
an equivalent amount valid till complete execution of order plus three months claim period.
1.3.1.8 5% after receipt of identified raw materials at vendors works and against certification
by Third
Party Inspection Agency (TPIA), duly approved by EIL/IOCL and on submission of advance
bank guarantee for equivalent amount valid till complete execution of order plus three
months
claim period.
1.3.1.9 75% of FOB value shall be paid through an irrevocable Letter of Credit against
submission of
shipping documents. Billing schedule must be furnished by the Vendor within 45 days of Fax
of
Acceptance / Purchase Order (whichever is earlier) in case pro-rata payments are required.
1.3.1.10 5% after successful installation and erection of equipment. In case installation and
erection
gets delayed due to reasons not attributable to the vendor, this payment shall be released
after
6 months of completion of delivery at site, against submission of Advance Bank Guarantee
of
equivalent amount valid initially for 6 months and extendable thereafter (if required). This
Advance Bank Guarantee shall be in addition to the Performance Bank Guarantee.

1.3.1.11 10% within 30 days of handing over the successfully commissioned equipment and
on
submission of all final technical documents in the required number of copies as per technical
specifications provided in PR.
In case commissioning gets delayed due to reasons not attributable to the vendor, this
payment shall be released after 12 months of completion of delivery at site, against
submission
of Advance Bank Guarantee of equivalent amount valid initially for 6 months and extendable
Page 17 of 246

Page 5 of 37

thereafter (if required). This Advance Bank Guarantee shall be in addition to the
Performance
Bank Guarantee.
The Letter of Credit shall be established only on receipt of Vendors acceptance to IOCLs
FOA
and on submission of 10% PBG as per IOCLs format valid till full defect liability period plus
three (3) months claim period.
1.3.1.12 Performance Bank Guarantee for 10% of total order value (supply plus site work)
shall be
submitted within 45 days of Fax of Acceptance.
1.3.2 Erection / Site work
A. Indigenous Bidders
1.3.2.1 90% against monthly running bills (based on agreed billing schedule), duly certified
by site
incharge.
1.3.2.2 10% within 30 days after final handing over of successfully commissioned equipment
to IOCL
at site duly certified by site in charge.
B. Foreign Bidders
1.3.2.3 90% against monthly running bills (based on agreed billing schedule), duly certified
by site
incharge.
1.3.2.4 10% within 30 days after final handing over of successfully commissioned equipment
to IOCL
at site, duly certified by site in charge.
1.3.2.5 Payment shall be made through direct wire transfer through normal banking
channels
1.4 Fabricated Items (Vessels, Columns, and Heat Exchangers etc.)
A. Indigenous Bidders
1.4.1 5% on approval of all drawings and at least in CODE-2 by EIL and QAP by Third Party
Inspection Agency (TPIA), duly approved by EIL/IOCL against submission of advance bank
guarantee for an equivalent amount, valid till complete execution of order plus three months
claim period.
1.4.2 5% after receipt of identified raw materials at Vendors works and against certification
by Third
Party Inspection Agency (TPIA), duly approved by EIL/IOCL and on submission of advance
bank guarantee for equivalent amount valid till complete execution of order plus three
months
claim period.
1.4.3 75% payment through bank against negotiation of dispatch documents. Billing
schedule must
be furnished by the Vendor within 45 days of Fax of Acceptance / Purchase Order
(whichever
is earlier) in case pro-rata payments are required.

1.4.4 5% payment after receipt of final documents as specified in the technical specification
in PR
and against EILs certification.
1.4.5 10% within 30 days of receipt and acceptance of equipment at site.
1.4.6 Performance Bank Guarantee shall be submitted within 45 days of Fax of Acceptance.
B. Foreign Bidders
1.4.7 5% on approval of all drawings at least in CODE-2 by EIL and QAP by Third Party
Inspection
Agency (TPIA), duly approved by EIL/IOCL against submission of advance bank guarantee
for
an equivalent amount, valid till complete execution of order plus three months claim period.
1.4.8 5% after receipt of identified raw materials at vendors works and against certification
by Third
Party Inspection Agency (TPIA), duly approved by EIL/IOCL and submission of advance
bank
guarantee for equivalent amount valid till complete execution of order plus three months
claim
period.
Page 18 of 246

Page 6 of 37

1.4.9 90% of FOB value shall be paid through an irrevocable letter of credit against
submission of
Shipping Documents. Billing schedule must be furnished by the Vendor within 45 days of
Fax
of Acceptance / Purchase Order (whichever is earlier) in case pro-rata payments are
required.
Note: All final technical documents as per technical specifications provided in PR, in the
required number of copies, MUST be sent to Engineers India Limited before shipment
of the equipment. LC shall specify that payment shall be released with EIL certificate
of receipt of technical documents as one of the negotiable documents. In case the
vendor does not submit these documents to EIL prior to despatch clearance, vendor
will claim payment after deducting 5% of their payment due against despatch. This
5% payment shall be made through wire transfer against certification by EIL.
The Letter of Credit shall be established only on receipt of Vendors acceptance to IOCLs
FOA
and on submission of 10% PBG as per IOCLs format valid till full defect liability period + 3
months claim period.
1.4.10 Performance Bank Guarantee shall be submitted within 45 days of Fax of
Acceptance.
1.5 Other items (Major Pump Packages, Compressors, Switch Gears etc.)
A. Indigenous Bidders
1.5.1 5% on approval of all drawings at least in CODE-2 by EIL and QAP by Third Party
Inspection
Agency (TPIA), duly approved by EIL/IOCL and on submission of advance bank guarantee
for
an equivalent amount valid till complete execution of order plus three months claim period.
1.5.2 80% payment through bank against negotiation of dispatch documents. Billing
schedule must
be furnished by the Vendor within 45 days of Fax of Acceptance / Purchase Order
(whichever
is earlier) in case pro-rata payments are required.
1.5.3 5% payment after receipt of all final technical documents as specified in technical
specifications
as per PR and against EILs certification.
1.5.4 10% within 30 days of receipt and acceptance of equipment at site.

1.5.5 Performance Bank Guarantee shall be submitted within 45 days of Fax of Acceptance.
B. Foreign Bidders
1.5.6 5% on approval of all drawings at least in CODE-2 by EIL and QAP by Third Party
Inspection
Agency (TPIA), duly approved by EIL/IOCL against submission of advance bank guarantee
for
an equivalent amount valid till complete execution of order plus three months claim period.
1.5.7 95% of FOB value shall be paid through an irrevocable Letter of Credit against
submission of
Shipping Documents and final technical documents. Billing schedule must be furnished by
the
Vendor within 45 days of Fax of Acceptance / Purchase Order (whichever is earlier) in case
pro-rata payments are required.
Note: All final technical documents as per technical specifications provided in PR, in the
required number of copies, MUST be sent to Engineers India Limited, before
shipment of the equipment. LC shall specify that payment shall be released with EIL
certificate of receipt of technical documents as one of the negotiable documents. In
case the vendor does not submit these documents to EIL prior to despatch clearance,
vendor will claim payment after deducting 5% of their payment due against despatch.
This 5% payment shall be made through wire transfer against certification by EIL.
The Letter of Credit shall be established only on receipt of vendors acceptance to IOCLs
FOA
and on submission of performance bank Guarantee for 10% of the total order value valid till
full
defect liability period plus three (3) months claim period.
1.5.8 Performance Bank Guarantee shall be submitted within 45 days of Fax of Acceptance.
1.6 Payment of per diem charges for Supervision of Erection and Commissioning
A. Indigenous Bidders
Page 19 of 246

Page 7 of 37

100% of invoice amount shall be paid on completion of services against submission of


Invoice
and time sheet certified by Site-in Charge. In case of multiple visits, Site in charge shall
approve a Billing Schedule for payment against which prorata payment may be released as
certified by Site in charge
B. Foreign Bidders
100% of amount payable by direct wire transfer through normal banking channels on
completion of supervision activity, on submission of Invoice, time sheet certified by site
incharge and legible copy of visa (showing date of entry and date of exit from India) and
passport (showing Name and Nationality of the Personnel). In case of multiple visits, Site in
charge shall approve a Billing Schedule for payment against which prorata payment may be
released as certified by Site in charge
1.7 Training:
A. Indigenous Bidders:
100% payment for training shall be released after satisfactory completion of training and on
submission of invoice duly certified by IOCL in-charge. In the event of full training not being
availed by IOCL (for reasons attributable to IOCL) within this stipulated period, pro-rata
payment shall be made for the partial training imparted.
B. Foreign Bidders:
100% payment for training shall be released by direct wire transfer through normal banking
channel, after completion of training and on submission of invoice duly certified by IOCL
incharge. In the event of full training not being availed by IOCL (for reasons attributable to
IOCL) within this stipulated period, pro-rata payment shall be made for the partial training
imparted.
1.8 Post Warranty Comprehensive Annual Maintenance Contract (PWCAMC):

A. Indigenous Bidders:
Payment shall be released on quarterly billing basis at the end of each quarter against bills
duly
certified by IOCL incharge, for satisfactory performance.
B. Foreign Bidders:
Payment shall be released by direct wire transfer on quarterly billing basis at the end of each
quarter against bills duly certified by IOCL incharge, for satisfactory performance.
1.9 General:
1.9.1 All despatches shall be made only after receipt of Despatch Clearance from IOCL / EIL
1.9.2 For indigenous vendors, in case of direct negotiation of despatch documents payment
shall be
released only after receipt of materials at site.
1.9.3 The Excise Duty, Bihar VAT and Service Tax shall be released only on receipt of
Cenvatable /
Vatable copy of corresponding Invoice valid for availing CENVAT/ VAT credit.
1.9.4 No initial advance payment along with order shall be made by Owner against supplies
as well
as services (i.e. supply, transportation, erection, site work etc.).
1.9.5 Total progressive payments shall be limited to maximum as specified above, against
receipt of
advance bank guarantee for equivalent amount. No progressive payments at any stage
other
than those milestones specifically mentioned above shall be payable by IOCL.
1.9.6 All Bank guarantee(s) shall be issued in line with Annexure C, attached.
1.9.7 All Bank guarantee will be issued directly to IOCL by the Bank and Vendor shall
enclose copy
of the same along with invoice. Banks shall be informed to send a separate confirmation
immediately on request of IOCL to expedite processing at IOCLs end.
Page 20 of 246

Page 8 of 37

1.9.8 All payments shall be released within 30 days of receipt of invoice and all requisite
documents,
complete in all respects.
1.9.9 Billing schedule shall be submitted to IOCL by the vendor for approval within 45 days
from the
date of Fax of Acceptance / Purchase Order (whichever is earlier) wherever specified in the
Purchase Order. No pro-rata dispatch shall be made without the approval of billing schedule.
1.9.10 IOCL shall establish the Letter of Credit only on receipt of vendors acceptance to
IOCLs Fax
of Acceptance and on submission of 10% PBG by Vendor to IOCL within 30 days of FOA.
1.9.11 Performance Bank Guarantee for 10% of total order value valid till full defect liability
period
plus three months claim period shall be submitted within 45 days of Fax of Acceptance.
1.9.12 Format for Advance Bank Guarantee (ABG) is enclosed as Annexure H to this
document. Format for Performance Bank Guarantee (PBG) is enclosed as Annexure
C
to the General Purchase Conditions.
1.9.13 Foreign Order ABGs shall be addressed to Indian Oil Corporation Limited, Refineries
Head
Quarters, New Delhi 110 003.
1.9.14 Indigenous Order ABGs shall be addressed to Indian Oil Corporation Limited, Project
site
Address (which will be indicated in the Purchase Order).
1.9.15 In case of indigenous orders ABG and PBG shall be sent to the Project Site address
(which will

be indicated in the Purchase Order)


1.9.16 In case of foreign orders ABG and PBG shall be sent to the following address:
Mr S Sekar (DGM, M-PJ)
Indian Oil Corporation Ltd
Refinery Head Office,
SCOPE Complex,Core-2, Room No 415A,
4TH FLOOR
7 , Institutional Area ,
Lodhi Road, New Delhi -110003
Phone - 011-42125467
1.9.17 Transportation charges (Indigenous Bidders)
100% within 30 days after receipt of materials at site.
1.9.18 Ocean Freight (Foreign Bidder)
(a) Ocean transportation from FOB Major International Gateway Seaport of Exit to Kolkata /
Haldia Port (India) shall be arranged by IOCL (for FOB Orders) through their nominated
freight forwarder. Bidder shall arrange handing over the material to IOCL designated
freight forwarder at the designated port of exit.
(b) The request for ocean freight up to Kolkata / Haldia Seaport of entry is for comparison of
bids and will not in any way, limit the Purchasers right to contract on different terms.
(c) Purchaser reserves the right to place the order on any of the specified price basis (FOB
or CFR). In case of award, initially the Fax of Acceptance (FOA) shall be placed on FOB
basis and IOCL reserves the right to convert the same to CFR basis at a later date.
Therefore bidders quoted ocean freight charges should be valid for the entire duration of
contract.
(d) List of acceptable international seaports for containerized cargo is enclosed as
Annexure
- B. Bidders shall have to choose from the nearest / most convenient seaport to them and
indicate in their offer. No other port shall be acceptable. However for despatch from North
America / Africa / Australia / South America, vendors shall be allowed to choose any
major international gateway seaport of exit in the respective area.
Page 21 of 246

Page 9 of 37

(e) In case of break-bulk consignment, bidders shall be allowed to quote from the nearest
major International Gateway Seaport of Exit.
(f) The Bidder shall not be allowed to change port of Shipment after quoting.

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 bidders country (in case of foreign vendors),
All taxes and duties applicable in India: Net of CenVAT amount shall be considered
Port handling charges (for foreign vendors)
Freight (including inland freight charges in case of foreign bidders),
Entry Tax, if applicable
Testing charges,
Site work charges,
Site supervision services charges (for number of days as informed in tender), training
charges
AMC charges,
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 IOCL.
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.
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-I, which shall be complied with
for evaluation and ordering.
Third party inspection charges for equipment / material / goods shall be included by the
Supplier(s) in their quoted prices, from any one of the following approved third party
inspection
agencies for the project
1. M/s Certification Engineers International Ltd. (CEIL)
2. M/s Lloyds Register of Shipping.
3. M/s Det Norske Veritas (DNV)
4. M/s Bureau Veritas
5. M/s TUV India Pvt. Ltd.
6. M/s TUV Rhineland (I) Pvt. Ltd.
Page 22 of 246

Page 10 of 37

7. M/s Indian Register of Shipping (IRS)


2.2 Where only Indian Bids are under comparison
2.2.1 Bids shall be evaluated on the basis of net of CENVAT delivered cost at site
considering the
components relevant to indigenous supplies as indicated above.
2.2.2 Site supervision services for required number of days shall be used for evaluation.
Bidders shall
have to quote firm freight charges upto Project site. If a supplier does not quote freight
charges
then his ex works price shall be loaded with the maximum freight charges quoted by other
bidders or pro-rated (with respect to approximate distance) on maximum freight charges as
quoted by other bidders or by 5% (for items other than pipes) or 7% (for pipes), whichever is
more. After Loading, if the same Bidder becomes L1 (lowest) then the order will be placed
based on Freight Charges payable extra at actual subject to maximum freight charges by
which
the prices of the L1 bidder has been loaded. Where a bidder has not indicated the freight
charges in the original offer but indicates the same against commercial query, the freight
loading
for evaluation shall still be done as indicated above, but ordering shall be done on the freight
indicated by the bidder against commercial query.
2.2.3 IOCL shall issue concessional form C for Central Sales Tax or concessional Form for
VAT.
VAT shall be loaded for price comparison.
2.2.4 IOCL shall claim CenVAT benefit. Supplier shall be required to furnish CenVATable
invoices
issued in accordance with rules.
2.3 Where only Foreign Bids are under comparison

Bids shall be evaluated considering the components relevant to imported supplies as


indicated
above.
2.3.1 ODC / OWC cases: Unless specifically mentioned otherwise Bidders shall be required
to quote
firm freight charges up to Haldia / Kolkata sea-port. Order shall be placed on FOB basis with
a
provision that IOCL may convert it to CFR basis at a later date, if required. In case of
package
items requiring FOT site delivery & site work and services, the port clearance shall be done
by
the bidder and custom duty paid on-behalf of Owner (Paid custom duty reimbursable against
documentary evidence).The material so cleared at port of entry, shall be issued to bidder as
free
issue against Indemnity bond and further loading, local transportation and unloading (on
site)
shall be done by the bidder.
2.3.2 For other than ODC / OWC cases: Bidders shall be required to quote firm freight
charges up to
Haldia / Kolkata Port. In case a bidder declines to quote firm freight, freight @ 6% of FOB
price
for Asia Pacific / Europe and 9% of FOB price for other places or the highest freight charges
quoted by any other bidder against the RFQ, whichever is higher shall be loaded.
IOCL will release the order on FOB basis with freight arrangement by its own freight
forwarder
but will have the option of changing to CFR Indian Port at a later date. Ocean freight shall
have
to be kept valid for the entire duration of the order, irrespective of whether the order has
been
placed on FOB or CFR basis.
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.
Bids shall be evaluated on the basis of landed cost / total cost at Site including third party
inspection charges by TPI Agency, all duties, taxes and transportation charges except
cenvatable CVD, ACD, Special Additional Duty (SAD), cenvatable service tax, cenvatable
educational cess. Cenvatable Secondary & Higher Education Cess (SHEC). Comparison
cost
shall be arrived at considering net of Cenvatable components and the following:
i) F.O.B. price quoted by the bidder (including stowage charges in case of pipes)
ii) Ocean freight as mentioned above
Page 23 of 246

Page 11 of 37

iii) Marine insurance @1% of FOB price


iv) Landing Charges @1% of CIF Value.
v) Prevailing rate of Customs duty calculated with Landing Charges @ 1% of CIF Value.
Lower of Effective rate of Customs Duty under the EPCG scheme of Government of
India or Customs Duty exemption / waiver if applicable to the products being supplied
by bidder under any multi-lateral / bi-lateral trade agreement between India and bidders
country shall be loaded, wherever applicable.
vi) Port handling charges @ 3% of FOB value.
vii) Inland freight charges from Port to project site @2% of landed cost at Port of Entry.
viii) Marine insurance @1% and landing Charge @1% shall be
used only to obtain assessable value for Customs Duty calculation and shall be
deducted from the final price for evaluation purpose.

Foreign bids shall be compared considering the Bill Selling Rate released by State Bank of
India as on the date of price bid opening.
Third party inspection charges for equipment shall be included by the Suppliers. A restricted
list
of approved TPIs is given in Clause No. 2.0 above and Suppliers shall have to confirm to
use
services of one of these agencies. All bidders (indigenous as well as foreign) shall include
the
TPI charges in their quoted basic prices. In case of IBR, Suppliers shall have the option of
including IBR inspection charges or quoting as firm percentage / lump sum charges.
Charges
on lot basis shall not be accepted, unless otherwise specified in the tender. IBR charges
shall
be paid as claimed by the Supplier and documentary evidence will not required.
2.4 Where Indian as well as Foreign Bids are under comparison
2.4.1 Domestic Bidders:- Bids shall be evaluated as explained in 2.1 & 2.2 above.
2.4.2 Foreign Bidders:- Bids shall be evaluated on the basis of landed cost at Site as
indicated in
2.1 & 2.3 above.
2.5 The project is eligible for rate of Customs Duty under the EPCG scheme of Government
of
India, and the customs duty shall be loaded accordingly. The indigenous suppliers shall
furnish
the quantum of import content (CIF value) included in the bid in Indian Rupees and
applicable
rate of duty under the EPCG Scheme.
2.6 IOCL shall issue concessional form C for Central Sales Tax or concessional Form for
VAT .
VAT shall be loaded for price comparison.
2.7 Excise duty, Sales Tax, Service Tax and VAT shall not be included in the quoted prices
and
shall be payable extra at actuals. Further, the amount of Excise Duty, Service Tax and VAT
shall only be payable against submission of cenvatable / vatable invoices and in case of
nonsubmission,
the same will not be payable. Payment of per diem charges shall be made after
deduction of withholding tax/TDS.

3.0 COMMERCIAL LOADING OF OFFERS IN CASE OF DEVIATIONS


3.1 BASIS OF LOADING
3.1.1 The Bids shall be loaded on Order Value.
3.1.2 Bidders are requested to submit the offer in line with terms and conditions provided in
RFQ
document.
3.2 PAYMENT TERMS
Page 24 of 246

Page 12 of 37

3.2.1 The payment terms applicable should be clearly indicated. Loading shall be done on
the
differential amounts at a rate of 11.4% per annum simple interest or otherwise as defined in
the
tender for the following periods:
(a) Drawing approval 80% of the delivery period.
(b) Receipt of raw materials at Suppliers works 50% of the delivery period.
(c) 5% against receipt of technical documents after despatch of materials one month
(d) Final 10% against despatch document - one month.
(e) Freight charges against despatch documents Entire freight charges for one month.

3.3 PERFORMANCE BANK GUARANTEE (PBG)


3.3.1 Performance Bank Guarantee for Defect Liability Period shall be required for all cases
of
Supplies. However, for order value upto Rs. 2 lakh, PBG will not be asked for. In case a
supplier offers to give a PBG for less than 10% of order value, loading shall be done for the
differential amount.
In case of Differential Amount
Amount Offered by Bidder Loading
a) 10% Nil
b) Less than 10% Differential between the offered
percentage and 10%
3.4 DELAYED DELIVERIES (CONSIDERING GPC CLAUSE OF 0.5% DELAYED ~ 5%
TOTAL)
3.4.1 In case a Supplier does not accept the delayed delivery clause or takes exception to
the
percentage rate mentioned in GPC, loading shall be done to the extent of maximum of 5% of
the order value or the differential percentage not agreed by the supplier.
In case of procurement of equipments / packages etc. (which are ordered as single line
items)
the Price Reduction Schedule (GPC clause 12.3) applicable shall be as under:
If the full Material is not delivered within the contractual completion date stipulated in
respect
thereof, IOCL shall be entitled to a discount by way of price adjustment in a sum equivalent
to
0.5% (half percent) of the price of the total order value including the supply and the site work
per week or part thereof (delivery of the materials + completion of the site work) beyond the
contractual completion date in respect thereof, subject to a maximum discount of 5% (five
percent) of the Total Contract Value.
For Packaged Items: Billing schedule approval shall be only for the purpose of facilitating
despatch and not for the purpose of ascertaining the undelivered order value.

In case there are different delivery dates for supply and for site job, PRS at
applicable
rate shall be applicable, if the vendor has delayed the supply beyond CDD,
irrespective
of actual date of completion of contract (Site work).
3.4.2 In case supplier takes an exception, that price reduction in case of delayed delivery
should be
restricted to 5% of undelivered portion only and not on total order value, then price loading
@
2.5% shall be done.
3.4.3 In case supplier insists for liquidated damages or indicates penalty clause in place of
Price
Reduction Clause, the supplier shall be loaded by 5%.
3.5 FREIGHT CHARGES:
Page 25 of 246

Page 13 of 37

3.5.1 For Indigenous suppliers, If a supplier does not quote freight charges, his offer will be
loaded
with maximum freight charges as quoted by the other bidders or pro-rated (with respect to
approximate distance) on maximum freight charges as quoted by other bidders or by 5% (for
items other than pipes) or 7% (for pipes), whichever is more.
3.5.2 Foreign Bidders shall be required to quote firm freight charges up to Kolkata / Haldia
Port. In
case a bidder declines to quote firm freight, freight @ 6% of FOB price for Asia Pacific /
Europe

and 9% of FOB price for other places or the highest freight charges quoted by any other
bidder
against the tender, whichever is higher shall be loaded.
3.5.3 In case of pipes, if a foreign bidder has not quoted or not included stowage charges,
then the
same shall be loaded @10% of ocean freight.
3.6 PRICE VARIATION
3.6.1 Prices mentioned in the Bid shall remain firm and fixed and valid until contractual
completion
except in the specific cases where Price Variation Clause with Price Variation Formula has
been incorporated in the Bidding Document.
3.6.2 However if a bidder on his own gives a price variation formula or gives a different Price
Variation Formula other than the one given in the Bidding Document, offers of such bidders
shall be rejected.
3.6.3 In case a Supplier quotes variable price and indicates the price variation formula and a
ceiling,
then prices will be loaded with the ceiling so indicated by the supplier. Bids with Price
Variation
Clause (PVC) but without price variation formula and / or without any ceiling shall be rejected
and such price bids shall not be opened.
3.7 DELIVERY
3.7.1 In case a supplier quotes delivery longer than required in enquiry, the bid shall
be
rejected.
3.8 VALIDITY OF OFFER:
3.8.1 In case bidder offers shorter validity than required in RFQ and seeks to revise
prices on
being asked to meet validity requirement as per RFQ, the offer shall be rejected.
3.8.2 In exceptional circumstances, prior to expiry of the original bid validity period, the
IOCL/EIL
may request the bidder to extend the period of validity for a specified additional period. The
requests and the responses thereto shall be made in writing (by e-mail/fax/post). A bidder
agreeing to the request will not be required or permitted to modify his bid including change in
the prices. However, the bidder may be allowed to withdraw the bid. If a bidder still deviates
or
changes price, its offer will be rejected.
3.9 INDIAN TAXES/DUTIES:
3.9.1 Any differential in taxes and duties will be cost loaded on case to case basis. However,
if a
supplier states that taxes/duties are not applicable at present and will be charged as
applicable
at the time of delivery then his bid shall be loaded by the maximum rate of taxes/duties
applicable as on the date of bid opening.
3.10 Cost loading in respect of utilities etc. will be considered as per respective MR
stipulation.

4.0 CUSTOMS DUTY AND INVALIDATION LETTER


4.1 IOCL shall be availing the benefit of EPCG scheme under the Foreign Trade Policy
(FTP) of
Government of India for this project and the Customs Duty shall be loaded accordingly. IOCL
shall issue invalidation letter to indigenous suppliers and they shall furnish the quantum of
import content (CIF value) included in the bid in Indian Rupees accordingly. All subsequent
activities and expenses required for availing EPCG benefits shall be on Suppliers account.
Obtaining EPCG benefit is solely the Suppliers responsibility and Owner will not
compensate
the Supplier for their failure to obtain EPCG benefit / failure to import under EPCG benefit.

Page 26 of 246

Page 14 of 37

4.2 Bidder shall submit the following documents along with their un-priced bid to obtain the
invalidation letter :
Copy of Import Export Certificate.
Copy of valid RCMC (Registration-cum-Membership Certificate issued by FEO).
Industrial License / SSI Registration.
Confirmation on Letter Head regarding factory address for which bidder requires the
Invalidation Letter.
4.3 Bidder must indicate the address in favour of which they require the Invalidation Letter.
Bidder
must ensure that the address they intend in invalidation letter is the address on which the
Bidder wants the order as well as in RCMC of that vendor.
4.4 The following additional undertaking/confirmation would be desirable from the bidders
who
seek to claim EPCG benefit through Invalidation Letter issued by IOCL:
At any time after receipt of Invalidation Letter, if it is known / established that the
Invalidation Letter for import of raw material as requested in the bid would not be
utilized at all, bidder undertakes to promptly return the original Invalidation Letter to
the
Owner without any condition
Vendor will submit a copy of advance licence or copy of bill of entry for import of raw
material along with the invoice at the time of supply of material as per the terms of the
PO/ FOA/contract.
Advance licence obtained by the vendor against IOCLs invalidation letter or the copy
of
bill of entry for import of raw material should be dated later to the date of invalidation
letter.
The above condition shall also form an integral part of all FOAs/ POs/ Contracts, wherever
applicable, issued by IOCL.

5.0 CONCESSIONAL RATE OF CUSTOMS DUTY (APPLICABLE TO FOREIGN


BIDDERS ONLY)
5.1 The bidder 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 bidders country.
5.2 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.
5.3 Any Customs Duty applicability on account of any change in the bi-lateral / multi-lateral
agreement shall be to bidders account.
5.4 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.

6.0 FOREIGN EXCHANAGE RATE VARIATION / CUSTOMS DUTY VARIATION


FOR
INDIAN BIDDERS (ON BUILT-IN IMPORT CONTENT)
6.1 Prices shall remain firm and fixed without any escalation except for statutory variation in
customs duty rate. However, the prices shall be firm and fixed on account of FE variation.

6.2 The statutory variation in customs duty shall be subject to the following and the supplier
shall
be asked to confirm the following in their bid:
Page 27 of 246

Page 15 of 37

(a) Maximum CIF value of import content shall be furnished in the bid.
(b) The material to be imported covering the above CIF value to be indicated in the bid.
(c) Any increase in price due to increase in customs duty rate applicable for Project under
EPCG scheme beyond two-third of the quoted delivery period will be to suppliers account.
However, any decrease in price due to decrease in customs duty rate at the time of actual
clearance of imported materials shall be passed on to IOCL.
(d) If bidder has considered customs duty for import contents other than the rate applicable
for
Project under EPCG scheme under the EXIM policy of Govt. of India, then statutory
variation on the customs duty shall not be payable extra on any increase in the customs
duty rate. However, any decrease in price due to decrease in customs duty rate at the time
of actual clearance of imported materials shall be passed on to IOCL.
(e) Variation in price due to customs duty rate will be dealt with separately after receipt of
materials at site against documentary evidence.

7.0 SUO-MOTO CHANGES IN PRICES


7.1 Suo moto price change: In case of any suo moto change in price, following shall apply:
Stage Price
Increase
Price
Decrease
Evaluation
philosophy
Ordering
philosophy
After
opening of
technical bid
Not
Acceptable,
Bid liable for
rejection,
Action
regarding
Holiday Listing
may be taken,
EMD shall be
forfeited
Acceptable Evaluation
shall be done
without
considering
suo moto
discount
Ordering shall
be done
considering suo
moto discount

8.0 SPARES
8.1 Quoted prices shall be inclusive of all Mandatory Spares and all Commissioning spares
and

special tools and tackles, as per the technical specifications and scope provided in MR.
8.2 All spares quoted by suppliers against the specified MR requirement will be evaluated
and
recommended for ordering with the main equipment except recommended two years
operation
and maintenance spares. In case a supplier does not quote for all spares, their bid shall be
loaded with the maximum price quoted by other suppliers for price evaluation.
8.3 Commissioning spares and special tools and tackles, if required and mentioned in MR,
will be
considered for price evaluation and recommended for ordering as quoted by Suppliers.
However, Supplier shall be fully responsible and no additional cost shall be paid by IOCL in
case commissioning spares/ special tools & tackles over & above those quoted by supplier
are
required.
8.4 Bidders are requested to quote for their recommended two years operation and
maintenance
spares but the same will not be considered for price evaluation. The prices quoted for
recommended two years operation and maintenance spares shall remain valid upto the
contractual completion/delivery period of Order. Order of recommended two years operation
and maintenance spares may be placed by IOCL separately , if required. Spares and its
quantity shall be decided by IOCL at the time of Order for two years operation and
maintenance spares.
Page 28 of 246

Page 16 of 37

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 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 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 all bid prices quoted
in
various currencies (in which the bid price is payable) to single currency and that will be
Indian
Rupees only, at the Bills selling exchange rate published by the State Bank of India on the
day
of price bid opening.

12.0 UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE

12.1 Unsolicited bids or bids being submitted to address other than one specifically
stipulated in the
bid document will not be considered for opening / evaluation / award.
12.2 Unsolicited bids received from the bidders who were not issued the enquiry shall not be
opened. However in case such a bid is accompanied with authorization letter from one of the
bidders to whom enquiry was issued, the same shall be opened.

13.0 CONTACTING THE OWNER/ OWNER REPRESENTATIVE


13.1 From the time of the bid opening to the time of the award, if any bidder wishes to
contact the
Owner for any matter relating to the bid, it should be done in writing.
13.2 Any effort by a bidder to influence the Owner/EIL in any manner in respect of bid
evaluation or
award will result in the rejection of that bid.

14.0 EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS


14.1 The Owner/EIL will examine the bids to determine whether they are complete, whether
any
computational errors have been made, whether the documents have been properly signed,
and
whether the bids are generally in order.
14.2 Prior to the detailed evaluation, the Owner/EIL will determine whether each bid is of
acceptable
quality, is generally complete and is responsive to the RFQ Documents. For the purposes of
this determination, a responsive bid is one that conforms to all the terms, conditions and
specifications of the RFQ Documents without deviations, objections, Conditionality or
reservations.
Page 29 of 246

Page 17 of 37

14.3 Bidder shall not be allowed to submit any Price Implication or Revised Price after
submission of
Bid, unless there is change in the stipulations of the RFQ Document and such changes are
incorporated through an Amendment. In case Exceptions and Deviations submitted by
Bidder
along with Bid are not considered as acceptable and no Amendment is issued, then in such
a
case the Bidders would be required to withdraw such Exceptions/Deviations in favour of
stipulations of the RFQ document and Bidders would not be eligible for submission of Price
Implication/Revised Price, failing which such Bid(s) shall be considered as non responsive
and
rejected.
14.4 The Owner/EIL determination of a bids responsiveness is to be based on the contents
of the
bid itself without recourse to extrinsic evidence. If a bid is not responsive, it will be rejected
by
the Owner/EIL, and may not subsequently be made responsive by the bidder by correction
of
the nonconformity.

15.0 PRICE BID OPENING


15.1 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 of 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.

16.0 WORKS CONTRACT TAX / SPLITTING OF ORDERS


Order for supply and site work shall not be split and only single order covering the entire

scope of work on each supplier shall be placed. Regarding works contract tax, Bidder may
note the following:No works contract tax is envisaged as price has been broken into two parts, viz., (i)
procurement and (ii) service which does not include any part of material. All materials are
required to be with supply part. If any sales tax under works contract is lawfully assessed by
the sales tax authorities on the contract, the contractor shall forward to owner such demand
received from the sales tax authorities and the owner shall pay the sales tax under works
contract to the sales tax authorities. However, should the owner so require, contractor
undertakes to duly and faithfully challenge the claim from sales tax authorities before such
authority or authorities or court or tribunal as the owner may from time to time require. Also,
contractor undertakes to refund to owner any refund received from the sales tax authorities.

17.0 NEGOTIATION
17.1 Negotiations will not be conducted with the bidders as a matter of routine. However,
IOCL
reserves the right to conduct negotiations.

18.0 AWARD OF WORK


18.1 IOCL will award the order to the bidder who has been determined as a lowest evaluated
bidder.

19.0 OWNERS RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID
19.1 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/EILs action.

20.0 NOTIFICATION OF AWARD


Page 30 of 246

Page 18 of 37

20.1 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 / Fax of Acceptance will constitute the formation of the Order.
20.2 The Delivery Schedule shall commence from the date of notification of award / Fax of
Acceptance (FOA).
20.3 FOA will contain price, delivery and other salient terms of bid and RFQ Document.
Bidder will
be required to confirm receipt of the same by returning Copy of the FOA duly signed and
stamped by the bidder as a token of acknowledgement/Acceptance to Owner and EIL. On
receipt of acknowledgement without any deviation / condition, detail Purchase Order /
Contract
will be issued in quadruplicate. Three copies of the same without any condition / deviation
will
be returned duly signed and stamped by the bidder as a token of
acknowledgement/Acceptance to Owner and EIL.

21.0 FRAUDULENT PRACTICES


21.1 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/EIL debarring them from future business with Owner & EIL for a time period, as
per the prevailing policy of OWNER & EIL.

22.0 CARTEL FORMATION IN BIDDING


22.1 In case any bidder is found to be involved in cartel formation, his bid will not be
considered for
evaluation I placement of order. Such bidder(s) will also be debarred from bidding in future
for
this project apart from penal action as deemed fit.

23.0 INTEGRITY PACT (IF APPLICABLE)


23.1 Bidder to submit the `Integrity Agreement' in the format enclosed with the RFQ, duly
signed
and stamped along with the unpriced offer. Scanned copy duly authorized signature should
be
Page 31 of 246

Page 19 of 37

uploaded in the e-procurement website under e-bidding. Price bids of bidders refusing to
submit the duly signed and stamped Integrity Pact shall not be opened.

24.0 ENTRY TAX / OCTROI


24.1 Entry Tax shall be payable by vendor as applicable & the same will be reimbursable
extra at
actuals against documentary evidence, therefore bidder should not include the same in their
quoted rates/prices.
24.2 Octroi at present is not applicable for this Project.

25.0 ONE BID PER BIDDER


25.1 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.
25.2 Alternative price bids are not acceptable.

26.0 LANGUAGE OF BID


26.1 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.
26.2 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

Bidders country shall be submitted by the Bidder.

27.0 EARNEST MONEY DEPOSIT


27.1 Indian bidders shall submit Earnest Money Deposit (EMD), if applicable for an amount
as
indicated in the NIT in the form of demand draft (in INR) or bank guarantee (as per the
Proforma provided in the Bidding Document) in favour of Indian Oil Corporation Ltd, New
Delhi. Issuance of Bank Guarantee shall be confirmed directly to the Owner / EIL. In case
EMD amount is less than Rs. 1,00,000.00 EMD shall be accepted in the form of Demand
Draft
only. Bids not accompanied with EMD shall be rejected and bidder shall not be allowed to
witness the tender opening.
27.2 Foreign bidders shall submit EMD , if applicable for an amount as indicated in the NIT
only
through Bank guarantee in favour of Indian Oil Corporation Ltd, New Delhi (as per the
Proforma provided in the Bidding Document). Bids not accompanied with EMD shall be
rejected and bidder shall not be allowed to witness the tender opening.
27.3 Earnest Money Deposit (EMD) as mentioned above shall be submitted within the Bid
Due
Date. Earnest Money Deposit (EMD) shall be valid for a period of 7 (Seven) months from the
due date of opening of Techno-commercial Bids.
27.4 Earnest Money Deposit (EMD) in the form of Bank guarantee as mentioned above shall
be
submitted in accordance with the attached Annexure C.
27.5 Exemption of EMD will be applicable for Indian/State CPSUs and Micro or Small
Enterprises
(MSEs) 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
for corresponding item or Directorate of Handicrafts and Handlooms or any other Body
specified by Ministry of Micro, Small and Medium Enterprise are exempted from paying EMD
provided that certificate issued by the relevant agency is valid on the date of Un-priced Bid
Opening. The bidder shall submit Notary attested copy of the valid MSE registration
certificate.
Page 32 of 246

Page 20 of 37

Scanned copy of Notarized Registration certificate should be uploaded in the e-procurement


website under e-bidding.
27.6 Bidders are required to submit the EMD (as per the Proforma provided in the Bidding
Document) in original at the time of bid submission in sealed envelope and are required to
upload the scanned copy of EMD on CPP Portal along with e-Bid. EMD in original shall be
submitted in a sealed envelope titled Earnest Money Deposit for Bidding Document No. (as
applicable). Bidder must upload the scanned copy of EMD (in the prescribed format) on
CPP
Portal along with the e-bid. Swift message/Cheque/Cash shall not be acceptable. In case
bidder fails to upload scanned copy of EMD on CPP Portal by the bid due date & time, such
bid
shall not be considered for evaluation(in case of e-bidding).
27.7 If the Bidder is unable to submit original EMD within the due date and time for Bid
submission,
he may submit the same within 10 calendar days from the date of unpriced bid opening,
provided scanned copy of the same have been uploaded on CPP Portal. Offers of bidders
whose original EMDs are not received within 10 calendar days of unpriced bid opening are
liable for rejection (of which IOCL shall be the sole judge).
27.8 EMD shall be released to the bidders in the following circumstances:
(a) EMD of bidders whose price bids are not opened/ disqualified during techno-commercial

bid evaluation (unsuccessful Bidder) shall be released after price bid opening.
(b) EMD of bidders qualified in the techno-commercial bid but unsuccessful for placement of
Purchase Order shall be released after placement of Purchase Order on successful
Bidder.
(c) EMD of the successful bidder shall be released on receipt of acceptable PBG.
27.9 EMD shall be forfeited and the Supplier may be put on Holiday List in case;
(a) The bidder alters / modifies / withdraws the bid suo-moto after opening the bids
(Technical
bids in case of two bid system) and within the validity period. In such a case, the offer
submitted by the bidder shall be liable to be rejected.
(b) The successful bidder who gets the order but fails to deposit the performance bank
Guarantee or to execute the order.

28.0 INFORMATION REQUIRED FROM FOREIGN SUPPLIERS / CONTRACTORS


/
CONSULTANTS
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 Number 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.
b. Tax Residency Certificate (TRC) containing prescribed particulars as per the enclosed
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 number 10F (enclosed as Annexure E). Form 10F has to be
signed & verified by the assessee himself.
Page 33 of 246

Page 21 of 37

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.
28.3 However, the bidder may write Not Applicable in the relevant column in case that
information is
already contained in TRC.
28.4 The above shall be furnished before release of any payment or within one month of the
release
of Order, whichever is earlier.

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, is not 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 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.

31.0 SPECIAL PACKAGING REQUIREMENTS (APPLICABLE FOR FOREIGN


SUPPLIES)
Refer attached Annexure G.

32.0 TERMS & CONDITIONS OF POST WARRANTY COMPREHENSIVE ANNUAL


MAINTENANCE CONTRACT (PWCAMC)
Refer attached Annexure J.
Page 34 of 246

Page 22 of 37

ANNEXURE A
PROFORMA OF DECLARATION OF BLACK LISTING / HOLIDAY LISTING
In the case of a Proprietary Concern:
I hereby declare that neither I in my personal name or in the name of my Proprietary concern
M/s.
.. which is submitting the accompanying Bid / Tender nor any other concern in
which I am
proprietor nor any partnership firm in which I am or was involved as a Managing Partner are
currently
placed on black list or holiday list declared by Indian Oil Corporation Limited or its
Administrative Ministry,
except as indicated below :
(Give particulars of black listing or holiday listing and in absence thereof state NIL).
I, hereby do further declare that the following notice(s) have hitherto been issued against
proposed action
for holiday / black listing and/or the following action for holiday listing / black listing has
hitherto been
taken, as the case may be, by Indian Oil Corporation Ltd. or its Administrative Ministry in my
personal
name or in the name of any proprietary concern of mine or against any partnership firm of
which I was or
am the managing partner.
No. and Date of Show-cause Notice/ Period of Holiday Present Status
Notice of Holiday / Black Listing Listing/Black Listing
(State NONE if there is no such notice or action).
In the case of a Partnership Firm
We, hereby declare that neither we, M/s. submitting the accompanying
Bid / Tender nor
any partner involved in the management of the said firm either in his individual capacity or as
proprietor of
any concern or as partner of any firm in which he/she was a Managing Partner, are currently
placed on
Black List or Holiday List declared by Indian Oil Corporation Limited or its Administrative
Ministry, except
as indicated below :
(Give particulars of black listing or holiday listing and in absence thereof state NIL).

We _____________ hereby further declare that the following notice(s) have hitherto been
issued against
proposed action for holiday / black listing and or the following action for holiday listing / black
listing has
hitherto been taken as the case may be, by Indian Oil Corporation Ltd. or its Administrative
Ministry
against the above firm or any partner involved in the management of the firm in his individual
capacity or
as proprietor of any concern or as Managing Partner of any firm.
No. and Date of Show-cause Notice/ Period of Holiday Present Status
Notice of Holiday / Black Listing Listing/Black Listing
(State NONE if there is no such notice or action).
Page 35 of 246

Page 23 of 37

In the case of Company


We hereby declare that we are not currently placed on any holiday list or black list declared
by Indian Oil
Corporation Limited or its Administrative Ministry, except as indicated below :
(Give particulars of black listing or holiday listing and in absence thereof state NIL).
We, _____________ hereby do further declare that the following notice(s) have hitherto
been issued
against proposed action for holiday / black listing and / or the following action for holiday
listing / black
listing has hitherto been taken, as the case may be, by Indian Oil Corporation Ltd. or its
Administrative
Ministry against the Company.
No. and Date of Show-cause Notice/ Period of Holiday Present Status
Notice of Holiday / Black Listing Listing/Black Listing
(State NONE if there is no such notice or action).
It is understood that if this declaration is found to be false in any particular, Indian Oil
Corporation Limited
or its Administrative Ministry, shall have the right to reject my / our bid, and, if the bid has
resulted in a
contract, the contract is liable to be terminated.
Place : Signature of the Bidder..
Date : Name of the Signatory .
Page 36 of 246

Page 24 of 37

ANNEXURE B
LIST OF SEAPORTS
A. EUROPE: FELIXSTOWE / ANTWERP / ROTTERDAM / HAMBURG / BARCELONA /
GENOA / LA
SPEZIA / LE HAVRE / FOS SUR MER / GOTHENBURG / COPENHAGEN / GIO TAURO
B. FAR EAST
JAPAN : YOKOHAMA / KOBE / MOJI / NAGOYA / OSAKA
CHINA : DALIAN / XINGANG / QINGDAO / HONG KONG / SHENZHEN / SHANGHAI
SINGAPORE
PORT KELANG
KOREAN SEAPORT BUSAN
C. MIDDLE EAST
JEBEL ALI
NOTE: From other continents (Africa, North and South America, Australia), vendors will
quote considering
FOB major International Gateway Seaport of Exit.
Page 37 of 246

Page 25 of 37

ANNEXURE C
PANEL OF BANKS FOR ACCEPTANCE OF BANK GUARANTEE FROM
CUSTOMERS/SUPPLIERS/CONTRACTORS
I. BGs less than Rs. 1 crore may be accepted from any scheduled bank (including
nationalized banks,
other scheduled commercial banks, scheduled cooperative banks and scheduled regional
rural
banks) as appearing in the Second Schedule to the RBI Act 1934.
II. BGs of Rs. 1 crore and above may be accepted, which is issued by any of the following
Banks:
1. ALLAHABAD BANK
2. BANK OF BARODA
3. BANK OF INDIA
4. BANK OF MAHARASHTRA
5. CANARA BANK
6. CENTRAL BANK OF INDIA
7. CORPORATION BANK
8. INDIAN BANK
9. STATE BANK OF BIKANER & JAIPUR
10. STATE BANK OF HYDERABAD
11. STATE BANK OF INDIA
12. STATE BANK OF MYSORE
13. STATE BANK OF PATIALA
14. STATE BANK OF TRAVANCORE
15. UCO BANK
16. UNION BANK OF INDIA
17. UNITED BANK OF INDIA
18. VIJAYA BANK
19. ANDHRA BANK
20. DENA BANK
21. IDBI BANK
22. INDIAN OVERSEAS BANK
23. ORIENTAL BANK OF COMMERCE
24. PUNJAB & SIND BANK
25. PUNJAB NATIONAL BANK
26. SYNDICATE BANK
27. ICICI BANK
28. HDFC BANK
29. KOTAK MAHINDRA BANK
30. SOUTH INDIAN BANK
31. FEDERAL BANK
32. EXIM BANK
33. ING VYSYA BANK
34. AXIS BANK
35. YES BANK
36. CITI BANK N.A.
37. HSBC BANK
38. DEUTSCHE BANK AG
39. BANK OF AMERICA N.A
40. ROYAL BANK OF SCOTLAND
41. BNPPARIBAS
42. BANK OF NOVA SCOTIA
Page 38 of 246

Page 26 of 37

43. BANK OF TOKYO-MITSUBISHI UFJ LTD.

44. MIZUHO CORPORATION BANK LTD


45. BARCLAYS BANK PLC
46. ANZBANK
47. JP MORGAN CHASE BANK
48. STANDARD CHARTERED BANK
49. DBS BANK
50. FIRST RAND BANK
III. BGs from any other bank other than above can be accepted only if the same is counterguarantee
by any of the above 50 banks.
The rating of bank sanctioning the BG should not fall below the rating of 'A' from Moody's or
equivalent
(from other rating agency) in case of foreign bank and rating of at least 'AA' from CRISIL or
equivalent
(from other rating agency) in case of Indian banks during the tenor of the BG. In case the
rating falls below
threshold level at any time during the tenor of BG, the party will arrange to replace the BG, at
its own cost,
through any of the bank acceptable to IOCL CRISIL or equivalent (from other rating agency)
in case of
Indian banks during the tenor of the BG. In case the rating falls below threshold level at any
time during
the tenor of BG, the party will arrange to replace the BG, at its own cost, through bank
acceptable to
IOCL.
Page 39 of 246

Page 27 of 37

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) Assessees 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 40 of 246

Page 28 of 37

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) Assessees 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 subsection
(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 41 of 246

Page 29 of 37

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 subsection (4) of
section 90 or sub-section (4) of section 90A.
Page 42 of 246

Page 30 of 37

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 43 of 246

Page 31 of 37

ANNEXURE G
SPECIAL PACKAGING REQUIREMENTS (FOR FOREIGN SUPPLIES)
All raw/solid wood packaging material used for packaging shall be appropriately treated and
marked as
per ISPM-15 (International Standards of Phyto-sanitary measures 15) OR shall be
accompanied by a
Phytosanitary Certificate with the treatment endorsed.
The treatment of raw/solid wood packaging material prior to export shall include either
Methyl Bromide
(MB) @ 48 g/m3 for 16 hrs at 21 C and above or any equivalent thereof or heat treatment
(HT) at 56 C
for 30 min (core temperature of wood) or Kiln Drying (KD) or Chemical Pressure
Impregnation (CPI) or
any other treatments provided that these meet the HT specifications of the ISPM-15.
However, the above conditions shall not be applicable to wood packaging material wholly
made of
processed wood products such as ply wood, particle board, oriental strand board of veneer
that have been
created using glue, heat and pressure or combination thereof. The above conditions shall
also not be
applicable to wood packaging material such as veneer peeler cores, wood wool & shavings
and thin wood
pieces (less than 6mm thickness) unless they are found to be harboring any pests.
Page 44 of 246

Page 32 of 37

ANNEXURE H
PROFORMA OF BANK GUARANTEE
(ADVANCE)
(On non-judicial paper of appropriate value)
To
Indian Oil Corporation Ltd.
(Refineries Division)

Dear Sirs,
WHEREAS INDIAN OIL CORPORATION LIMITED (REFINERIES DIVISION) (hereinafter called The Owner
which expression shall
include its successors and assigns) has awarded M/s _________________________________________
(hereinafter called The
Supplier which expression shall include its successors and assigns) the work of designing, manufacturing,
fabricating and supply of
_________________________ in terms of a contract as constituted by Purchase Order No._________________
dated
_________________ issued by the Owner to the Supplier (hereinafter called The Contract which expression
include all the
amendments and/or modifications of the Purchase Order).
AND WHEREAS the Owner has agreed to advance the Supplier a sum of Currency. ____________________

(Currency____________________________________________________________________) hereinafter
called The Advance as
financial assistance to the Supplier under the Contract on the condition, inter alia, that the advance shall be
secured by a Bank
Guarantee as hereinafter appearing:

We__________________________________ Bank __________________________ a Bank


incorporated/constituted under the laws of ___________________________ and having its
registered/principal office at
_________________________________________________________
(hereinafter called The Bank which expression shall include our successors and assigns) in
consideration
of the aforesaid promises and at the request of the Supplier DO HEREBY bind ourselves and
our
successors and assigns, and irrevocably undertake to pay the Owner on first demand in
writing without
protest or demur or proof or condition and without reference to the Supplier any and all
amounts at any
time and from time to time claimed by you, as due to you under or in respect of the said
advance, and
demanded by you from us, with reference to this undertaking upto an aggregate limit of
Currency
________________ (Currency ________________________________________).
AND, we, the Bank DO HEREBY further agree as follows:
(i) The Owner shall have the fullest liberty without reference to the Bank and without affecting in any way the
liability of the
Bank under this Guarantee/Undertaking, at any time and/or from time to time to anywise vary the Contract and/or
any of
terms and conditions thereof or of or relative to the advance and to extend time for the performance of the
Contract and/or
repayment of the advance or to postpone for any time or from time to time the obligations of the Supplier and to
waive or
postpone exercise of any of the rights available to the Owner against the Supplier or to forebear from enforcing
any of the
terms or conditions of the Contract and/or the advance or any security(ies) available to the Owner, AND the
liability of the
Bank shall remain in full force and effect notwithstanding any exercise by the Owner of the liberty with reference
to any or all
the matters aforesaid or by reason of time being given to the Supplier or any forebearance, waiver, act or
omission on the
part of the Owner or any indulgence by the Owner to the Supplier or any other act, matter or thing whatsoever
which under
the law relating to sureties would have the effect of releasing the Bank from its liability hereunder or any part
thereof, AND
the BANK DOTH HEREBY waive all rights at any time inconsistent with the terms of this Guarantee/Undertaking.
(ii) It shall not be necessary for the Owner to proceed against the Supplier before proceeding against the Bank
and this
guarantee/undertaking shall be enforceable against the Bank as principal debtor notwithstanding the existence of
any other
security for any indebtedness of the Supplier to the Owner (including relative to the advance) and
notwithstanding that any
Page 45 of 246

Page 33 of 37
such security shall at the time when claim is made against the Bank or proceedings taken against the Bank be
outstanding
or unrealised.
(iii) As between the Bank and the Owner for the purpose of this guarantee/undertaking the amount claimed by the
Owner from
the Bank with reference to this guarantee/undertaking shall be final and binding upon the bank as to the amount
payable by
the Bank to the Owner hereunder.

(iv) The liability of the Bank to the Owner under this guarantee/undertaking shall remain in full force and effect
notwithstanding
the existence of any difference or dispute between the Supplier and the Owner, the Supplier and the Bank and/or
the Bank
and the Owner, or otherwise howsoever touching or affecting these presents or the liability of the Supplier to the
Owner, and
notwithstanding the existence of any instructions or purported instructions of the Supplier or any other person(s)
to the Bank
not to pay or for any cause withhold or defer payment to the Owner under these presents with the intent that
notwithstanding the existence of such difference, dispute or instruction, the Bank shall be and remain liable to
make
payment to the Owner.
(v) This guarantee/undertaking shall not be affected by any change in the constitution of the Bank or that of the
Supplier or the
Owner, or any irregularity in the exercise of borrowing powers by or on behalf of the Supplier.
(vi) This guarantee/undertaking shall be valid for all claims/demands made by the Owner to or upon us upto
midnight of
_________________ provided always that if for any reason, the Supplier is unable to complete supplies under
the Contract,
the Bank shall at the request of the Owner and without recourse to the Supplier extend the validity of this
guarantee/undertaking for a further period of six months. For the purpose of this clause, the Owners statement
that the
Supplier is unable to complete supplies under the contract shall be conclusive and final binding on us.
(vii) Notwithstanding anything contained herein:
(a) The Banks liability under this Guarantee/Undertaking shall not exceed Currency. . . . . . . . . . . . . . . . (Currency
.......
. . . . . . . . . . . . . . . . . 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.
(viii) The Bank DOTH HEREBY declare that Mr. ___________________ (name of the person signing on behalf of
the Bank) who
is ___________________________ (his designation), is authorised to sign this guarantee/undertaking on behalf
of the
Bank and to bind the Bank thereby.
Dated this ______________________________ day of _____________________
Yours faithfully
For ____________________________________________
Signature _______________________________________
Name & Designation_______________________________
Name of the Branch _______________________________
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 Vendors Bankers directly to the Owner.
Page 46 of 246

Page 34 of 37

ANNEXURE I
MSE POLICY
In exercise of its power under Section 11 of Micro, Small and Medium Enterprises
Development Act, 2006
Central Government had notified a public procurement policy for micro and small enterprises
effective
from 01st April, 2012.
The policy mandates the PSUs to procure twenty percent of its annual requirement of all
goods and
services from micro and small enterprises. The policy further mandates that out of the twenty
percent
target of annual procurement from micro and small enterprises four percent shall be
earmarked for
procurement from micro and small enterprises owned by Scheduled Caste & Scheduled
Tribe

entrepreneurs. In case there is no participation in the tender or failure to meet the tender
requirement by
MSEs owned by Scheduled Caste & Scheduled Tribe entrepreneurs the four percent target
so earmarked
shall be met from other MSEs.
The time frame allowed for implementation of the policy is three years beginning from the
year 2012-13
and after three years i.e. from the year 2015-16 overall procurement goal of twenty percent
shall be
mandatory.
In the event of failure to meet the target of twenty percent, it shall be required to substantiate
with reasons
for such failure before the Review Committee set up under the Chairmanship of Secretary,
Ministry of
Micro, Small & Medium Enterprises. A brief summary of the policy requirement are as
follows:
During the three year period till the twenty percent procurement becomes mandatory PSUs
are
required to set annual goal for procurement from MSE sector and report such goals along
with the
achievements in the Annual Report.
The Annual procurement plans are to be uploaded in the official website for enabling the
MSEs to
get advance information of such annual procurement plan.
The policy also requires that PSUs shall continue to procure 358 items exclusively
reserved for
procurement from micro and small enterprises.
The Review Committee constituted under the Chairmanship of Secretary, Ministry of Micro,
Small
& Medium Enterprises shall inter alia consider the requests of PSUs for exemption from
twenty
percent target on case to case basis.
The website should contain a grievance redressal mechanism for addressing any
complaint under
the supervision of a senior level nodal officer not below the level of Executive Director.
MSEs participating in tender and quoting price within a band of L1 plus 15% shall be
allowed to
supply 20% of tendered value of procurement by matching its price with that of L1 where the
L1 is
bidder other than MSE. In case more than one MSE bidder qualifies in the tender as per the
policy,
order for earmarked quantity shall be divided amongst those bidders in the same proportion
as is
being followed presently for ordering on split basis.
Out of the twenty percent target of annual procurement from micro and small enterprises
four
percent shall be earmarked for procurement from micro and small enterprises owned by
Scheduled Caste & Scheduled Tribe entrepreneurs. In the event of failure of such MSEs to
participate in the tender process or meet the tender requirements and L1 price four percent
subtarget
so earmarked shall be met from other MSEs.
Page 47 of 246

Page 35 of 37

PSUs are required to take steps like organizing vendor development programme, buyer
seller
meet for enhancing the participation of MSEs owned by Scheduled Caste & Scheduled Tribe
entrepreneurs.
MSEs are to be facilitated by providing free of cost tender documents and also by
exempting them
from depositing earnest money.
In the light of the above policy requirement following actions are required to be taken:
a) Units are required to identify the items of material and services that cannot be procured
from MSE
with proper justification for seeking exemption with regard to twenty percent target from the
Review
Committee. The annual estimated value of procurements of such items is also required to be
determined.
b) On identification of materials/services that cannot be procured from MSE, annual
procurement
goals as per the policy for rest of the items are to be set and hosted in the website. The goal
setting shall also include those items that falls under the list of 358 items exclusively
reserved for
procurement from small and micro enterprises.
c) A web based grievance redressal mechanism for addressing any complaint under the
supervision
of a senior level nodal officer ( not handing procurement function is to be setup. At RHQ an
officer
in the level of ED shall be the nodal officer.
d) For the purpose of setting goals revenue budget, additional facility budget and previous
year
procurements may be used a reference. The goals should be categorized under various
material
groups and service categories groups to make the information on procurement programme
of the
corporation more meaningful to the MSEs.
e) Vendor development programme, buyer seller meet for enhancing the participation of
MSEs
owned by Scheduled Caste & Scheduled Tribe entrepreneurs may either be organized by
the units
or units may participate in such programme or meet organized by local industry/ industry
association or NSiC or similar bodies.
f) For the purpose of capturing vendor category at Master level Data, CO-IS has configured
the
system introduced SAP transaction code YMVC. As regards capturing vendor category data
at
transaction level modification has been made to capture vendor category during creation of
RFQ or
maintenance of quotation. The data captured during creation of RFQ (ME41) or Quotation
maintenance (ME47) automatically flows to a Purchase order creation (ME21) which has
also been
modified to capture Order status under the policy.
g) NIT shall clearly convey the purchase preference to MSEs as per policy. In case MSE
bidder is LI
entire value of the tender is to be ordered on the LI MSE bidder. Where it is possible to split
the
tender and the price quoted by the MSE bidder is within a band of Ll+15%, 20% of tendered
value

is to be ordered on MSE subject to matching LI price. In case splitting of the tender is not
possible
and the price quoted by the MSE bidder is within a band of Ll+15%, entire value of the
tender is to
be ordered on the LI MSE bidder subject to matching LI price. For further clarity in this
regard a
table is furnished below.
Type of Tender Price Quoted by MSE How to Finalize the Tender
Can be split
L1 Full Order on MSE
Can be split
Not L1 but within L1 + 15%. 20% Order on MSE subject to
matching L1 price
Page 48 of 246

Page 36 of 37

Cannot be split L1 Full Order on MSE


Cannot be split Not L1 but within L1 + 15%. Full Order on MSE subject to
matching L1 price
h) EMD exemption and provision of tender documents free cost presently followed shall
continue.
i) MSEs registered with District industries Centres (DlCs), Khadi & Village Industries
Commission
(KVIC), Khadi & Village Industries Commission (KVIB), Coir Board, National Small Industries
Corporation (NSIC) or any other body specified by Ministry of Micro, Small & Medium
Enterprises
are covered under this policy. MSEs participating in the tender must submit the certificate of
registration with any one of the these agencies indicating the details of the particular
tendered item
along with their bid.
j) MSEs owned by SC/ST entrepreneurs shall mean:
o In case of proprietary MSE, proprietor(s) shall be SC/ST
o In case of partnership MSE, The SC/ST partners shall be holding at least 51% shares in
the enterprise.
o In case of Private Limited Companies, at least 51% share shall be held by SC/ST
promoters.
k) To qualify for entitlement as SC/ST owned MSE, the SC/ST certificate issued by District
Authority
must be submitted by the bidder in addition to certificate of registration mentioned in
paragraph (i)
above. The bidder shall be responsible to furnish necessary documentary evidence for
enabling
lOCfc to ascertain that the MSE is owned by SC/ST in line with the meaning assigned in
paragraph
(j) above.
Page 49 of 246

Page 37 of 37

ANNEXURE - J
TERMS & CONDITIONS OF POST WARRANTY COMPREHENSIVE ANNUAL
MAINTENANCE
CONTRACT (PWCAMC)
The prices for PWCAMC are for complete scope of work and services as specified in the
MR/technical
input.
PWCAMC Charges are inclusive of all the charges for Transportation, Lodging, Boarding, all
insurances

including third party insurance, taxes & duties and all other incidental charges. The prices
also include
cost of spares and damaged parts (in case of comprehensive maintenance contract).
Purchaser does not
have any liability, whatsoever, over and above the prices of PWCAMC.
The PWCAMC charges also include arranging hand tools & tackles, special tools etc.
required to carry out
the work.
The payment terms for the PWCAMC shall be on quarterly basis on completion of each
quarter against
submission of Bills duly certified by the Engineer-in-charge.
The order for PWCAMC will be placed separately by IOCL before the expiry of contractual
Warranty
Period. However, the price of PWCAMC services will remain valid for specified Years (no. of
years for
which PWCAMC is required) from the date of expiry of Warranty period.
Within Ten days of placement of Order for PWCAMC, Seller shall submit CPBG for 5% of the
annual
PWCAMC amount and this CPBG shall be renewed on yearly basis. In absence of a valid
CPBG,
payment for PWCAMC shall not be released.
Periodic and Preventive maintenance: Seller/Contractor shall depute their engineers to
installation site as
& when required for regular checkups, as part of periodic maintenance. He shall also depute
their service
engineers periodically for preventive maintenance, major repairs/replacement and reporting.
Price shall
also include emergency visits as necessary.
Page 50 of 246

Page 1 of 11
Offer Covering Letter for Bidders (INDIGENOUS BIDDERS)
(to be submitted on letterhead without any modification)
---------------------------------------------------------------------Date: _______________
To
Engineers India Limited
4th Floor, Annexe Building,
1, Bhikaiji Cama Place, R.K.Puram,
New Delhi - 110066
Attn: Assistant General Manager (C&P)
Bid Ref:____________________________ dated __________________
RFQ No: Dated
Item :
Project : Coke Chamber Replacement and Allied Modernization In Coker A Unit Of Indian
Oil
Corporation Ltd. (IOCL) Barauni Refinery.
Please find herewith our offer in line with your RFQ requirement. We confirm as under:1. The Delivery/completion period shall be 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. UNPRICED OFFER:
i. Price Schedule Format (WITH PRICES BLANKED)
ii. Pre-filled Agreed Terms & Conditions (ATC) DULY SIGNED &
STAMPED
iii. Annexure I duly filled in. for Taxes and Duties, as applicable
iv. Annual Report for Last Three Financial Years (as applicable).
v. All documents in support of meeting the BQC as per IFB shall be submitted
in a separate section/booklet (as applicable).
vi. Proforma of Declaration of Black Listing/Holiday Listing - DULY SIGNED &
STAMPED
b. PRICED OFFER:
i. Price Schedule Format, duly filled in, signed and stamped.
Bidders Name: ________________________
Signature: ________________________
Seal: ________________________
Page 51 of 246

Page 2 of 11
INDIAN OIL CORPORATION LTD
COKE CHAMBER REPLACEMENT AND ALLIED MODERNIZATION IN COKER A
AGREED TERMS & CONDITIONS (FOR INDIGENOUS BIDDERS)
BIDDERs NAME: M/s. ______________________________________________________
RFQ No.: Dated
Bidders 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 QUOTATION.
2. FAILURE ON THE PART OF BIDDER IN NOT RETURNING THIS DULY FILLED-UP
"QUESTIONNAIRE WITH ALL THE SETS OF UNPRICED QUOTATION AND/OR
SUBMITTING INCOMPLETE REPLIES MAY LEAD TO REJECTION OF BIDDERS
QUOTATION.
3. ALL THE COMMERCIAL TERMS AND CONDITIONS SHALL BE INDICATED BY
VENDOR
IN THIS FORMAT ONLY AND NOWWHEREELSE IN HIS QUOTATION. HOWEVER, IN
CASE THE SPACE FOR VENDORS 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.
No.
DESCRIPTION BIDDERS
CONFIRMATION
1. a Quoted prices are as per Price Schedule Format enclosed
inclusive of Packing & Forwarding charges.
Packing & Forwarding:
QUOTED IN ANNEXURE I
1. b Specify Despatch Point.
1. c Quote firm freight charges extra (in percentage of basic
price). The freight charges shall be inclusive of noncenvatable
service tax.
Vendor to despatch the materials through only reputed
and bank approved transporters having office at Begusarai
in Bihar. In case the material is despatched through any

other transporter, the same shall be door delivery,


consignee copy attached basis and payment shall be
released only after receipt of materials at IOCL Stores
irrespective of payment terms mentioned in any other
clause.
QUOTED IN ANNEXURE I
CONFIRMED
1. d Transit risk insurance shall be covered by the Owner
against their MCE (Marine cum Erection) Policy and the
same shall not be included in the quoted prices.
CONFIRMED
2.a
Excise Duty applicable extra on finished goods:
1) Tariff sub heading no.
2) Present rate of Excise Duty + Educational Cess
payable extra on finished products (including spares).
3) Maximum rate applicable (If present rate is nil or
concessional)
1).
2) QUOTED IN
ANNEXURE I
3)..
Page 52 of 246

Page 3 of 11
S.
No.
DESCRIPTION BIDDERS
CONFIRMATION
2.b Please indicate following break-up
1) Cenvatable Excise Duty + Educational Cess
2) Non Cenvatable Excise Duty + Educational Cess
2.c The payment against Cenvatable portion shall be made at
actual subject to maximum given at 2. (a) above. Confirm
acceptance.
CONFIRMED
2.d The Excise Duty shall be released only on receipt of copy
of Invoice, valid for availing CENVAT. Confirm
acceptance.
CONFIRMED
2.e
1)
4)
Only statutory variations, if any, in the present rate of
excise duty, shall be reimbursed as under:
i) Any increase in the rates of Excise Duty within the
CDD [contractual delivery date or approved extended
date] shall be borne by IOCL.
ii) Any increase in the rates of Excise Duty beyond the
CDD [contractual delivery date or approved extended
date] will be borne by IOCL to the extent Cenvatable
documents are passed on to IOCL and IOCL is in a
position to get the CENVAT claim from the Excise
authorities. The benefit of any reduction beyond CDD
must be passed on to IOCL.
iii) Any variation in Excise Duty at the time of supplies for

any reasons, other than statutory, including variations


due to turnover, shall be borne by bidder.
iv) Material supplied will be eligible for CENVAT Credit
and Bidder shall furnish all documents as required to
avail the same.
In case Excise Duty is not applicable at present but
becomes applicable at the time of contractual delivery
period due to any reasons other than statutory, the same
shall be borne by bidder. Confirm acceptance.
CONFIRMED
CONFIRMED
CONFIRMED
CONFIRMED
CONFIRMED
3.
3.a
3.b
3.c
3.d
Sales Tax:
Sales tax payable extra
Specify CST / BVAT (Bihar VAT)
Present rate *
* In case of CST, C form shall be provided
In case of BVAT, concessional form shall be provided by
IOCL.
Only statutory variations, if any, in the present rate of CST
/ BVAT, upto contractual delivery period shall be to
Owner's account subject to documentary evidence to be
furnished by the Bidder.
If CST / BVAT is not applicable at present due to any
reason, the same shall be borne by Bidder if it becomes
applicable later.
CONFIRMED
CONFIRMED
QUOTED IN
ANNEXURE I
Page 53 of 246

Page 4 of 11
S.
No.
DESCRIPTION BIDDERS
CONFIRMATION
4.1
4.2
4.3
Octroi is not applicable. Confirm that same is not included
in the quoted prices
Entry Tax, if applicable, on finished goods (including
spares) shall be borne and paid by the vendor and
reimbursable by Owner at actual against documentary
evidence. Confirm that same is not included in the quoted
prices
Any increase in the existing taxes / duties or any new or
additional taxes or duties imposed after contractual

delivery shall be to BIDDERS account whereas any


corresponding decrease shall be passed on to the Owner.
CONFIRMED
CONFIRMED
NOTED
5.a
5.b
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
/ Training is inclusive of all taxes and duties except
Service Tax & Edu. Cess, if in the scope of Bidder as
per MR.
2) Percentage of Service Tax & Edu. Cess as applicable
extra on Supervision / Training Charges.
3) Per-diem rate for supervision has been quoted in
accordance with the Terms and Conditions for
Supervision enclosed with the RFQ Documents
SITE WORK
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
Service Tax & Edu. Cess
2) No works contract tax is envisaged as price has
been broken into two parts, viz., (i) procurement and
(ii) service which does not include any part of
material. All materials are required to be with supply
part. If any sales tax under works contract is lawfully
assessed by the sales tax authorities on the contract,
the contractor shall forward to owner such demand
received from the sales tax authorities and the owner
shall pay the sales tax under works contract to the
sales tax authorities. However, should the owner so
require, contractor undertakes to duly and faithfully
challenge the claim from sales tax authorities before
such authority or authorities or court or tribunal as
the owner may from time to time require. Also,
contractor undertakes to refund to owner any refund
received from the sales tax authorities.
CONFIRMED
5.a 2): Quoted in
Annexure I
CONFIRMED
CONFIRMED
NOTED
Page 54 of 246

Page 5 of 11
S.
No.
DESCRIPTION BIDDERS
CONFIRMATION
5 c)
3) Confirm that apart from S.No. 5.b 1) & 2) above,
quoted site work prices are inclusive of all other

applicable taxes & duties and nothing extra shall be


payable by OWNER.
4) Percentage of Service Tax & Edu. Cess as
applicable extra on Site Work.
1) Any increase in the rates of Cenvatable Service
Tax within the CDD [contractual delivery date or
approved extended date] shall be borne by
IOCL.
2) Any increase in the rates of Cenvatable Service
Tax beyond the CDD [contractual delivery date
or approved extended date] will be borne by
IOCL to the extent Cenvatable documents are
passed on to IOCL and IOCL is in a position to
get the CENVAT claim. The benefit of any
reduction beyond CDD must be passed on to
IOCL.
CONFIRMED
Quoted in Annexure I
NOTED
NOTED
6. Price Reduction Schedule
1) Confirm Acceptance to Clause 12 of GPC and
amendment to GPC.
2) In case of procurement of equipments / packages
etc. (which are ordered as single line items)
following shall be applicable:
If the full material is not delivered within the
contractual completion date stipulated in respect
thereof, IOCL shall be entitled to a discount by way
of price adjustment in a sum equivalent to 0.5%
(half percent) of the price of the total order value
per week or part thereof beyond the contractual
completion date in respect thereof, subject to a
maximum discount of 5% (five percent) of the Total
Contract Value.
CONFIRMED
CONFIRMED
7.
7.a
7.b
Delivery Period:
Please confirm acceptance to delivery period as stipulated
in the RFQ.
Delivery period will be reckoned from the date of IOCLs
Fax of Acceptance (FOA).
CONFIRMED
CONFIRMED
Page 55 of 246

Page 6 of 11
S.
No.
DESCRIPTION BIDDERS
CONFIRMATION
8.
8.a

8.b
8.c
Payment Terms:
Please confirm acceptance to following:
Acceptance of applicable Payment terms as mentioned in
the RFQ
Advance payment is not acceptable. However, progressive
payment as specified in the Commercial Terms enclosed
on achievement of specific milestones (under applicable
payment terms) shall be against equivalent Advance Bank
Guarantee as per IOCL format for all payments before
despatch.
In case of delay in delivery, bills shall be submitted after
deducting price reduction for delay.
CONFIRMED
CONFIRMED
CONFIRMED
9.a. Part Order:
a) Acceptance of Part Order as per GPC Clause No. 33.
b) Any charges quoted extra as lumpsum (like IBR,
Testing, freight, etc.) shall be applicable prorata on
value basis in the event of part order / part quantities /
split order.
CONFIRMED
CONFIRMED
9.b MSME BIDDERS:
a) Confirm whether the bidder is a MSME bidder or not.
Yes / No
(tick whichever is applicable)

10. Repeat Order:


Confirm acceptance of repeat order within Six months
from the date of IOCLs FOA, on the same unit price and
terms & conditions.
CONFIRMED
11. Performance Bank Guarantee:
Vendor shall submit Performance Bank Guarantee for
10% of total order value as per GPC. PBG shall be valid
for the full Defect Liability Period stipulated in the GPC + 3
months claim period.
CONFIRMED
12.
Firmness of prices:
Quoted prices shall remain Firm and Fixed till complete
execution of the order.
CONFIRMED
13.
13.a
13.b
Testing and Inspection charges:
Goods and services shall be subject to stagewise and final
inspection by any of the Third Party Inspection (TPI)
agencies (listed in the Special Purchase Conditions &
Instructions to Bidders), and TPI charges are included in
quoted prices, and no additional charges shall be paid by
Owner.

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


be subject to inspection by TPI agencies listed in the
Special Purchase Conditions & Instructions to Bidders,
in the country of origin of the import content, and charges
for the same are included in quoted prices, and no
CONFIRMED
CONFIRMED
Page 56 of 246

Page 7 of 11
S.
No.
DESCRIPTION BIDDERS
CONFIRMATION
13.c
additional charges shall be paid by Owner.
Quoted prices are:
i) Inclusive of charges for all facilities required for
testing and all inspection requirements specified
in the technical specifications and documents
enclosed with the RFQ.
ii) Inclusive of all IBR/IGC/NACE/Radiography
charges as per EILs technical specifications and
the documents enclosed with the RFQ.
CONFIRMED
CONFIRMED
14.
Import Content:
If your offer is based on certain imported raw materials
required for equipments / materials offered, please specify
the following :
a) Please note that IOCL can provide Invalidation letter
for enabling you to import raw materials on Customs
Duty applicable for supplies against EPCG licence.
Also note that Invalidation letter will not be provided for
imports of your sub Vendors.
b) Confirm whether Invalidation letter is required by you
as per (a) above.
c) Indicate rate of customs duty considered and included
in the quoted prices.
d) Indicate brief description/ specification with itemised
CIF value and country of origin of imported material.
(to enable IOCL to operate part order)
e) Indicate classification with tariff no. under which Bidder
intends to import.
f) Confirm prices shall be firm on account of variation in
foreign exchange rate.
g) Please note that Owner shall not provide any import
licence.
h) The quoted prices are based on customs duty with
issue of Invalidation letter by IOCL. IOCLs
responsibility shall be limited up to providing
Invalidation letter. All subsequent activities and
expenses required for availing EPCG benefits shall be
on bidders account. Obtaining EPCG benefit is solely
the Bidders responsibility. Owner will not compensate

Bidder for his failure to obtain EPCG benefit / failure to


import under EPCG benefit.
i) If bidder has considered customs duty for import
contents other than the rate applicable for Project
under EPCG scheme under the EXIM policy of Govt.
CONFIRMED
-----------CONFIRMED
CONFIRMED
CONFIRMED
CONFIRMED
CONFIRMED
CONFIRMED
CONFIRMED
Page 57 of 246

Page 8 of 11
S.
No.
DESCRIPTION BIDDERS
CONFIRMATION
of India, then statutory variation on the customs duty
shall not be payable extra on any increase in the
customs duty rate. However, any decrease in price
due to decrease in customs duty rate at the time of
actual clearance of imported materials shall be passed
on to IOCL.
j) Quoted prices are after considering the benefit of
CENVAT on CVD portion and Additional CVD.
k) Any upward variation due to change in Customs Duty
classifications shall be absorbed by the Bidder.
However, any reduction in customs duty due to
change in classification shall be passed on to Owner.
Please confirm.
l) Statutory variations, if any, in the rate of customs duty
up to a maximum period of 2/3rd of the contractual
delivery period shall be to Owners account against
documentary evidence. Owner will not pay any
variation on account of CVD and Additional CVD.
Please confirm
m) Any increase in price due to increase in the rate of
Customs Duty, due to any reasons, whatsoever,
beyond the above specified period i.e. 2/3rd of
contractual delivery period, shall be to Bidders
account. However, any decrease in custom duty rate
at the time of actual clearance of imported materials
shall be passed on to Owner.
n) The CIF Value(s) indicated by the Bidder shall be
deemed to be the maximum value(s) for the purpose
of payment of variation in custom duty and/or other
statutory variations, if any, thereon.
o) Variation in price due to Customs duty rate will be
dealt with separately after receipt of equipment at site,
against documentary evidence.
CONFIRMED
CONFIRMED

CONFIRMED
CONFIRMED
CONFIRMED
CONFIRMED
15. Validity:
Validity of the offer shall be shall be as per RFQ cover
letter.
CONFIRMED
16.
Confirm Acceptance of all other terms & conditions as per
attached:
a) Request for Quotation (RFQ)
b) General Purchase Conditions & Addendum - 1 to
GPC.
c) Special Purchase Conditions & Instructions to Bidder
(SPC & ITB).
d) Terms & Conditions for supervision of Erection,
Testing & Commissioning for Indigenous Bidders,
e) Terms & Conditions for Site Work / HSE.
f) Integrity Pact.
CONFIRMED
Page 58 of 246

Page 9 of 11
S.
No.
DESCRIPTION BIDDERS
CONFIRMATION
17. Furnish Balance Sheet/ Annual Reports & Turnover
figures of last three years along with your unpriced offer:
TURNOVER, if applicable as per RFQ
Last Year : Rs
2 years before : Rs
3 years before : Rs
Furnished
18. Whether any of the Directors of BIDDER is a relative of
any Director of Owner or the BIDDER is a firm in which
any Director of Owner or his relative is a Partner or the
BIDDER is a private company in which any director of
Owner is a member or Director.
19. a
19.b
Please confirm you have not been banned or delisted by
any Government or Quasi Government agencies or PSUs.
If you have been banned, then this fact must be clearly
stated. This does not necessarily be a cause for
disqualification. However if this declaration is not furnished
the bid shall be rejected as non-responsive.
Please confirm that you have filled in, signed and attached
the enclosed Proforma of Declaration of Black Listing /
Holiday Listing along with your unpriced offer.
CONFIRMED
CONFIRMED
20.
a)
b)

c)
Spares Parts:
Confirm that your quoted prices are inclusive of all
mandatory spares and all commissioning spares as
stipulated in EILs technical specifications (Material
Requisition).
Confirm that item wise unit price of Recommended spare
parts for two years as stipulated in Material
Requisition (MR) have been quoted separately indicating
Dispatch quantity.
Special Tools and Tackles as specified in the MR are
included in the quoted prices.
CONFIRMED
CONFIRMED
CONFIRMED
21. Deviations to Terms & Conditions shall lead to loading of
prices as per Commercial Terms enclosed with this RFQ
or rejection of offer. Please confirm acceptance.
CONFIRMED
22.
Any claim arising out of order shall be sent to Owner in
writing with a copy to EIL within 3 months from the date of
last Dispatch. In case the claim is received after 3 months,
the same shall not be entertained by Consultant/ Owner.
CONFIRMED
23. Bidder to indicate the complete name and address on
which order to be placed by IOCL (in the event of an
order)
_______________
_______________
_______________
Page 59 of 246

Page 10 of 11
S.
No.
DESCRIPTION BIDDERS
CONFIRMATION
24. Printed terms and conditions, if any, appearing in
quotation, shall not be applicable in the event of order. In
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.
CONFIRMED
26. Packing details confirmation. CONFIRMED
BIDDERS SIGNATURE & DATE: _______________________________
SEAL/ STAMP
Page 60 of 246

Page 11 of 11
ANNEXURE-I
INDIAN OIL CORPORATION LTD.
COKE CHAMBER REPLACEMENT AND ALLIED MODERNIZATION IN COKER A
Taxes and Duties format for Indian Bidders
NAME OF BIDDER: _________________________________
VENDOR OFFER REF. ___________________________________ Dated _____________

RFQ NO.: ....

The salient features of the offer are as below:


1. SPECIFY DESPATCH POINT
2. PACKING & FORWARDING CHARGES

INCLUDED IN THE
QUOTED PRICE.
3. EXCISE DUTY + EDUCATION CESS APPLICABLE ON
QUOTED FOT DESPATCH POINT PRICES
__________ % EXTRA
4. EXCISE DUTY: TARRIF SUB HEADING NO.
5. CENTRAL SALES TAX AGAINST FORM C ON QUOTED
FOT DESPATCH POINT PRICES
__________ % EXTRA
6. RATE OF BIHAR VAT WITH CONCESSIONAL FORM ON
QUOTED FOT DESPATCH POINT PRICES
__________% EXTRA
7. PERCENTAGE INLAND FRIEGHT CHARGES EXTRA UPTO
PROJECT SITE APPLICABLE ON FOT DESPATCH POINT
PRICE.
Quoted in the Price
Schedule.
8. CENVATABLE SERVICE TAX PLUS EDU. CESS APPLICABLE
EXTRA ON FREIGHT CHARGES
__________% EXTRA
9. SERVICE TAX PLUS EDU. CESS APPLICABLE EXTRA ON
QUOTED SITE SUPERVISION/ TRAINING CHARGES
__________% EXTRA
10. SERVICE TAX PLUS EDU. CESS APPLICABLE EXTRA ON
QUOTED SITE WORK CHARGES
__________% EXTRA
BIDDERS SIGNATURE & DATE: __________________________ SEAL/STAMP:
Page 61 of 246

GENERAL PURCHASE CONDITIONS


TABLE OF CONTENTS
1.0 DEFINITIONS
2.0 CONFIRMATION OF ORDER
3.0 PRICE
4.0 EARNEST MONEY
5.0 TERMS OF PAYMENT
6.0 VENDORS DRAWINGS AND DATA REQUIREMENT
7.0 FREE ISSUE MATERIALS (for incorporation in the Indigenous supply)
8.0 THE BILL OF MATERIALS
9.0 MODIFICATION
10.0 SUB-CONTRACTS
11.0 EXPEDITING
12.0 RESPECT FOR DELIVERY DATES AND PRICE DISCOUNT
13.0 DELAYS DUE TO FORCE MAJEURE
14.0 WARRANTY OF TITLE
15.0 INSPECTION AND TESTING
16.0 ACCEPTANCE OF MATERIALS & GUARANTEES
17.0 FREIGHT, TAXES AND DUTIES
18.0 WEIGHTS AND MEASUREMENTS
19.0 PACKING AND MARKING

20.0 DESPATCH INSTRUCTIONS


21.0 SHIPMENT AND SHIPMENT NOTICES
22.0 MARINE AND TRANSIT RISK INSURANCE
23.0 SHIPPING AND SHIPPING DOCUMENTS
24.0 INVOICING & NEGOTIATION OF DOCUMENTS
25.0 TRANSFER OF TITLE AND RISK OF LOSS
26.0 TERMINATION
27.0 RECOVERY OF SUMS DUE
28.0 NON-WAIVER
29.0 COMPLETE AGREEMENT
30.0 EXCLUSION OF THE GOVT. OF INDIAS LIABILITY
31.0 TECHNICAL INFORMATION/CONFIDENTIALITY
32.0 MODE OF COMMUNICATION
33.0 PART ORDER/REPEAT ORDER
34.0 ARBITRATION AND GOVERNING LAW
35.0 JURISDICTION
ANNEXURE A: Proforma for Bank Guarantee in lieu of Earnest Money Deposit
ANNEXURE B: Proforma for Irrevocable Letter of Credit
ANNEXURE C: Proforma for Performance Bank Guarantee
ANNEXURE D: Proforma for Bank Guarantee for full value of Free Issue
Material(s)
ANNEXURE E: Proforma for Bank Guarantee for full value of Rejected
Material(s)
Page 62 of 246

GENERAL TERMS AND CONDITIONS OF PURCHASE


1.0 DEFINITIONS
1.1 Unless repugnant to the subject or context thereof, the following expressions
herein used shall carry the meaning hereunder respectively assigned to each,
namely:
(a) Bulk Consumables mean items specifically defined in the Contract
Documents to constitute bulk consumables.
(b) Contract shall mean the contract as derived from:
i) The Tender Documents;
ii) Agreed Variations to the Tender Documents;
iii) Vendors Priced bid; and
iv) The Purchase Order.
(c) Contract Document(s) shall mean individually and collectively the
documents constituting the contract.
(d) Defect Liability Period in respect of:
(i) Bulk Consumables shall be the date of delivery plus 6 (six)
months;
(ii) In the case of other Material(s) shall be 18 (eighteen) months
from the date of delivery or 12 (twelve) months after the same
have been put in service or commissioned, whichever is earlier;
(iii) In the case of altered or replaced Material(s):
(a) With respect to Bulk Consumables, shall be 6 (six) months
from the date of alteration, repair or replacement as the
case may be; and
(b) With respect to other Material(s), shall be 12 (twelve)
months from the date of alteration, repair or replacement

as the case may be.


(e) Delivery
(i) with respect to Imported Material(s) means the date of
completing shipment of the Material(s) on board the designated
Page 63 of 246

vessel or aircraft at the designated port or place of shipment,


securely packed and loaded below deck and unless otherwise
determined, shall be deemed to be the date of the relative Bill of
Lading or Airway Bill; and
(ii) with respect to Indigenous Material(s) means the date of
completing shipment of Material(s) F.O.R./F.O.T. securely
packed and loaded and unless otherwise determined, shall be
deemed to be the date of the relative Truck/lorry Receipt or
Railway Receipt.
(f) Earnest Money Deposit means the Demand Draft or Bankers Pay
Order or the bank guarantee furnished by the Vendor in lieu of cash in
support of his/its bid as required by the Bid Documents.
(g) Equipment means plant, machinery, equipment, instruments,
computer, control and other electronic and electrical systems, and shall
include parts, components, assemblies and sub-assemblies thereof.
(h) Free Issue Material(s) means any equipment, parts or components
or spares to be supplied by IOCL to the Vendor which are to be
incorporated in any supply of Indigenous Material(s).
(i) IOCL means Indian Oil Corporation Ltd., a company incorporated in
India and having its registered office at G-9, Ali Yavar Jung Marg,
Bandra (East) Mumbai 400 051 and having the Head Office of its
Refineries Division at Scope Complex, Core 2, 7 Institutional Area,
Lodhi Road, New Delhi-110 003 and includes its successors, assigns
and all persons through whom it acts in any matter for the purpose of
the Tender or the Contract.
(j) Imported Material(s) mean(s) the materials to be fabricated,
manufactured or procured by the Vendor outside India for shipment to
India under the Contract.
(k) Indigenous Material(s) mean(s) materials to be fabricated,
manufactured or procured by the Vendor within India for supply under
the Contract.
(l) Inspectors means Inspectors nominated, appointed, approved or
deputed by IOCL for inspection of the Material(s) prior to Delivery.
(m) Material(s) means any and all raw materials, manufactured articles,
equipment, spares and other goods and supplies whatsoever and
includes wherever applicable drawings, data, specifications and
intellectual property rights and all services (including but not limited to
design, fabrication, inspection, delivery and testing) required to be
supplied, done, performed, prepared or undertaken to meet the
requirements of the Contract.
Page 64 of 246

(n) Procurement Coordinator means the representative or agency


appointed by IOCL for managing, expediting and/or coordinating the
supply of Material(s).

(o) Project means the Project or Refinery for which the Material(s) is/are
required.
(p) Project Site means the site of the Refinery unit or site of the Project
for which the Material(s) is/are required.
(q) Purchase Order means IOCLs acceptance of the Vendors offer/bid
and includes any formal or detailed Purchase Order issued by IOCL
pursuant to the acceptance of the bid.
(r) Stipulated Delivery Period means the date(s) for delivery of the
Material(s) as stipulated in the Contract and failing such stipulation,
shall mean the date(s) for such delivery(ies) as agreed between the
Vendor and IOCL.
(s) Tender Documents with reference to the Purchase Order mean:
(i) Material Requisition/Request for Quote;
(ii) General Terms and Conditions of Purchase;
(iii) Technical Specifications;
(iv) Special Conditions of Purchase ( if any);
(v) Addendum (a) (if any) to the Tender Documents.
(t) Total Contract Value means total value of the Material(s) and
services to be supplied as specified in the Purchase Order, exclusive of
reimbursable taxes and duties.
(u) Vendor means the successful bidder on whom the Purchase Order is
placed.
1.2 Interpretation of Contract Documents
1.2.1 The several Contract Documents forming the Contract are to be read together
as a whole and are to be taken as mutually explanatory.
1.2.2 Should there be any doubt or ambiguity in the interpretation of the Contract
Documents or in any of them, the Vendor shall prior to commencing the
relative supply or work for supply under the Contract apply in writing to IOCL
for resolution of the doubt or ambiguity. Should the Vendor fail to apply to
IOCL within 7 days from the date of receipt of the Order for its clarification as
aforesaid, the Vendor shall perform the relative work and/or make the relative
supply at his own risk.
1.2.3 Any item of supply or service relative thereto shown, indicated or included by
expression or implication in any document forming part of the Contract shall be
Page 65 of 246

deemed to form part of the Scope of Supply with the intent that the indication
or inclusion of the supply or service within any of the said documents shall be
a sufficient indication of the Scope of Supply or service covered by the
Contract.
1.2.4 No verbal agreement or assurance, representation or understanding given by
any employee or officer of IOCL or so understood by the Vendor shall anywise
bind IOCL or alter the Contract Documents unless specifically given in writing
and signed by or on behalf of IOCL as an Agreed Variation to the relative
term(s) in the Contract Document(s).
1.2.5 Clause headings given in this or any other Contract Documents are intended
only as a general guide for convenience in reading and segregating the
general subject of the various clauses, but shall not govern the meaning or
import of the clauses there under appearing or confine or otherwise affect the
interpretation thereof.
1.3 Irreconcilable Conflicts

Subject to the provisions of Clause 1.2 hereof, in the event of an irreconcilable


conflict between the provision of these General Terms and Conditions of
Purchase and/or the Special Conditions of Purchase and/or Addendum (a)
and/or the Agreed Variations to the Tender Documents and/or the Purchase
Order and/or between any of the other said documents so that the conflicting
provision(s) cannot co-exist, to the extent of such irreconcilable conflict, the
following order of precedence shall apply so that the conflicting provision(s) in
the document lower in the order of precedence set out below shall give way to
the conflicting provision(s) in the document higher in the order of precedence,
namely:
(i) Agreed Variations to the Tender Documents;
(ii) Purchase Order;
(iii) Addendum/Addenda (a) to the Tender Document;
(iv) Special Conditions of Purchase;
(v) General Terms and Conditions of Purchase;
(vi) Other Contract Documents.
2.0 CONFIRMATION OF ORDER
2.1 Without prejudice to the formation of contract by acceptance of bid, the Vendor
shall acknowledge the acceptance of the Purchase Order by signing and
returning the duplicate/photocopy within 7 (seven) days following receipt of
the Purchase Order and such acknowledgement shall constitute conclusive
evidence of a concluded contract without exception, on the terms and
conditions set out in the Bid Documents.
2.2 Should the Vendor fail to acknowledge acceptance of the Purchase Order
within the period specified above, IOCL may, without prejudice to any other
right or remedy available to it, forfeit the Earnest Money Deposit.
Page 66 of 246

3.0 PRICE
3.1 Unless otherwise specifically stipulated, the price shall be firm and shall not be
subject to escalation for any reason.
3.2 Unless otherwise specifically stipulated, the price for Indigenous Material(s):
(i) shall be inclusive of road/rail worthy water-proof packing and
forwarding charges upto effecting delivery at F.O.T./F.O.R despatch
point and shall also be inclusive of inland freight and octroi, terminal
taxes and entry taxes as leviable on the transportation or entry of goods
into any local area or limits pursuant to the Contract; and
(ii) shall be exclusive of transit insurance, VAT, Central Sales Tax, State
Sales Tax, Excise Duty and/or such other imposts which are leviable by
law on the manufacture of finished goods or their sale to IOCL pursuant
to the Contract.
3.3 (a) If it is stipulated that octroi, terminal taxes and entry taxes are to be borne by
IOCL, the Vendor shall arrange for the transporter to pay the octroi, terminal
taxes and/or entry taxes, if any leviable and claim reimbursement thereof from
IOCL against proof of payment.
(b) If it is stipulated that dispatch shall be on freight to pay basis, the Vendor
shall advise the transporter to collect the freight from IOCL after the full
quantity of the Material(s) has/have been delivered in good condition to the
Project Site.
3.4 Unless otherwise stipulated, the price of Imported Material(s) shall be the FOB
/FCA price of Material(s) and shall be inclusive of sea/air worthy water-proof

packing and forwarding charges and loading of Material(s) below deck of


vessel and all taxes upto delivery of Material(s) at stipulated Indian Port,
shipped through Indian flag vessels, but shall be exclusive of marine/air
insurance and ocean/air freight. Except for stipulations to the contrary in the
Contract, the provisions of FOB (INCOTERMS-2000) shall apply to ocean
shipments and the provisions of FCA (INCOTERMS-2000) shall apply to air
shipments.
4.0 EARNEST MONEY
4.1 A bid is liable to be rejected unless it is supported by earnest money of a value
as provided in the Purchase Requisition/ Request for Quote.
4.2 Earnest Money by the tenderers shall be accepted only in the form of a
Demand Draft or Bankers Pay Order drawn on a local bank in favor of Indian
Oil Corporation Limited. Bank Guarantee in the format set forth in Annexure
A hereto may be furnished in lieu thereof if the amount of Earnest Money
Deposit is not less than Rs. 100,000/-(Rupees one hundred thousand only).
Page 67 of 246

4.3 If the Earnest Money is in the form of a Bank Guarantee, the validity of the
Bank Guarantee shall be extended by the Vendor at the Vendors cost and
initiative for a period of 3 (three) months beyond the date of the acceptance of
bid by IOCL, failing which the Bank Guarantee may be encashed by IOCL and
the proceeds held as security for the performance of Vendors obligation and
the due discharge of Vendors liability under the resultant Contract until the
Vendor acknowledges the acceptance of the Purchase Order and furnishes
the Performance Guarantee. Should the Vendor fail to accept the Purchase
Order and/or furnish the Performance Guarantee within the time specified in
this behalf, or specifically permitted by IOCL for the purpose, IOCL may
encash the Bank Guarantee furnished by the Vendor by way of Earnest Money
Deposit and/or forfeit such proceeds or other encashable Earnest Money
Deposit held by it in cash without prejudice to any other right or remedy
available to it.
4.4 The Earnest Money paid by the unsuccessful bidder(s) shall be
refunded/returned within 15 days of the finalisation of the Tender by IOCL.
4.5 Earnest Money furnished by a tenderer may also be forfeited in the following
circumstances:
(a) If the tenderer alters or modifies or withdraws their bid prior to opening
of the price bid and within the specified validity period of the Tender; or
(b) If the tenderer withdraws their bid after the Tender is opened.
5.0 TERMS OF PAYMENT
5.1 For Imported Material(s):
a) The price of Imported Material(s) shall be paid in the currency specified
in the Contract.
b) 100% (one hundred percent) of the price of the relative Imported
Material(s) (after considering price reduction for delay, if any, as per
clause 12.0) will be paid under an irrevocable Letter of Credit against
submission of documents specified in the Letter of Credit. The Letter of
Credit shall be substantially in the format set forth in the Annexure B
hereto and shall be established either by the State Bank of India or
other bankers of IOCL in India.
c) Unless otherwise specified, the Vendor may draw against the Letter of
Credit on presentation of all the following documents:

(i) Invoice
(ii) Clear Bill of Lading/Airway Bill covering the Material(s) invoiced
(iii) Packing list for the consignment
Page 68 of 246

(iv) Third party Inspectors Certificate covering the invoiced


Material(s) wherever applicable
(v) Test/Composition Certificate
(vi) Certificate of origin
(vii) Drawing(s)/Catalogue(s) covering the Material(s), wherever
applicable.
(viii) Export Certificate, wherever applicable
(ix) Invoice of Inspectors charges, wherever applicable
(x) IOCLs acknowledgement of Performance Bank Guarantee
wherever applicable.
d) Bank charges payable to IOCLs banker for opening of the Letter of
Credit shall be borne by IOCL and bank charges payable to the
Vendors banker shall be borne by the Vendor.
e) Should the Vendor desire to get the Letter of Credit confirmed by any
other banker, confirmation charges will be borne by the Vendor.
f) Unless otherwise agreed, the Letter of Credit shall not permit drawing in
more than 3 (three) tranches.
g) Unless otherwise specified, the Vendor shall furnish a Bank Guarantee
towards performance favoring IOCL within 15-days of the Purchase
Order for an amount equivalent to 10% (ten) of the Price of Material(s)
from a Scheduled bank in India (including an Indian branch of a foreign
bank) acceptable to IOCL in the format set forth in Annexure C
hereto valid (in the first instance) for the period specified in Clause
16.12
h) In the event that IOCL requests the Vendor to hold or to warehouse the
Material(s) for any period after the Material(s) are ready for shipment,
the storage charges as agreed, shall be borne by IOCL in addition to
the Price.
5.2 For Indigenous Supply:
a) Unless otherwise specified in the Contract, where the total contract
value does not exceed Rs.50,000/- (Rupees fifty thousand only), IOCL
shall release 100 % of the relative Price of Material(s) within 30 days of
receipt of the Material(s) at Project Site and their acceptance.
b) Unless otherwise specified in the Contract, where the total contract
value exceeds Rs. 50,000/-(Rupees fifty thousand only) but is less than
Rs. 1,00,000/- (Rupees one hundred thousand only), IOCL shall release
90% of the relative Price of Material(s) on delivery of the documents
specified in (c) hereof below relative hereto, and will release the
balance 10% of the Vendors invoice within 30 (thirty) days of receipt of
Material(s) at Project Site and their acceptance.
Page 69 of 246

c) Unless otherwise specified, where the total contract value of the


Material(s) is Rs. 1,00,000/- (Rupees one hundred thousand only) and
above, IOCL shall release 90% of the relative price against the
documents specified here below relative hereto through IOCLs

bankers and will release the balance 10% on the Vendors invoice
within 30 (thirty) days of receipt of Material(s) at the Project Site and
its/their acceptance. Unless otherwise mentioned, the specified
documents are:
(i) Invoice
(ii) Clear Railway Receipt/Truck Receipt/Goods Receipt covering
the Material(s) invoiced
(iii) Packing list for the consignment
(iv) Third Party Inspectors Certificate covering the invoiced
Material(s)/ Release Note, wherever applicable
(v) Test/Composition Certificate, wherever applicable
(vi) IBR Certificate/CMRS Certificate, wherever applicable
(vii) Drawing(s)/Catalogue(s) covering the Material(s) , wherever
applicable
(viii) Guarantee/Warranty Certificate(s), wherever applicable
(ix) Invoice of Inspectors charges, wherever applicable
(x) Freight Memo(s) if freight is not included in the Price and the
RR/TR/GR does not give the freight particulars.
(xi) Acknowledgement by IOCL of receipt of Performance Bank
Guarantee (wherever applicable)
d) The financial settlement of the Vendors invoice is liable to be withheld
in the event the Vendor fails to submit the drawings, data and all other
documents as called for in the Purchase Order.
(e) Unless otherwise specified, the Vendor shall furnish a Bank Guarantee
towards performance favoring IOCL within 15-days of the Purchase
Order for an amount equivalent to 10% (ten) of the Price of Material(s)
from a Scheduled bank in India (including an Indian branch of a foreign
bank) acceptable to IOCL in the format set forth in Annexure C
hereto valid (in the first instance) for the period specified in Clause
16.12.
Page 70 of 246

10

6.0 VENDORS DRAWINGS AND DATA REQUIREMENT


The Vendor shall submit drawings, data and documentation in accordance with
(but not limited to) what is specified in the Purchase Requisition/Tender
documents and/or Vendors drawing and data form attached to the Purchase
Order, within 30 (thirty) days of the Purchase Order. The types, quantities
and time limits for submitting these must be respected by the Vendor and the
Material(s) shall be deemed not to have been delivered for all purposes
(including payment) until completion of the said submissions to the satisfaction
of IOCL.
7.0 FREE ISSUE MATERIALS (for incorporation in the Indigenous supply)
If the Purchase Order involves the incorporation of any Free Issue Material(s):
(a) The Vendor shall prior to taking delivery of the Free Issue Material(s)
arrange for a Bank Guarantee for the full value of the Free Issue
Material in the format set forth in Annexure D hereto valid from the
date of the receipt of the Free Issue Material(s) until delivery of the
Material(s) in which the Free Issue Material(s) has/have been
incorporated.
(b) The Vendor shall inspect the Free Issue Material(s) at the time of taking
delivery thereof and satisfy itself of the quality, quantity and condition of

the Free Issue Material(s). IOCL shall not be liable for any claims or
complaints whatsoever in respect of the quality, quantity or condition of
the Free Issue Material(s) once the Vendor has taken delivery thereof.
(c) All Free Issue Material(s) shall be taken delivery of, transported, held,
stored and utilized by the Vendor as trustee of IOCL, and delivery of the
Free Issue Material to the Vendor shall constitute an entrustment
thereof by IOCL to the Vendor with the intent that any transportation,
utilization, application or disposal thereof by the Vendor otherwise than
for incorporation in the Indigenous Material(s) shall constitute a breach
by the Vendor.
(d) The Vendor shall transport the Free Issue Material(s) only by such
transportation as is suitable and shall hold and store the Free Issue
Material(s) only at such place and/or premises that are air and water
tight and otherwise suitable for the storage of the Free Issue Material(s)
so as to prevent damage or deterioration or theft or other loss, and shall
arrange such watch and ward as shall be necessary to ensure the
safety thereof.
(e) Notwithstanding the Bank Guarantee mentioned in sub-paragraph (a)
above, the Vendor shall replace any Free Issue Material(s) which is/are
lost, damaged, misused, stolen or deteriorated with other Material(s) of
equivalent quantity and quality and condition, and the same shall be
deemed to constitute Free Issue Material(s) and the provisions of subPage 71 of 246

11

paragraphs (a) to (f) hereof shall apply thereto in the same manner as to
the originally supplied Free Issue Material(s).
(f) Unused Material(s) from the Free Issue Material(s) shall be returned by
the Vendor to IOCL and if IOCL so directs, the Vendor shall dispose of
the same by sale or otherwise on such terms and conditions as IOCL
may stipulate or approve and the Vendor shall pay to IOCL the sale
proceeds of the Material(s) so disposed of by sale.
8.0 THE BILL OF MATERIAL(S)
8.1 Where the price of Material(s) is a lumpsum price and pro-rata payment is
envisaged in the Purchase Order, the Vendor shall within 30 (thirty) days of
the issue of the Purchase Order furnish to IOCL for approval, a priced and
detailed Bill of Material(s)/ Billing Schedule as required covering all Material(s),
which shall conform to the price break-up and Total Contract Value given in
the Purchase Order. The Bill of Material(s) shall operate as the Billing
Schedule for payment of the price of the Material(s). In preparing the Bill of
Material(s), the Vendor shall ensure that all contracted Material(s) are
included in the Bill of Material(s) so as to ensure that IOCL is not required, due
to any oversight or omission, to pay any taxes and duties on a value in
excess of the total Value indicated in the Contract. Should IOCL be required to
pay excise duty, sales tax or customs duty on account of such oversight or
omission, the Vendor shall reimburse such excess payments to IOCL.
8.2 The Material Safety Data Sheets in the case of catalysts and chemicals and
other items where ever applicabe shall also be submitted within 30 days after
receipt of the Purchase Order.
9.0 MODIFICATION
9.1 IOCL shall have the right to request changes or modifications in the technical
documents and/or specifications comprised in the Contract, subject to the

Vendors approval thereto. IOCL shall bear any additional cost and shall be
entitled to the benefit of any reduced cost resultant upon any such change or
modification.
9.2 As soon as possible after receipt of a written request from IOCL for change(s),
the Vendor shall furnish in writing to IOCL an estimate of the additional cost or
benefit for the change(s) and/or modification(s) requested and its effect on the
delivery date. On agreement with respect to the enhanced/reduced cost and
modified delivery time, which shall be finalized within 10 (ten) days of the
request for the modification, IOCL shall issue an amendment to the Purchase
Order, and the Vendor shall promptly proceed with the
change(s)/modification(s) contemplated by the amended Purchase Order.
10.0 SUB-CONTRACTS
10.1 The Vendor shall not assign the Contract in whole or part without obtaining the
prior written consent of IOCL.
Page 72 of 246

12

10.2 The Vendor shall, notwithstanding the consent and assignment, remain jointly
and severally liable and responsible to IOCL together with the assignee, for
and in respect of the due performance of the Contract and the Vendors
obligations there under.
11.0 EXPEDITING
11.1 IOCL may appoint a Procurement Coordinator to manage, expedite and
coordinate the manufacture, shipment and/or despatch of Material(s) covered
by the Contract.
11.2 The Vendor shall furnish to the Procurement Coordinator within 30 (thirty)
days of receiving the Purchase Order, the required number of copies of
documents including but not limited to Schedule of manufacture/PERT chart,
unpriced copies of sub-orders, phased programme of item-wise manufacture,
testing and delivery and any other information and/or documents as may be
called for by the Procurement Coordinator.
11.3 The Procurement Coordinator shall have free access to the Vendors shop and
sub-suppliers shop during normal working hours and shall be provided all the
necessary assistance and information to help him perform his job.
12.0 RESPECT FOR DELIVERY DATES AND PRICE DISCOUNT
12.1 The time and date of Delivery of Material(s) as stipulated in the Contract shall
be adhered to on the clear understanding that the Price(s) of the Material(s)
has/have been fixed with reference to the said Delivery date(s).
12.2 If any delay is anticipated by the Vendor in the delivery of the Material(s) or
any of them beyond the stipulated date(s) of Delivery, the Vendor shall
forthwith inform IOCL in writing of such anticipated delay and of the steps
being taken by the Vendor to remove or reduce the anticipated delay, and shall
promptly keep IOCL informed of all subsequent developments.
12.3 If any Material(s) is/are not delivered within the Delivery date(s) stipulated in
respect thereof, IOCL shall be entitled to a discount by way of price adjustment
in a sum equivalent to 0.5% (one half percent) of the price of such Material(s)
per week or part thereof that the Material(s) remain(s) undelivered beyond the
stipulated Delivery period in respect thereof, subject to a maximum discount of
5% (five percent) of the Total Contract Value. Such discount shall be given by
the Vendor by equivalent reduction in the invoice value before presentation of
documents to the Bank/IOCL for payment. Should the Vendor fail to deliver
the Material(s) or to make such adjustment, the discount may be recovered by

any other means.


12.4 Without prejudice to its rights under Clause 12.3 hereof and to entitlement to
discount(s) accrued in terms thereof and in addition thereto, IOCL may at any
time after the expiry of the stipulated date(s) of Delivery in respect of any
Page 73 of 246

13

Material(s), at its discretion terminate in whole or part the Contract in respect


of the undelivered Material(s) or any of them and either purchase such
Material(s) from any other available source at the risks and costs of the Vendor
and recover from the Vendor any additional cost incurred by it on such
purchase or recover from the Vendor without such purchase the difference
between the market and contract price of such Material(s) on the date of
termination of Contract relative thereto.
13.0 DELAYS DUE TO FORCE MAJEURE
13.1 If a force majeure event as defined below, affecting the Vendor, arises prior to
the expiry of the stipulated Delivery period in respect of any Material(s) and the
Vendor intends to claim extension of the stipulated date of delivery in respect
of such Material(s) or any of them, the Vendor must advise IOCL by notice in
writing of such event by means of communication which secures undisputed
service of the notice not later than 10 (ten) days of the occurrence of the event.
Such occurrence shall be duly certified by a local Chamber of Commerce or
statutory authority. The Vendor shall within 10 (ten) days of the end of the
Force Majeure event similarly notify IOCL of such cessation, and of the period
and Material(s) for which an extension of Delivery date(s) is consequently
claimed. Such notification shall be a mandatory pre-condition to a claim for
such extension.
13.2 Events of Force Majeure shall mean:
(a) natural calamities, civil wars and national strikes which have a duration
of more than seven consecutive working days; and
(b) strike at Vendors works for more than 10 consecutive days.
13.3 Commercial hardship and third party breach, strike, shutdown or lockout other
than as specified in Clause 13.2 hereof shall not constitute an event of Force
Majeure.
13.4 In the event of Force Majeure, each party shall bear any costs incurred by it
resulting therefrom. The party affected by Force Majeure shall use all
reasonable efforts to prevent and reduce to a minimum and mitigate the effect
of delays occasioned by such Force Majeure.
13.5 Subject to receipt of notices under Clause 13.1 above, the stipulated Delivery
date(s) may be extended by IOCL. The decision of IOCL on the Vendors
claim for extension of time and the time of extension and Material(s) on which
extension is given shall be final and binding on the Vendor. On the grant of
such extension, the extended date shall be deemed to be the stipulated
Delivery date for the purpose of calculating price discount under Clause 12.3
hereinabove.
13.6 If the Vendor is prevented from fulfilling its contractual obligations for a
continuous period of three (3) months because of Force Majeure, then the
Vendor and IOCL shall consult with each other with a view to agreeing on the
action to be taken under the circumstances, and failing such agreement, IOCL
Page 74 of 246

14

shall be entitled to terminate the contract in whole or to the extent that its

performance is prevented by Force Majeure.


14.0 WARRANTY OF TITLE
14.1 The Vendor warrants that the Material(s) sold and supplied by it to IOCL
pursuant to the Contract shall be free from any and all defects in title including
but not limited to any charge, third party claim, mortgage, hypothecation,
foreclosure, lien, restriction, injunction, attachment or encumbrance
whatsoever and shall hold and keep IOCL indemnified from and against any
and all contrary claims, demands, actions and proceedings and all costs
(including legal costs), charges, expenses and losses suffered or incurred by
IOCL as a consequence thereof and/or to defend any such claim, demand,
action or proceeding.
14.2 The Vendor shall be understood to have represented to IOCL that the use by
IOCL of the Material(s) supplied by the Vendor will not infringe any third party
patent rights or pending patent applications or other intellectual property rights.
Accordingly, the Vendor will hold harmless and indemnify IOCL against all
costs (including legal costs), charges and expenses incurred or any damages
or other sums that may be assessed or become payable under any decree or
judgment of any court or under any settlement resulting from any suit, claim or
action for infringement of third party patents or other third party intellectual
property.
15.0 INSPECTION AND TESTING
15.1 In addition to any tests to be conducted by the Vendor under the Contract or
any applicable codes or standards, the Material(s) shall be subject to
inspection and/or testing by Inspector(s) (including Third Party Inspector(s)) at
any time prior to shipment and/or despatch and to final inspection within a
reasonable time after arrival at the Project Site. The Inspector(s) shall have
the right to carry out the inspection or testing, which will include inspection and
testing of the raw materials at manufacturers shop, at fabricators shop and at
the time of actual despatch before and/or after completion of packing.
15.2 In addition to testing and inspection by Inspectors, IOCL may nominate an
institutional agency like Boiler-Inspectorate for official testing of coded
equipment. The Vendor shall ensure that all procedures for preparation and
performance of tests prescribed by such institution shall be scrupulously
complied and observed.
15.3 Unless otherwise specified in the Contract, the inspection shall be carried out
as per the relevant standards/scope of inspection provided alongwith the
Tender Enquiry/Purchase Order. All charges for Third Party Inspectors shall be
borne by the Vendor and IOCL shall reimburse these charges at actual against
documentary proof of payment (limited to the amount indicated in the Contract
towards third party inspection,) unless such inspection has become infructuous
for any cause.
Page 75 of 246

15

15.4 All manufacturers mill test certificates and analytical reports from material
laboratories in respect of raw materials employed and components
incorporated shall have to be presented by the Vendor.
15.5 Before shipping or despatch, the Material(s) will have to be checked and
stamped by the Inspector(s) who may forbid the use and dispatch of any
equipment and/or Material(s) which during tests and inspection fail(s) to
comply with the specifications, codes and testing or other contractual
requirements applicable thereto, and the Vendor shall not tender such rejected

Material(s) for supply to IOCL nor shall incorporate the same in any Material(s)
to be tendered for supply to IOCL.
15.6 The Vendor will inform IOCL at least eight (8) days in advance of the exact
place, date and time of tendering the Material(s) for required inspection and
provide free access to the Inspector(s) during normal working hours at
Vendors or his/its sub-Suppliers works, and place at the disposal of the
Inspector(s) all useful means for undertaking the Inspection, checking the
results of tests performed, marking the Material(s), getting additional tests
conducted and final stamping of the Material(s).
15.7 All tests will be performed at the Vendors expense and if required by the
Inspector(s), shall be conducted in accordance with the Inspectors
instructions. The Vendor shall also bear the expense for the preparation and
rendering of tests required by the Boiler Inspectorate or other statutory testing
or certifying agencies/institutions.
15.8 Unless otherwise specified, all charges for the Inspection shall be borne by the
Vendor.
15.9 IOCL may, at its own expense, have its representative(s) witness any test or
inspection. In order to enable IOCLs representative(s) to witness the
tests/inspections, the Vendor shall notify IOCL at least 30 (thirty) days in
advance, of the schedule of all inspection hold points prior to the initiation of
equipment fabrication. IOCL shall be notified eight (8) calendar days in
advance of any changes in the schedule of inspection. IOCL will advise the
Vendor in advance whether it intends to have its representative(s) be present
at any of the inspections.
15.10 Even if the inspection and tests are fully carried out, the Vendor shall not be
absolved from its responsibilities to ensure that the Material(s), raw materials,
components and other inputs are supplied strictly to conform and comply with
all the requirements of the Contract at all stages, whether during manufacture
and fabrication, or at the time of Delivery as on arrival at site and after its
erection or start up or consumption, and during the defect liability period. The
inspections and tests are merely intended to prima facie satisfy IOCL that the
Material(s) and the parts and components comply with the requirements of the
Contract.
15.11 The Vendors responsibility shall also not be anywise reduced or discharged
because IOCL or IOCLs representative(s) or Inspector(s) shall have examined
Page 76 of 246

16

or commented on the Vendors drawings or specifications or shall have


witnessed the tests or required any chemical or physical or other tests or shall
have stamped or approved or certified any Material(s).
15.12 Unless otherwise specifically permitted by the Contract, no Material(s) shall be
dispatched for delivery or delivered under the Contract without being stamped
or otherwise approved for delivery by the Inspector(s).
15.13 Notwithstanding approval by the Inspector(s), if on testing and/or inspection
after receipt of the Material(s) at Project Site, any Material(s) is/are found not
to be in strict conformity with the contractual requirements or specifications,
IOCL shall have the right to reject the same and hold the Vendor liable for
nonperformance
of the Contract. The provision of Clause 16.5 to 16.11 shall
mutatis mutandis apply to such rejected Materials.
16. ACCEPTANCE OF MATERIALS & GUARANTEES

16.1 The Vendor acknowledges that notwithstanding the provision or approval of


any drawings, designs, specifications, source of supply or other data relative
thereto by IOCL and/or the testing of Material(s) in accordance with the
requirements of the Contract or any applicable code or specification and/or any
inspection of the input or Material(s) by the Inspector(s) or issue of an
Inspection Certificate relative thereto and/or any other act, matter or thing done
or required by IOCL to satisfy itself of the quality, quantity, sufficiency or
efficiency of the Material(s) prior to delivery thereof and/or the transfer of title
and/or risks in relation to the Material(s), shall not be deemed or understood to
constitute acceptance of the Material(s) by IOCL nor shall IOCL be
understood to have accepted any Material(s) other than plant, machinery,
equipment and parts and components unless such Material(s) have been
received at the Project Site of IOCL and found to be acceptable as evidenced
by a Certificate of Acceptance issued by IOCL, and in case of plant,
machinery, equipment and parts and components, unless they have been
incorporated into the relative Project Unit and the said Unit has been tested
and the relative plant, machine, equipment, part or component has
successfully functioned without patent defect.
16.2 To this end, the Vendor guarantees that:
(i) All materials used in the execution of the Contract and all Material(s)
used in performance thereof shall be in strict compliance and conformity
to the characteristics, requirements and specifications of the Contract
and suitable for the purpose for which such Material(s) are intended to
be used if such purpose has been disclosed or is/are suitable for use to
which such Material(s) are ordinarily put to use, if such purpose has not
been disclosed.
(ii) In the case of machinery, plant or equipment with rated capacities,
outputs or other characteristics, that the machinery, plant or equipment
as the case may be, shall function to such capacities and/or outputs and
shall meet the other characteristics required in respect thereof.
Page 77 of 246

17

16.3 The Vendor further undertakes to replace any Material(s) if found not to
conform to the guarantees aforesaid at any time during the defect liability
period applicable thereto. IOCL shall give written notice of the defect to the
Vendor and of the rejection of the defective Material(s).
16.4 If the defect can be rectified or repaired without diminishing the quality, utility,
efficiency or life of the Material(s) (of which IOCL shall be the sole judge),
instead of outright rejection of the Material(s) IOCL may at its discretion permit
the Vendor to rectify the defect(s) within a period to be specified by IOCL in
this behalf in the notice. Should the Vendor fail to take action satisfactory to
IOCL to rectify the defect(s) within the period specified, IOCL may at its option,
at the risk and cost of the Vendor in all respects, rectify or repair or cause to be
rectified or repaired the defect(s) either by itself or through any other source or
agency, or to reject the defective Material(s).
16.5 Should IOCL, notwithstanding the endeavour to do so, be unable to rectify or
repair or get rectified or repaired the defect(s) within a reasonable time, IOCL
may, notwithstanding such endeavour reject the defective Material(s).
16.6 The Vendor shall repair, rectify and/or replace, as the case may be, the
defective and rejected Material(s) without entitlement to any extra payment.
DDP INCOTERMS 2000 shall apply for such replacement parts or components

or Material(s) at Project Site with respect to imported parts or components or


materials.
16.7 The Vendor shall at its own risk and cost remove any rejected Material(s) from
the Project Site, and in case of plant, machinery, equipment, parts or
components which have been installed, cause the same to be dismantled and
removed from the Project Site subject to the Vendor in all cases prior to the
removal of the rejected Material(s) from the Project site:
(i) furnishing a bank guarantee to IOCL from a Scheduled bank in India
(including an Indian branch of a foreign bank acceptable to IOCL) and in
a format set forth in Annexure E hereto for the value paid by IOCL on
the Material(s) rejected; and
(ii) undertaking to replace the rejected Material(s) with other Material(s)
conforming to the Vendors guarantees aforesaid applicable thereto.
16.8 The Vendor shall not without the prior written consent of IOCL utilize any
rejected Material(s) in the re-supply.
16.9 The Defect Liability Period with respect to any Material(s) replaced, repaired
and/or rectified shall be reckoned from the date of such replacement, repair
and/or rectification as the case may be.
16.10 Should the Vendor fail to dismantle and/or remove any rejected Material(s)
from the Project Site within the time specified in the notice of rejection, IOCL
may without prejudice to any other right or remedy, at the risk and cost of the
Page 78 of 246

18

Vendor cause the rejected Material(s) to be dismantled and sold by public


auction or private treaty as it deems fit and hold or adjust the sale proceeds for
the recovery of the cost of dismantling, sale and removal of the rejected
Material(s) and any amount paid by IOCL towards the price of the rejected
Material(s). In so doing, IOCL shall not act as a trustee or constructive trustee
of the Vendor and shall be entitled to act solely on the basis of its best
judgment without being accountable or liable to the Vendor in any manner
except for the proceeds of the sale.
16.11 The time taken for the repair, rectification or replacement of Material(s) will not
be added to the stipulated Delivery date for the purpose of calculating price
discount, and delivery of such Material(s) shall be the date of Delivery of the
repaired, rectified or replaced Material(s).
16.12 As security for the due performance of its obligations and the due discharge of
its liabilities under the Contract, the Vendor shall within 15 (fifteen) days of the
issue of the Purchase Order furnish to IOCL a Bank Guarantee issued by a
Scheduled Bank in India acceptable to IOCL, in the format set forth hereto and
marked Annexure C hereinbefore. The Bank guarantee shall remain in
force for the entire period required for the performance of the contract and the
defect liability period plus a 3 (three) months claim period thereafter. Any
shortfall in the value of the Bank Guarantee, as a result of encashment by
IOCL either in full or in part, shall be made good by the Vendor within 7
(seven) days of notice by IOCL to the Vendor in this behalf. Any failure by the
Vendor to furnish the Bank Guarantee or to enhance the Value of the Bank
guarantee as stated above shall constitute a default by the Vendor for which
IOCL shall, without prejudice to any other right or remedy available to it, be
entitled to terminate the Contract with consequences as indicated in clause
12.4, the provisions whereof shall mutatis mutandis apply.
17. FREIGHT, TAXES AND DUTIES

17.1 Subject to the provisions of Clause 17.2, hereunder, Excise duty and Sales
tax/VAT payable on the sale and delivery of Material(s) pursuant to the
Contract will be paid in the case of Sales tax and reimbursed in the case of
VAT and Excise duty at actual within the contractual delivery date. Any
increase in the rates of Excise Duty & VAT beyond the contractual completion
date or approved extended contractual completion date will be borne by IOCL
to the extent CENVATABLE documents passed on to IOCL and IOCL is in a
position to get the CENVAT claim from the authorities. However, the benefit of
any reduction must be passed on to IOCL
17.2 Taxes and duties payable or reimbursable by IOCL to the Vendor on the supply
of Indigenous Material(s) shall be included in and shown separately in the
Vendors invoice for the Material(s). However, the Vendor shall not be entitled
to claim payment from the bankers or IOCL of CENVATABLE or VATABLE
taxes or duties on which IOCL would be entitled to other credits (presently
Excise Duty, Value Added Tax (VAT) and Service Tax) without furnishing IOCL
Page 79 of 246

19

the documents required for IOCL to avail of the full CENVAT / VAT or other tax
benefits available to IOCL against the payment of the tax. The Vendor shall
prior to despatch of the Material(s) obtain from IOCL a list of the documents
required by IOCL to enable it to avail of the relative benefits. Payment or
reimbursement of the CENVATABLE / VATABLE / other taxes and duties on
which credit is available to IOCL shall be made upon the Vendor furnishing the
relevant documents.
17.3 Freight and/or octroi and entry and/or terminal taxes, if any, payable or
reimbursable by IOCL shall be invoiced separately and shall be paid/reimbursed
by IOCL after receipt of the Material(s) at the Project Site and
satisfactory proof of payment of the relative octroi, entry and/or terminal taxes,
as the case may be.
17.4 Freight, taxes and duties are not intended to operate as a profit centre but are
intended only to meet the relevant costs incurred on this account. If any
reimbursement or collection of the taxes or duties by the Vendor from IOCL is
in excess of the freight, taxes and/or duties actually paid by the Vendor, the
Vendor shall forthwith refund such excess to IOCL together with interest
thereon at 1% (one percent) per annum above the Prime Lending Rate of the
State Bank of India from the date of collection until the date of refund.
18.0 WEIGHTS AND MEASUREMENTS
18.1 The shipping documents, invoices, packing lists and all other relevant
documents shall contain the same units of weights and measurements as
given in the Contract Documents, in respect to the following data:
a. Unit net weight
b. Unit gross weight (including packing)
c. Dimensions of packing
18.2 All weights and measurements recorded by the Procurement Co-ordinator or
Inspector(s) on receipt of the Material(s) at the Project site will be treated as
final.
19.0 PACKING & MARKING
19.1 All Material(s) shall be suitably packed in weatherproof seaworthy/airworthy
packing for ocean/air transport under tropical conditions and/or for rail and
road or other appropriate transport within India. The Vendor shall ensure that
the packing is strong enough to ensure safety and preservation of the

Material(s) upto the Project Site or other point of final destination.


19.2 Material(s) shall be protected by a suitable coat of paint and all bright parts
shall be protected from rust by application of rust preventives as may be
necessary. All machinery surfaces shall be suitably protected.
19.3 For uniform Material(s) when packed in several cases/crates, progressive
serial numbers shall be indicated on each end. In case of bundles, the
Page 80 of 246

20

shipping marks shall be embossed on metal or tag and wired securely on each
end.
19.4. A distinct colour splash in say red-black around each package/crate/bundle
shall be given for identification.
19.5 All nozzle holes and openings as also all delicate surfaces shall be carefully
protected against damage and bad weather. Flange faces of all nozzles shall
be protected by blanks. All manufactured surfaces shall be painted with rust
proof paint or as specified in the specification.
19.6 All threaded fittings shall be greased and provided with a plastic cap. All pipes
and sheets shall be marked with strips bearing progressive numbers.
19.7 All small pieces shall be packed in cases. All fragile and exposed parts will be
packed with care and packages will bear the words HANDLE WITH CARE in
English and in the case of Indigenous Supply, in Hindi also.
19.8 The Vendor shall be held liable for all damages or breakages to the Material(s)
due to defective or insufficient packing as well as for corrosion due to
insufficient greasing/protection.
19.9 On three sides of the packages, the Vendor shall affix or cause to be affixed
the following marks clearly visible in indelible paint
FROM: VENDOR
TO: INDIAN OIL CORPORATION LTD.
[Address] INDIA
PURCHASE ORDER NO.: [ ] Rev. No.:[ ]
10 DIGIT ITEM CODE : [ ]
EQUIPMENT NOMENCLATURE: [ ]
NET WEIGHT: [ ]kg/lb
GROSS WEIGHT: [ ]kg/lb
CASE NO.: [ ]OF [ ]TOTAL CASES
DIMENSIONS: [ ] IMPORT LICENCE NO.[ ]
NOTE:Marking shall be bold with a minimum letter height of 5 cm.
19.10 a) For every shipment, packages must be marked with serial progressive
numbering. The numbering will be progressively continued for each
subsequent shipment covering the Contract.
b) All packages will bear warning signs on the outside denoting the center
of gravity and sling marks. Packages that require special handling and
transport shall have their centers of gravity and points at which they
may be gripped clearly indicated and marked Attention Special Load Page 81 of 246

21

Handle With Care in English Language. Any other direction for


handling shall also be clearly indicated on the package.
c) Top heavy containers will be marked either TOP HEAVY or HEAVY
ENDS.
d) When packing is clean and light colored, a dark black stencil paint shall

be acceptable. However, where packing is soiled or dark, a coat of flat


Zinc white paint shall be applied and allowed to dry before applying the
specific marking(s).
e) Colour codification shall be used to identify different items e.g, IBR,
NACE, Fire Safety Items etc.
19.11 In case of large equipments like vessels, heat exchangers etc., documents
contained in a waterproof envelope shall be fastened inside a shell connection
with an identifying arrow sign DOCUMENTS applied with indelible paint.
20.0. DESPATCH INSTRUCTIONS
For Indigenous Material(s)
20.1 Unless otherwise advised by IOCL or the Procurement Co-ordinator in writing,
Material(s) shall not be despatched without prior inspection and/or testing and
Release Order/Material(s) Acceptance Certificate issued by the Inspector(s).
20.2 The Vendor shall exercise due care to ensure that the consignment is booked
under appropriate railway classification, failing which any additional freight
incurred by IOCL due to the Vendor booking the Material(s) under a wrong
railway classification shall be borne by the Vendor.
20.3 The Material(s) shall be consigned in the name of the consignee viz.
Indian Oil Corporation Ltd.,
[Site address]
20.4 The Material(s) shall be transported only through bank approved transporters
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 : [Name and address of Refinery /
Project to be specified]
(b) By road transport to : [Name and address of Refinery / Project to be
specified]
IOCL and the Procurement Coordinator shall have the right to advise any
change in despatch point or destination and/or mode of transport in respect of
any Material(s). Any extra expenditure incurred by the Vendor on this account
Page 82 of 246

22

supported by satisfactory documentary evidence, will be reimbursed to the


Vendor by IOCL.
Page 83 of 246

23

21.0 SHIPMENT AND SHIPMENT NOTICES


21.1 Imported Material
The Vendor shall make shipment only after prior approval of the Inspector(s)
unless otherwise specifically authorized in writing by IOCL or the Procurement
Coordinator. As soon as any shipment is made, the Vendor shall send
advance information by way of FAX message [Fax No 022-26400774] to the
Dy. General Manager, Indian Oil Corporation Ltd.(Refinery Division), G-9, Ali
Yavar Jung Marg, Bandra (East) Mumbai- 400 051 for Mumbai consignments
and to the Dy. General Manager (Fax: 033-24145020) Indian Oil Corporation
Ltd.(Refinery Division), Indian Oil Bhavan (Refineries Division) Central Wing,
6th Floor, 2, Gariahat Road (South), Kolkata-700068 for Kolkatta consignments
(or other specified authority in respect of Material(s) consigned to other Ports),
giving particulars of the shipments, vessels name, port of shipment, Bill of
Lading number and date for ocean shipment and Airway Bill number & Date &
Flight details for air consignment, total FOB and freight value with confirmation

copy to IOCL, addressed to [designation and address]


21.2 Indigenous Material
Immediately after shipment, the Vendor shall inform despatch particulars to
IOCL/ Procurement Coordinator hereunder :
1 copy to Chief Materials Manager, [Address & Fax no]
1 copy to IOCL (Stores) addressed to [Designation, Address & Fax no.]
In the case of project orders, in addition to the above, a copy to the Chief
Projects Manager addressed to: [Address & Fax no.]
(PMC as per Purchase Order) addressed to: [Designation, Address & Fax no.]
22.0 MARINE AND TRANSIT RISK INSURANCE
22.1 Marine/Air and Transit Risk Insurance shall be covered by IOCL against its
Open General Policy.
22.2 The Vendor shall send IOCL information of the proposed
shipment/consignment well in advance by telegram/fax/e-mail/courier to
enable IOCL to take necessary action for the marine/air/transit insurance of the
shipment/consignment.
22.3 The Vendor shall advise the despatch particulars of the shipment/consignment
to the Insurance Company by fax / email under advice to the Procurement
Coordinator promptly after shipment to ensure that the consignment is fully
covered by insurance. Any failure by the Vendor to do so shall place the
consignment at the Vendors risk.
Page 84 of 246

24

23.0 SHIPPING AND SHIPPING DOCUMENTS


23.1 For Imported Materials(s)
(a) The Vendor shall arrange with Vessel owner(s) or Forwarding Agent(s)
specified in the Contract Documents for proper storage of the Material(s) in a
manner so as to facilitate the handling and off-loading at the port of destination
and to avoid any over carriage on discharge. All shipment by ocean vessel
shall be under deck.
(b) The Bill(s) of Lading/Airway Bill shall be made out in favor of Indian Oil
Corporation Ltd. [Refinery/Unit] or to the order of the L/C opening bank, and
the notify column should indicate [Designation] Indian Oil Corporation Ltd.
[Refinery Division], G-9, Ali Yavar Jung Marg, Bandra (East), Mumbai- 400061
for port of discharge Mumbai and to the Dy. General Manager, Indian Oil
Corporation Ltd., Indian Oil Bhavan (Refineries Divison) Central Wing, 6 th
Floor, 2, Gariahat Road (South), Kolkata-700 068 for port of discharge Kolkatta
or other specified authority in respect of Material(s) consigned to other ports.
(c) All columns in the body of the Bill of Lading/Airway Bill namely marks and
Numbers, material description, weight particulars, etc. should be completed
accurately and such statement should be uniform in all the shipping
documents. The freight particulars should mention the basis of freight
tonnage, heavy lift charges, if any, surcharge, discount, etc. clearly and
separately and the net total freight payable, shown at the bottom.
(d) The Bill of Lading/Airway Bill shall be free of any liability of IOCL to the carrier
for demurrage.
(e) The Bill of Lading/Airway Bill shall indicate the following:
Consignee : Indian Oil Corporation Limited
[Name of Refinery/Project]
(f) All documents viz. Bill of Lading/Airway Bill, invoices, packing list, freight
memos, country of origin certificate, Third Party Inspection Release Certificate,

inspectors certificate, Export certificate (wherever applicable), test certificates,


drawings and catalogues should be in the English language.
(g) (i) In addition to the Bill of Lading/Airway Bill, which should be obtained in 3
(three) stamped originals plus as many copies as required, invoices, packing
lists, freight memos (if the freight particulars are not shown in the Bill of
Lading), country of origin certificate(s), Third Party Inspection Release
Certificate, inspectors certificate, Export certificate (wherever applicable) and
test/composition certificate, shall be made out against each shipment in as
many number of copies as are shown in Clause 23.3.
(ii) The Bill of Lading/Airway Bill, invoice and packing list must specifically show
uniformly, the marks and numbers, material description, contents case-wise,
Page 85 of 246

25

country of origin, consignees name, port of destination and all other indicated
particulars. The invoice must show the unit rates and net total FOB price. The
invoice must cover also items packed separately and the value shown
accordingly.
(iii) The packing list must show, apart from other particulars, the actual contents in
each case, net and gross weights and dimensions and the total number of
packages.
(iv) All documents must be duly signed by an authorized representative of the
Vendor.
23.2 In case of FOB contracts:
(i) Shipping Arrangements shall be made through nominated freight
forwarders (in the country of exit) as detailed in the Purchase Order and
freight will be accordingly paid by IOCL in Indian Rupees.
(ii) The Vendor shall furnish to the respective nominated freight forwarder,
the full details of consignment such as outside dimensions, weights
(both gross and net), No. of packages, technical description and
drawings, name of the supplier, ports of loading etc. two weeks prior to
the proposed date of shipment to enable the concerned agency to
arrange the shipping space.
23.3 The Vendor shall obtain the shipping documents in required number of sets
including three original stamped copies of the Bill of Lading/Airway Bill
immediately after the shipment is made and airmail the shipping documents in
the manner stipulated hereunder to ensure that the documents so forwarded
are received at least one week before the vessels arrival. The Vendor shall
be fully responsible for any delay and/or demurrage in clearance of the
consignment at the port due to delay in forwarding the shipping documents. If
in terms of the Letter of Credit , the complete original set of documents are
required to be sent to IOCL through the bank, the distribution indicated below
will be confined to obtaining copies of documents only.
Documents IOCL
(Office that issued the
PO)
IOCL
(Port
Office)
IOCL
(Project
Site)
Bill of lading/Airway Bill 3 (including 1 original) 1 1

Invoice 2 2 1
Packing List 2 2 1
Certificate of Origin 2 2 1
Test/Composition Certificate 2 2 1
Third Party Inspection Release
Certificate
1 1 1 (original)
Drawing/Catalogue 1 1 1
Invoice of Third Party/Lloyds for
Inspection Charges, wherever
applicable.
211
Export Certificate (where applicable) 1 1 1
Page 86 of 246

26

24.0 INVOICING & NEGOTIATION OF DOCUMENTS


24.1 Indigenous Material(s)
(a) Unless otherwise directed by IOCL, Invoices and other documents shall be
forwarded by the Vendor to IOCL as stipulated hereunder:
(i) Original Invoice+1 copy of document as per Purchase Order to the
Chief Finance Manager, [Address, Fax No.]
(ii) 1 copy of Invoice with original documents as per Purchase Order to
Chief Materials Manager, [Address, Fax No.] along with technical
catalogues, Inspection certificate and Inspectors Release Note.
(b) Where payment is to be released to the Vendor against despatch documents
through the bank, the Vendor shall forward two complete original sets of the
documents specified in clause 5.2(c) to the specified banker of IOCL with a
stipulation that the banker shall forward one set of the documents to IOCL with
LSC intimation and acceptance before retirement of the documents from the
Bank. One complete set of all of the abovementioned documents shall be sent
to the Chief Materials Manager [Address, Fax No.]. Documents will not be
retired by the bank failing strict compliance by the Vendor of the above
mentioned despatch requirements.
(c) Where payment is to be released to the Vendor directly by IOCL, two sets of
all the documents mentioned in (b) above shall be submitted/forwarded directly
to the Chief Materials Manager [Address, Fax No.] and upon processing, the
payment shall be released through the Finance Department, by cheque.
25.0 TRANSFER OF TITLE AND RISK OF LOSS
25.1 For Indigenous Material(s):
The transfer of property and risk in Indigenous Material(s) shall be deemed to
take place as follows:
(a) For delivery F.O.R. or F.O.T. despatch point: On handing over the
Material(s) to the carrier against receipt of clean Railway Receipt/Truck
or Lorry Receipt and such receipt having been handed over to IOCL.
(b) For despatch F.O.R destination station : On removal of the Material(s)
by IOCL from the railway authorities at the destination station.
(c) Equipment sent freight/carriage paid to the Project Site: On receipt of
the Material(s) by IOCL at the Project Site.
Page 87 of 246

27

25.2 For Imported Material(s):


The transfer of property and risks in Imported Material(s) shall be deemed to
take place as follows:

(a) For FOB / FCA deliveries: On handing over the Material(s) to the carrier
and issue of clean Bill of Lading/Airway Bill (except for freight to pay)
and its transmission to IOCL.
(b) For CFR deliveries: On receipt of the Material(s) by IOCL from the
carrier at the destination port/airport.
26.0 TERMINATION
26.1 Without prejudice to IOCLs right to price adjustment by way of discount or
any other right or remedy available to IOCL, IOCL may terminate the Contract
or any part thereof by a written notice to the Vendor, if:
i) The Vendor fails to comply with any material term of the Contract.
ii) The Vendor informs IOCL of its inability to deliver the Material(s) or any
part thereof within the stipulated Delivery Period or such inability
otherwise becomes apparent.
iii) The Vendor fails to deliver the Material(s) or any part thereof within the
stipulated Delivery Period and/or to replace/rectify any rejected or
defective Material(s) promptly.
iv) The Vendor becomes bankrupt or goes into liquidation.
v) The Vendor makes a general assignment for the benefit of creditors.
vi) A receiver is appointed for any substantial property owned by the
Vendor.
vii) The Vendor has misrepresented to IOCL, acting on which
misrepresentation IOCL has placed the Purchase Order on the Vendor.
26.2 Upon receipt of said termination notice, the Vendor shall discontinue the work
on the Contract so far as terminated, and matters connected therewith.
26.3 On termination of the Contract, without prejudice to any other right or remedy
available to IOCL under the contract, in the event of IOCL suffering any loss on
account of delayed delivery or non-delivery, IOCL reserves the right to claim
and recover damages from the Vendor in respect thereof.
26.4 Notwithstanding anything to the contrary herein contained, IOCL will be at
liberty to take independent administrative action to place the Vendor under
Page 88 of 246

28

holiday list for delay or non-performance of its contractual obligations or any


of them.
27.0 RECOVERY OF SUMS DUE
Whenever there is any claim against the Vendor for payment of sums of
money arising out of or under the execution of the Purchase Order, IOCL may,
without prejudice to any other mode or source of recovery available, recover
the same from any sum(s) then due or which at any time thereafter may
become due to the Vendor under this or any other contract with IOCL and/or
by recourse to any bank guarantee available to IOCL for this purpose, and
should these sum(s) be not sufficient to cover the recoverable amount, the
Vendor shall pay IOCL on demand, the balance.
28.0 NON-WAIVER
Failure of IOCL/IOCLs representative(s) to insist upon adherence to any of the
terms or conditions incorporated in the Contract or failure or delay to exercise
any rights or remedies herein or by law accruing, or failure to promptly notify
the Vendor in the event of breach or the acceptance of or the payment for any
Material(s) hereunder or approval of any design or Material(s) shall not
release the Vendor and shall not be deemed a waiver of any right of IOCL to
insist upon the strict performance thereof or of any of its rights or remedies as

to any such Material(s) regardless of when the Material(s) are shipped,


received or accepted nor shall any purported oral modifications or revisions of
the Contract by IOCL or IOCLs representative(s) act as a waiver of the terms
hereof.
29.0 COMPLETE AGREEMENT
The Contract Document(s) including, technical documents, drawings and
specifications and other Annexures to the Contract documents constitute the
entire agreement between the Vendor and IOCL in relation to the Contract
arising out of the Purchase Order. Changes or amendments will be binding
only if the amendments/modification are agreed to in writing as an
amendment/variation to the relative Contract Document and signed by an
authorised representative of IOCL.
30.0 EXCLUSION OF THE GOVT. OF INDIAS LIABILITY
30.1 It is expressly understood and agreed that IOCL has entered into the Contract
solely on its own behalf and not on behalf of any other person or entity. In
particular, it is expressly understood and agreed that the Government of India
is not a party to the Contract and will have no liability, obligation or right
whatsoever under the Contract. It is expressly understood and agreed that
IOCL is an independent legal entity with power and authority to enter into the
Contract solely on its own behalf under the applicable laws of India. The
Vendor expressly agrees, acknowledges and undertakes and accepts that
IOCL is not an agent, representative or delegate of the Government of India
and that the Government of India is not and shall not be liable for any act,
Page 89 of 246

29

omission, commission, breach or other wrong or liability arising out of the


Contract. The Vendor hereby expressly waives, releases and forgoes any and
all actions or claims, including cross claims, impleader claims or counter
claims, against the Government of India arising out of the Contract and
covenants not to sue the Government of India for any manner of claim, cause
of action or thing whatsoever arising out of or under the Contract.
31.0 TECHNICAL INFORMATION/CONFIDENTIALITY
31.1 Drawings, specifications and details shall at all times be the property of IOCL
and shall be returned by the Vendor to IOCL on demand. The Vendor shall
not make use of any document, drawing, specification, data or any other
information connected with the Contract, for any purpose at any time, save and
except in the implementation of the Contract.
31.2 The Vendor shall not disclose the technical information furnished or gained by
the Vendor under or by virtue of or as a result of the implementation of the
Contract and shall make all efforts to ensure that the technical information is
kept confidential.
32.0 MODE OF COMMUNICATION
32.1 It is understood that IOCL is a multifaceted and multi-locational organization
and that for any communication to receive attention it is a prerequisite that the
communication is properly addressed and that the subject of the
communication is properly identified. To this end, except where otherwise
provided, all communications, drawings, invoices, shipping notes, packages,
packing lists and other document connected with reference to the Contract
shall in the heading boldly set out the Purchase Order Number and date, and
shall be addressed to the following:
Chief Materials Manager Phone Fax

[Office issuing the Purchase


Order]
Chief Projects Manager Phone Fax
[Site address]
Dy. General Manager Phone Fax
IOCL [ concerned Port office] [Concerned office address]
(For imports)
With copies to the following in case a Procurement Co-ordinator or Project
Management Consultant is involved:
(i) Resident Construction Manager Phone Fax
[Site address]
(ii) Dy. General Manager (Inspection) of the Procurement Coordinator/
Project Management Consultant.
Page 90 of 246

30

33.0 PART ORDER/REPEAT ORDER


The Vendor hereby agrees to accept part order at unit prices without limitation
and also agrees in case of bulk consumables to accept repeat order(s) during
a period of 6 (six) months from the date of original Purchase Order at the same
unit price(s) and on the same terms and conditions.
34.0 ARBITRATION AND GOVERNING LAW
34.1 Arbitration: All disputes or differences which may arise out of or in connection
with or are incidental to the Agreement(s) including any dispute or difference
regarding the interpretation of the terms and conditions of any clause thereof
which cannot be amicably resolved between the parties may be referred to
Arbitration of a person selected by the Vendor out of a panel of three persons
nominated by the General Manager of the Unit or Project of Indian Oil
Corporation Ltd. to which the Contract relates. The Arbitration proceedings
shall be governed by and conducted in accordance with the Arbitration and
Conciliation Act, 1996. The venue of the arbitration shall be [] or New
Delhi, India.
34.2 Governing Law:The Agreement(s) shall be construed in accordance with and
governed by the laws of India. IOCL shall warrant that the terms and
conditions of the Purchase Order shall be valid under existing Indian laws.
35.0 JURISDICTION
35.1 Notwithstanding any other Court or Courts having jurisdiction to decide the
disputed issue, and without prejudice to the provisions or generality of the
Arbitration clause, jurisdiction to decide the question(s) arising out of or relative
to the Contract in all matters touching or affecting any arbitration, or arising out
of or in relation to or under or in accordance with the Arbitration and
Conciliation Act, 1996 or otherwise under or with reference to the Contract
shall vest exclusively in the court(s) of competent civil jurisdiction at ________
[where the contract(s)/Purchase Order shall be signed on behalf of IOCL] or at
New Delhi and only the said Court(s) shall have the jurisdiction to entertain
and try any such actions and/or proceedings to the exclusion of all other
Courts, provided that nothing herein stated shall be deemed to anywise
authorize any party to seek resolution of any dispute(s) otherwise than the
recourse to arbitration in accordance with the provisions of the Arbitration
clause herein.
Provided always that an award rendered in any arbitration proceedings arising
out of or in relation to the Contract may be enforced or executed in any other

country or jurisdiction including without limitation a country in which any party


against whom the award is to be enforced or executed is located and a country
in which the assets of any such party are located.
****
Page 91 of 246

31

Annexure - A
FORM OF BANK GUARANTEE IN LIEU OF EARNEST MONEY DEPOSIT
(On non-judicial stamp paper of appropriate value)
BG NO:___________________
DATED:__________________
VALID UPTO:_____________
To,
Indian Oil Corporation Limited
(Refineries Division)
[Address]
Dear Sirs,
In consideration of the Indian Oil Corporation Ltd. [Address] , (hereinafter
called the Corporation, which expression shall include its successors and assigns)
having agreed interalia to consider the tender
of_________(Name)_________________, (Constitution)
_______________________________ (Address) ___________________________
(hereinafter referred to as the Tenderer which expression shall wherever the
subject
or context so permits include its successors and assigns) for supply of materials to
be
awarded under Tender No.___________________ upon the Tenderer furnishing an
undertaking from the Bank as hereinafter appearing in lieu of a Demand Draft or
Bankers Pay Order for the Earnest Money.
We __________________________(Name of Bank), a Bank constituted/Registered
under the________ Act, having our Head Office/Registered Office at [Address]
___________________(hereinafter called the Bank which expression shall include
its successors and assigns), at the request of the Tenderer and with the intent to bind
the Bank and its successors and assigns do hereby unconditionally and irrevocably
undertake to pay the Corporation at New Delhi forthwith on first demand without
protest or demur or proof or satisfaction or condition and without reference to the
Tenderer, all sums payable by the Tenderer as and by way of Earnest Money to the
Corporation, for an amount of Rs............ (Rupees_________________) only or US
Dollar _________ (United States Dollars_______________)
AND THE BANK DOTH HEREBY FURTHER AGREE AS FOLLOWS:
1. The amount stated by the Corporation in any demand, claim or notice made or
given with reference to this Guarantee/Undertaking shall as between the Bank
and the Corporation for the purpose of this Guarantee/Undertaking be
conclusive of the amount payable by the Bank to the Corporation hereunder.
2. This Guarantee/Undertaking shall not be determined or affected by the
liquidation or winding up or dissolution or change of constitution or insolvency
of the Tenderer or by any change in the legal constitution of the Bank or the
Corporation.
Page 92 of 246

32

3. Without prejudice to any other mode of service, a demand or claim or any

other communication may be made, given and/or transmitted by the


Corporation to the Bank either by post or by fax. If transmitted by fax, the
transmission shall be complete and shall be deemed to have been
acknowledged as soon as the OK facsimile transmission report for the fax
message has been received.
4. Notwithstanding anything contained herein:
(i) The Banks liability under this Guarantee/Undertaking shall not exceed
Rs./ US$ ___________ (Rupees / United States Dollars ___________
only).
(ii) This Guarantee/Undertaking shall remain in force upto (fill in date) and
any extension(s) thereof; and
(iii) 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 the midnight of ______ and if extended, the date
of expiry of the last extension of this Guarantee/Undertaking.
The Bank doth hereby declare that Shri______________________[designation] is
authorised to sign this Guarantee/Undertaking on behalf of the Bank and to bind the
Bank thereby.
This____ day of _______20___
Yours faithfully,
Signature:__________________________
Name & Designation:_________________
Name of the Branch:_________________
NOTES:
1. The Bank Guarantee in lieu of Earnest Money Deposit shall be strictly as per
above proforma and shall be through a Scheduled Bank operating in India,
including the Indian Branch of a foreign bank recognized as a Scheduled bank
in India.
2. The Bank Guarantee shall be typed on stamp paper applicable to an
agreement in the State in which the Bank Guarantee is issued.
3. This Bank Guarantee shall be sent by the Bank directly to:- Chief Materials
Manager, IOCL (Refineries Division].
Page 93 of 246

33

Annexure - B
[IRREVOCABLE LETTER OF CREDIT- FORMAT]
To:
This communication is to be considered as our credit instrument and is subject to the
Uniform Customs and Practice for Documentary Credit 1993 revision, I.C.C.
publication No. 500.
At the request of Indian Oil Corporation Ltd. (hereinafter called the Corporation
which expression shall include its successors and assignees) we hereby establish
our
irrevocable Letter of Credit No. ______________dated ___________ in favour of :
(Beneficiary)
for a sum not exceeding (Currency in figures and words) which is payable at sight at
the counter of [Beneficiarys Bank] in [Address], covering the FOB/CIF/C&F port
supply of Material(s) and equipment under Purchase Order No.[ ] for the
Unit/Refinery of Indian Oil Corporation Ltd.. (IOCL).
This Letter of Credit shall be valid up till [Date]
TERMS OF PAYMENT

Payments under this Letter of Credit shall be made of ___ % of the value of the
Invoice(s) drawn by the Beneficiary on IOCL under the said Purchase Order against
presentation of the following documents:
Imported Materials:
(i) Invoice;
(ii) Clear Bill of Lading/Airway Bill covering the Materials(s) invoiced;
(iii) Packing list for the consignment;
(iv) Inspectors Certificate covering the invoiced Material(s);
(v) Test/Composition Certificate;
(vi) Certificate of origin;
(vii) Drawing(s)/Catalogue(s) covering the Material(s);
(viii) Export Certificate, wherever applicable;
(ix) Invoice of Inspectors charges, wherever applicable;
(x) Freight Memo(s) if the freight particulars are not shown in the Bill of
Lading/Airway Bill.
(xi) Copy of faxed intimation of the shipment to IOCL certified by the Beneficiary to
be a true copy of the faxed intimation of shipment to IOCL.
Indigenous Supply:
Page 94 of 246

34

(i) Invoice
(ii) Clear Railway Receipt/Truck Receipt/Goods Receipt covering the Material(s)
invoiced;
(iii) Packing list for the consignment;
(iv) Third Party Inspectors Certificate covering the invoiced Material/Release Note;
(v) Test/Composition Certificate;
(vi) IBR Certificate/CMRS Certificate;
(vii) Drawing(s)/Catalogue(s) covering the Material(s);
(viii) Guarantee/Warranty Certificate(s), wherever applicable;
(ix) Invoice of Inspectors charges, wherever applicable;
(x) Freight Memo(s) if inland freight is not included in the Price and the RR/TR/GR
does not give the freight particulars.
(xi) Copy of faxed intimation of the shipment to IOCL certified by the Beneficiary to
be a true copy of the faxed intimation of shipment to IOCL.
SPECIAL INSTRUCTIONS
* All Bank charges and commissions outside India shall be borne by the
Beneficiary.
* Drawing permitted in not more than 3 (three) tranches.
* Partial shipment is not permitted.
* Trans-shipment not permitted.
* Negotiating Bank to reimburse itself after giving 7 (seven) banking days notice
to the Issuing Bank from Issuing Banks account with _______ (Name of the
Issuing Banks correspondent in _____) at maturity under telex/cable advice to
the Issuing Bank indicating the amount claimed.
* IOCL to be intimated the shipping details by fax immediately on shipment.
* Documents to be dispatched to Issuing Bank by courier within 7 banking days
of receipt by Negotiating Bank.
* Documents must be presented within _____ days after the date of
shipment/dispatch to ensure receipt thereof 7 days prior to the arrival of the
vessel.
****

Page 95 of 246

35

Annexure -C
[ PROFORMA OF BANK GUARANTEE (PERFORMANCE) ]
(On non-judicial stamp paper of appropriate value)
To
Indian Oil Corporation Ltd.
[Address]
Dear Sirs,
In consideration of the Indian Oil Corporation Ltd. (hereinafter called the
Corporation
which expression shall include its successors and assigns) having awarded to
[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 Corporation(s) Purchase
Order No. [ ] dated ......... (hereinafter referred to as the Contract) upon
the condition of the Suppliers furnishing security in lieu of cash deposit for the
Performance of the Suppliers obligations and/or discharge of the Suppliers liabilities
under and/or in connection with the said Supply Contract upto a sum of Rs./US$ [
] [Rupees/United States Dollars _________________] only amounting to 10% (ten
percent) of the total contract value.
We _____________________ (name) a body corporate registered/constituted under
the laws of ____________ and having a branch at [Indian branch address]
(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 Corporation at [ place ] on first demand in writing without
protest or demur or proof or satisfaction or condition and without reference to the
Supplier, any and all amounts from time to time demanded by the Corporation from
the Bank with reference to this Guarantee/Undertaking upto an aggregate limit of
Rs./US$ [ ] only or [Rupees / United States Dollars _________________].
AND THE BANK DOTH HEREBY FURTHER AGREE AS FOLLOWS:
1. This Guarantee/Undertaking shall be in addition to any other guarantee or any
other security whatsoever that the Corporation may now or at any time
anywise have in relation to the Suppliers obligations and/or liabilities under
and/or in connection with the Contract and the Corporation shall have full
authority to take recourse to or reinforce this Guarantee/Undertaking in
preference to the other guarantee(s) or security(ies) at its discretion, and no
failure on the part of the Corporation in enforcing or requiring enforcement of
any other guarantee or security shall have the effect of releasing the Bank
from its full liability hereunder.
2. The Corporation shall be at liberty without reference to the Bank and without
affecting the full liability of the Bank hereunder to take any other security in
Page 96 of 246

36

respect of the Suppliers obligation(s) and/or liability(ies) under/or in


connection with the Contract and/or to vary the terms vis-a-vis the Supplier of
the Contract and/or to grant time and/or indulgence to the Supplier or to
reduce or to increase or otherwise vary the prices or the total contract value or
to release or to forebear from enforcement of all or any of the obligations of the
Supplier under the Contract and/or the remedies of the Corporation under any

other guarantee(s) or security(ies) now or hereafter held by the Corporation


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 Corporation
hereunder or of prejudicing the rights of the Corporation against the Bank.
3. This Guarantee/Undertaking shall not be determined or affected by the
liquidation or winding up or dissolution or change of constitution or insolvency
of the Supplier or any change in the legal constitution of the Bank or of the
Corporation.
4. The 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
Corporation in terms hereof.
5. Notwithstanding anything contained herein:
(a) The Banks liability under this Guarantee/Undertaking shall not exceed
(currency in figures) . . . . . . . . . . . . . . . . (currency in words only ) . . . .
....................;
(b) This Guarantee/Undertaking shall remain in force upto ___________
(here put the entire period required for the performance of the Contract
and the defect liability period plus 3 (three) months) 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 the midnight of ________________ and if
extended, the date of expiry of the last extension of this
Guarantee/Undertaking.
6. The Bank doth hereby declare that Mr. _________________[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,
Page 97 of 246

37

(Signature)
NAME & DESIGNATION
NAME OF THE BANK
NOTES:
1. The Performance Bank Guarantee shall be strictly as per above
proforma and shall be through a Scheduled Bank operating in India,
including the Indian Branch of a foreign bank recognized as a
Scheduled Bank in India.
2. The Bank Guarantee shall be typed on stamp paper applicable to an
agreement in the State in which the Bank Guarantee is issued.
3. This bank guarantee shall be sent by the bank directly to:Chief Materials Manager, IOCL (Address)
Annexure D
PROFORMA OF BANK GUARANTEE

(FULL VALUE OF FREE ISSUE MATERIALS)


(On non-judicial stamp paper
Of appropriate value)
To
Indian Oil Corporation Ltd.
[Address]
Dear Sirs,
In consideration of the Indian Oil Corporation Ltd. [address] (hereinafter called the
Corporation which expression shall include its successors and assigns) having
awarded to [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
Corporation(s) Purchase Order No. [ ] dated [ ] (hereinafter referred to as
the Contract) and having agreed to provide certain free issue material(s)
hereinafter
referred to as Free Issue Material to the Supplier for incorporation in the
materials(s)
to be supplied under the Contract) upon the condition of the Suppliers furnishing
security in lieu of cash for the said Free Issue Material(s) upto a sum of Rs./US$
.............. (Rupees/ United States Dollars ____________ only] being the value of the
Free Issue Material(s):
We _____________________ [name] a body corporate registered/constituted under
the laws of [Country] and having a branch at [Indian branch address] (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
Corporation at [place] on first demand in writing without protest or demur or proof or
satisfaction or condition, and without reference to the Supplier, any and all amounts
from time to time demanded by the Corporation from the Bank with reference to this
Page 98 of 246

38

Guarantee/Undertaking upto an aggregate limit of Rs./US$ [


] (Rupees/ United States Dollars ____________ only]
AND THE BANK DOTH HEREBY FURTHER AGREE AS FOLLOWS:
1. This Guarantee/Undertaking shall be in addition to any other guarantee or any
other security whatsoever that the Corporation may now or at any time
anywise have in relation to the Suppliers obligations and/or liabilities under
and/or in connection with the Contract and/or the Free Issue Material and the
Corporation shall have full authority to take recourse to or enforce this
Guarantee/Undertaking in preference to the other guarantee(s) or security(ies)
at its discretion, and no failure on the part of the Corporation in enforcing or
requiring enforcement of any other guarantee or security shall have the effect
of releasing the Bank from its full liability hereunder.
2. The Corporation shall be at liberty without reference to the Bank and without
affecting the full liability of the Bank hereunder, to take any other security in
respect of the Suppliers obligation(s) and/or liability(ies) under or in
connection with the Contract or the Free Issue Material and to vary the terms
vis-a-vis the Supplier of the Contract or the Free Issue Material and/or to grant
time and/or indulgence to the Supplier and/or to reduce or to increase or
otherwise vary the prices or the total contract value or the value of the Free
Issue Material or to release or to forebear from enforcement of all or any of the
obligations of the Supplier under the Contract and/or the remedies of the

Corporation under any other guarantee(s) or security(ies) now or hereafter


held by the Corporation 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 Corporation hereunder or of prejudicing the rights of the
Corporation against the Bank.
3. This Guarantee/Undertaking shall not be determined or affected by the
liquidation or winding up or dissolution or change of constitution or insolvency
of the Supplier or any change in the legal constitution of the Bank or of the
Corporation.
4. The 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 Corporation in terms hereof.
5. Notwithstanding anything contained herein:
(a) The Banks liability under this Guarantee/Undertaking shall not exceed
[currency in figures]. . . . . . . . . . . . . . . . [currency in words] . . . . . . . . . . . .
. . . . . . . . . . . . only;
Page 99 of 246

39

(b) This Guarantee/Undertaking shall remain in force upto the midnight of


(here put the scheduled date of delivery of the Free Issue Material + 3
months) and any extension thereof.
(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 [ ] and if extended, the date of expiry of
the last extension of this Guarantee/Undertaking.
6. The Bank doth hereby declare that Mr. _________________(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
NOTES:
1. The Bank Guarantee shall be for the full value of the Free Issue Material(s) as
specified by IOCL and shall be strictly as per above proforma and shall be
through a Scheduled Bank operating in India, including the Indian Branch of a
foreign bank recognized as a Scheduled Bank in India.
2. The Bank Guarantee shall be typed on stamp paper applicable to an
agreement in the State in which the Bank Guarantee is issued.
3. This bank guarantee shall be sent by the Bank directly to:Chief Materials Manager, IOCL [Address].
**
Page 100 of 246

40

Annexure E
PROFORMA OF BANK GUARANTEE
(FOR THE FULL VALUE OF REJECTED MATERIALS)
(On non-judicial stamp paper
Of appropriate value)
To
Indian Oil Corporation Ltd.
[Address]
Dear Sirs,
In consideration of the Indian Oil Corporation Ltd. (hereinafter called the
Corporation
which expression shall include its successors and assigns) having awarded to
[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
Corporation(s)
Purchase Order No. [ ] dated [ ] (hereinafter referred to as the Contract)
and having agreed to permit the Supplier to remove certain rejected material(s) for
which the Corporation has paid the Supplier (hereinafter referred to as the Rejected
Material(s)) upon the condition of the Supplier furnishing security for the satisfactory
replacement of the Rejected Material(s) upto a sum of Rs./US$ [ ] (Rupees /
United States Dollars _____________ only) amounting to the full value of the
Rejected Material(s).
We _____________________ [name] a body corporate registered/constituted under
the laws of [Country] and having a branch at [Indian branch address] (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
Corporation at [place] on first demand in writing without protest or demur or proof or
satisfaction or condition, and without reference to the Supplier, any and all amounts
from time to time demanded by the Corporation from the Bank with reference to this
Guarantee/Undertaking upto an aggregate limit of Rs./US$ [ ]
[Rupees/United States Dollars ].
AND THE BANK DOTH HEREBY FURTHER AGREE AS FOLLOWS:
1. This Guarantee/Undertaking shall be in addition to any other guarantee or any
other security whatsoever that the Corporation may now or at any time
anywise have in relation to the Suppliers obligations and/or liabilities under
and/or in connection with the Contract or the Rejected Material(s) and the
Corporation shall have full authority to take recourse to or reinforce this
Guarantee/Undertaking in preference to the other guarantee(s) or security(ies)
at its discretion, and no failure on the part of the Corporation in enforcing or
Page 101 of 246

41

requiring enforcement of any other guarantee or security shall have the effect
of releasing the Bank from its full liability hereunder.
2. The Corporation shall be at liberty without reference to the Bank and without
affecting the full liability of the Bank hereunder, to take any other security in
respect of the Suppliers obligation(s) and/or liability(ies) under or in
connection with the Contract and/or the Rejected Material(s) and to vary the
terms vis-a-vis the Supplier of the Contract or Rejected Material(s) and/or to
grant time and/or indulgence to the Supplier and/or to reduce or to increase or
otherwise vary the prices of the total contract value or the value of the

Rejected Material or to release or to forebear from enforcement of all or any of


the obligations of the Supplier under the Contract or otherwise in respect of the
Rejected Material and/or the remedies of the Corporation under any other
guarantee(s) or security(ies) now or hereafter held by the Corporation 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 Corporation
hereunder or of prejudicing rights of the Corporation against the Bank.
3.. This Guarantee/Undertaking shall not be determined or affected by the
liquidation or winding up or dissolution or change of constitution or insolvency
of the Supplier or any change in the legal constitution of the Bank or of the
Corporation.
4. The 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 Corporation in terms hereof.
5. Notwithstanding anything contained herein:
(a) The Banks liability under this Guarantee/Undertaking shall not exceed
[currency in figures]. . . . . . . . . . . . . . [currency in words only] . . . . . . . . .
.....
(b) This Guarantee/Undertaking shall remain in force upto (put date fixed for
replacement of the Rejected Material + 3 months) 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 [ ] and if extended, the date of expiry of
the last extension of this Guarantee/Undertaking.
6. The Bank doth hereby declare that Mr. _________________(name &
designation of the person authorised to sign on behalf of the Bank) is
Page 102 of 246

42

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
NOTES:
1. The Bank Guarantee for full value of Rejected Material(s) shall be strictly as
per above proforma and shall be through a Scheduled Bank operating in India,
including the Indian Branch of a foreign bank recognized as a Scheduled Bank
in India.
2. The Bank Guarantee shall be typed on stamp paper applicable to an
agreement in the State in which the Bank Guarantee is issued.
3. This bank guarantee shall be sent by the Bank directly to:Chief Materials Manager, IOCL [Address].
**

Page 103 of 246


Page 104 of 246
Page 105 of 246
Page 106 of 246

SITE SUPERVISION SERVICES AND TRAINING (INDIAN BIDDERS)


(A) Terms & conditions for Site Supervision & Training services for indigenous
bidders.
Bidder shall quote per diem charges considering the following:
Owner shall reimburse economy class airfare to and from the nearest Airport to
Kolkata
Airport against documentary evidence.
Transportation charges to and from Kolkata Airport to Project Site at Barauni
Refinery,
Bihar shall also be reimbursed against submission of documentary evidence (limited
to
maximum First AC Railway Fare between Kolkata and Begusarai / Barauni / Hathidah /
Mokamah)
The per diem rates shall include lodging, boarding, local transport, medical, all insurance
including third party, income tax, all taxes & all other incidental charges.
The per diem rates shall exclude Service Tax which shall be payable extra
Per diem rates shall apply from the date the supervisory personnel reach site and upto the
day they leave site. No payment shall be made for the transit period.
Working hours as those prevailing at site upto eight hours a day, Monday through
Saturday
and holidays as applicable to site personnel shall apply.
Vendors supervisory personnel shall observe / abide by site working conditions prevailing
in
the existing refinery, safety codes and Indian laws.
A notice period of 15 days will be given for services.
NOTE-1: PLEASE READ TOTAL LUM-SUM CHARGES FOR TRAINING IN PLACE OF
PER DIEM
RATE MENTIONED ABOVE.
NOTE-2: PLEASE READ TRAINING PERSONAL IN PLACE OF SUPERVISORY
PERSONAL
MENTIONED ABOVE
SIGNATURE & SEAL OF BIDDER NAME OF THE BIDDER
PROJECT
NAME
NAME OF
WORK
:
:
COKE CHAMBER REPLACEMENT AND ALLIED MODERNIZATION IN COKER
A UNIT AT BARAUNI REFINERY
SWITCHBOARDS-HV-(INDOOR) WITH VCB against RFQ No AS/A546-604-XBMR0201/522
NAME OF
BIDDER
:
Page 107 of 246

IOCL
JOB NO.: A546

INDIAN OIL CORPORATION LIMITED-BARAUNI REFINERY


COKE CHAMBER REPLACEMENT AND ALLIED MODERNIZATION IN COKER A UNIT
TERMS & CONDITIONS FOR SITE WORK

1. The Vender shall perform their jobs in eco friendly manner and in consonance with the
objectives of
IOCL Refinery environment management system.
2. Since, it is an existing Complex with various units in operation; the proposed site has
constraints of
space availability, restriction in movement of over dimensioned / over weight consignments
both
within & outside the refinery limits. Further, construction / erection work for several other
project
facilities at various locations within refinery site will be progressing concurrently. It will be the
responsibility of vendor to seek approvals from the Owner for working within & outside the
refinery
limits and also of taking all suitable safety measures as per regulations in force for the safety
of
existing-refinery.
3. The material shall be collected by the vendor from Owners stores/Project Site/vendors
own stores
(as the case may be) and transported to the erection site at Vendors cost and risk.
4. All labour (both skilled and unskilled), tools, tackles and consumables, shall be arranged
by Vendor
at his own cost.
5. Vendor shall arrange for the necessary transport, accommodation, medical, canteen and
other
facilities for their employees/staff at their own cost and abide by all labour laws, safety codes
and
statutory regulations and keep Owner indemnified in respect thereof.
6. Vendor shall arrange and pay for all insurances as may be required under the law for their
employees/ materials/subcontractor(s) and shall also cover against all risk for the materials
issued
by Owner. Vendor shall be working at Owners site along with agencies who will be engaged
in the
other activities. For this purpose the third party risk shall also be covered by Vendor.
7. The Vendor is responsible for keeping his work place neat and clean and shall always
avoid
scattering of any materials around the work place. The Vendor shall clear the work site of all
debris,
materials, tools, tackles etc. immediately upon completion of the job. Any temp. Line/cables
etc. laid
for the purpose of execution of a particular job shall be immediately removed to an agreed
location
and the site cleared off all such materials.
8. The Vendor shall not throw out gaskets, used electrode pieces, hand gloves, cotton
wastes, gunny
bags, polythene bags etc. into open channel, any drains or pipe line system. These are to be
collected together and deposited in bins/waste collectors earmarked for the purpose of
disposal after
consultation with Engineer-in-Charge.
9. Construction Power & water, if available, may be provided on chargeable basis from
existing
network at one point and further cabling/piping, metering etc. shall be done by the bidder.
The
bidder shall install their own meters for measuring the units. However, in case power and
water
cannot be provided by IOCL, the bidder shall make his own arrangements for the same.

10. As per the applicable Factory Act the Labour License if required, shall be taken by
Vendor before
starting the works.
11. Crane (100 MT tyre mounted) can be given on chargeable basis, if available at the time
of
execution.
RFQ NO: VENDORS SIGNATURE & DATE:
ITEM: NAME
OFFER NO: DESIGNATION
SEAL / STAMP
Page 108 of 246

Dated 02062014 Page 1

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 DSCs 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.
Page 109 of 246

Dated 02062014 Page 2


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.
Page 110 of 246

Dated 02062014 Page 3


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.


Page 111 of 246
Government eProcurement System
D S C f o r F o r e i g n N a t i o n a l s Version 1.0

Procedure for obtaining Digital Signature by


Foreign Vendors
This document gives the procedure to be followed by bidders who are resident of countries
other
than India for participating in Online Tendering Activity.
As per the IT ACT 2000, all bidders who participate in the online bidding process in this site
should possess a valid Digital Signature issued by any of the Digital Signature Certificate
(DSC)
vendors approved by CCA, India (https://cca.gov.in). The following document gives the
procedure
that is generally followed by various vendors.
Generally, the documents that are required to be submitted by Foreign Nationals are as
follows:
1. Identity Proof (ID Proof) of the person in whose name DSC has to be issued (E.g.
Passport copy)
2. Bank account statement in country of residence, duly attested by Indian Embassy / High
Commission / Consulate / Apostille in the country where the applicant is currently
located. (At least 6 months of Bank transactions) with the proof indicating the account is
owned by the Individual.
3. Copy of the Trade license attested by any one of the authorities as specified in Point 2
above.
4. As the Individual is representing the company, an Authorization on companys letter head
as given in the form
5. Copy of the Authorization letter or invitation letter from department for the
participation in the tender by any one of the tender inviting authority.
As of now, it is learnt that GNFC, TCS, eMudhra issue DSCs with the above procedure. The
copy of the nCodes, TCS and eMudhra Format is enclosed as Annexure; the Copies of other
vendors will be made available on receipt of information from these vendors.
Note: The Information given by the vendors is attached for facilitating the Foreign Nationals
to
procure DSCs from the Indian CA authorized vendors for information purpose only as shared
by
the respective CA's.
Please find below the details of various vendors and procedure for obtaining DSC:
GNFC
Tata Consultancy Services
eMudhra
Page 112 of 246
Page 113 of 246
Page 114 of 246
Page 115 of 246
Page 116 of 246
Page 117 of 246
Page 118 of 246
Page 119 of 246
Page 120 of 246
Page 121 of 246
Page 122 of 246
ENGINEERS INDIA LIMITED
RO-KOLKATA Client: IOCL
Project: COKE CHAMBER REPLACEMENT AND ALLIED

MODERNIZATION
File Name: E:\5.pdf
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
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. Sheet 1
of 5
ITEM DESCRIPTION: SWITCHBOARDS:HV(INDOOR)WITHVCB
GROUP ITEM CODE: 13BADESTINATION: AsperCommercialDocuments
MR CATEGORY: IIDELIVERY PERIOD: AsperCommercialDocuments

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

10/11/2014 16
JOB NO. UNIT/
AREA
MAIN
COST
CENTRE
DOC.
CODE
SR. NO. REV. DATE

50
DIVN. DEPT.
ORIGINATOR

NOTES :
1
2
3
ThispageisarecordofalltheRevisionsofthisRequisition.
ThenatureoftheRevisionisbrieflystatedinthe"Details"columnbelow,
the
Requisitioninitsentiretyshallbeconsideredforcontractualpurposes.
VendorshallnotetheMRcategoryandshallsubmithisofferinlinewith
the
requirementsincludedinattached'InstructionstoBidders'.
REV. DATE BY CHK. APPD. DETAILS

A10/11/2014SASTSTISSUEDWITHBIDS

MATERIAL REQUISITION (TOP SHEET)


A546 604 XB MR 0201 A
This is a system generated approved document and does not require signature.
Page 123 of 246
ENGINEERS INDIA LIMITED
RO-KOLKATA Client: IOCL
Project: COKE CHAMBER REPLACEMENT AND ALLIED
MODERNIZATION
File Name: E:\5.pdf
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
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. Sheet 2
of 5

REQUISITION NO. REV.


A546-604-XB-MR-0201 A

SR. NO.
TAG NO/
ITEM CODE/ [ ID. NO. ] DESCRIPTION QUANTITY
01.00
02.00
03.00
04.00
05.00
06.00
Design,engineering,manufacture,

procurementofmaterialsandboughtout
components,assemblyatshop,inspection,
testingatmanufacturer'sworks,packing,
supply&deliveryofthefollowing,
includingsupplyofallcommissioning
spares&specialtoolsandtackles,first
fillofconsumables,erectionmaterial&
documentationaspertheenclosedEIL
standardspecifications,instructionsto
vendors,jobspecification,datasheets
etc.andothercodesandstandards
attachedorreferred.
Installation,testing,precommissioning,
commissioning,performanceguaranteerun,
handingovertoclientforthefollowing,
aspertheenclosedEILstandard
specifications,instructionstovendors,
jobspecification,datasheetsetc.
TransportationfromVendorswork/shopto
siteforthefollowingasperthe
enclosedEILstandardspecifications,
instructionstovendors,job
specification,datasheetsetc
SupplyofMandatorySparesasper
enclosedlist/instructionstovendor
Chargesforthefollowingitems(Optional
Items)
UnitRates
01.01
01.02
01.03
01.04
02.01
02.04
03.01
03.02
03.03
03.04
04.01
04.04
05.01
05.02
05.03
HT201
EARTHTRUCKS
LIFTTRUCKS
HT201RETROFIT
{02}HT201
{02}HT201RETROFIT
{03}HT201
{03}EARTHTRUCKS
{03}LIFTTRUCKS
{03}HT201RETROFIT
{04}HT201
{04}HT201RETROFIT
Supplyof6.6kV,1250A,25kA(3sec)
SwitchgearpanelsasperdatasheetsDS
0201,0202,0203,0204

EarthingTrucks&accessoriesforthe
SwbdpanelsspecifiedinS.No.01.00as
perInst.tovendor.
LiftingTrucks&accessoriesfortheSwbd
panelsspecifiedinS.No.01.00asper
Inst.tovendor
Materialforretrofitmentofexisting
6.6kVSWGR.panelsasperJobspec,data
sheetetc.
ForSr.No.01.01
ForSr.No.01.04
ForSr.No.01.01
ForSr.No.01.02
ForSr.No.01.03
ForSr.No.01.04
ForSr.No.01.01
ForSr.No.01.04
SupplyofTwoYearsOperation&
MaintenanceSpares,asperenclosed
instructionstovendor
TrainingforNumericalRelays,at
manufacturer'sworksasperInstructions
toVendor
TrainingforNumericalRelays,atsites
asperInstructionstoVendor
1Lot
1Lot
1Lot
1Lot
1Lot
1Lot
1Nos
1Nos
1Nos
1Nos
1Lot
1Lot
1Lot
1LS
1LS
A1
A1
A1
A1
A1
A1
A1
A1
A1
A1
A1
A1

Page 124 of 246


ENGINEERS INDIA LIMITED
RO-KOLKATA Client: IOCL
Project: COKE CHAMBER REPLACEMENT AND ALLIED
MODERNIZATION
File Name: E:\5.pdf
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
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. Sheet 3
of 5

REQUISITION NO. REV.

A546-604-XB-MR-0201 A

SR. NO.
TAG NO/
ITEM CODE/ [ ID. NO. ] DESCRIPTION QUANTITY
07.00
08.00
09.00
<<DELETED>>
<<DELETED>>
Drawingsanddocumentsasperattached
VendorDatarequirementforallsupplies
andservicescoveredaboveinSr.Nos.1.00
toSr.No.8.00
Lot
VendorsshallquotepricesinEILPriceScheduleexceptforSr.No.9.00.
Pricefor
documentationisimpliedtobeincludedinthepricesquotedagainst
Sr.No.1.00to
Sr.No.8.00
Vendortonotethatthenumbersgiveninsquare'[]'andcurly'{}'
bracketsare
notfortheiruseandmeantforstorepurposeonly.Itemsshallbetagged
asper
mainequipmentTagNo.only.
06.01
06.02
UnitRatesofitemsforaddition/
deletionpurpose,aspertheenclosed
instructionstovendor.
UnitRatesforSpecifictestsasperthe
enclosedinstructionstovendor.
1Unit
1Unit
Note:
Biddertonotethat,onefixedpriceistobequotedforgroupeditems.The
groups
ofitemsareidentifiedbyA1whereA1indicatesonegroupandsoon.
Groupeditemsshallnotbesplitordered.
Page 125 of 246
ENGINEERS INDIA LIMITED
RO-KOLKATA Client: IOCL
Project: COKE CHAMBER REPLACEMENT AND ALLIED
MODERNIZATION
File Name: E:\5.pdf
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
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. Sheet 4
of 5

REQUISITION NO. REV.


A546-604-XB-MR-0201 A

LIST OF ATTACHMENTS
SL.
No. DOCUMENT TITLE DOCUMENT NO.
REVISION
REV. REV. REV. REV.
DATE DATE DATE DATE
IncaseofanysubsequentrevisionofMRorPR,onlyrevisedsheetsofthe
attachmentslistedaboveshallbeissuedalongwiththerevision.
GENERAL NOTES:

1.BIDDERTOCOMPLYDRAWING/DOCUMENTSCHEDULEASSPECIFIEDINENCLOSED
INSTRUCTIONTO
BIDDER/VDR.
FormatforVendorDrawing/
DocumentSubmissionSchedule
InstructionstoVendor
Scope&Jobspecification
6.6kVHVSwitchboardData
Sheet(PartI&II)
6.6kVHVSwitchboarddata
sheet(FeederList)
DataSheet(NumericalRelay)
6.6kVHVSwitchboarddata
sheet(HardwareDataSheet)
Vendordatarequirement
StandardspecificationforHV
Switchboard
Standardspecificationfor
NumericalRelay
SpecificationforElectrical
EquipmentInstallation
Specificationforfield
inspection,testing&
commissioningofelectrical
installations
SafetyMeasuresforelectrical
installationsduring
construction
Inspection&TestPlanforHV
Switchboards
Inspection&TestPlanfor
NumericalRelays
SpecificationforQuality
managementSystemrequirements
frombidders
Specificationfor
DocumentationRequirements
fromsuppliers
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
EIL16411923
Rev.1
A5466041650TR

0201
A5466041650SP
0201
A5466041650DS
0201
A5466041650DS
0202
A5466041650DS
0203
A5466041650DS
0204
A5466041650VR
0201
6510001
6510055
6510081
6510087
7510332
6811001
6811055
6780001
6780003
A
A
A
A
A
A
A
6
2
4
3
2
3
2
0
0
10/11/2014
10/11/2014
10/11/2014
10/11/2014
10/11/2014
10/11/2014
10/11/2014
15/10/2013
12/06/2014
21/05/2014
10/06/2014
02/03/2012
21/11/2013
21/11/2013
04/06/2009
04/06/2009

INSTRUCTIONSTOVENDORS
JOBSPECIFICATION
DATASHEET
VENDORDATAREQUIREMENTS
SPECIFICATION
STANDARD

INSPECTION&TESTSTANDARDS
QUALITYREQUIREMENTS
Page 126 of 246
ENGINEERS INDIA LIMITED
RO-KOLKATA Client: IOCL
Project: COKE CHAMBER REPLACEMENT AND ALLIED
MODERNIZATION
Sheet 5 of 5
File Name: E:\5.pdf
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
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.

REQUISITION NO. REV.


A546-604-XB-MR-0201 A

LIST OF ATTACHMENTS
SL.
No. DOCUMENT TITLE DOCUMENT NO.
REVISION
REV. REV. REV. REV.
DATE DATE DATE DATE
2.RELAYSETTINGCALCULATION,RELAYPARAMETERISATIONANDACTUALSETTINGAT
SITEIS
INCLUDEDINVENDOR'SSCOPEASPARTOFTHEPRECOMMISSIONINGACTIVITYANDNO
DEVIATION
ISACCEPTABLEINTHISREGARD.
3.LAPTOPPCSHALLBEPROVIDEDWITHAPPLICABESOFTWARECOMPATIBLEWITH
OFFEREDRELAYS
ANDPRICEFORTHESAMETOBEINCLUDEDINTHEBASEPRICEOFITEMTAGNO.HT
201(MRSR.
NO.01.01).
4.DUETOSPACECONSTRAINTADDITIONALADAPTORPANELSHALLNOTBECONSIDERED
FOR
EXTENSIONOFEXISTINGPANEL.
Page 127 of 246

Engineers India Limited


Client: IOCL
S.No. Equipment Number
Form
Electronic
(E)/ Print (P)
Remarks

Vendor Drawing/ Document Submission


Schedule
Project: COKE CHAMBER REPLACEMENT AND ALLIED
MODERNIZATION
Vendor Name:
EIL Originating Department: ELECTRICAL Contact Person(EIL):
PR No.:
Date of LOI:
PO No.:
Date of PO:
Format No.: EIL-1641-1923 Rev.1

Drg./ Doc. Nomenclature


as per EIL Vendor Data
Requirement
Scheduled
date of 1st
Submission
Category

Review (R) /
Records (I)
Vendor Drg. / Doc. Numbe Vendor Drg./ Doc. Title
Status
Date
Address:
Contact Person:
Phone:
City:
Email:
Fax:
Item Description: SWITCHBOARDS: HV (INDOOR)
WITH VCB
Page 128 of 246

INSTRUCTIONS TO VENDOR
DOCUMENT No.
A546-604-16-50-TR-0201
Rev. A
Page 1 of 5
A 10.11.2014 ISSUED WITH MR SA ST ST
Rev.
No
Date Purpose
Prepared
by
Checked
by
Approved
by
Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights re served

INSTRUCTIONS TO VENDOR
FOR
HV SWITCHGEAR PANELS (INDOOR)
(MR NO. A546-604-XB-MR-0201)
PROJECT: COKER-A REVAMP
CLIENT: M/s IOCL
Page 129 of 246

INSTRUCTIONS TO VENDOR
DOCUMENT No.
A546-604-16-50-TR-0201
Rev. A
Page 2 of 5
Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights res erved

1.0 SPECIAL INSTRUCTIONS TO BIDDERS


1.1 Bidder to note that no correspondence shall be entered into or entertained after the bid
submission. While quoting bidder should ensure that all items have been quoted and the same is
in line with enlistment existing with EIL.
1.2 Bidder shall note that the order against this MR will not be split and the same shall be issued to
one vendor only.
1.3 The submission of prices by the Bidder should be construed to mean that he has confirmed
compliance with all technical specifications of the corresponding item(s).
1.4 Bidder to note that a pre bid meeting shall be held in which the Bidder can seek any clarification/
confirmation if required. Bidder shall ensure that this conference is attended by both technical
and commercial personnel of the Bidder who should have thoroughly scrutinized the MR
beforehand so that all issues are finally resolved in this meeting.
2.0 BIDDER SHALL ENSURE COMPLIANCE TO THE FOLLOWING:
2.1 Bidder has quoted for all items as per item description exactly as specified in MR and confirmed
compliance to the scope of MR.
2.2 Bidder has quoted for spares required for commissioning of HV switchgear panels & retro fitment

of existing feeders and the price of the same shall be included in the base price of the respective
items at MR sl no. 01.00. A list of such spares shall be submitted with the offer.
2.3 Bidder has included the supply of one set of recommended tools, tackles and special equipment
required for the maintenance of the breakers and panels, and price for the same shall be
included in the basic price. A list of such items shall be submitted with the offer.
2.4 Bidder has quoted for mandatory spares for switchgear panels & relays.
2.5 Bidder has quoted for 2 years Operation and Maintenance spares with quantity and unit price as
per price schedule format for all items of MR.
2.6 Bidder has quoted for training of numerical relays at manufacturers works & site.
2.7 Bidder has quoted for unit rates for all specified components or items for addition/ deletion.
2.8 Bidder has quoted for unit rates for conducting Type tests on switchboard panels and breakers.
2.9 Bidder has quoted for installation, testing and commissioning of complete panels including
numerical relays.
2.10 Bidder has quoted supply of breaker withdrawal trolley & accessories applicable only where
cassette mounted breakers are offered.
2.11 Duly filled-in HV switchboard data sheet No. A546-604-16-50-DS-0201 (Part-I & Part-II) & data
sheet No. A546-604-16-50-DS-0203 for numerical relay are furnished with the bid.
2.12 Bidder has submitted all documents required with the offer as listed in Vendor Data Requirement
(VDR) form and the bidder duly have signed the VDR form.
2.13 Makes of components/ devices are exactly as specified in the MR, make list.
2.14 Bidder has furnished overall dimensions for offered panels.
2.15 Bidder confirms that there is no deviation to the MR specifications and data sheets listed in list of
attachment. In case of deviation, the offer shall be rejected without raising any query to bidder.
Bidders deviation if any due to inherent design may be reviewed after the award of contract.
2.16 Bidder has furnished foundation plan and cutout details for offered switchboards.
2.17 All the offered switchboards, breakers are type tested. Copies of valid type test certificates for the
following tests conducted on identical design of offered equipments are furnished with the offer:a. Short time current withstand test (for panel, each type of breaker).
b. Heat run test (for panel, each type of breaker).
c. Internal arc test for panel.
d. Impulse voltage withstand test (for panel, breaker).
e. Duty cycle test for each type of breaker.
3.0 MR Sr. No. 01.02 (EARTHING TRUCK)
Separate earthing carriage/ truck shall be supplied for the HV panels. One set of earthing truck
for bus side earthing and one set for cable side earthing shall be supplied.
Page 130 of 246

INSTRUCTIONS TO VENDOR
DOCUMENT No.
A546-604-16-50-TR-0201
Rev. A
Page 3 of 5
Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights res erved

4.0 MR Sr. No. 01.03 (LIFTING TRUCK)


Lifting trucks and accessories (if applicable, see Cl. No. 2.10 above) shall be provided as
indicated for withdrawal of cassette mounted circuit breakers from the switchboard panel for HV
panels.
5.0 MR Sr. No. 04.00 (MANDATORY SPARES)
Bidder shall quote for one set of following mandatory spares (For Item Nos. 04.01 & 04.04)
A) HT-201 (Item No.-04.01)
a) CT & PT (all types & rating) - 1 set each
b) Closing coils - 10% (rounded off to next integer, for all below)
c) Shunt trip coil - 10% (rounded off to next integer, for all below)
d) Panel limit switches & - 10% each type
interlocking switches
e) Panel operating switches - one set each
(all types)
f) Breaker limit switches - 10% of each type
& interlocking switches
g) Control supply fuses - 10 nos. of each type & rating
h) All cards such as input & output cards,
Power supply card, processor card etc.

for numerical relays -1 no. of each type.


B) HT-201-Retrofit (Item No.-04.04)
a) CT & PT (all types & rating) - 1 set each
b) Panel limit switches & - 10% each type
interlocking switches
c) Panel operating switches - one set each
(all types)
d) Control supply fuses - 10 nos. of each type & rating
e) All cards such as input & output cards,
Power supply card, processor card etc.
for numerical relays - 1 no. of each type.
Bidder to include complete set of mandatory spares in their offer and indicate only
lumpsum price for this. No item wise price break-up shall be furnished. In case, any of
the above items are not applicable, bidder to clearly indicate accordingly in their offer and
mention valid reason for not including the same.
Quantities (where ever indicated as percentage)/ ratings of various items shall be subject
to review during post order stage and bidder to supply complete set of mandatory spares
accordingly without any cost implication to the purchaser.
6.0 MR Sr. No. 05.00 (Optional Items) [Prices quoted for the optional items shall not be considered
for commercial evaluation]
6.1 MR Sr. No.05.01 (O&M Spares)
Bidder shall quote unit price for Two Years Operation and Maintenance Spares along with
recommended quantity including but not limited to the following.
Page 131 of 246

INSTRUCTIONS TO VENDOR
DOCUMENT No.
A546-604-16-50-TR-0201
Rev. A
Page 4 of 5
Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights res erved

6.1.1 HV Switchgear Panels


Sl.No Part description Recommended
Quantity
Unit rate
1.0 Complete breaker trolley including
breakers (for each rating)
2.0 Spring charging motors
3.0 Closing coils
4.0 Tripping coils
5.0 CT (for each type / rating)
6.0 PT (for each type / rating)
7.0 Spare vacuum bottles
8.0 Control circuit fuses (for each type &
rating)
9.0 Indicating lamps (Cluster LED type)
10.0 Control switches (for each type & rating)
11.0 MCB (for each type & rating)
12.0 Breaker pads (Male) (for each type and
rating)
6.1.2 Protection Relays
Sl.No Part description Recommended
Quantity
Unit rate
1.0 Protection relays (for each type )
6.2 MR Sr. No. 05.02 & 05.03 (TRAINING FOR OWNERS ENGINEERS)
Bidder shall quote lump sum price separately for shop/ site training as detailed below:
6.2.1 Providing training for FIVE OWNERs Engineers for a period of three days at manufacturers
works for the Numerical relays.
6.2.2 Providing training for SEVEN OWNERs Engineers for a period of three days at owners site for

the Numerical relays.


7.0 MR Sr. No. 06.01 (UNIT RATES FOR ADDITION/ DELETION)
Bidder shall quote unit price for addition/ deletion of modules and components, which may be
required to execute at a later date. The price shall include all accessories, wiring, mounting etc.
as required.
a. Each type of fully equipped feeder as per Switchboard data sheets.
b. Each type of empty panel with bus bars
c. Each type of dummy panel
d. Each rating of circuit breaker
e. Each type of earthing truck
f. Each type of breaker handling trolley (if provided)
g. Each type of protection and auxiliary relays
h. Each type of components including but not limited to the following Control fuse
CTs/ PTs/ Control transformers
Push button
Indicating lamp assembly with lamp
Voltmeter
Ammeter
PF meter
KWH meter
Frequency meter
MCB
TNC Switch/ selector switch
Aux. Contactors
MFM (Multi function meter)
Page 132 of 246

INSTRUCTIONS TO VENDOR
DOCUMENT No.
A546-604-16-50-TR-0201
Rev. A
Page 5 of 5
Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights res erved

Bidder to quote unit rates for all items listed above, even if some of those found not
applicable as per present feeder list. This is required in order to take care of future
contingency in case found during detailed engineering.
8.0 MR Sr. No. 06.02 (UNIT RATES FOR TYPE TESTS)
8.1 Bidder shall quote unit price for carrying out the following type tests on the offered switchgear
panels:
a. Short time current withstand test (for panel, breaker).
b. Heat run test (for panel, breaker).
c. Internal arc test for panel.
d. Impulse voltage withstand test (for panel, breaker).
e. Duty cycle test for breaker.
8.2 Unit prices quoted against MR item No.06.02 shall be operated only in case these type tests are
additionally required to be conducted on purchasers specific requirement (i.e. despite that the
valid type test certificates are available with the Bidder) for the offered design of panels &,
breaker.
8.3 Switchgear panels offered shall be of proven design and shall have been successfully type
tested for the above mentioned tests. Type test certificates for an exactly identical design of
offered switchgear panels shall be furnished by bidders. These test reports shall not be more
than 5 years old, as on the final bid opening date. In case these type tests have not been
conducted during the last 5 years, bidder shall conduct these type tests on the offered design of
switchboard before dispatch without any additional cost and delivery impact.
9.0 Bidder shall note that bill of material if any furnished with the offer will be retained for information
and records only and shall not be contractually binding. All materials and components as
required to meet MR specifications and functional requirement shall be included in the bidders
scope with out any cost and time implication to the purchaser.
Page 133 of 246

SCOPE & JOB SPECIFICATION


FOR
HV SWITCHGEAR PANELS

DOCUMENT No.
A546-604-16-50-SP-0201
Rev. A
Page 1 of 5
A 10.11.2014 ISSUED WITH MR SA ST ST
Rev.
No
Date Purpose
Prepared
by
Checked
by
Approved
by
Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights re served

SCOPE & JOB SPECIFICATION


FOR
HV SWITCHGEAR PANELS
(MR NO. A546-604-XB-MR-0201)
PROJECT: COKER-A REVAMP
CLIENT: M/s IOCL
Page 134 of 246

SCOPE & JOB SPECIFICATION


FOR
HV SWITCHGEAR PANELS
DOCUMENT No.
A546-604-16-50-SP-0201
Rev. A
Page 2 of 5
Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights res erved

1.0 Scope
6.6kV extension panels
Bidders scope shall include supply, installation, testing and commissioning of 2 nos.
6.6kV switchgear panels which shall be complete in all respects including VCB
breakers, protection relays (Numerical), CTs and all associated auxiliaries, hard-wares,
wiring etc. Scope shall also include supply of earthing truck for bus side & cable side
earthing, lifting truck (for cassette type VCBs), Laptop PC with applicable software etc.
Installation of new panels shall include hook-up with existing switchboard w.r.t. power,
control & aux. bus-bars etc.
Retro fitment of existing panels
Bidders scope shall include supply, installation, testing and commissioning of all items
including CTs for protection (including differential protection), metering, protection relays
(Numerical), aux. relays, multi function meters (MFM) etc. complete in all respects as
required for retro fitment of 5 nos. existing spare panels for the purpose of their intended
use.
The scope shall include disconnection, removal & handing over to the Owner of existing
CTs, relays, metering etc. which need to be replaced by corresponding new items.
Scope shall also include providing matching cut-outs on panel doors & drilled hole on
gland plates for cable entry. Bidder may decide and replace the entire panel door &
gland plate, if found required during detailed engg.
However, the scope EXCLUDES supply & installation of VCB breakers for these 5 nos.
Panels since, existing breakers are to be used.
2.0 General
2.1 In addition to the requirements of the enclosed standard specifications, Electrical
equipment covered in this MR shall also comply with the following. In case of conflict
among various standards and specifications, the following shall be the order of priority:

a. HV switchboard data sheets


b. Job specification
c. EIL standard specification no. 6-51-0001.
d. Codes & standards
However, EIL / Owners consent is desirable before tasking a final decision in this
regard.
2.2 New panels shall be erected one at each end of the existing switchboard as extension
panels. No adapter panel shall be considered between existing end panels & the new
extension panels since, there is no adequate space available for additional adapter
panel. Bidder to ensure proper matching and bus-bar alignment between existing and
new panels. New panels shall be provided with same height as that of existing panels in
order to maintain good aesthetics. Existing detailed drawing shall be made available to
the successful bidder during detailed engineering. However, following existing details to
be noted for bidding purpose:
Existing 6.6kV switchboard
Make: Jyoti
Rating: 6.6kV (UE), 3-Ph, 50Hz, 1250A, 25kA (3 sec)
Bus-bar (pow) Aluminium, 2-80x10 sqmm.
Bus-bar (ear) Copper, 1-50x6 sqmm.
BIL: 20/60kV
Breaker type: VCB
Page 135 of 246

SCOPE & JOB SPECIFICATION


FOR
HV SWITCHGEAR PANELS
DOCUMENT No.
A546-604-16-50-SP-0201
Rev. A
Page 3 of 5
Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights res erved

Additional data, required if any, may have to be collected direct from site by the bidder.
2.3 Selection, sizing and suitability of all components shall be the Bidders responsibility.
The equipment as required for safe and satisfactory operation shall be considered
included in Bidders scope even if not specifically mentioned.
2.4 Hardware data sheet for feeders include only the major relays, meters and control
switches. Any auxiliary relays, timers, switches, etc., as required, while developing the
control schematics and for safe operation, even if these are not specifically included,
shall be supplied by the Bidder without any price and time implication.
2.5 The Bidder shall be solely responsible to coordinate the relay characteristics with relay
supplier for the proper selection of all CTs with special care to select class PS CTs. The
knee-point voltage, CT resistance and magnetizing current shall be calculated by the
Bidder for Owner/ EILs review before proceeding with manufacturing.
2.6 CT ratios/ details, load details, cable sizes, feeder nos., name plate details etc. for all
feeders shall be finalised at the time of review of vendor drawings which shall be taken
care of by the Bidder without any impact on cost and time to Owner.
2.7 Surge arrestors are to be provided for all out going feeders in case of VCB in line with
Cl. No. 6.1.10 of standard specification 6-51-0001.
3.0 Relay Setting
3.1 Design calculations for selection of relays, parameterization, relay setting, relay
coordination, providing relay setting table etc. for all feeders is included in the Bidders
scope and deviation to this is not acceptable.
3.2 The motor data and characteristics for all motors and other electrical load details shall
be furnished to the Bidder at the time of drawing review.
3.3 Any other data required for relay setting (to be carried out by the Bidder) shall be
provided during detailed engineering stage.
4.0 Rear extensions, as required, for cable terminations & mounting of devices shall be

supplied without time-cost implication to owner. Rear cable chamber, if provided, shall
be of height same as other vertical panels.
5.0 All hardwired signals (with minimum requirement specified below) from various motor
feeders for DCS/LCS interface shall be wired and terminated in the respective panel:a) Breaker ON indication
b) Breaker OFF indication
c) Process Start command (Auto)
d) Process Stop command
e) Process Trip indication
f) Process Trip command
g) Interface for auto manual selector switch
h) Remote Start command (Manual)
i) Remote Stop command (Manual)
j) Ammeter
Current rating for these DCS/other location contacts shall be 0.5A, 110V DC.
6.0 Indicating lamps shall employ LEDs. LEDs provided for indication shall be cluster type
with adequate brightness and minimum 2Nos LEDs chips per light. LEDs shall be
connected in parallel and each LED chip having diameter not less than 3mm.
7.0 As a minimum, the following indications shall be provided in the switchboards
Outgoing feeder
* Breaker ON
* Breaker OFF
Page 136 of 246

SCOPE & JOB SPECIFICATION


FOR
HV SWITCHGEAR PANELS
DOCUMENT No.
A546-604-16-50-SP-0201
Rev. A
Page 4 of 5
Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights res erved

* Tripped on fault
* Trip circuit unhealthy
* Numerical relay unhealthy
Motor feeder
* Breaker ON
* Breaker OFF
* Tripped on fault
* Trip circuit unhealthy
* Tripped on process signal
* Numerical relay unhealthy
* PT Secondary MCB off

8.0 Breaker rating as specified in the data sheet is in-panel rating. Bidder may select
higher rating of breaker if there is any de-rating factor for in-panel rating.
9.0 Spring charging motors shall be suitable for 110V DC supply.
10.0 Fail Safe Scheme shall be provided for all transformer feeders. Auxiliary contactors as
required shall be provided to meet this requirement. Detailed scheme shall be reviewed
during detail engineering and to be implemented without any time and cost implication.
11.0 For all the breaker feeders, Trip circuit not healthy contact (relay 95 contact) to be
wired in the closing circuits of breakers. Such that in case trip circuit is not healthy then
breaker cannot be closed.
12.0 Numerical Relays
12.1 Differential relays (87); restricted E/F (64R) relay as asked for in the data sheet shall be
separate relay and shall not be combined with the main relay.
12.2 The requirement of numerical relays and integration shall be in compliance with the
requirement given in attached data sheet and specification. Even though data sheets
define the requirement in terms of discreet relays (electromechanical type) but

numerical relay comprising of all required functions shall be provided.


12.3 All numerical relays shall be communicable type with redundant communication port.
12.4 Scheme of switchboard shall be engineered to achieve the control logic, as required,
through relay logic.
12.5 Breaker control switches shall be hardwired type.
13.0 Make of Electrical Components shall be selected from the following list:
ITEM
APPROVED MAKES
Fuse Switch Combination Unit Controls and Switchgear, Havells India, L&T, Schneider
Electric, Siemens, Standard Electricals, GE, Novateur
Fuses GE India Industrial Pvt. Ltd., L&T, Siemens, Cooper
Bussman, Novateur
Instrument Transformer
(CT/PT) - HV
ABB, Electrical Control & Systems, Kappa Electrical, Kalpa
Electrical, Pragati Electricals, Megawin
Meters Automatic Electric, MECO Instruments, Rishab, Nippen
Electrical Instruments, Secure
Push Buttons & Indicating
Lamps
L&T, Controls and Switchgears Contactors, Siemens,
Schneider Electric, Teknic Controls, Hotline Switchgear &
Controls, Essen Deinki, Precifine, Sri Tulsi
Page 137 of 246

SCOPE & JOB SPECIFICATION


FOR
HV SWITCHGEAR PANELS
DOCUMENT No.
A546-604-16-50-SP-0201
Rev. A
Page 5 of 5
Format No. EIL 1641-1924 Rev. 1 Copyright EIL All rights res erved

ITEM
APPROVED MAKES
MCB Havells, Legrand India, Standard Electricals, Siemens,
Novateur, Indiana, Schneider, ABB, C&S
Control Switches (Breaker) Alstom T & D India Ltd., Switron, Reliable Electronic
Components
Timers Electronic Automation, L&T, Siemens
Control Switches / Selector
Switches
Alstom T & D India Ltd., L&T, Siemens, Switron Devices,
Hotline Switchgear & Controls, Kaycee, Reliable Electronic
Components
Aux. Relays ABB, Alstom T&D, Jyoti
Protection Relays (HT) ABB, Alstom T&D, Easun Reyrolle, GE, Siemens,, Switzer
Contactors ABB, Bhartia, Controls & Switchgears, GE India
Industrial Pvt. Ltd., L&T, Siemens, Schneider Electric
Vac interrupters ABB, Megawin
NOTES:

1. Bidder may procure material from any of OWNERs approved vendors. However,
current validity and range of approval as per enlistment letter, workload, stability
and solvency need to be verified by the bidder before placement of order.
2. For components other than the above, bidder shall submit past track record for the
proposed sub-vendors and obtain written approval from Owner / EIL before placing
order.
Page 138 of 246
DATA SHEET
FOR
6.6 kV HV SWITCHGEAR PANELS

DOCUMENT No.

A546-604-16-50-DS-0201 Rev.A
Page 1 of 5
A 10.11.2014 ISSUED WITH MR SA ST ST
Rev.
No
Date Purpose
Prepared
by
Checked
by
Approved
by
Format No. EIL 1650-3001 Rev. 1 Copyright EIL All rights re served

PART-I
(DATA TO BE FILLED-IN BY PURCHASER)
1.0 SITE CONDITIONS
1.1 Maximum ambient temp. : 46 C
1.2 Minimum ambient temp. : 5 C
1.3 Design Temp. : 46 C
1.4 Relative Humidity : 65% (max) at 46 C
1.5 Altitude above MSL : < 1000M above MSL
1.6 Location : Barauni, Bihar
1.7 Atmosphere : Tropical, humid and corrosive
2.0 OPERATING CONDITIONS
2.1 Voltage : 6.6 kV 10%
2.2 Frequency : 50 Hz 3%
2.3 No. of phases : Three
2.4 System fault level : 25 kA (1 sec)
2.5 System earthing : Unearthed
2.6 Auxiliary supply
AC : 240 V 10%, 1-Phase 50 Hz
DC : 110 V 10%,
3.0 ELECTRICAL DATA
3.1 Bus bar current rating
( inside panel at design temp) : Refer feeder Details Data Sheet
3.2 1 second short circuit withstand capacity :
a) System breaking capacity : 25 KA
b) %D.C. Component : As per IEC
3.3 System making capacity : 2.55 times system breaking capacity
3.4 Type of Circuit breaker. : Vacuum, Horizontal draw-out
3.5 Duty cycle of breaker : 0-3 min-CO-3 min-CO (See Note-3)
3.6 Suitability for capacitor switching : Not Required
3.7 Surge suppressor for motor feeder : Yes
3.8 IDMTL relay type : 3 sec
3.9 Provision of earthing switch/truck : Required
4.0 Miscellaneous
4.1 Interface with ECS : Required
4.2 Incoming Power entry : Not Applicable
4.3 Cable Entry : Bottom
Page 139 of 246
DATA SHEET
FOR
6.6 kV HV SWITCHGEAR PANELS

DOCUMENT No.
A546-604-16-50-DS-0201 Rev.A
Page 2 of 5
Format No. EIL 1650-3001 Rev. 1 Copyright EIL All rights res erved

4.4 Separate Bolted removable Gland Plate : Required (Gland Plate will be drilled at
site)
4.5 Cable Glands and lugs for cable termination : Required
4.6 Painting/Paint Shade : Shade RAL 7032 (Preferably to be
same as existing colour shade)
NOTE:
1. Makes of equipments/components shall be as per enclosed vendor list

2. Auxiliary supply for spring charging motor shall be 110V DC.


3. Breaker duty has been specified in general for all breakers. However, for feeders provided with
auto-reacceleration feature, vendor shall provide more stringent breaker duty, if required, for
application.
Page 140 of 246
DATA SHEET
FOR
6.6 kV HV SWITCHGEAR PANELS

DOCUMENT No.
A546-604-16-50-DS-0201 Rev.A
Page 3 of 5
Format No. EIL 1650-3001 Rev. 1 Copyright EIL All rights res erved

PART - II
(TO BE FILLED-IN BY VENDOR)
A SWITCHBOARDS
1. Make :
2. Type designation :
3. Degree of protection :
4. Max overall weight of Circuit breaker panel : Kg
5. Overall dimensions of Circuit breaker panel
Width : mm
Depth : mm
Height : mm
6. Overall dimensions of dummy/ adaptor panel
Width : mm
Depth : mm
Height : mm
7. Overall weight and dimensions of largest shipping section
Weight : kg
Width : mm
Depth : mm
Height : mm
8. Overall dimensions of each swbd including all dummy
/ adaptor/rear extension panels
Width : mm
Depth : mm
Height : mm
9. Recommended clearances for the switchboard
Front : mm
Rear : mm
Above : mm
10. Shock loading on foundation : Kg
11. Max. size/no. of cables that can be terminated
inside the panel
a) without rear extension panel :
b) with rear extension panel :
c) Size of rear extension panel :
12. Clearance in air :
Phase to phase (min) : mm
Phase to earth (min) : mm
13. Busbar current rating at design ambient temp : A
14. Busbar size
14.1 Horizontal main busbar size :
(No. of flats x size of each flat)
14.2 Horizontal main busbar size as tested at CPRI/ Equivalent:
other laboratory for full short circuit withstand as per
specification requirement
(No. of flats x size of each flat)
14.3 Vertical dropper size (No. of flats x size of each flat) :
Page 141 of 246
DATA SHEET
FOR

6.6 kV HV SWITCHGEAR PANELS

DOCUMENT No.
A546-604-16-50-DS-0201 Rev.A
Page 4 of 5
Format No. EIL 1650-3001 Rev. 1 Copyright EIL All rights res erved

14.4 Vertical dropper size as tested at CPRI/ Equivalent


other laboratory for full short circuit withstand as
per specification requirement
(No. of flats x size of each flat) for :
15. Horizontal main busbar / vertical busbar material : AL
16. Insulating material (Bus bar supports etc.) :
17. Earth busbar size : mm
18. Earth busbar material : Copper
19. a) 1 min. power frequency withstand voltage (rms) : kV
b) Over voltage factor for PTs : 1.9 for 30 sec
20. a) Impulse withstand voltage (peak) : kV
b) Wave shape of impulse voltage :
21. 1 sec. short circuit withstand capacity : kA
22. Peak dynamic withstand capacity : kA
23. Safety features
a) Heat shrinkable sleeves, rated to withstand the system
line to line voltage for one minute, provided on busbar : Yes / No
b) Removable FRP shrouds for all busbar joints and
tap-off connections provided : Yes / No
c) Arc propagation barrier in busbar compartment provided: Yes / No
d) Breaker service, test and drawn-out position provided : Yes / No
e) Distinct overall lockable door for breaker compartment
provided : Yes / No
f) Automatic safety shutter provided : Yes / No
g) Independent pressure release flaps provided for
all HV compartments : Yes / No
h) Wire mesh for all louvered openings provided : Yes / No
i) Suitable interlocks to prevent faulty operation as per Clause- 5.1.11
of standard spec 6-51-0001 provided : Yes / No
24. CIRCUIT BREAKER
24.1 Type : VCB
24.2 Make :
24.3 Type designation :
24.4 Circuit breaker mounting in panel : Truck mounted / cassette mounted
24.5 No. of poles/phase :
24.6 Current rating (in free air) : A at C
24.7 Current rating inside the panel at specified
design temperature : A
24.8 Short time rating (1 sec.) : kA
24.9 a) Symmetrical breaking capacity : kA
b) % DC component :
24.10 Peak making current : kA
24.11 1 min. dry withstand voltage (Power frequency) : kV
24.12 Duty cycle :
24.13 Total opening time : m sec.
24.14 Total closing time : m sec.
24.15 Power required for opening : W/VA
Page 142 of 246
DATA SHEET
FOR
6.6 kV HV SWITCHGEAR PANELS

DOCUMENT No.
A546-604-16-50-DS-0201 Rev.A
Page 5 of 5
Format No. EIL 1650-3001 Rev. 1 Copyright EIL All rights res erved

24.16 Power required for closing : W/VA


24.17 Power required for spring charging Motor : W/VA

24.18 Breaker is trip free : Yes / No


24.19 Closing mechanism :
24.20 Provision of manual spring charging provided : Yes / No
24.21 Mechanical trip PB provided : Yes / No
24.22 Mechanical ON/OFF indicator provided : Yes / No
24.23 Operation counter provided : Yes / No
24.24 Time taken for spring charging : sec
24.25 No. of aux. contacts and their current ratings (min. 4 each) : NO + NC, A
24.26 Interrupter :
24.26.1 Make :
24.26.2 Pressure switch for monitoring of SF6 gas pressure provided : Not Applicable
24.26.3 Re-filling arrangement for SF6 gas : Not Applicable
24.27 Surge suppressor
Type designation :
Make :
24.28 Derating required for capacitor switching : Not Applicable
24.29 Earthing system : Integral earthing system / Separate
earthing carriage
25.0 Copies of following test certificates enclosed : Yes /No
25.1 For offered circuit breaker panel with breaker
25.1.1 Short circuit tests (Peak and 1 sec withstand)
25.1.2 Heat run test
25.1.3 Impulse voltage withstand test
25.2 For Panel
25.2.1 Internal Arc test
25.3 For offered circuit breaker (In panel)
25.3.1 Short circuit test duties
Page 143 of 246

The 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 or used, except in the limited way permitted by a written consent given by the
lender to the borrower for the intended use. EIL1650-3001A, REV-1, A4 210x297.
0
20
40
60
80
100
1st Qtr 2nd Qtr 3rd Qtr 4th Qtr
East
West
North

ENGINEERS INDIA LIMITED


R. O. KOLKATA
REV DATE PURPOSE BY CHKD APPD HT SWITCHBOARD

DATA SHEET
(Feeder details :
HT-201)
DATA SHEET
REV
A 10.11.14 Issued with MR SA ST ST
A546-604-16-50-DS-0202
Sheet 1 of 3

HT Switchboard Data sheet


Project : Coker-A Revamp Client : M/s I OCL Fault level : 25kA (1 sec)
Unit : 604 Bus c urrent
rating
: 1250A Bus Differential : Existing
Switchboard No. : HT-201 (Coker-A S/S HT SWBD)
Location Execution : Single front
: IOCL,BARAUNI
Voltage rating : 6.6kV Bus Differential CT

Primary
: 1250A (Required)
Sl.
No.
Feeder Nameplate Inscription Bus Section Breaker
Rating/
Feeder
Designation
CT Primary current rating
(A) **
Max Cable
Size (mm)
Reference
Data Sheet
(A546-604-1650-DS-0204)
Remarks
Panel
No.
Feeder
No. #
Description #
Rating
(kW)
Scheme
No.
Left Right Metering
Protection
O/C
S/C,
E/F
Differ
ential
REF

A
MODIFICATION OF EXISTING
PANELS
Motor Feeders
1
PNL-2
(*)
604-PM-00-060 A
(Coke Cutting Water Pump-A)
2360 1 - 630 A 300 300 300 - Later Sheet no.1 of 3
2
PNL-21
(*)
604-PM-00-060 B
(Coke Cutting Water Pump-B)
2360 - 1 630 A 300 300 300 - Later Sheet no.1 of 3
Outgoing Feeders
3
PNL-5
(*)
Outgoing Feeder to 604-PM-00-060A
(Coke Cutting Water Pump-A)
through VFD
2360 1 - 630 A 300 300 - - Later Sheet no.2 of 3
4
PNL-19
(*)
Outgoing Feeder to 604-PM-00-060B
(Coke Cutting Water Pump-B)
through VFD
2360 - 1 630 A 300 300 - - Later Sheet no.2 of 3
5
PNL-7

(*)
Outgoing Feeder for Bridge Crane
Package
(604-LZ-071)
400kVA 1 - 630 A 50 50 - - Later Sheet no.2 of 3
Page 144 of 246

The 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 or used, except in the limited way permitted by a written consent given by the
lender to the borrower for the intended use. EIL1650-3001A, REV-1, A4 210x297.
ENGINEERS INDIA LIMITED
R. O. KOLKATA
REV DATE PURPOSE BY CHKD APPD HT SWITCHBOARD

DATA SHEET
(Feeder details :
HT-201)
DATA SHEET
REV
A 10.11.14 Issued with MR SA ST ST
A546-604-16-50-DS-0202
Sheet 2 of 2

HT Switchboard Data sheet


Project : Coker-A Revamp Client : M/s I OCL Fault level : 25kA (1 sec)
Unit : 604 Bus c urrent
rating
: 1250A Bus Differential : Existing
Switchboard No. : HT-201 (Coker-A S/S HT SWBD)
Location Execution : Single front
: IOCL,BARAUNI
Voltage rating : 6.6kV Bus Differential CT
Primary
: 1250A (Required)
Sl.
No.
Feeder Nameplate Inscription Bus Section Breaker
Rating/
Feeder
Designation
CT Primary current rating
(A) **
Max Cable
Size (mm)
Reference
Data Sheet
(A546-604-1650-DS-0204)
Remarks
Panel
No.
Feeder
No. #
Description #
Rating
(kW)
Scheme
No.
Left Right Metering
Protection
O/C
S/C,
E/F
Differ
ential
REF

B New Panels

6 @ Transformer feeder (Spare) 2000kVA 1 - 630 A 200 200 - - Later Sheet no.3 of 3
7 @ Transformer feeder (Spare) 2000kVA - 1 630 A 200 200 - - Later Sheet no.3 of 3
Notes: 1. ** CT primary current ratings wherever indicated are tentative and shall be finalized during drawing
approval stage.
2. Attached switchboard data sheets give type reference of Areva make relays. However, equivalent relays of
approved makes are also acceptable. All relays shall be
numerical type.
3. # Feeder nos. and description are indicative and shall be finalized during drawing approval stage.
4. @ Panel nos. shall be given by Vendor during detailed engineering.
5.

*These are existing panels.

Page 145 of 246


Page 1 of 4
A PROJECT DATA
1 Project details 2 SITE CONDITIONS
a Project : a Ambient tempeature
b Client : b MIN MAX Design
c Location : c Humidity 65% (Max) :
d Unit : d Altitude :
e Atmospheric condtion :
f Installation :
B RELAY SELECTION
1 RELAY FUNCTIONS 4 INPUT POWER SUPPLY
a Only Protection a Site selectable feature
b Protection and metering b Input supply :
c Protection and metering and control :
d Serial commuication :
e Password protection
a. For write
b. For both read and write
2 CONSTRUCTION FEATURE 5 CT/ PT INPUT TO RELAY
a Enclosure type : a Current operated relays
b Terminal size- sqmm : a1 Main CT input :
for external wires : a2 CT for sensitive EF :
c Mounting : or back up EF
d Drawout feature : b Voltage operated relays
e Display type : b1 PT input :
110V DC
< 1000 m
Highly corrosive
indoor on pnl
Checked Approved
A 10.11.14 SA
Rev. Date Purpose Prepared
ISSUED WITH MR

NUMERICAL RELAY
Datasheet No.
A546-604-16-50-DS-0203
Rev.No. A
ST ST
PURCHASER'S DATA
5 46 46 C
Coker-A Revamp
IOCL
Barauni, Bihar
Coker
IP5X
2.5 for control
4 for CT/ PT
Flush
as per 6-51-0055
Alpha Numeric LCD
TICK FOR SELECTION
TICK FOR SELECTION
3 SPECIAL REQUIREMENT IF ANY c Comprehensive relay
a Applicable standards: IEC c1 Main CT input :
b Distance for cable capacitance up to 1000 m c2 PT input :
for application where field contacts are c3 CT for sensitive EF :
directly wired to relay e.g. Motor start/ stop or back up EF
d CT Secondary current :
1A for Diff. & REF CT
C RELAY PROTECTION/ METERING FUNCTIONS
(where no check box is shown, the requirement is minimum but not limited. Refer SWBD data sht for fdr wise protection)
1 Curernt operated relays 2 Voltage operated relays
a. 3 phase O/C element (50, 51) a. 3 phase O/V element with time delay (59+2)
* I > * I >> * I>>> * OV> * OV>>
Characteristics as per IEC
* Inverse (normal, very, extremely, long) b. 3 phase U/V element with time delay (27+2)
and definite time for I > and I >> * UV> * UV>>
* Definite time for I >>> Characteristics as per IEC
* Inverse (normal, very, extremely, long)
b. E/F relay (50N, 51N, 51G) and definite time for UV > , UV>>

* IO > * IO >> * IO >>> c. Under/ Over Frequency element with time delay
Characteristics as per IEC (81U/ 81O)
* Inverse (normal, very, extremely, long) * Settable under voltage restraint
and definite time for I O >, I O >> * df/dt element
* Definite time for I O >>> * Number of stages with u/f
* Number of stages with df/dt
c. Metering/ event recording d. Synchrocheck function
* 3 phase/ line currents e. Metering/ event recording
* Disturbance record * 3 phase/ line Voltages
* Breaker trip/ close status * Disturbance record
* Relay faults * Breaker trip/ close status
* Trip Values * Relay faults
* Trip Values
5A for Protection CT
3phase, 4wire
(Yes for TR FDR)
3 CTs, 4wire
1 CT, 2 wire input
+ LED Indication
TICK FOR SELECTION
Format No: 1650-2017 Rev.3 Page 146 of 246 Copyrights EIL - All rights reserved
Page 2 of 4

NUMERICAL RELAY
Datasheet No.
A546-604-16-50-DS-0203
Rev.No. A
C RELAY PROTECTION/ METERING FUNCTIONS
(where no check box is shown, the requirement is minimum but not limited. Refer SWBD data sht for fdr wise protection)
3 Motor Protection relay 5 Special protection relays
a. Protection elements * Part of main relay
* Thermal overload (49) * Separate relay
* OC protection with doubling feature (50) a. Differential relays
* EF protection (50N) * BUS
* Locked Rotor protection * Feeder
* Maximum start time * Trafo
* Maximum number of starts * Motor
* Negative phase sequence b. Distance relays
* Under voltage delayed trip c. Restricted EF (64R) Yes
* EF Through CBCT d. Generator protection NA
* Single phasing e. Distance protection NA
b. Metering/ events f. Reverse power relay NA
* 3 phase/ line current
* Hour run 6 Other relay Features
* KW, KWH, pf a. Analog inputs 4-20mA
* Disturbance record * RTD/ BTD-MPR
* Plot start characteristic * WTI/ OTI-Trafo relay
* Trip values
* Start time WTI= Winding temperature indicator
* Start current OTI= Oil temperature indicator
c. Control
* Breaker close in test mode b. Out put relays
* Reacceleartion logic * Number of relays
* Breaker trip * Contact rating
* RTD/BTD input * Reset
FUNCTIONS part of numerical relay
4 Comprehensive numerical relay c. Lock out function (86)
a. Current op elements d. Trip circuit supervision(95)
e. Watch dog
b Voltage op elements (59 27 2 81U 81O) f Time stamp
Not REQD
Hand reset
REQD.
High Imp
(51, 50, 51N, 50N, 51G, 67, 67N,51V)
4NOS
2A, 110V DC
NA
NA
Applicable
TICK FOR SELECTION
b. 59, 27, 2, 81U, f. c. Control function g. Modular construction
* Breaker close/ trip from relay for easy and quick replacement
* Breaker close/ trip on serial of faulty PCB/circuit
* PLC logic function for control scheme
* Digital I/P Min4nos.for I/C& plant fdr
* Motor Feeder control function
D SERIAL COMMUNICATION AND RELAY INTEGRATION
1 Relay integration 3 Redundancy requirement for DC/MMI
a Communication ports at Relay a Ports at STAR coupler
* Relay front : RS 232 * For each relay
* Relay back : * For DC
b Protocol : IEC61850 b Data concentrator (DC)
of relay LAN * Power supply card
c Requirment of data concentrator (DC) * Communication port for
* Integration through DC each relay LAN

* Directly to MMI * Communication Processor


d Topology
e Data concentrators
4 Serial communication from DC to MMI/ ECS RTU
a DC to MMI
2 Redundancy * Topology
a Relay LAN /serial * Protocol
* Redundant (serial)
* Non redundant (star) b DC to ECS-RTU
b From DC to MMI c Scan time
* Redundant
* Non redundant 5 Other requirement
c From DC to ECS-RTU a Time synchronization Detail during engg
* Redundant b Remote relay parameterization
* Non redundant c Annunciation at MMI
Not Applicable
RS 485
Not Applicable
Not Applicable
Not Applicable
Not Applicable
Not Applicable
Not Applicable
Min12no.for mtr &trf. Fdr.
Not Applicable
Not Applicable
TICK FOR SELECTION
Format No: 1650-2017 Rev.3 Page 147 of 246 Copyrights EIL - All rights reserved
Page 3 of 4

NUMERICAL RELAY
Datasheet No.
A546-604-16-50-DS-0203
Rev.No. A
1 NUMERICAL RELAYS TYPES
Feeder type INCOMER BUS PT BUS TIE MOTOR CAPACITOR
Main relay
*Indicate equivalent
NEMA no. of element
offered inMainRelay
* lockout feature 86
* trip ckt sup 95
* relay model & extra
element for syn mot
Differential relay
CT circuit supervision
REF relay
Direction relay
Reverse Power
Impedance relay
* 86 with all special
protection relays
RS232
RS485
RS422
FO or RJ45-2Nos.(Min)
RTD -PT100
BTD- PT100
WTI input
OTI input
* DI used by MFR
MANUFACTURER'S DATA
DI Nos of Serial
Port
TRANSFORMER
Analog input Relay selection
* DI avaialble for
customer interlock
* DI for auto C/O logic
* Main relay
* Special relays
* Protocol for relay
setting from remote
REMARKS Any other data Protocol Nos of D
Format No: 16P50a-g2e01 174 R8e ov.f3 246 Copyrights EIL - All rights reserved
Page 4 of 4

NUMERICAL RELAY
Datasheet No.
A546-604-16-50-DS-0203
Rev.No. A
2 DATA CONCENTRATOR AND RELAY INTEGRATION (NOT REQUIRED)
a Model no. g Serial Interface -ECS-RTU
Make * Topology
* Protocol
b Input power supply * Type of Port

* Voltage * Cable type


* Power reqt
h Number of Digital Input/ Aanalog Input (4-20mA)
c Redundancy * DI for substation eqpt
* Power supply * Spare DI
* Communication processor * AI as per project data sht
* Communication port * Spare AI
* Relay LAN /Serial communic
* ECS-RTU interface I Maximum Scan Time
* MMI interface * Status
* events
d Serial interface/ Relay LAN * Data acqusition (analog)
* Topology * Disturbance record download time
* Protocol j Other features
Nos o* * Spare capacity for
* Topology additional devices for
relay LAN
* Type of port * Time synchronization
* Cable type options
* Power walk in time
f Serial interface- MMI *Restoration time of communication of DC with NR & MMI
* Topology *After detecting break in serial loop
* Protocol *After switchover of supply from normal to reduandant
* Type of Port *After failure of normal & reduandant supply&restoration
* Cable type of same
110V DC
yp
*Time required for synchronisation with external clock
3 Standard features of relay/ system architecture
Vendor to provide data as applicable for the product offered
Format No: 1650-2017 Rev.3 Page 149 of 246 Copyrights EIL - All rights reserved

Page 150 of 246


Page 151 of 246
Page 152 of 246

VENDOR DATA REQUIREMENTS


FOR
HV SWITCHGEAR PANELS
A 10-NOV-2014 Issued with MR SA ST ST
Rev.
No.
Date Purpose Prepared by Checked by Approved by

VENDOR DATA REQUIREMENTS


FOR
HV SWITCHGEAR PANELS of 3
Document No.
A546-604-16-50-VR-0201
Rev. A
Page 1
Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 153 of 246

VENDOR DATA REQUIREMENTS


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

HV SWITCHBOARD
S.
N
O.
DESCRIPTION WITH
BID
POST ORDER
FOR REMARKS
REVIEW
FOR
RECORD
WITH
DATA
BOOK
(FINAL)

1. Schedule of Vendor Documents

2. Data Sheets (Duly filled-in)


3. Dimensional/Assembly Drawings : GA
Drawings (Elevation and Plan) of switchboard
including clearance requirements
4. Dimensional/Assembly Drawings : Installation
Plan including foundation, cutout and mounting
details
5. Dimensional/Assembly Drawings : Cross
Sectional View
6. Dimensional/Assembly Drawings : Cubicle
Arrangement Drawing
7. Dimensional/Assembly Drawings : Component
Drawing
8. Dimensional/Assembly Drawings : Name Plate
Drawing
9. Dimensional/Assembly Drawings :
Arrangement of cable termination
10. Electrical Wiring Drawings : Single Line
Diagram
11. Electrical Wiring Drawings : Logic Diagram
12. Electrical Wiring Drawings : Control Schematics
13. Electrical Wiring Drawings : Wiring Diagram
and Terminal Details
14. Electrical Wiring Drawings : Interpanel Wiring
Diagram
15. Bill Of Material
16. Calculations for : CT/PT burdens, Vk, Im, RCT
etc. for class PS CT's
17. Relay Characteristic Curve
18. Relay settings for motor protection relays
19. Auxiliary Power Requirement Data (AC & DC)
20. Inspection & Test Plan (ITP) -For review by
Inspection Dept.
21. Test Records
22. Type Test Certificate for Panel, Breakers & Bus
ducts
23. List of Mandatory Spares
VENDOR DATA REQUIREMENTS
FOR
HV SWITCHGEAR PANELS of 3
Document No.
A546-604-16-50-VR-0201
Rev. A
Page 2
Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 154 of 246

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. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in
addition to
submission through EIL eDMS.
5. Refer - 6-78-0001: Specification for quality management system from Bidders.
6. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.
7. 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.
8. 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).


9. Bill of Material shall form part of the respective drawing.

S.
N
O.
DESCRIPTION WITH
BID
POST ORDER
FOR REMARKS
REVIEW
FOR
RECORD
WITH
DATA
BOOK
(FINAL)

24. List of Maintenance Spares


25. List of Commissioning Spares
26. List of Special Tools & Tackles
27. Data Books/ Manuals : Installation Manual
28. Data Books/ Manuals : Operating/ Maintenance
Manual
29. Data Books/ Manuals : Catalogues/ Brochures
30. Equipment storage procedure at site
31. Relay Parameterisation
32. ECS I/O List
33. Sectional drawing of new panels showing busbar
details
34. Tie-in details for hook-up with existing panels
35. Panel door arrangement drawings for retrofitment
of existing panels
VENDOR DATA REQUIREMENTS
FOR
HV SWITCHGEAR PANELS of 3
Document No.
A546-604-16-50-VR-0201
Rev. A
Page 3
Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 155 of 246


t31
etrone

ENGINEERS
SPECIFICATION

INDIA LIMITED FOR


Govt of Ind. 1J0ert*ng)

HIGH VOLTAGE SWITCHBOARDS

STANDARD SPECIFICATION No.

6-51-0001 Rev. 6
Page 1 of 16

*AT Rig-1461sY
fo-R
Trrw feitu
SPECIFICATION
FOR

HIGH VOLTAGE SWITCHBOARDS


\IM4r100.4 36. 15.10.2013 REVISED & ISSUED
SPECIFICATION
AS STANDARD VB HK UAP/JMS SC
5. 28.04.2010 REVISED & ISSUED
SPECIFICATION
AS STANDARD HK SA NS/JMS ND
4. 03.03.2005 REVISED & ISSUED
SPECIFICATION
AS STANDARD RM AKT AAN SKG
3. 31.12.2001 REVISED & ISSUED
SPECIFICATION
AS STANDARD RM AAN VPS MMR
2. 15.07.1996 REVISED & ISSUED
SPECIFICATION
AS STANDARD AP VPS SG AS
1. 22.05.1987 ISSUED AS STANDARD SPECIFICATION PVR KVS SG GNT/AK
Rev.
No Date Purpose Prepared
by
Checked
by
Standards
Committee
Convenor
Standards
Bureau
Chairman
Approved by
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved
Page 156 of 246

ENGINEERS SPECIFICATION
INDIA LIMITED FOR
IA Go. of indo Undettalmg)

HIGH VOLTAGE SWITCHBOARDS

STANDARD SPECIFICATION No.

6-51-0001 Rev. 6
Page 2 of 16

Itgar Ofaidg

elecrwe LINJP9.11

Abbreviations:
A Ampere
AC Alternating Current
BIS Bureau of Indian Standards
BS British Standard
CNT Close-Neutral-Trip
CPRI Central Power Research Institute
CRCA Cold Rolled Cold Annealed
CT Current Transformer
DC Direct Current
EPDM Ethylene Propylene Diene Monomer
FRP Fiber Reinforced Polyester
HV High Voltage
Hz Hertz
IAC Internal Arc Classification
IEC International Electro-Technical Commission
IEEE Institute of Electrical & Electronics Engineer
IP Ingress Protection
kV Kilo Volt
kW Kilo Watt
kWH Kilo Watt Hour
LED Light Emitting Diode

LOTO Lock-Out Tag-Out


LSC Loss of Service Continuity
MCB Miniature Circuit Breaker
MCC Motor Control Center
MCCB Moulded Case Circuit Breaker
NEMA National Electrical Manufacturers Association
NO Normally Open Contact
NC Normally Close Contact
PO Purchase Order
PT Potential Transformer
PU Polyurethane
PVC Poly Vinyl Chloride
RAL Reichs-Ausschuss fur Lieferbedingungen
SF6 Sulphur Hexafluoride
SWG Standard Wire Gauge
VCB Vacuum Circuit Breaker
VDE Verband Deutscher Elektrotechniker
VFD Variable Frequency Drive
VT Voltage Transformer
XLPE Cross linked Poly Ethylene
Electrical Standards Committee
Convenor: Mr. U A Patro
Members: Mr. B.R. Bhogal
Ms. Sumita Anand
Mr. Parag Gupta
Mr. A K Chaudhary (Inspection)
Ms. N P Guha (Projects)
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved
Page 157 of 246

n31 ENGINEERS SPECIFICATION


ligar faWg INDIA LIMITED FOR
G" Unde"") HIGH VOLTAGE SWITCHBOARDS
STANDARD SPECIFICATION No.

6-51-0001 Rev. 6
Page 3 of 16
4111W! ewWe 401.001111

CONTENTS

1.0 SCOPE. 4
2.0 CODES AND STANDARDS 4
3.0 GENERAL REQUIREMENTS 5
4.0 SITE CONDITIONS 5
5.0 DESIGN AND FABRICATION REQUIREMENTS .5
6.0 SWITCHBOARD COMPONENTS 11
7.0 INSPECTION, TESTING AND ACCEPTANCE 15
8.0 PACKING AND DESPATCH 16
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 158 of 246

ENGINEERS SPECIFICATION

$1g-ar fdf

7111~
ajeg INDIA LIMITED FOR
HIGH VOLTAGE SWITCHBOARDS
STANDARD SPECIFICATION No.

6-51-0001 Rev. 6
Page 4 of 16
oiren rwcrxt LIM ..iNsn+.1,

1.0 SCOPE
This specification covers the design, manufacture, testing, packing and supply of indoor,

drawout type High Voltage Switchboards up to and including 33 kV, incorporating Vacuum or
SF6 circuit breakers.
2.0 CODES AND STANDARDS

2.1 The equipment shall comply with the requirements of latest revision of the following standards
issued by BIS, unless otherwise specified:
IS: 5
IS: 1248
IS: 2071
IS: 2544
IS: 2705
IS: 3156
IS: 3231
IS: 3427
IS: 3618
IS: 5082
IS: 5578
IS: 6005
IS: 9920
IS: 9921
IS: 10601
IS: 11353
IS: 12729
IS: 13118
IS: 13703
IEC 60282-1
IS/IEC 60470
IS/IEC 62271
(Part 1, 102,
105, 200)
IEC 62271
Colours for ready mixed paints and enamels
Direct acting indicating analogue electrical measuring instruments and their
accessories
High Voltage Test Technique
Porcelain post-insulators for systems with nominal voltage greater than1000V
Current transformers
Voltage transformers
Electrical relays for power system protection
AC Metal enclosed switchgear and control gear for rated voltages above lkV
up to and including 52 kV
Phosphate treatment of iron and steel for protection against corrosion
Wrought aluminium and aluminium alloy bars, rods, tubes and sections for
electrical purposes
Guide for marking of insulated conductors
Code of practice for phosphating of iron and steel
High voltage switches for rated voltage above 1 kV
AC disconnectors (isolators) and earthing switches for voltage above 1000V
Dimensions of terminals of high voltage switchgear and controlgear
Guide for uniform system of marking and identification of conductors &
apparatus terminals
Common High voltage Switchgear and Controlgear standards
High Voltage Alternating Current Circuit Breakers
Low voltage fuses for voltages not exceeding 1000V AC or 1500V DC.
High voltage fuses Current Limiting fuses
High Voltage Switchgear Alternating Current Contactors and Contactor based

motor starters
High Voltage Switchgear and Controlgear
High Voltage Switchgear and Controlgear
2.2 In case of imported equipment, standards of the country of origin shall be applicable, if these
standards are equivalent or stringent than the applicable Indian standards.
2.3 The equipment shall also conform to the provisions of Indian Electricity rules and other
statutory regulations currently in force in the country.
2.4 In case Indian standards are not available for any equipment, standards issued by
IEC/BSNDE/IEEE/NEMA or equivalent agency shall be applicable.
2.5 In case of any contradiction between various referred standards/specifications/data sheet and
statutory regulations the following order of priority shall govern:
- Statutory regulations
- Data sheets
- Job specification
- This specification
Codes and standards
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved
Page 159 of 246

ENGINEERS SPECIFICATION
$11g ZIT Wes w INDIA LIMITED FOR
HIGH VOLTAGE SWITCHBOARDS
STANDARD SPECIFICATION No.
6-51-0001 Rev. 6
G" M in" Undert*"9)

Page 5 of 16
lotion

3.0 GENERAL REQUIREMENTS


3.1 The offered equipment shall be brand new with state of art technology and proven field track
record. No prototype equipment shall be offered.
3.2 Vendor shall ensure availability of spare parts and maintenance support services for the
offered equipment for at least 15 years from the date of supply.
3.3 Vendor shall give a notice of at least one year to the end user of equipment and EIL before
phasing out the product/spares to enable the end user for placement of order for spares and
services.
4.0 SITE CONDITIONS
4.1 The switchboards shall be suitable for installation and satisfactory operation in a pressurised
sub-station or in a substation with restricted natural air ventilation in a tropical, humid and
corrosive atmosphere.
4.2 The switchboards shall be designed to operate under site conditions as specified in the data
sheets. If not specifically mentioned therein, a design ambient temperature of 40C and an
altitude not exceeding 1000 metres above mean sea level shall be considered.
4.3 All equipments described in this specification are intended for continuous duty operation, as
per nameplate rating under the specified ambient conditions, unless indicated otherwise.
5.0 DESIGN AND FABRICATION REQUIEMENTS
5.1 Enclosure and Protection
5.1.1 The High Voltage Switchboard shall be metal-enclosed and shall comprise of standard prefabricated,
cold-rolled, sheet steel units, assembled to form a rigid, freestanding, dead-front
structure. As a minimum, 2mm (14 SWG) CRCA sheet steel shall be used for all front and rear
doors and covers, and 1.6mm (16 SWG) CRCA sheet steel for inter-panel partitions. Wherever
required, stiffeners shall be provided to increase stiffness of large size doors and covers.
As an alternative to CRCA, Aluzinc/pre-galvanised sheet steel can also be provided for
internal inter-panel partitions only. However, all external surface shall be of CRCA with
specified paint shade.
5.1.2 Vertical panels shall be assembled to form a continuous line-up of uniform height both for HV
chamber as well as control chamber. Rear extension panels shall also be of full height.
5.1.3 The switchboards shall be totally enclosed and vermin-proof. If necessary, openings for
natural ventilation shall be provided. These shall be louvered and provided with wire mesh
having opening less than 1 mm. Design of louvers/ opening shall be such that the arc does not
come out in case of internal arc. The same shall be type tested for internal arc, as specified.

The enclosure shall have complete protection against approach to live parts or contact with
internal moving parts (IP-4X) as per IS: 3427.
5.1.4 All openings, covers and doors shall be provided with suitable Neoprene/ XLPE/ EPDM
gaskets around the perimeter to make the switchboard dust and vermin proof.
5.1.5 Each unit of the switchgear shall have necessary internal sheet metal barriers to form separate
compartments for circuit breaker, busbars, instruments and relays, cable connections etc.
Compartments for cable connections shall allow cable termination and connection work with
the switchgear energised. Suitable interlock shall be provided such that cable compartment can
be opened only when earth switch is ON or Earthing truck is inserted.
5.1.6 The panel shall be internal arc tested as per IS/IEC 62271-200 requirements for full short
circuit current and for a duration of 0.1 second (minimum) unless specified otherwise in job
specification/ datasheet and shall be qualified to comply with all the 5 criteria as per IS/IEC
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved
Page 160 of 246

ENGINEERS SPECIFICATION
0?-zir faaeg INDIA LIMITED FOR
Go" in" Unde""ng)

HIGH VOLTAGE SWITCHBOARDS

STANDARD SPECIFICATION No.

6-51-0001 Rev. 6
Page 6 of 16 rwcrx1,151,3nIVISA,

62271-200. Independent pressure relief devices shall be provided for all I-1V compartments,
i.e. bus bar, cable and breaker compartments and each compartment shall have type test
certificate for internal arc classification (IAC) as per IS/IEC 62271-200 for the short circuit
current and duration as specified. IAC test shall be conducted on the offered panel variants
such as smallest width panel, panel with louvers, panel with thermography window and any
other variants (as applicable) as per job requirements. The panel shall also be AFLR tested as
per IS/IEC 62271-200 requirements.
5.1.7 All identical equipment and corresponding parts shall be fully interchangeable.
5.1.8 Safety barriers / shutters shall be provided to permit personnel to work safely within an empty
compartment with the bus bars energised. Loss of Service Continuity (LSC) category of the
switchgear shall be LSC2B as per IS/IEC-62271-200.
5.1.9 It shall be possible to extend the switchgear in either direction at a later date. Ends of bus bars
shall be suitably drilled for this purpose. Panels at extreme ends shall have openings, which
shall be covered with plates screwed to the panel. Details of drilled holes in bus bar and
openings in the panels, provided for future extension shall be clearly shown in the vendor
drawings.
5.1.10 The drawout carriage on the switchboard shall have three positions: "Service", "Test" and
"Drawout" viz:
"Full in" or "Service" position - In this position both power and control circuits shall
be connected. This shall be the normal operating position of the circuit breaker.
"Test" position - The power contacts shall be disconnected in this position but the
control connections shall not be disturbed, it shall be possible to close and trip the
breakers in this position.
- "Draw out" Position - both power and control circuits shall be disconnected in this
position. Alternatively, "Test Position" with the secondary control circuit disconnected
may be provided in lieu of "Draw out Position"
Circuit breaker operation shall be possible only in "Service" and "Test" positions. The circuit
breaker shall be lockable in "Test" / "Draw-out" positions. Automatic safety shutters shall be
provided to ensure the inaccessibility of all live parts after the carriage is drawn out.
There shall be a distinct overall door for the breaker compartment, which can be closed with
the carriage in drawout position and it shall be lockable type.
5.1.11 All circuit breaker modules of the same rating shall be inter-changeable. Suitable interlocks
shall be provided to prevent the following operations:
"Plugging in" or "drawing out" of a closed breaker.
"Plugging in" a breaker with the earthing isolator closed.
"Closing" of the earthing isolator with the breaker "plugged in".
Pulling out the auxiliary circuit plug with the breaker in the service position. Pushing

in the breaker to the service position, with the auxiliary circuit plug not in position.
Additionally, the following shall also be provided:
All operations such as breaker rack-in, breaker rack-out, breaker On/Off, spring
charging, earth switch On/Off etc. shall be possible only with panel door closed.
Pad locking arrangement shall be provided for rack in operation of breaker as well as
for the panel door meeting LOTO requirements.
LOTO arrangement shall include provision for the following:
a) Provision for hooking lockout devices by multiple lock arrangement to prevent
opening of panel door and racking-in of circuit breaker.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved
Page 161 of 246

$'1g-ZTE fell5ieg
111121I 2770,12- m13705.11

ENGINEERS SPECIFICATION
INDIA LIMITED FOR
IA Goof of indo Undetaiong) HIGH VOLTAGE SWITCHBOARDS
STANDARD SPECIFICATION No.
6-51-0001 Rev. 6
Page 7 of 16

b) Provision for attaching tag-out device for warning against energisation and to
provide information regarding date of isolation, agency working on the
equipment, etc.
c) Provision for Hasp such that the same shall be put-in and closed in the locking
arrangement of the breaker/switch and panel door.
5.1.12 All hardware shall be corrosion-resistant. All joints and connections of the panel members
shall be made by zinc-passivated high-quality Grade 8.8 or superior steel bolts, nuts and
washers, secured against loosening.
5.1.13 Suitable eyebolts/ lifting clamps shall be provided for the lifting of the panel/shipping section.
The bolts, when removed shall not leave any opening in the panels.
5.1.14 If specified in datasheet, light/ arc/ pressure based sensors with controller shall be provided to
quickly detect internal arc and immediately initiate tripping action.
5.1.15 Thermo-graphy window for infrared electrical inspection shall be provided if specified in the
datasheet. The switchgear with thermo-graphy window shall be type tested and certified for
internal arc faults as per IS/IEC 62271-200 requirements.
5.2 Accessibility
5.2.1 All relays, metering, and control components shall be mounted on the panel front only.
However, auxiliary contact multiplier relays with auto reset can be mounted inside the panel.
5.2.2 The switchgear shall be considered to be accessible to authorized personnel having access all
around and shall be tested for following type of accessibility as per IS/IEC 62271-200:
Type of accessibility AFLR
where
Accessibility type A Restricted to authorised personnel only
F for front side
L for lateral side
R for rear side
5.2.3 Checking and removal of components shall be possible without disturbing adjacent equipment.
All equipment shall be easily accessible. It shall be possible to set all measuring relays and
instruments in-situ without de-energising the switchboard. All mounted equipment shall have
identification tags of self-sticking PVC tapes at the rear also. In addition, permanent
identification details shall be provided on the panel. Mounting of relays for a particular
breaker feeder panel shall be limited to that particular feeder only.
5.2.4 All terminals shall be shrouded with plastic covers to prevent accidental contact.
5.3 Bus Bar
5.3.1 The switchboard shall comprise of 3-phase bus bars which shall extend through all units of the
switchgear line-up. The main bus bars shall have uniform cross-section throughout their length
and shall be sized to carry continuously the rated current specified in the data sheet.
5.3.2 Bus bars shall be of high conductivity electrolytic aluminium or copper supported on
insulators made of non-hygroscopic, non-inflammable material with tracking index equal to or
more than that defined in Indian standards. Self supporting busbars can also be accepted

provided the same is type tested design.


5.3.3 Bus bars shall be housed in a separate chamber and shall be accessible for inspection. Wire
guards /cover shall be provided inside the enclosure to avoid accidental contact when the cover
is removed.
5.3.4 Both bus bars and the supports shall be adequately sized and braced to withstand the specified
short-circuit current for 1 second. Dynamic stresses shall be calculated on the basis of the
specified peak short-circuit current. All bus supports shall be of non-carbonising material,
resistant to acids and alkalies.
Format No. 8-00-0001-F1 Rev. 0 Copyright Ell All rights reserved
Page 162 of 246

ENGINEERS SPECIFICATION

fgz-jr faWes w INDIA LIMITED FOR


'A Gov'

of Undertaking)

HIGH VOLTAGE SWITCHBOARDS

STANDARD SPECIFICATION No.

6-51-0001 Rev. 6
Page 8 of 16
1.01VR elecnr, miavasni

5.3.5 Bus bars shall be insulated by using heat-shrinkable sleeves suitable for withstanding heat
under worst operating condition. The sleeves shall be rated to withstand the system line-to-line
voltage for 1 minute. This shall be verified by a type test in which the line voltage will be
applied between the sleeved main bus bar and an aluminium foil wrapped closely around the
insulation over a length of at least 500mm.
5.3.6 All bus bar joints and all tap-off connections from the main horizontal bus bars shall be
provided with removable FRP/PU/PVC shrouds. The material of the shrouds shall be flame
retardant (FR).
5.3.7 Bus bars shall be prominently marked with Red, Yellow and Blue colour rings/ stickers for
easy phase identification at regular interval and at every power tap off point.
5.3.8 The thermal design of the bus bars shall be based on installation of the switchgear in poorly
ventilated conditions. The cooling air volume shall take into account only the bus bar
enclosure.
5.3.9 The hot spot temperature of busbars, including joints, at design ambient temperature shall not
exceed 90C under normal operating conditions while for silver plated joints, the allowable
maximum temperature shall be 115C in line with IS/IEC-62271-1.
5.3.10 Only zinc passivated high tensile strength high-quality Grade 8.8 or superior steel bolts, nuts
and washers shall be used for all busbar joints and supports.
5.3.11 The current rating as defined for switchboard and components in data sheet/job specification
are for design ambient temperature at site conditions and for being inside the cubicle at fully
loaded condition. The vendor shall suitably derate the nominal rating to suit the above
condition.
5.4 HV Power Connections
5.4.1 The incoming power connection shall be through XLPE cables / busduct and outgoing power
connection shall be through XLPE cables, as indicated in the data sheet. Ample space for
connection of these cables shall be provided at the rear of the switchboards. In order to avoid
accidental contact in the cable compartment while carrying out inspection by opening the rear
cover, a removable expanded metal barrier/ wire mesh shall be provided in the cable
compartment. In order to facilitate infra-red electrical inspection through thermography
window, metal barrier/ wire mesh may not be provided. Unless otherwise specified, the power
cable shall enter the switchboard from the bottom. Non-magnetic cable gland plates shall be
provided for feeders wherever single core cables are used.
5.4.2 The switchboard shall be supplied complete with supports for clamping outgoing and
incoming cables. The head-room available between cable gland plate and terminal lugs shall
not be less than 600 mm for switchgear up to 11 kV, and 900 mm for 22 and 33 kV cables.
5.4.3 In case the standard panel depth cannot accommodate the specified number of cables, a rear
extension panel of full height shall be provided. An earth strip shall also be brought to this
extension panel.
5.4.4 Unless otherwise specified, all power cables shall enter the switchgear from the bottom.
5.5 Auxiliary Wiring and Terminals
5.5.1 Inside the cubicles, the wiring for control, signalling, protection and instrument circuits shall
be done with BIS approved, PVC insulated, flame retardant low smoke (FRLS) type, copper

conductor wire. The insulation grade shall be 660 V. The wiring shall preferably be enclosed
in plastic channels or neatly bunched together. Wiring between I-W breakers or cable
compartments to relay and metering compartments shall be routed through flexible conduits.
5.5.2 A minimum of 10% spare terminals shall be provided on each terminal block. Conductors
shall be terminated with adequately sized compression-type lugs for connection to equipment
terminals and strips. Stranded conductors shall be soldered at the ends/ crimped with suitable
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 163 of 246

.3 rifaq_iel ENGINEERS SPECIFICATION


FOR
HIGH VOLTAGE SWITCHBOARDS
STANDARD SPECIFICATION No.

6-51-0001 Rev. 6
Page 9 of 16

Ewes
1,1ren efroye an.3trom)

INDIA LIMITED
(A Govt of Inch,' Undertalong)

lugs before connections are made to the terminals. Sufficient terminals shall be provided on
each terminal block to ensure that not more than one outgoing wire is connected per terminal.
Terminal strips shall preferably be separated from power circuits by metal barriers or
enclosures. All spare contacts of auxiliary relays, timers, etc shall be wired up to the terminals.
5.5.3 Each wire shall be identified at both ends by correctly sized PVC ferrules. Shorting links shall
be provided for all CT terminals.
5.5.4 PVC insulated copper conductor of cross section 1.5 mm2 may normally be used provided the
control fuse rating is 10A or less. For 16A control fuse circuit 2.5 mm2 copper conductors shall
be used. Each wire shall be terminated at a separate terminal. CT Circuit wiring shall be done
with 2.5 mm2 copper conductors. Shorting links / suitable shorting arrangement for shorting
CT secondary shall be provided.
5.5.5 Unless otherwise specified, all control cables shall enter the switchgear from the bottom.
5.5.6 Supporting facilities shall be provided for clamping the control cables.
5.5.7 All inter-panel control wiring within each shipping section shall be by switchgear vendor. The
inter-panel wiring shall be taken through PVC sleeves or suitable grommets. For inter-panel
wiring between the shipping sections, wires in rolls of the required length, connected at one
point, shall be supplied with the panel for connection at site.
5.6 Control and Indication
5.6.1 Breaker tripping, closing and spring charging devices shall be fed with DC control power
supply. The rated DC voltage shall be as specified in the data sheet. The power supply for
breaker opening, closing and indication devices shall be arranged as follows:
a. One DC feeder shall be provided for each bus section. The bus coupler panel may be
fed from any of the two supplies.
b. One separate, single-phase power supply shall be provided for each bus section for
feeding space heaters, etc. Supply voltage shall be 240 V AC, unless otherwise
specified.
Provision to receive DC and AC control supply shall preferably be provided in bus-coupler
panel / bus PT panel.
5.6.2 Breaker positions (CLOSE, OPEN, spring-charged, test position, service position) shall be
indicated mechanically. Electrical indications, with colours as given below, shall also be
provided:
Breaker 'CLOSED' Red lamp
Breaker 'OPEN' Green lamp
Breaker 'Auto-trip' Amber lamp
Trip circuit healthy White lamp
Spring charging Blue lamp
5.6.3 A common DC control supply fail indication shall be provided for each bus section with a blue
coloured lamp.
5.7 Earthing Connections
All cubicles shall be connected to an earth bus bar running throughout the length of the
switchboard. The minimum earth bus bar size shall be 30 x 6 mm2 copper, up to short-circuit

withstand capacity of 31.5 kA, and 50 x 6 mm2 copper, for a short-circuit withstand capacity
above 31.5 kA. All doors and movable parts shall be connected to the earth bus with flexible
copper connections. Provision shall be made to connect the earthing bus bar to the plant
earthing grid at two ends. All non current-carrying metallic parts of the equipment and
components shall be earthed. The earth bus shall be brought back to the cable compartment,
Format No. 8-00-0001-F1 Rev. 0 Copyright EL All rights reserved
Page 164 of 246

n-11 ENGINEERS SPECIFICATION

Ifgar feVeg INDIA LIMITED FOR


A G'of n" Unde"'"g) HIGH VOLTAGE SWITCHBOARDS
STANDARD SPECIFICATION No.

6-51-0001 Rev. 6
Page 10 of 16
nHr,-er r1000105-13U-95.

and earthing bolts shall be provided to ground cable armour. The mating surfaces of all bolted
parts shall be zinc passivated to ensure continuity between them.
5.8 Space Heaters
The panels shall be provided with space heaters to prevent moisture condensation, and
maintain cubicle temperature 5C above the ambient. The space heaters shall be located at the
bottom of the panel, and shall be controlled through a double pole MCB and a thermostat with
an adjustable setting range of 30 to 70C. The thermostat shall preferably be located in the
metering or relay chamber. Space heaters shall be supplied from 240V AC auxiliary bus for
space heater.
5.9 Panel Supporting Frame
The panels shall be suitable for installation on panel supporting frame, to be supplied by
others. The panels shall be suitable for tack welding, directly to this frame.
5.10 Nameplates
5.10.1 The switchgear shall be provided with durable and clearly legible nameplate in accordance
with Table-1 of IS/IEC 62271-200 requirements.
5.10.2 A nameplate with the switchboard designation shall be fixed at the top of the central panel.
A separate nameplate giving details for each feeder compartment of all panels shall be
provided. Danger plate (Red) shall be provided at the front and rear for each panel.
5.10.3 The nameplates for feeder compartments shall be in two parts. One part shall have necessary
details pertaining to the compartment's number of vertical panel of the switchboards. The
other parts shall be removable and shall contain all details regarding the feeder number for
drives/equipment controlled by the particular module as per approved single line diagram.
5.10.4 Blank nameplates shall be provided for all spare and vacant modules.
5.10.5 Nameplate or polyester adhesive stickers shall be provided for each equipment mounted inside
the switchboard. Special warning plates shall be provided on removable covers or doors giving
access to cable terminals and bus bars.
5.10.6 Special warning labels shall be provided inside the switchboards also, wherever considered
necessary. Identification tags shall be provided inside the panels matching with those shown
on the circuit diagram.
5.10.7 Engraved nameplates shall preferably be of 3- ply (Black-White-Black) lamicoid sheets or
anodised aluminium. However back engraved perspex sheet nameplates may also be
acceptable. Nameplates shall be fastened by screws and not by adhesives.
5.11 Painting
5.11.1 All metal surfaces shall be thoroughly cleaned and degreased to remove mill scale, rust, grease
and dirt. Fabricated structures shall be pickled and then rinsed to remove any trace of acid. The
under surface shall be prepared by applying a coat of phosphate paint and a coat of yellow zinc
chromate primer. Alternately, supplier's standard paint procedure as per their ISO standard is
also acceptable. The under surface shall be made free from all imperfections before
undertaking the finishing coat.
5.11.2 After preparation of the under surface, the switchboard shall be spray painted with two coats
of epoxy based final paint or shall be powder coated.
5.11.3 Colour shade of final paint shall be as RAL 7032 unless specified otherwise.
5.11.4 The finished panels shall be dried in stoving ovens in dust free atmosphere. Panel finish shall
be free from imperfections like pinholes, orange peels, runoff paint etc. Vendor shall supply

final paint (1 litre per switchboard) in non-returnable container for final touch up at site.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved
Page 165 of 246
2.14 ENGINEERS SPECIFICATION

FOR
HIGH VOLTAGE SWITCHBOARDS
STANDARD SPECIFICATION No.

6-51-0001 Rev. 6
Page 11 of 16
OgZif

fa54eg

INITer 247[Fre CRI Jsgr>41,

INDIA LIMITED
IA Govt of India Unclertak.9)

5.11.5 All unpainted steel parts shall be Zinc passivated or suitably treated to prevent rust formation.
If these parts are moving elements then they shall be greased. Aluzinc/ pre-galvanised sheet,
wherever provided, need not be painted.
6.0 SWITCHBOARD COMPONENTS
6.1 Circuit Breakers

6.1.1 Vacuum or SF6 circuit breakers shall be used in the switchboard. The exact type and rating of
breakers shall be as indicated in the data sheet. Breaker transport trolleys required for cassettemounted
breakers shall be provided for each switchboard. Number of trolleys to be provided
shall be as per data sheet.
6.1.2 Vacuum circuit breakers shall be designed to have low switching-over voltage levels and with
a long switching life. The interrupter shall be leak-free.
6.1.3 In case of SF6 circuit breaker, each pole shall be provided with a pressure switch to monitor
the gas pressure with local indication / lockout, and remote annunciation in the event of SF6
gas leakage.
6.1.4 The breakers shall have at least 6 normally open (NO) and 6 normally closed (NC) spare
auxiliary contacts for purchaser's use. If these are not available, auxiliary relays shall be used
to multiply the auxiliary contacts of the breakers.
6.1.5 The breakers shall have a motor-operated, spring-charging mechanism. It shall also be possible
to charge the springs manually. The closing spring shall get re-charged (for subsequent
closing) soon after a closing shot and prior to breaker tripping. In case the limit switch fails to
cut out the spring-charging motor with the springs fully charged, the motor shall be
automatically de-coupled or else positive isolation (at both ends) of power supply to spring
charging motor shall be ensured. The control circuit shall be suitable for local as well as
remote control. Breakers shall be trip-free and shall have an anti-pumping device. The breaker
operating duty shall be O-3min.-CO-3min.-CO, unless otherwise agreed.
6.1.6 Operating Mechanism
a) Electric power operating mechanism shall be motor wound spring charged stored
energy type. However, manual-operating mechanism may be of the spring charging
stored energy type or spring assisted type. For circuit breakers with electrical power
operating mechanism, provision shall also be made for manual spring charging.
Closing time of circuit breakers with manual operating mechanism shall be
independent of the speed of the operating handle.
b) All stored energy operating mechanisms shall be equipped with the following features:
i) Failure of springs, vibrations or shocks shall not cause unintended operation
of breaker or prevent intended tripping operation.
ii) Closing of circuit breakers shall be prevented unless the spring is fully
charged.
c) All electrical power operating mechanisms shall be suitable for remote operation and
shall be equipped with following features:
i) Provided with motors operable on AC or DC control supplies as specified.
ii) Provided with emergency manual charging facility. The motor shall be
automatically, decoupled (mechanically) once the manual-charging handle is
inserted.
iii) Closing operation of circuit breaker shall automatically initiate charging of the
spring for the next closing operation without waiting for tripping of circuit
breaker.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL - All rights reserved

Page 166 of 246

ENGINEERS SPECIFICATION
taig& INDIA LIMITED FOR
""' HIGH VOLTAGE SWITCHBOARDS
STANDARD SPECIFICATION No.

6-51-0001 Rev. 6
Page 12 of 16
eircme Jgor

iv) Closing operation shall be completed once the closing impulse is given and
the first device in the control scheme has responded even though the control
switch / Push Button is released, provided no counter trip impulse is present.
6.1.7 Circuit breaker trip and closing coils, in case of electrically operated breakers, and trip coil in
case of mechanically operated breakers and circuit breaker indication shall be suitable for
satisfactory operation on a control supply system indicated in data sheets/job specification.
Additional second shunt trip coil (operating on different control voltage supply) shall also be
provided if specified in the datasheet.
6.1.8 All circuit breakers shall be provided with mechanically operated emergency trip device. This
device shall be available on the front of the panel. Mechanically operated 'closing' device
shall be provided for all breakers. However mechanical closing shall be inhibited for all circuit
breakers in service position.
6.1.9 The breakers shall be provided with anti pumping & trip free feature. Each breaker shall be
also provided with an operation counter.
6.1.10 For all HV VFD feeders, breaker shall be provided with one no. shunt trip coil and with
undervoltage release. However, in case it is not possible to provide undervoltage release in the
standard design, as an alternative, two shunt trip coils shall be provided. One shunt trip coil
shall be suitable for switchgear DC control supply while second shunt trip coil shall be
suitable for external AC control supply. The control supply voltage level shall be as specified
in data sheet.
6.1.11 Metal Oxide surge suppressors shall be provided on all outgoing vacuum circuit breakers to
limit the over voltage to a maximum of 2.2 p.u. rated peak line to earth voltage. Sizing
calculations for surge suppressor shall be provided post order.
6.1.12 Line PT shall be mounted in a separate drawout carriage. In case of truck mounted breaker, line
PT shall be provided in a separate panel.
6.1.13 The complete breaker assembly should have inter-changeability with breakers of identical
ratings.
6.1.14 For switchgears specified with double tier circuit breaker arrangement, the outgoing feeder
breakers shall have double tier arrangement and incomer breakers with Line/bus PT shall be
housed in one vertical panel. In double tier arrangement, sheet steel partitions shall be
provided for each compartment. Compartmentalization shall be such that maintenance of one
breaker is possible without disturbing the adjacent breaker compartment. Suitable trolley(s)
shall be supplied for drawing out the breakers in upper tier. The maximum height of the
operating handle/switches/reset knobs/pushbuttons shall not exceed 1900 mm and minimum
height shall not be below 300 mm.
6.1.15 An integral earthing system, or a separate earthing carriage/truck, shall be provided. In case of
a separate earthing carriage, the necessary trolleys for bus-side and cable-side earthing shall be
supplied. After withdrawing the circuit breaker, this can be inserted to facilitate earthing of
cables and bus bars. Earthing truck shall be complete with the PT and voltmeter, giving audiovisual
indication and solenoid interlock to prevent closing of bus side earthing truck on live
busbars. Suitable interlock shall also be provided for Earthing switch. Earthing truck/ earthing
switch operation shall be only with door closed.
Integral earthing truck/earthing switch shall be suitable for short time withstand current and
peak withstand current rating equal to the corresponding breaker withstand rating.
6.1.16 Number and type of earthing trucks shall be as specified elsewhere.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 167 of 246

ENGINEERS SPECIFICATION

0g-a tiajeg INDIA LIMITED FOR


,.112",f eiecnreA513,1;f.1)
STANDARD SPECIFICATION No.

6-51-0001 Rev. 6
Page 13 of 16 IA Govt of Ind* Undertaking) HIGH VOLTAGE SWITCHBOARDS

6.2 Fuse Contactor Units


For outgoing feeders requiring fuse contactor (as specified in job specification/ datasheet),
following shall be complied with:
Fuse contactors shall be fully drawable type.

Contactors shall comply with IS/IEC-60470 and shall be suitable for intermittent duty class
0.1 as well as for uninterrupted duties.
The minimum short circuit breaking capacity of the contactor shall be at least 6 kA at rated
voltage.
Anti-pumping device (APD) shall be included to prevent "pumping actions" of mechanisms.
Overvoltage surge diverters shall be installed if required to keep high over-voltages during
operating conditions within acceptable values.
Contactors for motor starters and capacitor Bank feeders shall be of the latched type. The
tripping supply shall be obtained from the DC tripping and closing supply. Motor contactor
panels shall be provided with restarting facilities as specified in job specification/ datasheet.
Fuse links shall be in accordance with IEC 60282-1 and shall have high rupturing capacity.
They shall be short circuit current limiting type. Fuses shall be provided with striker pin
arrangement tripping the contactor.
Fuses for motor starters shall have a time-current characteristic suitable for the method of
starting.
Correct discrimination shall be established between fuse characteristics and contactor breaking
capacities. This shall ensure that overload and fault currents are safely interrupted by the
appropriate devices avoiding any risk of welding or other damage to the contactor.
6.3 Instrument Transformers
Current and voltage transformers shall be cast-resin insulated. The primary and secondary
terminals shall be marked indelibly and easily approachable for termination and testing etc.
6.3.1 Current transformer
i) Current transformers shall conform to IS: 2705. The short-time rating shall be equal to
that of the switchboard. They shall be mounted on the stationary part of the
switchboard. The CT ratings shall be as shown in the data sheet. Protective CTs shall
have an accuracy class of 5P and an accuracy limit factor greater than 10. CTs for
instruments shall have an accuracy class of 1.0 and an accuracy limit factor less than
5.0. For numerical relays having protection and metering functions, dual rated CT
shall be provided suitable for protection class and metering class. One leg of the CTs
shall be earthed. Separate CTs shall be provided for Differential and Restricted Earth
fault protection.
ii) All CTs shall be star connected. Interposing CT (ICT) shall be provided (if required)
for differential protection of transformers having star-delta connection.
iii) Proper access to each set of CTs shall be provided for repair / maintenance.
6.3.2 Potential transformer
i) The potential transformers shall conform to IS: 3156. The potential transformers shall
be of drawout-type, and shall be provided with 4 pole miniature circuit breakers with
auxiliary contacts on the secondary side.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 168 of 246

ENGINEERS SPECIFICATION
ig-zif Oa& INDIA LIMITED FOR
HIGH VOLTAGE SWITCHBOARDS
G" Und'i*"9)

STANDARD SPECIFICATION No.

6-51-0001 Rev. 6
Page 14 of 16 14117,1c-femrt an,3705,)

ii) The drawout mechanism shall disconnect the PT from the busbars. The primary
connection shall be disconnected before the PT becomes accessible. Neutral point of
the star connected PTs both on the primary and secondary sides shall be earthed.
iii) The PTs shall have an over-voltage factor of 1.9 for 30 seconds, and an accuracy class
of 1.0 from 10% to 120% of normal voltage. PT selected shall be compatible with
system grounding.
iv) The primary rated voltage shall be equal to the rated voltage V of the system, or V/43,
if the PT is connected between phase and neutral.
v) If not otherwise specified, the secondary voltage shall be 110 V, or 110/43 V. The
burden and class of accuracy shall be as specified in data sheets. For directional relays,
either a 3-phase 5-limb PT, or 3 single-phase PTs with secondary windings connected
in open delta shall be provided.

6.4 Measuring Instruments


All analogue instruments shall be of square pattern, 96 x 96 mm, flush-mounted type.
Measuring instruments shall be provided, as specified in the data sheet. All required auxiliary
equipment such as shunts, transducers, CTs, PTs, etc, shall be included in the scope of the
switchboard supplier. The accuracy class for all instruments shall be 1.0 as per IS: 1248.
Digital instruments shall also be acceptable, provided specific approval of EIL/Owner for
make and model is obtained before placement of switchboard order.
6.4.1 Ammeters and voltmeters
Analogue meters shall be of moving-iron type. The range shall be as indicated on the
drawings. Ammeters for motor feeders shall have a non-linear compressed scale above rated
current to indicate motor starting current.
6.4.2 kW / kWh meters
The kW / kWh meters shall be suitable to measure unbalanced loads on a 3-phase, 3-wire
system. The kW meters shall operate on a PT secondary voltage of 110 V.
6.4.3 Frequency meters
These shall be of direct-reading or digital type and shall operate on a PT secondary voltage of
110V. The standard range shall be 45-50-55 Hz.
6.4.4 Power factor meters
Power factor meters shall operate on a PT secondary voltage of 110 V. The CT secondary
current shall be as shown on the relevant drawings. The standard range shall be 0.5 lead-1.00.5 lag.
6.4.5 Digital meters shall be provided, if specified in job specification/data sheets. All digital meters
shall be highly reliable, accurate, compact and self powered. Digital meter data shall be saved
in case of power failure. Field programming from front of the meter shall be possible and shall
have RS232/485 port in case specified in the job specification/data sheet.
6.5 Relays
6.5.1 Type of relay i.e. electromechanical, static or numerical shall be as defined in data sheet / job
specification.
6.5.2 All electromechanical protective relays shall be back-connected, of drawout type, suitable for
flush mounting, and fitted with dust-tight covers. Alternatively, "plug-in" type relays will also
be acceptable. Auxiliary relays are acceptable in fixed execution.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved
Page 169 of 246

ENGINEERS SPECIFICATION
ligZIE

RAG INDIA LIMITED FOR

IA Govt Of lode UndeItakIn9)

HIGH VOLTAGE SWITCHBOARDS

STANDARD SPECIFICATION No.

6-51-0001 Rev. 6
Page 15 of 16
1.1e7, riecnte AA Jr,131.1,

6.5.3 The protective relay cases shall have a provision for insertion of a test plug at the front for
testing and calibration using an external power supply without disconnecting the permanent
wiring. The insertions of the test plug shall automatically short circuit the CTs and permit
extension of external power supply to the relay.
6.5.4 All protective relays shall have hand reset facility and clear operating indication, e.g. flags for
electro-mechanical type relays or light emitting diodes for static/numerical type relays. It shall
be possible to reset the flag without opening the relay case.
6.5.5 All tripping relays (electrical fault trip) shall be of lockout type with hand-reset contacts, and
shall be suitable to operate on the specified voltage. These relays shall have self coil cut off
contacts, and shall be provided with hand-reset operation indicators. However, for process trip,
the lock out relay shall be self reset type Tripping relays will be acceptable in non-drawout
cases.
6.5.6 The tripping relay shall be suitable for satisfactory operation from 50% to 110% of the
specified control supply voltage.
6.6 Auxiliary Equipment
6.6.1 Auxiliary relays and contactors:
Auxiliary relays and contactors shall generally be used for inter-locking and multiplying
contacts. Auxiliary contacts shall be capable of carrying the maximum anticipated current.

6.6.2 Control Switches:


i) All control switches shall be rotary type, having a cam-operated contact mechanism
otherwise stated. Circuit breaker control switches shall be 3-position CNT, spring return
to neutral from both Close and Trip positions. They shall have pistol-grip handles and
shall be lockable.
ii) Ammeter selector switches shall have a make-before-break feature on its contacts. The
selector switch shall generally have four positions, three positions for reading 3-phase
currents and the fourth position for OFF. The voltmeter selector switch shall also have
four positions, three positions shall be used to measure phase-to-phase voltages and the
fourth position shall be for OFF.
6.6.3 Timers:
For re-acceleration duty, timers unless otherwise stated, shall be pneumatic type and shall have
adjustable time setting of 0-60 seconds. Alternatively static timer may be considered. The time
settings, where specified, shall be accurately set before despatch of the switchboard. Timer
provided for control of capacitor feeder shall have minimum setting of 0-5 minutes.
6.6.4 Indicating Lamps:
Clustered LED type indicating light with minimum 8mm diameter size shall be provided for
indications. The LED shall have a low glow voltage protection and shall not glow on voltage
leakage.
7.0 INSPECTION, TESTING AND ACCEPTANCE
7.1 During fabrication, the switchboard shall be subject to inspection by EIL / Owner, or by an
agency authorised by the Owner, to assess the progress of work, as well as to ascertain that
only quality raw material is used. The manufacturer shall furnish all necessary information
concerning the supply to EIL / Owner's inspectors.
7.2 For testing requirements refer Inspection & Test Plan No. 6-81-1001.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 170 of 246


STANDARD SPECIFICATION No.

6-51-0001 Rev. 6
INIT, e

lrowe C013,70,.1)

Page 16 of 16

k31 ENGINEERS SPECIFICATION


Ige_jr 02-e'g INDIA LIMITED FOR
HIGH VOLTAGE SWITCHBOARDS

8.0 PACKING AND DESPATCH


The switchboard shall be divided into several shipping sections for protection and ease of
handling during transportation. All outgoing feeders shall be packed as separate shipping
sections. The equipment shall be properly packed for selected mode of transportation i.e.
ship/rail or trailer. The panels shall be wrapped in polyethylene sheets before being placed in
wooden crates/cases to prevent damage to the finish. Crates/cases shall have skid bottoms for
handling. Special notations such as 'Fragile', 'This side up', 'Weight', 'Owner's particulars',
`PO number.' etc., shall be clearly marked on the package together with other details as per
purchase order.
The equipment may be stored outdoors for long periods before installation. The packing
should also be suitable for outdoor storage in areas with heavy rains and high ambient
temperature unless otherwise agreed.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved
Page 171 of 246

SUBSTATION AUTOMATION SYSTEM


SPECIFICATION
k31 ENGINEERS FOR
INDIA LIMITED NUMERICAL RELAYS & IA Govt ol India undertaking)
SPECIFICATION NO.

6-51-0055 Rev. 2
Page 1 of 15 rtrmtct trnJoo.0

Wt)ii
kaie11 VTITT

RiR fq-r-4krr

SPECIFICATION
FOR
NUMERICAL RELAYS &
SUBSTATION AUTOMATION SYSTEM
2 12-06-14
REVISED AND ISSUED AS STANDARD
SPECIFICATION

/
SV
1 24-03-09
REVISED AND ISSUED AS STANDARD
SPECIFICATION SKM AK
0 12-08-02 ISSUED AS STANDARD SPECIFICATION RCS AAN
Rev.
No Date Purpose
Prepared
by
Checked
by
SC
JMS ND
VPS GRR
Standards Standards
Committee Bureau
Convenor Chairman
Approved by
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved
Page 172 of 246
t31

NUMERICAL RELAYS &


SUBSTATION AUTOMATION SYSTEM
1.1277 ewcnrc'013WFA)

ENGINEERS
SPECIFICATION

INDIA LIMITED FOR


IA Govt of India Undenakong)

SPECIFICATION NO.

6-51-0055 Rev. 2
Page 2 of 15

Abbreviations:
AC : Alternating Current LCD : Liquid Crystal Display
BS : British Standard LED : Light Emitting Diode
BTD : Bearing Temperature Detector HMI : Human Machine Interface
CBCT Core Balance Current Transformer TCP-IP Transmission Control ProtocolInternet Protocol
CPU : Central Processing Unit MOG : Magnetic Oil Gauge
CT : Current Transformer NEMA : National Electrical Manufacturers
Association
DC : Direct Current NO : Normally Open
DCS Distributed Control System OTI : Oil Temperature Indicator
ECS : Electrical Control Station PC : Personal Computer
EMI : Electromagnetic Interference PCB : Printed Circuit Boards
FIFO : First in first out PLC : Programmable Logic Controller
FO : Fibre Optic PT : Potential Transformer
GPS : Global Positioning System PVC Poly Vinyl Chloride
HV : High Voltage REF : Restricted Earth Fault
I/O Input/output RSTP : Rapid Spanning Tree Protocol
ICT : Intermediate Current Transformer RTD : Resistance Temperature Detector
IDMTL Inverse Definite Minimum Time Lag RTU : Remote Terminal Unit
IEC : International Electrotechnical SNTP : Simple Network Time Protocol

Commission
IEEE : Institute of Electrical and Electronics SOE : Sequence of event
Engineers
IP : Ingress Protection VDE : Verband Deutscher Elecktrotechniker
IRIG- B : Inter-Range Instrumentation Group WTI : Winding Temperature Indicator
Subcarrier Channel-B
KEMA : Keuring Electrotechnisch Materieel
Arnhem
LAN : Local Area Network

Electrical Standards Committee


Convenor : Mr. BR Bhogal
Members : Ms. S. Anand
Mr. Parag Gupta
Mr. M.K. Sahu
Mr. A.K. Chaudhary (Inspection)
Ms. N.P. Guha (Projects)
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved
Page 173 of 246

ENGINEERS
SPECIFICATION
w INDIA LIMITED FOR
ern~ (A Govt ol Inda UndettakIng) NUMERICAL RELAYS &
SUBSTATION AUTOMATION SYSTEM
SPECIFICATION NO.

6-51-0055 Rev. 2
Page 3 of 15

CONTENTS

1.0 SCOPE 4
2.0 CODES AND STANDARDS 4
3.0 SITE CONDITIONS 4
4.0 GENERAL REQUIREMENTS 4
5.0 TECHNICAL REQUIREMENTS 5
6.0 SUBSTATION AUTOMATION SYSTEM 9
7.0 INSPECTION, TESTING AND ACCEPTANCE 11
8.0 PACKING AND DESPATCH 12
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved
Page 174 of 246

SPECIFICATION
n31

ENGINEERS ~g. INDIA LIMITED FOR

NUMERICAL RELAYS &


SUBSTATION AUTOMATION SYSTEM
IA Govt ol In0. Undertalong)

SPECIFICATION NO.

6-51-0055 Rev. 2
Page 4 of 15
1.11Z71 r,rmict ,1,1~11

1.0 SCOPE
The intent of this specification is to define the minimum requirement of design, manufacture,
testing, packing and dispatch of numerical relays. The specification also defines the requirement
of communication and integration for Substation Automation System.
2.0 CODES AND STANDARDS
2.1 The equipment shall comply with the requirements of latest revision of following IEC standards /
equivalent Indian Standards, unless otherwise specified:
IEC 60068 : Environmental Testing
IEC 60073 : Basic safety principles for man machine interface, marking & identification
Coding principles for indicators and actuators
IS/IEC 60529 : Degree of protection provided by enclosure (IP Code)
IEC 60255 : Electrical relays
IEC 61000 : Electromagnetic compatibility (EMC)
IEC 61850 : Communication networks & systems in substations
2.2 In case of imported equipment, standards of the country of origin shall be applicable, if there
standards are equivalent or more stringent than the applicable IEC / Indian standards.

2.3 The equipment shall also conform to the provisions of CEA regulations and other statutory
regulations currently in force in the country.
2.4 In case Indian standards are not available for any equipment, standards issued by IEC / BS /
VDE / IEEE / NEMA or equivalent agency shall be applicable.
2.5 In case of any contradiction between various referred standard/ specification/ data sheet and
statutory regulation, most stringent requirements shall prevail. However, Owner's decision in
this regard will be final and binding.
3.0 SITE CONDITIONS
3.1 The relay shall be tropicalised, for satisfactory operation when installed in a panel located in a
pressurised substation with restricted natural air ventilation, in tropical humid and corrosive
atmosphere. Relay shall be designed to perform all its functions and operate under site conditions
specified in numerical relay data sheet. If not specifically mentioned there in, a design ambient
temperature of 40C and an altitude not exceeding 1000M above the mean sea Level shall be
cons idered.
4.0 GENERAL REQUIREMENTS
4.1 The equipment offered shall be brand new with state of the art technology with proven field
track record of similar type and model or model in same series with additional features. No
prototype equipment shall be offered.
4.2 Vendor shall ensure availability of spare parts and maintenance support services for the offered
equipment at least for 15 years from the date of supply.
4.3 Vendor shall give a notice of at least one year to the end user of equipment and EIL before
phasing out the product/spares to enable the end user for placement of order for spares and
services.
4.4 In case of relays manufactured outside India, the relay manufacturer through his Indian
establishment or associate in India shall provide application, testing, commissioning, after sales
service and other necessary support for minimum of 15 years to customer. Their Indian
establishment or associate company in India shall also maintain adequate inventory of each type
of relay or spares to meet the requirement arising during project execution and plant operation.
Relay manufacturer shall possess a signed Memorandum of Understanding with their Indian
associate for providing customer support
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved
Page 175 of 246

ENGINEERS
SPECIFICATION

INDIA LIMITED FOR


NUMERICAL RELAYS &
SUBSTATION AUTOMATION SYSTEM
IA Govt of Incha Undertafong)

SPECIFICATION NO.

6-51-0055 Rev. 2
Page 5 of 15

5.0 TECHNICAL REQUIREMENTS


5.1 Auxiliary Power Supply
Unless otherwise specified, numerical relays, data concentrator, Ethernet switches, gateway &
HMI shall be suitable to accept both AC/DC supplies with range 110V to 240V with tolerance of
15%. The auxiliary power supply shall preferably be site-selectable requiring no additional
hardware.
5.2 Basic Requirement and Construction Details
5.2.1 Relay shall be suitable for flush mounting. The relay enclosure front shall be dust tight having
degree of protection minimum as IP5X.
5.2.2 Relay terminals shall be suitable for termination of 1.5/2.5/4 sq mm wires, for all hardwired
connections.
5.2.3 Relay shall be modular with plug in type PCB for easy replacement. The relay terminals shall be
easily accessible for testing and commissioning.
5.2.4 Current operated relay shall have provision for minimum 3 number phase CT inputs and 1
number CBCT input. Voltage operated relay shall have provision of minimum 3 numbers PT
inputs. The exact number of CT and PT inputs shall be based on the schematic requirements,
relays shall be selected accordingly.
5.2.5 CT shorting link shall be provided at terminal block as required.
5.2.6 All numerical relays shall have key pad/ keys to allow relay setting from relay front. All handreset

relays shall also have reset button on relay front. Self reset or hand reset feature of the relay
shall be software selectable and password protected.
5.2.7 Relay shall be suitable for 1 A or 5A CT secondary. CT secondary 1A or 5A shall either be
software selectable or by providing suitable link. Selection between IA or 5A should be possible
at site.
5.2.8 Relays shall have self-diagnostic feature with indication of relay failure on relay front. Relay
faults (Self- diagnostic) shall be communicated and annunciated to substation automation
system.
5.2.9 Relays shall, as a minimum, have protection functions as per feeder equipment data sheets. Other
functions such as metering and control shall be provided, if specified in data sheets/job
specifications.
5.3 Software Security
The relays shall be provided with suitable security (pass word protection) against unauthorized
WRITE ACCESS for change in relay setting. However it should be possible to view metering,
protection settings, status and event data as READ ONLY without password protection.
5.4 Display and Indication
5.4.1 All relays shall have LCD display along with LED indications for display of settings, status,
faults and events. Relays for generator protection, switchyard and GIS shall be provided with
medium size LCD display having facility for graphical display of mimic with upto 15 objects on
each page.
5.4.2 LCD display shall be backlit and temperature compensated up to 55C for contrast and legibility.
5.4.3 Relays shall have 3 fixed LEDs for Relay ON/Control supply ON, fault trip & relay unhealthy
apart from freely configured LEDs.
5.5 Protection Functions
5.5.1 Over Current/Earth Fault Protection
i) This section describes over current & earth fault protection function, which mainly include
different setting stages such as low set, high set and high set instantaneous (51, 50, 51N,
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved
Page 176 of 246

Oga- fdf51c-ircnr, L1113~) (A Govt ol Indo undenaxng)

ENGINEEFZS
SPECIFICATION

INDIA LIMITED FOR


NUMERICAL RELAYS &
SUBSTATION AUTOMATION SYSTEM
SPECIFICATION NO.

6-51-0055 Rev. 2
Page 6 of 15

50N). Over current protection function provided should have IDMTL characteristic for low
set and high set stages and definite time delay for high set instantaneous stage.
ii) Over current relay shall be three phase type with 4 elements; 3 elements for inverse and
definite time delay over current and one element for inverse and definite time delay earth
fault current. Selection of inverse or definite time feature shall be user selectable.
iii) The IDMTL characteristic (for 51 and 51N) shall be as per IEC. The inverse characteristics
shall include normal inverse, very inverse, extremely inverse, long inverse and shall be soft
ware selectable. Inverse element shall have two or more stages (low and high set) for
selection of required inverse characteristic to achieve close protection as required.
Definite time characteristic shall have minimum 2 stages with adjustable current and time
setting.
iv) Relay shall also have separate current input from CBCT for measured earth fault current
element. It shall be possible to connect earth fault element either through CBCT or to be
connected residually. Minimum setting current for sensitive earth fault element shall be 1%.
v) Directional overcurrent & earth fault element shall be provided, wherever required.
vi) Voltage biased overcurrent / earth fault element shall be provided wherever required.
5.5.2 Motor Protection
i) Motor protection relay shall have all protection function such as over current, thermal (over
load), locked rotor current, zero sequence, negative sequence, maximum number of start,
motor overload pre-alarm, motor re-acceleration, lock out, inhibit of over current protection

during motor starting through contactor feeders, hour run count, inhibit start after elapse of
maximum number of starts etc.
ii) The relay shall be provided with 6 Nos. RTD and 2 Nos. BTD analog inputs, if specified in
the data sheet / job specification. Alternatively, external RTD/BTD module having interface
with numerical relay can be provided. The numerical relay with RTD / BTD inputs shall be
suitable for shielded triad cable of conductor size 1.5sqmm copper, unless otherwise
specified.
iii) Separate motor differential protection shall be provided, wherever specified.
5.5.3 Transformer Protection
i) In addition to overcurrent & earth fault function, wherever required, the main numerical
relay shall also include standby earth fault protection function (51G) for the transformer.
The standby earth fault shall operate from a separate neutral CT input and shall have
definite time / IDMTL characteristics as per IEC.
ii) Wherever the transformer requires restricted earth fault protection (64R), separate
numerical relay shall be provided. 64R function can be included as a part of main
differential protection relay (87T), unless otherwise specified. For details of transformer
differential protection relay refer Cl. 5.5.6.
iii) Transformer auxiliary protection (OTI/WTI/Buchholz/MOG etc) shall be included as a part
of numerical relay.
iv) Transformer differential protection shall be provided, wherever specified.
5.5.4 Generator Protection
i) Medium Voltage Generators (415V) shall have all protection functions such as voltage
restrained overcurrent (51V), standby earth fault (51G), negative sequence (46), Reverse
power (32), under voltage (27), overvoltage (59), thermal overload (49), PT fuse failure
monitoring function (60), generator differential (87G) as a minimum.
ii) In addition to the above, HV generators (turbine / diesel engine driven) shall have additional
protection functions such as rotor back up earth fault (64R)-1st and 2nd stage, low forward
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved
Page 177 of 246

fffliteg
NUMERICAL RELAYS &
SUBSTATION AUTOMATION SYSTEM
IHRFi vtrotrv on~)

ENGINEERS
SPECIFICATION

INDIA LIMITED FOR


IA Govt of InOia Undeflaiong)

SPECIFICATION NO.

6-51-0055 Rev. 2
Page 7 of 15

power flow (37), loss of excitation (40), under frequency (81U), rate of change of frequency
(df/dt) unless otherwise specified.
iii) If specified in the datasheet, additional protection functions such as field overcurrent, over
frequency (810), back up impedance (21), over fluxing (99), out of step shall be provided
as a part of generator protection numerical relay.
iv) The generator protection functions can be included as a part of one numerical relay or a
separate numerical relays can be provided.
5.5.5 Voltage Operated Protection Functions
i) These functions include under voltage (27), over voltage (59), ON delay and OFF delay
timers, phase sequence voltage, neutral displacement and Synchro-check functions etc.
ii) The under voltage and overvoltage protective function shall have different stages with
IDMTL and definite time characteristics.
iii) If specified in datasheet, the relay shall have under and over frequency function along with
frequency supervised Rate of change or average rate of change of frequency function.
5.5.6 Differential Protection
Suitable differential protection shall be provided as required as per data sheet / job specification
for the specific application such as for generator, transformer, overall generator & transformer,
motor, feeder, bus section etc. The following requirements, as applicable, shall be complied:
i) Differential protection shall be either high impedance or low impedance type. In case of
high impedance type, suitable non linear resistor shall be provided to limit the peak

overvoltage.
ii) Transformer differential protection shall have suitable harmonic restraint feature to avoid
maltripping during switching.
iii) For transformer differential protection, necessary correction for ratio error and for
transformer primary and secondary vector grouping shall be taken care in the relay itself
without additional ICTs. The required relay setting for this shall be programmable.
iv) Bus differential relay shall have feature for CT supervision and check differential.
v) In case separate hard-wired relay is used for check differential, the status/ event of same
shall be communicated through the numerical relay provided for main differential
application.
vi) Unless otherwise specified, the differential relays such as generator differential, transformer
differential, overall generator transformer differential, motor differential, feeder differential
etc. shall be suitable for cable connection between CTs and relay using 2.5 sq.mm., Cu
conductor, PVC insulated, armoured cable. However for differential protections provided
for feeders having long lengths, armoured FO cable may be considered. In cases where FO
cable is not suitable, shielded twisted pair cable of conductor size 1.5sqmm copper shall be
specifically mentioned by the bidder in the offer for EIL/Owner's acceptance on case to
case basis.
5.6 Metering Functions
The metering function shall be provided as required and same shall be built inside the numerical
relays.
5.7 Control Functions
5.7.1 The control function shall be built inside the numerical relays. For this purpose relays shall have
all graphical PLC/Boolean logic functions such that complete control logic of the feeder along
with all necessary interlocks as required can be developed inside the relay.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved
Page 178 of 246

ge-a tt
1~1 232,,,I2 A51~9)

ENGINEERS
INDIA LIMITED
IA Govt of InOia Unclertatong)

SPECIFICATION
FOR
NUMERICAL RELAYS &
SUBSTATION AUTOMATION SYSTEM
SPECIFICATION NO.

6-51-0055 Rev. 2
Page 8 of 15
(f

5.7.2 Relays for motor feeder shall be equipped with all control functions and interlocks related to
motor feeder. If reacceleration is a part of motor feeder, the control function shall also cover
reacceleration logic.
5.7.3 Relays shall have sufficient integral I/Os to take care of complete feeder logic. External I/O
module for implementation of logics is not acceptable.
5.8 Lock Out (86), Trip Circuit Supervision (95), Auxiliary Relays and Timer Functions
5.8.1 Unless otherwise specified the numerical relays shall have built in lock out function. For motor
feeders additional built-in lockout element shall be provided to receive process trip signals. Lock
out elements shall be self reset or hand reset and shall be software selectable.
5.8.2 The numerical relays shall have built in trip circuit supervision function, unless otherwise
specified.
5.8.3 Auxiliary relays/ Timers function etc as required for control schematics shall be programmable
as a part of numerical relay. The number of such elements as required for schematic shall be
considered.
5.8.4 Timer function shall be programmable for both ON/OFF delays.
5.9 Disturbance/ Event Recording and Data Storage
5.9.1 Breaker trip/ close status, relay faults, trip values, event data and disturbance record data shall be
stored in the relay in non-erasable memory or memory backed up by lithium battery. Under no
circumstances such as withdrawal of power to the relays shall the status, data and events in the

memory get erased. Unless otherwise specified, it should be possible to store total 10 seconds of
disturbance recording and 200 sequence of event records. Subsequent events shall be overwritten
following principle of FIFO.
5.9.2 All disturbances/ events shall be time stamped within the relay.
5.10 Input/ Output Interface, Filters and Galvanic Isolation
5.10.1 Voltage (through PT) input to relay, shall be 110V +/- 10%, unless otherwise specified.
5.10.2 Out put relays shall have 4 numbers spare NO contacts; each shall separately be programmable
for either hand reset or self- reset.
5.10.3 Contacts of pushbuttons from field, interlocks from DCS/ other switchboards shall be wired to
the relay as binary input using 1.5/2.5sqmm, multi core, copper conductor cables. The distance
between push buttons/ interlock to switchboard may be considered as 1000m, unless otherwise
specified. The pick-up voltage for BIs/BOs shall be site selectable. The additional components as
required to overcome the cable capacitance effect shall be considered as a part of supply of relay.
The binary input to relay from field contacts and interlocks shall be momentary type. Logic to
latch the momentary contact, as required shall be built as a part of protection relay.
5.10.4 All I/Os shall have galvanic isolation. Analog inputs shall be protected against switching surges,
harmonics etc.
5.11 Relay Communication
5.11.1 All numerical relay shall have RS232/RJ45/USB port on the front for hooking laptop.
5.11.2 At the rear numerical relays shall have suitable communication port for communication with data
concentrator/ HMI/ Station bus. The type of port shall be selected based on method of
communication (Serial or Ethernet) and type of physical transmission medium (twisted pair
copper or fiber optic). For serial communication, the relay port shall be RS485 or FO (fiber
optic) and for Ethernet (IEC 61850 based) communication same shall be RJ45or FO.
5.11.3 The communication protocol shall be selected to transfer all information including time stamp
data from relay to data concentrator/ substation HMI. The relays shall communicate on industry
open protocol such as IEC 60870-5-103/IEC 61850/ Modbus-RTU / Modbus TCP-IP or any
other open protocol.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved
Page 179 of 246

Ogzu 1a2es

elr.rt 3.~) NUMERICAL RELAYS &


SUBSTATION AUTOMATION SYSTEM
ENGINEERS
SPECIFICATION
INDIA LIMITED FOR

IA Govt of Incha Undettalong)

SPECIFICATION NO.

6-51-0055 Rev. 2
Page 9 of 15

5.11.4 For IEC 61850 based communication, each relay shall be suitable for communicating with
minimum three numbers client devices.
6.0 SUBSTATION AUTOMATION SYSTEM
Substation automation system broadly comprises of numerical relays, data concentrator panels
(as required), HMI, laptop, printers and their associated software for monitoring of the electrical
system.
6.1 Communication
Communication is the backbone of any substation automation system. It is through this medium,
the monitoring of various parameters takes place effectively.
6.1.1 Serial Communication
i) Data concentrator shall have two serial ports (1 no. in each CPU module) for simultaneous
remote communication on relay LAN. The relays shall be multi-dropped on RS485 through
single drop from LAN to each relay. In the event of either failure of any relay or break in
LAN cable or failure of port at data concentrator, the redundant hardware shall ensure
healthy communication between relay and data concentrator (refer Figure-1).
ii) Alternatively, relays shall communicate in star topology using star coupler. Communication
from relays to star coupler shall be through single communication port. Communication
from star coupler to data concentrator shall be through redundant communication link (each
link part of separate star coupler unit). RS485 to FO converters wherever required shall be
part of offered relay/ other hardware. Star coupler shall be provided with dual power supply

module
iii) The maximum number of relays in one loop shall be decided so as to achieve maximum
scan time as 500 ms for status input and maximum 6 sec for analog and historical data
considering total number of serial loop and star coupler as a total integration. The above
scan time does not include screen refresh rate at HMI.
iv) For sequence of event recording, time discrimination between two events shall be
maintained to 1 m sec or better.
6.1.2 IEC-61850 based Communication
i) Ethernet switches shall provide error free communication in harsh substation environment
and shall be immune to EMI. The Ethernet switches shall comply to IEC 61850-3 and shall
be KEMA approved or equivalent.
ii) For real time deterministic performance, managed Ethernet switch shall be considered in the
Ethernet network. The switch shall support following features:
- Full duplex operation
- Priority Queuing
- Virtual LAN (VLAN)
- Rapid Spanning tree
- Multicast filtering
iii) Dedicated Ethernet switches shall be provided for each switchboard. 20% spare ports shall
be provided in each Ethernet switch.
iv) Ethernet switch shall have dual DC power supply facility.
v) Communication between relay and HMI shall be provided as follows:
Redundant Ethernet communication architecture shall have RSTP topology. Numerical
relays shall be hooked up to Ethernet switch in star topology and the switches (within the
switchboard) shall be further connected in ring (refer Figure 2).
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved
Page 180 of 246

SPECIFICATION

ENQNEERS

$'fgzir 2ffleg INDIA LIMITED FOR


NUMERICAL RELAYS &
SUBSTATION AUTOMATION SYSTEM
Govt ol lnOa Undertak.ng)

SPECIFICATION NO.

6-51-0055 Rev. 2
Page 10 of 15

Alternatively, from each switch (within the switchboard) redundant communication link
shall be extended to two number backbone switches to be located within the switchboard
(refer Figure 3).
For hooking up to HMI/gateway for upper level connectivity, redundant communication
link either from any two switches within the ring or from back bone switches shall be
further extended and hooked up to two numbers master Ethernet switches dedicated for
hooking HMI/gateway/printers/GPS etc. From HMI redundant communication link shall be
extended to the master Ethernet switches.
6.2 Data Concentrator
6.2.1 Data concentrator shall be supplied to facilitate communication with relays on open protocol.
6.2.2 As a minimum data concentrator shall have separate power supply module, CPU module and I/0
module. To achieve redundant architecture, either separate data concentrator shall be considered
or data concentrator shall have redundant power supply module and redundant CPU module. The
CPU module shall have sufficient communication ports depending on relay LAN requirement.
6.2.3 Data concentrator shall provide gateway to upper level control system on Ethernet/ 1EC61850
protocol/Modbus-RTU protocol or protocol as specified in the data sheet. The communication to
upper level control system shall be redundant as per data sheet/ system architecture.
6.2.4 Data concentrator shall have binary and analog (4 to 20mA) I/0 cards suitable for interface
requirement specified in data sheet. Unless otherwise specified, 20% 1/0s shall be considered as
spare. Alternatively, a separate Data Acquisition Unit may be supplied for binary and analog
interface.
6.2.5 Data concentrator shall have required number of ports for relay LAN/ star couplers. Number of
relay LAN/ star couplers shall be as per project requirement. 20% or minimum 2 Nos. spare

ports whichever is maximum shall be provided for future extensions.


6.2.6 Data concentrator shall have required number of RS232/ RS422/RJ45 ports for connection to
Laptop PC and substation HMI having operator's work station and engineering station PC.
6.2.7 Data concentrator shall have redundant RS485/ FO/ Ethernet port for communication to
substation HMI and upper level ECS-RTU. Hook up to upper level system shall be carried out
by extending serial connectivity from each communication ports in two CPU modules.
6.3 Gateway
6.3.1 Gateway for upper level connectivity if separately provided shall have redundancy in power
supply module, CPU module. Alternatively, redundant gateways can be provided.
6.3.2 In case of IEC-61850 based communication, if gateway is envisaged, gateway shall have binary
and analog (4 to 20mA) I/0 cards suitable for interface requirement specified in datasheet.
Unless otherwise specified, 20% 1/0s shall be considered as spare. Alternatively, a separate Data
Acquisition Unit may be supplied for binary and analog interface with communicates to ethernet
switch on IEC-61850 protocol.
6.4 Human Machine Interface (HMI)
6.4.1 Following functions as a minimum shall be a part of HMI:
Display of Single Line Diagram
- Feeder status monitoring
- Data logging
Relay parameterization
- Event recording
- Historical data & trending
- Annunciation
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved
Page 181 of 246

ENGINEERS
SPECIFICATION

$1g-ar ffl2eg INDIA LIMITED FOR


NUMERICAL RELAYS &
SUBSTATION AUTOMATION SYSTEM
Govt of Indta Undertalong)

SPECIFICATION NO.

6-51-0055 Rev. 2
Page 11 of 15

6.4.2 Human machine interface shall include engineering and operator function. Engineering and
operator workstations shall be separate.
6.4.3 HMI shall be of industrial grade suitable for continuous operation at design ambient temperature
with restricted natural ventilation.
6.4.4 HMI shall be of latest version of industrial grade PC and the same shall be provided with 21"
color monitor (TFT flat screen) with non glare glass filters to minimize glare from external
lighting.
6.4.5 Operator workstation shall have user friendly software for interactive display of substation data
in multiwindow feature. Software shall have capability to display substation single line
diagrams, display of electrical system parameters, reports, alarm annunciation, daily and monthly
data logging, continuous polling, relay monitoring, relay supervision, fault disturbance record of
each relay, graphic representation and trending of data etc. The offered system shall comply with
requirements of IEC for basic and safety requirements for Human-machine interface.
6.4.6 Engineering workstation shall have software for engineering, detailed self diagnostic for
maintenance, trouble shooting and changing parameters. Further, it shall also have facility to
program and configure numerical relays, data concentrator and other intelligent devices. In
addition engineering work station shall have all the facilities as provided for operator
workstation.
6.4.7 The HMI system shall be provided with color laser jet A3 printer for generating hardcopy of
alarm, event and logging report. The printing shall be on demand, unless otherwise agreed.
6.4.8 If specified, separate laptop shall be provided. The laptop shall include all functionalities as
specified for HMI system and the same shall be provided with required licensed software,
hardware, accessories and material. System configuration shall be latest proven model and
upgradable.
6.4.9 HMI system shall be provided with all associated furniture for PC, printer etc.

6.5 Time Synchronization


6.5.1 All internal clocks of numerical relay, data concentrator, SOE modules, HMI etc. shall always
work in synchronism such that there is one and only one system-wide time. GPS shall be
considered to synchronize with an external satellite clock. The time synchronization accuracy
shall be 1.0 msec or better.
6.5.2 The GPS system shall consist of GPS antenna, lightning arrestor, GPS receiver/server and
associated cables.
6.5.3 The time synchronization shall be carried out either through communication over substation
relay LAN or by considering dedicated time synchronization channel. In case of synchronization
through relay LAN, the communication protocol shall support to carry time synchronization
message to the relays/data concentrator/HMI and maintain the desired accuracy. In case of time
synchronization through dedicated time synchronization channel, relays, data concentrator and
HMI shall be provided with IRIG- B port and the same shall be directly hooked up to GPS
receiver.
6.5.4 In Ethernet based communication network, GPS receiver shall be directly hooked up to Ethernet
LAN and all internal clocks of HMI and numerical relays shall be updated using SNTP protocol.
7.0 INSPECTION, TESTING AND ACCEPTANCE
7.1 During assembly, EIL / Owner or his authorized representative shall be permitted to assess the
progress of work as well as to ascertain that quality raw material is used for the same. All
assistance as required during inspection shall be given to inspector.
7.2 For testing requirements refer Inspection & Test Plan No. 6-81-1055.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved
Page 182 of 246
k- 11

g-111d2-eg NUMERICAL RELAYS &

SUBSTATION AUTOMATION SYSTEM

ENGINEERS
SPECIFICATION
INDIA LIMITED FOR
(A Govt of India Underlaking)

SPECIFICATION NO.

6-51-0055 Rev. 2
Page 12 of 15

8.0 PACKING AND DESPATCH


The equipment shall be properly packed for transportation by ship/rail or trailer. All equipments
shall be wrapped in polyethylene sheets before being placed in wooden crates/ cases with fillers
to prevent damage to the finish. Crates/cases shall have skid bottoms for handling. Special
notations such as `Fragile', `This side up', `centre of gravity', `weight', `Owner's particulars',
nos.' etc. shall be clearly marked on the package together with other details as per purchase
order.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL -All rights reserved
Page 183 of 246
_T r I
I
REDUNDANT DATA CONCENTRATOR
IL
I
I NR-1
I NR-2
I NR-3
I
EJ

L
NR-1 I NR-1
1NR-2 1NR-2
1NR-3 I NR-3
NR-n
L_
LAPTOP
LAPTOP
PRINTER

/\
L E _J

T
L_11 22-1 LIJ L.4]

ETHERNET SWITCH-2
L
12 I 11 . I. I. I I n

0 W S EW S
L2J LiJ L4J

ETHERNET SWITCH-1
GPS Clock
With Annetna
to ECS
(on specified protocol)
to DCS
(MODBUS-TCP/IP)
DATA CONCENTRATOR-1
rr
III
I' II
II
III
II
j_
DATA CONCENTRATOR-2
II I I 1
li I I I
iiIII
j_l I I L
IL
L

ENGINEERS
SPECIFICATION
INDIA LIMITED FOR
v<NT,?vmsrvAm~/ 1,4 Govt Indla Undeltak.,.2)

NUMERICAL RELAYS &

SPECIFICATION NO.

6-51-0055 Rev. 2
SUBSTATION AUTOMATION SYSTEM Page 13 of 15

FIGURE 1: TYPICAL ARCHITECTURE FOR SERIAL COMMUNICATION


Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved
Page 184 of 246
ti
(IEC-61 850)
12J

ETHERNET SWITCH-n
12J

ETHERNET SWITCH-1

'I -I 121 I

LAPTOP
LAPTOP

,/MN
GPS Clock
With Annetna

I
191?1 -

I - 1-1-121

r
1
1
Lit
MASTER
ETHERNET SWITCH-1
L
LLI L2J LIJ LAJ

r
HV SWITCHBOARD

JL
MV SWITCHBOARD

Note: connectivity to DCS is envisaged from ECS RTU. Where ECS RTU is not envisaged, gateway shall be
considered as part of Substation Automation System
to ECS

rII
to DCS =J J
ECS RTU
or

GATEWAY
EWS
PRINTER

JJ

1
I

NR-111
NR
I
I
I

NR-1H
NR-21NR-31-
iNR-n {NR-n
11J L2J

ETHERNET SWITCH-1

i
ETHERNET SWITCH-n

1
I
I

I NR-1}-,
I NR-2}--;
INR
I NR-1H
I NR-21-

[ NR-3f-
1NR-n _J INR-n
L1J I

2J L3J

MASTER
ETHERNET SWITCH-2
121 3 I I. 1-1-1n1

NUMERICAL RELAYS &


SUBSTATION AUTOMATION SYSTEM

ENGINEERS
SPECIFICATION

INDIA LIMITED FOR


1711WI cyrmrt an,~)

IA Govt of lntlia UndenakIng)

SPECIFICATION NO.

6-51-0055 Rev. 2
Page 14 of 15

FIGURE 2: TYPICAL ARCHITECTURE FOR IEC-61850 COMMUNICATION


Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved
Page 185 of 246

$'gzirlaa4-eg

Iirrt c`le nnI1 M 3Vi6AI I A Govt ol InOia Undenaking)

ENGINEERS

SPECIFICATION

INDIA LIMITED FOR


NUMERICAL RELAYS &
SUBSTATION AUTOMATION SYSTEM
GPS Clock
With Annetna L1J L2] L3J LsJ LSJ

MASTER
ETHERNET SWITCH-1
LAPTOP
LAPTOP

to DCS

r
HV SWITC1f1BOARD
lZ
BACKBONE
ETHERNET SWITCH-1
UJ UJ
BACKBONE
ETHERNET SWITCH-2

1
I I __J
UJ
ETHERNET SWITCH-n

NR-11-1
NR-21- I

1NR-1P 1 11
I NR-2}-- I
I NR-31----1
I
1NR-n
uJtZ
BACKBONE
ETHERNET SWITCH-1

I NR-11-1
I NR-21---J I
I
1.1.1
BACKBONE
ETHERNET SWITCH-2
LU J
ETHERNET SWITCH-n
.vI

IN R -n
to ECS -)
(IEC-61850)
27.=
II
1=1
I t 1> I I. In I

I 1 1,1 I- I- In I

ti

-r
MV SWITCHBOARD

ECS RTU
or
GATEWAY

LiJ L2J L3J L9.J


MASTER
ETHERNET SWITCH-2
Note: connectivity to DCS is envisaged from ECS RTU. Where ECS RTU is not envisaged, gateway shall be
considered as part of Substation Automation System
EWS
PRINTER

/,\
r JJ
J_

SPECIFICATION NO.

6-51-0055 Rev. 2

Page 15 of 15

FIGURE 3: TYPICAL ARCHITECTURE FOR IEC-61850 COMMUNICATION


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

Page 186 of 246

r_"111 Reig
$'g?;ir
ENGINEERS
INDIA LIMITED
IA Govt of Ilioia Undertakingt

SPECIFICATION FOR
ELECTRICAL EQUIPMENT
INSTALLATION
STANDARD SPECIFICATION No.

6-51-0081 Rev. 4
Page 1 of 15

`CID

fqxja
Tzrp-ir9r NfffhT
SPECIFICATION FOR
ELECTRICAL EQUIPMENT
INSTALLATION
4 21.05.14 REAFFIRMED & ISSUED AS SPECIFICATION FA SA BRB SC
3 25.04.08 REVISED & ISSUED AS SPECIFICATION RKS SSM JMS VC
2 28.02.03 REVISED & ISSUED AS SPECIFICATION HKM RSG VPS SKG
1 26.08.97
REVISED & ISSUED AS STANDARD
SPECIFICATION
RR VPS SG AS
0 28.08.81 ISSUED AS STANDARD SPECIFICATION RR RR SGG
Rev.
No
Date Purpose
Prepared
by
Checked
by
Standards
Committee
Convenor
Standards
Bureau
Chairman
Approved by
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved
Page 187 of 246

$11gui&W-eg rycnrc ~I)


ENGINEERS
INDIA LIMITED
IA Govt of India Undeffoloogf

SPECIFICATION FOR
ELECTRICAL EQUIPMENT
INSTALLATION
STANDARD SPECIFICATION No.

6-51-0081 Rev. 4
Page 2 of 15

Abbreviations:
AC Alternating Current
ACDB AC Distribution Board
AL Aluminium

BIS Bureau of Indian Standards


CCoE Chief Controller of Explosives
CD Compact Disc
CEA Central Electricity Authority
CIMFR Central Institute of Mining and Fuel Research
CT Current Transformer
CTC Carbon Tetrachloride
CU Copper
DC Direct Current
DCDB DC Distribution Board
DGMS Directorate General of Mines and Safety
Ex(d) Flameproof
FRP Fibre Reinforced Plastic
HV High Voltage
IR Insulation Resistance
IS India Standard
LV Low Voltage
HMI Human Machine Interface
MV Medium Voltage
OISD Oil Industry Safety Directorate
OSR Oil Surge Relay
OTI Oil Temperature Indicator
PF Power Factor
PI Polarisation index
PRV Pressure relief Valve
PT Potential Transformer
SLD Single Line Diagram
UPS Uninterrupted Power Supply
VRLA Valve Regulated Lead Acid
WTI Winding Temperature Indicator
Electrical Standards Committee
Convener: Mr. B.R. Bhogal
Members: Ms. S. Anand
Mr. Parag Gupta
Mr. M. K. Sahu
Mr. A.K. Choudhury (Inspection)
Ms. N.P. Guha (Projects)
Format No. 8-00-0001-F1 Rev. 0
Copyright EIL All rights reserved
Page 188 of 246

3-11R_Jt4 ENGINEERS
INDIA LIMITED
SPECIFICATION FOR
ELECTRICAL EQUIPMENT
INSTALLATION
STANDARD SPECIFICATION No.

6-51-0081 Rev. 4
Page 3 of 15 orrrn c,craddaJnadfan IA Govt of India Undeftalong)

CONTENTS

1.0 SCOPE 4
2.0 CODES AND STANDARDS 4
3.0 INSTALLATION OF EQUIPMENT 4
4.0 EQUIPMENT COMMISSIONING 14
5.0 LIST OF CONSTRUCTION EQUIPMENT 14
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved
Page 189 of 246

ENGINEERS

$11g-a 22-g INDIA LIMITED


aiT7ii CRI dYtn. (A Govt of lochA

UnderfAk(.9)

SPECIFICATION FOR
ELECTRICAL EQUIPMENT
INSTALLATION
STANDARD SPECIFICATION No.

6-51-0081 Rev. 4
Page 4 of 15

1.0 SCOPE
This specification defines the requirements for the installation, field inspection, testing and
commissioning of electrical equipment, forming part of electrical power distribution and
utilisation system, including Communication and Fire alarm system.
2.0 CODES AND STANDARDS
2.1 The work shall be carried out in the best workmanlike manner in conformity with this
specification, EIL Installation Standards, layout drawings and to the following specifications/
codes of practice of Bureau of Indian Standards and OISD standards.
SP-30 (BIS) National Electrical Code.
IS:7816 Guide for testing Insulation resistance of rotating machines.
IS:10028 (Part-2) Code of practice for selection, Installation and maintenance of
transformers; Part 2 : Installation.
OISD 137 Inspection of Electrical Equipment.
OISD 147 Inspection and safe practices during electrical installations
2.2 In addition to the above it shall be ensured that the installation conforms to the requirements
of the following as applicable:
a. CEA Regulations.
b. Regulations laid down by CEA/Electrical Inspectorate.
c. Regulations laid down by CCoE/DGMS (as applicable).
d. The petroleum rules (Ministry of Industry Government of India).
e. Any other regulations laid down by central/state/local authorities and Insurance
agencies.
3.0 INSTALLATION OF EQUIPMENT
Prior to start of installation of the electrical equipment, Contractor shall verify that equipment
and complete materials have been received. Handling, shifting to required site location,
installation, testing and commissioning of all electrical equipment shall be done by contractor
with utmost care. Manufacturer's instructions and the requirements given in their technical
manuals shall be strictly adhered. The substation/switchgear room wherein the equipment
shall be installed shall be kept clean, dry and free from all debris. Panel floor cutouts not in
immediate use shall be suitably covered to avoid any mishap. When handling the switchboard
panels, care shall be taken to observe the correct lifting arrangements and to make sure that
slings are attached to the manufacturer's designated lifting points,where applicable. No parts
shall be subjected to undue strains or sudden stresses which could cause damage to the
equipment.
The lifting position mark indicated on packing casing shall be adhered to strictly, for keeping
it in required vertical position.
Contractor shall check and report to the Engineer-in-charge about any damaged item and / or
missing component for getting the same replaced as per specifications. During installation, all
accessories and loose items shall also be inspected by the contractor before their
assembly/mounting.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved
Page 190 of 246

ENGINEERS
INDIA LIMITED
(A Govt ol InOla Undedalong)

SPECIFICATION FOR
ELECTRICAL EQUIPMENT
INSTALLATION
STANDARD SPECIFICATION No.

6-51-0081 Rev. 4
Page 5 of 15

Otait
1~,.r2",1,77,1713,21,)

3.1 Switchboards and Bus Ducts


3.1.1 The term switchboard here includes all HV / MV/ LV switchboard panels, motor control
centers, power and lighting distribution boards, UPS panels, ACDB, Battery charger panels,
DCDB etc.
The switchboard panels shall be handled with care, avoiding any impact to the equipment.
Dragging of the panels directly on floor shall be avoided. Roller bars may be used for shifting
of panels. Use of a crane and trailer shall be made for handling of equipment. The
switchboard panels shall be properly supported on the truck or trailer by means of ropes to
avoid any chance of tilting. The switchboards shall be lifted after ensuring that panel supports,
nuts and bolts are all intact and tightened. While lifting the panels in packed conditions,
utmost care shall be taken to avoid any damage to insulators, bushings, metering and
protective equipment and if specified in the tender document tyre mounted hydraulic trolley
shall be used.
The panels shall be preferably kept inside the packing cases till foundations are ready. Proper
rain/sun/dust protection shall be ensured till switchboards are installed.
3.1.2 The switchboard panels shall be installed on prepared foundations or floor cutouts. Steel base
channels shall be welded to inserts provided in floor slab. Cross members shall be provided at
the junctions of each shipping section and other places as required.. It shall be ensured that the
base plate level of HV switchboard shall match with the finished floor level.
The foundation pockets and the grouted bolts shall be cured for a minimum period of 48
hours. Proper level of base frames shall be maintained throughout and shall be checked with
water level/spirit level. Steel Shims shall be provided below base frame wherever required.
3.1.3 The switchboard panels shall be taken out from the packed cases and shifted one by one to
their proper place. Al1 the panels shall be assembled, aligned and leveled. Alignment of
panels shall be checked in both longitudinal and lateral directions. It shall be ensured that
panel to panel coupling bolts, bus bar links etc. fit properly without any strain on any part. No
new holes for jointing of the panels other than those recommended by the vendor shall be
drilled. No gaps shall be left between the panels. Gap if any found between panels shall be
suitably sealed using sealing compound or T-profile. The lifting, racking in and out operation
of the breaker and all other motions shall be free from any obstruction.
The panels shall be checked for correct vertical position using Plumb line and spirit levels.
The switchboard panels shall be tack welded at suitable intervals to base channel.
After erection of switchboard panels, all uncovered portions of floor cutouts shall be covered
with 6 mm thick removable chequered plates finished with floor level. The design of the
chequered plates shall be such that the maximum allowable deflection is L/200 (where L is the
span of the chequered plates in meters) for a live load of 500 kg./sq. meters.
Additional stiffer shall be provided at the bottom if required. Suitable lifting arrangements
shall be provided for chequered plates. The chequered plates shall be painted with a coat of
red oxide zinc chromate primer after proper surface preparation as per specifications. Where
specified, panels' cutouts provided for future use shall be filled with lean concrete.
3.1.4 After completion of Installation of switchboards, all the cubicles, switchboard components
such as switches, starters, CT and PT chambers, bus bar chamber shall be cleaned and
checked for tightness of all the components.
Vacuum circuit breakers shall be checked for integrity of bottle seals. A11 loosely supplied
items shall be fitted up. Bus bar sections or links shall be inserted and where specified, of high
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved
Page 191 of 246

ENGINEERS

Ordie'g INDIA LIMITED


IA Govt of Intha Undertaking)

SPECIFICATION FOR
ELECTRICAL EQUIPMENT
INSTALLATION
STANDARD SPECIFICATION No.

6-51-0081 Rev. 4
Page 6 of 15 eivavv'dv~)

voltage equipment shall be insulated. Interconnection wiring between shipping sections shall

be done by contractor.
All the wiring connections shall also be checked. Contact resistance of all bus bar joints and
contactors shall be checked. Insulator shall be checked for any damage. All the starters,
switches, contacts shall be cleaned with CTC where required.
A11 the moving parts shall be checked for easy and free movement. Hinges of panel doors
shall be lubricated to give free and noise less movement. A11 openings shall be kept
completely closed to avoid ingress of any foreign particles inside the panel.
Functional scheme verification of individual feeder shall be carried out and minor wiring
modifications in the panel wiring, if required shall be done as per the directions of Engineerincharge. Special attention shall be paid to CT circuits' polarity, wiring continuity and
correctness in the protection as well as measurement circuits. Auto transfer scheme shall be
simulated and verified. During the course of scheme verification tests, defective components
if any shall be taken out, after bringing to the notice of Engineer-in-charge. The same shall be
replaced by component supplied by owner.
3.1.5 Where switchboard is damp or having a low IR value due to damaged insulators/
bushings/any other insulated parts, or any other reason, the entire switchboard shall be driedup
according to the instruction of the Engineer-in-charge for the IR value to improve to a safe
level for commissioning. Care shall be taken to protect the surrounding insulation from direct
local heating during the drying up process.
3.1.6 All the metering instruments, protective relays and other relays and contactors shall be tested
as per manufacturer's recommendations and according to the instructions of the Engineer-incharge.
Protection relays shall be inserted and connected and settings adjusted as required by
the Engineer- in- charge
3.1.7 All moving parts, of closing/tripping mechanism, racking in and racking out mechanism,
spouts and shutter closing mechanism shall be checked for proper operation. A11 the auxiliary
contacts of breaker shall be checked-up, cleaned and contact pressure measured.
3.1.8 All the control wiring, PTs, bushings, bus bars, other live parts of switchgear, incoming and
outgoing cables shall be meggered.
3.1.9 Electrical simulation tests shall be carried out for all the protective, alarm and annunciation
relays and external interfaces to ascertain proper functioning.
3.1.10 Safety insulation mats of approved make and of required voltage grade shall be provided in
the sub-station.
3.1.11 Pre-Commissioning Check List
Before commissioning any switchboard, following points shall be checked and ensured for
safe energising of the switchboard:
i. That the installation of equipment to be commissioned is complete in all respects with
its auxiliaries and all other mounting including earthing. Openings in floor within and
outside panels have been sealed off. All cover and door gaskets are intact to make the
enclosure vermin proof.
. That all the metering instruments have been checked and found in working order.
Indicating lamps are healthy and are in correct position. All power and control fuses
are of proper rating.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved
Page 192 of 246

ENGINEERS
g INDIA LIMITED
(A GoV1 ol Ind. Unde(l.k,n91

SPECIFICATION FOR
ELECTRICAL EQUIPMENT
INSTALLATION
STANDARD SPECIFICATION No.

6-51-0081 Rev. 4
Page 7 of 15

iii. That the polarity test and ratio test of all the PTs and CTs is complete and phase
sequence of CTs conforms to the correct vector group connections. Wiring continuity
and correctness are ensured in the protection and measurement circuits. Polarity of
D.C. supply for all the circuits is correct.
iv. That the high voltage tests of incoming and outgoing cables have been conducted and
results are satisfactory.

v. That all the protective relays including both conventional and microprocessor based
numerical relays and thermal overload relays/electronic motor protection relays have
been tested for secondary injection tests. (Primary injection tests shall be carried out
for differential protection, Restricted Earth fault protection at full / reduced current to
ensure correctness of complete wiring). Relay settings, status indications, fault
annunciations, data logging, display of switchboard SLDs shall be verified from HMI
in case the same is provided.
vi. That IR Value has been recorded for bus bars, circuit breaker, incoming and outgoing
cables, control wiring and potential transformers. Where required joint resistance of
bus bars have been recorded and found to be satisfactory. All the surroundings and
panels have been cleaned and temporary earth leads have been removed.
vii. Following tests shall be ensured for all CTs
- Insulation resistance test
Ratio test through primary injection
Polarity test
Knee point voltage for class PS CTs
viii. Following tests shall be ensured for all PTs
Insulation resistance test
Ratio test through primary injection
- Polarity test
ix. Following tests shall be ensured for all breakers
- Insulation resistance test
- Breaker closing, opening sequence using 3 pole timers
- High voltage test both in open and close condition for HV breaker
Contact resistance of all three poles using 100A DC Kit
x. Following tests shall be ensured for all meters
- Calibration of meters
Functional verification and settings
xi. Following tests shall be ensured for all relays
Secondary injection test
- Relay settings
Timing check with timers
- Any other test recommend by the supplier
xii. Following tests shall be ensured for all bus bars
- Tightness of all nuts/bolts using Torque wrench
IR value
- Contact resistance using 100A DC Kit
- Cleaning of bus bar chamber using vacuum cleaner
- Conducting jelly shall be applied on AL/CU joints as per manufacturer's
recommendations
- HV test in case of HV switchboard
Format No. 8-00-0001-F1 Rev. 0
Copyright EIL All rights reserved
Page 193 of 246

k31naf t I ENGINEERS
$1gzir INDIA LIMITED
Ift Govt of Incha Undertaking)

SPECIFICATION FOR
ELECTRICAL EQUIPMENT
INSTALLATION
STANDARD SPECIFICATION No.

6-51-0081 Rev. 4
Page 8 of 15 1~7tYleaHt an .3~1

xiii Following tests/Checks shall also be performed on the switchboards


Functional verification of individual feeders including all spare feeders
Simulation test for under voltage tripping of related feeders such as motor
feeder, capacitor feeders etc
Verification of control supply schemes
Stability test for all differential protections

Simulation test for bus auto/manual change over scheme


Checks for all panel illuminations, indicating lamps, sockets
All upstream and down stream interlocks
3.1.12 Bus Ducts
The bus ducts as per issued drawings will be supplied in parts and all the parts shall be
assembled and the bus bar connections shall be made at site. The insulators in bus ducts shall
be inspected for any possible damage during transit and the defective ones shall be replaced.
The insulators shall be cleaned. Contact surface of bus bars, bus bar bolts and nuts shall be
thoroughly cleaned. Petroleum jelly shall then be applied and bolted connection made. The
bus duct enclosure shall be checked for earth continuity and then earthed at two places. The
bus duct shall be properly supported between switchgear and transformer. The opening in the
wall where the bus duct enters the switchgear room shall be completely sealed to avoid rain
water entry. Expansion joints, flexible connections etc. supplied by the manufacturer of the
bus duct shall be properly connected. The bus duct levelling shall be checked with spirit level
and pendulum weight.
Pre-commissioning check list

Before commissioning any bus duct, following points shall be checked and ensured for safe
energising of the bus ducts
All joints are tightened using torque trench
Cleaning of bus duct chamber with vacuums cleaner
Silica gel breather shall be connected if supplied. If required, silica gel shall be
reactivated as per the instruction of engineer in charge.
Space heater circuit shall be checked and tripping through thermostat shall be ensured
Contact resistance shall be measured for all phases/neutral using 100A DC kit
High voltage test in case of HV bus ducts
3.2 Transformers
Transformers on receipt at site shall be unloaded by means of crane or lifting devices of
adequate capacity. All lifting lugs shall be used to avoid unbalanced lifting and undue
stresses on lugs. Lifting lugs if any provided for partial lifting (e.g. for active part,
conservator) etc. shall not be used for lifting complete transformer. Parts other than those
identified for lifting of the transformer shall not be used for lifting. While slinging, care shall
be taken to avoid slings touching other parts.
3.2.1 Before lifting transformer, it shall be ensured that all cover bolts are tightened fully. In case
when it is necessary to use jacks for lifting, projections provided for the purposes of jacking
shall be used . Lifting jacks shall not be used under the valves or radiator tubes. For
transporting transformers from stores to site, the transformers shall be loaded on a suitable
capacity truck or trailer. The transformers shall be properly supported by steel ropes and
stoppers on the trailer to avoid tilting of the transformers in transit due to jerks and vibrations.
At no instance, the transformer shall be kept on bare ground. Where it is not possible to
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 194 of 246


k5-11 ENGINEERS

Og-LITI&2eg INDIA LIMITED


aiWn 4,1 .3~1/ (A Govt ol Indla Undertaking)

SPECIFICATION FOR
ELECTRICAL EQUIPMENT
INSTALLATION
STANDARD SPECIFICATION No.

6-51-0081 Rev. 4
Page 9 of 15

unload the transformer directly on a foundation, it shall be unloaded on a properly built


wooden sleeper platform. A transformer shall never be left without putting stoppers to the
wheels.
3.2.2 Transformers shall be examined, for any sign of damage in transit. Particular attention shall
be given to the following in this regard.
i. Dents on tank wall or cooling tubes, radiators
. Damage to protruding parts like valves, sight glass etc.
Loosening of bolts due to vibration in transit.
iv. Cracked or broken bushings.

v. Oil leakage particularly along welds.


If any thing adverse is noted, the same shall be brought to the notice of Engineer- in- charge.
3.2.3 Contractor shall examine the transformer base, oil pit, fire walls and foundations made by the
civil contractor. It shall be ensured that oil spills can not propagate along cable trenches. Any
discrepancy noted will be brought to the notice of Engineer- in- charge. Transformers shall be
placed on channels or rails over concrete foundations. The transformers shall be levelled,
aligned and checked for free movement on the channels or rails. Stoppers shall be provided to
the transformers immediately to prevent any movement. Normally transformers upto 1000
kVA rating shall be received duly fitted with radiator tubes, conservator tanks, valves, wheels
and other accessories. While the transformers of above 1000 kVA rating may be supplied with
loose accessories. All the accessories like radiators, cooling fans, valves, conservator tanks,
explosion vent pipe, bushings and other devices which are supplied in different packages
shall be checked for any transit damage and cleaned thoroughly before fixing on the
transformer. All loosely supplied parts shall be assembled as per manufacturer's instruction
manuals/ drawings and documents. All the connections for CTs bushings and other wiring
shall be checked for tightness and correctness before replacing the lid or tightening all the
bolts. Gravels shall be filled in the transformer bay, soak pit as per requirement.
3.2.4 Topping of transformer with oil
Before topping up with oil, transformer shall be fitted with all accessories such as valves,
gauges, thermometers etc. Oil samples shall be taken from each drum and tested for
determination of dielectric strength. Any sign of leakage of the barrel or of its having been
opened shall be recorded and reported. It is necessary to filter the oil before the transformers
are filled. It shall be ensured in oil filling operation that no air pockets are left in the tank and
that no dust or moisture enters the oil. All air vents shall be opened. Oil shall be filled
through a streamline oil filter using metal hose. To prevent aeration of the oil, the transformer
tank shall be filled through the bottom drain valve. In a transformer with conservator tank, the
rate of oil flow shall be reduced when the level is almost upto the bottom of the main cover to
prevent internal pressure from rupturing the pressure relief-pipe diaphragm. Sufficient time
shall be allowed for the oil to permeate the transformers and also for the locked -up air
bubbles to escape. Any air accumulation in the buchholz relay shall be released.
3.2.5 Transformer Oil
i. Sample of oil from the transformer shall be taken from the bottom of the tank.
ii. Testing of Oil
For dielectric test, the oil shall be tested as described in IS: 335. The oil shall also be
tested for acidity in accordance with the methods prescribed.
3.2.6 Drying out of the transformers, if required, shall be carried out and record maintained in
accordance with IS: 10028. Normally a streamline filter shall be used for drying-up. IR value
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved
Page 195 of 246
01 ENGINEERS

ogur 015:1&g INDIA LIMITED

14~ ,le'crn( 0,1 3,121,1) (A Govt of India Undettakingi

SPECIFICATION FOR
ELECTRICAL EQUIPMENT
INSTALLATION
STANDARD SPECIFICATION No.

6-51-0081 Rev. 4
Page 10 of 15

versus time of both windings along with OTI/WTI and filtrations machine temperature curve
for IR value Vs time shall also be plotted and recorded during the drying-up process.
Precautions when drying
i. The maximum sustained temperature to which transformer oil may be subjected shall
be limited to 80 C.
. The transformer shall be carefully monitored throughout the drying out process and
all observations shall be carefully recorded.
Drying out shall be continued so that the insulation resistance as prescribed in the
standard code of practice is attained and the value remains constant for more than 12
hours. However, a minimum number of cycles shall be done for each transformer as
found necessary by the Engineer-in-charge. Generally a Megger reading of 2

megohms / kV at 60 C temperature. with a 5 kV Megger may be a rough indication


for stopping the dehydration.
3.2.7 The following work on transformers shall be performed by the contractor if specifically called
for:
i. Before finally commissioning the transformer it may sometimes be desired to run it
for a few hours on short-circuit, applying a low voltage, approximately equal to the
impedance voltage of the transformer. During this process, regular readings of the
insulation resistance of the winding to earth and winding to winding and temperature
against time shall be recorded.
. Testing of radiator tubes for any leakage and rectifying these by welding / brazing.
3.2.8 Pre-commissioning Check List
Before commissioning of any transformer, the following points shall be checked for safe
energisation of the transformer:
i. All the accessories have been fixed properly and transformer body and neutral are
properly earthed. The transformer dehydration is over and results are satisfactory and
approved by the Engineer-in-charge. In case transformers are idle for more than one
month after dehydration, transformer oil has been given at least two circulations.
. Oil level, in the transformer conservator tank and all the bushings is upto the marked
point and the oil has been tested for dielectric strength and acidity.
Silicagel is in reactivated condition. The breather pipe is clear from any blocking and
contains oil upto the proper level.
iv. The explosion vent diaphragm does not have any dents. Accumulation of any oil and
air had been released.
v. Operation of off-load and on-load tap changers on all the tap positions is satisfactory.
The mechanical parts of the on-load tap changer are lubricated. Motor IR value has
been taken and found satisfactory. Tap position mechanical indicator on the
transformer and tap position indication meter on the control panel are reading the
same tap positions. Tap changer limit switches are operating satisfactorily on the
maximum and minimum tap positions. On-load tap changer contact pressure and
resistance is as per manufacturers recommendations. Oil level of tap changer tank is
upto the required level and oil has been tested for dielectric strength. The tap setting
on which the off load tap switch is locked shall be recorded. Generally the off-load
tap switch shall be kept on nominal tap.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved
Page 196 of 246

ENGINEERS
INDIA LIMITED
(A Govt of India Unde(tak,ngj

SPECIFICATION FOR
ELECTRICAL EQUIPMENT
INSTALLATION
STANDARD SPECIFICATION No.

6-51-0081 Rev. 4
Page 11 of 15

51gzu 2a1 -"dg c-wert ams..)


vi. Buchholz relay has been tested and checked up for any friction in the movement, and
floats are free. All the other protective relays, alarm and annunciation relays have
been tested.
vii. Metering equipment has been tested and polarity test of PT's and transformer winding
is satisfactory. Phase sequence and connections have been checked for proper vector
group.
viii. Ratio test and winding resistance on all the tap positions is satisfactory.
ix. Gaps of arcing horns for the bushings where provided are in order and earth
connections for the surge diverters have been checked.
x. Winding and oil temperature thermometer pockets contain oil and the winding and oil
temperature settings on dial gauges are in order.
xi. Transformers fitted with fans for forced air cooling have been checked up for starting

and stopping of the fans both in manual and auto mode and air-displacement has been
verified.
xii. Simulation tests for all external interface connection alarm, annunciation and trip
circuits have been checked and are in order.
xiii. Insulation resistance of all the control circuits and IR value of the transformer
windings and all the incoming and outgoing cables have been checked.
xiv. Valves in the cooling system and valve between the buchholz relay and the
conservator tank are in open position.
xv. Setting of all the protective relays is at the desired value and DC Trip supply is
healthy.
xvi. Magnetic, current and magnetic balance test have been conducted
xvii Simulation test for WTI,OTI,PRV,OSR
xviii Settings of WTI/OTI as per the instruction of the manufacturer
xix Earth resistance value for the neutral earthing
3.2.9 Observations after Commissioning
After switching on the transformer the following points shall be observed and recorded.
i. The inrush magnetizing current and no-load current.
. Alarm, if any, or if any relay flag has operated.
Voltage and current on all the three phases.
iv. Transformer hum or abnormal noise.
v. Circulation of oil and leakages.
vi. Record current, voltage, cooling air temperature, winding temperature and oil
temperature readings, hourly for 24 hours.
vii. Cable end boxes for any over-heating.
3.3. HV and MV MOTORS
3.3.1 All the motors generally would be erected by the mechanical contractor.
3.3.2 Electrical contractor shall keep the motor space heater energised as per the directions of
Engineer-in-charge. Electrical contractor shall measure the insulation resistance of motor
windings and PI in case of HV motors. Insulation resistance of the motors shall be measured
between the winding of the machine and its frame by means of a 500 / 1000 V Meggar in case
of 415 V motors. A minimum value of 1 megohm for 415 V motors shall be considered a safe
value. In case of lower I.R. Value, the insulation value shall be improved by any of the
following methods as directed by the Engineer-in-charge.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved
Page 197 of 246

ENGINEERS

Og'zIr fafZ- s

INDIA LIMITED

IA Govt ot Intha Undertakmg

SPECIFICATION FOR
ELECTRICAL EQUIPMENT
INSTALLATION
STANDARD SPECIFICATION No.

6-51-0081 Rev. 4
Page 12 of 15 ei2LIW,R13,,g1,11)

i. Blowing hot air from external source.


ii. Putting the motor in oven.
iii. Placing heaters or lamps around and inside after making suitable guarding and
covering arrangements so as to conserve the heat.
In case the insulation is low, the following method of drying has to be adopted, after
consultation with Engineer-in-charge. During drying the temperature rise of winding shall not
exceed the permissible value for the class of insulation used.
i. By locking the motor so that it can not rotate and then applying such a low voltage to
the stator terminals so as to pass full load current in the stator keeping the stator
winding temperature below 90 C . In this case a close watch shall be kept for any
possible overheating and I.R. Values vs. temperature shall be plotted and heating
continued till I.R. value becomes steady.
. By blasting hot air from external source, Maximum temperature of winding while
drying shall be 70 C to 80 C (thermometer) or 90 C to 95 C by resistance

method. Heating shall be done slowly first till steady temperature of winding is
reached after 4 to 5 hours, and for large machines after 10 hours. A record has to be
kept for drying process, with half an hour readings and, till steady temperature is
reached. In case it is essential, the drying process can be supplemented by blower.
3.3.3 It shall be ensured that the motor leads are correctly connected in the terminal box, as
indicated in the `Name Plate'. The covers of all terminal boxes shall be properly fixed, the
gaskets intact. The control circuit shall be tested for proper functioning as per circuit diagram.
3.3.4 In case of synchronous machines, slip rings and brush gear shall be polished and brushes shall
be fixed in their holders with clearance and pressure as recommended by the manufacturers.
3.3.5 Before commissioning, the ventilation and cooling system of the motor must be inspected. In
case of motor with forced ventilation the air inlet shall be examined to ensure that it is free
from moisture and any foreign material. It shall also be ensured that recommended flow and
pressure of air is available to produce the required cooling effect.
3.3.6 The motor control gear shall also be carefully examined, the over-load settings may be
reduced or time lags bypassed from protective gear to ensure rapid tripping of switchgear in
event of faults. The direction of rotation of a new motor specially of large capacity , and phase
sequence of supply shall be kept in view while joining and connecting to the motor terminals
3.3.7 Finally the motor shall be started on no-load after decoupling, and shall be allowed to run for
a minimum period of 4 hours, or for a time as instructed by Engineer-in-charge. Attention
shall be given to the proper running of the bearings, vibration or unusual noises if any.
Voltage, starting current, no load current, stator winding and bearing temperature shall be
recorded after every 1 hour during this test. Direction of rotation shall be checked and
recorded. Normally the motors run in clockwise direction as viewed from the driving end
with reference to the phase sequence R, Y, B.
3.3.8 After switching off the motor, the insulation resistance of the motor shall be recorded under
hot and cold conditions.
3.3.9 If the no load test run is found satisfactory, the motor shall be allowed to run for 8 hours and
all readings shall be recorded.
3.3.10 The following work on motors, may be performed by the contractor if specifically called for.
Format No. 8-00-0001-F1 Rev. 0
Copyright EIL All rights reserved
Page 198 of 246

n31
$'fgu Offleg
1.2T

ENGINEERS
INDIA LIMITED
(A Govt of India Untleltakmgl

SPECIFICATION FOR
ELECTRICAL EQUIPMENT
INSTALLATION
STANDARD SPECIFICATION No.

6-51-0081 Rev. 4
Page 13 of 15

i. The proper level of bearing oil has to be checked. The condition of grease in bearings
shall be checked and in case it is necessary, complete replacement of bearing with
specified grade of grease after proper cleaning of the bearing shall have to be done.
Wherever external greasing facility exists, the condition of grease may be checked by
pumping some new grease of specified grade at start. If the grease coming out is
deteriorated grease shall be replaced.
. All the motors, motor exciter set and induction generators directly coupled or coupled
through reduction gears shall be checked for abnormal vibration, if any Large rated
HV motors with journal type bearings are liable to get damaged from shock, rough
handling during transit. Any minor defect in a race or roller may give rise to
considerable amount of vibration and noise. Contractor shall check and bring to the
attention of Engineer-in-charge any defect noticed in this regard.
Due care shall be taken to avoid any damage to bearing insulation wherever provided.
3.4. Batteries/Battery charger
Battery (Lead acid, Nickel Cadmium or VRLA type as specified) shall be erected on stands

and insulators supplied by the manufacturer of the batteries. The installation shall be done as
per the layout drawings and manufacturer's instructions. Electrolyte if required / as applicable
shall be filled as per manufacturer's instructions. Interrow connections shall be made with the
leads supplied by the manufacturer. Functional check shall be done on the battery charger
including battery charging and discharging, recharging as per the recommendation of the
manufacturer.
3.5. Neutral Earthing Resistor
The neutral earthing resistor shall be inspected for any damage to the resistor grid and other
components. The resistor shall be levelled and installed. All covers etc. shall be checked for
tightness to ensure that the enclosure of the resistor is dust, vermin and weatherproof.
Earthing conductors shall be taken from the out end terminal of the resistor, for connection to
earth electrodes and to the main grid. Check such as IR, operation of space heater, earth
resistance shall be done before the commissioning.
3.6 Welding Receptacles
The welding receptacles shall be erected on steel/concrete structures as per the drawings. In
isolated places a separate support shall be fabricated and installed.
3.7 Push Button/Control Stations
The push buttons / control stations shall be installed near to the motors to be controlled.
Individual channel supports shall be installed as per EIL standard. If control stations for
hazardous areas are to be supplied by contractor, these shall be of Ex (d) type, tested by
CIMFR and approved by CCoE or other applicable certifying authorities. All outdoor push
buttons / control stations shall preferably have integral canopies for additional weather
protection. The canopy shall be made of 2 mm thick galvanized sheet steel or FRP where
these are not integral with the equipment.
3.8 Gang operated Isolators/outdoor Disconnectors
The isolators shall be transported to site in the dismantled condition. All the insulators may be
also supplied loose. The contractor shall inspect, clean, assemble and install the isolator on the
base structure previously fabricated, erected and levelled by him. The operating mechanism
Format No. 8-00-0001-F1 Rev. 0
Copyright EIL All rights reserved
Page 199 of 246

n31 ENGINEERS

5ga. 22--g INDIA LIMITED


Govt of Incha Undertalongt

SPECIFICATION FOR
ELECTRICAL EQUIPMENT
INSTALLATION
STANDARD SPECIFICATION No.

6-51-0081 Rev. 4
Page 14 of 15

shall be installed on the structure and connected to the isolator poles. The operating
mechanism shall be tested by slowly bringing the isolator to the closed position and carrying
out the necessary adjustment as per the manufacturer's instructions. The earthing switches,
frames and operating handle etc. shall be earthed.
3.9 Contractor shall provide the following items in substation, as per CEA Regulations.
3.9.1 Fire buckets filled with clean dry sand and ready for immediate use for extinguishing fires and
fere extinguisher (carbon dioxide, dry chemical extinguisher etc.) suitable for dealing with
electric fires shall be conspicuously marked and kept.
3.9.2 First aid boxes containing ointments and medicines for immediate treatment of injuries (As
prescribed by Indian Red Cross Society or equivalent).
3.9.3 Instructions of restoration of persons suffering from electric shock in English, Hindi and Local
language of the district shall be affixed in a conspicuous place.
3.9.4 Danger boards (HV., MV.) shall be provided on transformer bay gate, switchboards, entrance
to switchgear room and at other places as required by Engineer-in-charge.
3.10 The Communication system and Fire alarm system panels and equipment shall be installed
complying to manufacturer's instructions. The location of field station (call back station unit,
break glass unit, telephone set etc.) shown on the drawing are indicative. The exact location
shall be decided at site by contractor in consultation with Engineer-in-charge. Correct type of

equipment with regard to hazardous protection as specified on drawing shall be adhered to by


contractor, for installation.
4.0 EQUIPMENT COMMISSIONING
4.1 Field inspection, testing and commissioning of the complete electrical installation shall be
carried out as per EIL specification no. 6-51-0087.
After the equipment is installed properly in accordance with drawings and specifications,
contractor shall carry out all pre-commissioning checks and tests as per EIL format in the
presence of Engineer-in-charge and test readings shall be recorded and furnished to EIL in
triplicate.
4.2 All equipment layout drawings shall be marked by the Contractor for "AS BUILT STATUS"
and two sets of hard copies shall be submitted to EIL.
5.0 LIST OF CONSTRUCTION EQUIPMENT
The contractor shall have all necessary construction equipment, tools and tackles and testing
instruments to carry out the erection works and to commission the system as specified. These
shall include but not be limited to the following, and these shall be brought to site by
contractor before the start of work.
5.1 Equipment
i. Portable grinder.
. Portable welding machine.
i Portable gas cutting / welding set.
iv. Pipe threading machine.
v. Pipe bending machine (hydraulic).
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved
Page 200 of 246

ENGINEERS
$11g-a[R6 UINDIA LIMITED
IA Govt or Indo Undertaking)

SPECIFICATION FOR
ELECTRICAL EQUIPMENT
INSTALLATION
STANDARD SPECIFICATION No.

6-51-0081 Rev. 4
Page 15 of 15 (.T-rn an,ram

vi. Portable drill machine suitable to take up drilling for different sizes as per
requirement.
vii Dewatering pump sets (diesel driven).
viii. Power Hacksaw.
ix. Conduit dye set.
x. Hydraulic crimping machine with round/hexagonal dye set.
xi. Hand crimping tool.
xii. Portable electric blowers, vacuum cleaners.
xiii. Miscellaneous items such as slings, pulleys, tarpaulins, wooden sleepers, ladders. etc.
as required.
xiv. Safety belts, safety goggles, and gloves.
xv. Separate tool kit for each Electrician.
xvi. Hydraulic/Hand held grease gun
5.2 Test Instruments
i. Insulation tester 1000 V hand driven.
. Insulation tester 2500 V motor/hand driven.
Insulation tester 5000 V motor/hand driven
iv. Phase sequence indicator.
v. Earth Resistance tester.
vi. Single phase variac
vii. 3 phase variac of adequate capacity.
viii. Secondary and primary injection testing kit.
ix. Multimeter, both analogue and digital
x. Portable Ammeters, Wattmeters, P.F. meters.

xi. Portable Voltmeters.


xii. Clip on meters of different ranges.
xiii. Tacho-meter.
xiv. Kelvins double bridge for measurement of very low resistance.
xv. D.C. high -pot test kit.
xvi. A.C. high -pot test kit.
xvii. Oil filtration machine of adequate capacity.
xviii. Lux Meter to measure illumination levels.
xix. Breaker timing 3 pole kit
xx. Timers
xxi. 100A DC milli volt drop(Contact resistance) kit
xxii. Vibration measuring Instrument
xxiii. Thermo meters
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved
Page 201 of 246

gfga faWs

lair,i237,15,2,131,05.)

ENGINEERS
INDIA LIMITED
IA Govt of Indla Undertalong)

SPECIFICATION FOR FIELD


INSPECTION, TESTING AND
COMMISSIONING OF
ELECTRICAL INSTALLATIONS
SPECIFICATION No.

6-51-0087 Rev. 3
Page 1 of 8

#f-~

ftw
PiRkurr, -crftwr
-

SPECIFICATION
FOR
FIELD INSPECTION, TESTING
AND
COMMISSIONING OF ELECTRICAL
INSTALLATIONS
3 10.6.14
REAFFIRMED & ISSUED AS STANDARD
SPECIFICATION AKG SA BRB *". SC
2 03.03.09
REVISED & ISSUED AS STANDARD
SPECIFICATION RKS NS JMS ND
1 14.07.03
REVISED & ISSUED AS STANDARD
SPECIFICATION
HKM RSG VPS SKG
0 02.08.01 ISSUED AS STANDARD SPECIFICATION UAP RR VPS MI
Rev.
No Date Purpose
Prepared
by

Checked
by
Standards
Committee
Convenor
Standards
Bureau
Chairman
Approved by
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved Page 202 of 246
k31

laW5
iairerf r-freA, asl,~7,)

ENGINEERS
INDIA LIMITED
A GoN of Indla Undeltaking)

SPECIFICATION FOR FIELD


INSPECTION, TESTING AND
COMMISSIONING OF
ELECTRICAL INSTALLATIONS
SPECIFICATION No.

6-51-0087 Rev. 3
Page 2 of 8

Abbreviations:
AC Alternating Current
AFC Approved for Construction
BIS Bureau of Indian Standards
CCOE Chief Controller of Explosives
CEA Central Electricity Authority
DC Direct Current
DCS Distributed Control System
DGMS Director General for Mines and Safety
ECS Electrical Control Station
GI Galvanized Iron
HV High Voltage
IS Indian Standard
MV Medium Voltage
OISD Oil Industry Safety Directorate
Electrical Standards Committee
Convenor: Mr. BR Bhogal
Members: Ms. S. Anand
Mr. Parag Gupta
Mr. M.K. Sahu
Mr. A.K. Chaudhary (Inspection)
Ms. N.P. Guha (Projects)
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved
Page 203 of 246

ENG1NEERS
INDIA LIMITED
IA Govt ol Ind. Undertaiong)

SPECIFICATION FOR FIELD


INSPECTION, TESTING AND
COMMISSIONING OF
ELECTRICAL INSTALLATIONS
SPECIFICATION No.

6-51-0087 Rev. 3
Page 3 of 8

fawres,
CONTENTS
1.0 SCOPE 4
2.0 CODES AND STANDARDS 4

3.0 FIELD INSPECTION, TESTING AND COMMISSIONING 4


4.0 RECORDS 8
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved Page 204 of 246

k`5112..itq ENGINEERS
SPECIFICATION FOR FIELD
INSPECTION, TESTING AND
COMMISSIONING OF
ELECTRICAL INSTALLATIONS
SPECIFICATION No.

6-51-0087 Rev. 3
Page 4 of 8

$'1gz:IT ft- s
I.R77 c`F,1,4, CA3PC1171)

INDIA LIMITED
IA Govt of India Undertalong)

1.0 SCOPE
This specification covers the requirements for the field inspection, testing and commissioning
of Electrical Equipment and Installation, forming part of electrical power distribution and
utilisation system.
2.0 CODES AND STANDARDS
2.1 The field inspection, testing and commissioning of electrical equipment shall be carried out in
line with this specification and the latest edition of following Indian Standards and OISD
standards.
SP-30(BIS) National Electrical Code.
IS 1255 Code of practice for installation and maintenance of power cables up
to & including 33 kV rating.
IS-7816 Guide for testing Insulation resistance of rotating machines.
IS 10810(Part 43) Method of Test for cables; Part 43 Insulation resistance.
IS 10810(Part 45) Method of Test for cables; Part 45 High voltage test.
IS 12729 HV Switchgears
OISD 137 Inspection of Electrical Equipment.
OISD 147 Inspection and safe practice during electrical installation.
2.2 In addition to the above it shall be ensured that the installation conforms to the requirements of
the following as applicable:
a. CEA Regulations
b. Regulations laid down by CEA / Electrical Inspectorate.
c. Regulations laid down by Tariff Advisory Committee/Loss prevention council.
d. Regulations laid down by CCoE/DGMS (as applicable).
e. The petroleum rules (Ministry of Industry, Government of India).
f. Any other regulations laid down by central / state / local authorities / insurance
agencies
3.0 FIELD INSPECTION, TESTING AND COMMISSIONING
3.1 Contractor shall carry out complete field inspection, testing and commissioning of electrical
equipment as per Inspection & Test plans.
3.2 Before the completed installation or an addition to the existing installation is put into service,
inspection / pre-commissioning checks and tests shall be carried out by contractor. In the
event of defects being found out, the same shall be rectified and the installation retested as
applicable.
3.3 The pre-commissioning inspection among other requirements shall include visual inspection,
checking the workmanship of the installation, the rating of equipment, safety clearances, sizes
of cables installed, conformance to the AFC document, soundness of switchgear bus
connections, wiring properly dressed and labeled, sealing of unused cable entries, checking of
all safety interlocks, control/interface functions as per requirement etc.
3.4 Visual inspection for soundness of bus bar connections of busducts, terminal connections of
equipment/motor shall be carried out. It shall be ensured that no foreign materials are present
inside busduct and equipment terminal boxes. After the visual inspection, all the covers of
terminal boxes, inspection chambers shall be refitted with gaskets, bolts & nuts as per
equipment manufacturer's instructions.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved
Page 205 of 246

k31 ENGINEERS

Og-ar 2f5:1-g INDIA LIMITED


(A GoN cd InEia Und<rlAk(A9)

SPECIFICATION FOR FIELD


INSPECTION, TESTING AND
COMMISSIONING OF
ELECTRICAL INSTALLATIONS
SPECIFICATION No.

6-51-0087 Rev. 3
Page 5 of 8
(~1 ~srz

as,:ror.)

3.5 Pre-commissioning tests shall include but not be limited to the following:
Continuity test for each winding and power and control circuits.
Insulation test for each winding and power and control circuit
High voltage test for cables
- Dielectric strength test on transformer oil.
- Checking the correctness of wiring schemes, control circuit interlocks for intended
functioning.
- Verification of phase sequence.
Testing of all types of relays/releases for required operation.
- Testing of measuring instruments for proper functioning.
- Earth continuity test for all circuits.
Checking of safety features for correctness of operation, etc.
Checking of all wired interface contacts (analogue, digital input/output contacts) for DCS
and ECS interface, at panel and equipment terminal chambers as applicable.
(Electrical contractor shall co-ordinate with other agencies involved for the above and
provide support services for checking interfaces of electrical equipment and the intended
functioning)
Earth resistance measurement for each earth electrode, and the earthing system as a whole.
Lighting installation shall be tested for correct illumination levels, with fittings installed.
Fittings shall be operated only with specified type of a lamp or tube.
3.6 After the above tests and inspection are completed, control circuits shall be tested for correct
operation under all operating combinations and proved correct before applying power to
main circuit.
3.7 Plant Communication, Fire alarm detection and telephone system shall be checked for correct
operation and intended function.
3.8 A close visual inspection of electrical equipment in hazardous areas shall be made to ensure
that equipment is suitable for the classified zone and gas group and correctly installed, with all
covers, bolts, nuts and hardwares intact and there is no physical damage mark seen on the
enclo sure
3.9 Site Acceptance Test procedure for specific equipment shall be furnished by the respective
equipment vendor. The contractor shall provide necessary assistance to the equipment vendor
to perform Site acceptance testing to enable the equipment vendor to perform the same.
3.10 All pre-commissioning checks and tests shall be carried out as per the directions of Engineerincharge. In addition to the equipment manufacturer's instructions, pre-commissioning check
requirements shall also be complied. All tests shall be carried out by contractor in the presence
of EIL/Owner' s representatives
3.11 The contractor shall bring to site all required tools, tackles, and testing instruments for
carrying out field testing. Contractor shall use only calibrated measuring and test instruments
and shall maintain valid calibration records.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved

Page 206 of 246

$tigzrr fa2es

INnfn

ENGINEERS
INDIA LIMITED
IF GoN of lndN Underfakrogf

SPECIFICATION FOR FIELD


INSPECTION, TESTING AND
COMMISSIONING OF
ELECTRICAL INSTALLATIONS

SPECIFICATION No.

6-51-0087 Rev. 3
Page 6 of 8

3.12 The Insulation Resistance test values for various electrical equipment shall be as below:
3.12.1 Cables
The insulation resistance test values for cables shall be as per following table:
Rated voltage of the Cable DC Test Voltage in Volts Minimum Insulation
resistance in Mega ohms
Lighting and power circuit
wiring
250 1
650/1100V grade cables 1,000 10
1,900/3,300V grade cables 1,000 200
3,800/6,600V grade cables 1,000 200
6,350/11,000V grade cables 5,000 200
8,700/15,000V grade cables 5,000 200
12,700/22,000V grade cables 5,000 200
19,000/33000V grade cables 5,000 200
3.12.2 IIV, MV and Miscellaneous Switchboards
The insulation resistance test values for the switchboards shall be as per following table:
Rated voltage of the
Switchboard
DC Test Voltage in Volts Minimum Insulation
resistance in Mega ohms
33,000V 5,000 200
11,000V 5,000 200
6,600V 1,000 200
3,300V 1,000 200
415V 1,000 100
240V 500 10
110V 500 10
3.12.3 Generators and Motors
3.12.4 The insulation resistance test values for the Generators and Motors shall be as per following
table:
Rated voltage of the
Generators and Motors
DC Test Voltage in Volts Minimum Insulation
resistance in Mega ohms at
40 C
11,000V 5,000 120
6,600V 1,000 80
3,300V 1,000 50
415V 1,000 15
240V 500 12
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved
Page 207 of 246

ENGINEERS
SPECIFICATION FOR FIELD
INSPECTION, TESTING AND
COMMISSIONING OF
ELECTRICAL INSTALLATIONS
SPECIFICATION No.

6-51-0087 Rev. 3
Page 7 of 8
I

f ~5

irr0n twor,on )

INDIA LIMITED
in Govt ol IndU Undertalong)

3.12.5 Transformers

3.12.6 The insulation resistance test values for the Transformers shall be as per following table:
Rated voltage of the
Transformers
DC Test Voltage in Volts Minimum Insulation
resistance in Mega ohms at
40 C
Up to 600V 1,000 100
601 to 5000V 2,500 1,000
5001 to 15,000V 5,000 5,000
15001 to 35,000V 5,000 10,000
3.12.7 It shall be ensured that during insulation tests, electronic devices and components that are
liable to get damaged on applied test voltage shall be disconnected from circuit. The
instructions of equipment/panel manufacturer shall be followed strictly in this regard.
3.13 High-voltage Testing
3.13.1 DC high voltage test shall be conducted as per following table on all HV feeder cables and
also on 1100 V grade cables where straight through joints have been made.
Rated Voltage of
Cable (kV)
TEST VOLTAGE (kV) BETWEEN Duration
(Minutes)
U. / U* Any Conductor and Metallic
Sheath/ Screen/Armour
Conductor to Conductor
(For Unscreened Cables)
0.65/1.1 3 3 5
1.9/3.3 5 9 5
3.3/3.3 9 9 5
3.8/6.6 10.5 18 5
6.6/6.6 18 18 5
6.35/11 18 30 5
11/11 30 30 5
12.7/22 37.5 - 5
19/33 60 - 5
*U. : Phase Voltage
U : Line Voltage
The cable cores must be discharged on completion of DC high voltage test and cable shall be
kept earthed until it is put into service.
DC test voltage for old cables shall be 1.5 times rated voltage or less depending on the age of
cables, repair work or nature of jointing work carried out, etc. In any case, the test voltage
shall not be less than the rated voltage.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved
Page 208 of 246

ENGINEERS

mar faZ5 INDIA LIMITED

IA Gosn of Intha Undertakog)

SPECIFICATION FOR FIELD


INSPECTION, TESTING AND
COMMISSIONING OF
ELECTRICAL INSTALLATIONS
SPECIFICATION No.

6-51-0087 Rev. 3
Page 8 of 8
laiWn 23~ ag,o.)

3.13.2 AC high voltage test shall be conducted as per following table on all HV Switchboards.
Rated Voltage
(rms Value in
kV)
Rated 1 Min. Power Frequency Withstand Voltage
(rms Value in kV)
Duration in

Minutes
U To Earth, Between
Poles and Across Open
Switching Device
Across the Isolating
Distance
3.6 10 12 1
7.2 20 23 1
12 28 32 1
24 50 60 1
36 70 80 1
72.5 140 160 1
The withstand voltage values across the isolating distances are valid only for switching
devices, where the clearance between open contacts is designed to meet the safety
requirements specified for disconnectors.
3.14 All protective relays including thermal overload relays shall be tested by secondary injection
current. Primary injection tests shall be carried out for differential protection, restricted earth
fault protection at full/reduced current to ensure correctness of complete wiring.
3.15 Before energizing any equipment, `COMMISSIONING CLEARANCE FORM' as per
standard format shall be duly filled in by contractor and submitted to EIL/owner.
3.16 It shall be ensured that the electrical inspectorate approval is available before energizing the
equipment
4.0 RECORDS
Contractor shall keep up-to-date records of all activities carried out and test results. Field
inspection / test reports shall be submitted to EIL / Owner by the contractor in bound volumes
(triplicate copies).
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL All rights reserved
Page 209 of 246

SAFETY MEASURES FOR


kViegINDIA LIMITED

ELECTRICAL INSTALLATIONS

DURING CONSTRUCTION
STANDARD No.
7-51-0332 Rev. 2
Page 1 of 2

alf-ar_Jek
r222..

ENGINEERS

ofnok: Unde, tnkir70)

ELECTRICAL POWER IS THE MAINSTAY OF ANY CONSTRUCTION ACTIVITY. AT THE SAME TIME IT
REQUIRES
UTMOST CARE IN IT'S UTILISATION TO AVOID ACCIDENTS DUE TO ELECTRICAL SHOCK, FIRE
INCIDENTS OR
ELECTRIC SHORT CIRCUITS. EXPOSURE OF ELECTRICAL INSTALLATION TO ADVERSE
ENVIRONMENTAL
CONDITIONS INCREASE THE RISK OF SUCH ACCIDENTS. HENCE IT IS NECESSARY TO TAKE EXTRA
PRECAUTIONS FOR SUCH INSTALLATIONS TO ENSURE SAFETY OF PERSONNEL AND EQUIPMENT.
THIS
STANDARD ADDRESSES THE SAFETY MEASURES REQUIRED TO BE ADOPTED FOR THE ELECTRICAL
INSTALLATIONS BY ALL CONTRACTORS DURING CONSTRUCTION PHASE.
ALL ELECTRICAL CONNECTIONS/WORK FOR ELECTRICAL INSTALLATIONS SHALL BE CARRIED OUT AS
PER
PROVISIONS OF THE LATEST REVISION OF THE FOLLOWING CODES AND STANDARDS IN ADDITION
TO THE
REQUIREMENTS OF STATUTORY AUTHORITIES AND IE RULES:
OISDSTD-173 : FIRE PREVENTION AND PROTECTION SYSTEM FOR ELECTRICAL INSTALLATIONS.
SP-30 (BIS)
: NATIONAL ELECTRIC CODE.
THE INSTALLATION SHALL HAVE APPROVAL FROM CONCERNED STATUTORY AUTHORITIES.
ALL ELECTRICAL CONNECTIONS SHALL BE DONE BY AN ELECTRICIAN WITH VALID LICENCE AND TO
THE
SATISFACTION OF ENGINEERINCHARGE.
ONE COMPETENT LICENCED ELECTRICIAN SHALL BE MADE AVAILABLE BY CONTRACTOR AT SITE
ROUND
THE CLOCK TO ATTEND TO THE NORMAL/EMERGENCY JOBS.

ALL SWITCH BOARDS/WELDING MACHINES SHALL BE KEPT IN WELL VENTILATED & COVERED SHED.
THE SHED SHALL BE ELEVATED TO AVOID WATER LOGGING. NO FLAMMABLE MATERIALS SHALL BE
USED FOR CONSTRUCTING THE SHED. ALSO FLAMMABLE MATERIALS SHALL NOT BE STORED IN
AND
AROUND ELECTRICAL EQUIPMENT/SWITCHBOARD. ADEQUATE CLEARANCES AND OPERATIONAL
SPACE
SHALL BE PROVIDED AROUND THE EQUIPMENT.
FIRE EXTINGUISHERS AND INSULATING MATS SHALL BE PROVIDED IN ALL POWER DISTRIBUTION
CENTERS.
TEMPORARY ELECTRICAL EQUIPMENT SHALL NOT BE EMPLOYED IN HAZARDOUS AREAS WITHOUT
OBTAINING
SAFETY PERMIT.
PROPER HOUSE KEEPING SHALL BE DONE AROUND THE ELECTRICAL INSTALLATIONS.
ALL TEMPORARY INSTALLATIONS SHALL BE TESTED BEFORE ENERGISING, TO ENSURE PROPER
EARTHING, BONDING, SUITABILITY OF PROTECTION SYSTEM, ADEQUACY OF FEEDERS/CABLES ETC.
ALL WELDERS SHALL USE HAND GLOVES IRRESPECTIVE OF HOLDER VOLTAGE.
MULTILINGUAL (ENGLISH, HINDI AND LOCAL LANGUAGE) CAUTION BOARDS, SHOCK TREATMENT
CHARTS
AND INSTRUCTION PLATE CONTAINING LOCATION OF ISOLATION POINT FOR INCOMING SUPPLY,
NAME
& TELEPHONE NO. OF CONTACT PERSON IN EMERGENCY SHALL BE PROVIDED IN SUBSTATIONS AND
NEAR ALL DISTRIBUTION BOARDS/LOCAL PANELS.
OPERATION OF EARTH LEAKAGE DEVICE SHALL BE CHECKED REGULARLY BY TEMPORARILY
CONNECTING
SERIES TEST LAMP (2 BULBS OF EQUAL RATING CONNECTED IN SERIES) BETWEEN PHASE AND
EARTH.
12.
THE FOLLOWING DESIGN FEATURES SHALL BE ENSURED FOR ALL ELECTRICAL
INSTALLATIONS DURING
CONSTRUCTION PHASE.
12.1
EACH INSTALLATION SHALL HAVE A MAIN SWITCH WITH A PROTECTIVE DEVICE, INSTALLED
IN AN
ENCLOSURE ADJACENT TO THE METERING POINT. THE OPERATING HEIGHT OF THE MAIN SWITCH
SHALL NOT EXCEED 1.5 M. THE MAIN SWITCH SHALL BE CONNECTED TO THE POINT OF SUPPLY
BY MEANS OF ARMOURED CABLE.
12.2
THE OUTGOING FEEDERS SHALL BE DOUBLE OR TRIPLE POLE SWITCHES WITH
FUSES/MCBs. LOADS
IN A THREE PHASE CIRCUIT SHALL BE BALANCED AS FAR AS POSSIBLE AND LOAD ON NEUTRAL
SHOULD NOT EXCEED 20% OF LOAD IN THE PHASE.
2 02.03.12 REAFFIRMED & ISSUED );t46#14C UAP/JMS DM
1 26.09.06 REVISED & ISSUED AS STANDARAD BP RKS/UAP JMS VC
Rev.
No. Date Purpose
Prepared
by
Checked
by
Stds. Committee
Convenor
Stds. Bureau
Chairman
Approved by
Format No. 8-00-0001-F4 Rev.O
Page 210 of 246 Copyright EIL - All rights reserved

Of=a-ael

015leg,

ENGINEERS
INDIA LIMITED
n di o Undertoking;

SAFETY MEASURES FOR


ELECTRICAL INSTALLATIONS
DURING CONSTRUCTION
STANDARD No.

7-51-0332 Rev. 2
Page 2 of 2
12.3
THE INSTALLATION SHALL BE ADEQUATELY PROTECTED AGAINST OVERLOAD, SHORT
CIRCUIT AND EARTH
LEAKAGE BY THE USE OF SUITABLE PROTECTIVE DEVICES. FUSES WHEREVER USED SHALL BE HRC
TYPE.
USE OF REWIRABLE FUSES SHALL BE STRICTLY PROHIBITED. THE EARTH LEAKAGE DEVICE SHALL
HAVE
AN OPERATING CURRENT NOT EXCEEDING 30 mA.
12.4
ALL CONNECTIONS TO THE HANDTOOLS/WELDING RECEPTACLES SHALL BE TAKEN
THROUGH PROPER
SWITCHES, SOCKETS AND PLUGS.
12.5
ALL SINGLE PHASE SOCKETS SHALL BE MINIMUM 3 PIN TYPE ONLY. ALL UNUSED SOCKETS
SHALL BE
PROVIDED WITH SOCKET CAPS.
12.6
ONLY 3
2
CORE (P+N+E) OVERALL SHEATHED FLEXIBLE CABLES WITH MINIMUM CONDUCTOR SIZE OF
1.5 MM COPPER SHALL BE USED FOR ALL HAND TOOLS.
12.7
ONLY METALLIC DISTRIBUTION BOXES WITH DOUBLE EARTHING SHALL BE USED AT SITE.
NO WOODEN
BOXES SHALL BE USED.
12.8
ALL POWER CABLES SHALL BE TERMINATED WITH COMPRESSION TYPE CABLE GLANDS.
LUGS SHALL BE USED FOR MULTISTRAND WIRES/CABLES.
12.9
CABLES SHALL BE FREE FROM ANY INSULATION DAMAGE.
12.10 CABLES SHALL BE LAID IN UNDERGROUND AT A MINIMUM DEPTH OF 750 MM, FOR LV &
CONTROLS
AND 900MM FOR HV CABLES COVERED WITH SAND, BRICK AND SOIL FOR ENSURING MECHANICAL
PROTECTION. CABLES SHALL NOT BE LAID IN WATER LOGGED AREA AS FAR AS PRACTICABLE
CABLE ROUTE MARKERS SHALL BE PROVIDED AT EVERY 25 M OF BURIED TRENCH ROUTE. WHEN
LAID ABOVE GROUND, CABLES SHALL BE PROPERLY CLEATED OR SUPPORTED ON RIGID POLES OF
ATLEAST 2.1 M HIGH. MINIMUM HEAD CLEARANCE OF 6 METERS SHALL BE PROVIDED AT ROAD
CROSSING.
12.11 UNDER GROUND CABLES SHALL NOT BE ALLOWED TO CROSS THE ROADS WITHOUT PIPE
SLEEVE
12.12 ALL CABLE JOINTS SHALL BE DONE WITH PROPER JOINTING KIT. NO TAPED/TEMPORARY
JOINTS SHALL
BE USED.
12.13 AN INDEPENDENT EARTHING FACILITY SHOULD PREFERABLY BE ESTABLISHED WITHIN THE
TEMPORARY
INSTALLATION PREMISES. ALL APPLIANCES AND EQUIPMENT SHALL BE ADEQUATELY EARTHED. IN
CASE
ARMOURED CABLES ARE USED, THE ARMOUR SHALL BE BONDED TO THE EARTHING SYSTEM.
12.14 ALL CABLES AND WIRE ROPE USED FOR EARTH CONNECTIONS SHALL BE TERMINATED
THROUGH TINNED
COPPER LUGS.
12.15 IN CASE OF LOCAL EARTHING, EARTH ELECTRODES SHALL BE BURIED NEAR THE SUPPLY
POINT AND
EARTH CONTINUITY WIRE SHALL BE CONNECTED TO LOCAL EARTH PLATE FOR FURTHER
DISTRIBUTION
TO VARIOUS APPLIANCES. ALL INSULATED WIRES FOR EARTH CONNECTION SHALL HAVE
INSULATION OF
GREEN COLOUR.
12.16 SEPARATE CORE SHALL BE PROVIDED FOR NEUTRAL. EARTH/STRUCTURES SHALL NOT BE
USED AS A
NEUTRAL IN ANY CASE.
12.17 ON/OFF POSITION OF ALL SWITCHES SHALL BE CLEARLY DESIGNATED/PAINTED FOR EASY
ISOLATION
IN EMERGENCY.
13.
ALL INSULATIONS SHALL BE INSPECTED BY ENGINEERINCHARGE ATLEAST ONCE IN A
MONTH.

X--S('S/

9Th .1
2 02.03.12 REAFFIRMED & ISSUED BP *- - C UAP/J MS DM
1 26.09.06 REVISED & ISSUED AS STANDARD BP RKS/UAP J MS

VC

Rev.
No. Date Purpose
Prepared
by
Checked
by
Stds. Committee
Stds. Bureau
Convenor
Chairman
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
Page 211 of 246
ZOOZ't,0'0
uo4ewawaidw! 10} panssi
G)
0 'Aat,I Ld- L000-00-8 '0N
Aq peAwddv
aanIWW00

leiwod Copyright EIL All rights reserved

NOILVDIAIDadS
l

O
rs.) O
panssmj pue pas!Aau
G)

cn
c)

L00 60'8Z
panss!aj pue pas!Aau

O
c-)
37

Page 212 of 246

0 lted Ld-1000-00-8 "oN Tewiod


Copyright EIL All rights reserved
STANDARD SPECIFICATION NO.
CDfQD
0

Aal l1 001-18-9

4 p, z-, >
ro cr

r-, ,-ri tri c


z -1 o 5 .-=
-.
-1 = tTi P;
o
4- n '-r1 .....
cA
o

n >o
rii
4 CD
a,
QD CD
' '-t
QD `'''
c:,

. . . '.' '' '' '' '' ''' Z Z "1 -ri '-r1 tri t5 Innc-)(-) 1,:, -t:- E .c, -0 Fi),- a,- cc) Cf0 ci) `-C ci i3 i )',-' = j E C-I ' -

92. ... E r"

9 R ) 6D (.1) '"- "

'''' g c " . ) 7rD) 7. ) uct

:, . : ag. , ; g :.5. . cg r ,L2 .-.. CD , ,) .c --7, ' : 6-

-6' - o n-c, o
.'--d: ,,, o "'-. til n-n $=0 o o o-' >
eco'
oo

eD -ci g; -, - -

,(-t't- ii)' ;=,' o ,--, :....,,, . o- ,-. :,,,.. o o -1

ji,) ,-,

rrl -.

c, (CD') c) o o. (1) c "'s (1) H '<:,- < a.. c" ::3 4

-L=,3-,-- rr, " .-.-..-. f:2- ,2.,

<

CD 0 CD CD CD ,'.-.', (D ,.... <1) C7) cfc?e "D Po $:,) FD, 0 =,'1 ~Ct) H (1) (/) ,-, (/) CD 0 e. O

H CD c,
e.-s1 (p- ) - CDcn f:). CD ,--F cm u, n-1- n-n., " C/D CA
`''' ',/', o-' '-d c"> ,_,
-,- ,-, ( . cn co
a -c5

::,, -, < c,... .

o eD ,, cl c)
< clo '(-') or'- o ,_. .--, 5-i `-"+ o ',:5 -1 c'o
s:,),, o
o 4 00 fC) Cl..

0
er,
r),)" r n

(* CfQ

g G ,--t

0 1:' r---- 1=D CD P3 5 o cr tri :,) (-)

'<-5- o '-r1 cn

.-1 0 .-I co (C-)7


o a. 6' zt

CD t '"C-D
co cp s:0
'CA" rn
e) ci)

..rcr i
44 b"
o- ,,oz.- i
d cp
to
'-cs
lw E.
C.) '-'' 15-.
=c
'gr- -ci
p)
cr
,'2.,: ii
o.
cp
n

< ,H ,-H0 ,nH cnJt o<'-o4'-o .ri ,zi'-o o-o zzzo4 H4 44 (I) tri ^- o 0 4H `) n
1-d

C) C H '-3 zJ ,o'-c .c1'.t i-ci '.-L '-oz z z 44 44


?O,, ,C ,-D. (,I-) ,C D f=1.. z'-.1..- nQ 't C,`.2D, cplp s :ND ."o-1." 'o ''' ' o ". -1 C zDt '"-1-- ;p:dD. oo ( -,c--, , '''' '''' CD AD
o.. co ;=0 o., ,...., '-o' ..7. -.-., ,.,.. , ';' {1- ; o " 'ci; i't, r) CIQ

t--, -, ..., _... up. n-cl ',,,,' (7C? ,.... <-, < . r2 =L, '6. ." ct,
d ,':_L ,., n .-1 e., CD '-' 4.
oH

t -. n-) eD f0 -c:f

1:). .o-' ') ,..) " ci) 5' - -, " ("()' ac) o >< 0a., ,o.. ,, --,.- c..../,) cg g+' dd %_
t-, ,..... .- " - CD p.,,..,, 1.n et o (-, CD
et CD r'b'' '"'t
o 6:). CD QD 1.1-. r - cp ,-. ,'c-;,"' e. ,, 0re . r) CD o v, nr) g b--'-< -t o c) cro r) ,=.'.)- H ,--,. r-'its H (1) ..sd, cs- cr, (4 ,':-I o.' s.:".h ci, ,-,-

CD fZ).. '-' ''''' C) '-'

til o ,-,, r--t r2 o ,.. f=1- 0 $:\ ) < CD `-' c=) ,.'-:h'. eD sH
,..t. a ,-/ CD 6."'-' cm - CD re CD 4 `

,_ .--r C) evr, o 0 (!) c4


'-< ,C) rD cp " .- o 1,) "'' 5. a7
C>fQ C) :) (I)
,.-.,, n-n o CfQ
n-n :L, CfQ

(1) cp

CD .-- C) = er (-) cD
(-D ,-,-. n 5. o o o < o a

Q.D 0 "CD
0 QD (,-c-S)
UD
OCr)
O
Page 213 of 246

0 7\92:1 L3- 1,000-00-9 '0N 4eLwoj


CopyrightE IL Allr ightsr eserved

3.0 INSPECTION AND TEST REQUIREMENTS:


PO/PR/ Standards referred there in/Job specifications/Approved documents.
O

This Inspection and Test Plan covers the minimum testing requirements of indoor, draw out type High
Voltage Switchboards up to and including 33 KV.
:adODS O'I
.nal l1 001-18-9
STANDARD SPECIFICATION NO.
(.J IN.) ts.)
0
ln
0
7. W
0

In process Inspection
Incoming Material like
Insulators, Bus Bars,
Fabricated items, Bus Bar
sleeves , Cable wire(FR),
instrument transformers ,
Relays,In dicating
Instruments, Switches,
Breakers, Vacuum Bottles
etc
Material Inspection
Procedures
STAGE/ ACTIVITY
Visual, Dimensional, Operational checks,
Reviewo f Manufacturer's Certificatese tc.as
applicable
CHARACTERISTICS
nn
CD :

QUANTUM
OF CHECK
HH

CD
H
co
CI1

n# CD --,

C)
0 De E'
CD .t c", v)

0
C) C1.,
v) CD ,t C)
r3.
cn . cppr

'

1
SUB
SUPPLIER
SCOPE OF INSPECTION
SUPPLIER
7ci :
nri1n
n.-3
id
~Page 214 of 246

0 "nal{ Ld- 1.000-00-9 "oN lewiod


patuasaJ IIV 113 400doo
rM

c
z
o
rM
STANDARD SPECIFICATION NO.
1--, 0
(..,)
I\)
(....)
.,`
C,)
0 t'l
CA
'--)'
Cfg
CD
r20
"
C/)
CD

5cr ,..

Final Inspection
Wiring checks
Breaker Truck Assembly
STAGE/ ACTIVITY
ACCEPTANCE TESTS:

Visual check including layout, Tag plates,


Paints hade,Bu sm arkinga nd sleeving,
Joints hrouding,Id entificationa nd location
of components etc

Dimension check including operational


height, Bus bar size, Clearances, Creepage
distances,
Compartmentalization, cable gland size,
Paint thickness etc.

Verification of Bus bar support


arrangement with respect to type tested
panel drawings and provision for external
cable termination.

Bill of material check.


Size,te rmination, ferruling,c ontinuity

Mechanical Operation including spring


charging mechanism, Breaker opening /
closing at normal and worst voltage
conditions, Opening / closing time and
simultaneous closing of all poles, Contact
resistancem easurement,Ga s leakage
check (for SF6 breakers),Pow er
Frequency Test.

e1
:
e)
-.3

rM

,n--.3,
-o-
c'
,o-- (o:,='
cr)
t r i ;2 c, r-' cl,
.H0 5 5-:' cr
, - -.1

`-< ct.

QUANTUM
OF CHECK
,-1 '4' n-n n)
cou p
cn >li CA CD eD
c)

c5'00
n scl.
0 cn

a ---

Suppliers Test
Records

n-3
(
,,7_,

,
..
i
c
'
i)
cn

'Ci Cn CD rD

c) r
/.0
c) c::,_
0 cn
n-t
Cl. ---

r)
i1.

SUB
SUPPLIER
SCOPE OF INSPECTION
SUPPLIER
t.1
--1
i1.-..0.1
Page 215 of 246
0 AG21 L3-1000-00-9 'oN
IDGAJ8Sal S41.1p ily - ii3 ;460doo

11
STANDARD SPECIFICATION NO.

ro

CfQ
tft
-I=
i-)
c4
CD

Switchgear Assembly

C/)
(,--r),n, cic?

o,

E: .
:-.., cn
cn
CD
Cr

STAGE/ ACTIVITY
TYPE TESTS:

Short time current withstand test

Temperature Rise test.


....

,.. "" - z c ,-,:, .--, 4 ,,, CD (-) (1) (') ..P co 5- -t s>,> -, cx, oO .94 . ..-6T) c'D cL, a. s=0 '-'"
71 .-- . 0 o pp '-' . C) C '-i a') '- rp C> cn
': .-C (1) :::i . ,-1 ;(1 ) i'c:i (D (--) cc, 9: ... $:,)
,, . ,3 0) ,:5 n-t ... ,-- <(5-0, . ,$-:-Dn cp
`-<
0, `w.', <c/-4' , 'c.$ cr9-: 9 8) o c> o ,H ,
0 --: CD O " "' cD -

Cl., < cr' c> ; oL. -.... ct> - ,-,- c> 0 CD CD Cr cn c") :=s ,
,,--,-, ,,:-:,t , o ,o-, C) .,(7-), . 4e cn>) FL>, ,,,, c)
.-n -., '" 4 z- ;:,, <, ,--,1- cmo co -, 0 .--" C ,.., a Q., ,4
0) 0) . ,c . >. . ;Th. ( 1 ), . (s.. D ,'0--1- ' ...---t- , CA
c7- ,.5 o :,, o o o co r4
':,'- 6;'.- . oL.. .-o {PD Ci0 -cs
... -i=n - :,> '"-: 1DD =' o o ,-t ,-+ c> P> -, - elD cn
c>., ,, r:,, fD,) (1) i CD
CD Cr 0) c) 2 2.- '0 ="
cp ,.., - n o- .< .,; r, o co
,c-n, ,.,-., cn-". s'I*'' ''' e) nL!). . +'. 0, .,
0 Cir0 0D 0 .
C. v) C.. ' --- ?).'
..

hi C5 '''o
.7-''. ,C--/), ,-,..
C) 0D E5
Q., 0
P,>
c> >< oCD
CD .-"
,$S-Dt o'-h
-.< -1
o
o'-') o
s:
,...,
" $o:,, .--.2 .
E7>
co
..) -
n.-- 9+

2,
,,
CD

2.

rp
.-t

cA
--,-. 0-'
..,oi
CD

,-,.
6,...,
o n-t
C4
CN
..

co F)n- cs>.,,>
,o.,, c> ,....
FL
=
'c-p') trcr ,CcD). , cCr>D0r CL.
-9 :=': po
Cf ' .'t
-x--

-o- ) ,c-,, , -o4 ,


.' cr
,c_), r'"t,
'"
s>0 co
'c4i> "Cil cp
5
cr
5

CHARACTERISTICS
Sample Basis
nn
C)
CD
c '''

QUANTUM
OF CHECK
Test Agency
Reports
"" n-n ,-1 CD
ro cn cr, '"1:3 X
C/D CD eD c> r,
o

cL,

.-I cn
O. s"--

r)
C
i1

SUB
SUPPLIER
SCOPE OF INSPECTION
*

SUPPLIER
**
M
.~1:1
Page 216 of 246

0 'Ae2:1 L3- 1000-00-9 '0N eW.103


pamesai s4q 6!-I IIV 113 41.160doo

STANDARD SPECIFICATION NO.


'Aall 1001-18-9

on
i\.)
o__,, crn
7::::,

.t., cri
7:=
z v)
0 C''
Final Document submission
Documentation and IC
Documentation and IC
Painting and Packing
Painting
STAGE/ ACTIVITY
Compilation of Inspection reports ,drawings,
etc as per VDR / PR

Review of Internal Test Reports


Certification froms upplier forc omp lete
relay parameterization of numerical relays
at works

IC issuance.

Visual

Suitable protection to prevent entry of


foreign material.

Proper packing to prevent any damage


during transportation and storage.

Internal Arc test.

Impulse and Power Frequency withstand


test

Short circuit test duties.

Degree of protection for panels.


CHARACTERISTICS

c)
%00 I

c>
QUANTUM
OF CHECK
Final data folder
/Completeness
certificate

Supplier's Test
Records /
Inspection
Certificate
Packing list /
Supplier' s
Records o

g
SUB
SUPPLIER
SCOPE OF INSPECTION

zz
SUPPLIER

zz
,r-,
ri:
Page 217 of 246
0 'ned L3- 1000-00-8 '0N ew.iod

Pemesoi s11-161.1 11V 113 41-160d00


STANDARD SPECIFICATION NO.

*ita2i I001-18-9

t...)
r, 50- -3 Z r> CD ',-- 0
C--,i .
2C) CA c

cc,

o
,___, CIA et
=
,

v,

c v>
-n -0cs -r>t . .o--: c CD

s>,> - 9

5- zt
ro
CIZI
AD CD

C) .,-.-4. CD<

,-4-. ?"' >'


FD
ci) C7
ci)
("D
nf .$
r,
.. .C)

cp '41'
s: co cf)
Cr

'ts ro
ro c
O)
`-<
1--ND
Cl.,
Cl.,
Cl)

...
AD

Cl.
.-t IDD
C).. .-r. cn CD

.--:

CD o
,-,..-1 -s
Ct

.--: .
CD
.

st co

CD C)
.-I

CD 0
...
...

c->
o
oc r c'ots
cn

cn r:4;

ro cn
,o.. . 'tcsp ri's r>
..4 c.

5 .;. .
c

CD

Page 218 of 246

o
o uo!Telmeweidw! Jol penssi 800Z'Z' 80
co
cn

o
0'A od Ld- L000-00-8' 0N 1.e WJOd

0
Copyright EIL All rights reserved
Aq penoiddv
penss% pue pes!Aau Z LOZ'90'6Z

STANDARD SPECIFICATION NO.


l<7

0
QO

O
fJoi

e:oJ
Page 219 of 246

0 '1a2:1 L3- 1.000-00-8 'oN 4ewic3


pamasal sly6u IIV 113 1./ 6pAcloo

suoguptaiqqy

11
STANDARD SPECIFICATION NO.

Z 'Aall S501-18-9
r. -

,o
5
.-0 rri tri c --) .-, H '-ri '-il -1-1 rri lz ti cr) ,c"..) n {.-_-) to cii > fr, .-,,, ,(=. --1 r" 4 c) -,:J .-3 -1 rm
rm > Gn
Cr cc> n -")n n '-cl rn C4 Cl] ft Z ~. ,-1-1 r-' c rm
C,
.n

...! rn
o
c., rn
.z.,.
"

n ,?..) >

4 4 5 r s:,

E 5 5" Er '-r1 '-11 '-r1 tri C;I 1Z-. t:,(--)nnne:,>1:ci>

-, -, -, -5,.

_ o.. z., ..t (-1 64 '-t '0 Cl.. -) . E> :Et cp o ,u..-1).- "cr 2 (4 2:. 5, - ;.4.: -~0 co CD

CD .-t '4 ..1.; ' - ' > S>n > .0 (1 ).- , 4 x


'-<') 1,)
ep .c.p.0 c(./D> : n-n n- .
, AD 0 '-1 0 0 C>7'). ,14) ,. - r11
QD rri " '- < ,s:D '-nn co -zz rD D>o Di> o g' --+ el +-,o n- nn-nn CD ':- ' ()

(, o., i-,) ,-.. o ''''

,-- f. Cr4 f ,(4) rrl " "- o CD (") ., ,5.+ <


QD n-i- .-+. -, (--) -. g. (9- cfc, H c, a C7 5,; QD
5.

ro o CD .'.+4. -n. .--t C>


co
CLCCAD
t
ro

`. (1) cij P,cD2 9

02

cn -, 5n-n r>n> '-] Cl. n- . n-n


<-) 0 CD CD C/) n-to CL. F' .;
CM (') .o o 1--' n-r '''
,--' n--, CD S>0 n-n 0 "r,
--,

CD .nc'4 ,0- , (-)

F) CFQ ,

0 E' cL's'- CD tri (-) '11 r'D '''


. . " C-Ii o " CD c)
zt

CD
'-A'D CD 5
2, $., c7' v,
cn
eD rm

._.
p,D 5
p.,
>"1

CD
AD ,n'-..
>"1-1
Er
5
5

cr'

..
r:' co
CD
'"0 $:,)
AD k -3 -] /(..3 '.1:: '..:( ":) '.- ''''` Z Z Z 4

4 4 4 crq r- r- -.3 '-, (..-. c) < 4 ,,o n1 CD C7 rn ,, o H '-ci -cs ,,, o

c-.) oct 4 '-3 c4 C) (-) rri "-'


rw .0 ..3 >
. t,D ,- .-3
-.,--; '>-
o.
CD
c)
C H'-i f+C.)'-Ci s-C'l:( '-l:14-1 'l:n '"ZZ4
CD CD CD , b"1 LD 1: =,) o ti) 94
cn ....7, =. ;-.) f=2- ~f n-;' ,c-nr . QD n,..< ..,.. (-) (-) ,.-.,s (-) ,_. - .
cf) s-2- f n- CD c).. -, _,.., ;.-. CD .--+ '-l:n ,(-.) ,-1 n0-t ..."C.. o .
n-n c'' Cr+:? ,--, < Q,D ''' CD n--+ rD v, n- n-
-1:i ,..r.i 1...) (-) ,__., o ,-, - n n-.)
.."' (D ....sr A.> :;'. 'a - '-' '< CD til ,... '-'. o

("C)D ,,. --.., < :., ct, CD t=n.> '-' Ld 0 ....

,'--n '-' ,__, < n-n.>


" 0 (-?t H ,..,n (-),P, coCCTI +-1 CD ,...,
0 o -t co -o >< O- C) -n- k. .1
-cj n 6i)., ?,:i t-' (/) c/ "- <D . -0 o 94 -, - c'') 0
o :,,, o". ,-rzc CD ,_, .0 Pn-nD '&.1 , , ,. ',5- " CIQ .-: < =
,-- .sn c-' <-1) 'Z'i ';--.,. cn cr, cp. cp o cn
' () .,- ??'.,. H ,..---- zt
CD n-r- CD
n) ''
-n cD CA co -4- o .-4"cs O
_,
,t- o C4 5x ,',,-< ,C) n,), ('"'D . > '-' , $DnD n7IC?
p3 ,.' .,...,. DA Ct Q f") ' o
.-n
- -.> c..,
CD .-- c) n) 1-:t0- cc,o ,.- c)
cp --n-. k.0 .-1 .
,-n,. CfQ CD
0 QD nc-nt
,-..
N
QD vve) ,....
0 0r)

ai
1
ogp_
133
i
saZ
r
ep
aT
eN
j2

Page 220 of 246


0 *A92:1 L3- 1,000-00-9 '0N lew.1o3
pamesei s}ti b!J IIV 1134 116pAcloo

3.0 INSPECTION AND TEST REQUIREMENTS


PO/PR/ Standards referred there in/Job specifications/Approved documents.
O
This Inspection and Test Plan covers the minimum testing requirements of Numerical Relays, Data
Concentrator and MMI Systems.
3d03S O'I
Z *Aa21 5S01-18-9

Nind 1S11 UNV STANDARD SPECIFICATION NO.


(....)
0

t`,.>
-

t.J Z:::,

n.
:::::,
Z Uj 0
In process Inspection

rri o n ., :-zii. .,. , --,


c, c-) (I) 0 ,, ,-, ,-,. rD CD
5"
!zi -0 c-)

(1'
-.'. ,, - ,_ o 5 ce,D .--1. n-ci -,-,-,- ;'.>- 9... '----' ,-cs -,-' F,F ci) ._.] 's (-) .. 0:i o crc? -o0 -,
-.c< 4, ,.,, (., a,. , c1,p,, , AD
co r' ,c)n- S=0 cf) a
r) ..P,.,

r.

' ''.

(1)

Material Inspection
Procedures
STAGE/ ACTIVITY
Manufacturers' TC / Compliance.
CHARACTERISTICS
,__,
ocp
;
,i
QUANTUM
OF CHECK

c) 4

CD

94 .

(.,_1-)_ ,. (-) , ..-

94 n-3
CD ep
t-

..

7:J
M

r)

o
i
i

SUB
SUPPLIER
SCOPE OF INSPECTION
i
i

SUPPLIER EIL/TPIA
Page 221 of 246

0 Aad Ld-1000-00-8 oN eituoj


Copyright EIL All rights reserved
STANDARD SPECIFICATION NO.
Z 'AaH SS01-18-9

.4. :, cz zci) o r,
Final Inspection-Numerical
Relays
Final Inspection
STAGE/ ACTIVITY

Visual checks and model verification

Self Diagnostics and communication


integrity including time synchronization
check, as per applicable standard

A11 functional characteristics checks as per


job requirement.
CHARACTERISTICS
'ccTpD'
QUANTUM
OF CHECK
Supplier's Test

Records and
Inspection
Witness Record

o
g
SUB
SUPPLIER
SCOPE OF INSPECTION
SUPPLIER
ril

5,
'4'
Page 222 of 246
0 nal{ L3-1000-00-8 oN ieLwoj

pamasai sp.16!.1 IIV 113 41-16pAdoo


Z 'Aall 5501-18-9
'ON NOI1VDLIDadS IDIVONVIS

L., i.)
z &)
or
Type Tests-Numerical
Relays

(c-)
CD
;y
;.-,%,) ,--
r-r, 0

cn

o ,t,.,-, ,-, r-tCD QD


,..,)

,.....,

STAGE/ ACTIVITY
Type test certificates as per relevant Indian
/International standards. Typet estssh all

oCi) '-,"-",'
CD

12''t ) .---1--

n- tri
cp CfC7 ccnp

n CD CD
,,,.--s

,-.o-.,. ,
.
'< 1 5-'

(D O
,~_ ", 0,- ",_"..", ,'--', .", ,--,. ,r,
CD n CD

.-1 -n t -n t - t ---... '"-''t'

9`"+, -- "' rp,"D 0


- ,T__h i=' i-:: n- Iri,i o o 4..5,' -,....,
v) o .-- 0-
H
.-1, ...., o &D CD 0-n
Ck.i )i .+1 <tw", (Ef,7)- 0

,.; <,, cro)


o -% ,... -- xtn ct ,,-,-4.;
> r) .

. = 0 - .0>
P CD CD ,-1- ': .,,, . .. ..., -o
CCrr

,.(...7..,
(1)

.'0=.

('-').
(o''
'-'''
.

(.-.)zisc.,- - --c-ot "-. crp) rr,,2,,- o sccpL ., ,,,-, 5.


CL, ,'^..-",. ., CD 0 1-'" CD et, ' (2 t Z) L.--9t- : c 0- 5 .c..i) ,---, . ,,, o ;)) '-'," o ,-,:i cm ccrcmr
1-3

f., o tw ,-.

'Ct ,...) oo c CIO ,0.., 0


n-t ....., , eD .--,
CA C4 P') (-, N
CD r-( H ,- = 94
6" 7::, ct.. 0 cn cn r)
'coi co (.,)-

,-t < C) " :) CecA, CD CD C/) o 77' 5


" ..-,,
,r_Dt C1

-S: 0 Sr-))t ,-- ,'..- 5- 0 o (5. .-0 ,--n ,-C.< 7 ,p - o" o oo cr


A) 4 -::,: ,i) CA C) ro rn
o '-cJ
- 5s ,+ .." c.4
....
..

x-;.--A- nc/D-iz --c) e) ro


cm .--,- CD ",__ ,`: C A _, 0cl . . n (---,.) <-"-)- --,
0 '-" ,7-,. .-P- -,+- ' '.--- (. 3-

r, O. "
.c--pr- ,-r1 ,\..-,'.
w, CD
<-t- C) ro
,-,., $:
cr
CD 0 cD
CD

0
n-t cn
cD

o snt=:))

Z'D , 1.

' '''' o
-t CIO 4

CHARACTERISTICS
Prototype for
each model

cz, o>
,::'
QUANTUM
OF CHECK
Statutory

.-, $:,, ,. $.

Approval
n-1
c

-c,p._)

CD li

n
C
iI

SUB
SUPPLIER
SCOPE OF INSPECTION
SUPPLIER
:J Z

EIL/TPIA
Page 223 of 246

0 'Aed Ld-1000-00-9 '0N TeWJOJ


paivasa., sABLI IIV 113 4q60doo
STANDARD SPECIFICATION NO.
Z "Aa21 SS01-18-9
crn
iN.)
cp..,
:--

Csn
0

t."
....
fi
0 0 r'4

Final Document submission


Documentation and IC
Documentation and IC
Painting and Packing
Painting
STAGE/ ACTIVITY
Compilation of Inspection reports ,drawings,
etc as per VDR / PR

Issuance of IC

Visual

Suitable protection to prevent entry of


foreign material.
Protection against damage during
transportation.
include as minimum but not be limited to the
following

Temperature withstand

Disturbance immunity

Electromagnetic compatibility (EMC)

HV withstands test for panel

Functional tests and Communication

integrity

Relay characteristics verification

Degree of protection as per latest IS/IEC, for


relays and Data Concentrator Panels (DCP).

Mechanical stress/ vibration test


CHARACTERISTICS
.
00
,-C)

QUANTUM
OF CHECK
Final data folder
/Completeness
certificate
Inspection
Certificate
Format
Packing list /
Supplier' s
Records
,, .4.
r=h a ''c"-"-';'
v) ...,.

n
1'1

SUB
SUPPLIER
SCOPE OF INSPECTION
1Z
SUPPLIER
Z1
ril n

rd
1id4
Page 224 of 246
0 lked L3-1000-00-9 'oN lewiod
pamasai slyBP IIV 113 1146pAclo9

STANDARD SPECIFICATION NO.


Z *Aall 5501-18-9
(....) t..) 1-..+
(--)

'-d 2er, - (;) (-m/'os' 1-3


t

cl.. CII

,E-), co =,) 5

L,
-

'I
9- :),
rp
ct-n r cn cn ...i..,. '.0 r) v) o o ".
cn
0CD = CD

CD AD CrfCoi

O-- ) --,, - rp -s < -1


1:1

ri) cn D"
cp <-4-1 CD
,..0

CnI ,--r,
O tp :n"S . cr CD
cp 5 AD -keop `- .cn s.- cn '"C:t
0>
'-<
P
0.:
0.
AD

,(4- r4:
0.: 0
4:0 32

CL
C/1 CD
(tL-t) ct-nnC-D+ ) o .-1
.- .

co
IZI.. 4/:)
5,- ro
C)
CD

..-t -n
0
.

(v-), , o
0o " '0 CD
'0

cn ..:-.4.;
n

r) ..ic:
,-n- . co
O Cl.
.c..n.... .. S'
o
(-)
.os o
.to -,
o sw
<ro -tci..
c).,
0., o0
or)
ro
ro V)
,tcn (4,
FD

Page 225 of 246


Page 226 of 246
Page 227 of 246
Page 228 of 246
Page 229 of 246
Page 230 of 246
Page 231 of 246
Page 232 of 246
Page 233 of 246
Page 234 of 246
Page 235 of 246
Page 236 of 246
Page 237 of 246
Page 238 of 246
Page 239 of 246

Page 240 of 246


Page 241 of 246
Page 242 of 246
Page 243 of 246
Page 244 of 246
Page 245 of 246
Page 246 of 246

Вам также может понравиться