Вы находитесь на странице: 1из 178

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

Table of Contents
Document Number Rev. Document Title Page
Number
A307-000-XG-MR- 0 ENQUIRY DOCUMENT 2
0150-95-RFQ
A307-000-XG-MR- A HV CAPACITOR BANK 125
0150
A307-000-16-50-TR- A INSTRUCTIONS TO VENDORS FOR HV CAPACITOR BANK 130
0150
A307-000-16-50-DS- A DATA SHEET FOR HV CAPACITOR BANK 138
0150
A307-000-16-50-VR- A VENDOR DATA REQUIREMENTS FOR HV CAPACITOR BANK 141
0150
6-51-0020 5 Specification for H.V. capacitor bank 144
6-81-1020 3 ITP for high voltage capacitor banks 152
6-78-0001 0 Specification for Quality Mgt. System Requirements from Bidders 158
6-78-0003 0 Specification for Documentation Requirement from Suppliers 167

Page 1 of 178
th
EI Bhawan 5 Floor, Bhikaiji Cama Place, RK Puram, New Delhi 110 066, INDIA
Phone No : 0091-11-26762121 ; Fax No : 0091-11-26191714, 26167664
REQUEST FOR QUOTATION (RFQ)
RFQ No. : SM/A307-000-XG-MR-0150/95 Date: 16-OCT-2014

Client : BHARAT PETROLEUM CORPN. LIMITED


Project: INTEGRATED REFINERY EXPANSION PROJECT
AT KOCHI REFINERY
MR No.: A307-000-XG-MR-0150 REV.A
Item: CAPACITORS HIGH VOLTAGE
Due Date & Time: 14-NOV-2014 & Up to 1200 Hrs. (IST)

At 1400 Hrs. (IST) on 14-NOV-2014 (at EIB - 5th Floor,


Engineers India Limited, Bhikaiji Cama Place, R. K. Puram,
UNPRICED BID OPENING: New Delhi 110066, India) (In case the bid due date happens to
fall on Holiday, the next working day shall be deemed to be due
date)
PRICED BID OPENING: TIME & VENUE SHALL BE INTIMATED LATER.

Gentlemen,

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

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

b) All those vendors who have still not registered on the NIC Portal are required to register on the same
(immediately after issue of enquiry on EIL Tender portal but not later than ten days before the bid due
date) for facilitating uploading of their bids on the NIC Portal failing which it will not be possible for them
to upload their bids. Pursuant to registration, the vendors are required to inform regarding NIC
registration details.
Only NIC registered vendors can upload their bids on the NIC portal. Therefore, all those bidders who
have not complied with the above registration requirements will not be eligible to bid. NIC registered
bidders will be able to upload their bids from about one week before the bid due date up to Bid Due
Date. However, an EIL enlisted vendor for the subject Limited RFQ who completes their NIC
Registration (including Digital Signature Certificate Registration) on NIC Portal atleast 2 (two) working

Page 1 of 6

Page 2 of 178
days prior to the Final Bid Due Date shall be allowed to upload their bids through a Corrigendum issued
by EIL in the NIC Portal, provided such request from the concerned Vendor is received in EIL through E-
mail by concerned Dealing Officer/RFQ Issuing Authority atleast 2 (two) working days prior to Bid Due
Date. Request for extension in due date of submission of bids due to non registration or delayed
registration in NIC portal shall not be entertained.
c) The bid has to be necessarily submitted on the NIC Portal only. Inability of the bidders to upload their
bids on account of not completing the registration with NIC portal as mentioned above will not be a
reason for seeking BDD extension.
d) Enlisted vendors of EIL who have completed the registration on NIC shall only be allowed to submit the
bids through NIC Portal. Therefore, it is in the interest of the bidders that they register on the NIC Portal
at the earliest.
e) The vendor registration on NIC Portal is a very user friendly process. However, in case of any doubt,
the vendor may contact the 24 X 7 CPP Portal helpdesk at Contact No. 1800-3070-2232 or Mobile Nos.
+91-7878007972/ +91-7878007973 and E-mail: support.nic@eil.co.in .

5. Bidders in their own interest are requested to register on CPP Portal and upload/submit their bid well in
time. Bidder will be responsible for any delay due to other issues.
6. Bidders are required to upload the complete bid comprising of Part-I:- Unpriced Bid along with all
supporting documents & Part-II :- Priced Bid on the CPP Portal (http://eprocure.gov.in/cppp) only.- Refer
E-Tendering Methodology (ANNEXURE-I) enclosed with RFQ documents.

7. Upon the successful and timely submission of bids, the portal will give a successful bid submission
message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid
with all other relevant details. The bid summary has to be printed and kept as an acknowledgment of the
submission of bid. This acknowledgment may be used as an entry pass for attending the un-priced bid
opening, if bidders so desire.
8. Technical specification should be strictly as per the Material Requisition attached. It may be noted that
the Bid shal be evaluated as received and technical queries may not be issued.
9. Commercial requirements are specified in the Special Instructions to Bidders, General Purchase
Conditions, Agreed Terms & Conditions (ATC) questionnaire and all other RFQ documents. The pre-
filled Agreed Terms & Conditions Questionnaire should be returned duly signed and stamped along with
copy of your un-priced bid.
10. The order, if placed, will be issued by our above-mentioned client.
11. If not bidding, please inform vide E-mail with attached regret letter within the due date & time, with
reasons(s) of not participating in the RFQ. In case there is no response, names of such bidder may not
be considered for issuance of future enquiries.
12. Direct bids only, without the intermediary of an Indian Agent will be considered from Foreign Bidder.
13. Repeat order is not applicable to this RFQ/MR.
14. Delivery Period:-
For Supply - Within 7 Months on FOT Site Basis from the date of Fax of Acceptance. Date of receipt of
material at site shall be considered the date of delivery.
For Site Work: within 4 (Four) Months from the date of Site Readiness. Date of Site Readiness shall be
intimated to Bidder 15 (Fifteen) Days in advance.
15. Payment Terms shall be as per following:- The payment shall be made in accordance with S. No. 1.3 &
1.7 Under Section A of Special Instruction to Bidders (SIB).
16. The offer should be valid for 04 (Four) months from final bid due date.
17. Only E-Bids uploaded in the e-tendering portal (http://eprocure.gov.in/cppp) shall be acceptable.
Physical bids and Bids/ Offer through Email or fax/ Telex/Telegraphic or Bids received in open
condition or Bids in any other mode shall not be accepted.

Page 2 of 6

Page 3 of 178
18. 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.
Canvassing in any form by the Bidder or by any other agency on their behalf may lead to
disqualification of their bid.
19. The E-bids received online shall be opened at EIL office on due date and time as specified above.
Bidder can view online the name of the other bidders who have submitted their e-bids after opening is
performed by EIL.
20. All technically and commercially acceptable bidders will be advised of venue, date and time of priced
bid opening. Bids shall be opened online, hence bidders may review opening status at their places.
Interested bidder may sent their representatives (duly authorised by a competent person and having
the Letter of Authority as per proforma enclosed), of such technically and commercially acceptable
bidders. Time and Date of opening of Price Bids shall be notified to the qualified and acceptable
bidders at a later date.
21. As Purchaser intends to contract directly with suppliers of the goods for which bids are invited, the
bids should be prepared by the suppliers and submitted directly. Purchaser reserves the right to reject
offers made by intermediaries.
22. Addendum / corrigendum to the RFQ documents if issued must be signed and submitted along with
the bid.
23. Bidders to note that price changes against Technical / commercial clarifications, in line with terms &
conditions of enquiry documents are not allowed. In case any bidder gives revised prices / price
implications against such clarifications, their bid shall be liable for rejection.
24. EIL reserves the right to use in-house information for assessment of bidders capability for
consideration of bid.
25. In case any bidder is found to be involved in cartel formation, his bid will not be considered for
evaluation / placement of order. Such bidder will also be debarred from bidding in future.
26. The bidder who is providing the technology from the company which is recently acquired / taken over
by them or purchasing the technology by other companies, shall be provide proper documentary
evidence. In the absence of the same their offer shall be liable for rejection.
27. Bidders are requested to quote as per their capability as registered in EIL, as on the date of issue of
RFQ.
28. Owner reserves its right to allow Public Sector Enterprises (Central/State), Micro & Small Enterprises
(MSEs) and MSEs owned by Scheduled Caste (SC)/ Scheduled tribe (ST) entrepreneurs, purchase
preference as admissible/applicable from time to time under the existing Govt. policy. Bidder to submit
documentary evidence for the same duly certified by Statutory Auditor of the bidder or a practicing
Chartered Accountant (not being an employee or a Director or not having any interest in the Bidders
company / firm) where audited accounts are not mandatory as per law.).
29. The Net Worth of the bidder should be positive as per the immediate preceding year's audited financial
results. Bidders are therefore requested to furnish the Audited Financial Statement for the immediate
preceding year including Profit & Loss Account.
Bidders are required to submit the complete audited financial report for the preceding
financial year including balance sheet, profit and loss statements along with all relevant
annexures required to assess the positive net worth of the bidder in that financial year. Failure
to submit the same may render your bid liable for rejection.
30. Purchaser reserve the right to make any changes in the terms and conditions of purchase and to reject
any or all the bids.

Page 3 of 6

Page 4 of 178
31. Contact Persons for this RFQ are:
Mr Subhendu Mondal, AGM (C&P),
Phone No. +91-(0)11-2676-3883 & email: subhendu.mondal@eil.co.in
Ms. Vibha Bharti, Sr. Engineer (C&P),
Phone No. +91-(0)11-2676-3874 & email: vibha.bharti@eil.co.in

* Please specify RFQ. No. SM/A307-000-XG-MR-0150/95 in all Correspondence.


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

(SUBHENDU MONDAL)
ASST. GEN. MANAGER(C&P)
ENGINEERS INDIA LIMITED
Enclosure: As per List Attached

Page 4 of 6

Page 5 of 178
LIST OF ENCLOSURES

DOCUMENT
A) Proforma of Letter of Authority for Attending Un-priced / Priced Bid Opening
B) Price Schedule Format
C) Commercial document:
i) Agreed Terms & Conditions (For Indian Bidders)
ii) Special Instruction to Bidders (SIB)
iii) General Purchase Conditions (Indian)
iv) Terms & Conditions for Site Work
v) General Conditions of Contract (GCC)
vi) Proforma of Bank Guarantee (Performance)
vii) Integrity Pact
viii) E-tendering Methodology (Annexure-I).
D) Technical document MR No. A307-000-XG-MR-0150 Rev. A

Page 5 of 6

Page 6 of 178
Proforma of Letter of Authority
for Attending Unpriced / Priced Bid Opening

No. Date:

The Asst.General Manager (C&P)


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

Attn. : Mr. S.MONDAL

Dear Sir,

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


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

1. Name & Designation . Signature .

2. Name & Designation . Signature .

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

Yours faithfully,

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

Note:

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

Page 6 of 6

Page 7 of 178
PREAMBLE TO PRICE SCHEDULE (INDIAN)
RFQ NO. SM/A307-000-XG-MR-0150/95
ITEM : CAPACITORS - HIGH VOLTAGE

NAME OF BIDDER - M/s -------------------------------------

1 Scope of supply including testing, inspection, documentation etc., shall be strictly as per Material Requisition and other documents which are part of RFQ.
2 Indian Bidder must quote firm freight charges inclusive of service tax plus education cess upto kochi site in the space provided in the price schedule. No additional charges paid by
client for the same.
3 Indian Bidder shall furnish built-in CIF value if any, against each quoted item, giving details of description of goods, qty. rate of Custom Duty etc. in attached Format-"CIF/CD".

4 Bidder to clearly indicate 'Quoted' against each Sr. No. (as applicable) in the price column in the unpriced Price Schedule. Bidder to submit Price Part of above Price Schedule in
their Priced Bid and Unpriced Part with the Unpriced Bid.
5 Bidder shall furnish prices/details as above, in accordance with Instructions To Bidders/ Request for Quotation.
6 All the Columns of quoted items in the Price Schedule must be filled with required information, as applicable.
7 Bidder must quote the price in enclosed Price Schedule formats only. The formats shall not be changed and/or retyped.
8 2 years operation & maintenance spares shall be furnished as per enclosed format and as per MR and shall not be included in the quoted supply prices. Prices for 2 years
operation & maintenance spares should be valid for 12 months from Contractual Delivery Date for main equipment/items.
9 Quoted prices are firm and fixed till complete execution of the entire order and no variation on any account is allowed.
10 Bidder shall quote prices for all items and evaluation shall be carried out on bottomline basis including Supply + Transportation + Site Work as per MR requirement.

11 Bidder to note that inspection shall be carried out by EIL and the charges for the same shall be borne by Owner. However, in case of certain Import Contents as required by bidder
for subject item the same shall be procured under TPIA (Lloyds/BV/DNV/TUV/CEIL) inspection in the country of origin and the quoted prices shall be inclusive of the same.

12 Necessary Tax Registration, if any, for site activities shall be done by bidder and cost for the same shall be included in the quoted price..

NOTES: 1. Bidders are mandatorily required to enter their name in the each page of excel file / pdf file of Price Schedule provided in the e-tender portal for submission of
Unpriced & price bid.
2.Price Schedule contains total 5 pages .

1 of 5

Page 8 of 178
PRICE SCHEDULE
RFQ NO. SM/A307-000-XG-MR-0150/95

ITEM : CAPACITORS - HIGH VOLTAGE

NAME OF BIDDER: M/S


Item Sl. No. TAG NO. Items Description Qty Total FOT Despatch Point Price Total Freight Charges upto
as per MR. including P&F Project Site (Including service
(INR) Tax) (INR)
Rate in Figures Rate in Figures
1 2 3 4 6 7

MAIN SUPPLY PORTION

1 SUPPLY OF FOLLOWING ITEMS AS PER COMPLETE SCOPE MENTIONED IN MR. NO. A307-000-XG-MR-0150 Rev. A COMPLETE IN ALL
RESPECTS.

01.01 CAPACITOR-1 6.6 kV, 3 Phase,1500 Kvar 8 Nos


(Group-A1)
01.02 CAPACITOR-2 6.6kV, 3 Phase,2500 kVAR 8 Nos
(Group-A1)
01.03 CAPACITOR-3 6.6kV, 3 Phase,3000 kVAR 6 Nos
(Group-A1)

SUPPLY OF MANDATORY SPARES

04.01 {04}CAPACITOR-1 For Sr. No. 01.01 1 Lot


(Group-A1)
04.02 {04}CAPACITOR-2 For Sr. No. 01.02 1 Lot
(Group-A1)
04.03 {04}CAPACITOR-3 For Sr. No. 01.03 1 Lot
(Group-A1)
2 of 5

Page 9 of 178
PRICE SCHEDULE
RFQ NO. SM/A307-000-XG-MR-0150/95

ITEM : CAPACITORS - HIGH VOLTAGE

NAME OF BIDDER: M/S

SITE WORK PORTION

Qty
ITEM SL. NO. Total Site Work Price incl. of VAT on Works Contract but excl.
TAG NO. DESCRIPTION
AS PER MR. of Service Tax plus Ed. Cess on Site Work Price (in INR)

02.01 {02}CAPACITOR-1 For Sr. No. 01.01 8 Nos


(Group-A1)
{02}CAPACITOR-2 For Sr. No. 01.02 8 Nos
02.02
(Group-A1)
{02}CAPACITOR-3 For Sr. No. 01.03 6 Nos
02.03
(Group-A1)

Unit rate with recommended quantity for Two Years Operation


Bidder to furnish Unit rates for two years O&M spares as per MR in
05.00 and Maintenance Spares, as per enclosed instructions to
the Format enclosed with this price schedule.
vendor, as per MR.

UNIT RATES

Unit Rates of items for addition/deletion purpose, as per the Bidder to furnish the Unit Rates for addition/deletion in the format
06.01
enclosed instructions to vendor as per MR. provided with MR in separate folder provided in E-tender Portal.

Unit Rates for Specific tests as per the enclosed instructions to Bidder to furnish the Unit Rates for Specific tests in separate folder
06.02
vendor, as per MR. provided in E-tender Portal.

3 of 5

Page 10 of 178
PRICE SCHEDULE FOR 2 YEARS OPERATION & MAINTENANCE SPARES
(FOR INDIGENOUS BIDDER)
RFQ NO. SM/A307-000-XG-MR-0150/95
ITEM : CAPACITORS - HIGH VOLTAGE

NAME OF BIDDER: M/S


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

1 2 3 4 5 6 7

*UNIT TO BE SPECIFIED BY BIDDER

4 of 5

Page 11 of 178
ENCLOSURE TO PRICE SCHEDULE FOR SUPPLY (INDIAN BIDDERS)
ITEM : CAPACITORS - HIGH VOLTAGE FORMAT - "CIF/CD"
RFQ NO. SM/A307-000-XG-MR-0150/95

NAME OF BIDDER: M/S __________________________

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

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

Rate in Rate in Words


Figures
1 2 3 4 5 6 8 9
7

TOTAL CIF VALUE


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

5 of 5

Page 12 of 178
A307_ATC (I) Page 1 of 8

BHARAT PETROLEUM CORPORATION LTD


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

RFQ No.: __________________________________________________________________

Suppliers Offer Ref No. & Date: ______________________________________________________

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

Contact Person: ___________________________ E-mail _________________________________

1. ALL CORRESPONDENCE MUST BE IN ENGLISH LANGUAGE ONLY.

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

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


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

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


QUESTIONNAIRE WITH UN-PRICED BID AND/ OR SUBMITTING INCOMPLETE
REPLIES MAY LEAD TO REJECTION OF SUPPLIERS BID.

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


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

SL.
DESCRIPTION SUPPLIERS CONFIRMATION
NO.

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

iv) Insurance:

a) For Supply Only


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

SUPPLIERS SIGNATURE WITH STAMP/SEAL

Page 13 of 178
A307_ATC (I) Page 2 of 8

SL.
DESCRIPTION SUPPLIERS CONFIRMATION
NO.

b) For Supply + Site Work


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

a. Specify Excise Tariff Sub-Heading No. _________________

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

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

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

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

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


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

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


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

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


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

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


transportation charges.

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


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

SUPPLIERS SIGNATURE WITH STAMP/SEAL

Page 14 of 178
A307_ATC (I) Page 3 of 8

SL.
DESCRIPTION SUPPLIERS CONFIRMATION
NO.

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


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

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

SUPPLIERS SIGNATURE WITH STAMP/SEAL

Page 15 of 178
A307_ATC (I) Page 4 of 8

SL.
DESCRIPTION SUPPLIERS CONFIRMATION
NO.

e. Confirm that Entry Tax / Octroi applicable on Construction


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

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

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


on Supervision / Training

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


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

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


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

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

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


quoted prices.

10. Price Reduction for delay in delivery/ completion:

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


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

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


applicable reduction.

11. Delivery / Completion Period:


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

SUPPLIERS SIGNATURE WITH STAMP/SEAL

Page 16 of 178
A307_ATC (I) Page 5 of 8

SL.
DESCRIPTION SUPPLIERS CONFIRMATION
NO.
13.1 PART ORDER:
a. Confirm acceptance of Part Order clause as per GPC Confirmed (If Applicable as per MR)
(Indigenous). And bidder also confirm acceptance to part
quantity orders of any items (having quantities 5 Nos. & more)
to facilitate purchase preference to MSME bidders as per
Govt. guide lines.
13.2 MSME BIDDERS:
YES/ NO
a Confirm whether the bidder is a MSME bidder or not. (Please tick whichever is applicable)
b In case bidder is a MSME bidder, they must submit
documentary evidence for the same duly certified by
Statutory Auditor of the bidder or a practicing Charted
_________________
Account (not being an employee or a Director or not
having any interest in the Bidders company/ firm) where
audited accounts are not mandatory as per law.
c In case bidder does not submit duly authenticated
documentary evidence as required above, bidder shall Confirmed
not be considered eligible for availing MSME benefits.
d Any charges quoted extra as lumpsum (like IBR,
Testing, freight, etc.) shall be applicable prorata on
Confirmed
value basis in the event of part order / part quantities/
split order.
14. Repeat Order:
Confirm Acceptance of Repeat Order clause as per RFQ Confirmed
Covering Letter / SIB / GPC.

15. Performance Bank Guarantee:


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

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


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

16. Guarantee / Warranty: Confirmed


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

17. Firmness of prices:


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

18. Testing and Inspection charges:


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

b. Quoted prices are:


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

SUPPLIERS SIGNATURE WITH STAMP/SEAL

Page 17 of 178
A307_ATC (I) Page 6 of 8

SL.
DESCRIPTION SUPPLIERS CONFIRMATION
NO.
Confirmed
iii) Inclusive of all statutory certification charges PESO/CCOE
etc. (if applicable) as required in the Material Requisition
Confirmed
c. Is your shop approved by IBR/CCE authority, if yes, indicate
validity.
i. IBR IBR Approved
ii. CCE
It is the responsibility of supplier to get the entire imported
materials and the built in imported contents inspected by TPIA Confirmed
(i.e. Lloyds/BV/DNV/TUV/CEIL) in the country of origin and
the quoted prices are inclusive of charges towards the same.
19. Import Content:

If your offer is based on certain imported raw materials (Applicable / Not Applicable)
required for equipments/ materials offered, please specify the (Please tick whichever is applicable)
following :

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


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

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

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

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

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


exchange rate.

f. Owner shall not provide any import licence. Noted


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

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


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

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


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

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


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

SUPPLIERS SIGNATURE WITH STAMP/SEAL

Page 18 of 178
A307_ATC (I) Page 7 of 8

SL.
DESCRIPTION SUPPLIERS CONFIRMATION
NO.
l. The CIF Value(s) indicated by the vendor shall be deemed to Confirmed
be the maximum value(s) for the purpose of payment of
variation in custom duty and/or other statutory variations, if
any, thereon.

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


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

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


the final due date of bid submission.

21. Compliance to RFQ documents:


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

b) Confirm your offer is in total compliance with RFQ


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

i) Request for Quotation (RFQ) Confirmed


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

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

24.1 UNPRICED OFFER- without any Deviations Confirmed


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

SUPPLIERS SIGNATURE WITH STAMP/SEAL

Page 19 of 178
A307_ATC (I) Page 8 of 8

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

SUPPLIERS SIGNATURE WITH STAMP/SEAL

Page 20 of 178
BPCL-KR
Job: A307

INTEGRATED REFINERY EXPANSION PROJECT


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

SPECIAL INSTRUCTION TO BIDDER


(SIB)

A307_SIB Rev.6 dt. 14.04.2014 Page 1 of 20

Page 21 of 178
BPCL-KR
Job: A307

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

SECTION-F: ADDITIONAL CLAUSES TO GPC


50.0 Settlement of dispute between CPSEs or CPSEs & Government Departments

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


Foreign Bidder)

A307_SIB Rev.6 dt. 14.04.2014 Page 2 of 20

Page 22 of 178
BPCL-KR
Job: A307

SPECIAL INSTRUCTIONS TO BIDDERS


BHARAT PETROLEUM CORPORATION LIMITED, KOCHI REFINERY
INTEGRATED REFINERY EXPANSION PROJECT

SECTION-A: TERMS OF PAYMENT


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

1.0 PAYMENT TERMS FOR INDIAN BIDDERS:

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

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

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

1.3.2 Erection/ Site work


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

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


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

A307_SIB Rev.6 dt. 14.04.2014 Page 3 of 20

Page 23 of 178
BPCL-KR
Job: A307

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

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


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

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

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

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

A307_SIB Rev.6 dt. 14.04.2014 Page 4 of 20

Page 24 of 178
BPCL-KR
Job: A307

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

2.0 PAYMENT TERMS FOR FOREIGN BIDDERS:


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

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

For Site Work Portion (Erection/Commissioning/PGTR)


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

A307_SIB Rev.6 dt. 14.04.2014 Page 5 of 20

Page 25 of 178
BPCL-KR
Job: A307

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

2.3 For Training


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

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

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

3.0 OCEAN FREIGHT:


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

A307_SIB Rev.6 dt. 14.04.2014 Page 6 of 20

Page 26 of 178
BPCL-KR
Job: A307

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

SECTION B: EVALUATION CRITERIA FOR COMPARISION OF BIDS

4.0 WHERE ONLY INDIAN BIDS ARE UNDER COMPARISON:


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

5.0 WHERE ONLY FOREIGN BIDS ARE UNDER COMPARISON:


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

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

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


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

Page 27 of 178
BPCL-KR
Job: A307

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

Sl. No. Head Basis


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

Sl. No. Head Basis


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

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

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

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

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

A307_SIB Rev.6 dt. 14.04.2014 Page 8 of 20

Page 28 of 178
BPCL-KR
Job: A307

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

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

8.0 SPECIAL NOTES ON TAXES/DUTIES AND CENVAT BENEFITS:


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

A307_SIB Rev.6 dt. 14.04.2014 Page 9 of 20

Page 29 of 178
BPCL-KR
Job: A307

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

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

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

9.0 PRICE REDUCTION SCHEDULE TOWARDS DELAY IN DELIVERY:


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

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

b) In case item involving only supply:-


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

ii. For Foreign Vendor:


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

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

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

a) In case item involving only supply:-


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

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

10.0 Guarantee / Warranty Period :-


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

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

c) In case item involving only supply:-


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

Page 30 of 178
BPCL-KR
Job: A307

ii) For Foreign Vendor:


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

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

c. In case item involving only supply:-


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

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

11.0 BASIS OF LOADING:


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

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

13.0 PERFORMANCE BANK GUARANTEE (PBG):


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

A307_SIB Rev.6 dt. 14.04.2014 Page 11 of 20

Page 31 of 178
BPCL-KR
Job: A307

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

a) Firm Price No loading


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

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

16.0 FREIGHT CHARGES:


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

18.0 DELIVERY/COMPLETION PERIOD:


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

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

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

A307_SIB Rev.6 dt. 14.04.2014 Page 12 of 20

Page 32 of 178
BPCL-KR
Job: A307

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

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


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

22.0 ENTRY TAX:


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

23.0 REJECTION CRITERIA:


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

A307_SIB Rev.6 dt. 14.04.2014 Page 13 of 20

Page 33 of 178
BPCL-KR
Job: A307

24.0 SUO-MOTO CHANGES IN PRICES:

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

26.0 INTEGRITY PACT:


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

SECTION-D: SPECIAL CONDITIONS.

27.0 DELIVERY SCHEDULE/ COMPLETION PERIOD:


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

A307_SIB Rev.6 dt. 14.04.2014 Page 14 of 20

Page 34 of 178
BPCL-KR
Job: A307

29.0 NEW / ADDITIONAL TAXES & DUTIES (Applicable for Indian Bidder):
i. Within the contractual delivery period, if any new taxes and/or duties come into force the same will
be reimbursed to bidder against documentary evidence. However any new or additional taxes/
duties imposed after contractual delivery shall be to borne by seller.
ii. All necessary taxes & duties registration, if required for carrying out the site activities shall be done
by the bidder and cost towards the same shall be included in quoted prices.
iii. The statutory variations on Customs duty (rate) considered on above CIF value of built in import
content, within contractual delivery period shall be to Employers account against submission of the
documentary evidence. However, any increase in the rate of Customs duty beyond the contractual
completion period shall be to bidders account. In case of wrong classification, no variation
including statutory variation of Customs Duty will be payable extra. Any decrease in the rate of
Customs duty shall be passed on to the Employer.
iv. The statutory variations on Excise rate and amount of Excise Duty, CST with concessional form &
VAT without concessional form, which will be payable on the finished goods and Cenvatable
Service Tax, as applicable, within the contractual delivery period shall be to Employers account
against submission of the documentary evidence. Any increase in the rate of these taxes and
duties beyond the contractual completion period shall be to bidders account. However, any
decrease in the rate of taxes & duties shall be passed on to the Employer.
v. Works Contract Tax & service tax on transportation, if applicable, shall be included in the quoted
prices and no variation including statutory variations shall be payable by BPCL.

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


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

31.0 GOVERNING LAW:


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

32.0 PURCHASERS RIGHTS AND REMEDIES:


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

33.0 DEDUCTION AT SOURCE:


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

34.0 STATUTORY APPROVAL RELATED WITH SUPPLIES / WORKS:

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

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

Page 35 of 178
BPCL-KR
Job: A307

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

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

36.0 LIMITATION OF LIABILITY:


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

SECTION-E: GENERAL INSTRUCTIONS

37.0 GENERAL: Bidders shall submit their Bids in following manner & containing the listed inputs, duly
filled-in, stamped & signed by authorized signatory of Bidder holding Power of Attorney, as a
minimum requirement:
a) PART-I: UNPRICED OFFER
A. All technical specifications as per requirement of MR.
B. Agreed Terms & Conditions duly filled in.
C. Terms & Conditions for Supervision of Erection/Testing/Commissioning, if applicable
D. Terms & Conditions for Site Work, if applicable
E. Copy of Registration with EIL, if applicable
F. Copy of MOU/ MOM, if any, signed with EIL and referred in offer.
G. Integrity Pact, duly filled-in, stamped & signed on each page (if applicable).
H. Complete Audited Financial Report of latest preceding Financial year.
I. Deviation sheet, if any.
J. Price Schedule with prices blanked out but Quoted/ Not quoted to be mentioned & its
relevant enclosures, duly filled-in, stamped & signed on each page.
b) PART-II: PRICED OFFER
A. Price Schedule with prices filled in.
B. Statement that all specifications and terms & conditions are as per un-priced part of offer.

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

38.0 FRAUDULENT PRACTICES:


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

Page 36 of 178
BPCL-KR
Job: A307

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

39.0 ONE BID PER BIDDER:


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

40.0 LANGUAGE OF BID:


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

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

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

If a bidder modifies his bid on his own.

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

A307_SIB Rev.6 dt. 14.04.2014 Page 17 of 20

Page 37 of 178
BPCL-KR
Job: A307

42.0 MODIFICATION AND WITHDRAWAL OF BIDS:


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

43.0 EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS:


a. The Owner/EIL will examine the bids to determine whether they are complete, whether any
computational errors have been made, whether the documents have been properly signed,
and whether the bids are generally in order.
c) Prior to the detailed evaluation, the Owner/EIL will determine whether each bid is of
acceptable quality, is generally complete and is responsive to the RFQ Documents. For the
purposes of this determination, a responsive bid is one that conforms to all the terms,
conditions and specifications of the RFQ Documents without deviations, objections,
conditionality or reservations.
c. Bidder shall not be allowed to submit any Price Implication or Revised Price after submission
of Bid, unless there is change in the stipulations of the RFQ Document and such changes are
incorporated through an Amendment. In case Exceptions and Deviations submitted by Bidder
along with Bid are not considered as acceptable and no Amendment is issued, then in such a
case the Bidders would be required to withdraw such Exceptions/Deviations in favour of
stipulations of the RFQ document and Bidders would not be eligible for submission of Price
Implication/Revised Price, failing which such Bid(s) shall be considered as non responsive
and rejected.
d. The Owner/EIL determination of a 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.
44.0 OWNERS RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID:
The Owner/EIL reserves the right to accept or reject any bid, and to annul the bidding process and
reject all bids at any time prior to award of the order without thereby incurring any liability to the
affected bidder or bidders or any obligations to inform the affected bidder or bidders of the ground
for Owner/EILs action.
45.0 NOTIFICATION OF AWARD:
d) Prior to the expiration of period of bid validity Owner /EIL will notify the successful bidder in writing
by fax/e-mail to be confirmed in writing, that his bid has been accepted. The notification of award/
Fax of Acceptance will constitute the formation of the Order.
e) The Delivery Schedule shall commence from the date of notification of award/ Fax of Acceptance
(FOA).
f) Award of Contract/Order will be by issuing Fax of Acceptance (FOA) of your bid. FOA will contain
price, delivery and other salient terms of bid and RFQ Document.
Bidder will be required to confirm receipt of the same by returning Copy of the FOA duly signed
and stamped by the bidder as a token of acknowledgement to Owner and EIL. On receipt of
acknowledgement without any deviation/ condition, detail Purchase Order/ Contract will be issued
in quadruplicate. Three copies of the same without any condition/ deviation will be returned duly
signed and stamped by the bidder as a token of acknowledgement to Owner and EIL.
46.0 WAIVER OR TRANSFER OF THE AGREEMENT:
The successful bidder shall not waive the Agreement or transfer it to third parties, whether in part
or in whole, nor waive any interest that is included in the Agreement without the prior written
permission of the Owner.
47.0 T&C FOR FOREIGN SUPPLIERS OPERATED THROUGH THEIR INDIAN OFFICE /
SUBSIDIARIES:

A307_SIB Rev.6 dt. 14.04.2014 Page 18 of 20

Page 38 of 178
BPCL-KR
Job: A307

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

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


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

49.0 REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN NATIONALS:


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

50.0 Order of Precedence of Commercial Documents:


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

SECTION-F: ADDITIONAL CLAUSES TO GPC

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


Settlement of dispute between CPSEs or CPSEs & Government Departments
In the event of any dispute or difference relating to the interpretation and application of the provisions of
the contracts, such dispute or difference shall be referred by either party for Arbitration to the sole
Arbitrator in the Department of Public Enterprises to be nominated by the Secretary to the Government
of India in-charge of the Department of Public Enterprises. The Arbitration and Conciliation Act, 1996
shall not be applicable to arbitration under this clause. The award of the Arbitrator shall be binding upon
the parties to the dispute, provided, however, any party aggrieved by such award may make a further
reference for setting aside or revision of the award to the Law Secretary, Department of Legal Affairs,
Ministry of Law & Justice, Government of India. Upon such reference, the dispute shall be decided by
the Law Secretary or the Special Secretary/Additional Secretary, when so authorized by the Law
Secretary, whose decision shall bind the Parties finally and conclusively. The Parties to the dispute will
share equally the cost of arbitration as intimated by the Arbitrator.

A307_SIB Rev.6 dt. 14.04.2014 Page 19 of 20

Page 39 of 178
BPCL-KR
Job: A307

ANNEXURE-A
INTEGRATED REFINERY EXPANSION PROJECT (IREP) OF
M/s BPCL KOCHI REFINERY, KOCHI, KERALA (INDIA)
(Job No. A307)
TERMS & CONDITIONS FOR INDIAN SOURCED COMPONENTS / SERVICES BY FOREIGN
BIDDER
Foreign bidder may source components / sub-supplies and services from India, if allowed as per Material
Requisition. Such sub-supplies / services shall be subject to following Commercial Terms & Conditions:

1. PRICING:
1.1 The Foreign bidder shall quote firm price for items being sourced from India in Indian rupees on FOT
Site basis inclusive of packing, forwarding, transportation, all applicable taxes, duties & levies payable
upto site.
1.2 Materials if ordered against this Bidding Document are required to be dispatched on door delivery basis
through a reliable bank approved Road Transport Company unless the transport company is named by
the Owner.
2. AWARD OF ORDER:
Client will place single order for Main Supplies/ Services including Indian source supplies/ Services
with single point responsibility taken care by foreign (principal) bidder. However obligation of
Performance Bank Guarantee & Price Reduction Schedule for complete package shall always be in
scope of foreign (principal) Bidder.

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

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


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

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

6. PERFORMANCE BANK GUARANTEE


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

7. INSPECTION
i. Inspection of Item being sourced from India shall be by EIL/Owner.
ii. Any change in sourcing from indigenous supplies to imported supplies and vice-versa after bid
submission is not permitted.
iii. Considering EIL Inspection charges, during evaluation prices of Indigenous source item shall be
loaded by @1.25% of FOT Despatch Point Price price.

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

A307_SIB Rev.6 dt. 14.04.2014 Page 20 of 20

Page 40 of 178
Page 41 of 178
Page 42 of 178
Page 43 of 178
Page 44 of 178
Page 45 of 178
Page 46 of 178
Page 47 of 178
Page 48 of 178
BPCL-KR
Job No.: A307

BHARAT PETROLEUM CORPORATION LIMITED, KOCHI REFINERY


INTEGRATED REFINERY EXPANSION PROJECT

Terms and Conditions for Site Work

1. LOCATION OF WORKSITE:
M/s Bharat Petroleum Corporation Limited-Kochi Refinery (BPCL-KR) is setting up Integrated Refinery
Expansion Project (IREP) at its existing Refinery complex at Ambalamugal, Kochi in the state of
Kerala, India. The intending Bidder should inspect the site and make himself familiar with site
conditions and available communication facilities.
2. WATER SUPPLY:
The Owner shall allow the Contractor to draw the water within the premises of the Refinery, at one
point near Site. However, the Contractor shall make his own arrangement for the distribution pipe
network from source of supply and such distribution pipe network shall have prior approval of the
Owner/Engineer-In-Charge, so as not to interfere with the layout and progress of other Construction
activities.
Water for Hydro-testing shall be provided by Owner.
3. POWER SUPPLY:
Construction Power shall be made available by the Owner free of cost.
4. ACCOMODATION FOR CONTRACTOR S SUPERVISORY STAFF AND LABOUR ETC.:
The Contractor shall make his own arrangements for the accommodation of labour,
Engineers/Supervisors deputed for carrying out Site Works.
5. LAND FOR CONTRACTORS FIELD OFFICE, GODOWN AND WORK SHOP:
The Owner will, at his discretion and convenience and for the duration of the execution of work,
make available, land for construction of Contractors Field Office, Workshop / Fabrication Yard
required for execution of the Contract. The Contractor shall at his own cost construct all these
temporary buildings/structure and provide suitable water supply and sanitary arrangement, duly
approved by Engineer-In-Charge.
On completion of the work undertaken by Contractor, he shall remove all temporary works/shed
erected by him and have the Site cleaned as directed by Engineer-In-Charge. If the Contractor shall
fail to comply with these requirements, the Engineer-In-Charge may at the expense of the
Contractor, remove such surplus and rubbish material, dispose off the same as he deems fit and get
the Site cleared as aforesaid; and the Contractor shall forthwith pay the amount of all expenses so
incurred and shall have no claim in respect of any such surplus materials disposed off as aforesaid.
But the Owner reserves the right to ask the Contractor any time during the pendency of the Contract,
to vacate the Land by giving 7 days notice on security reasons or on material interest, otherwise.
6. EQUIPMENTS, TOOLS AND PLANT:
All equipment, vehicles, tools and plants and materials brought to site by the contractor from his
resources shall have distinctive identification marks and the description and quantity of such inflow
shall be intimated to BPCL in writing by the contractor. All construction materials brought by the
contractor shall have prior approval regarding quality and quantity by BPCL. The contractor shall also
provide without extra cost necessary enclosures, containers and protective materials for proper
storage of materials inside, whenever so instructed by BPCL without any extra cost.
No material or equipment or tools etc. shall be taken out of the work-site without the written consent
of BPCL.
BPCL shall not be responsible for the safety to protection of the materials of the contractor and the
contractor shall make his own arrangements for proper watch and ward for his materials.
7. RULES AND REGULATIONS AT SITE:
The contractor shall ensure that all rules and regulations as effected from time to time by the Owner
and/or EIL are strictly observed by the Contractors personnel.

A307_T&C-SITE-WORK Rev. 1 Page 1 of 8

Page 49 of 178
BPCL-KR
Job No.: A307

The contractor shall not permit the entry to the site of any person not directly connected with the
execution of the Contract without prior permission of the Engineer-in charge.
8. WORKMANSHIP:
The entire job shall be done in accordance with the approved drawings and specifications. The
drawings and specifications are intended to be self-explanatory but should any discrepancy arise on
any thing contained therein, explanation shall be sought from BPCL.
All the work covered under this requisition shall be done to the entire satisfaction of BPCL who shall
determine the quality, acceptability and fitness of the work. The contractor shall provide necessary
and sufficient tools, plant, equipment etc. for proper execution of work to the satisfaction of BPCL.
9. WORK ON HOLIDAYS AND OUTSIDE NORMAL WORKING HOURS:
The contractor shall generally restrict his working hour to the normal working hours but may be
permitted to work extra hours and on Sunday and holidays on prior request at least 24 hours in
advance and around the clock depending upon the urgency of the work.
10. SUB-CONTRACTORS:
No part or whole of this work covered in the requisition or interest therein shall in any manner be
assigned or sublet by the contractor except where BPCL has given written consent therefor.
11. CONTRACTORS LIABILITY NOT LIMITED BY SUB-CONTRACT:
Notwithstanding and subletting with such approval the Contractor shall be and shall remain solely
responsible for the quality and quantity of materials and workmanship and for the proper and
expeditious execution of the work as if such sub-letting has not taken place.
If any sub-Contractor engaged upon the work executes any work, which in the opinion of BPCL is not
in accordance with the specifications, BPCL may, by written notice to the contractor require him to
terminate such sub-contract and sub-contractor shall immediately leave the work. No action by BPCL
under the above clause shall relieve the contractor of any of his liabilities or give rise to any right to
compensation, extension of time or otherwise.
11. OTHER AGENCIES AT WORKS:
The contractor may have to execute work in such a place and condition where other agencies also
will be engaged for other work. No claim shall be entertained for execution of work under such
circumstances. However, completion time for erection agreed will be subject to the condition that
contractors work is not hampered by other agencies.
12. SUPERVISION:
The contractor shall provide to the satisfaction of BPCL sufficient and qualified staff to superintendent
the execution of works. Such staff shall give to BPCL or his representative all necessary information
and facilities for such inspection or testing and examining any part of works.
The contractor shall ensure that all his supervisors staff and workmen conduct themselves in a
proper manner. They shall all be persons who are familiar with and skilled at the jobs allocated to
them. If and whenever any of the Contractors staff is found guilty of any misconduct or be
incompetent or insufficiently qualified in the performance of his duties the vendor shall remove him
from the site at once if directed by BPCL.
The contractor shall ensure that replacements for such persons removed from site are provided
immediately and the work is not allowed to suffer delay on that account.
13. INSPECTION OF WORKS:
BPCL and or EIL will have full power and authority to inspect the works at any time, either on the site
or at the contractors premises. The contractor shall afford or procure for the purchase every facility
and assistance to carry out such inspection. On no account will the contractor be allowed to proceed
with work of any type unless such work has been inspected and entries are made in the site
inspection register by BPCL / EIL.
14. ASSISTANCE TO BPCL:
The contractor shall render such assistance and supply such labour as may be required by BPCL in
connection with the works, cost of off all such assistance and requirements shall be deemed to be
included and covered by the prices quoted in the offer. The contractor shall make available to BPCL

A307_T&C-SITE-WORK Rev. 1 Page 2 of 8

Page 50 of 178
BPCL-KR
Job No.: A307

all necessary instruments and assistance in checking the setting out of works of and taking
measurements of works without extra cost to BPCL.
15. ACTION IN CASE OF BAD OR DELAYED WORK
Where it is found by BPCL, the performance of work by the contractor is not satisfactory in respect of
workmanship, deployment of sufficient labour or equipment delay, in execution of work or any other
matter, BPCL shall have the right to engage labour at normal ruling rates and get the work executed
through his own or any other agency and debit the cost in excess of the value as per order to the
contractor and the contractor shall have no right to claim compensation thereof. In such a case
BPCL shall have the right to utilise the materials and tools brought by the contractors for the same
work.
16. NOTICE OF CLAIMS FOR ADDITIONAL PAYMENT:
Should the Contractor consider that he is entitled to any extra payment or compensation or making
any claims whatsoever in respect of the works, he shall forthwith give notice in writing to BPCL that
he intends to claim extra payment. Such notice shall be given to BPCL within ten days from the
ordering of any work or happening of any event upon which the contractor bases such claims and
such notice shall contain full particulars of the nature of such claims with full details and amount
claimed. Failure on the part of the contractor to put forward any claim with the necessary particulars
as above within the time above specified shall be an absolute waiver thereof. No commission by
BPCL to reject any such claim and no delay in dealing therewith shall be waiver by BPCL of any rights
in respect thereof.
17. INSURANCE:
Marine cum Transit Insurance shall be arranged and borne by Vendor/Contractor. Any other
insurance including but not limited to workmen compensation, third party liability etc., as required by
the applicable laws shall be arranged by the vendor and the quoted price is inclusive of the charges
for the same.
18. PERMITS, LICENCES ETC.:
The contractor shall obtain all permits, licences or other authorisations as are required for his work in
terms of the order, from local State or Central Authorities. He shall comply with all rules, regulations
and other statutory obligations under the State of Union Legislative enactments. The contractor shall
pay all fees and other legally demandable compensation to any person, body or firm. BPCL shall not
be responsible, either directly or indirectly, in any manner whatsoever for any omissions of the
Contractor under this clause.
19. LOCAL AND OTHER AUTHORITIES NOTICES AND FEES:
The contractor shall comply with and give notices required by any Act or by any Regulation or bye-
law of any local or other public authority who have any jurisdiction with regard to the contractors
work and shall pay and indemnify BPCL against any fees/or charges legally demandable under such
Act, regulation or bye law in respect of the works.
20. CONTRACTORS LIABILITY:
It is the responsibility of the Contractor to meet all claims for compensation under the workmens
Compensation Act or under any other law in respect of accidents or injury including death suffered by
workmen engaged by him for carrying out the work undertaken by the contractor. The Contractor
will also be responsible and liable in respect of clams for damage to property or persons arising from
or in the course of execution of the work undertaken by him. The contractor shall keep BPCL fully
indemnified in respect of claims under the Workmens Compensation Act and all other claims
aforesaid and the contractor shall not under any circumstances raise any dispute with regard to the
same.
21. CONTRACTORS EQUIPMENT:
a) A list of equipment, which the contractor purposes to bring to Site to carry out the Work has been
made part of this Contract. The contractor shall ensure that these equipment as well as such other
equipment required to carry out the work are brought to site at the appropriate time to achieve the
promised completion date.
b) Equipment brought to Site will remain at Site and shall not be allowed to be taken out without the
written consent of the Engineer-in-charge. Certified capacity charts for heavy equipment should be
submitted to EIL prior to operation of the equipment.
A307_T&C-SITE-WORK Rev. 1 Page 3 of 8

Page 51 of 178
BPCL-KR
Job No.: A307

c) The contractor shall clearly mark all his tools and equipment with an identification symbol and/or
number.
22. CONTRACTORS CONSTRUCTION SCHEDULE AND MANPOWER, MACHIERY AND MATERIALS
REQUIREMENT CHART:
i) The Construction Schedule and Manpower, Machinery and Materials requirement chart agreed
between EIL and the contractor is made part of this contract. The following comprise the
Construction Schedule and Manpower, Machinery and Materials requirement chart.
(a) Construction Schedule showing Chart and finish dates for various Operations involved in the
execution of the Contract and how the various start and finish dates are tied up with the completion
date.
(b) Manpower requirement (separately for Supervisory and non-supervisory manpower) at various
phases of Contract execution.
(c) Machinery and Construction equipment requirement at various phases of Contract execution.
(d) Procurement Schedule for materials in the contractors scope of supply.
(e) Contractors organization chart.
The contractor shall ensure compliance with the Construction Schedule and Manpower, Machinery
and Materials Schedule and make every effort to bring in additional manpower, machinery and
materials as required to ensure timely completion of the work.
23. MATERIALS FURNISHED BY OWNER/EIL:
a) The Owner/EIL shall issue from their stores at site such materials, if any, agreed to be furnished to
the contractor elsewhere in this Contract. The contractor shall collect such materials from the stores
and transport to his work site at the contractors cost.
b) The contractor shall inspect such materials as soon as received by the contractor and shall bring to
the attention of the Engineer-in-charge any shortage/damage or other defects noticed before taking
over the materials. Materials once taken over will be deemed to have been received in good condition
and in correct quantities except for intrinstic defects, which cannot be observed by visual and
dimensional inspection and weighment.
c) Upon receipt by the contractor the responsibility for any and all loss, damage and/or misuse of such
materials shall rest with the contractor.
d) All materials furnished by Owner/EIL shall be properly stored and systematic records of receipts,
issue and disposal will be maintained. Periodic inventory shall be made available to Owner/EIL
whenever so required by Engineer-incharge.
e) All materials furnished by Owner/EIL shall be utilized as directed by Engineer-in-charge or in the
absence of such direction most economically. The contractor shall be responsible for the return to the
Owner/EIL of all surplus materials, as determined by the Engineer-in-charge.
f) For materials furnished by the Owner/EIL that is lost, damaged or unaccounted, deductions shall be
made from payments to the contractor at rates specified elsewhere in the Contractor in the absence
of such a provision in the contract at a rate determined by the Engineer-in-charge, which shall
includes besides the cost of materials, levies, taxes and duties paid, procurement expanses, freight
(air, sea and land) handling charges, insurance, expediting and inspection charges as per the
Schedule of rates of the Owner/EIL.
g) Surplus from materials furnished by the contractor shall after acceptance of work revert to the
Ownership of the contractor.
24. PROTECTION TO WORK NOT TAKEN OVER BY OWNER/EIL:
Until such time the work is taken over by Owner/EIL, the contractor shall be responsible for proper
protection including proper fencing, guarding, lighting, flagging, watching and for the provision of
temporary foot-ways, guards, and fences as far as may be rendered necessary by reason of the
work, for the protection of foot passengers, vehicles, animals and to the properties of the Owner/EIL,
occupiers of adjoining property and the public. The contractor shall during the progress of work
properly cover up and protect any part of the work liable to damage by exposure to the weather and
shall take every reasonable precaution against accident or damage to the work from any cause.

A307_T&C-SITE-WORK Rev. 1 Page 4 of 8

Page 52 of 178
BPCL-KR
Job No.: A307

25. COMMUNICATION FACILITIES:


If available, the Contractor may use the Owners or EILs communication facilities (telex, telegram,
telephone, postal etc,) at the specified charges. However, the owner or EIL does not guarantee such
facilities and the sub-contractor shall if required arrange for such facilities at his own cost and
expense. Lack of communication facilities will not form ground for extension to completion date.
26. EMPLOYMENT LIABILITY:
The contractor shall be solely and exclusively responsible for engaging or employing persons for the
execution of work. All employees engaged by the contractor shall be on his/their pay roll and paid by
him/them. All disputes or differences between contractor and/his/their employees shall be settled by
him/them. BPCL has absolutely no liability whatsoever concerning the employees of the contractor.
The contractor shall indemnify BPCL against all loss or damage or liability arising out of or in course
of his/their employing persons or relations with his/their employees.
The contractor shall make regular and full payment of wages and salaries to his employees and
furnish necessary proof wherever required by BPCL. In case of any complaint by any employees of
the contractor or his sub-contractor regarding non-payment of wages, salaries or other dues, BPCL
reserves the right to make such payments directly to such employee or sub-contractor of the
contractor and recover the amount in full from the bills of the contractor and the contractor shall not
claim any compensation or reimbursement thereof. The contractor shall comply with the Minimum
Wages of his employees and also of employees of his sub-contractor.
27. SAFETY SECURITY:
The contractor shall adhere to and enforce all safety and fire protection rules in force during the
performance of the work. The contractor shall take immediate steps to safety and security for each
different type of works as required to guard against accident and hazardous and unsafe working
conditions and shall comply promptly with BPCLs additional instructions when given. BPCL reserves
the right to reject entry to the Contractors workmen either individually or wholly without assigning
any reason.
Prior to commencement of the awarded work, the Contractor shall furnish a list of employees whom
he intends to take in for his job to the Engineer-in-charge of BPCL.
28. FIRST AID FACILITIES:
The Owner/EIL shall establish First Aid Station at Site. Assistance from the First Aid Station will be
available to the contractor at an agreed charge. Contractor shall inform EIL in advance whether he
wishes to make use of this facility and confirm acceptance of the charges. Unless so notified earlier
the First Aid personnel will not treat contractors casualties except in the emergency.
29. HOUSE KEEPING
During the work in progress, the contractor should maintain good housekeeping at the work-site and
after completion of the work, leave the buildings, etc, with the adjacent area cleared.
Also, after erection the area should be cleared of any temporary structures built by the vendor.
30. NOTICE FOR ERECTION
The contractor shall start the erection work within 7 days of receipt of request from BPCL to
commence erection.
31. OTHER FACILITIES:
Unless specifically agreed elsewhere in the Contract, the Owner/EIL shall not provide any other
facilities to the contractor and the contractor shall arrange at his own cost and expense for plumbing,
lighting, construction air or steam, sanitary facilities, petrol and other fuels and lubricants for all
contractors equipments temporary construction of buildings, construction and fabrication equipment,
storage materials, tools, machinery (including consumables, costly and sophisticated fittings,
instruments, etc.), scaffolding, temporary erection bolts, all hand tools as required, welding
equipment, packers and shims, and all other items required to complete the work.
32. DEWATERING:
The contractor will keep his assigned areas free of water and must assume the costs for all pumping
conditions including shoring and shuttering as required. The contractor will tie in all his dumping
operations to the existing sewer or drain system all as directed by the Engineer-in-charge. The

A307_T&C-SITE-WORK Rev. 1 Page 5 of 8

Page 53 of 178
BPCL-KR
Job No.: A307

contractor will be held responsible for all damage which may be caused of result from water backing
up or flowing over through floor or any part of the work or which any of his operation may cause to
flow elsewhere.
33. COMPLIANCE WITH STATUTORY REGULATIONS:
a) The contractor shall be assumed to be familiar with all central, state and local regulations in force as
applicable to the operations he is performing.
b) It shall be sole responsibility of the contractor to execute the Contract in strict accordance with such
statutory regulations in force and or to obtain necessary exemption certificates.
c) Any modifications/alterations deletion and/or addition that has to be carried out to meet statutory
requirements shall be done at the cost and expense of the contractor. The contractor shall not be
entitled to any extension in completion date to carry out changes, in order to meet statutory
requirements.
d) The contractor shall at his cost and expense, obtain and furnish Owner/EIL with all statutory
certificates/permits, and/or exemption certificates by that are required, to put into operation, the
work completed by the contractor.
34. HYPOTHECATION BOND:
For free issue material, the Contractor shall furnish a hypothecation bond as per proforma enclosed
before commencement of despatches. This bond shall be executed on a Stamp paper.
35. GENERAL CONDITIONS OF CONTRACT (GCC):
The General Conditions of Contract (GCC) shall be applicable to Site Works.
36. MEDICAL FITNESS CERTIFICATES:
The contractor shall ensure the following at time of working at higher elevation:-
a. Doctors fitness certificate for contract workers shall be insisted for working at a height more
than 30 meters using temporary structures.
b. Executing department shall forward the list of contract workers engaged for working at heights
more than 30 meters to OHC for medical examination.
c. Tests / Parameters for medical fitness shall be as per CMO (OHC).
d. BPCL-KR medical officer will issue the fitness certificate with validity (6 months) and shall
endorse in the entry pass.
e. The fitness certificate shall be renewed every 6 months.
f. The necessity of medical fitness for those who employed in working at heights as per the guide
lines shall be included in the work permit given for such jobs.
g. The executing department, permit issuer and safety personnel shall ensure the compliance of the
safety guide lines.

A307_T&C-SITE-WORK Rev. 1 Page 6 of 8

Page 54 of 178
BPCL-KR
Job No.: A307

DRAFT FOR HYPOTHECATION BOND

AN AGREEMENT made this ______________ day of ______________two thousand and ____________


BETWEEN ________________________________LIMITED a Company incorporated under the Indian
Companies Act and having its Registered Office at _______________ (hereinafter called the Contractor) of
the one part and BPCL, A company incorporated under the Indian Companies Act 1956 and having its
registered office at ________________, hereinafter called the Owner of the other part.

WHEREAS
(1) The Owner has entered into an agreement with the Contractor for _______________ upon the terms
and conditions detailed in the Contract No. ____________ dated____________.
(2) One of the terms and conditions of the said Contract is that the Owner shall advance to the
Contractor a sum of Rs. _______________ of the contract price against despatch of materials.
(3) The Owner has at the request of the Contractor agreed to advance to the Contractor the said sum of
Rs. ______________ against hypothecation of materials despatched by the Contractor for purpose of
the said contract.
NOW IT IS HEREBY AGREED AS FOLLOWS
(1) THAT in pursuance of the said agreement and in consideration of the promises the whole of the
contractors materials which are now or hereinafter from time to time during the continuance of this
security shall be brought to or stored in or being or about the Owners lands and buildings at
________________ in the district of ___________ or wherever also the name may be (including any
materials in course of transit) hereinafter called the said materials) with the benefits of all rights
relating hereto shall be and stand hypothecated to the Owner and its assign by way of the said sum
of Rs. _________________ in manner hereinafter appearing together with all relative interest
charges and costs (as between attorney and client) and expenses.
(2) THAT the Contractor shall refund to the Owner the said sum of Rs_____________ on demand by the
Owner if the contractor shall commit any breach of the said contract or if the said sum becomes
otherwise refundable to the Owner under the said Contract.
(3) THAT subject as hereinafter provided the Contractor shall not except with the prior written consent of
the Owner during the continuance of this security, pledge or otherwise charge of encumber the said
materials or any part thereof over which the charge hereby created in favour of the Owner shall
extend or be expressed or intended to extend nor do or permit any act whereby the security here
before expressed to be given to the Owner shall be in any way prejudicially affected.
(4) THAT the contractor shall at all times and from time to time insure the said materials//keep it insured
to its full value against fire, strikes, riots and civil commotion and all other risk as required by the
Owner with Insurance Companies approved of by the Owner and the Contractor will on demand
produce the policies of insurance and the receipts for insurance premium to the Owner. If the
Contractor shall fail to insure or produce the policies or Insurance and Insurance premium receipts as
aforesaid the contractor shall be liable to refund the entire amount remaining outstanding out of the
advance on the date of such failure.
(5) THAT in the event of loss, destruction by fire or otherwise or damages to the said materials or any
part thereof the Owner shall be entitled to recover and receive all moneys payable in respect of the
insurance. In the event of the Owner nor receiving the amount payable in respect of the insurance
wholly or partially for any reason whatsoever the Contractor shall be bound to pay to the Owner on
demand the said sum,

(6) THAT all sums of money recovered or received under the last preceding clause may at the option of
the Owner be applied towards the liquidation and satisfaction of the said sum and if any part of the
insurance moneys shall remain in the hand of the Owner after such application thereof as aforesaid

A307_T&C-SITE-WORK Rev. 1 Page 7 of 8

Page 55 of 178
BPCL-KR
Job No.: A307

the Owner shall be entitled to apply the same towards any other sum or sums of money which may
be due from the Contractor to the Owner on any other account or any other transaction or
transactions whatsoever. If after settlement of all claims of the Owner against the Contractor any
surplus shall remain, such surplus shall remain at the disposal of the Contractor but if the sum or
sums realised from the insurance be insufficient to cover the moneys due to the Owner as aforesaid
the Contractor agrees to forthwith repay to the Owner the deficiency.
(7) THAT the Owner, its agents and nominees shall be entitled at all times and without notice to the
contractor but at the contractor s risk and expense and if so required as attorney and the name of
the contractor to enter any place where the said materials may be and inspect value and/or
possession of (so that they become pledged) all or any part of the said materials if the said sum or
any part thereof become payable under clause 2 hereof and to recover receive or remove and/or sell
by public auction or private contractor or otherwise dispose of or deal with all or any part of the said
materials and to enforce realise settle compromise and deal with any rights aforesaid without being
bound to exercise any of these powers or being liable for any losses in the exercise thereof and
without prejudice to the Owners rights and remedies of suit or otherwise and notwithstanding there
may be any pending suit or other proceeding.
(8) THAT in the event of any conflict between the provisions of these presents and the said contract the
provisions of these presents shall prevail and in the event or any dispute or difference arising over
the construction of effect of these presents the settlement of which has not been hereinbefore
expressly provided for, the same shall be referred to the Arbitrators as per General Purchase
Conditions, whose decision shall be final and provisions of these Indian Arbitration Act for the time
being in force shall apply to any such reference.

IN WITNESS WHERE OF the said Contractor and the Owner have hereunto set their respective hands
the day and year first above written.
Signed, sealed and delivered in the presence of :

Witness:

Signature
Name
Address

Signed for and on behalf of BPCL INDIA LIMITED in the presence of :


Witness:

Signature
Name
Address

A307_T&C-SITE-WORK Rev. 1 Page 8 of 8

Page 56 of 178
Page 57 of 178
Page 58 of 178
Page 59 of 178
Page 60 of 178
Page 61 of 178
Page 62 of 178
Page 63 of 178
Page 64 of 178
Page 65 of 178
Page 66 of 178
Page 67 of 178
Page 68 of 178
Page 69 of 178
Page 70 of 178
Page 71 of 178
Page 72 of 178
Page 73 of 178
Page 74 of 178
Page 75 of 178
Page 76 of 178
Page 77 of 178
Page 78 of 178
Page 79 of 178
Page 80 of 178
Page 81 of 178
Page 82 of 178
Page 83 of 178
Page 84 of 178
Page 85 of 178
Page 86 of 178
Page 87 of 178
Page 88 of 178
Page 89 of 178
Page 90 of 178
Page 91 of 178
Page 92 of 178
Page 93 of 178
Page 94 of 178
Page 95 of 178
Page 96 of 178
Page 97 of 178
Page 98 of 178
Page 99 of 178
Page 100 of 178
Page 101 of 178
Page 102 of 178
Page 103 of 178
Page 104 of 178
Page 105 of 178
Page 106 of 178
Page 107 of 178
Page 108 of 178
Page 109 of 178
Page 110 of 178
Page 111 of 178
Page 112 of 178
Page 113 of 178
PROFORMA OF BANK GUARANTEE
( Performance )
(Ref. clause 26)
To
Bharat Petroleum Corporation Limited
Kochi Refinery, Ambalamugal, Kerala- 682 302
Dear Sir,
In consideration of the Bharat Petroleum Corporation Limited (hereinafter called the
Company which expression shall
include its successors and assigns) having awarded to M/s.
(Name)................................... ..(address)
............ ................................................. ...................
................................................... (hereinafter
referred to as The Supplier which expression wherever the subject or context so
permits include its successors and assigns) a supply contract in terms interalia, of the
Companys Purchase Order Nodated and the
General Purchase Conditions of the company and upon the condition of suppliers
furnishing security for the Performance of the suppliers obligation and/or discharge of
the suppliers liability under and/or in connection with the said supply contract up to a
sum of (in figure)......................... (in words)
..........................................................................................
........................................................................
..............................................) contract value.

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

AND the Bank hereby agrees with company that:

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

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

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


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

Page 114 of 178


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

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

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


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

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

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

Yours faithfully,

Page 115 of 178


Page 116 of 178
Page 117 of 178
Page 118 of 178
Page 119 of 178
Page 120 of 178
Page 121 of 178
Annexure 1
E-TENDERING METHODOLOGY

Instructions for Online Bid Submission:


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

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

REGISTRATION

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

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

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

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

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

6) Only one valid DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their 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.
Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL All rights reserved
Dated -02-July-2014

Page 122 of 178


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

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

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


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

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

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

SUBMISSION OF BIDS

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

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

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

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

Page 123 of 178


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

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

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

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

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

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

RETENDER

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

WITHDRAWAL OF BID

It may please be noted that bidders now have an additional feature of withdrawing their
bids before due date and time. After submitting the bid on the CPP Portal, if the bidder
wishes to withdraw his bid, he can do so. However, if the bidder withdraws his bid, he
will be exempted from further participation in the tender and wont be able to submit
his bid again for that particular tender.

ASSISTANCE TO BIDDERS
1) Any queries relating to the tender document and the terms and conditions contained therein
should be addressed to the Tender Inviting Authority for a tender or the relevant contact
person indicated in the tender.
2) Any queries relating to the process of online bid submission or queries relating to CPP Portal
in general may be directed to the 24 x 7 CPP Portal Helpdesk. The contact number for the
helpdesk is 1800-3070-2232 and Mobile Nos +91-7878007972, +91-7878007973.

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


Dated -02-July-2014

Page 124 of 178


This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited
MATERIAL REQUISITION (TOP SHEET)
ITEM DESCRIPTION: CAPACITORS-HIGH VOLTAGE
GROUP ITEM CODE: 13PA DESTINATION: As per Commercial Documents
MR CATEGORY: II DELIVERY PERIOD: As per Commercial Documents

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

A307 000 XG MR 0150 A 08/10/2014 16 50


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

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

REV. DATE BY CHK. APPD. DETAILS

A 08/10/2014 CA/MHR SV BRB ISSUED FOR BIDS


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

Project: INTEGRATED REFINERY EXPANSION PROJECT


ENGINEERS INDIA LIMITED

NEW DELHI Client: BPCL-KOCHI REFINERY

Page 125 of 178


Sheet 1 of 4
File Name: F:\JOB\A307\CAPACITOR\MR\A307-000-XG-MR-0150.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
TAG NO/
SR. NO. ITEM CODE/ [ ID. NO. ] DESCRIPTION QUANTITY

01.00 Design,Engineering
,Manufacture,Procurement of material and
brought out components ,assembly at
shop,inspection,testing at manufacturer's
works, packing & delivey of the following
outdoor type,star connected ,star point
isolated ,shunt capacitor banks complete
with supporting structure
,insulators,discharging device ,Inter
connecting bus link ,series
reactor,residual voltage transformer,
APFC Panel, supporting frame work
including supply of all special tool and
tackle & documentation as per the
enclosed EIL Specification ,Instruction
to vendor ,Data sheet etc.and other codes
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.

and standard attached or referred.


01.01 A1 CAPACITOR-1 6.6 kV, 3 Phase,1500 kVAR 8 Nos
01.02 A1 CAPACITOR-2 6.6kV, 3 Phase,2500 kVAR 8 Nos
01.03 A1 CAPACITOR-3 6.6kV, 3 Phase,3000 kVAR 6 Nos
02.00 Unloading at site, handling,
transportation to store and from store to
work site, storage at site, assembly at
site, installation, testing, pre-
commissioning, painting, insulation,
commissioning, performance guarantee run,
handing over to client and other field
works including civil-structural work and
supply of commissioning spares, laying
and termination of interconnecting cables
for the following, as per the enclosed
EIL standard specifications, instructions
to vendors, job specification, data
sheets etc.
02.01 A1 {02}CAPACITOR-1 For Sr. No. 01.01 8 Nos
02.02 A1 {02}CAPACITOR-2 For Sr. No. 01.02 8 Nos
02.03 A1 {02}CAPACITOR-3 For Sr. No. 01.03 6 Nos
03.00 << DELETED >>
04.00 Supply of Mandatory Spares as per
enclosed list/ instructions to vendor
04.01 A1 {04}CAPACITOR-1 For Sr. No. 01.01 1 Lot
04.02 A1 {04}CAPACITOR-2 For Sr. No. 01.02 1 Lot
04.03 A1 {04}CAPACITOR-3 For Sr. No. 01.03 1 Lot
05.00 Unit rate with recommended quantity for unit rate
Two Years Operation and Maintenance
Spares, as per enclosed instructions to
vendor
06.00 Unit Rates
06.01 Unit Rates of items for addition/
deletion purpose, as per the enclosed
instructions to vendor.
06.02 Unit Rates for Specific tests as per the
enclosed instructions to vendor.
07.00 << DELETED >>
08.00 << DELETED >>
09.00 Drawings and documents as per attached Lot
Vendor Data requirement for all supplies
and services covered above in Sr.Nos.1.00
Project: INTEGRATED REFINERY EXPANSION PROJECT
ENGINEERS INDIA LIMITED REQUISITION NO. REV.

NEW DELHI Client: BPCL-KOCHI REFINERY A307-000-XG-MR-0150 A

Page 126 of 178


Sheet 2 of 4
File Name: F:\JOB\A307\CAPACITOR\MR\A307-000-XG-MR-0150.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
TAG NO/
SR. NO. ITEM CODE/ [ ID. NO. ] DESCRIPTION QUANTITY

to Sr.No.8.00

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

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

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

Project: INTEGRATED REFINERY EXPANSION PROJECT


ENGINEERS INDIA LIMITED REQUISITION NO. REV.

NEW DELHI Client: BPCL-KOCHI REFINERY A307-000-XG-MR-0150 A

Page 127 of 178


Sheet 3 of 4
File Name: F:\JOB\A307\CAPACITOR\MR\A307-000-XG-MR-0150.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

LIST OF ATTACHMENTS
REVISION
SL. REV. REV. REV. REV.
DOCUMENT TITLE DOCUMENT NO.
No.
DATE DATE DATE DATE
INSTRUCTIONS TO VENDORS
1 Instructions to Vendor A307-000-16-50-TR- A
0150 07/10/2014
STANDARDS
2 Specification for 6-78-0003 0
documentation requirements 04/06/2009
from suppliers
3 Specifiaction for QMS 6-78-0001 0
requirement from bidders 04/06/2009
FORMATS
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.

4 Format for Vendor Drawing/ EIL-1641-1923


Document Submission Schedule Rev.1
STANDARD INSPECTION TEST PLAN
5 Standard Inspection Test Plan 6-81-1020 3
of the equipment. 21/11/2013
STANDARD SPECIFICATIONS
6 EIL standard specification for 6-51-0020 5
HV capacitor bank 11/04/2011
DATASHEET ELECTRICAL
7 HV capacitor bank data sheet A307-000-16-50-DS- A
0150 07/10/2014
VENDOR DATA REQUIREMENTS
8 Vendor data requirement - HV A307-000-16-50-VR- A
capacitor bank 0150 08/10/2014
In case of any subsequent revision of MR or PR, only revised sheets of the
attachments listed above shall be issued alongwith the revision.

GENERAL NOTES:

Project: INTEGRATED REFINERY EXPANSION PROJECT


ENGINEERS INDIA LIMITED REQUISITION NO. REV.

NEW DELHI Client: BPCL-KOCHI REFINERY A307-000-XG-MR-0150 A

Page 128 of 178


Sheet 4 of 4
File Name: F:\JOB\A307\CAPACITOR\MR\A307-000-XG-MR-0150.pdf
Format No.: EIL-1641-1923 Rev.1

Engineers India Limited Status


Vendor Drawing/ Document Submission Schedule Date
Client: BPCL-KOCHI REFINERY Project: INTEGRATED REFINERY EXPANSION PROJECT Vendor Name:

Item Description: CAPACITORS-HIGH VOLTAGE PR No.: Address:


Date of LOI:

PO No.:
Date of PO: City:

Page 129 of 178


EIL Originating Department: ELECTRICAL Contact Person(EIL): Contact Person: Fax:
Phone: Email:

Drg./ Doc. Nomenclature Category Scheduled Form


S.No. Equipment Number as per EIL Vendor Data Vendor Drg. / Doc. Numbe Vendor Drg./ Doc. Title Electronic Remarks
Review (R) / date of 1st
Requirement Records (I) Submission (E)/ Print (P)
DOCUMENT No.
INSTRUCTIONS TO VENDOR A307-000-16-50-TR-0150
Rev. A
Page 1 of 8

INSTRUCTIONS TO VENDOR
FOR
HV CAPACITOR BANK
(MR NO. A307-000-XG-MR-0150)

PROJECT: INTEGRATED REFINERY EXPANSION


PROJECT

CLIENT: M/s BPCL-KR

A 07.10.2014 ISSUED WITH MR CA/MHR SV BRB


Rev. Prepared Checked Approved
Date Purpose
No by by by

Page
Format No. EIL130 of 178 Rev. 1
1641-1924 Copyright EIL All rights reserved
DOCUMENT No.
INSTRUCTIONS TO VENDOR A307-000-16-50-TR-0150
Rev. A
Page 2 of 8

1.0 SPECIAL INSTRUCTIONS TO BIDDERS

1.1. The MR will not be split for the purpose of order placement. All items of the MR shall be
ordered on one vendor only.

1.2. The technical details included in the offer shall not be taken cognizance of and shall not be
contractually binding for the purchaser. Only compliance statement to MR and its attachment shall
be furnished with the offer.

1.3. Vendor to note that no correspondence shall be entered into or entertained after the bid submission.

1.4. Vendor shall furnish quotations only for those items which he can supply strictly as per MR
specifications.

1.5. If the offer contains any technical deviation and/ or if the bid does not include complete scope and
technical/ performance data required to be submitted with the bid, the offer shall be liable for
rejection.

1.6. The submission of prices by the vendor shall be construed to mean that he has confirmed
compliance with all technical specifications of the corresponding item(s).

1.7. In exceptional circumstances, where deviations are unavoidable due to standard designs of vendor,
the deviation shall be highlighted in a specific deviation list. Any other comments/ observations etc.
on EIL specifications or other enclosures of MR that may be included in the offer elsewhere shall be
ignored and not contractually binding and shall not be construed to be a part of the offer.

1.8. It shall be contractually binding on vendor to supply equipment conforming strictly to MR


requirements unless any unavoidable deviation is specifically highlighted in a separate deviation list
in the offer.

2.0 BIDDER SHALL NOTE THAT GENERALLY NO TECHNICAL QUESTIONNAIRE SHALL BE


ISSUED. 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 Un-priced copy of the priced bid with item description exactly as per MR has been furnished.

2.3 Bidder has quoted unit rates for Two Years Operation and Maintenance spares along with
recommended quantity.

2.4 Bidder has submitted all documents required with the offer as asked in Vendor Data Requirement
(VDR) form and the VDR form is duly signed by the bidder.

2.5 Bidder has confirmed that space available as per Cl. 6.0 of Instructions to Vendor for installation of
capacitor bank, series reactor and APFC including clearance requirements is adequate.

2.6 Bidder has complied to EIL specification 6-51-0020 Rev. 5 and Data Sheet Part-I.

2.7 Bidder has ensured that offered HV capacitors and APFC are type tested as per MR specifications
and that offered makes of RVT, APFC and Series reactor shall be of type tested design and shall
have a proven track record and all necessary test certificates are available. Bidder shall submit the
same after award of order for owners review.

3.0 MR Sr. No. 05.00


Bidder shall quote unit prices (the rates shall be inclusive of packing and transportation) for Two
Years Operation and Maintenance Spares along with recommended quantity.
Bidder shall indicate the total recommended quantity of spare parts for each capacitor bank for the
total number of capacitors of that rating as indicated in Item 01.00 of MR.

Page
Format No. EIL131 of 178 Rev. 1
1641-1924 Copyright EIL All rights reserved
DOCUMENT No.
INSTRUCTIONS TO VENDOR A307-000-16-50-TR-0150
Rev. A
Page 3 of 8

4.0 MR Sr.No. 06.02


Type test as per Inspection and Test plan (6-81-1020 Rev 3) shall be carried out and on the
following equipment of MR:-
a. One capacitor bank
b. One no. RVT
c. Series reactor of each rating
The unit rates quoted shall be applicable for the same.

5.0 The quantity of individual ratings may vary between 100% where as the total quantity will be 22
nos. The available itemized rates shall be applicable for the same.

6.0 MR Sr. No. 01.00


a. The outdoor equipment shall include but not limited to the following:
Capacitor banks as per the ratings given in the Table-1.
RVT (Separate for each step)
Galvanized elevated structure
Interconnection between Capacitor, Reactor & RVT.
One cubicle having 3-pole, 7.2kV, 400A fixed type vacuum contactor and 1-pole, 7.2kV
HRC type external fuses.

b. The indoor equipment shall include microprocessor based APFC panel for each capacitor bank
for switching of each single step of capacitor bank with complete relay & metering.

c. The details of the complete unit shall be as per the table given below:
Table-1
Net Step Installed
Rating configu- Bank Unit Limiting Dimension (L
MR Reactor details INCOMING
@ ration Rating Rating X W)
Item TAG NOS. CABLE
6.6kV @6.6kV @7.7kV @4.45kV
No. Current Capacitor SIZE
(in (in (in kVAR) (in kVAR) XL () APFC
kVAR) kVAR)* (A) Bay
CAP-GK1-
01.01 1500 3x500 1917 9x213 1.854 171 9m x 6m 2m x 1m Later
401A
CAP-GK1- 1917
1500 3x500 9x213 1.854 171 9m x 6m 2m x 1m Later
401B
CAP-GU1- 1917
1500 3x500 9x213 1.854 171 9m x 6m 2m x 1m Later
401A
CAP-GU1- 1917
401B 1500 3x500 9x213 1.854 171 9m x 6m 2m x 1m Later

CAP-GU1- 1917
402A 1500 3x500 9x213 1.854 171 9m x 6m 2m x 1m Later

CAP-GU1- 1917
402B 1500 3x500 9x213 1.854 171 9m x 6m 2m x 1m Later

CAP-GU1- 1917
403A 1500 3x500 9x213 1.854 171 9m x 6m 2m x 1m Later

CAP-GU1- 1917
1500 3x500 9x213 1.854 171 9m x 6m 2m x 1m Later
403B

CAP-GC1-
1.02 402A 2500 5X500 3195 15X213 1.112 284 9m x 6m 2m x 1m Later

CAP-GC1- 3195
402B 2500 5X500 15X213 1.112 284 9m x 6m 2m x 1m Later

CAP-GK1- 3195
402A 2500 5X500 15X213 1.112 284 9m x 6m 2m x 1m Later

CAP-GK1- 3195
402B 2500 5X500 15X213 1.112 284 9m x 6m 2m x 1m Later

CAP-DS3- 3195
2500 5X500 15X213 1.112 284 9m x 6m 2m x 1m Later
401A

Page
Format No. EIL132 of 178 Rev. 1
1641-1924 Copyright EIL All rights reserved
DOCUMENT No.
INSTRUCTIONS TO VENDOR A307-000-16-50-TR-0150
Rev. A
Page 4 of 8

CAP-DS3- 3195
401B 2500 5X500 15X213 1.112 284 9m x 6m 2m x 1m Later

CAP-EG3- 3195
401A 2500 5X500 15X213 1.112 284 9m x 6m 2m x 1m Later

CAP-EG3- 3195
401B 2500 5X500 15X213 1.112 284 9m x 6m 2m x 1m Later

CAP-GC1-
1.03 401A 3000 6X500 3834 18X213 0.927 341 9m x 6m 2m x 1m Later

CAP-GC1- 3834
401B 3000 6X500 18X213 0.927 341 9m x 6m 2m x 1m Later

CAP-EG3- 3834
401A 3000 6X500 18X213 0.927 341 9m x 6m 2m x 1m Later

CAP-EG3- 3834
401B 3000 6X500 18X213 0.927 341 9m x 6m 2m x 1m Later

CAP-B08- 3834
3000 6X500 18X213 0.927 341 9m x 6m 2m x 1m Later
401A
CAP-B08- 3834
3000 6X500 18X213 0.927 341 9m x 6m 2m x 1m Later
401B

*Rating including compensation for loss due to series reactor.

7.0 The offered capacitor banks shall be suitable for continuous parallel operation of two banks of
identical rating.

8.0 APFC panel, Series Reactor and RVT shall be duly type tested and shall have proven track record.

9.0 Under all conditions, the switching of each step of capacitor bank shall be through APFC panel.
However, provision shall also be provided for directly control of each step through ECS, in case
APFC panel is not available.

10.0 Specific requirements for Microprocessor based APFC panel shall be

10.1. APFC Panel shall be provided with IP 4X protection class and shall be suitable for Indoor free
standing floor mounted type installation.

10.2. Each bus section (capacitor bank) shall have separate APFC controller. It shall be ensured that
a. In normal operation with 6.6 kV Bus coupler open, the power factor reference input to each
section controller shall be automatically changed to respective transformer.
b. If the bus coupler is closed & one Incomer breaker is open, one power factor reference input is
directed to both section controllers

10.3. APFC function shall be automatically switched off in case of:


a. 6.6kV Bus bar fault or Circuit breaker failure (Incomer, bus coupler and capacitor feeder)
b. 33/6.6 kV Transformer fault

10.4. Following shall be provided in APFC panel as a minimum


a. Voltmeter, Ammeter, Apparent power (KVA) meter, Reactive power (KVAr) meter, KVAr to
reach target pf, APFC relay to switch in and out capacitor banks as per PF requirements,
Master trip relay along with protection CT with minimum protection features such as unbalance,
overload, over and under voltage, over current and earth fault protection.
b. Auto/manual Selector switch shall be provided on APFC panel (LOCAL Control by APFC,
ECS- Control via Owners ECS).
c. Provision for future addition of minimum three control steps
d. Potential free contacts for breaker switching

Page
Format No. EIL133 of 178 Rev. 1
1641-1924 Copyright EIL All rights reserved
DOCUMENT No.
INSTRUCTIONS TO VENDOR A307-000-16-50-TR-0150
Rev. A
Page 5 of 8

e. Time delay for control steps settable in the range of 1 to 120 s


f. LCD display of set point and actual PF, active/reactive power
g. External (remote) change of PF reference
h. Remote disabling
i. In/out of service alarm to the substation control
j. RS45 port for communication on IEC 61850.
k. Bus bar voltage quality information (fundamental and harmonic load) shall be available at both
APFC and ECS

10.5. The controller shall display locally and make available to ECS the following indications:
a. Switching status of the bank
b. Advisory mode
c. Auto Mode

10.6. APFC function shall be automatically switched to the advisory mode in case of 6.6kV bus bar
fault or circuit breaker failure and in the advisory mode, no switch commands are issued to the
controlled bank; it is a help for supporting the operator decisions, especially if there will be a
penalty for deviating from the contractually agreed PF value The operator shall have the
capability to edit the reference power factor and see the effects without effectively switching the
capacitor banks. The various schedules shall be saved for future use; alternatively, it shall be
possible to retrieve a previously stored schedule for review.

10.7. In the Auto mode,


a. Owner from ECS shall be able to trip and close capacitor banks as per requirement
b. The commands to the controllable devices are sent via RTUs. If one of the shunt capacitor
banks is out of operation due to an internal fault, it shall be automatically marked as unavailable
for the APFC.

10.8. The following actions shall be possible from the operator console:
a. Selection of Manual/advisory/Auto control mode;
b. Edit the power factor reference in normal operation with paralleled transformers and in
operation with open bus-couplers; the switching of the power factor references shall be done
automatically if the 6.6 kV bus-coupler opens for any reason; configuration of the sequence in
which the controllable devices will be switched on;
c. Mark (flag) controllable devices which shall be excluded from the closed loop control;
d. Suspend automatically the capacitor switching (system freeze) if the system detects voltage
outside a configurable bus voltage band; the maximum percentage of the violated limit shall be
editable.

10.9. The capacitor switching shall be timely coordinated with the on-load tap changer actions; a
sufficient time delay margin shall be allowed for the voltage control actions and for the damping
out of power frequency voltage transients before a APFC-initiated capacitor bank switching.

10.10. APFC shall have real time clock tracks & logs date and moment of each alarm and event.

10.11. Both hardware & software locks shall be equipped to APFC relay for bank setting protections
from any unauthorized access.

10.12. Bidder scope shall include all signals related to applicable items as listed in I/O list completely
shown in ECS attached below level.

10.13. Each APFC panel shall be provided 110V DC for control supply.

10.14. Paint shade for APFC panel shall be RAL 7032.

10.15. Supply of all cables between equipment supplied by the bidder is also included in the bidders
scope. The maximum cable length between each 6.6kV capacitor bank and APFC panel shall
be considered as 100m. However, the actual length shall be worked out based on the final
layout drawings and the same shall be provided without any time and cost implication to the
owner.

Page
Format No. EIL134 of 178 Rev. 1
1641-1924 Copyright EIL All rights reserved
DOCUMENT No.
INSTRUCTIONS TO VENDOR A307-000-16-50-TR-0150
Rev. A
Page 6 of 8

11.0 Specific requirements for Capacitor switch

11.1 The Capacitor switch shall be of vacuum type. The Capacitor Switch shall be of either single phase
with synchronized operation for three phase or three phase construction and shall be suitable for
remote operation.

11.2 The Capacitor switch shall be suitable for indoor installation and shall have sealed weather proof
type construction.

11.3 The operating mechanism shall be either solenoid or motor charged spring. The control supply
voltage for spring charging motor shall be 110V DC.

11.4 The capacitor switch shall be suitable for min. 10000 electrical and min. 100000 mechanical
operations at the rated current.

11.5 The Capacitor contactor shall be subjected to the following tests in accordance with the IS:9920
(Part-IV):

TYPE TESTS:
(a) Tests to verify the insulation level, including withstand tests at power frequency voltages on
auxiliary equipment.
(b) Tests to prove that the temperature rise of any part does not exceed the specified values.
(c) Making and breaking tests including tests for the rated capacitive current.
(d) Tests to prove the capability of the switch to carry the rated short time current.
(e) Tests to prove satisfactory operation and mechanical/electrical endurance.

ROUTINE TESTS:
(a) Power frequency voltage dry tests.
(b) Voltage tests for auxiliary circuits.
(c) Measurement of the resistance of the main circuits.
(d) Tests to prove satisfactory operation.

12.0 ECS I/O LIST

The interface with ECS shall include the following:


INFORMATION

INFORMATION

INFORMATION
DESCRIPTION

DESCRIPTION
EQUIPMENT

NATURE OF

INTERFACE
CONDITION

CONDITION

REMARKS
RANGE
RESET
TYPE

SET

L/R
APFC NOT
DI STATUS SELECTOR LOCAL HARDWIRED
PANEL LOCAL
SWITCH
L/R
APFC NOT
DI STATUS SELECTOR REMOTE HARDWIRED
PANEL REMOTE
SWITCH
CAPACITOR STEP SEPAR
DI STATUS ON OFF HARDWIRED
BANK ON/OFF ATE
CAPACITOR STEP FOR
DO COMMAND Activated=1 HARDWIRED
BANK CLOSE EACH
CAPACITOR STEP STEP
DO COMMAND Activated=1 HARDWIRED
BANK OPEN

Page
Format No. EIL135 of 178 Rev. 1
1641-1924 Copyright EIL All rights reserved
DOCUMENT No.
INSTRUCTIONS TO VENDOR A307-000-16-50-TR-0150
Rev. A
Page 7 of 8

Notes:

1. All I/Os shall be acquired hardwired and have been indicated as hardwired in the typical I/O list
above.

2. This I/O list is indicative only. Any other I/O required to meet the contract requirements shall be
identified and provided by CONTRACTOR.

3. Digital Input Signals shall be as mentioned below:

Status (S) For hardwired signal, potential free contacts of rating 1 A, 110 V DC or 240 V AC,
make to alarm (NO) required.

4. Digital Output Signals shall be as mentioned below:

Command (C) Hardwired through potential free changeover type contact of interposing relay,
contact rating 5 A, 240 V AC and/or 4 A, 110 V DC. Coil rating shall be 24 V DC.

Page
Format No. EIL136 of 178 Rev. 1
1641-1924 Copyright EIL All rights reserved
DOCUMENT No.
INSTRUCTIONS TO VENDOR A307-000-16-50-TR-0150
Rev. A
Page 8 of 8

TECHNICAL COMPLIANCE STATEMENT


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

I, ON BEHALF OF M/s___________________________ CONFIRM THAT THE PROPOSAL OF


_____________________________QUOTED BY
M/s___________________________________FOR BPCL-KR, INTEGRATED REFINERY
EXPANSION PROJECT, KOCHI (INDIA) AGAINST MATERIAL REQUISITION No. A307-000-XG-
MR-0150 IS IN TOTAL COMPLIANCE TO THE SCOPE AS WELL AS ALL THE TECHNICAL
SPECIFICATION AND NO DEVIATION, VARIATION OR RESERVATION WHATSOEVER HAS
BEEN MENTIONED IN THE TECHNICAL OFFER. IT IS FURTHER AGREED THAT THE
TECHNICAL DETAILS FURNISHED IN OUR OFFER WILL BE REVIEWED BY EIL/BPCL
DURING DETAILED ENGINEERING STAGE AFTER ORDER AND ANY CHANGE REQUIRED
TO MEET THE REQUIREMENTS OF ENQUIRY SPECIFICATION INCLUDING AMENDMENT(S)
(IF ANY) WILL BE INCORPORATED BY US WITHOUT ANY PRICE AND TIME IMPLICATION.

(SIGNATURE WITH SEAL)

Page
Format No. EIL137 of 178 Rev. 1
1641-1924 Copyright EIL All rights reserved
Datasheet No.
DATA SHEET A307-000-16-50-DS-0150
HV CAPACITOR BANK Rev : A
Page 1 of 2
PURCHASER'S DATA
A Site conditions
1 Maximum ambient temperature: 46 C 4 Relative humidity: 30-100 %
2 Minimum ambient temperature: 1 C 5 Altitude < 1000 m
3 Design ambient temperature: 45 C 6 Environment: Humid & corrosive
B Technical particulars
1 System nominal voltage 6.6 kV 10% e Lightning arrerstor Not Required
2 Frequency 50 Hz
11 3%
kV 6% 12 Push button for remote breaker trip By owner
3 System earthing Resistance earthed
50 Hz 3% 13 Clustered LED for ON/OFF indication Required
4 Fault level 40 kA for 1 sec
Unearthed
5 No. of phases Three
12.5 kA 14 Capacitor unit
6 Power frequency withstand 28 kV (rms) a Rating Refer ITV*
Capacitor bank b Nominal voltage Refer ITV*
Series reactor 16 kV 15 Series reactor
RVT 16 kV a Percentage reactance 6 %
7 Impulse withstand voltage 75
16 kV
kV (peak) b Location Out door
Capacitor bank c Incoming cable LATER
Series reactor 45 kVp d Current rating Refer ITV
RVT 16 Residual voltage transformer
8 Minimum clearance Ph-Ph 229 mm
45 kVp a Primary voltage 6.6/3 kV
11/3 kV
9 Minimum clearance Ph-E 178 mm b Secondary voltage 110/v3 V & 110/3V

10Tag Nos. see note 2 c Connection See Note-1 & 2


11Capacitor bank d Rated output 25 VA
aRating at rated voltage at rated frrequency Refer ITV* e Accuracy class Cl 1.0
bInstallation Outdoor f Location Outdoor
cCompensation for kVAR loss Yes
due to series reactor included
d Incoming isolator Not required
MANUFACTURER'S DATA
A Capacitor bank (including series reactor) & APFC C Series reactor
1 Output Rated 1 Make
Maximum kVAR 2 Type of core
2 Voltage Rated 6.6 kV 3 Type of cooling ONAN
Maximum 7.26 kV 4 Rating
3 Frequency Rated 50 Hz 5 Rated voltage 6.6 kV
Maximum 51.5 Hz 6 Rated frequency 50 Hz
4 Inrush current Initial kA 7 Rated Current 188 A
Back to back kA A
5 Temperature rise (Max.) C 8 Resistance per phase Ohms
6 Type of connection 9 Reactance per phase 1.85 Ohms
7 No. of capacitor units per bank / in parallel per phase 9/3 10 Reactive drop per phase V
9 Dimension Length mm 11 Rated load loss at 75C W
Breadth mm 12 Temp. rise winding C
Height mm 13 Short time symmetrical current A
10 Weight kg Duration sec.
B Capacitor units 14 Resonance frequency Hz
1 Rated output voltage 4.445 kV 15 Dimensions Length mm
2 Unit rating Breadth mm
3 Type of foil material Height mm
4 Type of impregnant D Residual voltage transformer
5 Dielectric strength of impregnant 1 Make
6 Residual voltage V 2 Accuracy class
7 Discharge time sec. 3 Residual voltage V
8 Dielectric losses 4 Dimensions Length mm
9 Tangent of dielectric loss angle Breadth mm
10 Dimensions Length mm Height mm
Breadth mm 5 Weight kg
Height mm
11 Weight kg
Notes: 1. The connection for RVT shall be Primary Star/ Secondary Star/ Secondary Open Delta.

2. Each step shall be provided with separate RVT.

* ITV refers to "INSTRUCTIONS TO VENDOR" DOCUMENT NO. A307-000-16-50-TR-0150 REV A

A 07.10.2014 ISSUED WITH MR CA/MHR SV BRB


Rev. No Date Purpose Prepared by Checked by Approved by

Format No: EIL 1650-2015


Page 138Rev.4
of 178 Copyrights EIL - All rights reserved
Datasheet No.
DATA SHEET A307-000-16-50-DS-0150
HV CAPACITOR BANK Rev : A
Page 2 of 2
PURCHASER'S DATA
E APFC
1 Supply voltage (with tolerance) 10 Accuracy %
2 Make/Model no. 11 Frequency range
3 Consumption/Burden VA 12 Mounting position
Measurement category (according
4 13 Dimensions
to IEC 61010-1)
5 Current input 1A CT 14 IP protection
6 Current input impedance 15 Alarm contact rating
7 Number of outputs 16 Power factor setting
8 Output contact rating
12.5 kA

F Vaccuum contactor
1 Make/Model no. 16 kV 10 Max. required current of solenoid
2 Rated voltage 16 kV (i) Closing solenoid
3 Rated maximum voltage 16 kV (ii) Opening solenoid
4 Rated normal current 400A 11 Closing time
5 Rated single capacitor banks current 12 Inherent delay between 2 switching opn.
6 Rated short time current for 1 sec 13 IP protection
7 Rated short circuit making current 45 kVp

8 Impulse withstand voltage

9 Power frequency withstand voltage

A 25.09.14 ISSUED WITH MR CA SV BRB


Rev. No Date Purpose Prepared by Checked by Approved by

Format No: EIL 1650-2015


Page 139Rev.4
of 178 Copyrights EIL - All rights reserved
Altitude Fault level Impulse withstand
< 1000 m 12.5 kA 45 kVp
> 1000 m 20 kA 60 kVp
25 kA 75 kVp
Environment 31.5 kA
Humid & Highly corrosive 40 kA Minimum clearance Ph-Ph
178 mm
Nominal voltage System earthing 229 mm
11 kV 6% Unearthed
6.6 kV 6% Solidly earthed Minimum clearance Ph-E
3.3 kV 6% Resistance earthed 140 mm
Reactance earthed 178 mm
Frequency
50 Hz 3% P.f withstand Lightning arrestor
60 Hz 3% 16 kV Required
22 kV Not required
Compensation for loss 28 kV
Yes Capacitor bank rating
No Incoming isolator 3000 kVAR
Required 2500 Kvar
RVT Not required 1500 kVAR
Primary voltage 100 kVAR
11/3 kV 150 kVAR
6.6/3 kV
3.3/3 kV

Format No: EIL 1650-2015


Page Rev.4
140 of 178 Copyrights EIL - All rights reserved
Document No.
VENDOR DATA REQUIREMENTS A307-000-16-50-VDR-0150
FOR Rev. A
HV CAPACITOR BANK Page 1 of 3

VENDOR DATA REQUIREMENTS


FOR
HV CAPACITOR BANK

A 08-OCT-2014 Issued with MR MHR SV BRB


Rev. Date Purpose Prepared by Checked by Approved by
No.

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

Page 141 of 178


Document No.
VENDOR DATA REQUIREMENTS A307-000-16-50-VDR-0150
FOR Rev. A
HV CAPACITOR BANK Page 2 of 3

VENDOR DATA REQUIREMENTS

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

HV CAPACITOR BANK

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. Schedule of Vendor Documents
2. Confirmation of Technical Compliance
3. Data Sheets (Duly filled-in)
4. G.A. Drawing for HV Capacitor Bank showing
all devices and supporting structures
5. Installation Plan and Mounting details
6. Foundation details
7. Wiring and Interconnecting Diagrams
8. Enginering documentation/ calculations for :
Capacitor sizing for net kVAR
9. Enginering documentation/ calculations for :
Reactor sizing
10. Enginering documentation/ calculations for :
Fuse sizing, in case of external expulsion type
fuses
11. Enginering documentation/ calculations for :
Inrush current calculation for worst switching
conditions
12. Enginering documentation/ calculations for :
Sizing of lightning arrestors
13. Enginering documentation/ calculations for :
Fault contribution calculations
14. Parts list and Bill of material
15. Inspection & Test Plan (ITP) -For review by
Inspection Dept.
16. Test Records
17. Type Test Certificates (for Capacitor, Reactor,
RVT, and APFC panel) including certificates for
voltage and short time rating
18. Recommended maintenance spares with prices
19. Data Books/ Manuals : Installation Manual
20. Data Books/ Manuals : Operating/ Maintenance
Manual
21. Data Books/ Manuals : Catalogues/ Brochures
22. Equipment storage procedure at site
23. Technical document (GA drawing, wiring,
schematics etc.) for APFC panel

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

Page 142 of 178


Document No.
VENDOR DATA REQUIREMENTS A307-000-16-50-VDR-0150
FOR Rev. A
HV CAPACITOR BANK Page 3 of 3

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).

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

Page 143 of 178


Page 144 of 178
Page 145 of 178
Page 146 of 178
Page 147 of 178
Page 148 of 178
Page 149 of 178
Page 150 of 178
Page 151 of 178
Copyright EIL All rightsreserved
0'AaId Ld- 1000-00-8 '0N leW.10d
Aq penoiddv

o-
m

o
Cr -0

3
c>
o.
G <

0.
zm

01

3
o 3
0
th
neeing spepuels

(4)

0-
G.

G)
co
uop.ewawaidw! JO penssi

7:1
3:1
ZOOZ '80'Z
o

G)
penss!-au pue pesineu LOOZ 'Z1/17Z

Page 152 of 178


penss% pue pas!nad Z L OZ '90'6Z
u
.naH OZ01-18-9

rrn
z
STANDARD SPECIFICATIONNO.
'~i " " E,3 ~9 2 gr .-ri
2 r-2(g,. g'n' ?;') ir
-t rri
n ,-ri
(-) > '"#'
z',
o .
rri

0Ae2:1 L3-1000-00-9 'oN


sri '""r1 '-r1 rrl C:1 t=1 C5 nnnnt:zi>co>
tn '..C$ (jj cn (7g cn "< s:
)-.<`-'), E ci) `- (1)
. CD co - ,.- '-1 --
li .-s li 0.

uldno .D.s
0 -s -st>CD CD CD '"t <5 r) (I) 4) ?"D r
F:S.: PD C-) CD C4
CD ...I C'' r:t '"1 ,-, " <'Il -6'" ~1, cn 0- ,_ ,

-1. CA '-'. Cit7 r) 0 F -. 0 ".r..5.
).. (-) (-) ''' "7' '`

Inspection Standards Committee


'..11 C<D) .5 . P.D ".:J '(..-') (1)
'-d '< o 0 0n) - ,..,
1) tri Q ''t 2 - = -b "i
o
0
4 01- cn"e).-t,4) .ro --3 , (i) o - ., -trD .-,iCS CD--
CD t-+ :,, 5'
-r. CD.-- AD (-) n
-t r) cp (I) rt, <5
' ,...,
<
P,) t=,) tri

watuTeau woH
rp o r
-r7 c) r) Cfg H cf) =, o 1W
H ro (1)
cn CD
'-- .. c,,
(1)
'>=;";-.;
'.
r9 2 o (1Q 0" cip c4
CD -r cr,z cn .-- .-h 0-,-1-,
A3 Sw
__ c/D eD CD
. 6 ,-,,, 4 CD t'rl r%7 "
- CD a-) . .- AD o.-1 OEQ -t >e
Cirg AD C) c'D ..o o.
~ 11 .- SW Ci.
CD
::,) - ,._, o 0.
Cfg ~1,
r, cp `4-
-- o
Rte .-t < -t
: s),)
0 1 ') cr CD rri
AD CiD
(-) 0

-t ... CT
z> o
co o c-)
.-,-
'-' o -t
co
CD t:0
z4 r'
cl, rolw
a l
s .

ro
P4
-.

E
E

,(:), < = -- H ' 0- -pp3 7 e r0-0 '2 jJ :".,k: 7zi, z z


C) <1) cl., --t '-t' .
'4 s) ,.-
' v)- ><:,' 2 -,
si, cl.. co cl., 5

(1)
d cno
pepal-eN

,....
r" u) 5. -9 " 64 '"1
"crc? :an cr''' `-'. .' l'' :".' (T''
0.., :),) ,-t
" ci) o
,, `-< ...
l-i 5 : . i er) x--) tri
n "".6...o < o
Japio asugomd

(1)
r) (/'
-' < ci)
a-P- CH
,o-c:, -9
. CD A) -, 'CS D ' C:- ~C ~_,A D ,c.A.i O) *(r).7, . CD o
n. Cr rt, . ;.-4.
-
- ;;') 't 0
0 Cfq ..,
c4
.-
-r- cn
CD ,-1 ,-4-. 0., Cl. CD po < CD
ril o 0 CfCi CD CD ,..,.
,-r- CD
. rD V) CD Cip
-0 n ;::) p,.
''''
o ,,,
AD
awoupioD

r) (I) > 1.-t, CrQ (1)


rt)
( 1),)
0 l'' ''
cn GIQ 7-r
'h rD
,:h '-' r) :to co
(1) ..-, n e-t.. C) r)
/')

(-) -)-
CD
"
P.)
g

N
.naH OZ01-18-9

A)
patuesai sA B!J IIV 11341-16p Adoo

,..,
,-.
O O
STANDARD SPECIFICATION NO.

Page 153 of 178


t,. ..) t,..) - Z &) O
;-, ,::, 0

?.)t E , ' - i2
_ <D c- ) .
c: ) -cst =0 , izt 0
-,- '-< - o- -1 ,--, - - -t ,..,
o ,--, k. i (14 o .--t ,-
-,- ''"
`"1 r' ({2 9) 8 P ii
(=) GtE; " ..-t '",z -. .-+ -C ("). c?

Procedures
,-,' g c) 8 6i)
("D :=; - -' . 5j
C) (::), ,--, ,..CD <-5- rD
-1. .-t
Z ,,) $,)

0Aad L3- 1.000-00-9'0N leWJOd


(I.'"D 1z 0 ED
t-,C, (/) 0
~ ' n'' >"t

Material Inspection
CD > -.,-,, (1)---
ut" AD
, -t-t CDs,)"- th cr n
,
c7]

STAGE/ ACTIVITY
r: 5 5.0 to
-1
o ..15' ..-, -c2 c)-t '''
S1N31111304133Na?133311 0*Z

3.0 INSPECTION AND TEST REQUIREMENTS

certificates,etc.
CHARACTERISTICS
PO/PR/ Standardsreferred there in/Jobspecifications/Approved documents.

Purity,Reviewof Manufacturer'stest
Physical Chemical, Dielectricproperties,

asperrelevantspecifications
..-
c)
c) .
<:'
QUANTUM
OF CHECK

et --3 y
-3 ,e2, n
(D
..- o cr) (.1'
CD .t
o . 5C/)" .. r)
C) Ci. o
C) rf)
.-1 .... <-'
oco g
cnQ., 6-
Cr

X
SUB
SUPPLIER
This InspectionandTest Plancoverstheminimumtestingrequirementsof High VoltageShunt Capacitor BanksalongwithSeries Reactorand RVT.

0
.nallOZOI-I8-9

pamasai sly 6P IIV 113 #q 60doo


SUPPLIER

~I
SCOPE OF INSPECTION
STANDARD SPECIFICATION NO.

10

Page 154 of 178


.4. 4=, l....> tj 7. (A
-- ,.= --
o 0 C'(

,---. (-)
>?_,D"'
(-)
:,,
CD r,

(-)

Cableboxes
CD
H .
CD -
cn cl,
.--

Final Inspection

0Aad L3- 1000-00-8'0N IeWJ Od


cn
,--,

Control Panels/Desk,
fabricationofRelay&
Inprocess Inspection

seriesreactorandRVT,
Fabricationof Tanks for
STAGE/ ACTIVITY


Cr < r) r) :z,, 1 o > C7 5 H c/ .<
o ,..,
- - -- p -4- ,--4-
" _., o c_n " Po < < ,, , ,.., --
s , , ,,.-)-.
o "4. if; ,---, '-' 0
..., . o o ;= - - 0 -
,..1 CfQ
-
,(5,, cr ,--, to co n) t
5:D F ,p-' ':-)-
- o , 94
-t '<-?) R CD
Visual

,..., ,-b Crci cr% P


`' >
PD C>) a).--: 0 CD (D ( '"g CS ,-
, 77' r) --- ,,_
r) -t ,- ,-+ CifQ
..., .D cz, go c) to co -- 0 co
o o ::,, cn cn (n ,..,.'
-r- ,--t- k7;
Dimensional

,eD o r) o Cr Cr s cD
Er -- " c ) gs c ,.4) o o
-t
CD v) ,-t CD CD
size, LiftingHooks

....
1=0
0 '---.., o izo - . ..., v, CFQ
--P-
D cp
Cfc? -t 'cs

C2., C:1., ~ - o
CHARACTERISTICS

=' -
ccr o to
k<:'' oL,
,v) o o < cr :
Paintshadeandsurface finish

c <-,. - ;>0 v)
-- v) -,- co
v) ,-
) -- S:0 .-
AD
-, C/2
..cj CfQ 6
.- C., ii)
Cil
Cn
r-t-
Cableentry, Cable lugs,Cable Glands

rri c:'-la, c> ,--


,-, o ,(71-.
, c,
c)

-1
:--- P
<::
QUANTUM
OF CHECK

..)- ,-. 3


--3
-4. --, o
7
) gp.
co up
CA CD cp r)
cl> '8"
o
,-,
Records


o &)
t=2.,
Suppliers Test

ol.
O. ---

, .
SUB
SUPPLIER

CD

0
.nall

paivasai sp.1 61-1 11V 113 4 00doo


SUPPLIER

1-t
SCOPE OF INSPECTION

7z)
STANDARD SPECIFICATION NO.

Page 155 of 178


STANDARD SPECIFICATIONNO.

Z
AaH OZ01-18-9

cn
SCOPE OF INSPECTION
QUANTUM

r)
z

r)
e.)

c.)
,-
STAGE/ ACTIVITY

,-rm

CD
cin
:
SUB
0

OF CHECK SUPPLIER EIL/TPIA


SUPPLIER
Visual
Dimensional
Paint Shade/surface finish

a. ,
H cr i ') cr
c)
cp c)

, !z) in., '-.<

ci.
Oil leakage

,-,-. o
Ci) CD rD

cn
CD

CD ,5 .-,
s.,.., r.) (-)
,, 0
cr al, ii ')

'6' o
'z
i)
-4

SeriesReactor,RVT Measurementof Inductance,conductor

cl.,
.

."-,
resistance

0
0
,_,_,
r.i.
k<
Interturn Voltagewithstand test
Ratiocheck for RVT
Dielectrictests forReactor/RV
100% by
Dimensional TestRecords/
supplierand on
.4.
W

Structural steel /Panel

x
Galvanizingcheck Inspection
random basis
Paintthickness( inpanel) Witness Record
byEIL/TPIA

Capacitor Units:
Thermal stabilitytests
Capacitor losstangent(tan 5)atelevated

temperature
Lightning impulsevoltagetest between

~-,
8

Q,
(D CD

CD
-gs'

,!_,
terminalsand container

cA

"

..-3
--,
s:0 r=
eD

C'D
CA
H

CDH

Shortcircuit dischargetest

8
,-#
'r::3
CD

CA
cn
,,.

,-,CD,
v,
0

Page 156 of 178


,,-
e)
,4
cn
crQ
CD

CD
Reactors/RVT:
Temperaturerise
Lightening impulsetest

Q factormeasurement
Determinationoferrorsasperaccuracy

0'Aed L3- 1000-00-9 '0N }eLUJOJ


IIV113411 60doo pamasai
STANDARD SPECIFICATION NO.

0-3
) rg
'AallOZ01-18-9

rn
SCOPE OF INSPECTION
v)

QUANTUM

o
STAGE/ ACTIVITY

g
CHARACTERISTICS

cn
SUB
0

OF CHECK

t=1
,-,
,,-,
r
-0
SUPPLIER
SUPPLIER
O
cit

Painting
PaintingandPacking Visual
Suitableprotectiontoprevententryof Packing list /
.-
ul

.--
C)
C)
c'''

z
foreignmaterial. Supplier's

,
Properpackingtopreventany damage Records
duringtransportationandstorage.
O
ct

Documentationand IC
Supplier' sTest
ReviewofInternal Test Reports & MTCs Records /
.--
53"

,-.
c:,
DocumentationandIC

z
CD

z
IC issuance. Inspection
Certificate

Witness if called for inj obspecifications. Insuch casesspecifiedTypetestwill beconsidered aspartof Acceptance Test.

a.
.
=

w) X

(Oz'
D
C3- ,-
ct,

o
o

o
CD

rD

'-c-

cp
rM
rM

51)
(1)


O


c)
.cs

-t

(1)
CD

CD

eD
C/7
CD

'."

0 >
tv -

Page 157 of 178


0 ".
c) '-]

--).

...
0..
-. ' c_

.t
,''

,-- .

.-- .

rM,--
CL.
-r-

rD

-r-
-r
F
t 7

=
r.--
(")

(t)

50
a)

cp

A)

o
0

o.-1
-t
cD

CfQ

`0
c.n
co

A3

io
t.)
.-S

CD
CD

CD
cn

cn

C)
CD

0
CD
cn
c
"
-,

cto
zs=,)
ri>
c) me
CD -

5,

.-
-4-.

- .
s-t:
'-'-'

c)..
...

.*)
<=3..
<=3.-
cr

cn

,--
Cr
'-d
>"d
..-4-
'<
0

<
--

'.0
c)

A)

<i)
co

co

ct)
cp

.-S

co
,-s
cn
cn

,-t
Q3

CD
CD
CD

CD
cn
-t

o
C

0.rad Ld - 6000-00-9 '0N W w.iod


IIV- 11341160doo pemasai
Page 158 of 178
Page 159 of 178
Page 160 of 178
Page 161 of 178
Page 162 of 178
Page 163 of 178
Page 164 of 178
Page 165 of 178
Page 166 of 178
Page 167 of 178
Page 168 of 178
Page 169 of 178
Page 170 of 178
Page 171 of 178
Page 172 of 178
Page 173 of 178
Page 174 of 178
Page 175 of 178
Page 176 of 178
Page 177 of 178
Page 178 of 178

Вам также может понравиться