Sei sulla pagina 1di 207

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

Table of Contents
Document Number Rev. Document Title Page
Number
A133-086-CP-MR- A ENQUIRY DOCUMENT 2
7620-63-RFQ
A133-086-CP-MR- B Packing Unngineered 78
7620
A133-86-02-DS-1009 2 86-C-09 LPG AMINE SCRUBBER 83
A133-87-02-DS-1001 2 87-C-01 CAUSTIC PREWASH COLUMN 88
A133-086-16-46-DS- B LPG AMINE SCRUBBER (86-C-09) 92
3009
A133-086-16-46-DS- B LPG AMINE SCRUBBER (86-C-09) SHEET 2 93
3009A2
A133-086-16-46-DS- B LPG AMINE SCRUBBER (86-C-09) SHEET 3 94
3009A3
A133-087-16-46-DS- B CAUSTIC PREWASH COLUMN (87-C-01) 95
3001
A133-087-16-46-DS- B CAUSTIC PREWASH COLUMN (87-C-01) SHEET 2 96
300102
A133-086-05-43-TR- A INSTRUCTIONS TO VENDOR/ TECHNICAL REQUIREMENTS 97
7620
A133-086-05-43-TQ- A TECHNICAL MEMORANDUM (AT BID STAGE) 108
7620
A133-086-05-43-DV- A DEVIATION SCHEDULE 111
7620
A133-086-05-43-VR- A VENDOR DATA REQUIREMENTS 113
7620
44NC-4600-0000- A General Specification for tower internals 116
V.02-0107-A4
44NC-4600-0000- 0 Engineering Design basis for Trays/Tower Internals 126
V.02-0108-A4
44NC-4600-0000- 0 General Specification for fabrication of tower internals 143
V.02-0109-A4
44NC-4600-0000- 0 Standard specification for Review of Site intsallation of Column 148
V.02-0122-A4 Internals
44NC-4600-0000- 0 Standard specification for Column packings 162
V.02-0123-A4
44NC-4600-0000- 0 Packing, Marking and Shipping Specifications for Trays and Tower 166
V.02-0124-A4 Internals
44NC-4600-0000- 0 Vendor's Qualification Criteria - Coker Block 170
V.02-0171-A4
6-78-0001 0 Specification for Quality Management System Requirements from 177
Bidders
6-78-0003 0 Specification for Documentation Requirements from Suppliers 186
INDVSD030 0 Standard Internal Plate Flanges 198
INDVSD045 0 Support for Internal Feed Pipe 199
INDVSD047 0 Supports for Internal feed 200
INDVSD056 0 Support Ring Sizes for Packed Towers 201
INDVSD065 0 Spec for Packing the Column 202
INDVSD066 0 Spec for Packing the Column 203
INDVSD079 0 Packing, Marking and Shipping Specifications for Trays and Tower 204
Internals
44NC-4600-Q-0001- 0 BOLTING MTL 205
A4 APPENDIX - A
44NC-4600-Q-0001- 0 COL TRAY INT 206
A4 APPENDIX-A

Page 1 of 207
Regd. Office: Engineers India Bhawan, 1-Bhikaiji Cama Place, New Delhi-110066, India
Phone No. : 00 91 11 26762121 ; Fax No. : 00 91 11 26191714, 26167664
REQUEST FOR QUOTATION (RFQ)-(INDIGENOUS / FOREIGN / GLOBAL)
(e-Tendering)

Date: 27-Jun-2014

M/s Client Chennai Petrochemical Corporation Limited


For Limited Bidders Only: Project Coker Block of Resid Upgradation Project at Manali
The Suppliers to whom this RFQ is Refinery, Chennai
issued are only required to quote. RFQ No. RC/A133-086-CP-MR-7620/63
Item STRUCTURED PACKING ( PROPRIETARY) & TOWER
INTERNALS
Category II
Due Date 09-Jul-2014 [Up to 1200 Hrs. (IST)]
UNPRICED BID OPENING: At 1400 Hrs.(IST) on final bid due date
(In case the bid due date happens to fall on Holiday, the next working day
shall be deemed to be due date)
PRE-BID MEETING Not Applicable

PRICED BID OPENING : DATE & TIME SHALL BE INTIMATED LATER


REVERSE AUCTION Not Applicable
Gentlemen,

1. Chennai Petroleum Corporation Limited (CPCL), a subsidiary of Indian Oil Corporation Limited has
existing Refinery Facilities at Manali, Chennai, Tamil Nadu (India). The present capacity of CPCL at
Manali Refinery is 9.5 MMTPA. CPCL is currently implementing a Revamp of existing units to increase the
crude processing capacity by 1 MMTPA to take the overall complex capacity to 10.5 MMTPA unit.
Chennai Petroleum Corporation Limited (CPCL) has awarded the work of Resid Upgradation Project-
Coker Block to Engineers India Limited (EIL) and EIL is the CONTRACTOR for this Project.
2. Bids are requested for the captioned item in complete accordance with enquiry documents and its
attachments.

3. The complete RFQ can be downloaded from the EIL website (http://tenders.eil.co.in or from CPP Portal
(URL: http://eprocure.gov.in)

4. Bidders are requested to submit e-bids electronically on the CPP Portal (URL: http://eprocure.gov.in) only
in accordance with the instructions and terms & conditions enclosed with this RFQ Covering letter.

Bids should be submitted separately in two parts as follows:

Part-I : The techno-commercial Part consisting of following:

i) Offer Covering letter (in bidder‟s letter head)


ii) Techno-commercial compliance to the RFQ terms & Conditions.

RFQ_A133_6145_51 Page 1 of 4
Page 2 of 207
iii) Duly filled-in, signed & stamped Annexure I to Prefilled ATC giving basic details on
transportation charges, taxes/ duties etc.
iv) Bank Certified Mandate Form as per Annexure-II to Prefilled ATC, duly signed and
stamped with the Banker‟s certification alongwith cancelled cheque.
v) Unpriced copy of Price Schedule (Excel file) “Format-A”(available in the RAR format
which is uploaded on EIL website (http://tenders.eil.co.in or CPP Portal (URL:
http://eprocure.gov.in) (Indicating „Q‟ in place of price and „NQ‟ for not quoted).
vi) Unpriced copy of 2 years recommended spares for Operation & Maintenance of
equipment “Format – C1 ” ( enclosed with Price Schedule Format - A) available on
i) https://www.tenderwizard.com/eil (Indicating „Q‟ in place of price and „NQ‟ for not quoted).
ii) Unpriced copy of Supervision Charges quoted in the “Terms & Conditions for Supervision
of Erection, Testing & Commissioning” indicating “Q” in place of Prices.
iii) Unpriced copy of unit rates required as per Sr. No 06.00 of MR.
iv) Latest Complete Audited Balance Sheet.
v) Fresh Bank Solvency Certificate, date of issue of this certificate should not be earlier
than 1 year from the date of Opening of Techno-commercial part.
vi) Integrity Pact (Clause # 22 of Special Commercial Notes to RFQ)
vii) Concurrent Commitment, in the format enclosed with RFQ
viii) Technical Compliance/ datasheets/ documents, required as per Material Requisition.

Part-II : PRICED BID

Containing only prices filled in the prescribed price schedule excel format and other formats provided in
the RFQ Document, consisting of the following priced documents:

i) Prices in Price Schedule Format (only as per Excel file available in the RAR format
which is uploaded on EIL website (http://tenders.eil.co.in or CPP Portal (URL:
http://eprocure.gov.in). (Format A and Format C1)
ii) Per-diem charges for Supervision of Erection, Testing, Pre-commissioning and
Commissioning.
iii) Prices for unit rates required as per Sr. No 06.00 of MR.

Note:
a) Deviations to terms and conditions, presumptions etc shall not be stipulated in Price part of bid
and price bids shall not contain any stapled slips. In case of any conditions stipulated in price bids
or the price bid containing any stapled slips, the bids of such bidders shall be summarily rejected
and shall not be considered for further evaluation. Evaluation shall be carried out excluding such
bidder(s.)

5. Offers received through Fax / Telex / Telegraphic / E-Mail / hard form (other than the documents
specifically required in hard form) shall not be considered.

6. EIL will open the bids received online at their office, at the specified date and time given in the RFQ or
extended date, if any.

RFQ_A133_6145_51 Page 2 of 4
Page 3 of 207
The bidders who have submitted their bid will be able to view online the name & status of all the bidders at
their respective windows, after unpriced bid opening by EIL.

Similarly, all technically and commercially acceptable bidders will be advised of date and time of online
priced bid opening. Aforesaid Bidders, will be able to view online the price sheets of other techno-
commercially acceptable bidders at their respective windows, after priced bid opening by EIL.

7. Please furnish your response to our RFQ either through EIL‟s website http://tenders.eil.co.in or by
sending email/fax to EIL as per Proforma of Reply/ Acknowledgement Letter enclosed, by the pre-bid
meeting.

If not bidding, please return enquiry documents along with regret letter within the due date with reason(s)
of not participating in the RFQ.

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

8. Offer Validity: Offer shall be valid for 03 Months from the final / extended bid due date.
9. PAYMENT TERMS
For Supply (excluding Mandatory Spares): As per clause No. 1.1.1 (iv) of Instruction to Bidders
For supply of Mandatory Spares: As per clause No. 1.1.2 of Instruction to Bidders.
For Supervisory services : As per clause No. 1.1.4 of Instruction to Bidders.
For other scope: As per Instruction to Bidders
10. Delivery/Completion Period :
Indigenous Supplier:
05 month from date of FOA / PO on FOT Site basis. The date of receipt of material at site shall be
considered as the date of delivery.
11. Price Reduction Schedule: As per clause No. 12.1 & 12.4 of Instruction to Bidders.
12. Repeat Order is not applicable for this RFQ.
13. Vendors shall source Random packings from following sub-vendors only and the prices quoted
shall be considering the same:
i. AMI Enterprises India
ii. HI-Pack Mass Transfer Products India
iii. Kevin Enterprises Pvt. Ltd. India – Mumbai
iv. Koch-Glitsch India Ltd
14. Contact Persons for this RFQ are:

Ms. Rekha Choudhary–AGM (C&P) ; Phone:011-26762071 ; E-mail: r.choudhary@eil.co.in


Mr. Swapnil Vaishnav-Sr. Engineer (C&P) :Phone:011-26763079 ; E-mail: swapnil.v@eil.co.in

* Please specify Ref. No. (i.e. RFQ No.) in all correspondence

THIS IS NOT AN ORDER Very truly yours,

( REKHA CHOUDHARY )
Asst. General Manager (C&P)

RFQ_A133_6145_51 Page 3 of 4
Page 4 of 207
Enclosures :
 Techno-Commercial Compliance To Bid Requirement
 Price Schedule (for Indian Bidders / Foreign Bidders, as applicable) – uploaded on EIL
website (http://tenders.eil.co.in or CPP Portal (URL: http://eprocure.gov.in) as RAR file.
Standard Commercial Documents Containing:

 Forms & Formats


 Reply/ Acknowledgement letter
 Proforma of Letter of Authority Rev.0
 Format for Bidders‟ Pre-bid Queries
 Exceptions and Deviations (Commercial)
 Format for Present/ Concurrent Commitments
 Annexure – A : Particulars required for Tax Residency Certificate (TRC) & Form 10F
 Format For 2 Years Spares of normal operation & maintenance
 Special Instructions To Bidders
 Special Commercial Notes to RFQ
 Instructions to Bidders
 Methodology and terms & conditions for Reverse Auction
 Instructions to Bidders for e-Tendering
 Terms & Conditions For Supervision Of Erection, Testing & Commissioning
 Terms & Condition for Annual Maintenance Contract (AMC)
 Terms & Condition for Site Work
 General Purchase Conditions (Respectively for Indian and Foreign Bidder)
 Integrity Pact
 Agreed Terms & Conditions (Respectively for Indian and Foreign Bidder)
 Material Requisition
MR No. A133-086-CP-MR-7620 Rev. B

RFQ_A133_6145_51 Page 4 of 4
Page 5 of 207
REPLY/ACKNOWLEDGEMENT LETTER

FAX Nos. : 00-91-11-26191714, 26167664


SELF ADDRESSED FAX
(PLEASE REFAX TO EIL WITHIN TEN DAYS OF RECEIPT OF RFQ)

Engineers India Limited


Engineers India Bhawan,
nd
EI Annexe, 2 Floor,
1-Bhikaiji Cama Place,
New Delhi – 110066

Attn. : Ms. Rekha Choudhary – Asst. General Manager (C&P)


RFQ No. : RC/A133-086-CP-MR-7620/63
Item : STRUCTURED PACKING ( PROPRIETARY) & TOWER INTERNALS
Bid Due Date : 09-Jul-2014 [Up to 1200 Hrs. (IST)]
Project : Coker Block of Resid Upgradation Project at Manali Refinery of M/s CPCL, Chennai

Dear Sirs,

We acknowledge with thanks receipt of your above cited RFQ along with enclosures. We undertake that the
contents of the above RFQ shall be kept confidential including all the drawings, specifications and documents
and the said documents shall be used only for the purpose, for which they are intended.

Further, our response is as under:- (Bidders to put a tick , as applicable).

1. We will submit the bid within due date.

2. We regret to submit our offer/quote because of the following reasons:

a. _____________________________________________________

b. _____________________________________________________

Thanking you,

Very truly yours,

Name of Bidder :
Bidder‟s Address :
Contact Person :
Bidder‟s Phone No. :
Bidder‟s Fax No. :
Bidder‟s E-mail No. :
Bidder‟s Ref. No. & Date :

Page 1 of 1
Page 6 of 207
PROFORMA OF LETTER OF AUTHORITY FOR ATTENDING PRE-BID CONFERENCE

No. Date:

To,
Engineers India Limited
Engineers India Bhawan, EIA-2
1, Bhikaiji Cama Place
New Delhi – 110 066
(India)
Attn . : Ms. Rekha Choudhary, Asst. General Manager (C&P)

Dear Sirs,

We……………………………………..hereby authorise following representatives (s) to attend the Pre-Bid


Meeting against your RFQ No.: ……………………………………. for Item ……………………….……………

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 letter head of the bidder and should be signed by a person
competent and having the power of attorney to bind the bidder.

Page 1 of 1
Page 7 of 207
TECHNO-COMMERCIAL COMPLIANCE TO BID REQUIREMENT

RFQ No. : RC/A133-086-CP-MR-7620/63


Item : STRUCTURED PACKING ( PROPRIETARY) & TOWER INTERNALS
Project : Coker Block of Resid Upgradation Project at Manali Refinery of M/s CPCL, Chennai

We hereby agree to fully comply with, abide by and accept without variation, deviation or reservation
to all technical, commercial and other conditions whatsoever of the RFQ documents and Amendment/
Addendum to the RFQ Documents, if any, for subject RFQ.

Further, In case of ODC Equipment(s) / Item(s), we confirm the following:

1. Transportation charges quoted by us are for transportation on hydraulic axel.

2. The Website, Log-in ID and Password for tracking on GPS and mobile no. of driver / attendant
shall be informed to EIL Prior to despatch.

SIGNATURE OF BIDDER : _______________________

NAME OF BIDDER : _______________________

COMPANY SEAL : _______________________

Page 1 of 1
Page 8 of 207
Page 9 of 207
FOR BIDDERS’ QUERIES

RFQ No. : RC/A133-086-CP-MR-7620/63


Item : STRUCTURED PACKING ( PROPRIETARY) & TOWER INTERNALS
Project : Coker Block of Resid Upgradation Project at Manali Refinery of M/s CPCL, Chennai

SL. REFERENCE OF RFQ DOCUMENT BIDDER'S QUERY EIL'S REPLY


NO.
PART/ Page Clause Subject
VOL. No. No.

NOTE: The Pre-Bid Queries may be sent on fax numbers 0091-11-26187664 and also by e-mail to concern person of EIL.

SIGNATURE OF BIDDER : ___________________________

NAME OF BIDDER : ___________________________

Page 1 of 1
Page 10 of 207
Page 11 of 207
EXCEPTIONS AND DEVIATIONS

RFQ No. : RC/A133-086-CP-MR-7620/63


Item : STRUCTURED PACKING ( PROPRIETARY) & TOWER INTERNALS
Project : Coker Block of Resid Upgradation Project at Manali Refinery of M/s CPCL, Chennai

SL.NO REF. OF RFQ DOCUMENT SUBJECT DEVIATIONS


DOCUMENT
PAGE NO. CLAUSE NO.

NOTE: This shall be submitted separately for Commercial & Technical Sections.

SIGNATURE OF BIDDER : _______________________


NAME OF BIDDER : _______________________

COMPANY SEAL : _______________________

Page 1 of 1
Page 12 of 207
Page 13 of 207
PRESENT COMMITMENTS (CONCURRENT COMMITMENT) AS ON …………………………………..
(Due Date for submission of Bid)

RFQ No. : RC/A133-086-CP-MR-7620/63


Item : STRUCTURED PACKING ( PROPRIETARY) & TOWER INTERNALS
Project : Coker Block of Resid Upgradation Project at Manali Refinery of M/s CPCL, Chennai

FULL POSTAL DATE OF


SCHEDULE %AGE EXPECTED
ADDRESS OF COMMEN-
SR. DESCRIPTION VALUE OF DELIVERY/ COMP. DATE OF
CLIENT & NAME OF CEMENT OF REMARKS
NO. OF THE ITEM ORDERS COMPLETION AS ON SUPPLY
OFFICER-IN- SUPPLY/
PERIOD DATE /COMPLETION
CHARGE WORK

SIGNATURE OF BIDDER : _______________________

NAME OF BIDDER : _______________________

COMPANY SEAL : _______________________

Page 1 of 1

Page 14 of 207
Special Commercial Notes to RFQ

1. Bids complete in all respects should be successfully Submitted online on or before the bid due date
and time specified above.
2. Technical specifications should be strictly as per the material requisition attached.
3. 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.
4. The bidder shall bear all costs associated with the preparation and submission of its bid, and the
Purchaser shall in no case be responsible or liable for these costs regardless of the conduct or
outcome of the bidding process.
5. Bidders who are enlisted with EIL are required to quote as per their capabilities registered with EIL.
6. EIL reserves the right to use in-house information for assessment of bidder’s capability for
consideration of bid.
7. EIL reserve the right to make any changes in the terms and conditions of purchase and to reject
any or all the bids.
8. The order, if placed will be issued by EIL.
9. Net Worth of the Bidder shall be positive as per the immediate preceding year’s Audited financial
results. Bidder is therefore requested to furnish the latest Audited Financial Statement including
Profit & Loss Account.
In case, the bidder’s Net Worth is negative, their bid shall not be evaluated further.
10. Purchaser reserves the right to allow purchase preference to Central Public Sector
Undertakings/enterprises, as admissible under prevailing policy of Government of India.
11. Preference to MSEs
Deleted (Not Applicable)
12. 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.
13. In case a supplier seeks any suo-moto price increase 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 sought.
14. FRAUDULENT PRACTICES
The Owner requires that Bidders/ Vendors/ Contractors observe the highest standard of ethics
during the award/ execution of Contract. "Fraudulent Practice" means a misrepresentation of facts
in order to influence the award of a Contract to the detriment of the Owner, and includes collusive
practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial
non-competitive levels and to deprive the owner of the benefits of free and open competition.
a) The owner will reject a proposal for award if it determines that the bidder recommended for
award has engaged in fraudulent practices in competing for the Contract in question.
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.
b) In case, the information/ document furnished by the Bidder/ Vendor/ 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/ Vendor/ Contractor without any prejudice to other rights available to Owner under
the contract such as forfeiture of CPBG/ Security Deposit, withholding of payment etc.

Page 1 of 5
Page 15 of 207
Special Commercial Notes to RFQ
c) Incase, 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/ Vendor/ Contractor
along with forfeiture of CPBG/ Security Deposit furnished by the bidder/vendor/ contractor.
d) Further, such bidder/ vendor/ contractor shall be put on Blacklist/ Holiday/ Negative List of
owner debarring them from future business with Owner for a time period, as per the prevailing
policy in EIL.
15. Submission of authentic documents is the prime responsibility of the bidder. Wherever EIL has
concern or apprehension regarding the authenticity/correctness of any document, EIL reserves a
right of getting the document cross verified from the document issuing authority.
16. SPECIAL INSTRUCTIONS TO FOREIGN BIDDERS
a) The bidder must ascertain and confirm along with supporting documents in the bid, if any
Customs Duty exemption / waiver is applicable to the products being supplied by him under
any multi-lateral / bi-lateral trade agreement between India and bidder's country.
b) The bidder shall be liable to provide all documentation to ensure availment of the exemption /
waiver. In case' the bidder defaults on this due to any reason, whatsoever, he shall be liable to
bear the incremental Customs Duty applicable, if any.
c) Any Customs Duty applicability on account of any change in the bi-lateral / multi-lateral
agreement shall be to bidder's account.
d) Documentation to be furnished for availing the exemption / waiver of Customs Duty shall be
specifically listed in the Letter of Credit also as the pre-requisite for release of payment against
shipping documents and this documentation shall necessarily form a part of shipping
documents
e) COMPLIANCE TO REQUIREMENT OF PAN NO. , TAX RESIDENCY CERTIFICATE AND
FORM NO.10F
It is mandatory for the foreign supplier/contractor/consultant to furnish the following information
in case his receipts are subject to tax deduction at source in India:
i) PAN No.
As per the Indian Income Tax requirements failing which the
Supplier/Contractor/Consultant shall be responsible for any additional tax deduction at
source as per the provisions of the Indian Income Tax Act/Rules and the same shall be
deducted from the payment made to supplier/contractor/consultant
ii) Tax Residency Certificate (TRC)
TRC containing prescribed particulars as per the enclosed Annexure-A from the
Government of foreign country in order to claim the benefits of DTAA as per the Indian
Income Tax requirements failing which the relief under DTAA will not be available and
consequently the higher rate of withholding tax @25% will be applicable and deducted
from the payment made to supplier/contractor/consultant (i.e., non-resident taxpayer).
The TRC shall be duly verified by the Government of the country of which the assessee
claims to be a resident for the purposes of tax.
iii) Form 10F
In additional to TRC, bidder in order to claim the benefits of DTAA shall also submit
additional information in form no. 10F (enclosed as Annexure-A). Form 10F has to be
signed & verified by the assessee himself.
If some information is already contained in TRC, the bidder shall not be required to
provide that information in Form no. 10F but even then Form no. 10F is required to be
provided by the bidder.
However, the bidder may write Not Applicable in the relevant column in case that
information is already contained in TRC.

The above shall be furnished before release of any payment or within one month of the
release of Order, whichever is earlier.

Page 2 of 5
Page 16 of 207
Special Commercial Notes to RFQ
Failing submission of the above information, any additional tax liability on purchaser, will be
deducted from the payment due to the supplier.
17. SHIFTING OF ORDER
Based on the lowest evaluated item wise prices out of the techno-commercial acceptable bidders,
the shifting of order shall be carried out provided the following conditions are met:
a) Shifting shall be done only if shifting cost of each order is up to Rs.1, 00,000/-.
b) Shifting shall not be resorted to if the value is more than 25% of the total order value of the
recommendation (i.e. total order valued for MR/RFQ). However, this ceiling will not be
applicable where total order value of recommendation is up to Rs. 4, 00,000/-.
c) In case the order value on L1 bidder is more than Rs. 2, 00,000/- then shifting shall not be
resorted.
With above shifting the selected bidder for award will be deemed to be L1 bidder
18. CLARIFICATION REQUESTS FROM BIDDERS
A bidder may seek clarification regarding the bidding document provisions, bidding process and / or
rejection of his bid. EIL shall respond to such requests with in a reasonable time.
19. SETTLEMENT OF DISPUTE BETWEEN GOVT. DEPT./ PUBLIC SECTOR UNDERTAKING
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.
20. PRE BID MEETING
Bidder’s authorized representative(s) shall attend the pre bid meeting on the prescribed day at the
given venue. During the pre bid meeting, all the technical and commercial issues shall be discussed
and concluded to ensure that the bid received subsequent to pre bid meeting shall be without any
deviations to terms and conditions. Hence, bidders shall treat the pre bid meeting as utmost
important and depute competent & senior person capable of taking on the spot decision to sort out
all the technical and commercial issues.
However, in case any bidder does not attend the pre bid meeting, it shall be understood that the
bidder has a clear understanding of the scope & terms & conditions of the bidding document and
does not have any comments/ deviations to the requirements of the bidding document.
In order to ensure fruitful discussions during pre bid meeting, the bidder is requested to submit any
queries/clarification/information pertaining to Bidding document in writing delivered by hand or by
fax/ e-mail as per format enclosed in the Bidding Document so as to reach two days prior to Pre-bid
meeting. These queries shall be replied during pre-bid meeting. The editable soft copies of the
queries shall also be e-mailed to enable EIL to prepare replies to the queries against each query in
the same format expeditiously.

Page 3 of 5
Page 17 of 207
Special Commercial Notes to RFQ
The bidders are required to participate in the pre-bid meeting with the following essential
documents, so that the same can reviewed & discussed during the meeting to avoid any techno-
commercial clarifications/ discussions post bid:
a) Latest annual report including Profit & loss account
b) Solvency certificate from bank
c) Concurrent Commitments
d) Details of work experience meeting the Bidders Qualification Criteria(BQC) (if applicable)
e) Technical details, documents, design, filled datasheets as per MR
f) Any other relevant document/ details
Record notes of meeting, including the questions raised and the responses given will be furnished
as expeditiously as possible to all the bidders and shall also be uploaded on the website. After pre-
bid meeting, no further queries will be entertained from the bidders.
Any modification of the Bidding Document, which may become necessary as a result of the pre-bid
discussion, shall be intimated to all bidders through the issue of an Addendum/Amendment.
Based on the pre-bid discussions, no-deviation form/techno-commercial compliance shall be signed
and submitted by the bidders as part of their offer. After pre-bid meeting, no deviation shall be
accepted and if any deviation is found in the bid of such bidder, their offer shall be liable to be
rejected without raising any technical/ commercial queries.
Technical/ Commercial queries shall not be issued once the bid have been opened. However,
wherever CQ/ TQ are unavoidable, the same shall be raised only once and the cut-off date given
for CQ/ TQ replies shall be adhered to. Offers shall be evaluated based on the information available
upto cut-off date for CQ/ TQ replies.
Extension in bid due date shall not generally be granted.
21. REVERSE AUCTION
EIL reserves the right to go in for reverse auction among the technically and commercially
acceptable bidders. The decision to conduct reverse auction or not, will be conveyed to short listed
bidders prior to opening of price bid. In view of this, the bidders must quote most competitive prices
in the first instance itself.
The methodology and terms & conditions applicable for reverse auctioning is enclosed with this
RFQ.
However please note that in case of Reverse Auction, Rebate offered on Total Evaluated Price of
item/Group shall be prorated for all quoted prices of particular Items / Groups, which were
considered for evaluation and accordingly ordering shall be carried out.
22. INTEGRITY PACT
The attached copy of the Integrity Pact shall be included in the Bid submitted by the bidder (to be
executed by the bidder for all RFQ of value Rs. 1 (One) crore and above). In case a bidder does not
sign the Integrity Pact, his bid shall be liable for rejection.
INDEPENDENT EXTRNAL MONITORS (IEMS)
The following two Independent External Monitors (IEMs) have been appointed by EIL, in terms of
Integrity Pact (IP) which forms part of EIL Tenders / Contracts.
i) Dr. U. K. Sen
C-162, Belvedere Park,
DLF Phase 3, Gurgoan-122002
(email : uksen@hotmail.com)

Page 4 of 5
Page 18 of 207
Special Commercial Notes to RFQ
ii) Shri P. R. Balasubramanian
th st
229, 9 A Main, 1 Block,
HRBR Layout, Kalyan Nagar,
Bangalore-560043
(email : prbalasubramanian@gmail.com)

23. INSTRUCTION FOR ENROLMENT OF BIDDER TO CPP PORTAL:


a. NIC Portal mandates that the bidders are to be registered on the portal before any enquiry can
be issued to them. In order to expedite issue of enquiries, the enquiry is being issued through
EIL Tender Portal and also being published on Central Public Procurement Portal. The enquiry
shall be issued to the bidders on the NIC e-Procurement Portal as soon as their registration is
completed in the NIC Portal (https://eprocure.gov.in/eprocure/app ).
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 portal but not later than ten days before the bid
due date) for facilitating issue of enquiry to them on the NIC Portal failing which it will not be
possible for them to upload their bids. Pursuant to registration, the vendors are also required to
login in EIL tender portal and update NIC’s registration details and inform the undersigned
regarding the same for the subject enquiry.
In any case, the enquiry shall be issued on NIC portal to NIC registered vendors about one
week before the bid due date. Therefore, all those bidders who have not complied with the
above registration requirements will not be issued this enquiry on NIC portal and will not be
eligible to bid. Request for extension in due date of submission of bids due to non registration or
delayed registration in NIC portal shall not be entertained.
c. The bid has to be necessarily submitted on the NIC Portal and only those bidders who are
issued the enquiry through NIC Portal will be eligible to submit their bids. In case a bidder does
not register on the NIC Portal and as a consequence, cannot be issued the enquiry through NIC
Portal, it shall be deemed that he is not interested in bidding against this enquiry and no further
correspondence will be entertained.
d. In future, EIL shall be issuing all enquiries through NIC Portal alone and bidders who do not
register with NIC Portal may not be able to submit their bids. Therefore, it is in the interest of
the bidders that they register on the NIC Portal at the earliest.
24. Instructions for Transportation of ODC Equipments:
a. The Equipment / Packages having Length more than 20 Meters and / or forming ‘Gross Vehicle
Weight’ (the weight of the equipment / package and the weight of the vehicle, clubbed together)
more than 49 MT, shall be compulsorily be transported by Hydraulic Axles only, in accordance
to all statutory norms of the authorities concerned. In case of the movement by Hydraulic Axles,
the GPS Tracking System shall be installed on the Prime Mover(s) of the vehicle(s).
b. For all other ODCs also, where the Package ? Equipment is having width above 5.0 Meter or
Height above 5.0 Meter, the GPS Tracking System shall be installed on the Prime Mover(s) of
the Vehicle(s)

Page 5 of 5
Page 19 of 207
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 1

1 PAYMENT TERMS

1.1 FOR INDIGENOUS BIDDERS:


1.1.1 Supply:
(i) Where the MR is for supply of materials and there is no Vendor Data requirement (VDR)
specified in the MR:
- 90% against despatch documents directly to EIL on pro-rata basis together with full taxes, duties
and transportation charges and on submission of Performance Bank Guarantee valid for the 3
(Three) Months beyond guarantee period.
- 10% on receipt and acceptance of last consignment of materials at site and on submission of
E1/E2 Form (wherever applicable).
(ii) Where the MR is for supply of materials and calls for Vendor Data requirement: (Without
site work):
- 5% against approval of drawings, wherever required (identified in Purchase Requisition) at least
in Code-2 and manufacturing Schedule.
- 80% (85% in cases where drawing approval is not required) against despatch documents
directly to EIL on prorate basis together with full taxes, duties and transportation charges and on
submission of Performance Bank Guarantee valid for the 3 (Three) Months beyond guarantee
period.
- 5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of
copies/sets/CDs as per VDR specified in Purchase Requisition.
- 10% on receipt and acceptance of goods/ materials at Site and on submission of E1/E2 Form
(wherever applicable).
(iii) Where the MR is for supply of materials and calls for Vendor Data requirement: (With site
work)
- 5% against approval of drawings, wherever required (identified in Purchase Requisition) at least
in Code-2 and manufacturing Schedule.
- 80% against dispatch documents directly to EIL on prorate basis together with full taxes, duties
and transportation charges and on submission of Performance Bank Guarantee valid for the 3
(Three) Months beyond guarantee period.
- 5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of
copies/sets/CDs as per VDR specified in Purchase Requisition.
- 10%. on successful completion of Site Work and on submission of E1/E2 Form (wherever
applicable).
Note: In case site is not available upto 6 (Six) months after receipt of all supplies at site, the last
10% payment shall be released against submission of additional Bank Guarantee of equivalent
amount valid for 1 (One) year or such extended period as may required.
(iv) Where the MR is for Packages (with significant Bought out item) and calls for Vendor Data
requirement: (Without site work)
- 5% on approval of drawings, wherever required (identified in Purchase Requisition), in at least
Code-2 and manufacturing schedule.
- 10% against placement of sub-order for specified major raw material (to be identified by PEM
and PM before issue of enquiry) against submission of equivalent Bank Guarantee.
- 70% against dispatch documents directly to EIL on prorate basis together with full taxes, duties
T&C FOR ED COMMITTEE APPL- LSTK-A133

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

Page 20 of 207
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 2

and transportation charges and on submission of Performance Bank Guarantee valid for the 3
(Three) Months beyond guarantee period.
- 5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of
copies/sets/CDs as per VDR specified in Purchase Requisition.
- 10% on receipt and acceptance of goods/ materials at Site and on submission of E1/E2 Form
(wherever applicable).
(v) Where the MR is for Packages (with significant Bought out item) and calls for Vendor
Data requirement: (With site work)
5% on approval of drawings, wherever required (identified in Purchase Requisition), in at least
Code-2 and manufacturing schedule.
- 10% against placement of sub-order for specified major raw material (to be identified by PEM
and PM before issue of enquiry) against submission of equivalent Bank Guarantee.
- 70% against dispatch documents directly to EIL on prorate basis together with full taxes, duties
and transportation charges and on submission of Performance Bank Guarantee valid for the 3
(Three) Months beyond guarantee period and on submission of Performance Bank Guarantee
valid for the 3 (Three) Months beyond guarantee period.
- 5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of
copies/sets/CDs as per VDR specified in Purchase Requisition.
- 10% on successful completion of Site Work and on submission of E1/E2 Form (wherever
applicable).
Note: In case site is not available up to 6 (Six) months after receipt of all supplies at site, the last
10% payment shall be released against submission of additional Bank Guarantee of equivalent
amount valid for 1 (One) year or such extended period as may required.
(vi) For Pumps, Compressors, Heat Exchangers, Columns and Vessels: (Without site work)
- 5% on approval of drawings, wherever required (identified in Purchase Requisition), in at least
Code-2 and manufacturing schedule.
- 15% against receipt and identification of specified major raw materials and against submission of
equivalent BG.
- 65% against dispatch documents directly to EIL on prorate basis together with full taxes, duties
and transportation charges and on submission of Performance Bank Guarantee valid for 3
months beyond guarantee period
- 5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of
copies/sets/CDs as per VDR specified in Purchase Requisition.
- 10% on receipt and acceptance of goods/ materials at Site on submission of E1/E2 Form
(wherever applicable).
Major Raw Material for payment against receipt & identification of raw materials:
Columns and Vessels : Plates and Forgings
Heat Exchangers : Plates, Forgings and Tubes
Pumps : Castings
Compressors : Castings / Forgings
(vii) For Pumps, Compressors, Heat Exchangers, Columns and Vessels: (With site work)
- 5% on approval of drawings, wherever required (identified in Purchase Requisition), in at least
Code-2 and manufacturing schedule.

T&C FOR ED COMMITTEE APPL- LSTK-A133

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

Page 21 of 207
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 3

- 15% against receipt and identification of specified major raw materials and against submission of
equivalent BG..
- 65% against dispatch documents directly to EIL on prorate basis together with full taxes, duties
and transportation charges and on submission of Performance Bank Guarantee valid for 3
months beyond guarantee period
- 5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of
copies/sets/CDs as per VDR specified in Purchase Requisition.
- 10% on successful completion of Site Work on submission of E1/E2 Form (wherever applicable).
Note: In case site is not available upto 6 (Six) months after receipt of all supplies at site, the last
10% payment shall be released against submission of additional Bank Guarantee of equivalent
amount valid for 1 (One) year or such extended period as may required.
Major Raw Material for payment against receipt & identification of raw materials:
Columns and Vessels : Plates and Forgings
Heat Exchangers : Plates, Forgings and Tubes
Pumps : Castings
Compressors : Castings / Forgings

(viii) For all Site Fabricated Columns:


- 5% on approval of drawings, manufacturing schedule & QAP by TPIA.
- 15% after receipt of identified raw materials at fabrication yard and against certification by TPIA
against Hypothecation Bond.
- 50% on completion of fabrication in all respect, Third party inspection and making completed
column ready for hydro-testing.
- 10% after hydro-testing of completed column and against submission of Performance Bank
Guarantee for 10% of total order value valid for the guarantee period plus 3 (Three) Months
claim period.
- 20% after receipt of tax invoice along with taxes & duties and after submission of final technical
documentation and drawings as per Purchase Requisition and on transportation of completed
column from fabrication yard/ assembly yard to erection site, delivery of column up to equipment
foundation and handing over to Engineer-in-charge at site.
Terms of Delivery shall be delivery of column up to equipment foundation and handing over to
Engineer-in-charge at site.
1.1.2 For supply of Mandatory Spares:
- 90% on dispatch of spares against direct delivery of dispatch documents to PURCHASER.
- 10% on receipt and acceptance of materials at site and on submission of EI/E2 FORM (wherever
applicable).
1.1.3 Site Work:
- 90% against monthly progressive bills (based on agreed billing schedule) duly certified by
Engineer-in-charge.
- 10% on successful completion of site work and handing over of goods/equipment at site.
1.1.4 Supervision of Erection, Testing & Commissioning
- 100% prorate against monthly bills to be submitted by seller duly certified by Engineer-in-
Charge.

T&C FOR ED COMMITTEE APPL- LSTK-A133

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

Page 22 of 207
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 4

1.1.5 Training
- 100 % on successful completion of Training duly certified by PURCHASER, as per Purchase
Requisition.
1.1.6 Annual Maintenance Contract (AMC):
- 100% payment shall be paid at the end of each half year of the contractual year against quarterly
progressive bills to be submitted by seller duly certified by Site-in-Charge.
1.2 FOR FOREIGN BIDDERS
1.2.1 Supply:
(i) Where the MR is for supply of materials and there is no Vendor Data requirement (VDR)
specified in the MR (Without Site Work):
- 100% against shipping documents through irrevocable Letter of Credit
(ii) Where the MR is for supply of materials and calls for Vendor Data requirement: (Without
site work)
- 5% against approval of Drawings, wherever required (identified in Purchase Requisition) in at
least in Code-2 & manufacturing schedule through Wire Transfer.
- 90% (95% in cases where drawing approval is not required) against shipping documents through
irrevocable Letter of Credit.
- 5% on receipt of Final/ As built Drawings/Documents/Data/Manual in requisite number of
copies/sets/CDs as per VDR specified in Purchase Requisition through wire transfer.
(iii) Where the MR is for supply of materials and calls for Vendor Data requirement: (With site
work)
- 5% against approval of Drawings, wherever required (identified in Purchase Requisition) at least
in Code-2 & manufacturing schedule through Wire Transfer.
- 80% against shipping documents through irrevocable Letter of Credit .
- 5% on receipt of Final/ As built Drawings/Documents/Data/Manual in requisite number of
copies/sets/CDs as per VDR specified in Purchase Requisition through wire transfer.
- 10% on successful completion of Site Work through wire transfer.
Note: In case site is not available upto 6 (Six) months after receipt of all supplies at site, the last
10% payment shall be released against submission of additional Bank Guarantee of equivalent
amount valid for 1 (One) year or such extended period as may required.
(iv) Where the MR is for Packages (with significant Boughtout item) and calls for Vendor Data
Requirement: (Without site work)
- 5% against approval of Drawings, wherever required (identified in Purchase Requisition) in at
least in Code-2 & manufacturing schedule through Wire Transfer.
- 10% against placement of sub orders for specified major raw materials, against submission of
equivalent bank guarantee through wire transfer.
- 80% against shipping documents through irrevocable Letter of Credit.
- 5% on receipt of Final/ As built Drawings/Documents/Data/Manual in requisite number of
copies/sets/CDs as per VDR specified in Purchase Requisition through wire transfer.
(v) Where the MR is for supply Packages (with significant Boughtout item) and calls for
Vendor Data Requirement: (With site work)
- 5% against approval of Drawings, wherever required (identified in Purchase Requisition) in at
T&C FOR ED COMMITTEE APPL- LSTK-A133

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

Page 23 of 207
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 5

least in Code-2 & manufacturing schedule through Wire Transfer.


- 10% against placement of sub orders for specified major raw materials, against submission of
equivalent bank guarantee through wire transfer.
- 70% against shipping documents through irrevocable Letter of Credit.
- 5% on receipt of Final/ As built Drawings/Documents/Data/Manual in requisite number of
copies/sets/CDs as per VDR specified in Purchase Requisition through wire transfer.
- 10% on successful completion of Site Work through wire transfer.
Note: In case site is not available upto 6 (Six) months after receipt of all supplies at site, the last
10% payment shall be released against submission of additional Bank Guarantee of equivalent
amount valid for 1 (One) year or such extended period as may required.
(vi) For Pumps, Compressors, Heat Exchangers, Columns and Vessels: (Without site work)
- 5% against approval of Drawings, wherever required (identified in Purchase Requisition) in at
least in Code-2 & manufacturing schedule through Wire Transfer.
- 15% against receipt and identification of specified major raw materials against submission of
equivalent BG through wire transfer.
- 75% (80% in cases where drawing approval is not required) against shipping documents through
irrevocable Letter of Credit.
- 5% on receipt of Final/ As built Drawings/Documents/Data/Manual in requisite number of
copies/sets/CDs as per VDR specified in Purchase Requisition through wire transfer.
Major Raw Material for payment against receipt & identification of raw materials:
Columns and Vessels : Plates and Forgings
Heat Exchangers : Plates, Forgings and Tubes
Pumps : Castings
Compressors : Castings / Forgings
(vii) For Pumps, Compressors, Heat Exchangers, Columns and Vessels: (With site work)
- 5% against approval of Drawings, wherever required (identified in Purchase Requisition) in at
least in Code-2 & manufacturing schedule through Wire Transfer.
- 15% against receipt and identification of specified major raw materials against submission of
equivalent BG through wire transfer.
- 65% (70% in cases where drawing approval is not required) against shipping documents through
irrevocable Letter of Credit.
- 5% on receipt of Final/ As built Drawings/Documents/Data/Manual in requisite number of
copies/sets/CDs as per VDR specified in Purchase Requisition through wire transfer.
- 10% on successful completion of Site Work through wire transfer.
Note: In case site is not available upto 6 (Six) months after receipt of all supplies at site, the last
10% payment shall be released against submission of additional Bank Guarantee of equivalent
amount valid for 1 (One) year or such extended period as may required.
Major Raw Material for payment against receipt & identification of raw materials:
Columns and Vessels : Plates and Forgings
Heat Exchangers : Plates, Forgings and Tubes
Pumps : Castings
Compressors : Castings / Forgings

T&C FOR ED COMMITTEE APPL- LSTK-A133

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

Page 24 of 207
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 6

1.2.2 For supply of Mandatory Spares:


- 100% against shipping documents through Bank through irrevocable Letter of Credit.
1.2.3 Site Work:
- 90% against monthly progressive bills (based on agreed billing schedule) duly certified by
Engineer-in-charge.
- 10% on successful completion and handing over of goods/equipment at site.
1.2.4 Supervision of Erection, Testing & Commissioning:
- 100% prorate against monthly bills to be submitted by seller duly certified by Engineer-in-
Charge.
1.2.5 Training:
- 100% through Wire Transfer on successful completion of Training duly certified by
PURCHASER, as per Purchase Requisition (PR).
1.2.6 Annual Maintenance Contract (AMC):
- 100% payment shall be paid at the end of each half year of the contractual year against quarterly
progressive bills to be submitted by seller duly certified by Site-in-Charge.

NOTES :
(i) Total Order value shall be as indicated in the Purchase Order.
(ii) All bidders are required to submit their acknowledgement of FOA and/or PO.
(iii) PRS, if applicable, shall be deducted from payment milestone subsequent to dispatch of
material. In case of clause no. 1.1.1 (viii), i.e., Fabricated column at site , PRS , if applicable,
shall be deducted from milestone payment of 20%.
(iv) All foreign vendors having service components in their purchase order are required to submit
PAN (Indian I. Tax) and to provide TRC (Tax Residency Certificate) from the Govt. of vendor’s
country in order to claim the benefit of DTAA, wherever applicable.
(v) In case of indigenous SUPPLIERs, wherever taxes/duties are separately indicated, the order
value shall be exclusive of taxes/duties. 100% payment of taxes/duties shall be paid alongwith
the payment released against dispatch documents on receipt of Cenvatable (Duplicate Copy of
Excise Invoice)/vattable documents (wherever applicable).
Payment to indigenous SUPPLIERs shall be released through Electronic Clearing System (ECS).
In view of this, necessary details, such as name of bank, bank account no. etc., duly attested by
BIDDER’s bank must be submitted along with the offer.
(vi) Status of bills after submission can be viewed on our website http://www.engineersindia.com.
(vii) Foreign bidders are required to submit contract cum Performance Bank Guarantee within 30
days of FOA/PO.
(viii) Irrevocable Letter of Credit for payment to Foreign SUPPLIERs shall be established in favour of
the supplier in a bank in his country, for an appropriate amount (in line with Payment Terms). L/C
shall be opened within 45 days of receipt of acknowledgement of FOA/PO along with PBG
(wherever applicable). In case confirmed L/C is insisted by supplier, L/C confirmation charges
shall be to supplier’s account.
(ix) Payment to foreign SUPPLIERs against Site Work and Supervision/Training shall be through
wire transfer.

T&C FOR ED COMMITTEE APPL- LSTK-A133

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

Page 25 of 207
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 7

(x) All payments (other than through L/C) shall be released within 30 days of receipt of invoice and
all requisite documents, complete in all respects.
(xi) All bank charges of respective bankers shall be to respective account.
(xii) Seller shall submit Billing Schedule within three weeks after placement of FOA/PO (whichever is
issued earlier). For PURCHASER’s approval (wherever applicable).
(xiii) Sellers requiring multiple despatches will restrict the number of despatches to maximum three,
unless agreed otherwise by Project Manager.
(xiv) All progressive advances to foreign as well as Indian bidders (except the milestone payment
against drawing approval) shall be against equivalent bank guarantees. The progressive
advances shall be paid through wire transfer to foreign bidder.
(xv) Other than the payment terms given above, no other advance payments shall generally be
payable. However, if any Seller insists on advance payments, such advance payment (other
than the payment terms given in RFQ) shall be interest bearing @ SBI PLR + 2% per annum
(simple interest) on reducing balance, up to delivery period and shall be released only against
equivalent Bank Guarantee, which shall be valid up to contractual delivery date plus three
months. Interest shall be adjusted while releasing the payment against despatch documents.

2 TERMS OF DELIVERY

2.1 INDIGENIOUS ENQUIRIES:


Terms of delivery are FOT Project site on freight prepaid & door delivery basis. The date of
receipt of material at site shall be considered as the date of delivery.
2.2 FOREIGN ENQUIRIES:
Terms of delivery are FOB international sea port of exit basis. The Date of On Board Bill of
Lading shall be considered as date of Delivery.
2.3 GLOBAL ENQUIRIES:
2.3.1 For Indigenous Suppliers:
Terms of delivery are FOT Despatch point on freight to pay basis. The date of LR/GR shall be
considered as the date of delivery.
2.3.2 For Foreign Suppliers:
Terms of delivery are FOB international sea port of exit basis. The Date of On Board Bill of
Lading shall be considered as date of Delivery.

3 TRANSPORTATION

3.1 INDIGENOUS SUPPLIERS


Indigenous SUPPLIERs are required to dispatch the goods on door delivery basis through any
of the bank approved Transporters. Any deviation shall be subject to prior approval of Project
Manager.
3.2 FOREIGN SUPPLIERS
In case order is placed on FOB International port of exit basis, ocean transportation from FOB
Port of Exit to the designated Indian Port (CHENNAI) shall be arranged through PURCHASER
nominated freight forwarder. BIDDER shall arrange handing over the material to nominated
freight forwarder at the designated Port of Exit. The BIDDER will be required to furnish firm
T&C FOR ED COMMITTEE APPL- LSTK-A133

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

Page 26 of 207
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 8

cargo details containing weight, dimensions, no. of packages, no. & type of containers required
& Port of shipment. In case the actual cargo dispatched exceeds the cargo details furnished,
the extra freight incurred by PURCHASER will be to SUPPLIER’s account.The marine freight
quoted should be kept valid for a period one month lesser to delivery period. However, Vendor
shall furnish the shipping details viz. Net/ Gross weight, Volume of consignment, number of
packages with dimensions at least two month before the expiry of validity of Ocean Freight. In
the event of any delay by Vendor, the quoted Ocean Freight charges shall remain valid further
for one month from the date of furnishing the above details. EIL reserves the option to ask the
bidder to arrange shipment at the quoted freight rates.

4 CURRENCY OF QUOTE

4.1 FOREIGN SUPPLIERS


Foreign SUPPLIERs are required to submit prices only in USD. In case a foreign SUPPLIER is
sourcing part of equipment/ services from India, prices of such equipment/ services shall be
quoted in Indian Rupees only and terms & conditions applicable to Indian portion shall be same
as applicable to Indian Bidders.
4.2 INDIGENOUS SUPPLIERS
Indigenous SUPPLIERs are required to submit price in Indian Rupees.

5 ANNUAL MAINTENANCE CONTRCT (AMC)

The prices shall be asked for AMC, if required as per Material Requisition.

6 SINGLE POINT RESPONSIBILITY OF THE SUPPLIER

In case of MRs containing supplies as well site work, a single order, covering the supply part as well
site work, shall be placed. Split ordering will not be permitted.
In case, a foreign SUPPLIER requests for a separate order on his Indian sub-SUPPLIER, the same
shall not be accepted. However, payment to Indian sub-SUPPLIER shall be released directly in Indian
Rupees against invoices duly certified by the Foreign SUPPLIER.
For this purpose, the Indian sub-SUPPLIER’s name, material and corresponding price in Indian
Rupees, shall be clearly spelt out in the purchase order on foreign SUPPLIER.. In case a Foreign
supplier sources supplies/ services within India, the applicable terms & conditions shall be modified to
the extent as per Annexure-1 enclosed.

7 GUARANTEE PERIOD

GUARANTEE PERIOD:
For all items having CDD up to Dec 2014 :
18 Months from the date of successful Commissioning or 36 Months from the date of shipment,
whichever is earlier.
For all items having CDD beyond Dec 2014 :
18 Months from the date of successful Commissioning or 30 Months from the date of Shipment,
whichever is earlier.

8 PERFORMANCE BANK GUARANTEE (PBG)/(CPBG)

8.1 PBG shall be required @ 10% of total order value. However, PBG shall not be required for
T&C FOR ED COMMITTEE APPL- LSTK-A133

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

Page 27 of 207
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 9

orders upto Rs. Twenty Five (25) Lakhs (equivalent Foreign currency in case of Foreign
SUPPLIERs) in case of Pipes, Fittings, Flanges, Gaskets and Fasteners in Limited enquiries.
For all other cases, PBG shall not be required for Orders upto Rs. Five (5) lakh (equivalent
Foreign currency in case of Foreign SUPPLIERs).
8.2 PURCHASER shall get all bank guarantees verified for authenticity from the regional /
controlling / branch office of the issuing bank before the same are accepted.
8.3 In limited enquiries for purchasing, Indigenous suppliers shall be required to submit the PBG
while claiming the dispatch payment.
8.4 In all other cases, the PBG shall be required to be submitted within four weeks of issue of FOA.
8.5 Performance Bank Guarantees shall be valid till expiry of guarantee period plus 3 (Three)
Months claim period after which the PBG shall be released.
8.6 Bank Guarantee(s) shall be issued through Indian Nationalised Bank/ Indian Scheduled bank
(other than Co-operative Banks) / Indian branches of foreign banks registered with Reserve
Bank of India as a scheduled foreign bank. Bank Guarantee from Foreign banks will only be
accepted if same is counter signed by their Indian branch or by any scheduled Indian bank.
8.7 Bank Guarantee shall have a claim period of 3 (Three) Months after its expiry.

9 INDIAN TAXES/DUTIES

9.1 The prices shall be exclusive of all Indian taxes/duties applicable on finished goods/services
supplied directly to PURCHASER. The excluded taxes/duties shall be payable extra at actuals
against documentary evidence. Where Purchase Order includes supply and site work, Purchase
Order will be divided into supply and service portion separately , no VAT on work contracts is
envisaged, however VAT on work contract on site work portion if applicable shall be included in
the bidder’s quoted price & no statuary variation is payable on the same.
9.2 Entry Tax and Terminal taxes are presently not applicable. If applicable at a later date, same
shall be payable extra at actual on production of necessary Documentary evidence. Road permit
shall be issued to supplier by CPCL for material consigned to CPCL.
9.3 All payments on account of Excise Duty, Service Tax, TNVAT on finished goods shall be
released on receipt of CENVATABLE ( Duplicate Copy of Excise Invoice) /VATTABLE copy of
corresponding invoice and documents valid for availing CENVAT / VAT credit.
9.4 PURCHASER shall be able to avail 100% credit against TNVAT(i.e. VAT on sale of finished
goods). PURCHASER will not issue any concessional form for TNVAT.
TN VAT on sale of goods shall not be loaded for evaluation.
9.5 EIL shall issue concessional form-C for central sales tax.
CST against inter state sale shall be loaded during evaluation at the applicable rates.
9.6 Since Cenvat Credit shall be available against Excise Duty and Service Tax (excluding service
tax on freight) & the same shall not be considered for comparison purpose.
9.7 Indigenous SUPPLIER’s shall issue E1/E2 form on quarterly basis within 60 days after
completion of each quarter based on “C” form no. provided by PURCHASER. PURCHASER will
provide original “C” form in exchange of original E1/E2 form.
Statutory Variations are eligible only on Service Tax, cenvatable excise duty, and VAT amount
for which input tax credit is available to the OWNER under TNVAT Act subject to SUPPLIER
producing documentary evidence for the above . Statutory Variations are eligible on CST also.

T&C FOR ED COMMITTEE APPL- LSTK-A133

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

Page 28 of 207
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 10

Statutory variations on non-cenvatable excise duty and VAT amount for which input tax credit is
not available to the OWNER/PURCHASER under TN VAT Act shall be to SUPPLIER’s account.
9.8 All non-cenvatable /non-vattable taxes/duties shall be considered for evaluation.
9.9 All new taxes/duties/cess/levies notified after the last date of submission of final price bid/price
implication, but within contractual delivery /completion period, shall be to EIL’s account. These
shall be reimbursed against documentary evidence.
However, in case of delay on account of supplier, any new or additional taxes and duties
imposed after contractual delivery shall be to supplier’s account.
9.10 Labour cess, if applicable to supplier at project site shall be reimbursed at actuals upon
submission of documentary evidence for remittance to the statutory authorities.

10 CUSTOMS DUTY/EPCG LICENSE

10.1 OWNER is obtaining an EPCG license for this project. In view of this concessional rate of
Custom Duty shall be applicable to imports from foreign BIDDER’s for the goods directly
consigned to CPCL.
10.2 Indigenous BIDDER’s will be required to quote price considering only merit rate of duty, for their
built in import content, in their bid and evaluation shall be done accordingly. No
PAC/EC/INVALIDATION LETTER shall be issued to Indigenous BIDDER’s.

11 FIRM PRICES

11.1 The prices shall be firm and fixed and not subject to any variation, whatsoever. In case of Cables,
variation in prices shall be admissible as per IEEMA Price Variation Clause.
11.2 For 2 years O&M spares, prices shall be kept valid for a period of 2 years from the date of order
of main equipment along with annual % escalation ( to be indicated by the bidder) for subsequent
two years.

12 PRICE REDUCTION SCHEDULE

12.1 In case of MRs other than packages, Price Reduction Schedule shall be @1/2% of value of
delayed equipment/ item per week of delay or part thereof subject to a maximum of 5% of total
order value.
12.2 For packages and critical items, with or without site work, the Price Reduction Schedule shall be
@1/2% of total order value per week of delay or part thereof subject to a maximum of 7.5% of
total order value.
12.3 Wherever the supply period and site work are indicated as two separate periods and notice of
site readiness is required for site work, intervening period, if any, shall be excluded, while
calculating the price reduction for delay.
Note: it shall be endeavor to split the period, i.e., a separate period for supply and site work.
12.4 Price reduction shall be effected in the Invoice value before presenting for payment. The
Purchaser reserves the right to cancel the Purchase Order for any delay exceeding the period of
maximum reduction and the Seller shall be liable to all consequences thereof.

T&C FOR ED COMMITTEE APPL- LSTK-A133

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

Page 29 of 207
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 11

13 INSPECTION

All items shall be inspected by a Third Party Inspection agency as follows:


13.1 INDIGENOUS BIDDER’s: CEIL shall be appointed as Third Party Inspection for the indigenous
materials & accordingly the charges for the same shall be borne by EIL. The quoted price of
Bidder shall be exclusive of TPI charges.
13.2 FOREIGN BIDDERs: The quoted price shall be inclusive of TPI charges (out of M/s.Lloyds
Register (Country of origin), M/s.Bureau Veritas(BV) and M/s.TUV Nord)
Suppliers will be informed the following:
a) QAP will be approved by Third Party Inspection agency incorporating requirements of ITP, Technical
specifications and approved documents. Approval of QAP will not be carried out by EIL.
b) The Inspection release note issued by the Third party inspection agency shall clearly stipulate that
materials/equipment have been inspected as per Code-1 approved drawings, wherever applicable
and approved QAP.
c) Certification of final documents, wherever applicable, for release of final payment, shall be carried
out by Third Party Inspection Authority issuing the final inspection certificate.

14 GENERAL PURCHASE CONDITIONS

General Purchase Conditions including formats for advance bank guarantee and Performance Bank
Guarantee shall be as approved earlier by ED Committee for LSTK Projects with modification based on
these terms and conditions.

15 COMPREHENSIVE MARINE-CUM-ERECTION INSURANCE

Comprehensive Insurance (Transit/Marine cum storage, erection, till handing over of equipment) shall
be arranged by PURCHASER.

16 BASIS OF EVALUATION

16.1 WHERE ONLY INDIAN BIDS ARE UNDER COMPARISON


16.1.0 Bids shall be evaluated on the basis of landed cost at Site, including site work, if any, all duties,
taxes, transportation charges less Cenvatable Excise duty, Cenvatable Service tax, Cenvatable
Educational cess & Vattable TNVAT (100% of TNVAT).
16.1.1 Cost of mandatory spares, if identified in the Material Requisition, commissioning spares and
special tools & tackles will be included for price evaluation of bids, but cost of Spares for two
years operation shall be excluded.
16.1.2 AMC charges shall be considered for evaluation wherever AMC is required.
16.1.3 Supervision and Training charges shall be considered for evaluation wherever supervision and
training are required.
16.1.4 Commercial loading shall be considered for evaluation of bids.
16.1.5 Technical loading, if any, shall be considered for evaluation of bids.
NOTE :
- Site Work, wherever applicable, shall be considered for evaluation.
- In case freight charges are not quoted, estimated freight shall be taken from EIL shipping dept.
T&C FOR ED COMMITTEE APPL- LSTK-A133

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

Page 30 of 207
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 12

and loading shall be done with the same. In case of ordering , bidder shall be asked to absorb
the freight first. In case bidder does not agree to absorb then negotiation shall be done with the
bidder to agree upto maximum of the freight with which loading has been done. If bidder does
not agree with this also, then refloating of MR shall be done.

16.2 WHERE ONLY FOREIGN BIDS ARE UNDER COMPARISON


16.2.1 Bids shall be evaluated on the basis of CFR (CHENNAI) prices including third party inspection
charges, stowage charges wherever applicable (as quoted by BIDDERs), and considering sea
freight as under:
(i) Packages/equipments/pipes & plates : Firm freight as quoted by BIDDER’s
(ii) Bulk items – piping (other than pipes) / instruments : Firm freight as quoted by BIDDER’s.
In case, firm freight is not quoted by BIDDER ( For Bulk Items as well as
Packages/equipments/pipes & plates), freight shall be taken from Transchart through shipping
Dept. and loading shall be done with the same. In case of ordering, transportation shall be done
by the Transchart only.
16.2.2 Cost of mandatory spares identified in the Material Requisition, Commissioning Spares and
special tools & tackles will be included for evaluation of bids, but costs of Spares for two years
operation shall be excluded.
16.2.3 AMC charges shall be considered for evaluation wherever AMC is required.
16.2.4 Supervision (man days as indicated in MR as well as TBA ) and Training charges shall be
considered for evaluation, wherever, supervision and training are required.
16.2.4 (i) Service tax on Reverse charge and withholding tax ( in case it is not included in bidder’s price)
basis, wherever applicable shall be added for bid evaluation purpose only.
16.2.5 Commercial loading shall be considered for evaluation of bids.
16.2.6 Technical loading, if any, shall be considered for evaluation of bids.
16.2.7 For global enquiries, evaluation of offer shall be done considering foreign exchange rate, i.e., 1
USD = Rs. 56.13 *(for procurement of foreign component on global basis up to USD 8312771).
For balance items, evaluation shall be carried out on equivalent Indian Rupees basis
considering Bills Selling rates of Foreign Exchange as available from State Bank of India on the
day of priced opening. In case the same is not available, the exchange rate from Economic
Times, New Delhi edition, published on the day of priced opening, shall be considered. *
Payment shall be made based on the Foreign Exchange Rate prevailing on the date of making
payment.
NOTE :Site Work, wherever applicable, shall be considered for evaluation.

16.3 WHERE INDIAN AS WELL AS FOREIGN BIDS ARE UNDER COMPARISON


16.3.1 INDIGENOUS BIDDERS:
(i) The evaluated price of indigenous BIDDERs shall be carried out on the basis of landed cost
at Site, as per clause 16.1 above.
(ii) Notional Loading of 1% for TPI charges shall be considered for evaluation.
16.3.2 FOREIGN BIDDERS :
The evaluated price of foreign BIDDERs shall be on the basis of landed cost at Site, including
the following:
(i) Evaluation shall be done as per clause 16.2 above plus marine insurance @ 1% of FOB
T&C FOR ED COMMITTEE APPL- LSTK-A133

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

Page 31 of 207
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 13

Price.
(ii) L/C charges @ 1% of FOB price.
(iii) Landing Charges @ 1% of CIF Value i.e S.No. (i).
(iv) Custom clearance, Port Handling and Inland Freight (from Port of Entry (CHENNAI) to
CPCL project site) charges @ 3% of CIF value including L/C Charges, i.e., S. No. (i) plus
(ii).
(v) Landed Cost = S.No. (i) to (iv).
NOTE :
- Site Work, wherever applicable, shall be considered for evaluation.
- Transit insurance for Indigenous and Foreign BIDDERs, will not be loaded..

16.4 GENERAL
16.4.1 Taxes and duties will be cost loaded as quoted by the bidder. However, if a SUPPLIER states
that taxes/duties are not applicable at present and will be charged as applicable at the time of
delivery then his bid shall be loaded by the maximum rate of taxes/duties applicable at the time
of evaluation of Bids.
16.4.2 In case of pipes, if a foreign BIDDER has not quoted or not included stowage charges, the
same shall be loaded @ 10% of BIDDER’s quoted Ocean Freight.

17 LOADING/REJECTION CRITERIA

Cost loading on account of deviations to commercial terms & conditions shall be calculated on FOT
Despatch Point price/ FOB price as under :

17.1 PERFORMANCE BANK GUARANTEE (PBG)


In case, Foreign SUPPLIER takes any deviation with respect to the amount or period or validity of the
performance bank guarantee, the offer shall be rejected.
Any other type of bond (e.g. indemnity bond ) is not acceptable in lieu of Performance Bank
Guarantee (PBG).
In case foreign bidder submit stand by Letter of Credit in lieu of CPBG, same shall be accepted.
Confirmation charges for the stand by Letter of Credit shall be to seller’s account.
In case, Indian Supplier takes any deviation with respect to the amount or period or
validity of the performance bank guarantee, loading shall be done for the differential amount and /or the
differential period.
For differential period/amount loading, the following example will amplify the methodology :
For differential period:
10% for differential period : 10% * differential period /total period ,i.e, (guarantee period + claim period)
In case of Differential Amount:
Amount offered by the Bidder : Loading
a) 10% : Nil
b) Less than 10% : Differential between the offered percentage and 10%

T&C FOR ED COMMITTEE APPL- LSTK-A133

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

Page 32 of 207
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 14

17.2 PRICE REDUCTION SCHEDULE (PRS)


17.2.1 PRICE REDUCTION SCHEDULE (APPLICABLE AS 1/2% DOV ~ 5% TOV) FOR DELAYED
DELIVERY:

(i) 1/2% of DOV up to maximum of 5% of TOV No loading

(ii) 1/2% of DOV up to maximum of 5% of DOV 2.5%

(iii) Other than the above 5%

17.2.2 PRICE REDUCTION SCHEDULE ( APPLICABLE AS 1/2% TOV ~ 7.5% TOV FOR
PACKAGES & CRITICAL ITEMS ONLY )
(i) 1/2% of TOV up to maximum of 7.5% of TOV No loading
(ii) 1/2% of TOV to x% of TOV (7.5-x)%

(iii) Other than the above 7.5%

NOTE: TOV – Total Order Value (FOT Despatch Pt. Price); DOV – Delayed Order Value (FOT
Despatch Pt. Price).

17.4 PRICE VARIATION


(i) Firm Prices : No Loading
(ii) In case of Price Variation Formula with : Loading by ceiling %age offered
ceiling
(iii) No formula and no ceiling specified by the : Offer shall be rejected
BIDDER
Note : In case the enquiry itself provides for price variation on account of certain variables, offers
seeking such variation shall not be loaded.

17.5 PAYMENT TERMS


Payment terms at variance with RFQ (which are not interest bearing), will not be permitted. However, if
a BIDDER insists on the same, these shall be loaded @ SBI PLR+ 2% per annum (simple interest) for
the relevant period as under:
(i) Advance against FOA / PO : 100% of the delivery period
(ii) Drawing approval : 80% of the delivery period
(iii) Order on sub Vendors : 75% of the delivery period
(iv) Receipt of raw material at Vendor’s works : 50% of the delivery period
(v) %age payment against dispatch : Interest for three month
Documents instead receipt & acceptance
at Site (Specified in RFQ)
(vi) % age payment against dispatch : Interest for one month
document instead of Final document
as per Purchase Requisition
(Specified in RFQ)
(vii) %age payment against receipt of : Interest for three month
material at site instead
acceptance of material at site
(Specified in RFQ)
T&C FOR ED COMMITTEE APPL- LSTK-A133

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

Page 33 of 207
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 15

Notes to S. No. (vii) :


- Shall be applicable to indigenous bidders.
- Shall be against Additional BG of equivalent amount valid initially for 3 months plus claim
period.
PBG shall be required along with the Dispatch documents, in cases where there is no further milestone
payment of 10% or more left.

17.6 DELIVERY
17.6.1 FOR IDENTIFIED CRITICAL EQUIPMENTS (TO BE IDENTIFIED BY THE PROJECT):
Delivery/Completion period longer than required in enquiry shall be liable for rejection..
17.6.2 FOR BALANCE ITEMS/EQUIPMENTS (OTHER THAN CRITICAL EQUIPMENTS) :
(i) FOR ENQUIRIES WITH DELIVERY/COMPLETION PERIOD UPTO 6 MONTHS
Delivery/Completion period longer than required in enquiry shall be loaded @ 1/2% per week up
to a maximum of four (4) weeks. In case, a SUPPLIER quotes delivery longer than four (4)
weeks from required, the bid shall be rejected. One (1) month shall be construed as equal to
four (4) weeks for the purpose of such evaluation.
(ii) FOR ENQUIRIES WITH DELIVERY /COMPLETION PERIOD BEYOND 6 MONTHS
Delivery/Completion period longer than required in enquiry shall be loaded @ 1/2% per week
upto a maximum of six (6) weeks. In case, a SUPPLIER quotes delivery longer than six (6)
weeks from required, the bid shall be rejected. One (1) month shall be construed as equal to
four (4) weeks for the purpose of such evaluation.
NOTE: In case under clause no. 2.1, indigenous bidder offers a deviation against the terms of
delivery basis, their bid shall be rejected.
*Wherever source of supply will get changed from indigenous to foreign or foreign to
indigenous, project will provide approval for the same.*

17.7 OFFER VALIDITY:


In case a SUPPLIER offers shorter validity of the bid against RFQ requirement, the bid shall be
rejected.

18 INVOICING INSTRUCTIONS

For imported goods, The Invoices shall be billed to CPCL a/c EIL. Consignee on the invoices and bill of
lading issued by the foreign supplier shall be in the name of CPCL, COKER BLOCK OF RESID
UPGRADATION PROJECT, MANALI REFINERY, CHENNAI. For Indigenous Goods, the invoices shall
be billed to EIL a/c CPCL. However, the consignee in the tax invoices shall be CPCL A/C EIL, COKER
BLOCK OF RESID UPGRADATION PROJECT, MANALI REFINERY, CHENNAI to avail input credit of
Excise duty by CPCL.

T&C FOR ED COMMITTEE APPL- LSTK-A133

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

Page 34 of 207
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 1

Annexure I

TERMS & CONDITIONS FOR INDIAN SOURCED COMPONENTS / SERVICES BY FOREIGN BIDDER

Foreign bidder may source components / sub-supplies and services from India, if allowed as per Material
Requisition. For such sub-supplies / services ,Commercial Terms & Conditions of the RFQ shall stand
modified to the following extent:

1. PRICING:
1.1 Unit and total price on FOT Despatch Point basis including packing and forwarding charges.
1.2 Details of Taxes and duties (rates) payable extra on the finished goods, applicable on Indian sub-
suppliers. Purchaser shall issue ‘C’ form for Concessional rate of Central sales tax.
1.3 Separate and clear break-up of charges for inland transportation excluding Entry Tax & Terminal
Tax. Entry Tax and Terminal Tax, if applicable, shall be reimbursed at actuals by EIL on
submission of documentary evidence.
1.4 Materials if ordered against the RFQ/Bidding Document are required to be dispatched on door
delivery basis through a reliable bank approved Road Transport Company.
1.5 Transit insurance of Indian sub supplies shall be borne and arranged by the EIL.

2. CURRENCY OF QUOTE:
The quoted price of sub-supplies / services shall be in Indian Rupees only.

3. AWARD OF ORDER:
Foreign Principal shall be the single point responsible Vendor and separate order on Foreign
supplier and Indian sub-supplier / sub-contractor is not acceptable. Single Purchase order shall be
issued on the Foreign principal clearly indicating the sub-supplier’s / sub-contractor’s name,
material and corresponding price in Indian Rupees.

4. DELIVERY:
The delivery period for sub-supplies shall be on FOT site basis within specified delivery period for
Foreign bidder as per Terms of RFQ/Bidding document.

5. PRICE REDUCTION SCHEDULE:


PRS shall be applicable in totality on Foreign scope + Indian sourced component / Service for
delay in supply of goods/services either by Foreign principals or Indian counterpart.

6. PAYMENT TERMS:
6.1 Indian sub-supplies:
 90% through E-Payment with taxes and duties will be paid against receipt of Indian sourced
goods/material at project site.
 10% against receipt & Acceptance on delivery of main equipments by Foreign principal and
as well as Indian supplies at site as per Terms of bidding document.
Payment of Indian sub supplies/Services shall be released directly to Indian counterpart against
Invoices raised by Indian counterpart duly certified by Foreign principal.

6.2 Foreign principals: Payment terms of Foreign bidder shall be modified and 5% payment out of
payment against shipping documents through L/c shall be released after receipt on delivery of
main equipments by Foreign principal as well as Indian supplies at site as per Terms of bidding
document through wire transfer.

6.3 The payments shall be made after Adjustment of Price Reduction Schedule.
T&C FOR ED COMMITTEE APPL- LSTK-A133

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

Page 35 of 207
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 2

7. PERFORMANCE BANK GUARANTEE:


Foreign principal shall submit the performance bank guarantee for 10% of total order value
including value of Foreign portion and Indian sourced components / services

T&C FOR ED COMMITTEE APPL- LSTK-A133

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

Page 36 of 207
 
 
Terms and conditions for Reverse Auction 
 
1 Owner  /  Purchaser  reserves  the  right  to  go  in  for  reverse  auction  among  the 
technically  and  commercially  acceptable  bidders.  The  decision  to  conduct  reverse 
auction or not, will be conveyed to short listed bidders prior to opening of price bid. 
In view of this, the bidders must quote most competitive prices in the first instance 
itself. 
 
2 Once the decision to conduct Reverse Auction is conveyed to the bidders, it will be 
mandatory  for  the  bidders  to  participate  in  Reverse  Auction,  failing  which,  the 
bidder  shall  be  liable  for  punitive  action  including  but  not  limited  to  rejection  of 
offer, encashment of bid security, wherever applicable, etc. For this purpose, even 
log‐in to the system shall be construed as participation.  
 
3 Schedule for Reverse Auction 
 
  The  Reverse  Auction  shall  be  scheduled  for  a  duration  of  two  hours.  If  a  bidder  
places a  Bid in the last 5  minutes of scheduled  closing  time  of the Auction, the 
Auction time shall get extended automatically for another 5 minutes from the time 
of the last Bid placed.  In case, there is no Bid in the last 5 minutes of closing of the 
Auction, the Auction shall be closed automatically without any extension. 
 
  The above provision shall apply to the bids in extended time also. 

4 Auction process  
 
- Each Bidder shall be assigned a Unique User Name & Password.  The Bidders are 
requested to change the Password and edit the information in the Registration 
Page  after  the  receipt  of  initial  Password.    All  bids  using  the  Login  ID  given  to 
the bidder will be deemed to have been submitted by the bidders.  During the 
auction, bidders will be referred by proxy names as B1, B2,  B3,  etc. and identity 
will not be disclosed.  

- The  Reverse  Auction  shall  be  conducted  based  on  the  lowest  evaluated  price 
out  of  all  the  techno‐commercially  acceptable  bidders,  based  on  the  prices 
submitted along with the bid, as the opening price. The Bidder shall be able to 
bid  lower  than  the  opening  price  in  multiples  of  the  decrement,  but  a  Bidder 
must always bid lower than the Lowest Bid. 

- Only one bidder shall be at a particular position / rank, which means only one 
L1. 

Page 1 of 4

Page 37 of 207
- The  Bidder  shall  be  able  to  view  the  following  on  his  screen  along  with  the 
necessary fields: 
 
i) Opening Price. 
ii) Leading Bid in the Auction, i.e., the lowest bid. 
iii) Bid placed by him. 
At  no  point  of  time  will  any  bidder  see  the  names  of  other  bidders,  or  the 
prices of bidders other than the lowest bid. 
 
- A  bidder  can  continue  to  revise  his  bid  till  the  auction  ends.    However,  the 
Bidder cannot quote / Bid equal to the Leading / Lowest Bid. He must always 
quote lower than the Leading / Lowest Bid.   

- The  evaluation  criteria  is  based  on  Price  alone.    The  Bidder  who  quotes  the 
lowest evaluated Price is determined as the lowest bidder. 

- However, if Reverse Auction does not lead to any bid, EIL shall reserve the right 
to award the job based on the lowest prices quoted in sealed envelope. 
- Apart from the participating bidders, the Reverse Auction shall be visible, while 
in  progress  to  authorized  officials  of  Owner  /  Purchaser,  who  are  monitoring 
the process. 
 
5 Bid Price 
 
The  price  shall  be  based  on  the  scope,  technical  specifications  and  commercial 
terms  &  conditions  and  other  part  of  Bidding  document  agreed  upto  the  date  of 
reverse auction.  
 
The Opening Price and the Bid Decrement shall be displayed on the auction site at 
the  start  of  the  auction.    However,  the  bidders  shall  be  able  to  view  the  auction 
details, generally, 15 to 30 minutes before the start of actual  auction.  
 
6 Bid Decrement  
 
Shall be 0.1% of the Opening Price. The bidder to lower the bid in multiples of the 
bid decrement. 
 
7 Bidding Currency  
 
Bidding will be conducted in Indian Rupees (INR). 
 
 
 

Page 2 of 4

Page 38 of 207
8 Bid Validity  
 
The  Bid  Price  submitted  in  the  reverse  auction  shall  be  firm  and  valid  for 
acceptance for a period of 15 days from the date of reverse auction and shall not be 
subject to any change whatsoever. 
 
9 Bids once placed, binding on the Bidder 
 
The bid of the bidder will be taken to be an offer to sell.  Bids once submitted by 
the bidder cannot be cancelled.  The bidder is bound to sell the material/services at 
the price that they bid.  Should any bidder back out and not accept the order as per 
the rates quoted, Owner / Purchaser reserves the right to take action as considered 
appropriate,  including  encashment  of  bid  security  and  placement  on  Holiday  / 
Negative list etc. 
 
10 Lowest bid of a Bidder  
 
During the process of reverse auction, the bidder may submit several bids. In case 
the  bidder  submits  such  multiple  bids,  the  lowest  bid  will  be  considered  as  the 
bidder’s final offer to sell. 
 
11 Submission of final prices by successful bidder 
Successful  bidder  shall  be  required  to  submit  the  final  prices,  quoted  during  the 
Reverse  Auction  in  an  appropriate  format  within  two  days  of  the  completion  of 
Auction to EIL, duly signed and stamped as token of acceptance without any new 
condition. However, in case the reverse auction is for a package, within 2 working 
days after completion of the online event of Reverse Auction, the successful bidder 
would  submit  their  cost  break  down  as  per  the  price  format  for  the  final  price 
arrived at after reverse auction.  
 
12 General 
 
- The  bidders  may  quote  from  their  own  offices/  place  of  their  choice.  Internet 
connectivity  shall  have  to  be  ensured  by  each  agency  on  its  own.  In  extreme 
case of failure of internet connectivity, (due to unforeseen circumstances other 
than power failure), communication shall have to be sent by fax/E‐mail/ phone 
immediately. Owner / Purchaser shall extend the bidding time, in such a case, 
appropriately (generally by half an hour) but not more than once per bidder. 

- The  Bidder,  himself  or  any  of  his  representatives,  shall  not  involve  in  Price 
manipulation  of  any  kind  directly  or  indirectly  by  communicating  with  other 
bidder. 
 

Page 3 of 4

Page 39 of 207
- The  Bidder  shall  not  divulge  either  his  Bids  or  any  other  exclusive  details  of 
Owner / Purchaser to any other party. 
 
- Bidders  agree  to  non‐disclosure  of  trade  information  regarding  the  purchase, 
identity of EIL, bid process, bid technology, bid documentation and bid details. 
 
- Owner / Purchaser can decide to extend, reschedule or cancel any Auction.  No 
bidder can claim any kind of compensation on account of the same. 
 
- Owner / Purchaser shall not have any liability to Bidders for any interruption or 
delay in access to the site irrespective of the cause. 
 
- Owner  /  Purchaser  shall  not  be  responsible  for  any  direct  /  indirect  / 
consequential  losses  /  damages,    on  account  of  systems  problems,  inability  to 
use the system, loss of electronic information etc. 
 
- Owner  /  Purchaser  shall  be  at  liberty  to  cancel  the  reverse  auction  process  / 
tender at any time, before ordering, without assigning any reason.  
 
- Owner / Purchaser’s decision on award of Contract shall be final and binding on 
all the Bidders. 
 
 
 
 
 

Page 4 of 4

Page 40 of 207
Instructions to Bidders for e-Tendering
Instructions for Online Bid Submission:
The bidders are required to submit soft copies of their bids electronically on the CPP Portal (URL:
http://eprocure.gov.in) only, using valid Digital Signature Certificates. The instructions given below are
meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the
requirements and submitting their bids online on the CPP Portal.

More detailed information useful for submitting online bids on the CPP Portal may be obtained at:

https://eprocure.gov.in/eprocure/app .
REGISTRATION

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

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

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

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

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

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

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

1) There are various search options built in the CPP Portal, to facilitate bidders to search active
tenders by several parameters. These parameters could include Tender ID, organization
name, location, date, value, etc. There is also an option of advanced search for tenders,
wherein the bidders may combine a number of search parameters such as organization
name, form of contract, location, date, other keywords etc. to search for a tender published
on the CPP Portal.

2) Once the bidders have selected the tenders they are interested in, the same can be moved
to the respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the
bidders through SMS / e-mail in case there is any corrigendum issued to the tender
document.

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.

Page 1 of 3

Page 41 of 207
Instructions to Bidders for e-Tendering
PREPARATION OF BIDS

1) Bidder should take into account any corrigendum published on the tender document before
submitting their bids.

2) Please go through the tender advertisement and the tender document carefully to
understand the documents required to be submitted as part of the bid. Please note the
number of covers in which the bid documents have to be submitted, the number of
documents - including the names and content of each of the document that need to be
submitted. Any deviations from these may lead to rejection of the bid.

3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the
tender document and generally, they can be in PDF / XLS / RAR / DWF formats. Bid
documents may be scanned with 100 dpi with black and white option. However, Price
Schedule / SOR shall be strictly in RAR format without altering any contents of the
formats uploaded by EIL in their Bidding Document.

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

SUBMISSION OF BIDS

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

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

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

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.

Page 2 of 3

Page 42 of 207
Instructions to Bidders for e-Tendering
7) All the documents being submitted by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered cannot be viewed by
unauthorized persons until the time of bid opening. The confidentiality of the bids is
maintained using the secured Socket Layer 128 bit encryption technology. Data storage
encryption of sensitive fields is done.

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

RETENDER

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

ASSISTANCE TO BIDDERS

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

2) Any queries relating to the process of online bid submission or queries relating to CPP Portal
in general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the
helpdesk is 1800 233 7315.

Page 3 of 3

Page 43 of 207
TERMS & CONDITIONS FOR SUPERVISION OF ERECTION, TESTING & COMMISSIONING
For
RESID UPGRADATION PROJECT – COKER BLOCK OF CPCL, CHENNAI

1. Bidder shall quote per diem charges which shall include lodging, boarding, medical, local
transport, all insurances including Bidder’s personnel and third party insurance, income /
corporate tax (as may be applicable) and all other incidental charges but excluding to and fro Air
/ Rail fare and Service tax.
2. For Foreign Bidders : To & fro air fare by economy class through most economical route
preferably by Air India and AC 2 Tier by Train within India upto CPCL Manali Refinery site, will be
reimbursed at actual.
For Indian Bidders: To and fro Train fare by AC-2 tier for travel to CPCL Site will be reimbursed at
actual.
3. Bidders should quote per diem rate excluding Service Tax which shall be indicated separately by
the bidder in the Annexure-I to ATC.
4. The supervision charges of foreign vendor shall be net of income tax and the income tax on
supervision charges will be quoted separately by the bidder at the prevailing rate. In the event
the income tax quoted by the bidder is not at the prevailing rate, the Purchaser will consider
income tax at the prevailing rate for evaluation of bids. Any statutory variation on account of
change in income tax rate in Double Taxation Avoidance Agreement (DTAA) will be to
Owner’s/Purchaser’s account. Owner/Purchaser shall make payment of Withholding Tax and
provide certificate for Tax Deducted at Source (TDS) to the Seller. In case any refund is available
in Seller’s country against TDS certificate the same shall be passed on to Purchaser. Whereas,
supervision charges (in case of supply MR) of Indian vendor shall be inclusive of income tax.
5. Per diem charges shall be payable from the day bidder’s person reaches site upto the day he
leaves the site. No payment will be made for travel days/period.
6. Bidder will be responsible for all liabilities towards corporate tax, personal income tax etc.
(except Service Tax for their personnel deputed for the supervision job). Tax(s) as per
Government policy shall be deducted at source by Purchaser while making payments against
each invoice.
7. Working hours prevailing at site, normally 8 hours/day - Monday through Saturday and holidays
as applicable to Purchaser’s site personnel shall apply.
8. Selection of Foreign/ Indian supervisory personnel shall be left to Purchaser’s choice.
9. Vendor’s supervisory personnel shall observe/abide by site working conditions prevailing at the
existing site, safety codes, Indian laws and local laws.
10. A notice period of 15 days will be given for mobilisation of supervisory personnel for supervision
of erection.
11. Payment shall be as per ITB.
12. Requirement of Employment Visa for Foreign Nationals
All foreign nationals coming to India for execution of Projects / Orders will have to apply for
Employment Visa only and that grant of Employment Visa would be subject to strict adherence
of following norms:
i) Employment Visa is granted only for the skilled and qualified professional or to a person
who is being engaged or appointed by a company, organisation, 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.
ii) Request for employment Visa for jobs for which large number of qualified Indian are
available, is not considered.

A133-T & C for Supervision of ETC-REV0 Aug13 Page 1 of 2

Page 44 of 207
iii) Under no circumstances an Employment Visa is granted for routine, ordinary secretarial /
clerical jobs.
Bidders are advised in their own interest to check latest Visa rules from Indian Embassy/
High Commission in their country in case foreign nationals are required to be deputed to
Indian during execution of the Order.

CHARGES FOR SUPERVISION OF ERECTION/TESTING/COMMISSIONING:

S. No. Description Vendor’s Reply/Information

1. Number of supervisory personnel required

Per diem charges (per person) for 8 hours work on


2.
normal working days. ( Please specify currency )

Overtime rate/ hour beyond normal 8 hours work on


3.
normal working days.

Overtime rate/ hour for work on weekly off days/


4.
holidays (as applicable to Refinery site).

Maximum estimated time (number of days) for


5.
completion of erection, testing and commissioning.

Notes:

1. In case bidder recommends more than one category level of supervisory personnel the
information desired at Sr. Nos.1 to 5 above in the table shall be furnished separately for each
category of supervisory personnel.
2. Quoted per diem rate shall be considered in the evaluation as per RFQ Document.

Bidder’s Acceptance:

RFQ No. : Signature with Name & Date and


Item : Seal/Stamp of the Bidder
Offer No. :

A133-T & C for Supervision of ETC-REV0 Aug13 Page 2 of 2

Page 45 of 207
ENGINEERS INDIA LIMITED

COKER BLOCK OF RESID UPGRADATION PROJECT

GENERAL PURCHASE CONDITIONS


(INDIGENOUS)
INDEX

PART – A: GENERAL PURCHASE CONDITIONS (INDIGENOUS)

1. DEFINITIONS 18. RECOVERY OF SUMS DUE


2. REFERENCE FOR DOCUMENTATION 19. CHANGES
3. CONFIRMATION OF ORDER 20. CANCELLATION
4. SALES CONDITIONS 21. PATENTS AND ROYALTY
5. COMPLETE AGREEMENT 22. CONTROL REGULATION
6. INSPECTION - CHECKING - TESTING 23. PERFORMANCE GUARANTEE
7. OFFICIAL INSTITUTIONAL TESTING 24. NON-WAIVER
8. OILS & LUBRICANTS 25. NON-ASSIGNMENT
9. SPARE PARTS 26. PART ORDER/REPEAT ORDER
10. TRANSIT RISK INSURANCE 27. SELLER’S DRAWINGS AND DATA REQUIREMENT
11.RESPECT FOR DELIVERY DATES 28. TECHNICAL INFORMATION
12. DELAYED DELIVERY 29 PROGRESS CHART AND EXPEDITING
13. DELAYS DUE TO FORCE MAJEURE 30. SERVICES OF SELLER’S PERSONNEL
14. REJECTION, REMOVAL OF REJECTED GOODS AND 31. SELLER’S LIABILITIES
REPLACEMENT 32. PURCHASER’S MATERIAL
15. TRANSFER OF PROPERTY FROM THE 33. HEADINGS
SELLER TO THE PURCHASER 34. ARBITRATION
16. PRICE 35. JURISDICTION
17. TERMS OF PAYMENT

PART – B: PACKING, MARKING, SHIPPING AND


DOCUMENTATION SPECIFICATION FOR INDIGENOUS
MATERIAL (Document No. 8-1843-0002 Rev. No. 0)

PART–C: PROFORMA OF BANK GUARANTEE


(PERFORMANCE)

PART–D: PROFORMA OF BANK GUARANTEE


ADVANCE (INDIGENOUS)

A133-01-GPC (Ind.)-R0
Page 46 of 207 Page 1 of 7
PART – A: GENERAL PURCHASE CONDITIONS (INDIGENOUS)

1. DEFINITIONS: Purchase Order / Purchase Requisition number must


appear on order confirmation, correspondence,
The following expressions used in these General drawings, invoices, shipping notes, packing and/ or any
Purchase Conditions (GPC) and the Purchase shall documents or paper connected with the Order.
have the meaning indicated against each of these:
3. CONFIRMATION OF ORDER:
The PURCHASER / OWNER means Engineers India
Limited, a company incorporated in India having its The Seller shall acknowledge the receipt of the Fax of
registered office at Engineers India Bhawan, 1, Bhikaiji Acceptance (FOA) / Purchase Order (PO) within seven
Cama Place, RK Puram, New Delhi-110066 and shall days following the date of the FOA / Purchase Order
include its successors and assignees. and shall thereby confirm his acceptance of the FOA /
Purchase Order without any exceptions. This
“GOODS/MATERIALS”: Goods and/or materials shall acknowledgment will bear on both FOA / Purchase
mean any of the Articles, Materials, Machinery, Order and General Purchase Conditions
Equipment, Supplies, Drawings, Data and other
property and all services including but not limited to 4. SALES CONDITIONS:
design, delivery, installation, inspection, testing and
commissioning specified to complete the order. With Seller’s acceptance of provision of the Purchase
Order, he waives and considers as cancelled any of his
“SELLER”: Seller shall mean the Person, Firm or general sales conditions.
Corporation to whom the Fax of Acceptance / Purchase
Order is issued. 5. COMPLETE AGREEMENT:

“Contractual Delivery Date”: Contractual Delivery The terms and conditions of the Purchase Order shall
Date is the date on which goods shall be delivered constitute the entire Agreement between the parties
F.O.T dispatching point/destination in accordance with hereto. Changes will be binding only if the amendments
the terms of the Purchase Order. The contractual are made in writing and signed by an authorized
delivery date/period is inclusive of all the lead time for representative of the Purchaser.
engineering, procurement of raw materials,
manufacturing, inspection, testing packing and any 6. INSPECTION-CHECKING-TESTING:
other activities whatsoever required to be accomplished
for effecting the delivery at the agreed delivery point. The equipment, materials and workmanship covered by
the Purchase Order are subject to inspection and
“Procurement co-coordinators /Managers”: testing at any time prior to shipment and/or despatch
Purchaser’s authorized representative appointed as and to final inspection within a reasonable time after
procurement co-ordinators/ manager. arrival at the place of delivery. Inspectors shall have the
right to carry out the inspection and testing which will
“INSPECTORS”: Inspectors Inspectors deputed / include the raw materials at manufacturer’s shop, at
authorized by Purchaser including Third Party fabricator’s shop and at the time of actual despatch
Inspection Agency. before and after completion of packing.

CLIENT: client means Chennai Petroleum Corporation All tests, mechanical and others as specified in the
Limited. Purchase Requisition and particularly those required by
codes will be performed at Seller’s expenses and in
PROJECT: Resid Upgradation Project- Coker Block accordance with Inspector’s instructions. The Seller will
at Manali Refinery of Chennai Petroleum Corporation also bear the expenses concerning preparation and
Limited. rendering of tests required by Boiler Inspectorate or
such other statutory testing agencies or by Lloyds
PROJECT MANAGEMENT CONSULTANT” or Register of Shipping and Industrial Services as may be
“PMC” or “CONSULTANT” shall mean any person(s) required.
nominated by the OWNER as the Project
Management Consultant for the Project. The words The salaries and fees of Inspectors and their travelling,
“PROJECT MANAGEMENT CONSULTANT”, “PMC”& lodging and boarding expenses will not be borne by the
“CONSULTANT” are synonymous. M/s Jacobs Seller unless inspection becomes anfractuous due to
Engineering India Private Limited is the PMC for this any omission or commission on the part of the Seller.
Project. Before shipping or despatch, the equipment and/or
materials will have to be checked and stamped by
2. REFERENCE FOR DOCUMENTATION: Inspectors who are authorized also to forbid the use

A133-01-GPC (Ind.)-R0
Page 47 of 207 Page 2 of 7
and despatch of any equipment and/or materials which Inspectors to maintain Schedule and delay, if any, in
during tests and inspection fail to comply with the this process will not be taken into consideration as a
specification, codes and testing requirements. cause of Force Majeure.

The Seller shall: 8. OILS & LUBRICANTS:

- Inform Procurement Coordinator/Managers at The first filling of oils and lubricants, if any, required for
least eight days in advance of the exact place, every equipment shall be supplied inline with MR. The
date and time of rendering the equipment or Seller shall also recommend the quality / quantity of oils
materials for required inspection. and lubricants required for one-year continuous
operation.
- Provide free access as required to Inspectors
during normal and / or extended working hours 9. SPARE PARTS:
to Seller’s or his/its sub-Supplier’s works and
place at their disposal all useful means of The Seller must furnish item wise and priced list of
performing, checking, marking, testing, spare parts required for two years normal operation and
inspection and final stamping. maintenance of the equipment and prime movers also.

Even if the Inspections and tests are fully carried out, The Seller shall provide the necessary cross - sectional
Seller would not be absolved to any degree from his drawing to identify the spare parts numbers and their
responsibilities to ensure that all equipment and location as well as an inter-changeability chart.
material supplied comply strictly with requirements as
per agreement both during manufacturing, at the time of 10. TRANSIT RISK INSURANCE:
delivery, inspection, on arrival at site and after its
erection or start-up and guarantee period as stipulated The Purchaser against its/ Client’s Open General Policy
in Clause 23 herein. (The name of the Insurance Co. will be conveyed
subsequently) shall cover transit Risk Insurance. The
The Seller’s responsibility will not be lessened to any Seller shall advise the dispatch particulars to the
degree due to any comments made by Procurement Insurance Company under advice to the Procurement
Coordinators/Managers and Inspectors on the Seller’s Coordinators / Managers before shipment.
drawings or specifications or by inspectors witnessing
any chemical or physical tests. In any case, the 11. RESPECT FOR DELIVERY DATES:
equipment must be in strict accordance with the
Purchase Order and/or its attachments failing which the Time of delivery as mentioned in the Purchase Order
Purchaser shall have the right to reject the goods and shall be the essence of the agreement and no variation
hold the Seller liable for non-performance of contract. shall be permitted except with prior authorization in
writing from the Purchaser. Goods should be delivered
7. OFFICIAL INSTITUTIONAL TESTING: securely packed and in good order and condition at the
place and within the time specified in the Purchase
In addition to testing and inspection by Inspectors Order for their delivery. The Purchaser reserves the
mentioned above, Lloyds register Industrial services or right to defer the period of delivery in writing.
similar institutional agencies like Boiler-Inspectorate
may be assigned for official testing of all coded 12. DELAYED DELIVERY:
equipment. The Seller shall ensure that all Procedures
for preparation and Performance of test prescribed by The time and date of delivery of materials / equipment
such institution shall be complied scrupulously. as stipulated in the Order shall be deemed to be the
essence of the contract. In case of delay in execution
The Seller is required to send to such institutions as of the order beyond the date of delivery stipulated in the
may be designed by the Purchaser at least three sets of order or any extensions sanctioned, the Purchaser may
fabricated / manufactured drawings for each equipment at his option either:
and calculations. All manufacturer’s mill test certificates
and analytical reports from material laboratories in (i) Accept delayed delivery at prices reduced by as per
respect of all raw material and components employed Price Reduction Schedule Clause of RFQ.
shall have to be presented to such Institution’s
Inspectors in the number of copies required. Seller (ii) Cancel the order in part or full and purchase such
shall be responsible for any delay in submission of cancelled quantities from elsewhere on account and at
necessary certificates. The Seller shall maintain close risk and cost of the Seller, without prejudice to its right
liaison with Procurement Co-ordinators and Institution’s under (i) above in respect to goods delivered.

A133-01-GPC (Ind.)-R0
Page 48 of 207 Page 3 of 7
13. DELAYS DUE TO FORCE MAJEURE: The transfer of property shall be deemed to have taken
place as follows subject to the provisions herein
In the event of causes of Force Majeure occurring within contained:
the agreed delivery terms, the delivery dates can be
15.1 F.O.T. despatch point: On handing over the
extended by the Purchaser on receipt of application
equipment to the carrier against receipt and
from the Seller without imposition of penalty. Only
such receipt having been passed over to the
those causes which depend on natural calamities, wars
Purchaser.
and national strikes which have duration of more than
seven consecutive calendar days and Government Acts 15.2 Equipment sent freight/ carriage paid to the
and other direct legislative enforcement are considered
Refinery site: On receipt of goods at site.
the causes of Force Majeure.
15.3 Equipment erected by the Seller; on
The Seller must advise the Purchaser by a registered acceptance at job site.
letter duly certified by a local Chamber of Commerce or
15.4 Equipment commissioned by the Seller: On
statutory authorities, the beginning and the end of such
taking over by the Purchaser for regular
causes of delay immediately, but in no case later than
operation after test run at maximum capacity
10 days from the beginning and end of each cause of
for specified period satisfactorily performed.
such Force Majeure condition defined above.
16. PRICE:
The extension of time for completion of the work or any
part of the work or any operation(s) involved therein Unless otherwise agreed to in the terms of the
shall be the sole remedy of the Seller for any cause or Purchase Order, the price shall be:
event of delay and the Seller shall not be entitled in
addition to or in lieu of such extension to claim any a) Firm and not subject to escalation for any reasons
damages or compensation for extended stay or whatsoever till the execution of entire order even though
otherwise whether under the law governing contracts or it might be necessary for the order execution to take
quasi-Seller or any other relationship, and the Seller longer than the delivery period specified in the order.
hereby waives and disclaims any and all contrary rights.
b) Inclusive of adequate road worthy packing and
14. REJECTION, REMOVAL OF REJECTED forwarding charges upto effecting delivery at F.O.T.
GOODS AND REPLACEMENT: despatch point in all cases whenever F.O.T destination
delivery terms are agreed to but exclusive of transit
In case the testing and inspection at any stage by insurance.
Inspectors reveal that the equipment, material and
workmanship do not comply with the specification and c) Exclusive of Central/State Sales Tax, Excise Duty
requirements, the Seller at his/its own expense and risk and or such imposts which are leviable by law on sales
shall remove the same within the time allowed by the of finished goods to Purchaser and/or Octroi duty, if
Purchaser. The Purchaser shall be at liberty to dispose any, leviable at destination/ project site. The nature and
of such rejected goods in such a manner, as he may extent of such levies shall be shown separately.
think appropriate. In the event the Seller fails to remove
the rejected goods within the period as aforesaid, all 17. TERMS OF PAYMENT:
expenses incurred by the Purchaser for such disposal
shall be to the account of the Seller. The freight paid by Payment terms shall be as specified in the Inquiry /
the Purchaser, if any, on the inward journey of the Purchase Order.
rejected materials shall be reimbursed by the Seller to
the Purchaser before the rejected materials are Seller shall claim their invoice excluding Excise Duty.
removed by the Seller. The Excise Duty shall be released separately on receipt
of documents including Transporters copy of Invoice,
The Seller shall have to proceed with the replacement valid for availing CENVAT. In the event CPCL is not
of that equipment or part of the equipment at able to claim CENVAT, the amount of Excise Duty to
Purchaser’s stores / site, if so required by the that extent shall be recovered from the Seller.
Purchaser, without claiming any extra payment. The
time taken for replacement in such event will not be Seller shall ensure submission of proper documents for
added to the contractual delivery period. availing CENVAT/ VAT benefits of Service Tax/ VAT. In
case the documents are not found to be in order,
15. TRANSFER OF PROPERTY FROM THE amount of Service Tax/ VAT will be recovered from the
SELLER TO THE PURCHASER. Seller.

A133-01-GPC (Ind.)-R0
Page 49 of 207 Page 4 of 7
The Seller shall furnish to the Purchaser bank owned by the Seller.
guarantee / Cash Security. Bank Guarantee shall be
from a Scheduled/ Nationalized Bank in a form Upon receipt of the cancellation notice the Seller shall
approved by the Purchaser for an amount of 10% of the discontinue all work on the Purchase Order and matters
contract value as security for the due performance of all connected with it.
the Seller’s liability in terms of and/or in connection with
the contract. This security will be released after the The Purchaser in that event will be entitled to procure
expiry of the period of performance guarantee. the requirement in the open market and recover the
excess payment over the Vender’s agreed price, if any,
The financial settlement of Seller’s Invoice is liable to be from the Seller, reserving to itself the right to forfeit the
withheld in the event the Seller has not complied with security deposit, if any, made by the Seller against the
submission of drawing, data and such documentation contract. The Seller is aware that the said goods are
as called for in Purchase Order and/or as required required by the Purchaser for the ultimate purpose of
otherwise. material production and that non delivery may cause
loss of production and consequently loss or profit to the
18. RECOVERY OF SUMS DUE: Purchaser. In this event of the Purchaser exercising the
option to claim damages for non-delivery other than by
Whenever any claim against the Seller for payment of way of difference between the market price and the
sum of money arises out of or under the contract, the contract price, the Seller shall pay to the Purchaser, the
Purchaser shall be entitled to recover such sums from fair compensation to be agreed upon between the
any sum then due or which at any time thereafter may Purchaser and the Seller.
become due from the Seller under this or any other
contract with the Purchaser including right to encash the The provision of this clause shall not prejudice the right
PBG. In the event of encashment of PBG, the same of the Purchaser from invoking the provisions of clause
shall be re-stored to its original amount by the Seller “Delayed Delivery” as aforesaid.
and should this sum be not sufficient to cover the
recoverable amount, the Seller shall pay to the 21. PATENTS AND ROYALTIES:
Purchaser on demand the balance remaining due.
On acceptance of this order, the Seller will be deemed
19. CHANGES to have entirely indemnified the Purchaser and
Procurement Coordinators/Managers from any legal
The Purchaser has the option at any time to make action or claims regarding compensation for breach of
changes in quantities ordered or in specifications and patent rights which the Seller deems necessary to apply
drawings. If such changes cause an increase or for manufacturing the ordered equipment and/or
decrease in the price or in the time required for supply, materials or which can in any way be connected in the
an equitable, adjustment under this provision must be manufacture.
finalized within 10 days from the date when the change
is ordered. 22. CONTROL REGUALTIONS:

20. CANCELLATION: The supply, despatch and delivery of goods shall be


arranged by the Seller in strict conformity with the
The Purchaser reserves the right to cancel the statutory regulations including provision of Industries
Purchase Order or any part thereof and shall be entitled (Development and Regulation) Act, 1951 and any
to rescind the contract wholly or in part in a written amendment thereof as applicable from time to time.
notice to the Seller if: The Purchaser disowns any responsibility for any
irregularity or contravention of any of the statutory
i) The Seller fails to comply with the terms of this regulations in manufacture or supply of his stores
Purchase Order. covered by this order.

ii) The Seller fails to deliver the goods on time


23. PERFORMANCE GUARANTEE:
and/or replace the rejected goods promptly.

iii) The Seller becomes bankrupt or goes into The Seller shall guarantee that any and all materials
liquidation. used in execution of the Purchase Order shall be in
strict compliance with characteristics, requirements and
iv) The Seller makes a general assignment for specifications agreed upon and that the same shall be
the benefit of creditors. free from any defects. Checking of the Seller’s drawings
by Procurement Co-coordinators/ Managers and their
v) A receiver is appointed for any of the property approval and permission to ship or despatch the

A133-01-GPC (Ind.)-R0
Page 50 of 207 Page 5 of 7
equipment and materials guaranteed by Inspectors 27. SELLER’S DRAWING AND DATA
shall not relieve the Seller from any part of his/its REQUIREMENT:
responsibilities of proper fulfillment of the requirement.
The Seller will guarantee that all materials and The Seller shall submit drawings, data and
equipment shall be repaired or replaced as the case documentation in accordance with but not limited to
may be, at his own expense in case the same have what is specified in the requisition and/or in the Seller
been found to be defective in respect of materials, drawings and data form attached to the Purchase
workmanship or smooth and rated operation within Requisition and as called for in Clause 8, viz. Expediting
Guarantee Period as stipulated in the RFQ document. above. Types, quantities and time limits of submitting
this must be respected in its entirety failing which the
The guarantee period for the replaced parts shall be 18 Purchase Order shall not be deemed to have been
months starting from the date on which the executed for all purposes including settlement of
replacements are put in service or period as specified payment since the said submission is an integral part of
above in case of critical items, whichever is later. Purchase Order execution.
Acceptance by the Purchaser or Inspectors of any
equipment and materials or their replacement will not 28. TECHNICAL INFORMATION:
relieve the Seller of his/its responsibility concerning the
above guarantee. Drawings, specifications and details shall be the
property of the Purchaser and shall be returned by the
The Seller shall furnish a Bank Guarantee for 10% of Seller on demand. The Seller shall not make use of
total of total order value (as per proforma hereunder) to drawings and specifications for any purpose at any time
support Seller’s performance. This bank guarantee save and except for the purpose of the Purchaser.
shall remain in force for the entire period covered in
Performance Guarantee plus three months. The Seller shall not disclose the technical information
furnished to or gained by the Seller under or by virtue of
24. NON-WAIVER: or as a result of the implementation of the Purchase
Order to any person, firm or body or Corporate authority
Failure of the Purchaser / Procurement Coordinators/ and shall make all endeavours to ensure that the
Managers to insist upon any of the terms or conditions technical information is kept CONFIDENTIAL. The
incorporated in the Purchase Order or failure or delay to technical information imparted and supplied to the
exercise any rights or remedies herein or by law or Seller by the Purchaser shall at all times remain the
failure to properly notify Seller in the event of breach, or absolute property of the Purchaser.
the acceptance of or payment of any goods hereunder
or approval of design shall not release the Seller and 29. PROGRESS CHART AND EXPEDITING:
shall not be deemed a waiver of any right of the
Purchaser / Procurement Coordinators/Managers to The Seller shall submit to EIL within four (4) weeks from
insist upon the strict performance thereof or any of his the date of Fax Of Acceptance a BAR CHART showing
or their rights or remedies as to any such goods start and finish dates for various activities forming part
regardless of when goods are shipped received or of the execution of the order and identifying the delivery
accepted nor shall any purported oral modification or dates to this activity schedule. Seller shall update this
revisions of the order by Purchaser/ Procurement bar chart every fortnight showing the actual
Coordinators/Managers act as waiver of the terms performance of the activities and if and how the delivery
hereof. date has been affected thereby. Copies of the updated
bar chart will also be submitted for review of the
25. NON ASSIGNMENT: progress of the order.

The Seller without obtaining prior written consent of the Procurement Coordinator/Managers have been
Purchaser shall not assign the Purchase Order to any assigned to expedite both manufacture and shipment of
other agency. equipment and materials covered by the Purchase
Order. The Procurement Co-coordinator/ Managers
26. PART ORDER/ REPEAT ORDER shall have free access to Seller’s shop and/or sub-
Supplier’s shop at any time and they shall be provided
Seller hereby agrees to accept part order at Purchasers all the necessary assistance and information to help
option without any limitation whatsoever and also them perform their job.
accept repeat order(s) during a period of 6 months from
the date of original purchase order on same unit prices, In order to facilitate over-all execution of the order within
terms and conditions. the contractual delivery date, Seller shall furnish to
Procurement Coordinator / Manager within 4 weeks of

A133-01-GPC (Ind.)-R0
Page 51 of 207 Page 6 of 7
receipt of Purchase Order in required number of copies c) The Seller shall give a firm and binding list of
of documents / detailed drawings such as but not Purchasers issue of materials which shall be duly
limited to schedule/PERT chart, unpriced copies of sub reviewed & approved by EIL and the desired schedule
orders/sub contracts, phased program of itemize of its delivery to shop floor strictly in accordance with
manufacturing, testing and delivery and any other the sequence of fabrication vis-a-vis the contractual
information/documentation as may be called for by the delivery period.
Procurement Coordinators/Managers. All post order
correspondence shall be addressed to the DGM d) Unused materials or scrap from material supplied by
(Inspection), with a copy to the Project Manager, the Purchaser to the Seller shall be returned by the
Engineers India Ltd., New Delhi. Seller to the Purchaser or if the Purchaser so directs the
Seller may dispose of the same by sale or otherwise on
30. SERVICES OF SELLER’S PERSONNEL: such terms and conditions as the Purchaser may
stipulate and the Seller shall pay to the Purchaser the
Upon three week advance notice, the Seller shall sale proceeds of the material so disposed off by sale
depute the necessary personnel along with required deducting there from expenses incurred by the Seller on
Tools & Tackles to site for supervision of erection and such sale, the quantum of such deduction to be
start up of the equipment and train a few of the IOCL/ mutually agreed upon in advance between the
EIL’s personnel for the operation and maintenance of Purchaser and the Seller.
the equipment, if required by the Purchaser. The terms
and conditions for the services of the Seller shall be 33. HEADINGS:
mutually settled.
The headings of the conditions hereof shall not affect
31. SELLER’S LIABILITIES construction thereof.

The Seller’s workmen or employees shall under no 34. ARBITRATION:


circumstances be deemed to be in Purchaser’s
employment and the Seller shall hold himself Any dispute or difference between the parties hereof
responsible for any claims which they or their heirs, arising out of any notified claim of the SELLER included
dependents or personal representatives may have or in his final bill and /or arising out of any amount claimed
make for damages or compensation for anything done by the OWNER (whether or not the amount claimed by
or committed to be done in the course of carrying out of the OWNER or any part thereof shall have been
the work covered by this Purchase Order, whether deducted from the Final bill of the supplier or any
arising on Purchaser’s premises or elsewhere and amount paid by the OWNER to the SELLER in respect
agrees to Indemnify the Purchaser against any such of the work) shall be referred to arbitration in
claim or claims if made against the Purchaser and all accordance with the UNCITRAL Rules as adopted in
cost (as between attorney and client) of proceedings, India by the Arbitration & Conciliation Act, 1996.
suits or action which the Purchaser may incur or sustain
in respect of the same. The Seller shall also procure The venue of the arbitration shall be New Delhi.
and keep in force at his own cost comprehensive
automobile Liability insurance for adequate coverage in Notwithstanding the existence of any dispute or
respect of all his vehicle/s visiting or plying in project arbitration in terms hereof or otherwise, the Seller shall
premises. The Seller shall also be responsible for continue and be bound to continue and perform the
compliance of existing laws in respect of their workmen works to completion in all respects according to the
and employees.
Contract (unless the Contract or works be determined
32. PURCHASER’S MATERIAL by the Owner or by the Seller under the provisions of
the Contract), and the Seller shall remain liable and
a) Purchaser’s materials shall be delivered to the Seller bound in all respects under the Contract.
after the Seller submits the Bank Guarantee for
Indemnifying the full value thereof strictly in the manner 35. JURISDICTION
and as per Performa of Bank Guarantee approved by
the Purchaser. The Seller hereby agrees that the Court situated at New
Delhi alone shall have the jurisdiction to hear and
b) Wherever possible, the material shall be consigned determine all action and proceedings arising out of this
to goods depot to be specifically confirmed by Seller. contract.
The Seller at his responsibility and cost shall arrange
Loading/Unloading and any handling from the
destination.

A133-01-GPC (Ind.)-R0
Page 52 of 207 Page 7 of 7
Page 53 of 207
Page 54 of 207
Page 55 of 207
Page 56 of 207
Page 57 of 207
Page 58 of 207
Page 59 of 207
PROFORMA OF BANK GUARANTEE
(PERFORMANCE)
(On non-judicial stamp paper of appropriate value)
(For Indigenous Suppliers)
To
Engineers India Limited
Engineers India Bhawan
1 Bhikaiji Cama Place
R.K. Puram
New Delhi – 110 066
Kind Att.: Head (LSTK-Finance)
RFQ NO.: _______________________
Dear Sirs,

In consideration of the Engineers India Limited, 1 Bhikaiji Cama Place, R.K. Puram, New Delhi-110066 (hereinafter
called – “the Purchaser” which expression shall include its successors and assigns having awarded
________________________________ work to M/s (Name) _______________________________________
(Constitution) ___________________________ (Address) _____________________________ (hereinafter referred
to as “the Supplier” which expression shall wherever the subject or context so permits include its successors and
assigns) a supply contract in terms inter-alia, of the Purchaser’s Letter No. ______________________ dated
__________ hereinafter referred to as the “Contract” and the general purchase conditions of the purchaser and upon
the condition of Supplier’s furnishing security for the Performance of the Supplier’s obligations and/or discharge of the
Supplier’s liabilities under and/or in connection with the said supply contract for a sum of Rs.
_______________________ only amounting to 10% (ten percent) of the total contract value.

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


of ___________________________ and having a Branch at ______________________ (Indian Branch Address)
(hereinafter called “the Bank” which expression shall include its successors and assigns) with the intent to bind the
Bank and its successors and assigns, hereby undertake to pay the Purchaser at __________________ (place) on
first demand in writing without protest or demur or proof or satisfaction or condition and without reference to supplier
any and all amounts from time to time demanded by the Purchaser from the Bank with reference to this
Guarantee/Undertaking upto an aggregate limit of Rs. _________________ (Rupees
___________________________ only).

AND THE BANK DOTH HEREBY FURTHER AGREE AS FOLLOWS:-

1. This Guarantee/Undertaking shall be a continuing Guarantee/Undertaking and shall remain valid and
irrevocable for all claims of the Purchaser and liabilities of the Supplier arising upto and until ___________
plus claim period of 3 months.

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

3. The Purchaser shall be at liberty without reference to the Bank and without affecting the full liability of the
Bank hereunder to take an other security in respect of the Supplier’s obligation and/or liabilities under or in
connection with the said supply contract and to vary the terms vis-à-vis the Supplier of the said supply
contract or to grant time and/or indulgence to the Supplier or to reduce or to increase or otherwise vary the
prices of the total contract value or to release or to forebear from enforcement of all or any of the obligations
of the Supplier under the said supply contract and/or the remedies of the Purchaser under any other
Guarantee(s) or Security(ies) now or hereafter held by the Purchaser and no such dealing(s), variation(s),
reduction(s) or other 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 Purchaser hereunder or of prejudicing
rights of the Purchaser against the Bank.

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

A133-01-GPC (Ind.)-R0 Page 1 of 2

Page 60 of 207
5. Bank hereby waives all rights at any time inconsistent with the terms of this Guarantee/Undertaking and the
obligations of the Bank in terms hereof shall not be anywise affected or suspended by reasons of any dispute
or disputes having been raised by the Supplier (whether or not pending before any Arbitrator, Officer,
Tribunal or Court) or any denial of liability by the Supplier or any other order for Communication whatsoever
by the Supplier stopping or preventing or purporting to stop or prevent any payment by the Bank to the
Purchaser in terms hereof.

6. Notwithstanding anything contained herein:

(a) The Bank’s liability under this Guarantee/Undertaking shall not exceed Rs._____________ (In
figures) ______________________ (In words) ____________________________ only).

(b) This Guarantee/Undertaking shall remain in force upto _____________ and any extension(s)
thereof, if any; and

(c) The Bank shall be released and discharged from all liability under this Guarantee/Undertaking
unless a written claim or demand is issued to the Bank on or before _____________ plus 3 months
period or the date of expiry of any extension(s) thereof if this guarantee/undertaking has been
extended.

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

Yours faithfully,

(Signature)

NAME & DESIGNATION


NAME OF THE BANK

NOTE

1. This Guarantee is required to be stamped as an agreement according to the Stamp Duty Act.

2. The Performance Bank Guarantee shall be strictly as per above proforma and shall be through Indian or
Foreign Branches of Indian Scheduled Banks (other than Cooperative Bank)/Nationalized Bank or Indian
Branches of Foreign Banks.

3. The bank shall provide details viz contact person, telephone number, fax number, e-mail address and
address of the Controlling/Regional Office of issuing bank for verification of authenticity of Bank Guarantee.

4. This Guarantee is required to be sent by Seller’s Bankers directly to the Head (LSTK-Finance), Engineers
rd
India Limited, EI Bhawan, 3 Floor, 1, Bhikaiji Cama Place, New Delhi-110066.

A133-01-GPC (Ind.)-R0 Page 2 of 2

Page 61 of 207
PROFORMA OF BANK GUARANTEE
ADVANCE (INDIGENOUS)
(On non-judicial stamp paper of appropriate value)
To
Engineers India Limited
1 Bhikaiji Cama Place
New Delhi – 110 066
Attn.: Head (LSTK-Finance)
Project ______________________
RFQ No. _____________________
Dear Sirs,

Engineers India Limited, 1, Bhikaiji Cama Place, New Delhi-110066 (hereinafter called – “the Purchaser” which
expression shall include its successors and assigns) has awarded M/s ____________________________________
(hereinafter called “The Supplier” which expression shall include its successors and assigns) the work of designing,
manufacturing, fabricating and supply of ______________________ in terms of a contract as constituted by Purchase
Order No. ____________________ dated _________________ issued by the Purchaser to the Supplier (hereinafter
called “The Contract” which expression include all the amendments and/or modifications of the Purchase Oder).

AND WHEREAS the Purchaser has agreed to advance the Supplier a sum of Rs._________________ (Rupees
_________________________________________________) hereinafter called “The Advance” as financial
assistance to the Supplier under the Contract on the condition, inter alia, that the advance shall be secured by a Bank
Guarantee as hereinafter appearing:

We ______________________________ Bank _____________________ a Bank incorporated/ constituted under the


laws of _____________________ and having it registered/principal office at _________________________________
(hereinafter called “The Bank” which expression shall include our successors and assigns) in consideration of the
aforesaid promises and at the request of the Supplier DO HEREBY bind ourselves and our successors and assigns,
and irrevocable undertake to pay the Purchaser on first demand in writing without protest or demur or proof or
condition and without reference to the Supplier any and all amounts at any time and from time to time claimed by you,
as due to you under or in respect of the said advance, and demanded by you from us, with reference to this
undertaking for an aggregate limit of Rs. _____________ (Rupees
___________________________________________).

AND, we, the Bank DO HEREBY further agree as follows:

(i) The Purchaser shall have the fullest liberty without reference to the Bank and without affecting in any way the
liability of the Bank under this Guarantee/Undertaking, at any time and/or from time to time to anywise vary
the Contract and/or any of terms and conditions thereof or of or relative to the advance and to extend time for
the performance of the Contract and/or repayment of the advance or to postpone for any time or from time to
time the obligations of the Supplier and to waive or postpone exercise of any of the rights available to the
Purchaser against the Supplier or to forebear from enforcing any of the terms or conditions of the Contract
and/or the advance or any security(ies) available to the Purchaser, AND the liability of the Bank shall remain
in full force and effect notwithstanding any exercise by the Purchaser of the liberty with reference to any or all
the matters aforesaid or by reason of time being given to the Supplier or any forbearance, waiver, act or
omission on the part of the Purchaser or any indulgence by the Purchaser to the Supplier or any other act,
matter or thing whatsoever which under the law relating to sureties would have the effect of releasing the
Bank from its liability hereunder or any part thereof, AND the BANK DOTH HEREBY waive all rights at any
time inconsistent with the terms of this Guarantee/Undertaking.

(ii) It shall not be necessary for the Purchaser to proceed against the Supplier before proceeding against the
Bank and this guarantee/undertaking shall be enforceable against the Bank as principal debtor
notwithstanding the existence of any other security for any indebtedness of the Supplier to the Purchaser
(including relative to the advance) and notwithstanding that any such security shall at the time when claim is
made against the Bank or proceedings taken against the Bank be outstanding or unrealized.

(iii) As between the Bank and the Purchaser for the purpose of this guarantee/undertaking the amount claimed
by the Purchaser from the Bank with reference to this guarantee/ undertaking shall be final and binding upon
the bank as to the amount payable by the Bank to the Purchaser hereunder.

A133-01-GPC (Ind.)-R0 Page 1 of 2

Page 62 of 207
(iv) The liability of the Bank to the Purchaser under this guarantee/undertaking shall remain in full force and
effect notwithstanding the existence of any difference or dispute between the Supplier and the Purchaser,
the Supplier and the Bank and/or the Bank and the Purchaser, or otherwise howsoever touching or affecting
these presents or the liability of the Supplier to the Purchaser, and notwithstanding the existence of any
instructions or purported instructions of the Supplier or any other person(s) to the Bank not to pay or for any
cause withhold or defer payment to the Purchaser under these presents with the intent that notwithstanding
the existence of such difference, dispute or instruction, the Bank shall be and remain liable to make payment
to the Purchaser.

(v) This guarantee/undertaking shall not be affected by any change in the constitution of the Bank or that of the
Supplier or the Purchaser, or any irregularity in the exercise of borrowing powers by or on behalf of the
Supplier.

(vi) This guarantee/undertaking shall be valid for all claims/demands made by the Purchaser to or upon us upto
____________________ provided always that if for any reasons, the Supplier is unable to complete supplies
under the Contract, the Bank shall at the request of the Purchaser and without recourse to the Supplier
extend the validity of this guarantee/undertaking for a further period of six months. For the purpose of this
clause, the Purchaser’s statement that the Supplier is unable to complete supplies under the contract shall
be conclusive and final binding on us.

(vii) Notwithstanding anything contained herein:

(a) The Bank’s liability under this Guarantee/Undertaking shall not exceed Rs. _______ (Rupees
__________________________________only).

(b) This Guarantee/Undertaking shall remain in force upto ______________ and any extension(s)
thereof; and

(c) The Bank shall be released and discharged from all liability under this Guarantee/ Undertaking
unless a written claim or demand is issued to the Bank on or before ________ plus 3 months claim
period, or the date of expiry of any extension(s) thereof if this guarantee/undertaking has been
extended.

(viii) The Bank DOTH HEREBY declare that Mr. ______________ (name of the person signing on behalf of the
Bank) who is _____________ (his designation), is authorized to sign this guarantee/undertaking on behalf of
the Bank and to bind the Bank thereby.
Dated this ________________________ day of ______________

Yours faithfully,

For _____________________________________________

Signature ________________________________________

Name & Designation ________________________________

Name of the Branch ________________________________

NOTE

1. This Guarantee is required to be stamped as an agreement according to the Stamp Duty Act.

2. The Performance Bank Guarantee shall be strictly as per above proforma and shall be through Indian or
Foreign Branches of Indian Scheduled Banks (other than Cooperative Bank)/Nationalized Bank or Indian
Branches of Foreign Banks.

3. The bank shall provide details viz contact person, telephone number, fax number, e-mail address and
address of the Controlling/Regional Office of issuing bank for verification of authenticity of Bank Guarantee.

4. This Guarantee is required to be sent by Seller’s Bankers directly to the Head (LSTK-Finance), Engineers
rd
India Limited, EI Bhawan, 3 Floor, 1, Bhikaiji Cama Place, New Delhi-110066.

A133-01-GPC (Ind.)-R0 Page 2 of 2

Page 63 of 207
Page 64 of 207
Page 65 of 207
Page 66 of 207
Page 67 of 207
Page 68 of 207
JOB NO. A133
ENGINEERS INDIA LIMITED
RESID UPGRADATION PROJECT – COKER BLOCK OF CPCL, CHENNAI
PRE-FILLED AGREED TERMS & CONDITIONS (FOR INDIGENOUS SUPPIERS)
BIDDER’s NAME : M/s._____________________________________________________________________________
RFQ No.: ________________________________________________________________________________________
Bidder’s Offer Ref. No. :____________________________________________________________________________
Tel No. : ____________________________________ Fax No.:_____________________________________________
Contact Person :________________________E-Mail:______________________Mobile No:_____________________

S. No. DESCRIPTION BIDDER’S CONFIRMATION


Quoted prices are on FOT despatch point basis inclusive of Packing &
a) Confirmed
Forwarding (P&F) charges.
Indicated
b) Specify Despatch Point in the enclosed Annexure – I
(Refer ANNEXURE – I)
Confirm that firm freight charges for transportation by road upto the
c) Project site including Service Tax & Education Cess, have been quoted in Confirmed
the price bid.
1 Confirm the freight charges for Recommended Spares for two years
d) normal operation & maintenance, if any, have been quoted extra in the Confirmed
Price Schedule separately.
Confirm the freight for all other supplies like mandatory spares
e) commissioning spares, tools and tackles etc., are included in freight for Confirmed
main equipment.
Marine-cum-erection insurance (MCE policy) shall be arranged by EIL and
f) Confirmed
therefore, the same shall not be included in the quoted prices.
Excise Duty + Education Cess: Indicated
a)
Tarrif sub heading no. (Refer ANNEXURE – I)

Present rate of Excise Duty + Education Cess payable extra against Indicated
b)
documentary evidence on finished products (including spares). (Refer ANNEXURE – I
Indicated
c) Maximum rate applicable (If present rate is nil or concessional)
2 (Refer ANNEXURE – I)

Clarify whether Excise Duty + Education Cess will be applicable on freight Indicated
d)
charges also. (Refer ANNEXURE – I)
Please indicate following break-up
Indicated
e) I) Cenvatable [Excise Duty + Educational Cess]
(Refer ANNEXURE – I)
II) Non Cenvatable
Sales Tax:
Indicated
a) Sales tax payable extra Specify CST/ Tamilnadu VAT (TN VAT) on sale of
(Refer ANNEXURE – I)
goods.
3 *In case of CST, C form shall be provided.
b)
In case of TN VAT, no concessional form shall be provided. TN VAT shall be Confirmed
reimbursed to bidder subject to submission of requisite documents
enabling owner to avail “INPUT CREDIT’ for the same.

A133 ATC (IND)-REV 0 AUG13 PAGE 1 OF 7

Page 69 of 207
S. No. DESCRIPTION BIDDER’S CONFIRMATION
EIL/CPCL shall avail credit of 100% of TN VAT on sale of goods. However,
for price evaluation TN VAT on sale of goods shall not be loaded. TN VAT
c) Confirmed
shall be reimbursed to bidder subject to submission of requisite
documents enabling EIL/IOCL to avail ‘INPUT CREDIT’ for the same.

Clarify whether CST / TN VAT on sale of goods will be applicable on freight Indicated
d)
charges also. (Refer ANNEXURE – I)
Indigenous suppliers shall issue E1/E2 form on quarterly basis within 60
days after completion of each quarter based on “C” form no. provided by
e) Confirmed
PURCHASER. PURCHASER will provide original “C” form in exchange of
original E1/E2 form.
In case Excise Duty / CST / TN VAT are stated as not applicable on freight
charges presently, and if they are applicable at the time of delivery due to
4 Confirmed
any reasons other than statutory, the same will be borne by the Bidder.
Confirm compliance.
Only statutory variations, if any, in the present rate of Service Tax,
cenvatable excise duty, Central Sales Tax and VAT amount for which input
a) Confirmed
tax credit is available to the EIL under TN VAT Act etc. shall be to EIL’s
account subject to documentary evidence to be furnished by the bidder.
5 Statutory variations on non-cenvatable excise duty shall be to SUPPLIER’s
b) Confirmed
account.
However, any variation in Excise duty + Ed. Cess at the time of supplies for
c) any reasons, other than statutory, including variations due to turnover, Confirmed
shall be borne by bidder.
VAT on Works Contract:
Confirmed
a) Wherever site job is involved, bidders to quote their prices inclusive of TN
VAT on work contracts (if applicable).
Only single order covering complete scope of supply & services will be
6 b) issued (indicating supply and services portion separately). Order for supply Confirmed
and services shall not be split.
Any statutory variation on TN VAT on work contracts or change in rate of
c) TN VAT due to wrong assessment by supplier shall be to supplier’s Confirmed
account.
Service Tax:
a) Service Tax on freight charges shall be included in the quoted Freight Confirmed
Charges.

Percentage of Cenvatable Service Tax applicable extra on Site Work Indicated (Refer Annexure I)
Charges, , if applicable as per MR.
b)
Service tax shall be paid only against a cenvatable invoice issued in Confirmed
accordance with Service Tax rules.
7 Percentage of Cenvatable Service Tax applicable extra on Supervision Indicated (Refer Annexure I)
Charges, if applicable as per MR.
c)
Service tax shall be paid only against a cenvatable invoice issued in Confirmed
accordance with Service Tax rules.
Percentage of Cenvatable Service Tax applicable extra on AMC Charges, if Indicated (Refer Annexure I)
applicable as per MR.
d)
Service tax shall be paid only against a cenvatable invoice issued in Confirmed
accordance with Service Tax rules.

A133 ATC (IND)-REV 0 AUG13 PAGE 2 OF 7

Page 70 of 207
S. No. DESCRIPTION BIDDER’S CONFIRMATION
Percentage of Cenvatable Service Tax applicable extra on Training Indicated (Refer Annexure I)
Charges, if applicable as per MR.
Service tax shall be paid only against a cenvatable invoice issued in Confirmed
accordance with Service Tax rules.
Entry Tax and Octroi:
Entry Tax / Octroi and Terminal Taxes are presently not applicable. If
8 a) applicable at a later date, same shall be payable extra at actual on Confirmed
production of necessary Documents/Invoices and information. Confirm
Compliance.
All new taxes/duties/cess/levies notified after the last date of submission
of final price bid/price implication, but within contractual delivery
/completion period, shall be to EIL’s account. These shall be reimbursed
a) against documentary evidence. Confirmed
9 However, in case of delay on account of supplier, any new or additional
taxes and duties imposed after contractual delivery shall be to supplier’s
account. Confirm compliance.
Any errors of interpretation of applicability of taxes/duties by bidders shall
b) Confirmed
be to bidders’ account.
Price Reduction Schedule:
a) Acceptance of applicable Price Reduction Schedule for delayed delivery as Confirmed
10 specified in RFQ/SIB.
In case of delay in delivery, bills shall be submitted after deducting price
b) Confirmed
reduction for delay.
Delivery Period / Completion Period:
11 Please confirm delivery/completion period as specified in RFQ Covering Confirmed
Letter.
Payment Terms:
a) Confirmed
Acceptance of applicable Payment terms as specified in RFQ /SIB.
Payment shall be released through Electronic Clearing System (ECS).
12 Furnished
In view of this, confirm that necessary details such as name of bank, bank
b) account no. etc. as per Mandate Form enclosed with RFQ, has been
furnished duly attested by your bank alongwith a cancel cheque, along (Refer ANNEXURE – II)
with your offer (as per Annexure-II to ATC) .
Part Order:
a) Confirmed
Acceptance of Part Order as per GPC (Indigenous).
13
Any charges quoted extra as lumpsum shall be applicable prorata on value
b) Confirmed
basis in the event of part order.
Repeat Order:
14 Confirmed
Acceptance of repeat order as per the clause specified in GPC (Indigenous).
Performance Bank Guarantee:
a) Submission of Performance Bank Guarantee for 10% of total order value as Confirmed
15 per General Purchase Conditions (GPC)/ Instructions to Bidders.
Indemnity Bond/Corporate Guarantee in lieu of PBG shall not be
b) Confirmed
considered.

A133 ATC (IND)-REV 0 AUG13 PAGE 3 OF 7

Page 71 of 207
S. No. DESCRIPTION BIDDER’S CONFIRMATION
Guarantee :
16 Confirm acceptance of Guarantee period & terms as per referred Clause of Confirmed
Instruction to Bidders/General Purchase Conditions (Indigenous) in RFQ
Covering Letter.
Firmness of prices:
17 The prices shall be firm and fixed and not subject to any variation, Confirmed
whatsoever. However, in case of Cables, variation in prices shall be
admissible as per IEEMA Price Variation Clause.
CIF Value of Built in Import Content and Import Duties:
a) In case of any Built-in import content considered in your offer, details of Confirmed
items to be furnished in Annexure-I.
Confirm that quoted prices are based on Merit rate of Customs duty, CVD,
b) Confirmed
Educational Cess and SAD as applicable.
18
Quoted prices shall remain firm and fixed on account of FE variation and
c) Confirmed
Custom Duty Variation, till complete execution of the order.
d) EIL shall not provide any import license. Noted
Quoted prices are after considering the benefit of CENVAT on CVD
e) Confirmed
including Edu. Cess.
Testing charges:
19 Confirm that quoted prices are inclusive of all testing including IBR/ IGC/ Confirmed
Radiography/ NACE charges (if applicable) as per Material Requisition
attached.
Third Party Inspection charges:
a) Goods and services shall be subject to stagewise and final inspection by Confirmed
CEIL.

The TPI charges for Certification Engineers India Ltd. (CEIL) as TPI agency
20 b) Confirmed
shall be borne by EIL.

All built in import content shall be subject to inspection by TPI (out of M/s.
Lloyds Register (Country of origin), M/s.Bureau Veritas(BV) and M/s.TUV
c) Confirmed
Nord) for which charges are included in quoted price and no additional
charges shall be paid by EIL.
Validity:
a) Confirm that the Offer is valid for period as mentioned in RFQ covering Confirmed
letter from the bid due date/ extended due date.

21 For 2 years O&M spares, prices shall be kept valid for a period of 2 years
b) Confirmed
from the date of order of main equipment.
Confirm that Annual % escalation for subsequent two years beyod the
c) validity of 2 years for O&M spares have been quoted in format for prices Confirmed
for O&M spares.

A133 ATC (IND)-REV 0 AUG13 PAGE 4 OF 7

Page 72 of 207
S. No. DESCRIPTION BIDDER’S CONFIRMATION
Confirm acceptance in totality to the following :
General Purchase Conditions (GPC) indigenous Confirmed
Instructions to Bidders / SIB Confirmed
Terms & Conditions for supervision of Erection, Testing & Confirmed
22
Commissioning (if applicable).
Terms & Conditions for site work (if applicable). Confirmed
Terms & Conditions for Annual Maintenance Contract (if applicable). Confirmed
All other terms & conditions of RFQ covering letter. Confirmed
Confirm that you have furnished the following documents in the offer:
a) Original Integrity Pact Furnished
23
b) Solvency Certificate Furnished
c) Concurrent / Present Commitment Furnished
Confirm the list, wherever required as per MR, has been submitted for
following :
a) Mandatory Spares (if specified in MR) Confirmed
b) Commissioning Spares (as included in main item) Confirmed
24
c) Special tools & tackles (if required) Confirmed
d) Recommended Spares for two years normal operation & maintenance (if Confirmed
required)
e) First fill of consumables, lubricant, etc Confirmed
Confirm that you have quoted strictly for items based on your registration
25 Confirmed
/ approval with EIL on the date of issue of RFQ.
Furnish Annual Report containing Balance Sheet & Profit & Loss Statement
26 Enclosed
for last one (01) years along with your unpriced offer.
Confirm that net worth of your company (bidder) during the last financial
27 Confirmed
year is positive.
Whether any of the Directors of Bidder is a relative of any Director of EIL
or the Bidder is a firm in which any Director of EIL or his relative is a
28 No
partner of the Bidder or a private company in which any Director of EIL is a
Director.
Please confirm you have not been banned or delisted by any Government
29 or Quasi Government agencies or PSUs. If you have been banned, then this Confirmed
fact must be clearly stated.
Deviations to Terms & Conditions shall lead to loading of prices or
30 Confirmed
rejection of offer as per Instructions to Bidders. Please confirm.
Printed terms and conditions, if any, appearing in quotation, shall not be
applicable in the event of order. In case of contradiction between the
31 Confirmed
confirmations given above and terms & conditions mentioned elsewhere
in the offer, the confirmation given herein above shall prevail.

BIDDER’S SIGNATURE & DATE : _______________________________


SEAL/ STAMP

A133 ATC (IND)-REV 0 AUG13 PAGE 5 OF 7

Page 73 of 207
ANNEXURE – I TO PRE-FILLED AGREED TERMS & CONDITIONS (FOR INDIGENOUS SUPPIERS)
NAME OF BIDDER : _______________________________________________________________________
OFFER REFERANCE: ________________________________________________ DATED ________________
RFQ NO.: _______________________________________________________________________________
ITEM : ________________________________________________________________________________
PROJECT : RESID UPGRADATION PROJECT – COKER BLOCK OF CPCL, CHENNAI

1. Bidder confirms the following :DESPATCH POINT ________________________________


2. Service Tax & Education Cess on Supervision Charges, if applicable. _________________________% EXTRA
3. Service Tax & Education Cess on Site Work Charges, if applicable. _________________________% EXTRA
4. Service Tax & Education Cess on AMC, if applicable.

5. Service Tax & Education Cess on Training, if applicable.


6. Rate of Excise Duty : Tariff Sub Heading No. ________________________________
7. Excise Duty + Education Cess _________________________% EXTRA
8. Maximum rate of Excise Duty applicable (If present rate is nil or
concessional) _________________________% EXTRA
9. Please indicate following break-up
a) Cenvatable [Excise Duty + Educational Cess] a) Cenvatable [ED+ Edu. Cess]________%
b) Non Cenvatable b) Non Cenvatable [ED+ Edu. Cess]____%
10. Excise Duty on freight charges (Tick one whichever is applicable). APPLICABLE
(In case no option is selected, ED on Freight Charges shall be
NOT APPLICABLE
considered to be not applicable)
11. Central Sales Tax against form ‘C’
_________________________% EXTRA
12. Tamilnadu VAT without concessional form.
(Applicable for supplies from TN State) _________________________% EXTRA
13. CST/TN VAT on freight charges (Tick one whichever is applicable). APPLICABLE
(In case no option is selected, CST/TN VAT on Freight Charges shall be
NOT APPLICABLE
considered to be not applicable)
14. Built-in import content in the offer (Tick one whichever is applicable).
APPLICABLE
(In case no option is selected, Buit-in import content shall be
considered to be not applicable) NOT APPLICABLE

15. Item detail of CIF Content

16.
(a) The bidder is a Micro or Small Enterprise under the Micro, Small & YES NO
Medium Enterprises Development Act, 2006.
(b) Documentary evidence required as per RFQ to avail preference to FURNISHED
MSEs.

(c) The MSEs is owned by SC/ST Entrepreneurs. YES NO


\

(d) Supporting documentary evidence with respect to MSEs is owned FURNISHED


by SC/ST Entrepreneurs as per RFQ to avail preference to MSEs
owned by SC/ST.

BIDDER’S SIGNATURE & DATE : _______________________________WITH SEAL/STAMP

A133 ATC (IND)-REV 0 AUG13 PAGE 6 OF 7

Page 74 of 207
ANNEXURE - II TO AGREED TERMS & CONDITONS (INDIGINEOUS)

MANDATE FORM

1. Bidder Name :
2. Bidder Code: :

3. Address of the Bidder :


4. Particulars of Bank Account of Bidder :

a. Name of the Bank :


b. Name of the Branch and Address of the Branch :
c. Branch Code :

d. 9 – Digit MICR code Number of the Bank & Branch :


(As appearing in the MICR Cheque issued by the bank)
(Please do not give multicity cheque book code Number)

e. Type of account (Saving Bank, Current or Cash Credit) :


f. Account Number :

g. RGTS/ IFSC Code (11 digit) :


h. NEFT Code No. :

5. E-mail address of the Bidder :


6. Contact Person(s) of the Bidder :

I/ we declare that the particulars given above are correct and complete and I/ we accord our consent for
receiving all our payments through Electronic Mechanism.

____________________________________________________
(Signature and designation of the Authorised person(s) of Bidder)

Official seal of the Bidder


Place :
Date :

BANK CERTIFICATION

Certified that the particulars furnished above are correct as per our records.

Place :
Date :
______________________________________
Signature of the Authorised Official of the Bank

Bank’s Stamp

A133 ATC (IND)-REV 0 AUG13 PAGE 7 OF 7

Page 75 of 207
ANNEXURE A1 DOC NO. A133-1841-WT REV 0
23.09.2013
( APPLICABLE FOR FOREIGN BIDDERS ONLY)

Particulars required for Tax Residency Certificate (TRC) & Form 10F

1. Particulars required for Tax Residency Certificate (TRC)

TRC containing prescribed particulars from the Government of foreign country is required to
be submitted in order to claim the benefits of DTAA as per the Indian Income Tax
requirements failing which the relief under DTAA will not be available and consequently the
higher rate of withholding tax @25% will be applicable and deducted from the payment made
to supplier/contractor/consultant (i.e., non-resident taxpayer). The TRC shall be duly verified
by the Government of the country of which the assessee claims to be a resident for the
purposes of tax.

TRC obtained by the Non-resident from Government of foreign country shall contain the
following particulars:

a. Name of the assessee;


b. Status (individual, company, firm etc.) of the assessee;
c. Nationality (in case of individual);
d. Country or specified territory of incorporation or registration (in case of others);
e. Assessee's tax identification number in the country or specified territory of residence
or in case no such number, then, a unique number on the basis of which the person
is identified by the Government of the country or the specified territory;
f. Residential status for the purposes of tax;
g. Period for which the certificate is applicable; and
h. Address of the applicant for the period for which the certificate is applicable.

2. Form 10F

In additional to TRC, bidder in order to claim the benefits of DTAA shall also submit additional
information in form no. 10F (enclosed). Form 10F has to be signed & verified by the assessee
himself.

If some information is already contained in TRC, the bidder shall not be required to provide
that information in Form no. 10F but even then Form no. 10F is required to be provided by
the bidder.
However, the bidder may write Not Applicable in the relevant column in case that information
is already contained in TRC.

Page 1 of 2

Page 76 of 207
ANNEXURE A1 DOC NO. A133-1841-WT REV 0
23.09.2013
( APPLICABLE FOR FOREIGN BIDDERS ONLY)

"FORM NO. 10F”


[See sub-rule (1) of rule 21AB]
Information to be provided under sub-section (5) of section 90 or sub-section (5) of section 90A of the Income-
tax Act, 1961
1. ....................................... *son/daughter of Shri ................................................. in the capacity of .......................................
. . . . (designation) do provide the following information, relevant to the previous year .........................................................
. . . . *in my case/in the case of....................................................... for the purposes of sub-section (5) of * section
90/section 90A:—

SI.No. Nature of information Details#


(i) Status (individual; company, firm etc.) of the assessee
(ii) Permanent Account Number (PAN) of the assessee if allotted
(iii) Nationality (in the case of an individual) or Country or specified territory of incorporation or
registration (in the case of others)
(iv) Assessee's tax identification number in the country or specified territory of residence and if
there is no such number, then, a unique number on the basis of which the person is identified by
the Government of the country or the specified territory of which the assessee claims to be a
resident
(v) Period for which the residential status as mentioned in the certificate referred to in sub-section
(4) of section 90 or sub-section (4) of section 90A is applicable
(vi) Address of the assessee in the country or territory outside India during the period for which the
certificate, mentioned in (v) above, is applicable

2. I have obtained a certificate to in sub-section (4) of section 90 of sub-section (4) of section 90A from the
Government of……………………………………………. (name of country or specified territory outside India)
Signature: ............................................
Name: ...........................................
Address: ............................................
Permanent Account Number: ..................................................
Verification
I ........................................... do hereby declare that to the best of my knowledge and belief what is stated above is
correct complete and is truly stated.
Verified today the ............................................... day of ..............................

Signature of the person providing the information


Place: . .........................................
Notes :
1. *Delete whichever is not applicable.
2. #Write N.A. if the relevant information forms part of the certificate referred to in sub-section (4) of
section 90 or sub-section (4) of section 90A.

Page 2 of 2

Page 77 of 207
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: Structured Packing (Proprietary) & Tower Internals
GROUP ITEM CODE: 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 )

A133 086 CP MR 7620 B 24/12/2013 5 43


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

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

REV. DATE BY CHK. APPD. DETAILS

A 29/11/2013 SB JA AK ISSUED WITH BIDS


B 24/12/2013 SB JA AK REVISED & ISSUED WITH BIDS
This is a system generated approved document and does not require signature.

Project: RESID UPGRADATION PROJECT-COKER BLOCK


ENGINEERS INDIA LIMITED

16 Client: CPCL

Page 78 of 207
Sheet 1 of 4
File Name: D:\MR7620.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 (Hydraulic & Mechanical),


Engineering, Manufacture, Procurement of
Materials and Bought out Components,
Fabrication, Trial Assembly at Shop,
Inspection, Testing at Manufacturer's
Works, Packing and Supply including
supply of Constructional Spares, Special
Tools and Tackles & Documentation as per
the enclosed Data Sheets, Job
Specifications, Standard Specifications,
Standard Drawings, etc. attached or
referred.
01.01 86-C-09 Random Packings & Associated Internals 1 Set
01.02 87-C-01 Structured Packings & Associated 1 Set
Internals
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.

02.00 << DELETED >>


03.00 Transportation from Vendors' works / shop
to site for the following as per the
enclosed Data Sheets, Job Specifications,
Standard Specifications, Standard
Drawings, etc. attached or referred.
03.01 {03}86-C-09 For Sr. No. 01.01 1 Nos
03.02 {03}87-C-01 For Sr. No. 01.02 1 Nos
04.00 Supply of Mandatory Spares as per
enclosed Instructions to Vendor
04.01 {04}86-C-09 For Sr. No. 01.01 1 Lot
04.02 {04}87-C-01 For Sr. No. 01.02 1 Lot
05.00 Supply of Two Years Operation and 1 Lot
Maintenance Spares, as per enclosed
instructions to vendor
06.00 Unit Rates
06.01 Unit Rates of items for addition/ 1
deletion purpose, as per the enclosed
Instructions to Vendor.
07.00 << DELETED >>
08.00 Supervision Charges during Site
Installation of Structured Packings &
Tower Internals for Items Specified at
Sr. No: 01.01 & 01.02 above as per
enclosed Instructions to Vendor.
08.01 {08}86-C-09 For Sr. No. 01.01 1 /diem rate
08.02 {08}87-C-01 For Sr. No. 01.02 1 /diem rate
09.00 Drawings and documents as per enclosed Lot
Vendor Data requirement for all supplies
and services covered above in Sr.Nos.1.00
to Sr.No.8.00.

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

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

Project: RESID UPGRADATION PROJECT-COKER BLOCK


ENGINEERS INDIA LIMITED REQUISITION NO. REV.

16 Client: CPCL A133-086-CP-MR-7620 B

Page 79 of 207
Sheet 2 of 4
File Name: D:\MR7620.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
FORMATS
1 Format for Vendor Drawing/ EIL-1641-1923
Document Submission Schedule Rev.1
DATASHEET
2 LPG Amine Scrubber Process A133-086-02-DS- 2
Data Sheet (86-C-09) 1009 06/11/2013
3 Caustic Prewash column A133-087-02-DS- 1
Datasheet (87-C-01) 1001 15/11/2013
4 Vessel Design data for Column A133-086-16-46-DS- B
No. 86-C-09 3009 04/09/2013
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.

5 Vessel Design data for Column A133-087-16-46-DS- B


No. 87-C-01 3001 05/09/2013
JOB SPECIFICATIONS
6 Instructions to Vendor A133-086-05-43-TR- A B
7620 25/11/2013 24/12/2013
7 Technical Questionnaire A133-086-05-43-TQ- A B
7620 25/11/2013 24/11/2013
8 Deviation Schedule A133-086-05-43-DV- A
7620 25/11/2013
VENDOR DATA REQUIREMENTS
9 Vendor Data Requirements A133-086-05-43-VR- A
7620 29/11/2013
DRAWINGS
10 Nozzle Orientation for Column Note 2
No. 86-C-09
11 Nozzle Orientation for Column Note 2
No. 87-C-01
STANDARD SPECIFICATIONS
12 General Specification for 44NC-4600-0000- 0
Trays and Tower Internals V.02-0107-A4 09/03/2010
13 Engineering Design Basis for 44NC-4600-0000- 0
Trays/Tower Internals V.02-0108-A4 09/03/2010
14 General Specification for 44NC-4600-0000- 0
Fabrication of Tower Internals V.02-0109-A4 09/03/2010
15 Standard Specification for 44NC-4600-0000- 0
Review of Site Installation of V.02-0122-A4 09/03/2010
Column Internals
16 Standard Specification for 44NC-4600-0000- 0
Column Packings V.02-0123-A4 09/03/2010
17 Packing, Marking and Shipping 44NC-4600-0000- 0
Specifications for Trays and V.02-0124-A4 09/03/2010
Tower Internals
18 Vendor's Qualification 44NC-4600-0000- 1
Criteria - Coker Block V.02-0171-A4 30/07/2010
19 Specification for Quality 6-78-0001 0
Management System Requirements 04/06/2009
from Bidders
20 Specification for 6-78-0003 0
Documentation Requirements 04/06/2009
from Suppliers
STANDARD DRAWINGS
21 Standard Internal Plate INS VSD 030 0
Flanges 01/10/2009
Project: RESID UPGRADATION PROJECT-COKER BLOCK
ENGINEERS INDIA LIMITED REQUISITION NO. REV.

16 Client: CPCL A133-086-CP-MR-7620 B

Page 80 of 207
Sheet 3 of 4
File Name: D:\MR7620.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
STANDARD DRAWINGS
22 Support for Internal 0
INS VSD 045
Distributor Pipes 01/10/2009
23 Supports for Internal Feed INS VSD 047 0
Pipe 01/10/2009
24 Support Ring Sizes for Packed INS VSD 056 0
Towers 01/10/2009
25 Specification for Packing the INS VSD 065 0
Column 01/10/2009
26 Specification for Packing the INS VSD 066 0
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.

Column 01/10/2009
27 Packing, Marking and Shipping INS VSD 079 0
Specifications for Trays and 01/10/2009
Tower Internals
INSPECTION & TEST PLANS
28 Bolting Material 44NC-4600-Q-0001- 0
A4 APPENDIX - A 13/04/2010
29 Column Trays Internals, Grids 44NC-4600-Q-0001- 0
and Structured Packings A4 APPENDIX - A 13/04/2010
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:
1. Inspection by third party Inspection Agency (To be arranged by M/s EIL).
2. Nozzle Orientation shall be furnished to the successful Vendor at Post Order
stage.

Project: RESID UPGRADATION PROJECT-COKER BLOCK


ENGINEERS INDIA LIMITED REQUISITION NO. REV.

16 Client: CPCL A133-086-CP-MR-7620 B

Page 81 of 207
Sheet 4 of 4
File Name: D:\MR7620.pdf
Format No.: EIL-1641-1923 Rev.1

Engineers India Limited Status


Vendor Drawing/ Document Submission Schedule Date
Client: CPCL Project: RESID UPGRADATION PROJECT-COKER BLOCK Vendor Name:

Item Description: Structured Packing (Proprietary) & PR No.: Address:


Tower Internals
Date of LOI:

PO No.:
Date of PO: City:

Page 82 of 207
EIL Originating Department: HMTD - MASS Contact Person(EIL): Contact Person: Fax:
TRANSFER 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)
Page 83 of 207
Page 84 of 207
Page 85 of 207
Page 86 of 207
Page 87 of 207
Page 88 of 207
Page 89 of 207
Page 90 of 207
Page 91 of 207
The drawing, design and details given below on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited, or used, except in the limited way permitted by written consent given by the lender

NOZZLES AND CONNECTIONS GENERAL NOTES SPECIFICATIONS DESIGN DATA


MARK QTY NOM. DIA SCH./THK.
FLANGES PROJECTI
ON NOTE-
PAD
SERVICE
UNLESS STATED OTHER WISE X DENOTES APPLICABLITY CODE ASME SEC VIII DIV -1 2010 + ADDENDA 2011
CLASS TYPE FACING 4 WxT 1 ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE STATED. WORKING PRESSURE (kg/cm2g) TOP 19.5 BOT 21.4
1
3 600 20 THK 300 WN RF 1100
260
MANHOLE + B.F. + DAVIT
2 ALL ANCHOR BOLT HOLES TO STRADDLE N/S CENTRE LINE. X JOB SPEC. FOR SITE ASSEMBLED COLUMNS A133-86-16-46-SP-6132 DESIGN PRESSURE (kg/cm2g) INT. 23 (NOTE-25) EXT. F.V. @1900C
A-C X22 3 NORTH DIRECTION WHEREVER SHOWN IS WITH RESPECT TO PLAN VIEW. WORKING TEMPERATURE
0
( C) TOP BOT 54
JACOBS SPECIFICATIONS
45
260 4 (A) FOR NOZZLES ON SHELL PROJECTIONS ARE REFERRED FROM VESSEL CENTER DESIGN TEMPERATURE
0
( C) 85
1D 1 600 22 THK 300 WN RF 1100 MANHOLE + B.F. + DAVIT
X22 LINE TO FLANGE CONTACT FACE.
X GENERAL SPECIFICATION FOR PRESSURE VESSELS 44NC-4600-0000-V.02.-0101-A4 MDMT (0C) 18
4
3 300 60 300 WN RF 1050
140
DUMP + B.F.
4 (B) FOR NOZZLES ON HEAD PROJECTIONS ARE REFERRED FROM HEAD T.L TO X GENERAL SPECIFICATION FOR SHOP & FIELD PAINTING 44NC-4600-0000-V.02.-0111-A4 CORROSION ALLLOWANCE (MM) 3
A-C X22 FLANGE CONTACT FACE. GENERAL SPECIFICATION FOR INSULATION 44NC-4600-0000-V.02.-0112-A4 TYPE OF HEAD 2:1 ELLIPSOIDAL

8 1 50 160 300 WN RF
SEE
- VENT
5 THE INDICATED THICKNESS IS THE MINIMUM ACCEPTABLE AFTER X GENERAL SPECIFICATION - MATERIAL SPECIFICATIONS 44NC-4600-0000-V.02.-0114-A4 JOINT EFFICIENCY SHELL 1 HEAD 1
DRG CONSTRUCTION.
X STANDARD SPECIFICATION FOR BQ CS PLATES 44NC-4600-0000-V.02.-0117-A4 RADIOGRAPHY (NOTE-14 & 20) SHELL FULL HEAD FULL

11 1 100 120 300 WN RF 1000


55
LPG FROM 86-G-09A/B
6 FLANGE GASKET FACE SHALL HAVE 125 AARH FINISH. X SUPPLEMENTARY SPECIFICATION FOR CS VESSELS 44NC-4600-0000-V.02.-0120-A4 POST WELD HEAT TREATMENT YES (COMPLETE COLUMN) (NOTE-15)
X22 7 DIMENSIONS OF FLANGES FOR NOZZLES UPTO 600NB SHALL BE AS PER ASME X JOB SPECIFICATION FOR COLUMNS 44NC-4600-0000-V.02.-0140-A4 HEAT TREATMENT HEAD (AS PER SPEC.)
70 LEAN AMINE FROM B16.5 AND FOR NOZZLE ABOVE 600NB SHALL BE AS PER ASME B16.47 SERIES OPERATING MEDIUM LPG AMINE
12 1 150 80 300 WN RF 1000 `B' UNLESS SPECIFIED OTHERWISE.
X20 86-E-23 SP. GRAVITY 1.08
SEE 70 RICH AMINE 8 ID OF WELD NECK FLANGES SHALL MATCH WITH CORRESPONDING ID OF
JACOBS STANDARDS WIND SPECIFICATION IS 875
17 1 150 80 300 WN RF
DRG X22 BOTTOM OUTLET TO OSBL NOZZLE PIPE/SHELL. X GENERAL TOLERANCES FOR PRESSURE VESSELS IND VSD 001 SEISMIC IS 1893 & SITE SPECTRA

18 1 100 120 300 WN RF


SEE 55 LPG LIQUID OUTLET TO 9 NOZZLES 50NB AND BELOW SHALL BE STIFFENED WITH 2 NOS. 40 x 6 THK X MANWAY DAVIT IND VSD 002/003 CAPACITY (M3) 42.9
DRG X20 86-M-03 FLATS 900 APART. X DETAIL OF VESSEL/COLUMN TOP DAVIT IND VSD 004 PAINTING/CLEANING AS PER PAINTING JOB SPEC.

34 1
76.2 I.D.
- 300 LWN RF
SEE
- SAFETY VALVE
10 ALL STAINLESS STEEL SURFACES SHALL BE PICKLED AND PASSIVATED AS PER X DETAIL OF SKIRT OPENING FOR VESSEL & COLUMN IND VSD 006 INSULATION THICKNESS (mm) NIL HOT COLD
(HOLD) DRG ASTM A380. PROCEDURE SHALL BE SUBMITTED FOR JACOB'S REVIEW.
X DETAIL OF SKIRT BASE FOR VESSEL & COLUMN IND VSD 007 FIRE PROOFING (BY OTHERS) X YES NO
LEG SUPPORT FOR VERTICAL VESSEL IND VSD 008 HYDROSTATIC TEST (kg/cm2g) HORIZONTAL VERTICAL (AT TOP)
35 1 50 160 300 WN RF 970 - UTILITY CONNECTION 11 PIPE TO PIPE , PIPE TO FLANGE, PIPE TO FITTING & FITTING TO FLANGE JOINT PRESSURE (NEW & COLD/CORRODED) 29.9 (SHOP TEST / FIELD TEST)
SADDLE SUPPORT FOR HORIZONTAL VESSEL IND VSD 009
SHALL BE WELDED WITH THE SAME TECHNIQUE USED FOR MAIN EQUIPMENT LUG SUPPORTS IND VSD 010 INSPECTION BY X TPI CIB LLOYDS
36 1 40 160 300 WN RF 970 - PRESSURE GAUGE WELDING.
PIPE LEG SUPPORT IND VSD 011
MATERIAL OF CONSTRUCTION
38
4 40 160 300 WN RF 970 -
PRESSURE DIFFERENTIAL 12 MANDATORY AND COMMISSIONING SPARES SHALL BE SUPPLIED BY X MINIMUM NOZZLE WALL THICKNESS IND VSD 012 (AS PER ASME / IS OR EQUIVALENT)
A-D INDICATOR FABRICATOR.
X REINFORCING PLATE FOR NOZZLES (C.A. 3MM) IND VSD 018
45
2
50
160 300 WN RF 970 - LEVEL GAUGE/GLASS X NAME PLATE BRACKET IND VSD 020 SHELL SA 516 Gr.60 @
A-B (HOLD) 13 VENDOR SHALL INDICATE C.G. OF EQIPT. IN EACH FABRICATION DRAWINGS. X STANDARD NAME PLATE FOR VESSEL IND VSD 021 REINFORCEMENT PAD SA 516 Gr.60
46 80 55 INSULATION SUPPORT OF VESSEL (HOT) IND VSD 022 HEADS SA 516 Gr.60 @
2 160 300 WN RF 970 LEVEL INDICATOR
A-B (HOLD) X20 14 FULL RADIOGRAPHY WHEN SPECIFIED SHALL IMPLY 100% RADIOGRAPHY OF X STANDARD NOZZLE PROJECTION IND VSD 024 SHELL FLANGES -
47 80 55 ALL BUTT WELD. IND VSD 025 NOZZLE FLANGES / LWN FLANGES/B.F. SA 105 @
LIFTING TRUNIONS
2 160 300 WN RF 970 LEVEL CONTROLLER
A-B (HOLD) X20 HANDHOLE WITH HINGED COVER IND VSD 029 NOZZLE NECK UPTO 300 NB SA 106 GR. B (SEAMLESS) @
SKV 1-
4 100 80 AS PER JACOB'S STD. SKIRT VENT
15 HARDNESS OF ALL ALL WELDS, HAZ AND BASE METAL SHALL BE LIMITED TO X STANDARD INTERNAL PLATE FLANGES IND VSD 030 NOZZLE NECK ABOVE 300 NB SA 516 Gr.60 @
4 200 BHN AFTER PWHT. IND VSD 033 PIPE FITTINGS SA 234 GR. WPB @
VORTEX BREAKERS (FLUSH TYPE NOZZLE)
16 COLUMN IS SUBJECTED TO STEAM OUT CONDITIONS OF 0.5 Kg/Cm2(g) VORTEX BREAKERS (NOZZLE WITH INTERNAL PROJECTION) IND VSD 034 GASKET EXTERNAL SS 316L SPIRAL WOUND GASKET WITH NON ASBESTOS
SM 1 600 I.D. 12 THK AS PER JACOB'S STD. ACCESS OPENING FILLER WITH SS 316L INNER AND OUTER RING AS PER
@1900C. STD. DEMISTER TYPE-I (VESSEL DIA. <800MM) IND VSD 036 ASME B16.20.
17 ALL INTERNALS SHALL BE SIZED SO AS TO PASS THROUGH THE NEAREST STD. DEMISTER TYPE-II (VESSEL DIA. ≤800MM) IND VSD 037
MANHOLE EASILY. STD. DEMISTER TYPE-III / TYPE IV. IND VSD 038/039
18 LIFTING LUGS/TRUNIONS FOR HANDLING OF SECTIONS SHALL BE DESIGNED X STANDARD BOLT HOLE ORIENTATION IND VSD 040 GASKET INTERNAL COMPREESED FIBRE ASBESTOS FREE
AND PROVIDED BY VENDOR. NECESSARY STIFFENING ARRANGEMENTS FOR
SECTIONS SHALL ALSO BE PROVIDED BY VENDOR. ADEQUANCY OF THE SAME
X TAILING LUG IND VSD 042 EXTERNAL STUDS/BOLTS/NUTS SA 193 GR.B7M / SA 194 GR.2HM

IS VENDOR'S RESPONSIBILITY. X LADDER RUNG INSIDE VESSELS AND COLUMNS IND VSD 043 INTERNAL STUDS/BOLTS/NUTS SS 316
X FOUNDATION TEMPLATE IND VSD 044 SKIRT / SUPPORT . SA 516 GR.60/IS : 2062 GR.B
19 TAILING LUGS SHALL BE PROVIDED AT 900 TO THE LIFTING LUGS. X SUPPORT FOR INTERNAL DISTRIBUTOR PIPE IND VSD 045 SKIRT / SUPPORT BASE IS : 2062 GR.B
X SUPPORTS FOR INTERNAL FEED PIPE IND VSD 047 INTERNAL PARTS (WELDED) SA 516 GR.60 @/ SA 106 GR.B @
20 ALL NOZZLES FABRICATED FROM PLATES SHALL BE 100% RADIOGRAPHED. X LIFTING LUG TOP HEAD TYPE IND VSD 048 INTERNAL PARTS (REMOVABLE) SS 316
21 EQUIPMENT IS IN SOUR WATER SERVICE + AMINE SERVICE, X TYPICAL NOZZLE FLANGE TO NECK JOINT IND VSD 051 CLIPS & ATTACHMENTS (EXTERNAL) SA 516 GR.60/IS 2062 GR. B WELDED OVER PAD
NACE MR 0103 & HIC REQUIREMENT TO BE MET, IN X RECOMMENDED WELD EDGE PREPARATION FOR BUTT WELDS IND VSD 052 RETAINING PLATE SA 516 Gr.60 @
ADDITION TO REQUIREMENTS OF CL 1.1 OF SPECIFICATION ALLOY LINER DETAILS IND VSD 053 DEMISTER/GRID -
44NC-4600-0000-V.02.0114-A4 . SUPPORT RING AND BOLTING BARS IND VSD 055 PAD FOR EXTERNAL ATTACHMENT SA 516 GR.60
22 ALSO REEFER 44NC-4600-001V.02/0164/A3 FOR OTHER APPLICABLE NOTES. X SUPPORT RING SIZES FOR PACKED TOWERS IND VSD 056
MANWAY/PIPE DAVIT
BRACKET SA 516 GR.60
INSULATION SUPPORTS FOR VERTICAL VESSEL IND VSD 057 OTHERS IS : 2062 GR.B
23 MONKEY LADDER SHALL BE PROVIDED IN SKIRT AS PER ATTACHED DRAWING. INSULATION SUPPORTS FOR HORIZONTAL VESSEL IND VSD 058 LIFTING LUGS IS 2062 GR.B
X FIRE PROOFING SUPPORT IND VSD 062 EARTHING LUGS IS 2062 GR.B
24 COLUMN SHALL BE TRANSPORTED TO SITE IN TWO (2) SECTIONS WITH INLET DEFLECTOR BAFFLE IND VSD 064 NAME PLATE SS 304
MAXIMUM WORK BEING COMPLETED AT SHOP FOR EACH SECTION SO AS TO
REDUCE SITE ACTIVITIES.
X EARTHING LUG IND VSD 080 NAME PLATE BRACKET SA 516 GR.60

25 2
DESIGN PRESSURE AT TOP OF TOWER IS 23.0 Kg/Cm (g). AT THHE BOTTOM
(HALF OF THE COLUMN) DESIGN PRESSURE IS 26.8 Kg/Cm2(g) INCLUDING
STATIC HEAD AND PRESSURE DROP. @ NACE AS PER NACE MR0103 + HIC
(REFER NOTE-15 & 21)

APPROVAL
REVIEW
PMC
RECORDS LUMMUS REFERENCE DOC'S
STD. TRAY NOTES PROCESS VESSEL SKETCH
FILE NAME : A133-086-16-46-DS-3009-B-1

EIL REFERENCE DRAWINGS


NOZZLE ORIENTATIONS
LADDERS/PLATFORM CLEATS
PIPE SUPPORT CLEATS STATUTORY REGULATIONS
LICENSOR'S SPECIFICATION INDIAN BOILER REGULATIONS (IBR)
FOUNDATION LOADING DATA (OPERATING CONDITION)
X MONKEY LADDER A133-000-16-46-SK-01 DEPARTMENT OF EXPLOSIVES, NAGPUR (CCOE)
SITE ASSEMBLED COLUMN
to the borrower for the intended use.

TYPE
MAX MOMENT AT BASE (M)
(kgm)
MAX. SHEAR FORCE AT BASE (H) (kg) HOLD UPS APPROXIMATE WEIGHT (kgs)
SEISMIC
147300 7900 X NOZZLE ORIENTATIONS X SIZE OF NOZZLES 28000 113200
ODC COLUMN
34, 45A/B, 46A/B, 47A/B ERECTION OPERATING
LICENSOR'S STANDARD (DB)
X NOZZLE ELEVATIONS (AS MARKED)

SEISMIC
231300 12750 X SUPPORT HEIGHT X PIPE SUPPORT CLEATS HYDROTEST(SHOP) 72250 HYDROTEST ( FIELD ) 92750
MR6030-

(MC) DETAILS OF INTERNALS X LADDER/PLATFORM CLEATS


SKIRT BRACINGS TRAY SUPPORT/BOLTING BARS
WIND 150100 8600 NUMBER OF ITEMS : ONE
X PIPE DAVIT
]

DESIGN DATA fMtkbu MkVk


ENGINEERS INDIA LIMITED JOB NO: A133 UNIT : 86 DRAWING NUMBER REV

CLIENT : M/S CPCL LPG AMINE SCRUBBER ,y ih th ,ekbZu LØcj A133-086-16-46-DS-3009 B


NEW DELHI B 04.09.2013 REVISED AND ISSUED FOR BIDS/ENGG GCP SUU/PSV BBC
A 18.04.2011 ISSUED FOR BIDS/ENGG GCP AK/PKP TG
PLANT : COKER BLOCK ITEM NO. 86-C-09 ÁbZVse ua 86µlhµ09 SHEET 1 OF 3
REV DATE REVISION BY CHECKED APPROVED
FORMAT NO.3-1646-0119 REV.1 (30.03.2010) A3-420 X 297

Page 92 of 207
11

12

Page 93 of 207
A133 86 osLksy fMtkbu MkVk
M/s CPCL B
COKER BLOCK
ITEM NO. 86-C-09
Page 94 of 207
A133 86 osLksy fMtkbu MkVk
M/s CPCL B
COKER BLOCK, CPCL
ITEM NO. 86-C-09
The drawing, design and details given below on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited, or used, except in the limited way permitted by written consent given by the lender

NOZZLES AND CONNECTIONS GENERAL NOTES SPECIFICATIONS DESIGN DATA


MARK QTY NOM. DIA
SCH./ FLANGES PROJECTI PAD
SERVICE
UNLESS STATED OTHER WISE X DENOTES APPLICABLITY CODE ASME SEC VIII DIV.1 2010+ADDENDA 2011
THK. CLASS TYPE FACING ON NOTE-4 W x T 1 ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE STATED. WORKING PRESSURE (kg/cm2g) TOP 17 BOT 17.6
55 2 ALL ANCHOR BOLT HOLES TO STRADDLE N/S CENTRE LINE. DESIGN PRESSURE (kg/cm2g) INT 23 EXT F.V.
F1 1 80 160 300 WN RF 770 FEED
X18 3 NORTH DIRECTION WHEREVER SHOWN IS WITH RESPECT TO PLAN VIEW. WORKING TEMPERATURE ( C)
0
TOP BOT 40
JACOBS SPECIFICATIONS
40
0
4 (A) FOR NOZZLES ON SHELL PROJECTIONS ARE REFERRED FROM VESSEL CENTER DESIGN TEMPERATURE ( C) 85
F2 1 50 160 300 WN RF 770 - FEED LINE TO FLANGE CONTACT FACE.
X GENERAL SPECIFICATION FOR PRESSURE VESSELS 44NC-4600-0000-V.02.-0101-A4 MDMT (0C) (-) 270C

V 1 50 160 300 WN RF
SEE
- VENT
4 (B) FOR NOZZLES ON HEAD PROJECTIONS ARE REFERRED FROM HEAD T.L TO X GENERAL SPECIFICATION FOR SHOP & FIELD PAINTING 44NC-4600-0000-V.02.-0111-A4 CORROSION ALLLOWANCE (MM) 3
DRG FLANGE CONTACT FACE.
X GENERAL SPECIFICATION - MATERIAL SPECIFICATIONS 44NC-4600-0000-V.02.-0114-A4 TYPE OF HEAD 2:1 ELLIPSOIDAL

UC 1 50 160 300 WN RF 770 - UTILITY CONNECTION


5 THE INDICATED THICKNESS IS THE MINIMUM ACCEPTABLE AFTER X STANDARD SPECIFICATION FOR BQ CS PLATES 44NC-4600-0000-V.02.-0117-A4 JOINT EFFICIENCY SHELL 1 HEAD 1
CONSTRUCTION.
X SUPPLEMENTARY SPECIFICATION FOR CS VESSELS 44NC-4600-0000-V.02.-0120-A4 RADIOGRAPHY (NOTE-15) SHELL FULL HEAD FULL
LT
6
50
160 300 WN RF 770 - LEVEL TRANSMITTER
6 FLANGE GASKET FACE SHALL HAVE 125 AARH FINISH. X JOB SPEC. FOR COLUMNS 44NC-4600-0000-V.02.-0140-A4 POST WELD HEAT TREATMENT YES (COMPLETE COLUMN) (NOTE-11)
1-6 HOLD 7 DIMENSIONS OF FLANGES FOR NOZZLES UPTO 600NB SHALL BE AS PER ASME HEAT TREATMENT AS PER SPEC.
101.6 I.D. SEE 55 B16.5 AND FOR NOZZLE ABOVE 600NB SHALL BE AS PER ASME B16.47 OPERATING MEDIUM AQUEOUS CAUSTIC, LPG
SV 1 (HOLD)
- 300 LWN RF SAFETY VALVE SERIES `B' UNLESS SPECIFIED OTHERWISE.
DRG X16 SP. GRAVITY 0.519/1.120
MH 14 250 8 ID OF WELD NECK FLANGES SHALL MATCH WITH CORRESPONDING ID OF
JACOBS STANDARDS WIND SPECIFICATION IS : 875
2 600 300 WN RF 900 MANWAY + B.F. + DAVIT
1-2 THK X16 NOZZLE PIPE/SHELL. X GENERAL TOLERANCES FOR PRESSURE VESSELS IND VSD 001 SEISMIC IS : 1893 & SITE SPECTRA
LG
2
50
160 300 WN RF 770 - LEVEL GAUGE
9 NOZZLES 50NB AND BELOW SHALL BE STIFFENED WITH 2 NOS. 40 x 6 THK X MANWAY DAVIT IND VSD 002/003 CAPACITY (M3) 5.88
1-2 HOLD FLATS 900 APART. X DETAIL OF VESSEL/COLUMN TOP DAVIT IND VSD 004 PAINTING/CLEANING AS PER PAINTING JOB SPEC. (REF. NOTE-16)

DP1 1
50
160 300 WN RF
SEE
-
DIFFERENTIAL PRESSURE 10 COLUMN IS SUBJECTED TO STEAM OUT CONDITION 0.5 Kg/Cm2(g) AT 1900C. X DETAIL OF SKIRT OPENING FOR VESSEL & COLUMN IND VSD 006 INSULATION THICKNESS (mm) NIL HOT COLD
HOLD DRG INSTRUMENT X DETAIL OF SKIRT BASE FOR VESSEL & COLUMN IND VSD 007 FIRE PROOFING (BY OTHERS) X YES NO
50 DIFFERENTIAL PRESSURE 11 HARDNESS OF BASE METAL, WELDS & HAZ SHALL NOT EXCEED 200 BHN LEG SUPPORT FOR VERTICAL VESSEL IND VSD 008 HYDROSTATIC TEST (kg/cm2g) HORIZONTAL VERTICAL (AT TOP)
DP2 1 160 300 WN RF 770 - AFTER PWHT.
HOLD INSTRUMENT SADDLE SUPPORT FOR HORIZONTAL VESSEL IND VSD 009 PRESSURE (NEW & COLD/CORRODED) 29.9 (SHOP TEST / FIELD TEST)
12 VENDOR SHALL INDICATE C.G. OF EQUIPMENT IN FABRICATION DRAWING. LUG SUPPORTS IND VSD 010 INSPECTION BY EIL CIB X TPI
SC 1 50 160 300 WN RF 770 - SAMPLE CONNECTION
PIPE LEG SUPPORT IND VSD 011
MATERIAL OF CONSTRUCTION
B 1 50 160 300 WN RF
SEE
- BOTTOM OUTLET
13 ONE NO. MONKEY LADDER SHALL BE PROVIDED AS PER ATTACHED SKETCH. X MINIMUM NOZZLE WALL THICKNESS IND VSD 012 (AS PER ASME / IS OR EQUIVALENT)
DRG X REINFORCING PLATE FOR NOZZLES (C.A. 3MM) IND VSD 018 SHELL/BOOT SA 516 Gr.60 @ +SA 20 (S5)

T 1 80 160 300 WN RF
SEE 55
TOP OUTLET
14 MANDATORY & COMMISSIONING SPARES SHALL BE SUPPLIED BY X NAME PLATE BRACKET IND VSD 020 INSERT PLATE -

DRG X16 FABRICATOR.


X STANDARD NAME PLATE FOR VESSEL IND VSD 021 REINFORCEMENT PAD SA 516 Gr.60 +SA 20 (S5)

SKV 15 FULL RADIOGRAPHY WHEN SPECIFIED SHALL IMPLY 100% RADIOGRAPHY OF INSULATION SUPPORT OF VESSEL (HOT) IND VSD 022 HEADS SA 516 Gr.60 @ +SA 20 (S5)
2 100 80 AS PER JACOB'S STD SKIRT VENT
1-2 ALL BUTT WELD.
X STANDARD NOZZLE PROJECTION IND VSD 024 SHELL FLANGES -

10 16 SURFACE PREPARATION AND PRIMER SHALL BE AS PER JOB SPECIFICATION LIFTING TRUNIONS IND VSD 025 NOZZLE FLANGES / B.F. / LWN NOZZLES SA 105 @ (IMPACT TESTED)
SM 1 600 I.D. AS PER JACOB'S STD - ACCESS OPENING 44NC-4600-0000-V-02-0111-A4
THK. HANDHOLE WITH HINGED COVER IND VSD 029 NOZZLE NECK UPTO 300 NB SA 106 GR. B (SEAMLESS) @ +SA 20 (S5)
17 ALSO REFER 44NC-4600-00/V.02/0164/A3 FOR OTHER APPLICABLE NOTES. X STANDARD INTERNAL PLATE FLANGES IND VSD 030 NOZZLE NECK ABOVE 300 NB SA 516 Gr.60 @ +SA 20 (S5)

VORTEX BREAKERS (FLUSH TYPE NOZZLE) IND VSD 033 PIPE FITTINGS SA 234 GR. WPB @ +SA 20 (S5)
18 ALL PLATES, WELDS & HAZ SHALL BE IMPACT TESTED AT (-)270C. X VORTEX BREAKERS (NOZZLE WITH INTERNAL PROJECTION) IND VSD 034 GASKET EXTERNAL SS 316L SPIRAL WOUND WITH NON
ACCEPTANCE CRITERIA SHALL BE AS PER CODE. STD. DEMISTER TYPE-I (VESSEL DIA. <800MM) IND VSD 036 ASBESTOS FILLER WITH SS 316L INNER &
19 ALL STAINLESS STEEL SURFACES SHALL BE PICKLED AND PASSIVATED AS PER IND VSD 037 OUTER RING ASME B16.20
STD. DEMISTER TYPE-II (VESSEL DIA. ≥800MM)
ASTM A380. PROCEDURE SHALL BE SUBMITTED FOR JACOB'S REVIEW. IND VSD 038/039 TRAYS / TRAYS VALVES -
STD. DEMISTER TYPE-III / TYPE IV.
20 ENERGY VALUE OF IMPACT TEST TEMPERATURE FOR PLATES SHALL BE AS PER X STANDARD BOLT HOLE ORIENTATION IND VSD 040 GASKET INTERNAL COMPRESSED FIBRE ASBESTOS FREE
TABLE A2.15 OF SA-20. IND VSD 042 EXTERNAL STUDS/BOLTS/NUTS SA 193 GR.B7M / SA 194 GR.2HM
TAILING LUG
X LADDER RUNG INSIDE VESSELS AND COLUMNS IND VSD 043 INTERNAL STUDS/BOLTS/NUTS SS 316

X FOUNDATION TEMPLATE IND VSD 044 SKIRT/ SUPPORT SA 516 GR.60/IS : 2062 GR.B

X SUPPORT FOR INTERNAL DISTRIBUTOR PIPE IND VSD 045 SKIRT/ SUPPORT BASE IS : 2062 GR.B

X SUPPORTS FOR INTERNAL FEED PIPE IND VSD 047 INTERNAL PARTS (WELDED) SA 516 GR.60 @ / SA 106 GR.B @

X LIFTING LUG TOP HEAD TYPE IND VSD 048 INTERNAL PARTS (REMOVABLE) SS 316

X TYPICAL NOZZLE FLANGE TO NECK JOINT IND VSD 051 CLIPS & ATTACHMENTS (EXTERNAL) SA 516 GR.60/ IS 2062 GR.B WELDED OVER PAD

X RECOMMENDED WELD EDGE PREPARATION FOR BUTT WELDS IND VSD 052 WRAPPER PLATE -

ALLOY LINER DETAILS IND VSD 053 EXTERNAL PARTS WELDED TO SHELL SA 516 GR.60

SUPPORT RING AND BOLTING BARS IND VSD 055 BRACKET SA 516 GR.60
MANWAY / PIPE DAVIT
X SUPPORT RING SIZES FOR PACKED TOWERS IND VSD 056 OTHER PARTS IS : 2062 GR.B

INSULATION SUPPORTS FOR VERTICAL VESSEL IND VSD 057


INSULATION SUPPORTS FOR HORIZONTAL VESSEL IND VSD 058
X FIRE PROOFING SUPPORT IND VSD 062
INLET DEFLECTOR BAFFLE IND VSD 064
X EARTHING LUG IND VSD 080

PMC CONTROL CODE : V31 @ NACE & HIC RESISTANT (IMPACT TESTED)
(MATERIAL SHALL MEET REQUIREMENTS OF NACE MR 0103 & CL 1.2 OF
44NC-4600-0000-V.02-0114-A4)

LUMMUS REFERENCE DOC'S


APPROVAL
REVIEW
PMC
FILE NAME : A133-087-16-46-DS-3001-B-1

RECORDS
EIL REFERENCE DRAWINGS
NOZZLE ORIENTATIONS
LADDERS/PLATFORM CLEATS
PIPE SUPPORT CLEATS STATUTORY REGULATIONS
LICENSOR'S SPECIFICATION DEMISTER DATA SHEET INDIAN BOILER REGULATIONS (IBR)
FOUNDATION LOADING DATA (OPERATING CONDITION)
X MONKEY LADDER A133-000-16-46-SK-01 DEPARTMENT OF EXPLOSIVES, NAGPUR (CCOE)
to the borrower for the intended use.

TYPE
MAX MOMENT AT BASE (M)
(kgm)
MAX. SHEAR FORCE AT BASE (H) (kg) HOLD UPS APPROXIMATE WEIGHT (kgs)
SEISMIC
53500 4500 X NOZZLE ORIENTATIONS X SIZE OF NOZZLES LT1-6, LG1-2, SV, DP1-2
ERECTION 5800 OPERATING 31300
LICENSOR'S STANDARD (DB)
X NOZZLE ELEVATIONS (AS MARKED)

SEISMIC
74600 6650 X SUPPORT HEIGHT X PIPE SUPPORT CLEATS HYDROTEST(SHOP) 12800 HYDROTEST ( FIELD ) 27500
MR6040-

(MC) DETAILS OF INTERNALS X LADDER/PLATFORM CLEATS


SKIRT BRACINGS TRAY SUPPORT/BOLTING BARS
WIND 34050 3350 NUMBER OF ITEMS : ONE
X PIPE DAVIT

DESIGN DATA fMtkbu MkVk


ENGINEERS INDIA LIMITED JOB NO: A133 UNIT : 87 DRAWING NUMBER REV

CLIENT : M/S CPCL CAUSTIC PREWASH COLUMN dWkfLVd fi§oWkÓ dkye A133-087-16-46-DS-3001 B
NEW DELHI B 05.09.2013 REVISED AND ISSUED FOR BIDS / ENGG. GCP PSV BBC
A 04.04.2011 ISSUED FOR BIDS / ENGG. GCP AY/PKP TG
PLANT : COKER, LPG CFC TREATING UNIT REV DATE REVISION BY CHECKED APPROVED
ITEM NO. 87-C-01 ÁbVe ua 87&lh&01 SHEET 1 OF 2
FORMAT NO.3-1646-0111 REV.1 (30.03.2010) A3-420 X 297

Page 95 of 207
Page 96 of 207
A133 87 osLksy fMtkbu MkVk
M/s CPCL B
ITEM NO. 87-C-01
INSTRUCTIONS A133-086-05-43-TR-7620 Rev. A
TO VENDOR Page 1 of 11

INSTRUCTIONS TO VENDOR

PROJECT : COKER BLOCK (EPCC-1)


RESID UPGRADTAION PROJECT, CPCL, CHENNAI

OWNER : CHENNAI PETROLEUM CORPORATION LIMITED

PMC : JACOBS ENGINEERING INDIA PRIVATE LIMITED

CONTRACTOR : ENGINEERS INDIA LIMITED

JOB NO. : A133

PMC CONTROL CODE : V35

A 25.11.13 ISSUED WITH MR SB JA AK


Rev. Prepared Checked Approved
Date Purpose
No by by by

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

Page 97 of 207
INSTRUCTIONS A133-086-05-43-TR-7620 Rev. A
TO VENDOR Page 2 of 11

INDEX
1.0 INTENT

2.0 GUIDELINES FOR SUBMITTING OFFERS

3.0 SCOPE OF WORK / SUPPLY

4.0 SPARES

5.0 TECHNICAL REQUIREMENTS

6.0 SPECIFIC INSTRUCTIONS FOR VENDOR DRAWING PREPARATION / REVIEW

7.0 GUARANTEE

8.0 MATERIAL

9.0 INSPECTION / TESTING

10.0 PACKING & FORWARDING

11.0 VENDOR QUALIFICATION CRITERIA

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

Page 98 of 207
INSTRUCTIONS A133-086-05-43-TR-7620 Rev. A
TO VENDOR Page 3 of 11

1.0 INTENT

These instructions are issued for Design (Hydraulic & Mechanical), Engineering, Material
Procurement including Bought-out Components, Manufacture, Fabrication, Trial Assembly at
Shop, Inspection, Testing at Manufacturer‟s Works, Packing, Supply and Supervision during
Site Installation of the following:

i) Random Packings & its associated Internals for LPG Amine Scrubber (86-C-09)
ii) Structured Packings & its associated Internals for Caustic Prewash Column (87-C-01)

Fabrication & Supply shall include all the components such as Structured/Random
Packings, Support Plates, Bed Limiters, Liquid Distributors / Redistributors, Feed Pipes etc.
collectively called as “Tower Internals”.

Site Installation of these Tower Internals are excluded from vendor‟s scope of work and shall
be carried out by others.

2.0 GUIDELINES FOR SUBMITTING OFFERS

2.1 Vendor to submit Documents required for Qualification of this RFQ as per the Document No.
44NC-4600-0000-V.02-0171-A4 Rev 0. Non-submission of these documents along with offer
shall lead to rejection of offer.

2.2 Following documents duly filled-in/replied, signed and stamped shall be submitted along-with
offer:

2.2.1 Computer outputs / hydraulic calculations for all loading conditions including turn-up / turn-
down for Packed Beds.

2.2.2 Packed Column Datasheets, with complete data as per Annexure I of this Document.

2.2.3 “Technical Information for Tower Packings” for Random Packing Bed in Column No. 86-C-09
as per Annexure-II of this Document.

2.2.4 Technical Questionnaire No. A133-086-05-43-TQ-7620. Please ensure that all queries are
properly answered without any ambiguity.

2.2.5 Deviation Schedule No. A133-086-05-43-DV-7620. Please note that we do not intend to
raise deviation(s). Also, ensure / note the following:

a) Any deviation must be accompanied with reason thereof.


b) Any deviation, which dilutes the specifications or brings down the quality, is not
acceptable at all
c) Offer will be rejected if deviation(s) indicated in offer are not acceptable.
d) Any deviation (not indicated in Deviation Schedule) to technical details as per MR
(Whether intentional / un-intentional), shall NOT be entertained after placement of order.
e) Any deviation/exception listed at any other place in the offer will be disregarded and
treated as null and void.

2.2.6 Technical Catalogue of the Proprietary items such as Liquid Distributors, Redistributors,
Packings, etc. shall be submitted with the offer.

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

Page 99 of 207
INSTRUCTIONS A133-086-05-43-TR-7620 Rev. A
TO VENDOR Page 4 of 11

2.2.7 All other documents as listed in Vendor Data Requirement No. A133-086-05-43-VR-7620.

2.3 While quoting, please ensure / note the following:

2.3.1 Vendors shall quote item-wise prices as per MR format for the column. (Technical offer shall
not include price figures.)

2.3.2 Per diem rates for supervision during site installation:

Vendor to note that supervision charges for 4 Nos. working days i.e. 02 days for each
Column (based on EIL estimate) shall be loaded on base price for evaluation purpose,
However payment shall be made based on the actual no. of days.

2.3.3 Any clarification (if required by vendor) / missing document shall be obtained prior to
submitting offer. Do not seek any clarification in offer.

2.3.4 Offer may be rejected, if not in line with above guidelines.

2.3.5 The technical evaluation of offers shall be based on the “Deviation Schedule”, replies to
“Technical Questionnaire”, Vendor Qualification Criteria & other documents as per “Vendor
Data Requirement”.

2.4 Clarification Requests from Bidder:


A bidder may seek clarifications regarding the bidding document provisions, bidding process
and / or rejection of his bid. EIL shall respond to such requests within a reasonable time.

3.0 SCOPE OF WORK / SUPPLY

3.1 Packings & its Associated Internals such as Support Plate / Support Grid, Bed limiter,
Retaining Grid, Liquid Distributor / Redistributor, Feed Pipe, Supporting arrangement etc.
Vendor‟s scope of work / supply for the Packed beds include Hydraulic & Mechanical
Design, Detail Engineering, Manufacture, Fabrication, Inspection, Testing & Supply in duly
packed condition as per Data Sheets, Drawings, Specifications enclosed with this
requisition.

3.2 Site Installation of Tower Internals is excluded from vendor‟s scope of work and shall be
carried out by others. However, Supervision during Installation of these items shall be
carried out by Vendor‟s representative (on per diem basis).

3.3 All weldable supports/fixing arrangement (i.e. Support Cleats / Stools etc.) required to be
welded to the columns for the fitment shall be designed by Vendor & detail Drawings (Issued
for Construction) for the same shall be furnished to EIL. These shall be fabricated and
installed by Column fabricator.

4.0 SPARES

4.1 Constructional spares shall be supplied as per Clause 6.5 of Document No. 44NC-4600-
0000-V.02-0108-A4 Rev 0 and prices for the same shall be included in the base offer.

4.2 Following operational spares as a minimum shall be supplied as Mandatory Spares and
prices for the same shall be included in the base offer:

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

Page 100 of 207


INSTRUCTIONS A133-086-05-43-TR-7620 Rev. A
TO VENDOR Page 5 of 11

S. No. Part Description Quantity Required


1. Bolts / Nuts of 10% of total for each size (minimum 10 nos. of
each size/ type each size/type)
2. Clamp assemblies 10% of total for each type and size (minimum 10
nos. of each size)
3. Gaskets or tapes 100% of each type and size
4. U-clamps 10% of each type and size or 10 nos. whichever
is minimum.
5. Tower Packings 10% for Metallic and Plastic Packings
15% for Carbon and Ceramic Packings

4.3 Vendor shall submit itemized price list of spares recommended for two years of satisfactory
operation, over and above mandatory spares. If, desired by Owner, order shall be placed for
these spares.

4.4 Vendor shall submit list of Special Tools and Tackles (if required) for Erection / Operation /
Maintenance of Tower Internals and price for the same shall be included in the base offer.

5.0 TECHNICAL REQUIREMENTS

Tower Internals covered under this requisition shall be Designed, Fabricated and Supplied
in accordance with Document No. 44NC-4600-0000-V.02-0108-A4 Rev 0. In addition to
various requirements indicated in the requisition & its attachments, following shall also be
applicable and mandatory. No deviation to these requirements shall be entertained at any
time during the project execution.

5.1 Vendor shall review the elevations of the nozzles (related to Tower Internals) & capacity of
Pipe Davit as specified in the Columns‟ Vessel Design Data, attached with this requisition,
and shall give the concurrence / revised values.

5.2 Nozzle Orientation Drawing shall be given to Successful Vendor at Post Order Stage. Tower
Internals designed by vendor shall comply the Nozzle Orientations.

5.3 In addition to the Clause No. 4.0 of Document No. 44NC-4600-0000-V.02-0108-A4 Rev 0,
the following minimum thickness shall be considered:

a) Random Packing = 0.4 mm


b) Structured Packing = 0.15 mm

5.4 All Liquid distributors / Redistributors shall be Leak tested and/or performance tested as per
Document No. 44NC-4600-0000-V.02-0108-A4 Rev 0.

5.5 For successful Vendor any deviation at the execution stage, which becomes unavoidable,
shall be immediately submitted for EIL/PMC/Owner approval and Vendor shall not proceed
with such deviation till its acceptance by EIL/PMC/Owner. Time taken/delay, if any, in
processing of deviation permit or its rejection shall be solely to Vendor‟s account.

6.0 SPECIFIC INSTRUCTIONS FOR VENDOR DRAWING PREPARATION / REVIEW

6.1 Vendor to note that all vendor drawings / documents submission shall be strictly as per
Specification No. A133-086-05-43-VR-7620, attached with the requisition.

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

Page 101 of 207


INSTRUCTIONS A133-086-05-43-TR-7620 Rev. A
TO VENDOR Page 6 of 11

6.2 Vendor shall prepare a schedule for their General Arrangement Drawings submission and
submit to EIL within 02 weeks of LOI. Any drawings / documents not submitted as per this
schedule / sequence (indicated in clause no. 6.10 below) shall be returned by EIL without
review and any delays caused due to this shall be to Vendor‟s account.

6.3 Vendor to prepare TSR / Bolting Bar Drawing & forward to EIL. These drawings shall be
forwarded to Column Vendor for fabrication, after EIL/PMC review. Any delay in submission
of these drawings shall delay the column fabrication also. Accordingly, all these drawings
must be submitted by vendor within 02 weeks of LOI.

6.4 Vendor to note that in case of conflict between requisition & different standard specifications
attached with the requisition, requirements given here shall have preference. However, in
general, most stringent of the requirements shall govern.

6.5 Vendor to note that General Arrangement Drawings submitted by them shall contain
adequate information for evaluation of the performance, to enable independent inspection &
installation at site.

6.6 The drawings for the Liquid Distributors / Redistributors shall include the information on No.
of holes, Hole diameter and tolerance on hole diameter, liquid head on the distributors along
with corresponding flow rates at turn-up and turn-down conditions. Similar data for Parting
box (if used) shall also be furnished.

6.7 Vendor drawing index (as per Format enclosed with this requisition) shall be submitted
along with each submission of documents for review (Without this Index, the documents
shall not be reviewed). All subsequent submissions of drawings / documents must contain
Compliance Statement with respect to incorporation of each EIL comment. All subsequent
submissions without revisions clearly marked & compliance statement shall not be
entertained by EIL. Any delay because of this shall be to vendor‟s account.

6.8 All GAD's related to a particular column shall be submitted in a single lot. Vendor to ensure
that the item numbers used for different items in the same column shall be unique.

6.9 GAD's shall be prepared on standard drawing sheets with scale chosen such that all
dimensions and details are legible. All drawings shall contain title block with minimum
essential information such as Vendor‟s name, Client‟s name, Consultant‟s name,
Contractor‟s name, Project name, MR No. Equipment No., Drawing No. and Drawing
description.

6.10 Following drawings / documents in the given sequence shall be submitted for review /
information as per VDR:

i) Hydraulic Design Calculations / Hydraulic Datasheets


ii) Mechanical design calculations for Internals
iii) TSR / Bolting Bar Drawings (Vendor to follow Standard Drawings for size &
thickness of TSR/BB)
iv) General Arrangement Drawing along with Bill of Material
v) Feed Arrangement drawings

6.11 All drawings / documents submitted for EIL review shall be reviewed by PMC & Licensor
also. Consolidated comments of EIL / PMC / Licensor shall be furnished within 04-05 weeks
after receipt in EIL. Vendor shall incorporate all these comments without any Cost and Time
implication.

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

Page 102 of 207


INSTRUCTIONS A133-086-05-43-TR-7620 Rev. A
TO VENDOR Page 7 of 11

6.12 Vendor to note that fabrication of Tower Internals shall start only after the review of General
Arrangement drawings of the same by EIL, PMC & Licensor.

6.13 Vendor shall prepare AS-BUILT DOCUMENTS based on the following:

Shop changes made by Vendor after approval of drawings under Code-1 by EIL and
deviations granted in deviation permits, if any, shall be marked in hard copy of drawings
which shall then be stamped „As-built‟ by the vendor. These „As-built‟ drawings shall be
reviewed and stamped by Authorized Inspector. Vendor shall prepare scanned image files of
all marked-up „As-built‟ drawings. Vendor shall also incorporate the above changes in the
native soft files of the drawings.

Authorized Inspector shall ensure / certify completeness of Vendor‟s Final / As-built


documents before equipment dispatch.

In addition, vendor shall also incorporate site changes, if any, based on mismatch observed
at site and resubmit the „As-built‟ documents.

7.0 GUARANTEE

Vendor shall fully guarantee the Tower Internals for:

(a) Material
(b) Fabrication, workmanship and strength.
(c) Performance of Packed beds with regard to proper operation at desired flow rate /
ranges for its
i) Capacity
ii) Pressure drop (across the column).
vi) No. of theoretical stages, HETP, Heat Transfer duty, Entrainment

In case of mal-performance, vendor shall depute their experts or their collaborator experts to
study and diagnose the problem, suggest suitable corrective measures and implement the
same to achieve the desired performance without any cost / additional expenses to the
client.

8.0 MATERIAL

All materials shall conform to those specified on the respective Data Sheets.

All the materials unless specified otherwise in the requisition for the fabrication & supply
including sheets/plates, bolting etc. shall be in vendor‟s scope of supply. No substitution of
material will be permitted without prior approval from EIL/PMC. In case of substitution of
material, vendor shall clearly indicate the reason for requiring such change and giving
chemical & physical properties for the alternate material with their complete standard
specification number.
All the material used for fabrication & supply of “Tower Internals” shall be new & of first
quality and shall be duly supported with material test certificate from the mills.

9.0 INSPECTION / TESTING

9.1 All the Tower Internals, covered in this specification, shall be subjected to stage wise and
final inspection by TPI / PMC / Owner representative. All necessary facilities shall be
extended to the inspection agency. Charges for the TPI shall be borne by EIL.

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

Page 103 of 207


INSTRUCTIONS A133-086-05-43-TR-7620 Rev. A
TO VENDOR Page 8 of 11

9.2 Inspection of Tower Internals shall be carried out as per Document No. 44NC-4600-0000-
V.02-0108-A4 Rev 0, 44NC-4600-0000-Q-0001-A4 Rev 0 & its Appendix A (Column Trays
Internals, Grids and Structured Packings).

10.0 PACKING & FORWARDING

10.1 Tower Internals shall be packed suitably in wooden crates provided with polythene lining as
per Document No. 44NC-4600-0000-V.02-0124-A4 Rev 0 (Packing, Marking and Shipping
Specifications for Trays And Tower Internals) to ensure damage free transportation of the
material at site. All components shall be marked with proper Item Nos. to facilitate
identification at site and same shall be as per Vendor's duly approved General Arrangement
drawings.

It will, however be, Vendor‟s responsibility to ensure that the packing of these items is
adequate for the mode of transportation, to be adopted in this case.

10.2 Vendor shall recommend guidelines for safe storage of equipment / items at site for the
period of 6 months or till completion of job as per execution plan, whichever is later.
Equipment / items shall normally be stored at site in the original boxes as supplied by the
vendor, under covered hardstand.

11.0 VENDOR QUALIFICATION CRITERIA

Vendor shall submit the following documents along with offer:

i) Their reference list which should cover Client / Plant, type, service, duty/capacity / size,
metallurgy, year of supply/commissioning and adequately addressing the requirements
of qualifications and experience for Owner / PMC approval as per clause no. 2.0 of
Document No. 44NC-4600-0000-V.02-0171-A4 Rev 0.

ii) The bio-data of key persons to be involved in the job shall be enclosed. This shall cover
present designation, technical qualifications, knowledge of relevant codes / standards,
experience and list of previous similar assignments carried out. It is expected that
persons shall have minimum experience of having performed two similar assignments
in last five years.

iii) Shop confirmation/details as per clause 1.0 of Document No. 44NC-4600-0000-V.02-


0171-A4 Rev 0.

iv) All other documents, required for qualification, as per Document No. 44NC-4600-0000-
V.02-0171-A4 Rev 0 (Vendor‟s Qualification Criteria – Coker Block).

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

Page 104 of 207


INSTRUCTIONS A133-086-05-43-TR-7620 Rev. A
TO VENDOR Page 9 of 11

ANNEXURE-I

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

Page 105 of 207


INSTRUCTIONS A133-086-05-43-TR-7620 Rev. A
TO VENDOR Page 10 of 11

ANNEXURE-II

TECHNICAL INFORMATION FOR TOWER PACKINGS

COLUMN NO.
S. No DETAILS

1 Column ID mm
2 Bed Heights mm
3 Type of Packing
4 Material of Construction
5 Size mm
6 Thickness mm
7 Bulk Volume m3
8 Bulk Density Kg/m3
9 Nos. per m3 (min.)
10 Surface Area m2/m3
11 Void Fraction %
12 Packing Factor
13 Open Surface area, %

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

Page 106 of 207


INSTRUCTIONS A133-086-05-43-TR-7620 Rev. A
TO VENDOR Page 11 of 11

ANNEXURE – III

UNIT RATES FOR ADDITION / DELETION

These Unit Rates shall be applicable for any addition / deletion of items from the scope of this
requisition:

Column No. Bed Nos.

S No. TYPE OF PACKINGS MOC OF PACKINGS Rate (per m³) Remarks


1.

ASSOCIATED TOWER INTERNALS

S No. INTERNALS MOC OF INTERNALS Rate (per Kg) Remarks


1. Support Plate
2. Liquid Distributor
3. Liquid Redistributor
4. Bed Limiter
5. Feed Pipe

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

Page 107 of 207


TECHNICAL A133-086-05-43-TQ-7620 Rev. A
QUESTIONNAIRE Page 1 of 3

TECHNICAL QUESTIONNAIRE

PROJECT : COKER BLOCK (EPCC-1)


RESID UPGRADTAION PROJECT, CPCL, CHENNAI

OWNER : CHENNAI PETROLEUM CORPORATION LIMITED

PMC : JACOBS ENGINEERING INDIA PRIVATE LIMITED

CONTRACTOR : ENGINEERS INDIA LIMITED

JOB NO. : A133

PMC CONTROL CODE : V35

A 25.11.13 ISSUED WITH MR SB JA AK


Rev. Prepared Checked Approved
Date Purpose
No by by by

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

Page 108 of 207


TECHNICAL A133-086-05-43-TQ-7620 Rev. A
QUESTIONNAIRE Page 2 of 3

S.NO. QUERY VENDOR’S REPLY


NOTE: Bidders must confirm all the points given hereunder and include the duly filled in
memorandum in their offer. Any reservation must be clearly specified.
1. Confirm that all requirements as per Standard
Specifications, Standard Drawings and other
attachments of the requisition have been
considered. Vendor to ensure that their offer is
complete in first instance itself.
2. Confirm that list of deviations (if any), have
been filled in Deviation Schedule (Doc. no.
A133-086-05-43-DV-7620) and enclosed with
the offer. Besides these deviations, confirm that
the offer is in total conformity with the
Requisition. Language like “Refer Offer” is not
acceptable.
In case there is no Deviation, Vendor to submit
Deviation Schedule format indicating “NO
Deviation” along with the offer.
3. Confirm that offer is furnished with all data in
the Packed Column Datasheet and Technical
Information for Tower Packings (only for
Random Packing beds) i.e. Annexure I &
Annexure II of “Instructions to Vendor” (Doc.
No. A133-086-05-43-TR-7620).
4. Confirm that all spares as per Clause No. 3.0 of
“Instructions to Vendor” have been included in
the base offer.
Confirm that the offer includes following
separate prices: (These shall not be included in
base price)
i) List of recommended spares for 02 years
5.
normal operation with item wise rate.
ii) Unit rates as per Annexure - III of
“Instructions to Vendor”
iii) Supervision Charges.
6. Confirm that all documents as per “Instructions
to Vendor” and “Vendor Data Requirements”
have been submitted along with the offer and
the offer submitted is strictly in line with the
guidelines given in “Instructions to Vendor”.
7. Confirm as per Clause 5.5 of “Instructions To
Vendor”, that all Vendor’s Proprietary Liquid
distributors/redistributors shall be performance
tested as per Document No. 44NC-4600-0000-
V.02-0108-A4 Rev 0.
8. Confirm that time schedule of submission of
drawings and review of Vendor's drawings by
EIL as mentioned in clause 6.0 of “Instructions
to Vendor” is considered and delivery quoted
on this basis.

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

Page 109 of 207


TECHNICAL A133-086-05-43-TQ-7620 Rev. A
QUESTIONNAIRE Page 3 of 3

S.NO. QUERY VENDOR’S REPLY


NOTE: Bidders must confirm all the points given hereunder and include the duly filled in
memorandum in their offer. Any reservation must be clearly specified.
9. Confirm that Guarantees required as per
clause 7.0 of “Instructions to Vendor” are
acceptable.
10. Confirm that Vendor Qualification documents
as required in Clause 11.0 of “Instruction to
Vendor” have been submitted with offer. No
deviation to this is acceptable. Confirm
compliance.
11. Confirm that drawings for Tower Internals will
be adequately detailed so as to evaluate
performance, facilitate material identification,
inspection and installation.
12. Confirm that Nozzle elevations as indicated on
“Vessel Design Data” attached with the
requisition are suitable for their designed Tower
internals (except for nozzles indicated on
HOLD which vendor shall advise/confirm the
elevation)
13. Vendor to confirm that at post order stage the
drawings for the Liquid distributors /
Redistributors shall include the information on
no. of holes, hole diameter with tolerance,
liquid head on the distributors along with
corresponding flow rates at turn-up and turn-
down conditions. Similar data for Parting box (if
used) shall also be furnished.

Stamp Vendor's Name & Signature

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

Page 110 of 207


DEVIATION SCHEDULE A133-086-05-43-DV-7620 Rev. A

Page 1 of 2

DEVIATION SCHEDULE

PROJECT : COKER BLOCK (EPCC-1)


RESID UPGRADTAION PROJECT, CPCL, CHENNAI

OWNER : CHENNAI PETROLEUM CORPORATION LIMITED

PMC : JACOBS ENGINEERING INDIA PRIVATE LIMITED

CONTRACTOR : ENGINEERS INDIA LIMITED

JOB NO. : A133

PMC CONTROL CODE : V35

A 25.11.13 ISSUED WITH MR SB JA AK


Rev. Prepared Checked Approved
Date Purpose
No by by by

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

Page 111 of 207


DEVIATION SCHEDULE A133-086-05-43-DV-7620 Rev. A

Page 2 of 2

DEVIATION IS REQUIRED - YES / NO


List of deviations (exceptions and/or additions requested by vendor) from Standards Specifications,
and/or Drawings etc.

MR No. : A133-086-CP-MR-7620

SL. DOCUMENT (S) DRAWING(S) DEVIATION PROPOSED


No.
NO. AND TITLE PARAGRAPH/CLAUSE/DETAIL

NOTE: OFFER SHALL NOT BE EVALUATED IF THIS SHEET IS NOT COMPLETED AND
FURNISHED ALONG WITH THE OFFER. ALSO NOTE THAT OFFER IS LIABLE TO BE
REJECTED IF DEVIATIONS ARE NOT ACCEPTABLE.

Vendor's Name & Signature

Stamp

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

Page 112 of 207


VENDOR DATA REQUIREMENTS Document No.
FOR A133-086-05-43-VR-7620
Rev. A
STRUCTURED PACKING (PROPRIETARY)
& TOWER INTERNALS Page 1 of 3

VENDOR DATA REQUIREMENTS


FOR
STRUCTURED PACKING (PROPRIETARY) &
TOWER INTERNALS

PMC CONTROL CODE: V35

A 29-NOV-2013 ISSUED WITH MR SB JA AK


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

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

Page 113 of 207


VENDOR DATA REQUIREMENTS Document No.
FOR A133-086-05-43-VR-7620
Rev. A
STRUCTURED PACKING (PROPRIETARY)
& TOWER INTERNALS Page 2 of 3

VENDOR DATA REQUIREMENTS

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

STRUCTURED PACKING (PROPRIETARY) & TOWER INTERNALS

S. POST ORDER
N DESCRIPTION WITH WITH
REMARKS
BID FOR FOR DATA
O. REVIEW RECORD BOOK
(FINAL)
1. Deviation Schedule
2. Technical Questionnaire duly filled in, signed
and stamped
3. Technical Information for Tower Packing
(Annexure-II of Instructions to Vendor)
4. Filled in Datasheets (Annexure-I of Instructions
to Vendor)
5. Hydraulic Design Calculations/ Computer
Outputs for Random Packing/Structured
Packing
6. Hydraulic Design Calculations for No. of holes,
Holes diameter, Liquid heads, Flow variation
etc of Liquid Distributors /Redistributors
7. Mechanical design calculations
8. Support Rings, Support Cleats and Bolting Bar
Drawings
9. General Arrangement Drawings
10. Bill of Material
11. Material Test Certificates @

12. Inspection Records / Data (including WPS/ @


PQR)
13. Site Installation Procedure/Check Lists
14. List of Spares
15. Fabrication Schedule
16. Vendor Drawing Index and Submission
Schedule
17. Vendor Qualification Documents as per clause
no. 11.0 of Instructions to Vendor
18. Site Installation Reporting Formats (attached
with 44NC-4600-0000-V-02-0122-A4) duly filled
19. Pickling and Passivation procedure

Notes :
1. Vendor shall be accountable for furnishing all data/drawings required in proper form and quantity in
accordance with these requirements. Vendor shall also be accountable for documentation required from his

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

Page 114 of 207


VENDOR DATA REQUIREMENTS Document No.
FOR A133-086-05-43-VR-7620
Rev. A
STRUCTURED PACKING (PROPRIETARY)
& TOWER INTERNALS Page 3 of 3

sub-vendor(s).
2. All drawings and literature shall be in English language and in metric system.
3. All "As-Built" drawings shall be duly certified by Authorized Inspection Agency.
4. All data folders upon completion of the work shall be submitted to the Owner.
5. Final documentation shall be submitted in hard copy (Six prints) and soft (Two CDs/DVDs) in addition to
submission through EIL eDMS.
6. All drawings & documents shall be submitted in A4 or A3 paper sizes. Documents in higher paper size shall
be submitted in exceptional circumstances or as indicated in the MR/Tender.
7. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).
8. All post order documents shall be submitted / approved through EIL eDMS portal.
9. 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).
10. "@" indicates submission of documents to Inspection Agency.
11. Bill of Material shall form part of the respective drawing.
12. Refer - 6-78-0001: Specification for quality management system from Bidders.
13. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.

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

Page 115 of 207


Page 1 of 10

CHENNAI PETROLEUM CORPORATION LIMITED


CHENNAI, INDIA

CPCL REFINERY - RESID UPGRADATION PROJECT

PART : V

SECTION : 3.4

TITLE: GENERAL SPECIFICATION FOR TRAYS AND TOWER INTERNALS

DOCUMENT NO. 44NC-4600-0000-V.02-0107-A4

Rev Issue Pages Rev Description Prepare Checked By Approved


No. Date d By By

0 09.03.2010 10 Issued as general specification MS CR CR

Page 116 of 207


CPCL, Chennai GENERAL SPECIFICATION FOR Part V Section 3.4
44NC-4600 TOWER INTERNALS Page 2 of 10
LSTK Doc. no. : 44NC-4600-0000-V-02-0107-A4 Rev. 0

TABLE OF CONTENTS

1.0 SCOPE OF WORK

2.0 SCOPE OF SUPPLY

3.0 DESIGN BASIS

4.0 JOB / PARTICULAR SPECIFICATION

5.0 MANDATORY SPARES

6.0 LIST OF ATTACHMENT

7.0 DRAWINGS/DOCUMENTS REQUIRED FROM VENDOR

44NC-4600-0000-V.02-0107-A4
Page 117 of 207 General Spec for tower internals.doc
CPCL, Chennai GENERAL SPECIFICATION FOR Part V Section 3.4
44NC-4600 TOWER INTERNALS Page 3 of 10
LSTK Doc. no. : 44NC-4600-0000-V-02-0107-A4 Rev. 0

1.0 SCOPE OF WORK

This specification along with its attachments is issued for Hydraulic design, Mechanical design,
engineering, procurement of material, fabrication, inspection / testing, packing, supply and
installation of following :

i. Trays / Tower Internals

ii. Tower Packing

‘Owner’ means CPCL and ‘DEC’ means Jacobs Engineering India Private Limited. VQC means
vendor qualification criteria.

Fabrication and supply shall include all the component parts of Trays / Tower internals such as tray
floors, down comers, seal pans, valves, draw off pans, transition arrangements, feed pipes / feed
inlet device, beams, weirs, support plates / support grids, bed limiters / hold down grids, liquid
distributors / spray headers, chimney trays / vapour distributors, gas / vapour risers, riser covers,
gaskets and other specialities of proprietary trays / tower internals for installation of the same on
supports attached / welded inside the columns.

Drawings for all welded internals like support rings, bolting bars or any other welded supports etc.
shall be supplied by internals supplier which shall be fabricated and welded in process column by
equipment vendor. Internals supplier shall also furnish welding details for internals like chimney tray
which may require welding in the column subsequent to their supply by the internal supplier.

The column configuration such as column diameter, inter tray spacing, no. of passes, type of Trays
/ Packing / Tower internals, operating pressure, temperature, differential pressure, vapour / liquid
flow rates, properties including foaming characteristics, number of actual / theoretical stages, heat
duty, spray nozzles, baffles, vortex breakers, feed pipe arrangement etc. have been firmed up and
specified in data sheets enclosed elsewhere.

Vendor shall preferably adhere to the specified configuration. However, in case, vendor feels
change in configuration is required to meet the performance guarantees, same shall be
substantiated with proper justification but retaining column diameter and height. Any missing data
required for completion of design shall be furnished as and when requested.

In case of conflict, the order of preference shall be as follows :

a. Approved Engineering Drawings

b. Approved Hydraulic datasheets

c. Licensor’s Process datasheets

d. DEC / Licensor’s specifications

e. Engineering Design Basis

As a rule, the most stringent requirements shall govern.

2.0 SCOPE OF SUPPLY

2.1 All materials whatsoever required for the fabrication, supply and installation of trays / tower
internals / tower packing shall be in Supplier’s scope of supply and shall include all sheets/ plates,
fasteners, consumable electrodes and any other miscellaneous materials like materials for
packing/crating etc. All the materials in Vendor’s scope of supply shall be new and of first quality
and shall be supported with original mill test certificates.

44NC-4600-0000-V.02-0107-A4 General Spec for tower internals.doc

Page 118 of 207


CPCL, Chennai GENERAL SPECIFICATION FOR Part V Section 3.4
44NC-4600 TOWER INTERNALS Page 4 of 10
LSTK Doc. no. : 44NC-4600-0000-V-02-0107-A4 Rev. 0

2.2 Trays / tower internals / tower packing and feed pipe arrangement for various columns as detailed
in Process package are covered under the scope of this specification.

3.0 DESIGN BASIS

3.1 Trays / tower internals shall be designed, fabricated, tested, supplied and installed in accordance
with Licensor’s data sheets, Licensor’s specification, Engineering Design Basis and the
requirements mentioned herein. In case of conflict, most stringent requirements shall govern and
Jacobs / Owner’s decision shall be final in this regard without any implication to Owner

3.2 Following details are to be noted:

3.2.1 Sieve trays / tower internals / chimney trays above / below 2-phase feed inlets and in bottom zone
of column wherever process steam or two phase feed is admitted, shall be provided with lock nuts
and be capable of sustaining a net thrust of
2
(a) 1000 kg/m and with shear clips for crude columns / fractionator
2
(b) 1464 kg/m and with shear clips for vacuum column
2
(c) 450 kg/m for all other services

The minimum thickness for items coming under (a) & (b) shall be taken as 3mm.

3.2.2 The maximum deflection of trays / tower internals assembly shall not exceed 1mm per meter of
column diameter or 6.5 mm whichever is lower for normal design loadings. Deflection of individual
deck panel shall not exceed half of corroded thickness. Deflection for distributor assembly shall be
limited so that overall flow variation from orifice to orifice does not exceed 10% at turndown
condition. Deflection for seal pan and support plates shall be limited to L/400, where L is the length
of individual component.

3.2.3 For Sieve trays, perforation shall be punched and burr side on tray deck must be downwards when
installed unless specified otherwise in data sheets (in case of liquid-liquid extractor column trays
where punch direction shall be along the liquid flow).

3.2.4 For bubble cap trays risers shall be as specified below :

a. Fixed Risers

Fixed risers shall be used unless otherwise specified in data sheet. For deck plates less than
3mm in thickness, riser shall be expanded into upward flanged opening in the deck plates and
then stitch welded to the upturned edges of the openings.

For deck plates 3mm thickness and more, the riser shall be continuously welded to the deck
plates with the holes in the deck plate being plane & not upturned. Caps shall be attached to
the attachment welded to the top of the risers.

b. Removable risers

Removable risers shall be used only where specified in data sheets. They shall be flanged at
the bottom to fit over upturned flanged / venturi openings in the deck plate. Each cap and
riser shall be held rigidly in place by a special snap-on bar to which is welded either a bolt or a
bar with a wedge. Caps, risers and snap-on bars shall be removable from above.

3.3 Additional requirements are as follows.

44NC-4600-0000-V.02-0107-A4
Page 119 of 207 General Spec for tower internals.doc
CPCL, Chennai GENERAL SPECIFICATION FOR Part V Section 3.4
44NC-4600 TOWER INTERNALS Page 5 of 10
LSTK Doc. no. : 44NC-4600-0000-V-02-0107-A4 Rev. 0

3.3.1 Seal weld shall have a throat thickness at least equal to the specified corrosion allowance.

3.3.2 Design loads for Chimney / Collector trays shall be based on dead weight plus live load of liquid
height equivalent to riser height or 50mm more than weir height. In case liquid density is less than
3
water, 1000 kg/m shall be considered for purpose of calculating liquid load.

3.3.3 Beams shall be top hung from the tray support rings and shall be integral type to the extent
possible.

3.3.4 Total draw-off trays shall be designed for zero leakage construction and may be seal welded (if
required) at site to attain the same.

3.3.5 All tower internals shall be designed to enable the installation of the same either through the
column manholes or from top shell flanges (in case of the small diameter columns only).

3.3.6 All tower internals shall be designed to meet the requirements of data sheets.

3.3.7 For larger diameter column (greater than 3000mm) supporting major beams, open type trusses /
lattice girders may be provided to split the assemblies in two or more components.

3.3.8 Wherever proprietary type of tower internals are specified the design provided shall be either of
model specified or equivalent to that. (Equivalent means , similar configuration and hydraulic
performance.)

3.3.9 Packing support plates / support grids shall be attached with support ring by means of clamps or
other suitable arrangement.

3.3.10 Bed limiters mesh/anti migration feature shall ensure that with surges, tower packing must not pass
through the mesh and reach the distributor. Selected mesh size must be strong enough to take
care of expected surges because of upsets in system.

3.3.11 All tower internals shall be supported on support rings, beams, lattice girder and etc. bolted /
welded with column wall.

4.0 JOB/ PARTICULAR SPECIFICATION

4.1 MANDATORY REQUIREMENTS

4.1.1 After award of contract, Vendor shall arrange a kick-off meeting with the following agenda

(i) Selection of design, fabrication and installation of trays / tower internals / tower packing

(ii) Review and finalisation of Master Document Schedule

44NC-4600-0000-V.02-0107-A4
Page 120 of 207 General Spec for tower internals.doc
CPCL, Chennai GENERAL SPECIFICATION FOR Part V Section 3.4
44NC-4600 TOWER INTERNALS Page 6 of 10
LSTK Doc. no. : 44NC-4600-0000-V-02-0107-A4 Rev. 0

(iii) Any clarification on datasheets and specifications enclosed in the Bid Package

4.1.2 Supplier or his designer performing design, fabrication or installation of trays must comply with all
the requirements of enquiry. Documentary proof / details as asked for in VQC must be submitted
and approved by Owner / Jacobs before proceeding with the job.

In case, design and fabrication is performed by different agencies, separate details for both
agencies shall be submitted for Owner / Jacobs approval. For fabrication of trays, vendors
registered with Owner/ Jacobs are also acceptable.

4.1.3 Vendor or vendor shall carry out the hydraulic design of trays, associated internals like collector
trays, internal piping, feed arrangement, de-entrainment baffles etc. In case of packed beds, the
design shall include for the selected packing, HETP calculations, pressure drop calculations,
capacity check, heat transfer adequacy check and design of associated support plates / support
grids, bed limiters/hold down grids, liquid distributors, pipe headers, vapour distributors, collector
trays etc.

For structured packing also apart from above requirements, vendor shall design the installation
requirements for thermowells inside the packing if required.

All hydraulic design shall be summarised in the form of the data sheets. These data sheets along
with backup calculations / computer outputs / vendor catalogues shall be submitted to Owner /
Jacobs prior to proceeding for mechanical design of internals.

4.1.4 Vendor shall carry out the mechanical design of trays/ tower internals as per loadings covered in
Jacobs specification.

4.1.5 It shall be the sole responsibility of the Vendor to ensure that column/vessel drawings are reviewed
by the tray/tower internal vendor also with respect to Process nozzles elevations, orientations and
process fluid feed/withdrawal arrangements to ensure compatibility with trays/internals offered
before submission to Owner/Jacobs/Licensor.

Column vessel drawings shall also be reviewed with respect to manhole/hand hole location
requirements for installation of internals or removal of random packing and suggest if any
modifications are called for in the column configuration. Co-ordination with column vendor and
piping for nozzle orientation shall be supplier’s responsibility.

4.1.6 It shall be supplier’s responsibility to ensure that Support Rings / Bolting Bar drawings furnished by
tray / tower internal vendor do not foul with any part of the column / vessels. As a rule, any welding
with vessel is prohibited during tray installation at site. Any modification work calling for heat input
to the vessel shall be brought to Owner/ Jacobs notice and tray vendor shall raise proper deviation
request prior to the rectification work taken-up at site.

4.1.7 Tray vendor drawings shall be submitted to Owner/Jacobs only after they are duly checked and
signed by supplier. Tray vendor drawings shall be reviewed by Licensor also. Consolidated
comments of Owner/ Jacobs /Licensor shall be forwarded to the supplier’s as per drawing
submission/approval schedule given elsewhere. It shall be supplier’s responsibility to ensure that all
Owner/ Jacobs /Licensor comments are incorporated in toto before resubmitting for approval.
Drawings requiring Licensor’s approval shall be planned well in advance for submission.

44NC-4600-0000-V.02-0107-A4 General Spec for tower internals.doc

Page 121 of 207


CPCL, Chennai GENERAL SPECIFICATION FOR Part V Section 3.4
44NC-4600 TOWER INTERNALS Page 7 of 10
LSTK Doc. no. : 44NC-4600-0000-V-02-0107-A4 Rev. 0

4.1.8 Quality and inspection plan of supplier shall comply with all requirements as specified by
Inspection elsewhere in the bid package. In addition to this, following minimum requirements must
also be complied by the Vendor :

(i) Inspection shall be carried out only after drawings are reviewed in Code-A by Jacobs

(ii) Inspection plan must specify various stages of inspection

(iii) Purchase requisition must contain Chapter on inspection plan specifying all minimum
requirements of inspection including above requirements

4.1.9 Installation of trays/tower internals/tower packing shall be carried out by vendor or their sub-vendor
so as to have single point responsibility for complete fabrication / supply and installation.
Installation records shall be maintained.

4.1.10 Vendor to note that trays/tower internals/tower packing installation inside the columns at site shall
be inspected / checked by the tray vendor and certified as good for boxing-up before offering for
Owner/ Jacobs /Licensor’s review. Applicable installation reporting formats duly filled in, signed
and stamped shall be submitted to Owner/ Jacobs.

The extent of subsequent inspection of installed trays / tower internals by Owner/ Jacobs /Licensor
shall be at discretion of Owner/ Jacobs/ Licensor.

However, Vendor to note that subsequent inspection by Owner/Jacobs does not relieve the
Vendor/ tray vendor of the responsibility with regard to performance guarantee of trays/tower
internals/tower packing.

4.1.11 All the valves shall be provided with proper identification marks in the form of colour coding/punch
marks.

4.1.12 All bolting shall be provided with proper identification as given below :-

(i) All bolting shall be provided with colour coding in accordance to Inspection document.

(ii) In addition to stamping, the specifications and manufacturer’s symbol as specified in ASME
material specifications, on one end of the stud, bolt head and one face of the nut, size of
bolting shall be punch marked.

4.2 SPECIFIC INSTRUCTIONS FOR THE PREPARATION OF DRAWINGS

4.2.1 Tray / tower internals vendor shall prepare following separate set of drawings with details
described below as a minimum.

i. Tray / tower internal support ring / Bolting bar drawings.

- Column sketch indicating location of tray support ring, Feed Pipe arrangement details
with Nozzle orientations

- Support ring plan with location of bolting bar, slot centres and applicable tolerances.

- Sectional details with applicable tolerances, Extent and details of welding requirements
for Tray Support Ring / Bolting bars

- Material of construction

44NC-4600-0000-V.02-0107-A4 General Spec for tower internals.doc

Page 122 of 207


CPCL, Chennai GENERAL SPECIFICATION FOR Part V Section 3.4
44NC-4600 TOWER INTERNALS Page 8 of 10
LSTK Doc. no. : 44NC-4600-0000-V-02-0107-A4 Rev. 0

ii General Arrangement Drawings for Trays / Tower Internals :

- Column sketch showing the tray / tower internal elevation

- Fully dimensioned PLAN view clearly showing the layouts for valves/bubble
caps/orifices/risers or as the case may be.

- Sectional views illustrating the installation of the internals

- Mechanical design details like beam depths, thickness etc.

- Material of construction

- Item numbers of individual segments that should also tally with the Bill of Material
prepared by the vendor and shall be marked on plan as well as sectional details

iii Bill of material indicating item nos. for various components, thickness, MOC, weight of
individual components & total weight

iv List of spare components

4.2.2 Trays / tower internals vendor to ensure that the item nos. used for the different items in the
same column shall be unique.

4.2.3 The drawing number used for all the GA drawings in one column shall remain same. Only
sheet nos. shall be different.

4.2.4 Tray / tower internal vendor shall prepare drawing index and submit the same with each
submission of drawing.

4.3 The drawings for packed internals like distributors, re-distributors, support grids, chimney
trays, both for random packing and structured packing columns shall also be prepared in
sufficient details to cover all constructional features and their materials of construction and
shall also be elaborating the details of welded internals in the scope of column vendor.
Design considerations for the internals shall be as per the equipment specification and any
specific requirements like anti migration features shall also be suitably considered depending
upon the type of packings.

4.4.1 All drawings for a particular column shall be submitted in a single lot.

4.4.2 All drawings prepared by Vendor shall be on AUTOCAD Release 2000/2002

4.4.3 Drawings should be prepared on standard drawing sheets with scale chosen such that all
dimensions and details are legible. All drawings shall contain title block with minimum
essential information such as Vendor’s name, Owner’s name, Jacobs’s name, Project,
Equipment No., Drawing No. & Drawing description. For tray GA drawings only “A1” size
should be used

4.4.4 Shop detail drawings prepared by the Vendor shall be submitted to Jacobs /Owner for
information

44NC-4600-0000-V.02-0107-A4 General Spec for tower internals.doc

Page 123 of 207


CPCL, Chennai GENERAL SPECIFICATION FOR Part V Section 3.4
44NC-4600 TOWER INTERNALS Page 9 of 10
LSTK Doc. no. : 44NC-4600-0000-V-02-0107-A4 Rev. 0

5.0 MANDATORY SPARES

i. Spares shall be supplied as detailed elsewhere in the bid package and shall be included
in base price.

ii. Additional spares recommended by Vendor for 2 years of normal operation shall be
indicated separately with item wise price.

iii Adequate spares for random packings shall be considered to cover packing conditions
so that they do not fall short at the site.

6.0 LIST OF RELATED DOCUMENTS

(1) Vendor’s Qualification Criteria (VQC)

(2) Technical Questionnaire

(3) Mandatory Spares

(4) Document for Owner / DEC review

(5) Design Basis

(6) Jacobs/Licensor Process Data Sheets

(7) Column Internals Data Sheets

(8) Licensor’s Specification/Standards

(9) Jacobs Standard Specification

(10) Jacobs Standards

(11) Deviation Schedule Format

7.0 DRAWINGS/DOCUMENTS REQUIRED FROM VENDOR

7.1 WITH BID

- Technical questionnaire and deviation schedule format duly filled in, signed and stamped
as given elsewhere in bid package.

- Confirmation of completeness of information and scope


-
7.2 The final documentation, after completion of job, shall contain the following documents as
minimum:

a. Vendor’s Material Requisition / Purchase specification

b. QA/QC Plan

c. Hydraulic design calculations / computer output

44NC-4600-0000-V.02-0107-A4 General Spec for tower internals.doc

Page 124 of 207


CPCL, Chennai GENERAL SPECIFICATION FOR Part V Section 3.4
44NC-4600 TOWER INTERNALS Page 10 of 10
LSTK Doc. no. : 44NC-4600-0000-V-02-0107-A4 Rev. 0

d. Hydraulic data sheets

e. Support rings, support cleats and bolting bar drawings

f. Mechanical design calculations

g. As built General Arrangement drawings

h. Bill of Material

i. Part detail drawings

j. Material test Certificates.

k. Welding procedure, Inspection Records / Data

l. Site installation Procedure / Check lists

m. List of spares

n. Soft copies / CD of “AS BUILT” drawings

All licensor requirements shall be complied with. However in case of any contradiction
same to be resolved in consultation with the Owner/Jacobs/Licensor

44NC-4600-0000-V.02-0107-A4 General Spec for tower internals.doc

Page 125 of 207


Page 1 of 17

CHENNAI PETROLEUM CORPORATION LIMITED


CHENNAI, INDIA

CPCL REFINERY - RESID UPGRADATION PROJECT

PART : V

SECTION : 3.4

TITLE: Engineering Design Basis for Trays/tower internals

DOCUMENT NO. 44NC-4600-0000-V.02-0108-A4

Rev Issue Pages Rev Description Prepared Checked Approved


No. Date By By By
0 09.03.2010 17 Issued as general specification MS CR CR

Page 126 of 207


CPCL, Chennai Engineering Design Basis Part V Section 3.4
44NC-4600 Trays/tower internals Page 2 of 17
LSTK Doc. no. : 44NC-4600-0000-V-02-0108-A4 Rev. 0

TABLE OF CONTENTS

1.0 PURPOSE

2.0 PROCESS & MECHANICAL DESIGN CONDITIONS

3.0 DESIGN

4.0 MINIMUM THICKNESS

5.0 DESIGN OF TRAYS

6.0 DESIGN OF TOWER INTERNALS AND PACKED TOWER SYSTEMS

7.0 INSPECTION AND TESTING

8.0 INSTALLATION

44NC-4600-0000-V.02-0108-A4 Design basis for tower internals.doc

Page 127 of 207


CPCL, Chennai Engineering Design Basis Part V Section 3.4
44NC-4600 Trays/tower internals Page 3 of 17
LSTK Doc. no. : 44NC-4600-0000-V-02-0108-A4 Rev. 0

1.0 PURPOSE

1.1 The purpose of this specification is to define basis of design of Trays and Packed Tower Internals.
The requirements spelt out in this specification are the minimum requirements. However, the
purpose is not to supersede the technical requirements of the Process Licensor. In case of any
conflict, the requirements shall be addressed in the following order of preference.

Process Data sheets / Recommendation of Licensor / P & IDs

Design Basis

Project Specifications

Standard specification and engineering standards

2.0 PROCESS AND MECHANICAL DESIGN CONDITIONS

The process data sheet shall indicate the process parameters governing the design, mechanical
design guidelines shall be adopted as given herein if the same are not spelt out in licensor
produced documents.

3.0 DESIGN

3.1 MATERIALS

3.1.1 All materials shall conform to requirements of process data sheets

No alternate material shall be permitted without the written approval of Jacobs. For seeking
approval of alternate material, Vendor has to use the concession request procedures indicated in
the bid document giving technical justification for change.

All the materials supplied shall be new and of first quality supported with mill test certificates of its
appropriate specification conforming to DIN 50049 type 3.1B

Unless specified in data sheets, Material shall be as per clause 3.1.2, 3.1.3, 3.1.4, 3.1.5, 3.1.6,
and 3.1.7.

3.1.2 12 Cr STAINLESS STEEL INTERNALS

All sheet and plate materials shall conform to SA 240 Grade 410S and shall have No. 1 Finish.

All bolting materials shall be of 12 Cr Stainless Steel conforming to SA 193 GR. B6X, or B6 for
bolts and SA 194 Grade 6 for nuts and lock-nuts.

3.1.3 18 Cr – 8 Ni STAINLESS STEEL INTERNALS

All sheet and plate materials shall conform to SA 240 Gr. 304 and shall have No. 1 finish.

44NC-4600-0000-V.02-0108-A4 Design basis for tower internals.doc

Page 128 of 207


CPCL, Chennai Engineering Design Basis Part V Section 3.4
44NC-4600 Trays/tower internals Page 4 of 17
LSTK Doc. no. : 44NC-4600-0000-V-02-0108-A4 Rev. 0

All bolting materials shall conform to SA 193 Gr. B8 for bolts and nuts and locknuts to SA 194
Gr. 8.

3.1.4 MONEL INTERNALS

All sheet and plate materials shall conform to SB 127 and will be in hot rolled, annealed and
pickled condition.

All bolting material shall be Monel, made from rod or bar stock conforming to SB 164.

3.1.5 CARBON STEEL INTERNALS

Unless otherwise specified, sheets and plates shall be procured in hot rolled conditions and
shall be free of mill scale. Material shall be suitable for bending. The bend test specimens
shall stand being bent cold through 180 degree without cracking on outside of the bent portion,
to an inside diameter equal to or less than twice the thickness of the specimen or as per
relevant material specification, whichever is severe.

All fasteners including clamps, material shall be as per clause 3.1.2 above. In case, material
for other set of trays in the same column is stainless steel, material of construction for clamps &
bolting for CS trays shall be compatible with SS trays.

3.1.6 GASKETS

3.1.6.1 Trays gasketing material shall be woven tape, fabricated from Asbestos Free Material such as
Woven Fiber-glass Tape (Amatex-G36-P752 or equal), Woven Teflon Tape, Woven Expanded
Grafoil or Ceramic Fiber Tape etc. and shall be suitable for process fluid and column design
temperature, unless specified otherwise in the Data Sheets/Purchase Specifications. The
thickness of the woven tape shall be 1.5 mm minimum. The use of Woven Asbestos Tape or
Wire shall be subject to Jacobs/Owner's prior approval only.

3.1.7 Support rings

Support rings, downcomer or upcomer bars and other parts welded to vessel shall be of same
metallurgy as of vessel. Minimum thickness excluding corrosion allowance of welded parts shall
be 6 mm for vessel diameter up to 3000 mm and 10 mm for higher diameter. Corrosion
allowance as specified in vessel data sheets shall be added on both sides of Support Ring,
Bolting Bar and other welded parts.

3.2 ALLOWABLE STRESSES & DEFLECTION

3.2.1 Allowable stress in tension for all tray material shall be as per ASME Section II, Part D.

3.2.2 The maximum deflection of tray assembly shall not exceed 1mm per meter of column diameter
or 6.5mm whichever is lower for the normal design loadings given in 5.1.1 & 5.1.2. Deflection
of individual deck panel shall not exceed half of corroded thickness. Deflection for distributor
assembly shall be limited so that overall flow variation from orifice to orifice does not exceed 10
percent at turndown condition.

44NC-4600-0000-V.02-0108-A4 Design basis for tower internals.doc

Page 129 of 207


CPCL, Chennai Engineering Design Basis Part V Section 3.4
44NC-4600 Trays/tower internals Page 5 of 17
LSTK Doc. no. : 44NC-4600-0000-V-02-0108-A4 Rev. 0

Deflection for seal pan and support plates shall be limited to L/400, where L is the length of
individual component. Support members shall be placed in such a way that there is minimum
blockage of active area.

3.2.3 Deflection as per clause 3.2.2 above may be ignored for trays designed based on tray loading
as per clause 5.1.3 & 5.1.4.

3.2.4 For large diameter vessels, initial camber may be made in the principal support members of the
assemblies so as to limit the deflection as specified in clause 3.2.2 above.

3.3 WELDING

3.3.1 All welding shall preferably be carried out using TIG wherever thinner gauge sheets are
involved. All welding shall be done by metal arc welding except noted above.

3.3.2 Gas or carbon arc welding shall not be used.

3.3.3 Welding electrodes of composition similar to internals material shall be used except austenitic
electrodes of higher chromium and nickel content such as AWS A5.4, ASME SFA 5.4 class
E309 and E310 may be used for 12 Cr stainless steel

For dissimilar material welding, electrode composition shall be similar to nobler material being
welded.

3.3.4 Welding wherever specified, is to be done by qualified and approved welders using suitable
fillers and fluxes recommended for the materials in the fabrication drawings.

For welding the stud on tray decks and support beams, use of stud welding gun with suitable
flux is acceptable.

Adequacy of welding shall be established using DP check. Torque required for welding failure
shall be higher than the torque required for failure of stud.

3.3.5 A proposed Welding Procedure Specification (WPS) shall be furnished to Jacobs for approval.
On approval, a Procedure Qualification Test (PQT) shall be conducted which shall be witnessed
by Jacobs inspector.

On acceptance of all tests as per ASME Section IX, a final WPS along with Procedure
Qualification Record (PQR) shall be submitted. .

Production welding shall start only after approval of final WPS/PQR and qualification of welders
as ASME Section IX. Inspector may accept previously qualified WPS/PQR at his sole discretion

3.4 MISCELLANEOUS

3.4.1 All parts fabricated shall be free from uneven surfaces, burrs, grease and dents and shall be
clean & true. Openings for manholes shall have exposed edges rounded.

3.4.2 All welds and heat affected zones on stainless steel shall be pickled and passivated as per
ASTM A 380 Practice B.

44NC-4600-0000-V.02-0108-A4 Design basis for tower internals.doc

Page 130 of 207


CPCL, Chennai Engineering Design Basis Part V Section 3.4
44NC-4600 Trays/tower internals Page 6 of 17
LSTK Doc. no. : 44NC-4600-0000-V-02-0108-A4 Rev. 0

4.0 MINIMUM THICKNESS

4.1 Minimum thickness of decks and internals when new, shall be as follows. Corrosion
allowance, wherever specified in data sheets shall be added to the minimum thickness
specified below. Corrosion allowance when added shall be in excess of that indicated in
Clause 4.2.1 and 4.2.2.

Alloy Carbon Steel


Mm Mm

4.1.1 Deck plates, seal pans, draw off pans 2.0 (14 SWG) 3.5 *
and other removable components (3.0mm for Cartridge type trays
and Bubble Cap trays with
welded risers)

4.1.2 Welded deck plates, down comer 3.2 (10 SWG) 3.5 *
aprons and other welded components

4.1.3 Draw-off pipes 2.0 3.5 *

4.1.4 Weirs / Seal plates 2.0 (14 SWG) 3.5 *

4.1.5 Bubble Caps 1.6 (16 SWG) 2.0 (14 SWG)


Risers (fixed) 2.0 3.5 *
Risers (removable) 1.6 (16 SWG) 2.0 (14 SWG)

4.1.6 Valves As per vendor design (will not be used)

4.1.7 Loose Beams To suit load To suit load

4.1.8 Lattice Girders

4.1.8.1 Primary Members 5.0 6.0

4.1.8.2 Secondary Members 3.0 5.0

4.1.8.3 Gusset Plates 10.0 10.0

4.1.8.4 Down comer bolting bars 5.0 10.0

*10 USSG is also acceptable in lieu of 3.5 mm

All bolting shall be minimum M10 for Internals and M16 for Lattice Girders. All nuts shall be
hexagonal.

4.2 CORROSION ALLOWANCE

The following corrosion allowance shall be added to calculate the thickness of internals unless
otherwise specified on data sheets.

44NC-4600-0000-V.02-0108-A4 Design basis for tower internals.doc

Page 131 of 207


CPCL, Chennai Engineering Design Basis Part V Section 3.4
44NC-4600 Trays/tower internals Page 7 of 17
LSTK Doc. no. : 44NC-4600-0000-V-02-0108-A4 Rev. 0

4.2.1 No corrosion allowance is required for Monel or Stainless Steel Alloy assemblies.

4.2.2 The corrosion allowance for all surfaces of floor of Carbon Steel assembly shall be 1.5mm unless
specified otherwise.

4.2.3 Unless specified on the data sheets or bid specifications, corrosion allowance shall be higher of
1.5 mm (total) or one quarter of the vessel corrosion allowance on each surface of trays and its
components.

4.2.4 Beams, trusses and other support members shall have total corrosion allowance equal to vessel
corrosion allowance for removable type construction and twice the vessel corrosion allowance for
non-removable type construction through vessel man-hole.

4.2.5 Seal weld shall have a throat thickness at least equal to the specified corrosion allowance.

5.0 DESIGN OF TRAYS

5.1 Design loads

5.1.1 Design loads for any assemblies shall be based on a liquid height of 50mm liquid above weirs
plus dead weight of deck plates and beams or a live load of 150 kg/m2 whichever is severe. In
3
case liquid density is less than water, 1000 kg/m shall be considered for purpose of calculating
liquid load.

5.1.2 Under-down flow plates and seal pans shall be designed to withstand a weight of liquid equal to
2
half the tray spacing or 300 kg/m , whichever is severe. In case liquid density is less than water,
3
1000 kg/m shall be considered for purpose of calculating liquid load.

5.1.3 Trays other than cartridge assemblies shall be designed to carry a concentrated load of 135 kg at
mid-span at atmospheric temperature.

5.1.4 Five trays above/below 2-phase feed inlets and in bottom zone of column wherever process
steam or two phase feed is admitted, shall be provided with lock nuts and be capable of
sustaining a net thrust of :
2
5.1.4.1 1464 kg/m and with shear clips for Vacuum Columns (Stripping + Wash + HVGO sections)
2
5.1.4.2 1000 kg/m and with shear clips for Crude Column/Main Fractionator Columns
2
5.1.4.3 450 kg/m for all other services

5.1.5 One tray above & below the intermediate vapor / liquid feeds shall also be provided with locknuts.

5.1.6 The packing support plate shall be designed to support the maximum expected load of
tower packings, liquid hold-up (min 10 percent). In case of liquid density is less than
water, 1000 kg/m3 shall be considered for purpose of calculating load due to liquid
hold-up.

5.1.7 Bed limiters frame shall be strong enough to take care of surges/uniformly distributed load
of 100 kg/m2 and 135 kg concentrated load at any point.

5.1.8 Hold down plate shall exert sufficient static load on the bed to restrict movement of the
packing. The hold down plate shall be designed for exerting a load of 100 kg/m2 minimum
on the packed bed.

44NC-4600-0000-V.02-0108-A4 Design basis for tower internals.doc

Page 132 of 207


CPCL, Chennai Engineering Design Basis Part V Section 3.4
44NC-4600 Trays/tower internals Page 8 of 17
LSTK Doc. no. : 44NC-4600-0000-V-02-0108-A4 Rev. 0

5.1.9 Liquid distributors / Re-distributor shall be designed for self weight plus maximum expected
liquid load.

All Internals assemblies except cartridge tray assemblies, shall be able to withstand the
self weight plus the following number of 135 kg concentrated loads (maintenance loads)
at ambient temperature.

Vessel Diameter Number of 135 kg loads


Up to 1200 mm 1 (at center of diameter)
Up to 3600 mm 2 (at center and % point of diameter)
Over 3600 mm 3 (at center and lA points of diameter)

5.2 GENERAL CONSTRUCTIONAL FEATURES

Following features/considerations shall be kept in view while detailing the column configuration
and internals:

5.2.1 Arrangement/Details of Column

For columns with inside diameter less than 750 mm, only removable Cartridge Type of
construction trays shall be used. The trays shall be split into suitable bundles and each
bundle shall not have more than 12 trays. Break flanges in column shall be provided at
suitable locations.

Arrangement/Detail of Internals

TYPE OF DECKS

5.2.1 All assemblies except one piece cartridge type trays shall be of the removable type unless
otherwise specified. The general design, number, type and spacing shall be established on the
individual vessel drawings/data sheets.

5.2.2 Each removable section shall be designed to pass through provided manholes and shall be
designed to permit assembly and dismantling from the upper side of the deck in so far as
structural design permit. Maximum diagonal dimension of the components shall be limited to
vessel manhole ID minus 12mm clearance.

5.2.3 Beams shall be top hung from the tray support rings and shall be of integral type to the extent
possible.

5.2.4 Internals support trusses supporting more than one internal, as are commonly used in large
diameter columns and which cannot be installed through manholes, shall be split into sections for
access through manhole, taking care that there is minimum welding work involved inside column.

5.2.5 Internal decks shall have a maximum length of 3000mm. To achieve this maximum distance
between main support beams or girders shall be limited to 3000mm.

5.2.6 Hand holes and Manholes in the column:

44NC-4600-0000-V.02-0108-A4 Design basis for tower internals.doc

Page 133 of 207


CPCL, Chennai Engineering Design Basis Part V Section 3.4
44NC-4600 Trays/tower internals Page 9 of 17
LSTK Doc. no. : 44NC-4600-0000-V-02-0108-A4 Rev. 0

5.2.6.1 Each set of 10 to 15 (maximum) trays shall be approachable from column man way, one above
and one below the set of trays. Each packed bed will have a man way above and below the bed.
300NB Hand holes shall be provided, just above the packing support plates, for removal of
packings. There shall be two Hand holes for each bed located diametrically opposite to each
other. In case, the column diameter permits, one of the Hand holes shall be replaced by manhole.

Manholes in the column shall be minimum 450 mm NB. For smaller columns, flanged column
sections shall be used. For columns between 1000 mm and 4000 mm inside diameter, column
manhole shall be 500 mm NB. For columns above 4000 mm inside diameter, manhole size shall
be 600 mm NB.

i) One (l) man way in single cross flow decks, two (2) man way in double flow decks and so
on shall be provided. These man ways shall be freely removable from top and bottom. Man
way shall be in the same vertical line for a set of trays. These shall be at such a location
and of a shape and size to permit easy access to every area of the tray. Man way of
different set of trays (about 20 trays) shall be staggered to each other. Minimum clear
opening on tray shall be 380mmx450mm.

ii) Where man way cannot be provided, decks shall be split (turn-up - turndown) to provide
suitable access for Inspection and assembly from top as well as bottom.

5.2.7 Unless specified otherwise, support rings, bolting bars, support brackets/cleats when required
shall be designed for welding into the column. All other parts shall be designed for bolting or
clamping in place. Internal vendor may be required to advance the detailing of welded internals
to enable column Vendor to plan his activities.

Clamping shall be used on Tray floor and all down comer / upcomer shall be through bolted.
Spacing of bolting or clamping shall be close enough to ensure optimum liquid tight construction
but shall not exceed 120mm on deck portion in down comer area/liquid holding area / down
comer apron bolting etc. & 140mm in active area.

All joints and seams of trays specified to be liquid tight without gasket joints shall be seal welded
at site. Maximum spacing for clamps / bolting for gasket construction shall be restricted to
100mm.

5.2.8 Drawings and instructions for installation and fabrication of support ring, bolting bar and support
bracket/cleats welded to column shall be furnished by Internals supplier. They shall show clearly
the type, size and extent of welding. All support rings and bolting bars shall be continuously
welded on both sides. All support brackets shall be welded all around.

Instrumentation Nozzles:

Adequate number and sizes of nozzles shall be provided to install the instruments for column
control and diagnostic/trouble shooting purposes. These shall generally consist of differential
pressure indicators, temperature and pressure indicators, level instruments, sample connection
etc. Differential Pressure indicators shall be located across each bed for packed columns or for
every set of 10 to 15 trays or between each zone of trays between feed-feed and withdrawal
points (in case located at less than 10 tray spacing).

Platforms:

Columns shall be provided with adequate platforms, ladders etc. for access to all manholes, Hand
holes and instruments/nozzles.

44NC-4600-0000-V.02-0108-A4 Design basis for tower internals.doc

Page 134 of 207


CPCL, Chennai Engineering Design Basis Part V Section 3.4
44NC-4600 Trays/tower internals Page 10 of 17
LSTK Doc. no. : 44NC-4600-0000-V-02-0108-A4 Rev. 0

5.2.9 Gaskets need not be used in the design or installation of Internals except for bubble cap trays,
all liquid holding portions (e.g. seal pans, draw offs), collector trays. Fabrication shall provide
tight metal-to-metal joints. Metal seal plates shall be used to close construction joints where
necessary.

Total draw-off trays shall be designed for zero leakage construction and may be seal welded (if
required) at site to attain the same. A note regarding this seal welding shall be given in the
relevant drawings for clarity.

5.2.10 Stiffeners and support members shall be located on the underside of the tray floor with the
exception of open type trusses supporting two trays. Stiffeners and support members in
bubbling areas shall not exceed 75mm in width and shall be designed so as not to restrict/ block
or channel the liquid flow on the tray. Depth of stiffeners and support members transverse &
parallel to the liquid flow shall not exceed 20 and 30 percent respectively of tray spacing.

5.2.11 A minimum of 20mm overlap shall be provided between tray floor section and support
members.

5.2.12 Trays and seal pans not specified to be liquid tight and of a design which would not easily drain
shall be provided with one or more 12mm dia./ square drain holes/slots located in the outlet weir
directly above the tray flow. Size and number of drain hole/slot may be adjusted depending
upon liquid rate. Draw off sumps shall be located flush with the invert inside of draw off nozzles
to allow complete draining of sumps.

5.2.13 Three and four pass trays shall be provided with pressure equalising pipes (vent tubes) across
the down comers.

5.3 FABRICATION

5.3.1 TOLERANCES

Heights of weirs, risers and baffles and clearances between caps and floor shall be fabricated
within ± 1mm of the dimensions specified and the depth of down comers shall be within ± 3mm.

5.3.2 For Sieve trays, perforation shall be punched from top side & burr side on tray deck must be
downwards when installed unless specified otherwise in data sheets (in case of liquid-liquid
extractor column trays punch direction shall be along the liquid flow).

5.3.3 BUBBLE CAP TRAYS

5.3.3.1 RISERS

5.3.3.1.1 Fixed Risers

Fixed Risers shall be used unless otherwise specified in data sheet. For deck plates less than
3mm in thickness, riser shall be expanded into upward flanged opening in the deck plates and
then stitch welded to the up-turned edges of the openings.

44NC-4600-0000-V.02-0108-A4 Design basis for tower internals.doc

Page 135 of 207


CPCL, Chennai Engineering Design Basis Part V Section 3.4
44NC-4600 Trays/tower internals Page 11 of 17
LSTK Doc. no. : 44NC-4600-0000-V-02-0108-A4 Rev. 0

For deck plates 3mm thickness and more, the riser shall be continuously welded to the deck
plates with the holes in the deck plate being plane, not upturned. Caps shall be attached to the
attachment welded to the top of the risers.

5.3.3.1.2 Removable Risers

Removable risers shall be used only where specified in data sheets. They shall be flanged at
the bottom to fit over upturned flanged / venturi openings in the deck plate. Each cap and riser
shall be held rigidly in place by a special snap-on bar to which is welded either a bolt or a bar
with a wedge. Caps, risers and snap-on bars shall be removable from above.

5.3.3.2 BUBBLE CAPS

Caps shall be furnished in annealed condition in scale free bright finish.

5.3.4 VALVE TRAYS

5.3.4.1 Valves of proprietary trays shall be provided with means to prevent adhering to tray floor.

5.3.4.2 A means of preventing the orifice covers with integral guide legs and lift stops from popping out
of place during operation.

6.0 DESIGN OF TOWER INTERNALS & PACKED TOWER SYSTEMS

6.1 TOWER INTERNALS

6.1.1 All tower internals shall be designed to enable the installation of the same either through the
column manholes or from top shell flanges (in case of small diameter columns only).

6.1.2 All tower internals shall be designed to meet the process, hydraulic and mechanical
requirements of Data Sheets.

6.1.3 For larger diameter column (greater than 3000mm), supporting major beams, open type
trusses/lattice girders may be provided to split the assemblies in two or more components.

6.1.4 Wherever proprietary type of tower internals is specified the designs provided shall be either of
model specified or equivalent to that.

6.1.5 PACKING SUPPORT PLATES

6.1.5.1 Packed bed support plates shall be vapor-injection type, providing separate passage for liquid
and vapor flow. The support plate shall have at least 90 percent free area based on cross
sectional area of vessel. Slot size shall be so selected to avoid any sneak through of packing
from slots. Packing support plate shall be attached with support ring by means of clamps or
other suitable arrangement.

44NC-4600-0000-V.02-0108-A4 Design basis for tower internals.doc

Page 136 of 207


CPCL, Chennai Engineering Design Basis Part V Section 3.4
44NC-4600 Trays/tower internals Page 12 of 17
LSTK Doc. no. : 44NC-4600-0000-V-02-0108-A4 Rev. 0

6.1.5.2 Packing support plates shall be designed to support the maximum expected load of tower packing
and 25% liquid hold-up volume. In case, the PD Sheets require it to be designed for higher hold
3
up, then the same will be considered. In case liquid density is less than water, 1000 kg/m shall
be adopted, for purpose of calculating load due to liquid hold-up. Physical height of support plates
of various may vary even though they may be fulfilling all other hydraulic design requirements
.Hence vendor has to ensure that the internals selected can be fitted in the available height in
process data sheet.

6.1.6 BED LIMITERS

6.1.6.1 Bed limiters shall be located just above top of tower packing to avoid fluidising of the bed and
shall be fixed in position so as not to be moved by the packing and shall be designed so as not to
affect distribution from the liquid distributor to the packing.

Bed Limiters/Bed Retainers for use with spray nozzle distributor shall be designed with major
structural support on the underside of the retainer so as not to affect the spray distribution on the
packing.

6.1.6.2 Bed limiters mesh shall ensure that with surges, tower packing must not pass through the mesh.
Selected mesh size must be strong enough to take care of expected surges because of upsets in
system.

6.1.6.3 Bed limiters frame shall be designed to take care of surges. 135 kg live load concentrated at mid
2
span at atmospheric temperature or 100 kg/m normal operating load whichever is severe.

6.1.7 HOLD DOWN PLATES

6.1.7.1 Hold down plates shall be provided on the top of ceramic or carbon tower or PVC/ PVDF packing.
The hold down plates shall directly rest on the top of bed. No holding cleats/supports shall be
provided.

6.1.7.2 Hold down plate shall exert sufficient static pressure on the bed to restrict movement of the
2
packing. The hold down plate shall be designed to exert a minimum load of 100 kg/m on the
packed bed.

6.1.8 LIQUID REDISTRIBUTOR/DISTRIBUTORS

6.1.8.1 Distributors of liquid feed to packed beds, unless otherwise specified in data sheets, shall be
gravity flow type (e.g. orifice drip type, tube-drip type, trough type, orifice header laterals) in
accordance with following requirements :

6.1.8.1.1 Orifice for liquid distributor shall preferably be minimum 8.4mm diameter and shall be arranged in
a uniform square or an equilateral triangle pattern. Distributor supports shall be designed and
arranged so as not to interfere with flow from orifices.

In case orifice diameter calculated is less than 8.4mm, then antifouling covers shall be provided
on each orifice. Orifice below 6mm dia. shall be preferably provided at an elevation in drip tube or
inside of trough with guide tubes.

6.1.8.1.2 Vapor risers shall have a total cross sectional area as per Vendor’s design but not less than 15
percent of column cross sectional area. Number, size and arrangement of vapor risers shall be
such so as not to affect the orifice spacing and liquid distribution to the packing.

44NC-4600-0000-V.02-0108-A4 Design basis for tower internals.doc

Page 137 of 207


CPCL, Chennai Engineering Design Basis Part V Section 3.4
44NC-4600 Trays/tower internals Page 13 of 17
LSTK Doc. no. : 44NC-4600-0000-V-02-0108-A4 Rev. 0

6.1.8.1.3 Distributor joints shall be gasket to be liquid tight. Gasket material used shall be suitable for
service and soft enough for leak tight joint. Asbestos bearing gaskets shall not be used.

6.1.8.1.4 Distributor shall be capable of performing satisfactorily for the range of loadings specified to
cover entire range of plant operation.

6.1.8.1.5 Flow variation from orifice to orifice shall not be more than 10 percent at turndown condition.

6.1.8.1.6 Feed pipe / pre-distributor shall form part of Distributor supply.

6.1.8.2 Liquid distributors / re-distributors shall be designed for :

6.1.8.2.1 Self dead load

6.1.8.2.2 Maximum expected liquid load &

6.1.8.2.3 Maintenance load of 135 kg concentrated on mid point

Minimum thickness shall be as given in clause 4.1 above. Corrosion allowance shall be
considered as per clause 4.2.

6.2 TOWER PACKINGS

6.2.1 Tower packing : Type of packing, its material of construction and size shall be specified on the
data sheet and shall be used. However, if this information is to be provided by internal supplier,
following guidelines shall be used.

6.2.1.1 For wash zone of vacuum column, grid packing shall be used.

6.2.1.2 For all other applications preferably Pall Rings shall be used. If pall rings are not expected to
perform to desired performance, other proprietary random packing like IMTP, intalox may be
used. Alternatively, use of structured packing will be considered.

6.3 Flash feed distributor for flashing or mixed phase, vapor and liquid feeds to packed bed shall be
designed to separate the two phases and distribute the liquid phase on distributor/re-distributor.
If flashing feed gallery is used, riser area shall be 50% of column cross sectional area.

6.4 COLUMN ATTACHMENTS

All tower internals shall be supported on support rings, beams, lattice girder, etc. bolted/welded
with column wall. Details of welded internals in the scope of column vendor shall be clarified
clearly in a scope matrix by internal’s supplier at the offer stage itself.

6.5 Spares

Constructional Spares

Spares as required during erection of internals shall be arranged and supplied by EC/Vendor.
However, following may be considered as guide for minimum supply so as not to hamper
installation of internals:

Bolts/Nuts : 10% of total for each size (minimum 10 nos. of each size).

44NC-4600-0000-V.02-0108-A4 Design basis for tower internals.doc

Page 138 of 207


CPCL, Chennai Engineering Design Basis Part V Section 3.4
44NC-4600 Trays/tower internals Page 14 of 17
LSTK Doc. no. : 44NC-4600-0000-V-02-0108-A4 Rev. 0

Clamp assemblies : 10% of total for each type and size (minimum 10 nos. of
each size)

Bubble caps : 5% of each type and size

Gasketing or tapes : 100% of each type and size

Sealing foils for cartridge : 200% of each size


trays

U-clamps : 10% of each type and size or 10 nos. whichever is minimum.

Tower Packings : 10% for Metallic and Plastic Packings 15% for Carbon and
Ceramic Packings

Spray Nozzles : Up to 25 Nos. (of each type) - 100%


More than 25 (or each type) - 25% (subject to minimum of 25
Nos.)

Left over spares out of above shall be handed over to Owner.

7.0 INSPECTION & TESTING

In addition to the stage wise and final inspection covered elsewhere in the bid document,
following shall also be carried out.

7.1 TRIAL ASSEMBLY

One tray/internal of each size, type and variety with its accessories shall be assembled on a test
fixture resembling the tower, inside the fabricator’s shop. The components for such an
assembly will be taken at random from each lot of identical items.

The assembly shall be checked for its dimensions, tolerances, number and arrangement of
perforation, the working of the valves in case of valve trays, V-notch or Blocked weir,
adjustability of weir, vent tube details, down comer clearance, weir heights, down comer length
and width, number of clamps, gaps and potential leakage points etc. Client may decide at any
time to have the assembly trial in the column itself.

7.2 LEAK TESTING

Bubble cap, Collector trays, Liquid holding portion of other trays such as Seal pans, Recessed
seal pans, Draw off pans shall be subjected to leakage test at shop floor as well as in the field
by filling water up to weir level or up to normal liquid level as the case may be. Appropriate ring
fixture or a portion of column shell with supports for seal pan/recessed seal pans/draw off box
etc. shall be made by Internals Vendor to facilitate leak testing in the shop.

Leak testing shall be carried out with service gaskets and drain holes temporarily plugged.
Leakage rate shall not exceed 0.5 percent of design liquid flow rate unless otherwise specified.

Distributor Testing

44NC-4600-0000-V.02-0108-A4 Design basis for tower internals.doc

Page 139 of 207


CPCL, Chennai Engineering Design Basis Part V Section 3.4
44NC-4600 Trays/tower internals Page 15 of 17
LSTK Doc. no. : 44NC-4600-0000-V-02-0108-A4 Rev. 0

All Liquid distributors/redistributors shall be water tested in the vendor's shop by the following
procedure at 50%, 100% and 110% of the design liquid volumetric flow rate. The vendor shall
certify to the purchaser at the time of bidding that they believe their equipment can meet the
testing requirements listed below :

i) If the distributor contains a predistributor, it shall be tested first to ensure that it has a
CV of 5 or less at the design flow rate. Each orifice in the predistributor shall be tested.
The CV is defined as the ratio of the standard deviation to the sample mean, expressed
as a percent.

ii) The distributor/redistributor itself shall be tested and the CV determined. To determine
the CV, at least 30 pour points or at least 10% of the pour points (whichever is higher)
shall be randomly selected and tested. If the CV specified below cannot be met, the
vendor will correct the problem at its expense.

(a) For orifice pans, tubed drip pans and other similar devices, a CV of 10 or less
must be achieved at the design liquid volumetric flow rate.

(b) Four orifice parts, tubed drip pans or trough distributors that employ a modular
(sectional) design, (wherein many pieces are geometrically identical) all pieces of the
same geometry shall be treated as one group or strata. One piece from each strata
shall then be tested by the procedure outlined above.

(c) The average flow rate per pour point for any grouping of 10 of the tested pour
points from a single area should differ by no more than 5% from the average
for the group or strata being tested.

(d) Spray nozzle distributors shall not be tested in the vendor's shop but must be
tested in the tower prior to start-up to ensure that all nozzles are operable and
develop the desired spray pattern. This test shall be carried out as close to
design rates as possible.

(e) Test results shall be approved by PL and after concurrence of PL, same shall be
furnished to PMC/Owner in a written report. This report shall also contain a
drawing of the distributor in plan view. This drawing shall be broken down
into 3 radial zones of equal area and the location of pour points sampled in
each zone.

All distributors/redistributors shall be tested at shop floor as well as at site.

SPRAY NOZZLES

Apart from the usual material quality tests (chemical analysis and mechanical properties) and
manufacturing quality control tests, vendor shall include for & carry out the testing of the spray
nozzles with respect to the flow rates for specific AP, spray angle, spray coverage and
distribution for the tip distance given in the data sheet. The testing medium shall be water.
These results shall be submitted to Owner/EIL for review. Tests and acceptance criteria is as
below:

Flow rates - ±5% for specific AP

Spray angle - ±5°

44NC-4600-0000-V.02-0108-A4 Design basis for tower internals.doc

Page 140 of 207


CPCL, Chennai Engineering Design Basis Part V Section 3.4
44NC-4600 Trays/tower internals Page 16 of 17
LSTK Doc. no. : 44NC-4600-0000-V-02-0108-A4 Rev. 0

Flow variation As per vendor's Standard.


(Data to be reported for Information)

No. of nozzle to be tested- 10% of each size and type. (Min. 2 nos. of each
type & size)

8.0 SITE INSTALLATION AND SUPERVISION

Installation of trays, tower internals, tower packings and associated components shall be
as per the Internal Vendor's Installation Procedure and approved General Arrangement
Drawings. All requirements of the drawing shall be complied in totality. Installation
records in vendor's installation formats giving following parameters (Dimension as per
drawing v/s actual readings) of trays and internals shall be furnished:

• Distance between tray support rings (Tray Spacing)


• Location of downcomer bolting bars.
• Tray support ring levelness (Minimum 4 diametrically opposite locations).
• Height of Exit Weir (From top of tray deck).
• Under Down Flow Clearance (At tray and seal pan locations).
• Horizontal clearance between downcomer apron and seal/recessed seal pan.
• Drop in water level during leak testing of seal pans, recessed seal pans, chimney
trays, liquid distributors/redistributors and other liquid holding portions.

Mechanical contractor shall also furnish a certificate stating that all installed trays and internals
have been inspected by the trays and internals vendor and the column is good for boxing up the
manways. The above mentioned installation records and the certificate shall be furnished by
contractor prior to offering the trays and internals for Jacobs/Owner inspection.

9.0 SHIPPING

Preparation

9.1 All metal parts shall be free of all foreign matter, except that any oil coating inherent with
the manufacturing process need not be removed.

9.2 All Carbon Steel Internals shall be given two coats of rust preventive coating preferably
double boiled linseed oil. All stainless steel internals shall be supplied duly pickled and
passivated. Internals supplier shall also indicate procedure for removal of rust preventive
coating (if applied) in the instructions for Installation of Internals.

10.0 Packing

10.1 All Internal components shall be properly packed, crated and boxed in a manner such as to
protect all parts from damage or loss during transit. It will be Internals Supplier's
responsibility to pack to ensure damage free transit for the mode of transportation finally
adopted and adequate for storage at site for a minimum period of 6 months. All packings
shall be done in polythene lined wooden cases. Maximum weight of each case shall
preferably be limited to 250 kgs.

44NC-4600-0000-V.02-0108-A4 Design basis for tower internals.doc

Page 141 of 207


CPCL, Chennai Engineering Design Basis Part V Section 3.4
44NC-4600 Trays/tower internals Page 17 of 17
LSTK Doc. no. : 44NC-4600-0000-V-02-0108-A4 Rev. 0

10.2 All Internal components are to be provided with match and identification marks and shall
also bear the column number. All identical elements shall have the same markings.
Markings shall be done with indelible paint or ink which contains non-metallic pigments.

10.3 Materials for different columns shall not be intermixed.

10.4 Material test certificates, test reports, Inspector's approval certificates, release notes etc.
and two sets of assembly and fabrication drawings are to be enclosed along with shipment
of Internals.

All support rings, bolting bars and other attachments of the vessel, if made by Internals
supplier shall be shipped directly to vessel fabricator unless otherwise designated. This
shipment shall include two sets of drawing and instructions for Installation, Welding etc.

44NC-4600-0000-V.02-0108-A4 Design basis for tower internals.doc

Page 142 of 207


Page 1 of 5

CHENNAI PETROLEUM CORPORATION LIMITED


CHENNAI, INDIA

CPCL REFINERY - RESID UPGRADATION PROJECT

PART : V

SECTION : 3.4

TITLE: GENERAL SPECIFICATION FOR FABRICATION OF TOWER


INTERNALS

DOCUMENT NO. 44NC-4600-0000-V.02-0109-A4

Rev Issue Date Pages Rev Description Prepared Checked Approved


No. By By By

0 09.03.2010 5 Issued as general specification MS CR CR

44NC-4600-0000-V.02-0109-A4 General Spec for fabrication of tower internals.doc


Page 143 of 207
CPCL, Chennai GENERAL SPECIFICATION FOR Part V Section 3.4
44NC-4600 FABRICATION OF TOWER INTERNALS Page 2 of 5
LSTK Doc. no. : 44NC-4600-0000-V-02-0109-A4 Rev. 0

CONTENTS

1.0 SCOPE

2.0 MATERIALS

3.0 DIMENSIONS

4.0 GENERAL CONSTRUCTION FEATURES

5.0 INSPECTION AND ACCEPTANCE

44NC-4600-0000-V.02-0109-A4 General Spec for fabrication of tower internals.doc


Page 144 of 207
CPCL, Chennai GENERAL SPECIFICATION FOR Part V Section 3.4
44NC-4600 FABRICATION OF TOWER INTERNALS Page 3 of 5
LSTK Doc. no. : 44NC-4600-0000-V-02-0109-A4 Rev. 0

1.0 SCOPE

This specification covers the fabrication and inspection requirements emphasizing the
important parameters, which shall be taken into consideration while welding tray supports
and bolting bars to the column. The requirements as specified in tray support drawings
take precedence over those specified in this specification.

2.0 MATERIALS

Unless otherwise specified the materials of TSR and B/Bars, Support Cleats etc. shall be
same as that of the column shell (cladding if any). All the materials shall be new, of first
quality and of the type & grade as specified on the column drawing and shall meet all the
requirements such as NACE, HIC etc. if specified on the column drawings.

3.0 DIMENSIONS

The dimensions as shown on the engineering drawings are final and shall be maintained
(in as welded condition) within the tolerances furnished either on the TSR & B/Bar
drawings itself

4.0 GENERAL CONSTRUCTION FEATURES

All support rings, bolting bars, beam support brackets and other components which are
welded to the column shell inside, will be supplied and installed by column fabricator

All parts shall be fabricated smooth, true, clean & free from burrs, creases and dents.
Welding shall be done by qualified and approved welders using suitable fillers and fluxes

Welding of Support Ring

Carbon Steel Material

Support Rings shall be continuously welded with column shell on top as well as bottom
side.

Other Nobler Material

In case of SS columns or in case of shell cladding with nobler metallurgy with no CA on


column internals (i.e. Incoloy, Monel etc.) support rings shall be provided with continuous
welding on top side and stitch weld (25mm @50mm pitch) or continuous welded on
bottom side.

No gap shall be left at the joint of bolting bar and the support ring. Refer below figures:

44NC-4600-0000-V.02-0109-A4 General Spec for fabrication of tower internals.doc


Page 145 of 207
CPCL, Chennai GENERAL SPECIFICATION FOR Part V Section 3.4
44NC-4600 FABRICATION OF TOWER INTERNALS Page 4 of 5
LSTK Doc. no. : 44NC-4600-0000-V-02-0109-A4 Rev. 0

NO GAP HERE

NO GAP HERE

Provide radius

No welding to be done at the top and edge of support ring at support ring and bolting bar
joint. Refer Figure below:

NO WELD HERE

Provide seal run weld on top and bottom of support ring at locations wherever support ring
is crossing longitudinal weld on the vessel. No gaps shall be allowed between vessel wall
and support ring.

In case the support ring is fabricated out of various pieces, butt weld provided on support
ring shall be ground flushed on top and bottom faces of the ring.

Support Ring Width (W) and minimum Thicknesses (T) shall be as per respective TSR &
B/Bar Drawings

Welding of Bolting Bar

Size of the B/Bars shall be as specified in the drawings. These can, however, be
varied / adjusted to achieve the dimensions of various parts within the tolerances as
specified in the drawings.

B/Bars wherever crossing circumferential seam of the vessel, shall be provided with seal
run weld. No gap is permitted between vessel wall and bolting bar edge.

44NC-4600-0000-V.02-0109-A4 General Spec for fabrication of tower internals.doc


Page 146 of 207
Jacobs
CPCL, Chennai GENERAL SPECIFICATION FOR Part V Section 3.4
44NC-4600 FABRICATION OF TOWER INTERNALS Page 5 of 5
LSTK Doc. no. : 44NC-4600-0000-V-02-0109-A4 Rev. 0

The weld joint between straight and sloping downcomer shall be ground flushed.
Alternately, bolting bar may be bent by making a groove on one side and tack welding on
the groove thereafter. Refer Figure below:

/////A

GR GRIND FLUSH

Bolting Bar Width (W) and Thicknesses (T) shall be as per respective TSR & B/Bar
Drawings furnished by the Tray Vendors duly approved by Jacobs

5.0 INSPECTION AND ACCEPTANCE

Correct location and fixing of tray support rings/bolting bars and the support cleats are
extremely important for smooth installation of the trays and internals at the site. It is
absolutely necessary that careful inspection of the supports welded to the shell is done in
the shop floor in order to avoid unnecessary delays and inconvenience during the
installation of trays and internals inside the column at site.

It is the responsibility of the vessel fabricator to ensure that all the supports are welded as
per drawing/standards/specification and 100 percent checked by the fabricator's
inspection department before offering the same for inspection by Owner's
representative/nominated inspection authority. Records of fabrication and quality check
shall be maintained by the vessel fabricator duly counter checked by Owner's
representative/authorised inspection authority.

44NC-4600-0000-V.02-0109-A4 General Spec for fabrication of tower internals.doc


Page 147 of 207
Page 1 of 14

CHENNAI PETROLEUM CORPORATION LIMITED


CHENNAI, INDIA

CPCL REFINERY - RESID UPGRADATION PROJECT

PART : V

SECTION : 3.4

TITLE: STANDARD SPECIFICATION FOR REVIEW OF SITE INSTALLATION OF


COLUMN INTERNALS

DOCUMENT NO. : 44NC-4600-0000-V-02-0122-A4

Rev Issue Date Pages Rev Description Prepared Checked Approved


No. By By By
0 09.03.2010 14 Issued as Standard specification MS CR CR

Page 148 of 207


CPCL, Chennai STANDARD SPECIFICATION FOR REVIEW OF Part V Section 3.4
44NC-4600 SITE INSTALLATION OF COLUMN INTERNALS Page 2 of 14
LSTK Doc. No. 44NC-4600-0000-V-02-0122-A4 Rev. 0

CONTENTS

1.0 PURPOSE

2.0 REFERENCES

3.0 DEFINITIONS

4.0 SCOPE

ANNEXURE-1

ANNEXURE-2

44NC-4600-0000-V.02-0122-A4 Standard spec for Site intsallation of internals.doc


Page 149 of 207
CPCL, Chennai STANDARD SPECIFICATION FOR REVIEW OF Part V Section 3.4
44NC-4600 SITE INSTALLATION OF COLUMN INTERNALS Page 3 of 14
LSTK Doc. No. 44NC-4600-0000-V-02-0122-A4 Rev. 0

1.0 PURPOSE

This document outlines the requirements of site installation checking and review of installed
trays and tower internals. This is necessary so as to ensure that the requirements as per
approved drawings are met and equipment performs according to the design specification.

It is the responsibility of Installation Contractor to ensure that all components are fitted as per
drawing / standards / specifications and 100 percent checked by Installation Contractor’s
Supervisor and Engineer-in-charge. Records of installation and quality checks shall be
maintained by Installation Contractor duly counter checked by Engineer-in-Charge as per
annexure-2 attached.

Review by specialist shall be subsequently carried out.

2.0 REFERENCES
Following shall form the reference documents for carrying out the work:

i) General arrangement drawings of Trays and Tower Internals

ii) Tray Support Ring and Bolting Bar drawings of column fabricator

iii) Specification for packing the column

3.0 DEFINITIONS

Column Internals

These are mechanical devices used inside the column or other process equipment to carry out
desired process function and shall include trays, tower internals, tower packings, demisters,
spray nozzles etc.

Revamp

The word is used for modifications being done to any process equipment or scheme so as to
achieve higher throughput or better product quality or both.

Punch List

List of comments given by specialist at site, which needs to be attended for necessary
rectification by the Installation Contractor under direction of Engineer-in-Charge.

Installation Contractor

Agency who has been assigned the job for carrying out the installation of column internals

Engineer-in-Charge

Authorised engineer either from client /or Jacobs site, responsible to interact with Installation
Contractor and getting the jobs done under his surveillance and inspection.

Specialist

The nominated personnel of Jacobs VESSEL GROUP, assigned to perform the review of the
tray / internal installations after these are cleared by Engineer-in-Charge.

44NC-4600-0000-V.02-0122-A4 Standard spec for Site intsallation of internals.doc


Page 150 of 207
CPCL, Chennai STANDARD SPECIFICATION FOR REVIEW OF Part V Section 3.4
44NC-4600 SITE INSTALLATION OF COLUMN INTERNALS Page 4 of 14
LSTK Doc. No. 44NC-4600-0000-V-02-0122-A4 Rev. 0

Set of Trays

Identical trays in a continuous bank having same chord heights, number and type of valves,
exit weir heights, under down flow clearances etc.

4.0 SCOPE

The scope of activities and responsibilities of Installation Contractor, Engineer-in-Charge and


Specialist shall be as per para 4.1, 4.2, 4.3 hereafter. These shall be carried out for all trays /
tower internals in each column.

4.1 Installation Contractor

4.1.1 Before installation of Trays and Tower Internals, check the levelness of support rings and
location of bolting bars.

4.1.2 Recording the final levelness / dimensions measured in Annexure-2 and getting these counter
checked by Engineer-in-Charge.

4.1.3 After installation of trays under surveillance and stage-wise inspection of Engineer-in-Charge,
recording important tray dimensions for all trays as per Annexure-2 and getting these counter
checked by Engineer-in-Charge.

4.1.4 Carrying out various checks / leak testings on fitted trays as per Annexure-2 and recording the
compliance and recording the compliance duly counter checked by Engineer-in-Charge.

4.1.5 In case of packed beds, after installation of various internals carrying out various checks / leak
testings as per Annexure-2 and recording the compliance duly counter checked by Engineer-
in-Charge

4.2 Engineer-in-Charge

4.2.1 Stage-wise and final inspection of installation of Trays and Tower Internals done by the
Installation Contractor

4.2.2 Counter checking the various dimensions / levelness / checks as recorded by Installation
Contractor as per para 4.1. These records shall be maintained at site and shown to specialist
for his review.

4.2.3 In case dimensions / levelness / location of support rings and bolting bars is not as per column
drawings and within tolerances, directions shall be provided to Installation Contractor / Column
Fabricator for necessary rectification / modification.

4.2.4 Attending to Punch List provided by specialist at the end of his review and ensuring that these
are carried out by Installation Contractor under his surveillance and inspection. Rectifications
required as per Punch List shall be finally cleared by Engineer-in-Charge and no further review
by specialist shall be required. Columns shall be cleared for boxing-up subsequently.

4.3 Specialist

4.3.1 Review of readings / observations on site installation and leak testings recorded in format
Annexure-2 before carrying out his own random checking.

44NC-4600-0000-V.02-0122-A4 Standard spec for Site intsallation of internals.doc


Page 151 of 207
CPCL, Chennai STANDARD SPECIFICATION FOR REVIEW OF Part V Section 3.4
44NC-4600 SITE INSTALLATION OF COLUMN INTERNALS Page 5 of 14
LSTK Doc. No. 44NC-4600-0000-V-02-0122-A4 Rev. 0

4.3.2 Carry out random check on installed trays. Number of trays selected for this shall depend
upon the quality of work. However, as a minimum, 25 percent of trays (minimum 2 nos. per
set) shall be checked. Trays so selected shall be true representatives of the total tray bank.
Record the findings in Annexure-1

4.3.3 Review of installed column Internals to the extent access is available. Record the findings in
Annexure-1.

4.3.4 List out the discrepancies observed. If specialist finds it necessary to discuss with head office,
it shall be referred to HO for decision. Jobs which need rectification shall be reported to
Engineer-in-Charge through a Punch List. These shall be attended to by Engineer-in-Charge
and no further review by Specialist would be required.

4.3.5 Submit filled Annexure-1& 2 and copy of Punch List to Head Office along with tour report.

5.0 ATTACHMENTS.

Installation Review Checklist: Annexure-1

Site Installation Reporting: Annexure-2

44NC-4600-0000-V.02-0122-A4 Standard spec for Site intsallation of internals.doc


Page 152 of 207
CPCL, Chennai STANDARD SPECIFICATION FOR REVIEW OF Part V Section 3.4
44NC-4600 SITE INSTALLATION OF COLUMN INTERNALS Page 6 of 14
LSTK Doc. No. 44NC-4600-0000-V-02-0122-A4 Rev. 0

ANNEXURE –1: TRAY INSTALLATION REVIEW CHECK LIST


(To be filled by Specialist)

(1) Review of filled formats for Tray levelness and other tray installation data.

Annexure-2 to be completed by Contractor and duly certified for 100% checking by


Jacobs site

If any dimension is out of permissible tolerances. Specialist to review and suggest


Remedial action, in consultation with HO (if required)

(2) Provide clarification to site on any matter w.r.t Installation of trays and tower internals

(3) − Random check minimum 25 percent of trays (subject to minimum two trays per
set) (Trays selected shall be true representative)

− EWH & Adjustability (permissible deviation±1


 mm)

− UDFC (permissible deviation ±3, D/C bottom piece to rest on D/C bracket

− Gap at deck joints (max. gap – 3 mm at deck joint. 5 mm at EW location).

− Overlapping of tray decks (no overlapping allowed)

− Valve movement, missing & damaged valves (check approx 5% of valves)

− For bubble cap trays, check skirt height & locknuts on caps (check approx 5%
caps)

− Check plugging of holes in case of sieve trays

− Noticeable damage in internal components, wooden hammers to be used in case


Flattening is required.

− Chord heights (acceptable limit ±(Col.ID/200 + 4))

− Check inlet weir/inlet weir seal plate at respective location.

− Check for proper fitting of gaskets for gasketed deck components. Also check
Whether it has been leak tested or not. Also check that drain holes are open
unless Specified otherwise in the drawings.

− Light and heavy valve combination adopted at right place.

− Check provision of lock nuts wherever specified.

− For Ripple trays, check relative orientation of trays.

− Check for seal plates on recessed seal pans.

− Check temporary plugs wherever provided has been removed after testing.

44NC-4600-0000-V.02-0122-A4 Standard spec for Site intsallation of internals.doc


Page 153 of 207
CPCL, Chennai STANDARD SPECIFICATION FOR REVIEW OF Part V Section 3.4
44NC-4600 SITE INSTALLATION OF COLUMN INTERNALS Page 7 of 14
LSTK Doc. No. 44NC-4600-0000-V-02-0122-A4 Rev. 0

(4) For Chimney/Collector Tray, Draw-off boxes, wherever applicable, check


completeness of seal welding, gasketing, proper fitment of vapour riser covers and
review record for leak testing

(5) Check arrangement for proper feeding & liquid withdrawal

− Reflux at top tray

− Transition arrangement from one tray to other

− Intermediate feed including direction/angle of vapour & liquid slots

− Feed from bottom most seal pan to partitioned column bottom

− Vapour/reboiler return, if flush, should be parallel to down comer of bottom most


tray.

− Location / Orientation of withdrawal nozzle. Also check provision of vortex


breaker.

− Drain & vent holes wherever provided in the feed system shall be clear and open

(6) List out all discrepancies in a punch list for individual column

Signature-----------

Date ----------------- Name----------------

44NC-4600-0000-V.02-0122-A4 Standard spec for Site intsallation of internals.doc


Page 154 of 207
CPCL, Chennai STANDARD SPECIFICATION FOR REVIEW OF Part V Section 3.4
44NC-4600 SITE INSTALLATION OF COLUMN INTERNALS Page 8 of 14
LSTK Doc. No. 44NC-4600-0000-V-02-0122-A4 Rev. 0

TOWER INTERNALS INSTALLATION REVIEW CHECK LIST


(To be filled by Specialist)

1. Review site record for levelness for distributor/ redistributors/ flash galleries / spray
header. Same to be within tolerance specified in the drawings/standards

2. Check that the distributor / redistributors / flash galleries / spray headers are properly
clamped/bolted

3. Check that the distributor/redistributors/flash galleries (if required) are properly gasketed
as specified in the drawing

4. Review site record of leak tightness of the distributor/redistributors/flash gallery (if


required), to be ensured by filling water and checking leakages from gasketed joints

5. For Chimney / Collector Tray, wherever applicable, check, if possible, completeness of


seal welding, gasketing, proper fitment of vapour riser covers and review record for leak
testing.

6. For Spray nozzle distributor, check for

6.1 Hydro test record for spray header

6.2 Clogging of spray nozzles, by running pump, if feasible

6.3 Sample check tip distance from top of the bed (to be within ± 25 mm)

6.4 Check proper gasket fitment at flange joint, thread sealant at threaded Joints.

6.5 Any obstruction in uniform spray pattern

7. Review of proper orientation of various tower internals like bed limiter w.r.t
distributor/redistributors, as per detail shown in respective drawings is mandatory

Signature ----------

Date ----------------- Name -----------

44NC-4600-0000-V.02-0122-A4 Standard spec for Site intsallation of internals.doc


Page 155 of 207
CPCL, Chennai STANDARD SPECIFICATION FOR REVIEW OF Part V Section 3.4
44NC-4600 SITE INSTALLATION OF COLUMN INTERNALS Page 9 of 14
LSTK Doc. No. 44NC-4600-0000-V-02-0122-A4 Rev. 0

ANNEXURE-2: SITE INSTALLATION REPORTING


COLUMN NO. : Jacobs /VENDOR’S DRG.NO.:
SERVICE : PROJECT NO.:
PLANT : CLIENT
1. DISTANCE BETWEEN TRAY SUPPORT RING (BETWEEN CONSECUTIVE TRAYS)
TRAY NO.
DRG.DIMENSION
A
B
C
AS BUILT D
DIMENSION E
AT POINT F

DIMENSION TO BE TAKEN FROM TOP TO TOP OF TSR WITH POINTS MARKED ON THE
SAME ORIENTATION FOR ALL TRAYS MINIMUM AT FOUR POINTS UPTO 2000φ & MINIMUM
SIX POINTS ABOVE 2000φ

2. LOCATION OF BOLTING BAR


TRAY NO.
GI DRG.DIMENSION
ACTUAL
G2 DRG.DIMENSION
ACTUAL
G3 DRG.DIMENSION
ACTUAL
G4 DRG.DIMENSION
ACTUAL
G5 DRG.DIMENSION
ACTUAL
G6 DRG.DIMENSION
ACTUAL
G7 DRG.DIMENSION
ACTUAL
G8 DRG.DIMENSION
ACTUAL

INSTALLATION-CONTRACTOR: --------------- ENGINEER-IN-CHARGE:-----------------------


(SIGNATURE) (SIGNATURE)

NAME : NAME :
DATE : DATE :

Note :
This format shall be filled for all Trays by Installation Contractor and counter checked by Engineer-
in-charge. Tolerance on various drawings dimensions shall be as per applicable
drawings/standard.

Refer sheets 16 to 23 for abbreviations.

COLUMN NO. : Jacobs /VENDOR’S DRG.NO.:

44NC-4600-0000-V.02-0122-A4 Standard spec for Site intsallation of internals.doc


Page 156 of 207
CPCL, Chennai STANDARD SPECIFICATION FOR REVIEW OF Part V Section 3.4
44NC-4600 SITE INSTALLATION OF COLUMN INTERNALS Page 10 of 14
LSTK Doc. No. 44NC-4600-0000-V-02-0122-A4 Rev. 0

SERVICE : PROJECT NO.:


PLANT : CLIENT
2. LEVEL READING
LEVEL TSR REF.
AT (TRAY /INTERNAL
REF. POINT
A
B
C
D
E
F
G
H
I
J
K
L
M
N
O
Q

LEVEL AT A, B, C, D …….. TAKEN WITH WATER TUBE WITH “A” AS REFERENCE POINT
MINIMUM AT FOUR POINTS UPTO 2000AND MINIMUM SIX POINTS ABOVE 2000. MINIMUM
3 POINTS PER TSR SEGMENTS SHALL BE SELECTED.

INSTALLATION-CONTRACTOR:---------------- ENGINEER-IN-CHARGE: ----------------------


(SIGNATURE) (SIGNATURE)

NAME : NAME :
DATE : DATE

Note :
This format shall be filled for all Trays by Installation Contractor and counter checked by Engineer-
in-charge. Tolerance on various drawings dimensions shall be as per applicable
drawings/standard.

Refer sheets 16 to 23 for abbreviations.

44NC-4600-0000-V.02-0122-A4 Standard spec for Site intsallation of internals.doc


Page 157 of 207
CPCL, Chennai STANDARD SPECIFICATION FOR REVIEW OF Part V Section 3.4
44NC-4600 SITE INSTALLATION OF COLUMN INTERNALS Page 11 of 14
LSTK Doc. No. 44NC-4600-0000-V-02-0122-A4 Rev. 0

COLUMN NO. : Jacobs /VENDOR’S DRG.NO.:


SERVICE : PROJECT NO.:
PLANT : CLIENT
TRAY NO.
A A1, A3, A4, A5,
DRG.DIMENSION
A7, A8
A2, A6
A1
A2
A3
A4
HEIGHT OF EXIT WEIR
(FROM TOP OF TRAY DECK TO A5
TOP OF WEIR) (mm) A6
A7
A8
B B1, B3, B4, B5,
DRG.DIMENSION B7, B8
B2, B6
B1
UNDERDOWNFLOW B2
CLEARANCE, (DISTANCE B3
BETWEEN DOWNCOMER
B4
BOTTOM & TRAY
DECK/RECESSED SEAL PAN B5
PLAT) (mm) B6
B7
B8
C C1, C3, C4, C5,
DRG.DIMENSION
C7, C8
C2, C6
C1
C2
HORIZONTAL DISTANCE C3
BETWEEN DOWN COMER
C4
PLATE & RECESSED SEAL PAN
(mm) C5
C6
C7
C8

INSTALLATION-CONTRACTOR: ---------------- ENGINEER-IN-CHARGE: -----------------------


(SIGNATURE) (SIGNATURE)

NAME : NAME :
DATE : DATE

Note :

This format shall be filled for all Trays by Installation Contractor and counter checked by Engineer-
in-charge. Tolerance on various drawings dimensions shall be as per applicable
drawings/standard.
Refer sheets 16 to 23 for abbreviations.

44NC-4600-0000-V.02-0122-A4 Standard spec for Site intsallation of internals.doc


Page 158 of 207
CPCL, Chennai STANDARD SPECIFICATION FOR REVIEW OF Part V Section 3.4
44NC-4600 SITE INSTALLATION OF COLUMN INTERNALS Page 12 of 14
LSTK Doc. No. 44NC-4600-0000-V-02-0122-A4 Rev. 0

COLUMN NO. : Jacobs /VENDOR’S DRG.NO.:


SERVICE : PROJECT NO.:
PLANT : CLIENT
TRAY NO.
D D1, D3, D4, D5,
DRG.DIMENSION
D7, D8
D2, D6
D1
D2
UNDER-DOWNFLOW
D3
CLEARANCE
(DISTANCEBETWEEN D4
DOWNCOMER D5
PLATE & SEAL PAN (mm)) D6
D7
D8
E DRG.DIMENS E1, E3, E4, E5,
ION E7, E8
E2, E6
E1
E2
E3
CLEAR DISTANCE BETWEEN
E4
DOWNCOMER PLATE & SEAL
PAN E5
(mm) E6
E7
E8

INSTALLATION-CONTRACTOR: ----------------- ENGINEER-IN-CHARGE: -----------------------


(SIGNATURE) (SIGNATURE)

NAME : NAME :
DATE : DATE

Note :

This format shall be filled for all Trays by Installation Contractor and counter checked by Engineer-
in-charge. Tolerance on various drawings dimensions shall be as per applicable
drawings/standard.
Refer sheets 16 to 23 for abbreviations.

COLUMN NO. : Jacobs / VENDOR’S DRG.NO.:


SERVICE : PROJECT NO.:

44NC-4600-0000-V.02-0122-A4 Standard spec for Site intsallation of internals.doc


Page 159 of 207
CPCL, Chennai STANDARD SPECIFICATION FOR REVIEW OF Part V Section 3.4
44NC-4600 SITE INSTALLATION OF COLUMN INTERNALS Page 13 of 14
LSTK Doc. No. 44NC-4600-0000-V-02-0122-A4 Rev. 0

PLANT : CLIENT
TRAY NO.
CHECK THE FOLLOWING
CHECK EACH BOLT FOR TIGHTNESS
CHECK ORIENTATION, PROPER MARK (TYPE)
AND TIGHTNESS OF EACH CLAMP
CHECK PROVISION OF LOCK NUTS AND SEAL
PLATES WHEREVER SPECIFIED.
CHECK EACH TOP DOWNCOMER PIECE FOR
CORRECT INSTALLATION OF SHIMMING
INCLUDING TACK WELDING / BOLTING
CHECK SEAL WELDING/GASKETING
WHEREVER APPLICABLE
CHECK LEAK TESTING OF SEAL PANS,
RECESSED SEAL PAN, CHIMNEY TRAYS,
DISTRIBUTOR, DRAW-OFF BOXES ETC. AS
PER DRAWING
CHECK OVERLAPPING OF DECKS
CHECK FOR DAMAGED, MISSING VALVES AND
VALVE MOVEMENT FOR ALL VALVES FOR
VALVE TRAYS
CHECK FOR FITTING OF PROPER VALVE
COMBINATION
CHECK FOR NOTICEABLE DAMAGE TO DECK
COMPONENTS
CHECK LEVELNESS AND ALIGNMENT OF
INLET WEIR AND EXIT WEIR AND ADJUST IF
NECESSARY
CHECK BEAM & CLIPS ARE PROPERLY FITTED
CHECK THAT TRAY MANWAY CAN BE OPENED
FROM TOP AS WELL AS FROM BOTTOM
CHECK THAT ALL SLOTS ON TRAY
COMPONENTS ARE FULLY COVERED
CHECK THAT GAPS AT DOWNCOMER ENDS
AND OTHER PLACES ARE WITHIN SPECIFIED
LIMITS
CHECK ORIENTATION IN CASE OF RIPPLE
TRAYS
CHECK TEMPORARY PLUGS WHEREVER
PROVIDED FOR TESTING HAVE BEEN
REMOVED
CHECK THAT TRAYS HAVE BEEN CLEARED
OFF ALL FOREIGN MATERIALS

INSTALLATION-CONTRACTOR: ---------------- ENGINEER-IN-CHARGE: -------------------------..


(SIGNATURE) (SIGNATURE)
NAME : NAME :
DATE : DATE
Note :
This format shall be filled for all Trays by Installation Contractor and counter checked by Engineer-in-charge.
Tolerance on various drawings dimensions shall be as per applicable drawings/standard.

Refer sheets 16 to 23 for abbreviations.

COLUMN NO. : Jacobs /VENDOR’S DRG.NO.:


SERVICE : PROJECT NO.:
PLANT : CLIENT:
BED NO.
CHECK THE FOLLOWING

44NC-4600-0000-V.02-0122-A4 Standard spec for Site intsallation of internals.doc


Page 160 of 207
CPCL, Chennai STANDARD SPECIFICATION FOR REVIEW OF Part V Section 3.4
44NC-4600 SITE INSTALLATION OF COLUMN INTERNALS Page 14 of 14
LSTK Doc. No. 44NC-4600-0000-V-02-0122-A4 Rev. 0

CHECK THAT MULTIBEAM SUPPORT PLATE SITS PROPERLY ON THE


TSR WITH NO UNDESIRED GAPS. ALL SPACINGS AND GAPS ARE
EVENLY DISTRIBUTED ACROSS THE VESSEL DIAMETER.
CHECK FOR PROPER LEVELLING OF TOP OF BED AND GAP
BETWEEN TOP OF BED AND BED LIMITER (NO GAPS PREFERRED,
MAXIMUM GAP AT NEW LOCATIONS NOT TO EXCEED ONE PACKING
SIZE).
CHECK THAT BED LIMITER IS PROPERLY BOLTED AND THE GAP ON
THE PERIPHERY IS UNIFORM AND NOT MORE THAN THAT SPECIFIED
IN THE DRAWING. ALSO CHECK THAT PACKING IS NOT FREE TO
COME OUT FROM ANY OPENING AND ALSO CHECK THAT BED
LIMITER MESH IS INTACT.
CHECK LEVELNESS FOR DISTRIBUTOR /REDISTRIBUTORS /FLASH
GALLERIES/SPRAY HEADER. SAME TO BE WITHIN TOLERANCE
SPECIFIED IN THE DRAWINGS/STANDARDS AND TO BE RECORDED
CHECK THAT THE DISTRIBUTORS /REDISTRIBUTORS /FLASH
GALLERIES/SPRAY HEADERS ARE PROPERLY CLAMPED/BOLTED.
CHECK THAT THE DISTRIBUTORS/REDISTRIBUTORS/FLASH
GALLERIES (IF REQUIRED) ARE PROPERLY GASKETTED AS
SPECIFIED IN THE DRAWING.
CHECK LEAK TIGHTNESS OF THE DISTRIBUTOR/
REDISTRIBUTORS/FLASH GALLERY (IF REQUIRED), TO BE ENSURED
BY FILLING WATER AND CHECKING LEAKAGES FROM GASKETTED
JOINTS.
FOR CHIMNEY/COLLECTOR TRAY, DRAW-OFF BOXES, WHEREVER
APPLICABLE, CHECK COMPLETENESS OF SEAL WELDING,
GASKETING, PROPER FITMENT OF VAPOUR RISER COVERS AND
REVIEW RECORD FOR LEAK TESTING.
FOR SPRAY NOZZLE DISTRIBUTOR, CHECK FOR
I) HYDROTEST FOR SPRAY HEADER
II) CLOGGING OF SPRAY NOZZLES, BY RUNNING PUMP, IF
FEASIBLE
III) CHECK TIP DISTANCE FROM TOP OF THE BED (TO BE WITHIN ±
25 mm)
IV) CHECK GASKET AT FLANGE JOINT, THREAD SEALANT AT
THREADED JOINTS
V) ANY OBSTRUCTION IN THE UNIFORM SPRAY PATTERN
REVIEW OF PROPER ORIENTATION OF VARIOUS TOWER INTERNALS
LIKE BED LIMITER W.R.T DISTRIBUTOR/ REDISTRIBUTORS, AS PER
DETAILS SHOWN IN RESPECTIVE DRAWINGS.
CHECK TEMPORARY PLUGS WHEREVER PROVIDED HAVE BEEN
REMOVED AFTER TESTING

INSTALLATION-CONTRACTOR: ---------------- ENGINEER-IN-CHARGE:----------------------------


(SIGNATURE) (SIGNATURE)
NAME : NAME :
DATE : DATE

Note : This format shall be filled for all Tower Internals by Contractor and counter checked by Engineer-in-
Charge.

44NC-4600-0000-V.02-0122-A4 Standard spec for Site intsallation of internals.doc


Page 161 of 207
Page 1 of 4

CHENNAI PETROLEUM CORPORATION LIMITED


CHENNAI, INDIA

CPCL REFINERY - RESID UPGRADATION PROJECT

PART : V

SECTION : 3.4

TITLE: STANDARD SPECIFICATION FOR COLUMN PACKINGS

DOCUMENT NO. 44NC-4600-0000-V.02-0123-A4

Rev Issue Date Pages Rev Description Prepared Checked Approved


No. By By By

0 09.03.2010 4 Issued as standard specification MS CR CR

Page 162 of 207


CPCL, Chennai STANDARD SPECIFICATION FOR Part V Section 3.4
44NC-4600 COLUMN PACKINGS Page 2 of 4
LSTK Doc. No. 44NC-4600-0000-V-02-0123-A4 Rev. 0

CONTENTS

1.0 PURPOSE

2.0 DUMPED TOWER PACKING

3.0 STACKED TOWER PACKING

4.0 GENERAL NOTES

44NC-4600-0000-V.02-0123-A4 Std spec for Column packings.doc


Page 163 of 207
CPCL, Chennai STANDARD SPECIFICATION FOR Part V Section 3.4
44NC-4600 COLUMN PACKINGS Page 3 of 4
LSTK Doc. No. 44NC-4600-0000-V-02-0123-A4 Rev. 0

1.0 PURPOSE

The purpose of this guide is to help tower packing a column in a satisfactory manner. The
tower packings are either ‘stacked’ or ‘dumped’ depending on the size of packings and the
requirements specified in the applicable drawings. IMTP (in all sizes), HYPAK, Pall Ring,
Raschig Ring, Intalox, Cascade Mini Rings, Berl Saddles and other type of random packing
upto and including 75 mm sizes, normally are ‘dumped’ in the column. Tower packings
above 75-mm sizes are ‘stacked’, when specified in the drawing.

2.0 DUMPED TOWER PACKINGS

2.1 All tower packing should be degreased and cleaned of foreign particles prior to dumping in
the column.

2.2 Ensure that tower packing support plate is properly installed prior to tower packing the
column.

2.3 Metal and Ceramic tower packings can be dumped in metal column maintaining water level
or in dry condition. Tower packings dumped in ‘Wet’ columns ensure maximum
randomness in the bed. Large metal columns not designed to withstand hydrostatic head
should not be packed wet.

While packing the column ‘Wet’, ensure that at least 1.0 m of water level is maintained
above the surface of the packed bed at all times and preferably the water level should be
upto the loading column manhole. However, for large size columns and metallic packings
in all sizes, it is normally adequate to pack the column ‘dry’.

2.4 The first lot of tower packings should be carefully and slowly dumped on support plate and
levelled by hand while standing on the support plate. The support plate is to be covered to
a depth of 200-300 mm by this method. This assures that tower packings will not get
damaged by dropping directly onto the support plate.

Ensure that assembly of support plate is satisfactory and no tower packings are falling from
the support plate.

2.5 Build a trap bucket-chute construction as per Sketch 2.1 for tower packing the column. For
columns upto 1400 mm diameter, it is not necessary during packing the column to move the
chute and sock periodically to various positions in the horizontal area of the column.

This is provided so that the sock is located along the vertical centreline of the column. If
loading man way is 3.0 metre or less above the support plate, sock as shown in the sketch
is not required and tower packings can be dumped without sock.

For columns larger than 1400 mm in diameter, chute and sock must be moved periodically
to various areas of the column to prevent the tower packings from piling up in a given area.
3
The sock should be repositioned after 0.5 m of tower packings is dumped at a position
(see Sketch 2.2).

The distance between the lower end of the sock and top of tower packings should be at
least 600mm but not more 2000 mm metal and plastic tower packings and not more than
600 mm for ceramic tower packings. Periodic checks should be made to ensure that
ceramic tower packings do not break during packing the column.

The tower packings shall be dumped to avoid formation of either upright or inverted cones
so that tower packings remain in horizontal level within 30° or less.

44NC-4600-0000-V.02-0123-A4 Std spec for Column packings.doc


Page 164 of 207
CPCL, Chennai STANDARD SPECIFICATION FOR Part V Section 3.4
44NC-4600 COLUMN PACKINGS Page 4 of 4
LSTK Doc. No. 44NC-4600-0000-V-02-0123-A4 Rev. 0

After the top of tower packings is within 2.4 m or less of column manhole, metal tower
packings may be dumped after removing the sock from chute. It should be ensured that
tower packings remain horizontal (level) within 30° or less. This normally, requires,
positioning the chute within no more than 1.5 m from previous positions.

Note: On large diameter column, it may require more than one chute within different
lengths to reach across the column.

2.6 As tower packings height reaches the final elevation, tower packings should be levelled
carefully. Level off the top of packed bed by lightly tramping on the wooden plank of size
1.2 m x 0.4 m (ensure that wooden plank is removed from column immediately after use).
In case where a bed limiter exists, the top of tower packings should be in level with the top
of the ledge. Add tower packings until this is accomplished.

It should be ensured that tower packings are touching bed limiter and there should not be
any void between the tower packings and bed limiter.

2.7 As far as possible, walking on or excessive handling of tower packings should be avoided.
It is best to place sections of the bed limiter (when used) into the column and stand on
these sections while the bed limiter is assembled. If it becomes necessary to step directly
on packed bed, it must be done only on a wooden plank or minimum size 0.8 m x 0.4 m to
ensure that there is no damage to tower packings. Do not jump over the bed. Wooden
plank, polythene, jute/woven socks etc. should not be left in the packed bed.

3.0 STACKED TOWER PACKINGS

3.1 Wherever specified in the drawings, Tower packings are placed vertically as shown in
Sketch 3.1 with each layer of rings staggered to each other.

4.0 GENERAL NOTES

4.1 Keep the top of the tower packings reasonably level as the bed is being packed so that bed
inclination is within 30° from horizontal.

4.2 Make sure that foreign materials such as grease and lubricants are removed from the tower
packings prior to their installation in the column. Also ensure that boards, boxes, ladders
etc. are not burried and left in the column. Such objects will cause excessive pressure drop
and misdistribution of gas and liquid resulting in malfunctioning of the column.

4.3 Walking on the tower packings will compress the bed and is not recommended. If walking
on the tower packing is absolutely necessary, it is preferred to place boards of minimum
size 0.8 m x 0.4 m on the tower packings.

4.4 It is not recommended to wet pack Metal and Plastic tower packings in normal application.

4.5 Caution

If tower packings are dropped from an excessive distance and/or are directly walked on, the
amount of tower packings required to fill the bed will increase. This may result in poor
performance of the column and shortage of tower packings. Maintain record of quantity of
tower packings dumped in individual beds of column.

44NC-4600-0000-V.02-0123-A4 Std spec for Column packings.doc


Page 165 of 207
Page 1 of 4

CHENNAI PETROLEUM CORPORATION LIMITED


CHENNAI, INDIA

CPCL REFINERY - RESID UPGRADATION PROJECT

PART : V

SECTION : 3.4

TITLE: PACKING, MARKING AND SHIPPING SPECIFICATIONS FOR TRAYS


AND TOWER INTERNALS

DOCUMENT NO. 44NC-4600-0000-V.02-0124-A4

Rev No. Issue Date Pages Revision description Prepared Checked Approved

By By By

0 09.03.2010 4 Issued as Standard specification MS CR CR

Page 166 of 207


CPCL, Chennai PACKING, MARKING AND SHIPPING SPECIFICATIONS Part V Section 3.4
44NC-4600 FOR TRAYS AND TOWER INTERNALS Page 2 of 4
LSTK Doc. No. 44NC-4600-0000-V-02-0124-A4 Rev. 0

CONTENTS

1.0 PURPOSE

2.0 PACKING

3.0 MARKING

4.0 SHIPMENT

44NC-4600-0000-V.02-0124-A4 Standad spec for Packing of column internals.doc


Page 167 of 207
CPCL, Chennai PACKING, MARKING AND SHIPPING SPECIFICATIONS Part V Section 3.4
44NC-4600 FOR TRAYS AND TOWER INTERNALS Page 3 of 4
LSTK Doc. No. 44NC-4600-0000-V-02-0124-A4 Rev. 0

1.0 PURPOSE

This specification defines the minimum requirements for packing, marking and shipping of Trays,
Tower Internals, Tower Packing and other associated components so as to ensure the damage
free transportation. This specification shall not be construed as final and shall not relieve the
vendor of their responsibility of adequate packing of the same for damage free transportation
depending upon the mode of transportation to be adopted finally.

2.0 PACKING

2.1 Trays, Tower Internals and Tower Packing for different columns shall not be mixed in one box and
shall be packed separately.

2.2 Unless specified otherwise in the Engineering drawings the internals and its associated
components shall not be painted.

2.3 All carbon steel components are to be protected against rusting with two coats of double boiled
linseed oil and all the stainless steel components are to be cleaned free from foreign materials
and shall be supplied duly pickled and passivated.

2.4 All components shall be provided with match and identification marks and they also bear the
column number. All identical components shall have the same markings, which shall strictly
correspond with numbers given on fabrication drawings. Markings shall be done with indelible
paint or ink, which does not contain any metallic pigments.

2.5 All components shall be packed in suitable wooden boxes (minimum plank thickness shall be
25mm) with lining of polythene sheets and shall be properly protected against damage during
transit. Wherever necessary, suitable wooden spacers shall be used to avoid damage to beams
and risers etc.

2.6 Nuts, Bolts, Studs, Clips, Washers, Clamps, Gaskets, Pipes etc.

All supplementary materials like nuts, bolts, clips, washers, clamps, gaskets, pipes and other
components required for internals assembly shall be placed in separate boxes item wise. .

Nuts, bolts, clamps, washers etc. for individual item shall be packed in separate containers and
due care shall be taken to ensure that different types of bolting, clamps etc. are not allowed to get
intermixed

Separate packages with polyethylene linings for different types of bolts, nuts, clamps, washers
etc. for identical components for each column should be made out and then encased in a bigger
container which shall be properly marked with the description of materials packed and the column
number etc. as directed in 3.1 below.

The quantity and description of material packed shall also be displayed on the smaller packages
enclosed in these boxes. All erection spares shall be packed in separate containers.

The packing for individual components would be done in the same manner as required for
supplementary materials and the box shall be marked with ‘MAINTENANCE SPARES’ /
‘OPERATIONAL SPARES’ in addition to other particular as per 3.1 below.

2.7 Packing Cases

Generally constructed as per the following:

a) Crates and boxes over 500mm long shall be reinforced with a minimum of two steel straps
or hoop spaced in 500mm centres maximum. When the container weight exceeds 250 kg,
skids shall be bolted to the container frame.

44NC-4600-0000-V.02-0124-A4 Standad spec for Packing of column internals.doc


Page 168 of 207
CPCL, Chennai PACKING, MARKING AND SHIPPING SPECIFICATIONS Part V Section 3.4
44NC-4600 FOR TRAYS AND TOWER INTERNALS Page 4 of 4
LSTK Doc. No. 44NC-4600-0000-V-02-0124-A4 Rev. 0

b) Sheathed crates and boxes containing a net weight over 200 kg. and all open sided crates
shall have diagonal bracing in all faces.

c) Flat boxes (containers with two dimension that are four times the third) shall have diagonal
bracing on the two large faces and shall have the four steel straps secured with nails or
screws when the contained weight is over 200 kg.

3.0 MARKING

3.1 Cases and crates containing tray materials shall be marked at least on 3 sides; for the project,
consignees, consignors, Project No., Order No., Gross and Net weights, dimensions, description
and quantity of materials etc.

Column No. must appear on all the packing cases / boxes in bold letters.

3.2 Additional markings such as “handle with care”, “this side up” to be indicated by arrow, “fragile” or
any other additional indications for protection and safe handling shall be added in accordance with
the type of materials.

3.3 For bulk uniform materials, when packed in several cases, progressive serial numbers shall be
indicated on each case.

3.4 A packing list shall accompany the material and shall be enclosed in a waterproof envelope
fastened to the package to enable verification on arrival of the consignment or when taking up of
the delivery. It is necessary that additional copy of packing list with one copy of drawings along
with one copy of installation instructions enclosed in a waterproof envelope is also be placed
under the upper lid in each package.

4.0 SHIPMENT

4.1 All despatches of material shall be done in accordance with the relevant terms of the purchase
order. Any alternate means of transport shall be resorted to only after prior approval in writing
from Owner/Jacobs.

44NC-4600-0000-V.02-0124-A4 Standad spec for Packing of column internals.doc


Page 169 of 207
Page 1 of 7

CHENNAI PETROLEUM CORPORATION LIMITED


CHENNAI, INDIA

CPCL REFINERY - RESID UPGRADATION PROJECT

PART : III

SECTION : B.5.4 1

TITLE: VENDOR’S QUALIFICATION CRITERIA – COKER


BLOCK

DOCUMENT NO. : 44NC-4600-0000-V.02-0171-A4

Rev Issue Date Pages Rev Description Prepared Checked Approved


No. By By By

0 26.04.2010 7 Issued for FEED MS CR CR


1 30.07.2010 7 Revised as marked & SNK MS HSC
issued for feed

Page 170 of 207


CPCL, Chennai VENDOR’S QUALIFICATION - CRITERIA Part III Section B.5.4 1

44NC-4600 COKER BLOCK Page 2 of 7


LSTK - 1 Doc. no. 44NC-4600-0000-V.02-0171-A4 Rev. 1

CONTENTS

1.0 QUALIFICATION

2.0 EXPERIENCE

3.0 GENERAL

4.0 CATEGORY OF EQUIPMENT

5.0 MINIMUM FACILITIES

44NC-4600-0000-V.02-0171-A4 Vendor Qualification Criteria - Coker Block.doc

Page 171 of 207


CPCL, Chennai VENDOR’S QUALIFICATION - CRITERIA Part III Section B.5.4 1

44NC-4600 COKER BLOCK Page 3 of 7


LSTK - 1 Doc. no. 44NC-4600-0000-V.02-0171-A4 Rev. 1

HEAT EXCHANGERS, TRAYS/TOWER INTERNALS, AIR COOLER, AUXILIARIES AND SUB-


COMPONENTS

It must be ensured that Heat exchangers, trays/tower internals, air coolers, auxiliaries and sub-
components (as per para.4) are supplied by vendors who meet the following minimum
qualifications and experience criteria.

1.0 QUALIFICATION

The vendor shall be a regular and reputed designed and/or supplier of the item and presently
continuing the same. The vendor shall also have:

− Capability for hydraulic design, thermal design and sizing, considering the requirements
given in various job specifications such as use of HTRI etc
− Capability for mechanical and structural design, and detailed engineering as per relevant
codes, standards, specifications and statutory regulations
− Qualified welders and welding procedures for various material of construction involved in
the job
− Documented Quality Assurance systems
− ASME or Jacobs approved own fabrication shop. Alternatively, prior approval shall be
obtained before order placement by furnishing relevant particulars. Minimum facilities
requirement are detailed in para 5.
− Capability and set-up of for project management, procurement and site
erection/supervision in case of items being fabricated and/or assembled
− Capability for refractory work at shop/site as applicable

2.0 EXPERIENCE

2.1 Vendor should have managed contracts on EPCM basis and fulfilled other qualification criteria
defined elsewhere in the tender documents

Vendor should have proven experience in design and/or fabrication /erection of equipment /
auxiliaries/ sub-components as applicable.

2.2 Vendor should have executed validly similar jobs with same scope of work in past 5 years as
under:

a) Category I items (Refer para 4.0)

At least 2 jobs

In addition, where vendor’s scope includes thermal / hydraulic design, at least one item
should be in successful operation for last 2 years.

b) Category II items (Refer para 4.0)

At least 5 jobs

In addition, where vendor’s scope includes thermal design, at least two items should be
in successful operation for last 2 years.

Page 172 of 207


CPCL, Chennai VENDOR’S QUALIFICATION - CRITERIA Part III Section B.5.4 1

44NC-4600 COKER BLOCK Page 4 of 7


LSTK - 1 Doc. no. 44NC-4600-0000-V.02-0171-A4 Rev. 1

c) Auxiliaries / sub-components (a) to (g) (Refer para 4.0)

At least 2 jobs out which at least one should be in successful operation for last 2 years

d) Auxiliaries / sub-components (h) to (n) (refer para 4.0)

At least 2 jobs

Validly similar shall imply as under:

(a) Same TEMA class and type, similar metallurgy and weight for heat exchangers

(b) Same type (plug cover etc.) similar metallurgy and weight for Air coolers.

(c) Similar type, metallurgy, duty, size, capacity and weight as applicable, for others

3.0 GENERAL

3.1 Vendor shall submit :

i) Their reference list which should cover Client / Plant, type, service, duty/capacity / size,
metallurgy, year of supply/commissioning and adequately addressing the requirements
of qualifications and experience for Owner / PMC approval. Typical formats for heat
exchangers and air coolers

ii) The bio-data of key persons to be involved in the job shall be enclosed. This shall cover
present designation, technical qualifications, knowledge of relevant codes / standards,
experience and list of previous similar assignments carried out. It is expected that
persons shall have minimum experience of having performed two similar assignments in
last five years.

iii) Shop confirmation/details as per para 1.0

3.2 In case of sub-contract, the sub-contractor shall meet all the requirements listed above.
Further, there shall be a valid Agreement / Memorandum of Understanding for split of work
which shall be submitted to Owner/PMC for approval, before start of work.

3.3 Owner / PMC reserves the right to carry out capability assessment of the vendor through the
reference list submitted, in house data, vendor survey or otherwise.

3.4 For fabrication of heat exchangers, vendors enlisted for specific category with PMC are
acceptable for that category without submission of any further details.

4.0 CATEGORY OF EQUIPMENT

4.1 Category I

1. Trays and tower internals / packings


2. Deaerators
3. Fired Heaters and Air Preheat Systems
4. Incinerators / Combustion Chambers
5. Waste Heat Boilers / Process gas boilers
6. Vacuum Ejector System
7. De-salters
8. Separators

Page 173 of 207


CPCL, Chennai VENDOR’S QUALIFICATION - CRITERIA Part III Section B.5.4 1

44NC-4600 COKER BLOCK Page 5 of 7


LSTK - 1 Doc. no. 44NC-4600-0000-V.02-0171-A4 Rev. 1

9. Water Bath Heaters


10. Gas Dehydration Unit
11. Flue Gas Desulphurisation System

4.2 Category II
1. Air cooled Heat Exchangers
2. Shell and Tube Heat Exchangers
3. High Pressure Heat Exchangers
4. Plate Heat Exchangers
5. Electric Heaters

Auxiliaries / sub-components for Category 4.1 & 4.2

(a) Air Pre-heaters (Cast, Glass and Plate)


(b) Burners
(c) Soot Blowers
(d) ID & FD Fan
(e) Dampers / Shut-off Blades
(f) Cast Plug Headers for Fired Heaters
(g) Air cooler fans
(h) Vibration switches
(i) HTD Belts & Pulleys
(j) Refractory / Ferrules etc.
(k) Fabric Expansion joint
(l) Metallic Expansion joint
(m) Studded / Finned Tubes
(n) Tube Support castings for Fired Heaters

5.0 MINIMUM FACILITIES (Refer para 1.0)

− Plate bending M/c – 25 mm x 2500 mm – 3000 mm wide


− EOT Crane – 20 MT – min. 1 No. along with suitable lifting capacity for working outside
the shop floor
− Welding machines – SMAW, GTAW
− Oxy-acytelene gas cutting, plasma arc cutting M/c for SS material
− Tube expansion facilities like grooving / expansion tools
− Radial drilling M/c

Page 174 of 207


CPCL, Chennai VENDOR’S QUALIFICATION - CRITERIA Part III Section B.5.4 1

44NC-4600 COKER BLOCK Page 6 of 7


Page 175 of 207

LSTK - 1 Doc. no. 44NC-4600-0000-V.02-0171-A4 Rev. 1

5.1 REFERENCE LIST FOR SUPPLY OF SHELL & TUBE EXCHANGERS MEETING REQUIREMENTS OF ASME & TEMA [REFER PARA 3.1(I)]

Vendor: Date :
TEMA TUBE TO VENDOR’S NAME OF
TEMA
Client Plant Unit Service Class METALLURGY ROLLED TUBE TUBE SHEET SCOPE OF THIRD
TYPE EMPTY YEAR
R/C/B DIAMETER SHEET JOINT SERVICES PARTY
WEIGHT OF
& THK. THK. (EXP. IN THERMAL/ INSPEC-
TUBE (KG) SUPPLY
SHELL TUBE CHANNEL (MM) (MM) GROOVES/ MECHANICAL/ TION
SHEET
WELDED) FARBICATION AGENCY

NOTE:
1. Vendor to submit Client’s certificate regarding satisfactory performance of equipment
Vendor to indicate special requirements such as weld deposit/overlay involved on the equipment, stress relieving of fixed tube sheet exchangers, single pass
2.
floating head exchanger, impact test of welds at sub zero temp., high pressure closure etc.

44NC-4600-0000-V.02-0171-A4 Vendor Qualification Criteria - Coker Block.doc


CPCL, Chennai VENDOR’S QUALIFICATION - CRITERIA Part III Section B.5.4 1

44NC-4600 COKER BLOCK Page 7 of 7


Page 176 of 207

LSTK - 1 Doc. no. 44NC-4600-0000-V.02-0171-A4 Rev. 1

5.2 REFERENCE LIST FOR SUPPLY OF AIR COOLERS MEETING REQUIREMENTS OF API 661 [REFER PARA 3.1(I)]

Vendor: Date :
Vendor’s scope Name of
Empty weight Type of header Forced / Material Tube to tube sheet of service: third
Year of
Client Plant Unit Service of one tube (plug/cover/ induced joint (Expanded in Thermal / party
Supply Tube
bundle (kg) bonnet) Draft Tube Grooves/ Welder) Mechanical / inspectio
sheet Fabrication n agency

NOTE:

1. For plug type headers with welded tube to tube sheet joint, vendor to furnish copy of header drawing showing tube to tube sheet joint detail.

2. Vendor to submit Client’s certificate regarding satisfactory performance of equipment

44NC-4600-0000-V.02-0171-A4 Vendor Qualification Criteria - Coker Block.doc


Page 177 of 207
Page 178 of 207
Page 179 of 207
Page 180 of 207
Page 181 of 207
Page 182 of 207
Page 183 of 207
Page 184 of 207
Page 185 of 207
Page 186 of 207
Page 187 of 207
Page 188 of 207
Page 189 of 207
Page 190 of 207
Page 191 of 207
Page 192 of 207
Page 193 of 207
Page 194 of 207
Page 195 of 207
Page 196 of 207
Page 197 of 207
Page 198 of 207
Page 199 of 207
Page 200 of 207
Page 201 of 207
Page 202 of 207
Page 203 of 207
Page 204 of 207
APPENDIX - A

INDICATIVE INSPECTION & TEST PLAN**


PROJECT : 44NC-4600 : CPCL MANALI REFINERY, CHENNAI : RESID UPGRADATION SHEET 1 OF 1
PROJECT
EQUIPMENT / ITEM DESCRIPTION : BOLTING MATERIAL VENDOR :
P.O. NO. :
EQUIPMENT / ITEM TAG NO. :
TEST & INSPECTION AS PER : PR/PS NO.
(CODES & SPECIFICATIONS) : DRG. NO.
EQUIPMENT INSPECTION CODE : B
A 1 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY OWNER / PMC
C
T 2 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY THIRD PARTY
I INSPECTION AGENCY (TPIA) / STATUTORY AUTHORITY
V 3 WITNESS INSPECTION BY SUB VENDOR,VENDOR & LSTK CONTRACTOR
I
T 4 CERTIFICATES / DATA TO BE SUBMITTED BY LSTK CONTRACTOR /
Y VENDOR FOR APPROVAL / REVIEW BY TPI A / OWNER / PMC

1 A A R X DETAILED INSPECTION & TEST PLAN AFTER ISSUE OF PO / PR / PS


2 A R X INSPECTION & TEST PROCEDURES INCLUDING NDT PROCEDURES
3 R R X SUMMARY OF ALL SUPPLIMENTARY REQUIREMENTS AS SPECIFIED
IN THE ORDER / PS / PR
4 A X PACKING PROCEDURE / SHIPPING DRAWING OF COMPLETED ITEMS
5 H W X RAW MATERIAL INSPECTION AND IDENTIFICATION
6 R W X HEAT TREATMENT RECORDS / CHART
7 H W X STAMPING OF SAMPLES FOR TESTING
* (SAMPLES / PER HEAT / PER HEAT TREATMENT CHARGE / PER SIZE)
8 H W X MECHANICAL TESING FOR FOLLOWING TESTS :
− TENSILE TEST
− IMPACT TEST ( IF APPLICABLE)
− PROOF LOAD TEST FOR NUTS
− HARDNESS CHECK ON SAMPLES
9 R R X PRODUCT CHEMICAL CHECK ANALYSIS FROM INDEPENDENT LAB
10 H W X FINAL INSPECTION – VISUAL / DIMENSIONAL INSPECTION
(100% BY VENDOR & AT RANDOM BY TPIA)
11 H W X MARKING/COLOUR CODING CHECK / REVIEW OF MANUFACTURERS
TEST CERTIFICATE & STAMPING
12 H W X PMI INSPECTION FOR AS / SS FASTENERS
13 H X PACKING & LOADING OF ITEMS AS PER SHIPPING DRAWINGS
14 H H INSPECTION RELEASE CERTIFICATE
LEGENDS : H – HOLD, W – WITNESS, R – REVIEW, A - APPROVAL, I – INFORMATION, X – SUBMIT
PO – PURCHASE ORDER, PR – PURCHASE REQUISITION, PS – PURCHASE SPECIFICATION
** NOTE : THIS IS AN INDICATIVE INSPECTION AND TEST PLAN IDENTIFYING SCOPE OF INSPECTION
/REVIEW OF DOCUMENTS AS A MINIMUM REQUIREMENT, DETAILED INSPECTION AND TEST PLAN
INDICATING ALL SPECIFIED REQUIREMENTS AFTER ISSUE OF PO / PR TO BE GENERATED BY
VENDOR AND SAME DULY APPROVED BY TPI A TO BE SUBMITTED TO OWNER/PMC FOR APPROVAL.
* TPI A TO CARRY OUT INSPECTION AT SUB-VENDORS’ WORKS.
- OWNER/PMC RESERVES RIGHT TO WITNESS INSPECTION OF ANY ITEM AT ANY STAGE WHICH SHALL BE INDICATED ON
QAP / INSPECTION & TEST PLAN AT THE TIME OF APPROVAL AND SAME TO BE COVERED AS PART OF PURCHASE ORDER
CONDITION ISSUED BY CONTRACTOR.

Page 205 of 207


APPENDIX - A

INDICATIVE INSPECTION & TEST PLAN**


PROJECT : 44NC-4600 : CPCL MANALI REFINERY, CHENNAI : RESID UPGRADATION SHEET 1 OF 2
PROJECT
EQUIPMENT / ITEM DESCRIPTION : COLUMN TRAYS VENDOR :
INTERNALS, GRIDS AND STRUCTURED PACKINGS P.O. NO. :
EQUIPMENT / ITEM TAG NO. :
TEST & INSPECTION AS PER : PR/PS NO.
(CODES & SPECIFICATIONS) : DRG. NO.
EQUIPMENT INSPECTION CODE : A
A 1 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY OWNER / PMC
C
T 2 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY THIRD PARTY
I INSPECTION AGENCY (TPIA) / STATUTORY AUTHORITY
V 3 WITNESS INSPECTION BY SUB VENDOR,VENDOR & LSTK CONTRACTOR
I
T 4 CERTIFICATES / DATA TO BE SUBMITTED BY LSTK CONTRACTOR /
Y VENDOR FOR APPROVAL / REVIEW BY TPI A / OWNER / PMC

1 H W W PRE-INSPECTION MEETING TO BE CONDUCTED AFTER ISSUE OF PO


/ PR / PS. AGENDA TO BE PREPARED BY LSTK CONTRACTOR
2 A A R X DETAILED INSPECTION & TEST PLAN AFTER ISSUE OF PO / PR / PS.
3 A R X INSPECTION & TEST PROCEDURES INCLUDING NDT/ WELD REPAIR
PROCEDURES
4 A X PACKING PROCEDURE / SHIPPING DRAWING OF COMPLETED ITEMS
5 R R X SUMMARY OF ALL SUPPLIMENTARY REQUIREMENT AS SPECIFIED
IN THE ORDER / PS / PR
6 A W X WELDING PROCEDURE SPECIFICATIONS AND PROCEDURE
QUALIFICATION RECORD INCLUDING WELD REPAIR.
7 A W X WELDERS’ QUALIFICATION / WELDERS’ PERFORMANCE RECORDS
8 H W X NEW PROCEDURES AND WELDERS QUALIFICATION
*
9 R R X WELDING CONSUMABLES BATCH CERTIFICATE
10 H W X RAW MATERIAL INSPECTION / IDENTIFICATION FOR ALL INCOMING
MATERIALS LIKE PLATES, SHEETS, FASTENERS, COILS ETC.
11 W W X INPROCESS INSPECTION FOR TRAYS PARTS, DOWN COMERS,
PUNCHING / CRIMPING / BRICK MAKING ETC.
12 H W X NDT EXAMINATION AS APPLICABLE
13 H W X FINAL INSPECTION FOR DIMENSIONAL ACCURACY FOR ALL
COMPONENTS
14 H W X TRIAL / MOCK UP ASSEMBLY.CLEARANCE OF TRAYS THROUGH
MANHOLE
15 W W X PRE-DESPATCH VISUAL INSPECTION WITH PACKING LIST /
MARKING ETC.
16 H R X FINAL DOCUMENTATION INCLUDING CERTIFICATION OF AS-BUILT
DRAWINGS

Page 206 of 207


APPENDIX - A

INDICATIVE INSPECTION & TEST PLAN**


PROJECT : 44NC-4600 : CPCL MANALI REFINERY, CHENNAI : RESID UPGRADATION SHEET 2 OF 2
PROJECT
EQUIPMENT / ITEM DESCRIPTION : COLUMN TRAYS VENDOR :
INTERNALS, GRIDS AND STRUCTURED PACKINGS P.O. NO. :
EQUIPMENT / ITEM TAG NO. :
TEST & INSPECTION AS PER : PR/PS NO.
(CODES & SPECIFICATIONS) : DRG. NO.
EQUIPMENT INSPECTION CODE : A
A 1 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY OWNER / PMC
C
T 2 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY THIRD PARTY
I INSPECTION AGENCY (TPIA) / STATUTORY AUTHORITY
V 3 WITNESS INSPECTION BY SUB VENDOR,VENDOR & LSTK CONTRACTOR
I
T 4 CERTIFICATES / DATA TO BE SUBMITTED BY LSTK CONTRACTOR /
Y VENDOR FOR APPROVAL / REVIEW BY TPI A / OWNER / PMC

17 H X PACKING & LOADING OF EQUIPMENT AS PER SHIPPING DRAWING


18 H H INSPECTION RELEASE CERTIFICATE

LEGENDS : H – HOLD, W – WITNESS, R - REVIEW, A - APPROVAL, I - INFORMATION, X – SUBMIT


PO – PURCHASE ORDER, PR – PURCHASE REQUISITION, PS – PURCHASE SPECIFICATION
** NOTE : THIS IS AN INDICATIVE INSPECTION AND TEST PLAN IDENTIFYING SCOPE OF INSPECTION
/REVIEW OF DOCUMENTS AS A MINIMUM REQUIREMENT, DETAILED INSPECTION AND TEST PLAN
INDICATING ALL SPECIFIED REQUIREMENTS AFTER ISSUE OF PO / PR TO BE GENERATED BY
VENDOR AND SAME DULY APPROVED BY TPI A TO BE SUBMITTED TO OWNER/PMC FOR APPROVAL.
* TPI A TO CARRY OUT INSPECTION AT SUB-VENDORS’ WORKS.
- OWNER/PMC RESERVES RIGHT TO WITNESS INSPECTION OF ANY ITEM AT ANY STAGE WHICH SHALL BE INDICATED ON
QAP / INSPECTION & TEST PLAN AT THE TIME OF APPROVAL AND SAME TO BE COVERED AS PART OF PURCHASE ORDER
CONDITION ISSUED BY CONTRACTOR.

Page 207 of 207

Potrebbero piacerti anche