28

ITB NO.11/PNMM/E/4802/2015-16/100708 dated 24.04 2015 · ITB NO.11/PNMM/E/4802/2015-16/100708 dated 24.04 2015 1 of 9 ANNEXURE-I . PRE QUALIFICATION CRITERIA . A. Pre Qualification

Embed Size (px)

Citation preview

ITB NO.11/PNMM/E/4802/2015-16/100708 dated 24.04 2015

1 of 9

ANNEXURE-I PRE QUALIFICATION CRITERIA

A. Pre Qualification Criteria (Technical): The Bidder should have designed at least one Tank of similar specifications and more than 5000 MT capacity, in last 5 years, ending on 31st March 2015.

- Bidder must submit copies of work order/Completion certificate in support of the above.

B. Pre qualification Criteria (Financial):

(i) The Average Annual financial turnover of Bidder during the last 3 years, ending on 31st March 2015 should be atleast Rs 10 Lakh.

(ii) The Bidder must have executed the orders in last 5 years, ending on 31st March 2015 as follows:- At least One Order of Rs 16 Lakh Or At least Two Orders of Rs 10 Lakh each Or At least three Orders of Rs 8 lakh each

- Bidder must submit copies of work order/job order/contract towards proof of value of work/job done.

- Bidders are required to submit copy of audited Financial reports towards proof of Annual

turnover during the last 03 years

ITB NO.11/PNMM/E/4802/2015-16/100708 dated 24.04 2015

2 of 9

ANNEXURE-II

INSTRUCTION TO BIDDERS

1. Bids can be submitted either online or in physical form to PDIL Noida, as detailed below: 1.A. FOR ONLINE SUBMISSION:

(Instructions to the Bidders to submit the bids online through the Central Public Procurement Portal for e-Procurement at https://eprocure.gov.in/eprocure/app)

1) Possession of valid Digital Signature Certificate (DSC) and enrollment/registration of the

contractors/bidders on the e-procurement / e-tender portal is a prerequisite for e-tendering. 2) Bidder should do the enrollment in the e-procurement site using the “Click here to Enroll”

option available on the home page. Portal enrollment is generally free of charge. During enrollment/registration, the bidders should provide the correct/true information including valid email_id. All the correspondence shall be made directly with the contractors/bidders through email_id provided.

3) Bidder need to login to the site thro‟ their user ID/ password chosen during

enrollment/registration. 4) Then the Digital Signature Certificate (Class II or class III Certificates with signing key

usage) issued by SIFY / TCS / nCode / eMudra or any Certifying Authority recognized by CCA India on eToken / SmartCard, should be registered.

5) The DSC that is registered only should be used by the bidder and should ensure safety of

the same. 6) Contractor/Bidder may go through the ITB / tenders published on the site and download

the required ITB documents/schedules for the tenders he/she is interested. 7) After downloading / getting the ITB / Tender document/schedules, the Bidder should go

thro‟ them carefully and then submit the documents as asked, otherwise bid will be rejected.

8) If there are any clarifications, this may be obtained online thro‟ the tender site, or thro‟ the

contact details. Bidder should take into account the corrigendum published before submitting the bids online.

9) Bidder then logs in to the site through the secured log in by giving the user id/ password

chosen during enrolment/registration and then by giving the password of the eToken / SmartCard to access DSC.

10) Bidder selects the tender which he/she is interested in by using the search option & then

moves it to the „my tenders‟ folder. 11) From my tender folder, he / she selects the tender to view all the details indicated. 12) It is construed that the bidder has read all the terms and conditions before submitting their

offer. Bidder should go through the tender schedules carefully and upload the documents as asked; otherwise, the bid will be rejected.

ITB NO.11/PNMM/E/4802/2015-16/100708 dated 24.04 2015

3 of 9

13) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document/schedule and generally, they can be in PDF/xls/rar/zip/dwf formats. If there is more than one document, they can be clubbed together and can be provided in the requested format. Each document to be uploaded through online for the tenders should be less than 2 MB. If any document is more than 2MB, it can be reduced through zip/rar and the same can be uploaded, permitted. Bidder Bid documents may be scanned with 100 dpi with black and white option. However if the file size is less than 1 MB the transaction uploading time will be very fast.

14) If there are any clarifications, this may be obtained through the sits, or during the pre-bid

meeting if any. Bidder should take into account the corrigendum published from time to time before submitting the online bids.

15) The Bidders can update well in advance, the documents such as certificates, annual report

details etc., under My Space option and these can be selected as per tender requirements and then send along with bid documents during bid submission. This will facilitate the bid submission process faster by reducing upload time of bids.

16) Bidder should submit the Tender Fee/ EMD as specified in the tender. The original should

be posted/couriered/given in person to the Tender Inviting Authority, within the bid submission due date & time for the tender. Scanned copy of the instrument should be uploaded as part of the offer.

17) While submitting the bids online, the bidder reads the terms & conditions and accepts the

same to proceed further to submit the bid packets. 18) The bidder has to select the payment option as offline to pay the Tender FEE / EMD as

applicable and enter details of the instruments. 19) 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 submitted bid will not be acceptable.

20) The bidder has to digitally sign and upload the required bid documents one by one as

indicated. Bidders to note that the very act of using DSC for downloading the bids and uploading their offers shall be deemed to be a confirmation that they have read all sections and pages of the bid document including General Conditions of Contract without any exception and have understood the entire document and are clear about the requirements of the tender requirements.

21) The bidder has to upload the relevant files required as indicated in the cover content. In

case of any irrelevant files, the bid will be rejected. 22) If the price bid format is provided in a spread sheet file like BoQ_xxxx.xls, the rates offered

should be entered in the allotted space only and uploaded after filling the relevant columns. the Price Bid / BOQ template must not be modified / replaced by the bidder; else the bid submitted is liable to be rejected for the tender.

23) The bidders are requested to submit the bids through online e-tendering system to the

Tender Inviting Authority (TIA) well before the bid submission end date & time (as per Server System Clock). The TIA will not be held responsible for any sort of delay or the difficulties faced during the submission of bids online by the bidders at the eleventh hour.

24) After the bid submission (i.e after Clicking “Freeze Bid Submission” in the portal), the

acknowledgement number, given by the system should be printed by the bidder and kept

ITB NO.11/PNMM/E/4802/2015-16/100708 dated 24.04 2015

4 of 9

as a record of evidence for online submission of bid for the particular tender and will also act as an entry pass to participate in the bid opening date.

25) The time settings fixed in the server side & displayed at the top of the tender site, will be

valid for all actions of requesting, bid submission, bid opening etc., in the e-tender system. the bidders should follow this time during bid submission.

26) All the data being entered by the bidders would be encrypted using PKI encryption

techniques to ensure the secrecy of the data. The data entered will not viewable by unauthorized persons during id submission & not be viewable by any one until the time of bid opening.

27) Any bid document that is uploaded to the server is subjected to symmetric encryption

using a system generated symmetric key. Further this key is subjected to asymmetric encryption using buyers/bid openers public keys. Overall, the uploaded tender documents become readable only after the tender opening by the authorized bid openers.

28) The confidentiality of the bids is maintained since the secured Socket Layer 128

confidentiality technology is used. Date storage encryption of sensitive fields is done. 29) The bidder should logout of the tendering system using the normal logout option available

at the top right hand corner and not by selecting the (X) exit option in the browser. 30) For any queries regarding e-tendering process, the bidders are requested to contact as

provided in the tender document. Parallel for any further queries, the bidders are asked to contact over phone: 1-800-233-7315 or send a mail over to – [email protected].

1. B. FOR PHYSICAL SUBMISSION IN PDIL NOIDA:

Bidders are required to submit their bid under three envelopes:

- Envelope A - Earnest Money Deposit (EMD) along with Annexure VII – Format of Details for payment, all the details duly filled in

- Envelope B – Technical and Commercial Un-priced Bid along with the following

documents (photocopies) shall be enclosed in this envelope:

o Annexure I – Pre Qualification Criteria– all the required documents / photocopies to be attached

o Annexure II – Instruction to Bidders – duly signed and stamped

o Annexure III – General Commercial terms & conditions of ITB – duly signed and Stamped

o Annexure IV – Scope of work – duly signed and stamped

o Annexure V – Un-Priced summary of Price Schedule confirming „Quoted’ / NA against each head.

o Annexure VI – Check list – duly filled and signed with stamp

- Envelope C - Price Bid i.e. Annexure V (Price Schedule) – with quoted rates in Rs. against each head (without overwriting), signed and stamped.

ITB NO.11/PNMM/E/4802/2015-16/100708 dated 24.04 2015

5 of 9

All the above three covers should be super scribed with respective envelope no., ITB No. and closing date of the bid. These three covers should be sealed and placed in a fourth envelop which should be addressed to the under mentioned and super scribed with our ITB No. on the cover of your quotation with due date. You are requested to clearly mention the details enabling us to identify your quotation for the job under reference. Sealed quotations must be submitted addressed to: Addl. General Manager (MM), Projects & Development India Limited, PDIL Bhawan, A-14, Sector-1, Noida– 201301, Distt.: Gautam Budh Nagar (U P)

2.0 Price: Bidder should ensure to fill in the rates in the format as per Price Schedule i.e

Annexure-V. Incomplete Price Schedule may result into rejection of bid.

3.0 Opening of Bids: Bid opening will be Public. Envelope A and B only will be opened on Technical Bid Opening Date. Price Bids (Envelope C) of only those bidders will be opened which will be considered technically and commercially acceptable.

4.0 Evaluation of Bids: Bids shall be evaluated for Pre-Qualification Criteria (PQC) first and Techno-Commercial Bid Evaluation shall be carried out, only for those Bids which shall meet the Pre-Qualification Criteria (PQC). The PRICE BID shall be opened only of those bidders who will be technically and commercially suitable.

5.0 Price Evaluation Criteria: Price Evaluation of Bids shall be done considering the quoted prices by the bidder in the Price Schedule i. e Annexure-V along with taxes and duties for main offer, on overall lowest bidder, considering the CENVAT benefit to PDIL.

In case of any discrepancy, unit rate shall prevail for calculation to arrive at the total price. In case a bidder does not fill up any amount and leaves it blank or writing „N/A‟ or put „-against any item of Price Schedule, it shall be deemed that cost of such item (s) is included in other item by the bidder elsewhere in the quoted price.

6.0 Earnest Money Deposit (EMD): Bidders shall have to submit EMD of Rs. 21,000/- (Rupees twenty one thousand only) by way of DD/Banker‟s Cheque only drawn on any scheduled nationalized back in favour of „Projects & Development India Limited‟ payable at Noida/Delhi. Bids/Quotations received without EMD shall not be opened. However, NSIC registered Companies are exempted from submission of EMD provided a valid Certificate in this regard is submitted. EMD shall be refunded to unsuccessful bidders after acceptance of order to the successful bidder(s). No interest shall be payable on EMD.

6.1 EMD may be forfeited without prejudice to any other right or remedy of PDIL including but not limited to following circumstances: a) If a bidder withdraws his bid during the period of bid validity specified by the bidder

OR b) In the case of successful bidder, if the bidder fails to accept the order In case of successful bidder EMD will be returned after confirmation, by the Bank, of the Security cum Performance Guarantee / deposition of Security Deposit

7.0 If at any later date, it is found that documents, information and data submitted by the Bidder in the Bid, and based on which the Bidder has been considered eligible or

ITB NO.11/PNMM/E/4802/2015-16/100708 dated 24.04 2015

6 of 9

successful or has been awarded the Contract is incorrect or false to the extent that had the correct or true information been made available to the OWNER at the time of Bid evaluation, the bid would have been declared ineligible or unsuccessful, the Bidder shall be forthwith disqualified or, as the case may be, the contract awarded based on such incorrect or false information shall be cancelled and the EMD/PBG/Security Deposit shall be liable to be forfeited.

8.0 Validity of Offer: Prices quoted should remain valid for our acceptance for a minimum period of 90 days from the date of opening of technical bids. PDIL will not allow any revision in prices within validity period after sealed tender are opened.

9.0 Bidders are advised to carefully go through the „Scope of Work‟, „General Terms & Conditions‟, and other documents being enclosed with our ITB. They should feel free to contact PDIL before submission of bid if they have any query on it. The enquiry/tender with all Annexure and all attachments will be considered to have been read, understood and accepted by the bidders unless otherwise specifically stated by them in writing.

10.0 Offers should be free from overwriting, corrections and additions/overwriting, if any, must

be justified with initials.

11.0 Bids must be submitted on or before the closing date and time physically in the bid box at the office of Addl. General Manager (MM), Materials Management Department, Projects & Development India Ltd., PDIL Bhawan, A-14, Sector-1, Noida (UP) or by registered post on the above address so as to reach well in advance of the closing date and time. Offers received late are liable for rejection & no complaint shall be entertained in this regard for any reason whatsoever including postal/courier delay.

12.0 Bid through fax and e-mail shall not be acceptable.

13.0 PDIL reserve the rights to assess bidder‟s capability and capacity to perform the contract.

14.0 PDIL reserves the right to reject any or all the bids without assigning any reason

whatsoever and does not bind itself to accept the lowest or any other bid. All bids in which any of the prescribed conditions are to be fulfilled or are incomplete in any respect are liable to be rejected. PDIL is at liberty to take any of the following actions in case of this ITB:

a) to cancel the tender without reference to the bidders. b) to postpone the due date and time.

15.0 Bidders shall not be entitled to claim any costs, charges, expenses or incidentals for or in

connection with the preparation and submission of their bids even though PDIL may withdraw the enquiry/tender or reject all bids.

16.0 To know more about us, please visit our website at http://www.pdilin.com.

ITB NO.11/PNMM/E/4802/2015-16/100708 dated 24.04 2015

7 of 9

ANNEXURE-III GENERAL TERMS & CONDITIONS

1.0 Scope of Job: The scope of work shall be as per Annexure-IV enclosed.

2.0 Price Basis:

Fees/Prices quoted shall remain firm and subject to no escalation till the execution of the contract and its subsequent amendments even though its period of contract is extended.

The lumpsum price should be quoted for services indicated in the scope of work enclosed.

Prices shall be written in both words and figures. In the event of difference, the prices in words

shall be valid and binding. Unit prices shall be considered correct in the event of any discrepancy with regard to total price.

3.0 Delivery/Completion Period: The delivery/completion period is as follow:

TYPE Design Code : API620 including

Appendix R & ASTM Materials Completion Period

Main Offer Mechanical Design & preparation of GA drawings

1 Month for initial submission 10 days for submission of final

document after receipt of final comments by PDIL/Third Party

Optional Offer Preparation of Detailed Fabrications Drawings

2 Months for initial submission 10 days for submission of final

document after receipt of final comments by PDIL/ Third Party

4.0 Effective Date of Contract: From the date of award of LOI/PO.

5.0 Service Tax: Present rate of Service Tax shall be indicated separately in the Price Schedule i.e. Annexure-V. Service tax shall be paid extra at actuals.

6.0 Taxes & Duties: In case of any statutory variation in taxes and duties and imposition of any new taxes & duties after issuance of Contract, by statutory authorities during contractual period, shall be paid at actual by PDIL on production of documentary evidence. The Contractor has to submit all necessary documents/furnish information to enable PDIL claim CENVAT in respect of Service tax.

7.0 Price Schedule: Bidder should ensure to fill in the rates in the format as per Annexure-V (enclosed). Incomplete schedule of rates may result into rejection of bid.

8.0 Security Deposit: Successful bidder shall deposit Security deposit, for the faithful execution of contract, money equivalent to 10% of order value. The EMD amount deposited by the successful bidder may be adjusted towards Security deposit, if desired. The amount shall be deposited within 15 days of receipt of LOI/PO by way of Demand Draft / FDR, failing which the same shall be deducted from the first Bill(s). Security deposit shall be refunded after 30 days on satisfactory completion of contract i.e after receipt and acceptance of final documents. No interest shall be payable on Security Deposit.

ITB NO.11/PNMM/E/4802/2015-16/100708 dated 24.04 2015  

8 of 9  

PDIL, Noida, however, reserves the right to forfeit the security deposit if the contractor fails to take up the job or abide by and fulfill the terms and conditions of the contract and/or to execute the work satisfactorily.

9.0 Contact person / Operation of contract: The Contract shall be operated by HOD (Mech.) PDIL, Noida or his authorized representative, at the following address:

HOD (Mech)

Projects & Development India Ltd. A-14, Sector 1, NOIDA - 201 301 Tel: 0120 – 2539775(D) / 2529842/43/47/51/91, Fax: 0120 - 252 9801

Bills shall be submitted to him for certification. 10.0 Payment Terms:

- 40% Payment shall be released within 30 days after initial submission of GA drawings duly

certified by HOD (Mech.), PDIL Noida. - 50% Payment shall be released within 30 days on final submission of documents after

receipt of final comments by PDIL/Third party, duly certified by HOD (Mech.), PDIL Noida. - 10% Payment shall be released after erection & commissioning of Tank.

Payment shall be made within 30 days on receipt of Bills, along with the required documents.

11.0 Price Reduction Clause: In the event of delay in initial submission/final submission of

documents, as indicated in PO, price reduction @ 0.5% per week or part thereof, for respective amount due, subject to maximum 5% of total order value shall be recovered from the agency bills.

12.0 Tax Deduction at Source: Income Tax, as applicable as per income tax act, shall be deducted at source from your bills and a certificate towards this deduction shall be issued to the contractor.

13.0 Termination of Contract: In case the services are not considered satisfactory PDIL shall have the right to terminate the contract without assigning any reason whatsoever after giving one month’s notice in writing.

14.0 Insurance: Necessary insurance(s) to cover accident risk for his employees loss of life, material etc. to crew or the third party to be arranged by contractor at his cost.

15.0 Force Majeure: The act of God, epidemic, wars, revolution, and official strike shall be treated as force majeure condition. In event of occurrence of such condition neither party shall be responsible for delay in performance provided that it is notified within 07 days of its occurrence.

16.0 Arbitration: All cases of dispute arising during execution of contract shall be resolved by

mutual discussion of parties operating the Contract. In the event of failure to do so, matter will be settled as per Arbitration and Conciliation Act, 1996, as amended from time to time. However, wherever applicable, in case of settlement of commercial disputes between PSEs inter SE and PSE(s) and Government Department(s), the same shall be settled through

ITB NO.11/PNMM/E/4802/2015-16/100708 dated 24.04 2015

9 of 9

Permanent Machinery of Arbitrators (PMA) setup in the Department of Public Enterprises (DPEs) as per the following Clause: “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”. The performance under this contract, shall not stop for any reason, whatsoever, during the said dispute / proceedings, unless the service provider is specifically directed by PDIL to desist from working in this behalf.

17.0 Jurisdiction: Contract shall be deemed to have been entered into at Noida and all cases of

action in relation to the contract shall, therefore, be deemed to have assigned within the jurisdiction of Gautam Budh Nagar, (UP) and venue of arbitration shall be Noida.

18.0 Acceptance / Rejection of Quotation: PDIL reserves the right to accept/ reject any / or all quotations, in whole and in part without assigning any reason thereof.

ITB NO.11/PNMM/E/4802/2015-16/100708 dated 24.04 2015

Annexure – IV

SCOPE OF WORK

DESIGN & DETAILED ENGINEERING WORKS

FOR DOUBLE WALL DOUBLE INTEGRITY CRYOGENIC STORAGE TANKS FOR LPG FACILIITY

EM00150-TS-CTK 0

DOCUMENT NO REV

SHEET 2 OF 7

 

FORM NO: 02-0000-0021F2 REV2 All rights reserved

CONTENTS  

Sl. No. Description Sheet No.

1.0 Introduction 4

2.0 Scope of Work 4

3.0 Special Requirements 6

4.0 Safety 7

5.0 Mechanical Guarantee 7

6.0 Completion Period 7 

7.0 Reference List 7 

 

DESIGN & DETAILED ENGINEERING WORKS

FOR DOUBLE WALL DOUBLE INTEGRITY CRYOGENIC STORAGE TANKS FOR LPG FACILIITY

EM00150-TS-CTK 0

DOCUMENT NO REV

SHEET 3 OF 7

 

FORM NO: 02-0000-0021F2 REV2 All rights reserved

  

     

                               

SL. NO. DESCRIPTION DOCUMENT NO.

1. Specification Sheet for Cryogenic storage Tank EM150-DD-5611-T201/202,Rev 0

2. Tentative outline sketch EM150-PNMV-DD-5611-T201/202

LIST OF ATTACHMENTS

DESIGN & DETAILED ENGINEERING WORKS

FOR DOUBLE WALL DOUBLE INTEGRITY CRYOGENIC STORAGE TANKS FOR LPG FACILIITY

EM00150-TS-CTK 0

DOCUMENT NO REV

SHEET 4 OF 7

 

FORM NO: 02-0000-0021F2 REV2 All rights reserved

 1.0 Introduction

M/s PDIL has invited Bidders to submit their offers for detailed mechanical design & engineering and preparation of detailed General arrangement drawings as main offer & optional offer for preparation of Fabrication Drawings for 2 No of double wall double integrity above ground Cryogenic tanks (24050 m³ water capacity) for Haldia site in West Bengal. Bidder shall submit the main offer & optional offer. Bidder shall have adequate experience in design & engineering of such large capacity double wall double integrity above ground tanks as mentioned in the enquiry specifications (ITB). Bidders to provide all the credentials pertaining to design & detailed engineering work done for of such double wall double integrity cryogenic tanks in the past.

 2.0 Scope of work

 Bidder’s scope of work includes complete detailed mechanical design and preparation of General arrangements drawings for two numbers of 12500 MT capacities each of such double wall double integrity cryogenic above ground tanks. Cryogenic Storage Tank on this facility comprises of two numbers of storage tanks 1 No. Propane & 1 No. butane for which Bidder shall provide detailed mechanical design and engineering including GA drawings. The detailed fabrications drawings shall be prepared by selected tank contractor based on the mechanical design and General arrangement drawings received from bidder which shall be provided to the contractor by PDIL after award of contract. However bidder to also quote against preparation of fabrication drawings as optional works. The bidders design & engineering and general arrangement drawings shall be approved by PDIL as well as Third party agency (to be appointed by Client). Any subsequent updation in the aforesaid documents shall be taken care by bidder based on PDIL/ Third party comments which shall be under bidder’s scope without any commercial implications. The General arrangements drawings shall include all design data, nozzle data, details of all parts with tolerances including inspection and NDT tests, list of Code/Standards to be followed, general notes, BOQ etc. shall be clearly indicated alongwith Civil load datas i.e. Empty Weight, Operating Weight & Hydro/Pneumatic Test Weight of the equipment including base shear force and base moment etc. required for civil foundation design. General notes shall also includes Material requirements ,PWHT ,Impact test, Service conditions, Inspections/ NDT requirements ,Allowable foundation settlements, Painting / Insulation details, List of spares etc. Design & Drawings shall be submitted for approval must be complete in all respects and thoroughly checked and approved by Bidder’s competent authority before submitting to PDIL.

i) All drawings shall be drawn in AUTOCAD to scale. Manual drawing shall not be accepted.

ii) All documents / drawings shall be in English language and in Metric system. Further the following documentation shall be submitted by Bidder for review & approval as per Owners requirement besides other documentation listed elsewhere.

a) 6 sets of hard copies of Rev. 0 of GA drawings with soft editable copies (Auto Cad file), & Mechanical design calculation etc to PDIL for review.

b) 6 sets of all final documents such as Mechanical design calculations, GA drawings,

along with editable soft copies (Auto Cad), hard copies etc. shall be properly arranged,

DESIGN & DETAILED ENGINEERING WORKS

FOR DOUBLE WALL DOUBLE INTEGRITY CRYOGENIC STORAGE TANKS FOR LPG FACILIITY

EM00150-TS-CTK 0

DOCUMENT NO REV

SHEET 5 OF 7

 

FORM NO: 02-0000-0021F2 REV2 All rights reserved

indexed and bound in one folder and submitted to PDIL. All drawings to be furnished in *.DWG/DXE format on rewritable CD of reputed make

2.1 Mechanical Design & Preparation of Drawings

Mechanical design, preparation of the GA drawings shall include all the components attached to the tanks including their support arrangements. The various components are as listed below:- i) Bottom Plates and Bottom Annular plates ii) Concrete Plate Rings iii) Shell Courses iv) Design of inner shell for load combination v) Curb Angle Calculations vi) Dome Roofs (Considering roof plates for various loadings combinations) vii) Roof Plate Buckling Calculation viii) Analysis of roof to shell joints and compression rings ix) Roof structure x) Suspended Deck Analysis xi) Requirements for wind Girder and its design along with intermediate Girders xii) Wind Design as per IS 875 including Wind and Vacuum Buckling of tanks xiii) Seismic design like Appendix L & E and IS 1893 xiv) Anchorage design for outer shell xv) Nozzle and flange design considering various loads falling on nozzles like piping loads/

other rotating equipment loads. xvi) Hydro test and Pneumatic test calculations etc.

However any additional components required to be designed for the completion of mechanical design of tank shall be under bidder’s scope. The applicable code and MOC is ascribed below

 S. N.

Description Quantity /

Capacity

1. DOUBLE WALL DOUBLE INTEGRITY CRYOGENIC STORAGE TANK (T-201/202 ) i) PDIL Tank Specification document No. EM150-DD-5611-

T201/202,Rev 0

12500MT each 1 No. For Propane 1 No. For butane

2.

Design Code : API 620 Latest revision (Including Appendix R) MOC: ASTM A 537 Cl 1The detailed mechanical design of tank shall be performed based on PDIL specification sheet. However both the tanks shall be designed for propane service only.

2.2 Detailed design calculations for adequacy of strength of all individual parts with detail

GA drawings shall be prepared by bidder and shall submit the same to PDIL for comment & approval. After receipt of approval from PDIL / Third party, the design of Cryogenic Storage Tank Design & Drawings shall be considered as final. Any changes / comments made on design calculations and drawings to satisfy the requirement of Codes / Standards & enquiry documents to make the Cryogenic Storage Tank perfectly fit for smooth operation shall have to be incorporated by Bidder without any delivery/commercial implications.

DESIGN & DETAILED ENGINEERING WORKS

FOR DOUBLE WALL DOUBLE INTEGRITY CRYOGENIC STORAGE TANKS FOR LPG FACILIITY

EM00150-TS-CTK 0

DOCUMENT NO REV

SHEET 6 OF 7

 

FORM NO: 02-0000-0021F2 REV2 All rights reserved

2.3 Wind analysis shall be performed as per applicable codes i.e. IS 875 part III. Basic Wind velocity at sites may be considered as 55m/s. Wind forces shall be increased by 30% (over & above design code requirement) to cater the effect of piping system, platforms and ladders etc.

2.4 Seismic analysis shall be performed as per IS 1893 latest edition by considering seismic

zone- III. 3.0 Special requirements

3.1 Any subsequent revision in the process data sheet (Document No. EM150-DD-5611-T201/202, Rev 0) on removal of holds shall be taken care by bidder in the design and shall be under bidder’s scope without any commercial implications to PDIL.

3.2 Insulation of various components of Tankages like roof, suspended deck and bottom

plates shall be indicated by bidder in documents.

3.3 Internal safety cage ladder one number each from bottom of Inner Tank and from Roof manhole to suspended deck, rungs near the shell & roof Manhole etc. shall be included by bidder in his scope of work. However all the material shall be in compliance with low temperature service.

3.4 Hand railing, ladders & Platforms including external cleats for pipe support insulation etc.

shall be mentioned by bidder in detail GA drawings.

3.5 All tank blanks, bolting & gasket etc. required for field tests shall be mentioned in the detail GA drawings both for main equipments and spares.

    a) Erection & commissioning:          - 100% gasket for each nozzle having blind flange - 10% internal & external bolting (min. 2 pieces)

b) 2 years operation: - 200% gasket for each nozzle having blind flange - 10% internal &external bolting (Min. 4 pieces)

Additional Mechanical spares, if any. 3.6 Technical supports required for statutory clearances from PESO shall be mentioned in the

written documents. 3.7 Holds points in the equipment specifications sheet/ conceptual drawing shall be cleared in

a due course of time. Bidder to consider design of such hold nozzles and corresponding flanges etc in their design without any commercial implication to PDIL/OWNER.

3.8 Deviations from ITB, if any, shall be clearly spelt out in the offer with proper reference to

clause numbers. In absence of any such indication it shall be assumed that the offer complies with all the requirements and such assumptions shall be strictly binding on bidder.

4.0 Safety Safety standards and features which are inherent in the specific mechanical equipment

design codes, standards and regulations are applicable. 5.0 Mechanical Guarantees

DESIGN & DETAILED ENGINEERING WORKS

FOR DOUBLE WALL DOUBLE INTEGRITY CRYOGENIC STORAGE TANKS FOR LPG FACILIITY

EM00150-TS-CTK 0

DOCUMENT NO REV

SHEET 7 OF 7

 

FORM NO: 02-0000-0021F2 REV2 All rights reserved

Bidder shall guarantee the equipment against faulty design. Approval by PDIL/TPIA for

Mechanical design & drawings and other documents will not in any way absolve the Bidder from his responsibility.

6.0 Completion Period

Completion period shall be as mentioned below:

TYPE COMPLETION PERIOD

Main offer 1month for initial submission and 10 days for submission of final document after receipt of final comments by PDIL/Third Party

Optional offer 2 month for initial submission and 10 days for submission of final document after receipt of final comments by PDIL/Third Party

7.0 References List

  Bidder shall provide detailed references list having experience in mechanical design &

engineering of such large capacity double wall double integrity cryogenic tanks in the past , indicating Process Parameters, Design codes & standards, client’s name, name of Inspection agency etc. along with order copy.

8.0 Schedule of Rates

PDIL reserves right to may or may not award the optional offer (i.e. preparation of Fabrications drawings).

 

PROJECTS & DEVELOPMENT INDIA LTD

EM150-DD-5611-T201/202 0

DOCUMENT NO REV

SHEET 1 OF 5

0 17.04.15 17.04.15 For Issue PM SCA SCA

REV REV DATE EFF DATE PURPOSE PREPD REVWD APPD FORM NO: 02-0000-0021F1 REV3 All rights reserved�

PROPANE/BUTANE STORAGE TANK (T-201/202)

FOR

CRYOGENIC LPG STORAGE TERMINAL, HALDIA

PROCESS DATA SHEETPROPANE/BUTANE STORAGE TANK

(T-201/202)

EM150-DD-5611- T201/202 0

DOCUMENT NO REV SHEET 2 OF 5

FORM NO: 02-0000-0021F2 REV1 All rights reserved�

Project : CryogenicLPG StorageTerminal Haldia Plant/Section : Propane/Butane StorageEquipment: Propane/Butane Storage tank Equipment Name: T-201,T-202 No. Of Units: 2 Service : Storage of Liquid Propane/Butane Size:(Inner/Outer) mm ID: 35000/37000 (Inner/Outer)mm HT: 25000/26000

Position:Horizontal ( ) Vertical ( �)

Design Data Material Of Construction Fluid : Liquid Propane/Butane Outer Tank Inner Tank Capacity: 12500 MT Type: Double Wall Double Integrity, Cup in Tank, Insulated with suspended deck

Shell & Bottom LTCS LTCS

OuterTank Inner Tank Roof LTCS

WorkingPressure

1200 mmWC Liq. Head

DesignPressure

Liq. Head + 2000 mmWC & (-) 50 mmWC

Liq. Head

Working Temp, oC -42 -42

Design Temp, oC -48/55 -48/55

Design Specific Gravity 0.600

CorrosionAllowance, mm Note-1 Note-1

Nozzle Details:�

Nozzles For Name No Size(inch) Rating Remarks

Roof Manhole N1 1 48 150#RF With Blind Flange

Roof Manhole N2 1 36 150#RF With Blind Flange

Spare Nozzle N3 1 3 300#RF With Blind Flange

Pump Column N4-A,B 2 30 300#RF Size On Hold. To be confirmed by

Pump Vendor. Liquid Outlet from Pump

Discharge N5-A,B 2 8 300#RF Size On Hold. To be confirmed by

Pump Vendor.

Coumn Purge Top N6-A,B 2 2 300#RF

Column Purge Bottom N7-A,B 2 2 300#RF

With Blind Flange. Nozzle location to be confirmed by Pump

Vendor.

Liquid Inlet from Jetty N8-A,B 2 12 300#RF

Vapour Outlet(Compressor Suction) N9 1 16 300#RF

PROCESS DATA SHEETPROPANE/BUTANE STORAGE TANK

(T-201/202)

EM150-DD-5611- T201/202 0

DOCUMENT NO REV SHEET 3 OF 5

FORM NO: 02-0000-0021F2 REV1 All rights reserved�

Top Spray N10 1 2 300#RF

Bottom Distribution N11 1 6 300#RF

Pump Return N12 1 3 300#RF

Outer Tank Purge N13 1 2 300#RF

Level Transmitter Annular Space N14 DELETED Level Transmitter N15A 1 6 300#RF Instrument Vendor to provide

details.

Level Transmitter N15B 1 8 300#RF To be provided with guide pipe. Instrument Vendor to provide

details.

Vent Top on Roof N16 1 2 300#RF

Safety Valve N17-A,B,C,D,E

5 16 150#RF On Hold. Size & No. of nozzles to be confirmed by Vendor.

Pilot Safety Relief N18 1 2 150#RF

Breather Valve N19-A,B 2 12 150#RF ON HOLD.

Pressure Transmitter N20-A,B 2 2 300#RF

Temperature Element (Bulk Liquid)

N21-A,B 2 2 300#RF To be provided with 2”tube up to

near tank bottom.

Vacuum Protection N22 1 6 300#RF

Multipoint Temperature Indicator for Roof, Bottom & Shell

N23-A,B,C 3 6 300#RF

Vent below deck N24 1 8 300#RF

Vent above deck N25 1 8 300#RF

Blow Down N26 1 2 300#RF

Vapour return N27 1 4 300#RF

Level Transmitter N28 1 8 300#RF To be provided with guide pipe. Instrument Vendor to provide

details.

Condensate Return Line N29 1 4 300#RF

N2 Inlet to Tank N30 1 3 300#RF

PSV Return line to Tank N31 1 6 300#RF ON HOLD.

Booster Pump Minimum Circulation Line N32 1 3 300#RF ON HOLD.

PROCESS DATA SHEETPROPANE/BUTANE STORAGE TANK

(T-201/202)

EM150-DD-5611- T201/202 0

DOCUMENT NO REV SHEET 4 OF 5

FORM NO: 02-0000-0021F2 REV1 All rights reserved�

General Notes:

1. Corrosion Allowance: a) Shell &Bottom Plate: 1.5 mm (Inner & Outer tank) b) Roof & Deck: 1.0 mm

2. The dimensions of storage tank have been specified for storing 12500MT Liquid Propane/Butane. 3. Minimum Liquid Level of tank to be confirmed by Intank Pump Vendor. 4. Operating Temperature of butane is -0.40 5. Insulation of all nozzles to be provided by tank vendor. 6. Tank inner piping alongwith expansion loops for the same shall be taken care of by vendor. 7. Design, supply & application of Tank Insulation is in the scope of Tank Vendor.

Insulation Details: (a) Shell: 200mm Polyurethane Foam + 75mm mineral wool + 25mm ceramic felt (b) Roof: 300mm Fibre Glass Wool (c) Bottom: 300mm Foam Glass Maximum Thermal conductivity of insulations at 00 C is as follows: (i) Fibre Glass Wool = 0.035W/m-0K (ii) Polyurethane Foam = 0.03 W/m-0K (iii) Mineral Wool = 0.04 W/m-0K (iv) Foam Glass = 0.048 W/m-0K

8. Design & supply of Vacuum Breather Valve (set pressure -22mmWG) is in the scope of Tank Vendor.

OUTER SHELL

OUTER SHELL

OUTER SHELL

OUTER SHELL

OUTER SHELL

OUTER SHELL

OUTER SHELL

OUTER SHELL

OUTER SHELL

INNER SHELL

INNER SHELL

INNER SHELL

INNER SHELL

INNER SHELL

INNER SHELL

INNER SHELL

INNER SHELL

ROOF FRAMING

COLUMNS

PILE CAP

PILES

ORIENTATION OF TEMPERATURE ELEMENTS

N1 48 ** 1 150 WN. R.F. ROOF MANHOLE WITH BLIND FLANGE

N2 36 ** 1 150 WN. R.F. ROOF MANHOLE WITH BLIND FLANGE

N3 3 ** 1 300 WN. R.F. SPARE NOZZLE WITH BLIND FLANGEN4

A/B 30 ** 2 300 WN. R.F. PUMP COLUMNON HOLD TO BE CONFIRMEDBY PUMP VENDOR

N5

A/B 8 ** 2 300 WN. R.F.LIQUID OUTLET FROMPUMP DISCHARGE

ON HOLD TO BE CONFIRMEDBY PUMP VENDOR

N6

A/B 2 ** 2 300 WN. R.F. COUMN PURGE TOP

N7

A/B 2 ** 2 300 WN. R.F. COLUMN PURGE BOTTOMWITH BLIND FLANGE. NOZZLELOCATION TO BE CONFIRMED

BY PUMP VENDORN8

A/B 12 ** 2 300 WN. R.F. LIQUID INLET FROM JETTY

N9 16 ** 1 300 WN. RF.VAPOUR OUTLET

(COMPRESSOR SUCTION)

N10 2 ** 1 300 WN. R.F. TOP SPRAY

N11 6 ** 1 300 WN. R.F. BOTTOM DISTRIBUTION

N12 3 ** 1 300 WN. R.F. PUMP RETURN

N13 2 ** 1 300 WN. R.F. OUTER TANK PURGE

N14 DELETED

N15A 6 ** 1 300 WN. R.F. LEVEL TRANSMITTERINSTRUMENT VENDOR TO

PROVIDE DETAILS

N15B 8 ** 1 300 WN. R.F. LEVEL TRANSMITTERTO BE PROVIDED WITH GUIDEPIPE. INSTRUMENT VENDORTO PROVIDE DETAILS

N16 2 ** 1 300 WN. R.F. VENT TOP ON ROOF

N17

A/B/C/D/E 16 ** 5 150 WN. R.F. SAFETY VALVEON HOLD. SIZE & No. OFNOZZLES TO BECONFIRMED BY VENDOR

N18 2 ** 1 150 WN. R.F. PILOT SAFETY RELIEF

N19

A/B 12 ** 2 150 WN. R.F. BREATHER VALVE

HOLD. TO BE CONFIRMEDAFTER DISCUSSION WITH

M/s ALL.N20

A/B 2 ** 2 300 WN. R.F. PRESSURE TRANSMITTER

N21

A/B 2 ** 2 300 WN. R.F.TEMPERATURE ELEMENT

(BULK LIQUID)

TO BE PROVIDED WITH

2" TUBE UP TO NEARTANK BOTTOM.

N22 6 ** 1 300 WN. R.F. VACUUM PROTECTION

N23

A/B/C 6 ** 3 300 WN. R.F.MULTIPOINT TEMPERATUREINDICATOR FOR ROOFBOTTOM & SHELL

N24 8 ** 1 300 WN. R.F. VENT BELOW DECK

N25 8 ** 1 300 WN. R.F. VENT ABOVE DECK

N26 2 ** 1 300 WN. R.F. BLOW DOWN

N27 4 ** 1 300 WN. R.F. VAPOUR RETURN

N28 8 ** 1 300 WN. R.F. LEVEL TRANSMITTERTO BE PROVIDED WITH GUIDEPIPE. INSTRUMENT VENDORTO PROVIDE DETAILS

N29 4 ** 1 300 WN. RF. CONDENSATE RETURN LINE

N30 3 ** 1 300 WN. RF. N2 INLET TO TANK

N31 6 ** 1 300 WN. RF. PSV RETURN LINE TO TANK HOLD. TO BE CONFIRMEDAFTER DISCUSSION WITH

M/s ALL.N32 3 ** 1 300 WN. RF.BOOSTER PUMP MINIMUMCIRCULATION LINE

A

1 2 3 4 5 6 7 8 9 10 11 12

1 2 3 4 5 6 7 8 9 10 11 12

B

C

D

E

F

G

H

A

B

C

D

E

F

G

H

FILE:

DRG. No.

SCALE-:

0 ISSUED FOR ENQUIRY AP PK/NB BM24.04.15

SHEET

DESIGN CODE API-620, APPENDIX`R' LATEST

FLUID HANDLED LIQUID PROPANE / BUTANE

SPECIFIC GRAVITY 0.600

No. OF UNITS 2

WORKING PRESSURE 1200 MM WC (OUTER TANK) / LIQUID HEAD (INNER TANK)

DESIGN PRESSURELIQUID HEAD+2000 MMWC & -50 MMWC (OUTER TANK)/LIQUID

HEAD(INNER TANK)

WORKING TEMPRETURE -42° C (OUTER & INNER TANK)

DESIGN TEMPRETURE -48° / 55° C (OUTER & INNER TANK)

MIN. DESIGN METAL TEMP. -

HYDROTEST PRESSURE SEE NOTE 10a/ AS PER CODE

PNEUMATIC TEST PRESSURE SEE NOTE 10a/ AS PER CODE

CORROSION ALLOWANCESHELL & BOTTOM PLATE (INNER & OUTER) 1.5MM /ROOF & DECK

PLATE 1MM

TYPE OF ROOF DOME

WIND LOAD AS PER (IS : 875)

WIND SPEED - Km/hr

SESMIC LOAD AS PER (IS : 1893)

SESMIC ZONE -

P.W.H.T AS PER CODE

RADIOGRAPHY AS PER CODE

JOINT EFFICIENCY AS PER CODE

INSULATION SEE NOTE-19

CAPACITY 12500 MT

TYPEDOUBLE WALL DOUBLE INTEGRITY, CUP IN TANK, INSULATED WITH

SUSPENDED DECKERECTION WEIGHT **

OPERATING WEIGHT **

TEST WEIGHT **

INSPECTION BY -

1 INNER/OUTER SHELL PLATES ASTM A537 CL1. + SA 20 S5

2 INNER/OUTER SHELL STIFFENERS ASTM A537 CL1. + SA 20 S5

3 INNER/OUTER BOTTOM PLATES ASTM A537 CL1. + SA 20 S5

4 INNER/OUTER ANNULAR PLATES ASTM A537 CL1. + SA 20 S5

5 COMPRESSION RING ASTM A537 CL1. + SA 20 S5

6 ROOF FRAMING A131 CS/A537 CL. 1/A516 Gr. 60

7 ROOF PLATES ASTM A537 CL1. + SA 20 S5

8 SUSPENDSED DECK PLATE/STRUCTURAL ASTM A537 CL1. + SA 20 S5

9 FLANGES ASTM A 350 LF2

10 PLATE FLANGE / COVER ASTM A537 CL1.

11 NOZZLE NECKS/INTERNAL PIPING ASTM A 333 Gr.6

12 NOZZLE NECKS PLATE ASTM A537 CL1. + SA 20 S5

13 BOLTING + NUTS ASTM A 320 Gr.L7/ASTM A 194 Gr.4

14 ANCHOR STRAPS SS-304

15 GASKETS SPIRAL WOUND SS-304

16 PIPE FITTINGS ASTM A 420 WPL-6

17 EARTHING BOSS SS 304

18 NAME PLATE SS 304

19 NAME PLATE BRACKET ASTM A537 CL1. + SA 20 S5

20 SCREW FOR NAME PLATE SS 304

21 INSULATION PROTECTION RING ASTM A537 CL1. + SA 20 S5

22 EXTERNAL LUGS ASTM A537 CL1. + SA 20 S5

23 BOLTS/NUTS (EXTERNAL & INTERNAL) SA 320 L7/SA194 Gr4

24 STIFFENERS (INTERNAL/EXTERNAL) ASTM A537 CL1. + SA 20 S5

25 STAIR WAY/PLATFORM/HANDRAIL CS

1. ** TO BE FURNISHED BY BIDDER.

2. SUITABLE PROTECTION AGAINST ENTRY OF RAIN WATER SHALL BE MADE.

1. ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE STATED.

2. ALL NOZZLE BOLTS TO STRADDLE CENTERLINE UNLESS OTHERWISE STATED.

3. TOLERANCES- AS PER API 620.

4. MATERIAL REQUIREMENT:-

a) ALL LTCS MATERIAL SHALL BE FULLY KILLED & NORMALISED. MAXIMUM CARBON EQUIVALENT SHALL NOT EXCEED AS PER

SUPPLEMENTARY REQUIREMENT S5 OF ASTM SA20.

b) ALL THE PLATES FOR SHELL BOTTOM & ROOF SHALL BE PROCURED IN UT TESTED CONDITION EXCEPT FOR SUSPENDED DECK.

c) ALL PRIMARY & SECONDARY COMPONENTS, WELDS & HAZ SHALL BE IMPACT TESTED AT DESIGN METAL TEMP. OF MINUS -48°C ANDSHALL HAVE IMPACT ENERGY VALUES AS PER APPENDIX R OF API 620. ALL OTHER IMPACT TEST REQUIREMENTS AS PER

SUPPLIMENTARY REQUIREMENT S5 OF SA 2O SHALL ALSO BE COMPLIED WITH.

d) ALL FORGINGS SHALL BE EXAMINED FOR SURFACE DEFECTS BY MP/DP AFTER MACHININGe) COPPER & COPPER BASED ALLOYS SHALL NOT BE USED IN PROPANE/BUTANE STORAGE TANK.

5. FLANGES <24" NB SHALL BE AS PER ASME B 16.5. FLANGES > 24" NB SHALL BE ASME B16.47 SERIES-A. FLANGE GASKET FACE

SHALL HAVE SMOOTH FINISH OF 125 AARH.

6. ALL NOZZLES <8" SHALL BE SEAMLESS. L- SEAMS OF ALL FABRICATED NOZZLES SHALL BE FULLY RADIOGRAPHED.7. ALL SINGLE SIDE BUTT WELD SEAMS WITHOUT BACKING STRIPS & ALL DOUBLE BUTT WELD SEAMS SHALL BE CHIPPED BACK TO

SOUND METAL & REWELDED FROM OTHER SIDE UNLESS OTHERWISE SPECIFIED.WHEREVER BACK CHIPPING IS NOT POSSIBLE, ROOTRUN SHALL BE BY TIG.

8. PROTECT ALL MACHINED SURFACES AND THREAD CONNECTION WITH RUST PREVENTIVE IMMEDIATELY AFTER MACHINING.

9. ALL SHARP CORNERS TO BE ROUNDED OFF WITH SMOOTH RADIUS OF 3mm MINIMUM.10. INSPECTION & TESTING:-

a) INNER TANK SHALL BE HYDROTESTED WITH WATER FILLED UP TO MAX. LIQUID LEVEL DURING HYDROTEST OUTER TANK SHALL BEFILLED WITH WATER TO HEIGHT WITH LEVEL EQUALISED ON INNER SHELL AND SHALL BE AIR TESTED TO A PRESSURE OF 2500MMWC & VACUUM TESTING OF ROOF AND CONNECTION NOZZLE ROOF PADS AT 50MM WC.

b) ALL NOZZLE RF PADS SHALL BE TESTED PNEUMATICALLY AT 0.5 Kg/cm g PRESSURE WITH SOAP SOLUTION ON ATTACHMENT WELDS.c) FOLLOWING ARE MANDATORY REQUIREMENTS IN ADDITION TO CODE.

RADIOGRAPHY OF BUTT WELDED JOINTS:

- ALL REMAINING 'T' JOINTS SHALL BE 100% RADIOGRAPHED.

- ANNULAR PLATE TO SHELL.

- ANNULAR PLATE BUTT WELDS SHALL BE 100% RADIOGRAPHED.

- ALL BUTT WELD JOINT WHICH ARE NOT RADIOGRAPHED SHALL BE EXAMINED INSIDE & OUTSIDE.

- ALL L- SEAMS WELDS SHALL BE 100% RADIOGRAPHED.- CIRCUMFERENTIAL WELDS OF BOTTOM MOST TWO COURSES SHALL BE 100% RADIOGRAPHED & REMAINING. C SEAMS

SHALL BE 15% SPOT RADIOGRAHY- ALL BUTT WELD JOINT OF INTERNAL NOZZLES IN VAPOUR ZONE SHALL BE 100% RADIOGRAPHED.

MAGNETIC PARTICLE EXAMINATION

- BEFORE HYFDROTESTING: WELD JOINT BETWEEN SHELL & ANNULAR PLATE.

- FINAL LAYER OF ALL BUTT WELDS.

- ALL LAP JOINTS OF BOTTOM & ROOF PLATES.

- ALL WELDS ON CONNECTIONS / ATTACHMENT AFTER STRESS RELIEVING, IF ANY- ALL BUTT WELD JOINT WHICH ARE NOT RADIOGRPHED SHALL BE EXAMINED INSIDE OUTSIDE.

AFTER HYDROTESTING:

- DISHED END CAPS FOR INNER & OUTER SHELL MANHOLES.

- L-SEAMS OF BOTTOM MOST TWO COURSES.

- COMPRESSION PLATE TO ROOF PLATE.

- ALL BUTT JOINTS OF ANNULAR PLATE BOTTOM.

D.P. EXAMINATION

- AFTER BACK GAUGING OF ROOT RUN.

- ALL LAP JOINTS IN THE BOTTOM PLATE & ROOF.

- RAFTER SPLICE JOINT.

iv) BOTTOM & ANNULAR PLATE JOINTS SHALL BE VACUUM BOX TESTED.

11. TANK SHALL BE PROPERLY EARTHED.12. NO INSTRUMENTS SHALL BE INCLUDED IN THE SCOPE OF SUPPLY OF TANK VENDOR THEY SHOULD PROVIDED ALL

THE NOZZLE.13. 3 Nos. STIFFENERS AT EQUALLY SPACED FOR NOZZLE SIZE UP TO 50 NB.

14. THE DIMENSIONS OF STORAGE TANK HAVE BEEN SPECIFIED FOR STORING 12500 MT LIQUID PROPANE/BUTANE.15. MINIMUM LIQUID LEVEL OF TANK TO BE CONFIRMED BY TANK VENDOR.16. OPERATING TEMPERATURE OF BUTANE IS -0.4°.17. INSULATION OF ALL NOZZLES TO BE PROVIDED BY TANK VENDOR.18. TANK INNER PIPING ALONGWITH EXPANSION LOOPS THE SAME SHALL BE TAKEN CARE OF BY VENDOR.19. DESIGN SUPPLY & APPLICATION OF TANK INSULATION IS IN THE SCOPE OF TANK VENDOR.

INSULATION DETAILS:- (a) SHELL 200 MM POLYURETHANE FOAM + 75MM MINERAL WOOL +25 MM CERIMAC FELT.(b) ROOF 300 MM FIBER GLASS WOOL(c) BOTTOM 300 MM FOAM GLASSMAXIMUM THERMAL CONDUCTIVITY OF INSULATION AT 0° C IS AS FOLLOWS.

1. FIBER GLASS WOOL = 0.035W/m-°K2. POLYURETHANE FOAM = 0.03 W/m-°K3. MINERAL WOOL = 0.04 W/m-°K4. FOAM GLASS = 0.048 W/m-°K20. DESIGN SUPPLY OF VACCUM BREATHER VALVE (SET PRESSURE-22mmWG) IS IN THE SCOPE OF TANK VENDOR.21. PLEASE ENSURE THAT IN NO CASE THE LEVEL OF HYDROTEST WATER IN OUTER TANK SHALL BE GREATER

THAN LEVEL OF INNER TANK TEST WATER.PAINTING:-OUTER SURAFACE OF OUTER SHELL :- IN ADDITION TO MILL PAINT, 50-60 MICRONS DFT OF ETHYLSICATE INORGANICSZINC RICH PRIMER TO BE APPLIED SUCH THAT TOTAL PRIMER THK. OF 75 MICRONS IS ACHIVED.OUTER SURFACE OF DOME ROOF :- PRIMER IN ADDITION TO MILL PAINT 50-60 MICRONS DFT OF ETHYL SILLICATE ZINCRICH PRIMER SUCH THAT THE TOTAL PRIMER THICK IS 75 MICRONSINTERMEDIATE COAT 75 MICRONS DFT OFMIFINISH COAT TWO COATS OF TWO PACK POLYAMIDE CURED EPOXY PAINT OF 40 MICRONS DFT PER COAT.

22. POST WELD HEAT TREATMENT REQUIREMENT SHALL BE AS PER CODE.23. ALLOWABLE FOUNDATION SETTLEMENT = 25 mm. BETWEEN CENTRE OF TANK TO OUTSIDE RADIUS OF FOUNDATION.

24. THIS DRAWING SHALL BE READ IN CONJUCTION WITH ENQUIRY DOCUMENT NO. EM150-DD-5611-T201/202.25. ALL THE REQUIREMENTS OF PDIL DOCUMENT NO. EM150-DD-5611-T201/202 SHALL BE FOLLOWED.26. ALL NDT TESTS AS INDICATED IN PDIL DOCUMENT NO. EM150-DD-5611-T201/202 IN ADDITION TO API-620,620R

SHALL BE COMPLIED WITH.27. PERMISSIMBLE TOLERENCE IN ANCHOR STRAP.

a) SETTING RADIUS +15mm./-0mm.b) PLUMB OF EMBEDDED PORTION +/- 3 mm.c) CHORD DIMENSIONS +/- 6 mm.

28. USE ONLY OWNER/PDIL APPROVED ELECTRODE OF SPECIFICATION E 7018-1.

180°

270°

90°

INNER SHELL DIAMETER = 35000 INSIDE

OUTER SHELL DIAMETER = 37000 INSIDE

OUTER SHELL HEIGHT = 26000

LADDEROUTSIDE

PLATFORMALL AROUND

INNER TANKBOTTOM PLATE

OUTER TANKBOTTOM PLATE

HAND-RAIL

ROOF

D=26000

D=14000

200

1000

5000

10000

15000

22000

OUTER TANK BOTTOM INNER TANK BOTTOM

CONCRETEPERLITE

FOAM GLASSBLOCK

(300 THK.)

INNER SHELL HEIGHT = 25000

WALLINSULATION200mmPOLYURETHANEFOAM +75mmMINERAL WOOL+ 25mmCERAMIC FELT

N23

A/B/C

N19

A/B

N32

N4

A/B

N6

A/BN5

A/B

N7

A/BN24

N31

N15

A/B

N27 N8

A/B

N2

N25

N29 N28

23725 (HOLD)

MAX. LIQUID LVL.

1325

DEAD STOCK LVL.

(HOL

D)

N9

FIBRE GLASSSUSPENDEDDECK INSULATION300 THK INTHREE LAYERS

16/32"

N21

A/B N3 N30 N16

N18

16/20"

N7A-E

N20

A/B N22

N12

N26

N11N26

N11

N10

N13

DETAIL-A

DETAIL-A

**

**

**

**

**

**

OUTER SHELL

INNER SHELL

** **

SAND 50 MM

3 LAYERS FOAMGLASS 100 THKEACH

SAND 50 MM

**RADIUS OF ANCHOR STRAP SETTING RADIUS**FOUNDATION SLAB

SUITABLEPROTECTIONAGAINSTHYDRO TEST

****

** ****

**TOPFOUNDATIONSLAB

**TOP OFANNULARPLATE

**CONCRETELEVELINGCOURSE

**INN.BOTTOMANN. RING

**REINFORCEDCONCRETE RING

**VAPOURBARRIER FELT

**ANCHORSTRAPS

**OUT. BOTTOMANN. RING

**PERLITECONCRETEBLOCK

NOZZLE DETAILS.No SIZE

INCHSCH. /THK.

QTY RATING TYPE &FACE DESCRIPTION REMARKS

SHEET 1 OF 1REVPPD.

NOIDA

TITLE:

REV DATE DESCRIPTION CKD. APPD.

N.T.S

0

PROJECTS & DEVELOPMENT INDIA LTD.

-

CRYOGENIC LPG STORAGE TERMINAL

PROPANE / BUTANE STORAGE

TANK (T-201 / 202)

EM 150-PNMV-DD-5611-T201/202

A1

DESIGN DATA

MATERIAL OF CONSTRUCTIONS.No DESCRIPTION MATERIAL

NOTES-:

GENERAL NOTES

ITB NO.11/PNMM/E/4802/2015-16/100708 dated 24.04 2015

Annexure-V

Price Schedule

Sl. No.

Particulars Prices in rupees

Rs (Words) Rs (Figures)

1.1 Main offer - Mechanical design & preparation of GA drawings

1.2 Optional offer - Preparation of Detailed Fabrications Drawings

2.0 Taxes and duties on above 2.1 Service Tax @...........% 2.2 Any other taxes or duties

(in %, if applicable) Included

Note:

1. Service Tax and other taxes as applicable shall be paid by PDIL at actual as prevailing on the date of invoice.

2. Bidder shall furnish the prices STRICTLY as per price schedule format provided failing

which the offer is likely to be rejected.

3. Un-priced copy of price bid duly signed & stamped indicating “Quoted / Not quoted” against each head shall be submitted in the techno-commercial bid.

4. The vendor has to supply all necessary documents to enable PDIL to claim CENVAT in

respect of service tax.

Signature of authorized person with official seal Place: Date:

ITB NO.11/PNMM/E/4802/2015-16/100708 dated 24.04 2015

ANNEXURE- VI Check List

(Summary of Terms and Conditions)

(Bidder must confirm point by point and strike out whichever is not applicable)

Enquiry No. :

Name of Bidder: Offer No.

We confirm/clarify as follows: Sl. No. Description Bidder’s Confirmation/

Acceptance/ Comments 1. PRICE BASIS: shall be firm till the execution of the contract

period Confirmed

2. Security Deposit: Successful bidder shall deposit Security deposit money equivalent to 10% of order value within 15 days of receipt of the contract.

Confirmed

3. Payment terms: within 30 days on receipt of Bills, along with all required documents

Confirmed

4. Effective date of Contract Confirmed 5. Contract Period Confirmed 6. Validity of Offer: 90 days from Technical Bid Opening Date Confirmed 7. Copy of Work Order / Completion certificate as per

Annexure - I Submitted

8. Copy of Balance Sheet towards proof of Annual Turnover during the last 03 years as per Annexure - I

Submitted

9. Copy of PAN card Submitted 10. Copy of Service Tax Registration No. Submitted 11. Confirmation of Acceptance to all Terms and Conditions of

the Tender Document in totality. Confirmed

12. Name, Designation, email id, Telephone Nos. & Fax No. of Contact Person For this enquiry (please fill right side)

It is confirmed that in case any of the terms and conditions mentioned in this summary are at variance with those indicated anywhere else in our offer; the condition indicated in his summary shall prevail.

Signature of Bidder: _____________________

Name:_________________________________

Stamp: _________________________________

Date : _________________________________ Note: Bidder must ensure that all the above information and documents (duly signed and stamped) are furnished along with the Technical Bid. In absence of any of the information/ Document, the quotation is likely to be rejected without assigning any reason thereof.

ITB NO.11/PNMM/E/4802/2015-16/100708 dated 24.04 2015

ANNEXURE-VII

Format of Details for payment

Bidders are required to submit the following details on the company‟s letter head for online transfer to amount to their account:

1. Contractor Name / Company Name

Address:

Phone No.

E-mail ID

2. a) Name of the Bank

b) Address of the Branch

Telephone No.

c) 9 Digit Code number of the Bank and Branch appearing on the MICR Cheque issued by the Bank

d) 11 Digit NEFT/IFSC Code of the Bank Branch

e) Account Type (SB/CC/CA)

f) Bank Account No.(as appearing on the Cheque)

g) Permanent Account Number (PAN) Under Income Tax Act.

h) Service Tax Registration Number

i) Name of Authorized Signatory

j) Contact Person Name

We hereby declare that the particulars given above are correct and complete Authorized signatory of the bidder Title Designation Date: