97
Click on the Document Title to go to that section of the document Table of Contents Document Number Rev. Document Title Page Number A151-090-WC-MR- 3320-136-RFQ A ENQUIRY DOCUMENT 2 A151-ATC_IND 1 AGREED TERMS & CONDITION (INDIGENOUS) 14 A151-GPC_IND 1 GPC (INDIGENOUS) - CLIENT 22 A151-SIB B INSTRUCTIONS / SPECIAL INSTRUCTIONS TO BIDDERS (SIB) 24 A151-ADDEN_ITB 3 ADDENDUM TO SIB 40 A151- GUARANTEE_FOR MATS 2 BANK GUARANTEE FORMATS 42 A151-090-WC-MR- 3320 A MR FOR FLANGES 47 6-44-0053 4 Technical notes for flanges, spectacle blinds and drip rings. 50 6-81-0006 4 ITP for flanges, spectacle blinds & drip rings 57 6-81-0001 2 Standard specification for Positive Material Identification (PMI) at Supplier's Works 63 6-78-0001 0 Specification for Quality Mgt. System Requirements from Bidders 71 6-78-0003 0 Specification for Documentation Requirement from Suppliers 80 A151-6-44-0083 B REQUIREMENTS FOR WET H2S SERVICES 92 A151-090-16-43- ATR-3320 A ADDITIONAL TECHNICAL REQUIREMENTS 96 Page 1 of 97

Table of Contents - EIL

  • Upload
    others

  • View
    12

  • Download
    1

Embed Size (px)

Citation preview

Page 1: Table of Contents - EIL

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

Table of ContentsDocument Number Rev. Document Title Page

NumberA151-090-WC-MR-3320-136-RFQ

A ENQUIRY DOCUMENT 2

A151-ATC_IND 1 AGREED TERMS & CONDITION (INDIGENOUS) 14A151-GPC_IND 1 GPC (INDIGENOUS) - CLIENT 22A151-SIB B INSTRUCTIONS / SPECIAL INSTRUCTIONS TO BIDDERS (SIB) 24A151-ADDEN_ITB 3 ADDENDUM TO SIB 40A151-GUARANTEE_FORMATS

2 BANK GUARANTEE FORMATS 42

A151-090-WC-MR-3320

A MR FOR FLANGES 47

6-44-0053 4 Technical notes for flanges, spectacle blinds and drip rings. 506-81-0006 4 ITP for flanges, spectacle blinds & drip rings 576-81-0001 2 Standard specification for Positive Material Identification (PMI) at

Supplier's Works63

6-78-0001 0 Specification for Quality Mgt. System Requirements from Bidders 716-78-0003 0 Specification for Documentation Requirement from Suppliers 80A151-6-44-0083 B REQUIREMENTS FOR WET H2S SERVICES 92A151-090-16-43-ATR-3320

A ADDITIONAL TECHNICAL REQUIREMENTS 96

Page 1 of 97

Page 2: Table of Contents - EIL

Page 1

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

[email protected] / [email protected] / [email protected]

E-PROCUREMENT (Crash Purchase)

REQUEST FOR QUOTATION (RFQ)

RFQ No. PKK/ A151-090-WC-MR-3320/136 Date: 10.01.2014

M/s.

bcc-Mr. V.L. Rajani, Project Manager

EIB-10th - Floor (2 Copies)

Floor.

-GSPC/EIL

Client Numaligarh Refinery Ltd.

Project ‘WAX’ Project

MR No. A151-090-WC-MR-3320 REV. A

Item

FLANGES

Due Date 20.01.2014 (upto 1200 Hrs. IST)

Composite Bid Opening : Date & Time

: Venue

At 14:00 Hours (IST) on 20.01.2014 (*)

Business Centre, EI Annexe, Bhikaiji Cama Place, R. K. Puram, New Delhi-110 066, India

(*)If the particular day is declared holiday in EIL, New Delhi, the next working day shall be considered.

SALIENT FEATURES

1. Bids are requested on composite bid (single part) basis on behalf of our client M/s

Numaligarh Refinery Limited, for the captioned item in total compliance to technical

specifications, scope and terms & conditions of enquiry documents/attachments

through e-procurement system.

2. Engineers India Limited has initiated a secured and efficient e-procurement system

which will enable Bidders to Search, View, Download tenders directly from the e-

procurement site and also enable them to participate and submit Online Bids/Offers

directly on the e-Procurement site in a secure and transparent manner maintaining

confidentiality and security throughout the tender evaluation process and award.

3. Bidders are requested to read vendor help available on e- tendering site.

4. E-Bids complete in all respects should be submitted in EIL’s ASP (Authorised Service

Provider) portal at www.tenderwizard.com/eil on or before the BID-SUBMISSION

DATE & TIME. No registration fee would be charged from the bidders.

5. Bidders are required to upload the bid along with all supporting documents & priced

part on the e-Tendering website (www.tenderwizard.com/eil) only. No Manual

Bids/Offers shall be permitted. The offers submitted through e-tendering system shall

only be considered for evaluation & ordering. Fax/Telex/Telegraphic/E-Mail/Physical

Bids shall be rejected.

Page 2 of 97

Page 3: Table of Contents - EIL

Page 2

However bidders can also download the complete enquiry document from the web

address http:tenders.eil.co.in or http://eprocure.gov.in/cppp.

6. E-Bids complete in all respects should be submitted on single part basis in EIL’s ASP (Authorised Service Provider) as defined below:

Part-I

: COMPOSITE BID complete with technical & commercial details including Prices quoted in the Price Schedule Format (MS Excel file)

E-Bids are requested on composite bid (single part) basis for the captioned item in total compliance to technical specifications, scope and terms & conditions of enquiry documents/attachments. Your offer must be complete in all respect and must contain confirmation/compliance to all points of enclosed RFQ without any deviations i.e., ZERO DEVIATION OFFER, failing which your offer will be rejected outright.

7. The attached pre-filled Agreed Terms & Conditions Questionnaire should be uploaded duly signed and stamped on e-procurement site.

8. Delivery Schedule : Supply

Within 04 (Four) Weeks on FOT Site basis from the date of issue of Fax of Acceptance. Date of Goods receipt at site shall be considered as the date of delivery.

All the Bidders shall be required to meet the delivery requirement. Bids received with required delivery period only shall be considered for evaluation. Even single bidder meeting the required delivery period shall be considered for evaluation. Incase no bidder agreeing to offer delivery as per requirement, bidder(s) offering delivery upto 2 weeks beyond the required delivery period shall be considered.

9. Payment Terms: The applicable “Payment Terms (Indian Bidders)” specified against Clause No. 1.1.3 of Special Instructions to Bidders stands modified to the extent mentioned below:

100% payment through bank on pro-rata basis with full taxes, duties and transportation charges against dispatch documents and on submission of performance bank guarantee for 10% of total order value, valid till full guarantee period plus three months. In view of above Clause No. 3.2.2 of Special Instructions to Bidders stands deleted.

10. Validity of Bid: The Bid should be valid for 4 weeks from the final bid due date.

11. Bidder shall submit Zero deviation Bid and bid with any deviation shall be liable for rejection.

12. For order value upto Rs. 2.00 Lakhs, PBG will not be required. For higher order value, in case a supplier offers to give a PBG for less than 10% of order value or for a lesser period than what is specified in GPC, loading shall be done as defined in Clause 3.3 of Special Instructions to Bidders.

13. Bidders are requested to quote their prices in price schedule format (MS Excel file)

uploaded on the e-Procurement site. Technical specifications should be strictly as per the material requisition attached. Submission of prices by the bidder shall be construed as compliance to all MR specifications.

Page 3 of 97

Page 4: Table of Contents - EIL

Page 3

14. Technical specifications should be strictly as per Material Requisition attached. No Technical offer shall be submitted by the bidder. Submission of the prices by the bidder shall be construed to mean compliance with all technical specification of MR.

15. 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.

16. Please confirm by Email/ fax, within 2 days as per Proforma of Reply/ Acknowledgement Letter enclosed, the receipt of this RFQ and whether or not you will submit the bid.

17. 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.

18. The order, if placed, will be issued by our above mentioned client.

19. We reserve the right to make any changes in the terms and conditions of purchase and to reject any or all the bids.

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

21. Bidders should quote strictly for items for which they are registered with EIL unless permitted otherwise elsewhere.

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

23. Bidders are mandatorily required to enter their name in the each page of excel file / pdf file of Price Schedule provided in the e-tender portal for submission of price bid.

24. Bidders are advised in their own interest to carefully go through Instructions for E-tendering and other related document issued as part of RFQ / Bidding Document so as to ensure that bids are uploaded in E-tendering website well before the closing date and time of bid submission.

Bidder is required to complete certain activities like Registration in e-tender website, obtaining User ID & Password, Enabling of Vendor and mapping of Digital Signature Certificate etc. before they can load their e-bid on website. Any support required by bidder for carrying out the above activities should be informed at earliest but not later than two EIL working days before the due date for submission of bid. If the request for support as above is not received by EIL/Service Provider within the above stipulated period and bidder is not able to load their bid, EIL/NRL shall not be responsible and will not extend the bid due date.

In the event of failure in bidder’s connectivity with EIL/Service Provider website during the last few hours on account of problem on bidders account, they are likely to miss the deadline for bid submission. Due date extension request due to this reason also will not be entertained.”

Helpdesk numbers for e-tendering support.

Bangalore : 080-40482000

Delhi : 011-4942436; 08800 991865

Gujarat : 08401982112

25. There are two specific features in tender wizard portal viz, “Withdraw” and “Modify/Substitute”. Bidders should not use the feature “withdraw” unless they have decided to withdraw their bids. It is to be noted that once “withdraw” feature is used, bidder will not be allowed to re-submit their bid against this RFQ. In case bidder desires to change his bid for reason before bid due date, only

Page 4 of 97

Page 5: Table of Contents - EIL

Page 4

“modify/substitute” features should be used by the bidder.

26. For online bid opening bidders may be present online in e- tendering system at their

places.

Contact Persons for this RFQ are: Mr. Asheesh Sengupta, AGM (C&P), Email: [email protected] or Mr. S.K. Singh, Sr. Manager (C&P), Extn. No. 2104 & Email: [email protected] or Mr. Deepak Malik, Engineer (C&P), Extn. No. 2114 & Email: [email protected]

* Please specify RFQ No. and Item description in all correspondence

THIS IS NOT AN ORDER

Very truly yours, For & On Behalf of Client NRL

(A.SENGUPTA) D.G.M. (C&P)

ENGINEERS INDIA LIMITED Enclosures:

AS PER LIST OF ENCLOSURES

Page 5 of 97

Page 6: Table of Contents - EIL

Page 5

LIST OF ENCLOSURES

Instructions to Bidders for E-Tendering (Annexure-I)

Price Schedule (For Indian Bidder)

Commercial documents

a) Agreed Terms & Conditions alongwith its annexures* (For Indian Bidder) as applicable (to be submitted by Bidders in Part-I: Unpriced Bid duly filled, signed & stamped)

b) General Purchase Conditions (Indigenous) c) Special Instructions to Bidders (Rev.1) d) Addendum-1 to Special Instructions to Bidder e) Proforma of Bank Guarantee for Indigenous Purchase (Performance) f) Reply/Acknowledgement letter (Bidder to furnish this acknowledgement letter within

7 days from the date of receipt of enquiry)

Material Requisition No. A151-090-WC-MR-3320 REV. A

Note:

1. All above documents are available on EIL’s ASP (Authorised Service Provider) portal at www.tenderwizard.com/eil. Please login using your vendor code registered with EIL as user ID & password as already with you.

2. Excel format for Price Schedule Uploaded on EIL’s ASP (Authorised Service Provider) portal at www.tenderwizard.com/eil and the same shall be used without altering their name & content. Bidders are requested please entre their company name & prices in respective boxes.

Page 6 of 97

Page 7: Table of Contents - EIL

Page 6

REPLY/ACKNOWLEDGEMENT LETTER FAX #: 00-91-11-26191714/26167664

E-MAIL #: [email protected] [email protected]/[email protected] (PLEASE FAX/E-MAIL TO EIL WITHIN TWO DAYS OF ISSUE OF RFQ)

Dy. General Manager (C&P) Engineers India Limited EIA, 4th Floor, Bhikaiji Cama Place, New Delhi – 110066 INDIA

Attn. : Mr. Asheesh Sengupta

Client : Numaligarh Refinery Limited

Project : ‘WAX’ Project

RFQ No. : PKK/ A151-090-WC-MR-3320/136

Item : FLANGES

Due Date : 20.01.2014 (Upto 1200 HRS. IST)

Dear Sirs,

We acknowledge with thanks receipt of your above cited RFQ alongwith enclosures. We undertake that the contents of the above RFQ shall be kept confidential and further that the drawings, specifications and documents shall not be transferred and the said documents are to 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 :

Contact Person :

Contact Person Mobile No :

Bidder’s Address :

Bidder’s Phone No. :

Bidder’s Fax No. :

Bidder’s E-mail :

Page 7 of 97

Page 8: Table of Contents - EIL

RFQ No. :

ITEM :

SELLER :

Item Sl.

No. as per

MR

Item Code Description as per MR Qty (Nos.) Unit Price (INR) Total Price (INR)

1 FWC0127ZR0819ZZZZ

FLNG.WN, B-16.5, ASTM A 105,

150, RF/125AARH, AXN3, 1.5

INCH, XS5.00 0.00

PRICE SCHEDULE (INDIAN BIDDERS)

NOTE:

FLANGES

PKK/ A151-090-WC-MR-3320/136

1. Since the materials are required at site at the earliest opportunity & Transportation is in your scope, bidders to arrange Transportation by express cargo like

TCI XPS, Safexpress, Gati etc. in order to comply with the delivery period requirement of RFQ.

Page 1 of 1Page 8 of 97

Page 9: Table of Contents - EIL

Instructions To Bidders For E-Tendering Page 1 of 4

INSTRUCTIONS TO BIDDERS FOR E-TENDERING

Bidders who wish to participate for RFQs/ Tenders which are uploaded on EIL’s Authorised service

provider’s website (i.e. www.tenderwizard.com/eil) should follow the following instructions which shall

permit them to Search, View, Download and Submit their Electronic Bids online in a secure manner ensuring

confidentiality. These Instructions for E-Tendering shall be read in conjunction with various instructions,

wherever appearing with the RFQ/ Bidding Document. The conditions & instructions mentioned here in under

shall supersede and shall prevail over the conditions & instructions enumerated elsewhere in the RFQ/

Bidding Document.

1) PARTICIPATION IN E-TENDERING, REQUEST FOR USER ID and PASSWORD:

To participate in E-Tendering, it is Mandatory to the Bidders have a user id and password on e-tendering portal. Bidders are required to be registered on E-Tendering website to obtain user id & password (password will be system generated). However for the tenders issued on limited basis, bidders are already registered by EIL and after their registered, user id & password were communicated to bidders at their e-mail id available in EIL. The bidders who are already registered may contact to concern person of EIL to get their user id and password.

For tender issued on NIT/ Press advertisement basis, bidders are required to registered themselves by using the link of registration provide on the home page of e-tendering website. The bidders are required to fill the online registration form with all required details. The bidder should indicate correct information including their e-mail since all system generated correspondences will be send on these e-mail ids. Digital signature of class 3b individual or class 3 organization is a mandatory requirement for e-tendering, right from log-in into the system. Hence, during registration, bidders shall fill the details of their digital Signature (serial No.) to save time and avoid mapping of Digital Signature details to the bidders user ID at the bid uploading stage. Otherwise, bidders are required to furnish their DC details to EIL for mapping the same to their user id by Service provider. Once, the online registration form is submitted with all required field and documents like pan card, registration or any other document of company, the system will generate the user id and password for the bidder.

However, to use this user id, the bidders are required to get their user id enabled (activate) through concerned engineer for the tender in EIL. Accordingly, after registration, bidder shall send a request to EIL to activate their user id by providing user id and bid reference number.

Note : Bidders who are already registered in any earlier tender of EIL, need not to create new user id, as the same user id can be used for all the tenders issued to them by EIL on this e-tendering portal.

User id and password are unique to each bidder and the bidder shall use the same to view/download/participate in all e-tenders of EIL. Bidders are required to change the password during their first login into the system. There will be single user id permission for each bidder in the system for their company/Organization.

Bidders in their own interest are requested to register on e- tendering portal and upload/submit their bid well in time. Bidders should avoid the last hour rush to the website for registration of user id & password, enabling of user id and mapping of digital signature serial number etc. since this exercise require activities from EIL & M/s Antares System (Service Provider) and needs time. In the event of failure in bidder’s connectivity with EIL/Service Provider during the last few hours, bidder is likely to miss the deadline for bid submission. Due date extension request due to above reason may not be entertained.

EIL/EIL’s ASP will not be responsible for any delay/ non-availability of USER ID or Password or any last minute request for enabling /resetting the same by the Bidders.

2) TRAINING & FAMILIARIZATION WITH E-TENDERING SYSTEM

The bidder should familiarize themselves with the e-tendering system and understood all formalities related to e-tendering including log-in, system settings, downloading & uploading procedures. The contact details of the concerned representatives from ASP and other helpdesk no.

Page 9 of 97

Page 10: Table of Contents - EIL

Instructions To Bidders For E-Tendering Page 2 of 4

3) VIEW AND DOWNLOAD E-TENDER

Bidders must go to E-Tendering website www.tenderwizard.com/eil and log-in using their user-id, password and digital signature.

However, the open tenders can be viewed/ downloaded from the link “tender free view” provided on the home page the website, without being log-in into the system.

4) DIGITAL SIGNATURE

Bidders cannot submit e-bids without having valid Digital Signature. The Digital Signature shall be issued by C.A. (Certifying Authority) in India, in the name of a person authorized for E- Tendering on behalf of his Company.

FOREIGN BIDDERS SHALL ALSO HAVE TO OBTAIN DIGITAL SIGNATURE FROM CERTIFYING AUTHORITIES IN INDIA AS APPROVED BY CCA. DIGITAL SIGNATURE OBTAINED FROM FOREIGN COUNTRIES ARE NOT ACCEPTABLE.

Note: In terms of Indian I.T Act 2000, only a digitally signed document will be considered as a valid signed document.

5) BID DOCUMENT FEE/ EARNEST MONEY DEPOSIT, IF APPLICABLE :

Bidders are required to submit the Bid Document Fee & EMD (in the prescribed format) in original as per the manner prescribed in the RFQ/ Bidding Document at the time of bid submission in sealed envelope. However, bidders are required to upload the scanned copy of both Bid Document fee as well as EMD on E- Tendering website along with the e-bid.

If the Bidder is unable to submit Bid Document Fee & EMD in original within the due date & time, he may submit the original Bid Document Fee & EMD within 7 days from the date of unpriced bid opening, provided copy of the same have been uploaded on E-Tendering Website. In case the bidder fails to submit the same in original within 7 days, his bid shall be rejected, irrespective of their status/ ranking in tender and notwithstanding the fact that a copy of Bid Document Fee & EMD was earlier uploaded by the bidder.

6) SUBMISSION OF BID :

Bidders are required to upload the bid along with all supporting documents & Priced part on the E-Tendering website (www.tenderwizard.com/eil) only. However, documents required to be submitted physically, viz., Bid Document Fee, EMD, etc., need to be submitted in a sealed envelope as per the provisions of RFQ/ Bidding Document.

Bidders shall ensure that all the required documents are uploaded in time and failure to upload the same before bid submission date & time is the sole responsibility of bidder. Under no circumstances, EIL shall entertain any request for acceptance of bid documents in physical form or any other form, which are required to be uploaded on E- Tendering Website.

Also bidders are suggested to check the uploaded documents to verify the uploaded documents are opening correctly or not by clicking on the download link.

The bidders needs to submit prices on-line strictly as per the Price Schedule format provided in our E-Tender.

Bidders can submit their Bids on-line only after digitally signing the bid/documents with the Digital Signatures used for log-in.

The Authenticity of above digital signatures may be verified through authorized CA after bid opening and in case the digital signature is not authorized/valid, the bid will be rejected. Bidder shall be responsible for ensuring the validity of digital signatures and proper usage of the same by responsible persons.

No Late Bids after due date & time shall be permitted in E-Tendering website. The system time (IST) being displayed on the E-Tendering website shall be final and binding on bidder and bids have to be submitted by bidders considering this time only and not the time as per their location / country. Bidder who intends to change the bid already submitted may change/revise the same on or before the closing date & time of bid submission.

Page 10 of 97

Page 11: Table of Contents - EIL

Instructions To Bidders For E-Tendering Page 3 of 4

No Manual Bids shall be permitted. The offers submitted through E-tendering website shall only be considered for evaluation.

Note:

i. Bidders are advised in their own interest to ensure that bids are uploaded in E- tendering website well before the closing date and time of bid submission.

ii. No bid can be modified after the dead line for submission of bids.

iii. EIL shall not be responsible for any failure on the part of the bidder to follow the instructions.

iv. Inadvertently, if a document is uploaded in E- tendering website by the bidders, such document can be deleted/detach by the Bidder and a new/modified document can be uploaded digitally signed within the bid due date & time.

v. Bidders are requested to upload small sized documents preferably (upto 5 MB) at a time to facilitate easy uploading into E- Tendering website. EIL does not take any responsibility in case of failure of the bidder to upload the documents within specified time of Bid submission. Bidder can upload any number of documents each below 5 MB in size.

vi. Wherever, the bidders are asked to upload the required document in Mandatory folders, the bidders must upload the required document only in the Mandatory folders and other documents can be attached in general documents section.

vii. Any bidder intends to modify their bid they should use “‘MODIFY” instead of “WITHDRAW“.

viii. Caution : ONCE BID IS WITHDRAWN BY THE BIDDER WILLINGLY OR UNWILLINGLY , SYSTEM WILL NOT ALLOW THEM TO RESUBMIT THEIR BID.

7) OPENING OF BIDS:

The unpriced bids shall be opened online, at the specified date and time given in the RFQ document or extended otherwise. The price bids shall also be opened online on the date & time which will be informed to all the techno-commercially qualified/ acceptable bidders in advance.

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 buyer. Similarly, the techno-commercially acceptable bidders will be able to view online the price sheets of other techno-commercially acceptable bidders (who qualify for the price bid only) at their respective windows, after priced bid opening by buyer.

Wherever the composite bids are invited, the composite bids shall be opened accordingly.

8) LAST DATE FOR SUBMISSION / RECEIPT OF BIDS:

System does not allow for submission of bids beyond the deadline for bid submission. The system time displayed on EIL’s ASP E-Tendering website shall be final and binding on the bidders for all purposes pertaining to various events of the subject RFQ/ Bidding Document and no other time shall be taken into cognizance.

9) GENERAL

i. The bidders may quote from their own offices/ place of their choice. Internet connectivity shall be ensured by bidders on its own.

ii. Bidders agree to non-disclosure of trade information regarding the purchase, identity of EIL, bid process, bid technology, bid documentation and bid details.

iii. EIL shall not have any liability to bidders for any interruption or delay in access to the site irrespective of the cause.

iv. EIL shall not be responsible for any indirect / consequential losses / damages, including but not limited to systems problems, inability to use the system, loss of electronic information, etc.

v. EIL decision on award of Contract shall be final and binding on all the Bidders.

Page 11 of 97

Page 12: Table of Contents - EIL

Instructions To Bidders For E-Tendering Page 4 of 4

vi. EIL reserves the right to prescribe different Security Devices for accessing and/or using E-Tendering System or any part thereof, including but not limited to prescribing different Security Device(s) for accessing and/or using different parts of E-Tendering System.

vii. EIL reserves the right to prescribe password(s) and Login ID(s) for the bidders and its representatives as well as any combination and/or sequence of letters and/or numerals for the password(s) and Login ID(s).

viii. The actions, failures, omissions and defaults of the bidder's representative(s) shall be construed and be given legal effect as if they are the actions, failures, omissions and defaults of the bidder and the bidder shall be fully responsible for all such matters.

ix. The bidder shall bear all costs and expenses in relation to its access and use of E-Tendering System, including but not limited to the costs and expenses incurred in ensuring its continued access and use of E-Tendering System.

x. EIL shall not be responsible or held liable under these Terms and Conditions for any loss or damage that is caused to any party due to use or misuse of the E-Tendering System or breach, by any party, of the Terms and Conditions mentioned herein.

xi. All Clarification/ correspondences including enabling of user ids, password re-set request, mapping of DC details, etc, if any, will only be entertained from 0900 Hrs. (IST) to 1600 Hrs. (IST) only, during the office working hours.

NOTE: A Ready Reckoner for e-tendering is available on e-tendering website (www.tenderwizard.com/eil) under the Link “Vendor Help”. Bidders to click on the link “Vendor Help- Detailed Help” to downloading the same. Bidders to follow the instructions given in the same for uploading their e-bids in e-tendering website.

Page 12 of 97

Page 13: Table of Contents - EIL

Annexure-I to ITB for E-Tendering

Contact details of Authorized Service Provide (ASP) ASP Name: M/s Antares Systems Limited, Bangalore Address: # 24, 1st Floor, Sudha Complex

Near Havanoor Circle, 3rd Stage 4th Block, Basaveshwara Nagar Bangalore - 560 079 Ph: 080-40482000 Fax No: +91-80-40482114

New Delhi Help Desk:

C-9, 1st Floor (Back Side) New Krishna Park, Najafgarh Road, Vikaspuri Near Janakpuri West Metro Station New Delhi-110018 Ph No: 011-49424365 Fax No: +91-11-25618721

Contact Persons:

1. Mr. Santosh Srivastava Contact no: 08800591739 Email: [email protected]

2. Mr. Sachin

Contact no: 8401982112 Email: [email protected]

Help Desk Numbers:

1. Bangalore : 080-40482000 2. New Delhi : 011-49424365

08800 991865 3. Gujarat : 08401982112

Page 13 of 97

Page 14: Table of Contents - EIL

Page 1 of 8

Client : NRL

Project: WAX Project

JOB NO. : A151

NUMALIGARH REFINERY LIMITED

‘WAX’ PROJECT AGREED TERMS & CONDITIONS (ATC)

(FOR INDIGENOUS BIDDERS)

Bidder Name : M/s. ___________________________________________________ RFQ No. _____________________________________________________________ Bidder’s Offer Ref. No. & Date : ____________________________________________________ Tel No. _________________________________ Fax No._______________________________

Contact Person : ________________Mobile No. ______________E-Mail ___________________ 1. DULY SIGNED & STAMPED COPIES OF THIS PRE-FILLED “QUESTIONNAIRE” SHALL BE ENCLOSED WITH EACH

AND EVERY SET OF BIDDER’S UNPRICED QUOTATION. 2. FAILURE ON THE PART OF BIDDER IN NOT RETURNING THIS DULY FILLED-UP "QUESTIONNAIRE WITH ALL

THE SETS OF UNPRICED QUOTATION AND/OR SUBMITTING INCOMPLETE REPLIES MAY LEAD TO REJECTION OF BIDDER’S QUOTATION”.

S. No.

DESCRIPTION BIDDER’S CONFIRMATION

1.0

1.1

Prices Quoted prices are on FOT Despatch Point Basis inclusive of Packing & Forwarding charges.

Confirmed

1.2 Specify Despatch Point from where material will be dispatched Indicated (Refer Annexure-A)

1.3 Freight Charges a) Vendor to nominate their registered transporter for delivery.

b) Vendor to quote pre-agreed (with transporter) firm freight

charges for transportation by road upto the Project site excluding Cenvatable service tax.

c) Payment to transporter for Firm freight charges shall be paid directly by NRL

d) Indicate Rate of Service Tax applicable extra on freight charges. e) Indicate whether the Service Tax indicated above is CENVATABLE /

NON-CENVATABLE.

f) Transporter will submit Invoices under rule 4A of service tax rules to NRL.

g) Service Tax to transporter shall be paid only against invoices

issued in accordance with service tax rules. Payment of Service Tax component shall be claimed against invoice under Rule 4A of Service Tax Rules by the Seller.

h) Bidder shall submit details of Transportation company for SAP vendor codification & EFT Mapping

Noted (Refer Annexure-A) Indicated (Refer Annexure-A) Noted Indicated (Refer Annexure-A) Cenvatable / Non-Cenvatable (Please tick (√) which is applicable. If vendor does not specify, then it will be considered that the total Service Tax is Cenvatable). Confirmed Noted Indicated (Refer Annexure-A)

1.4 Spares Parts:

a) Please confirm that the Prices for 2 Years Recommended

Confirmed

Page 14 of 97

Page 15: Table of Contents - EIL

Page 2 of 8

S. No.

DESCRIPTION BIDDER’S CONFIRMATION

Spares, if required in Material Requisition (MR), have been quoted on FOT Despatch Point Basis inclusive of P&F and the rate of applicable taxes & duties has been shown separately.

b) Also, confirm that a list of 2 years spares for each item/Tag of

MR, alongwith item description, quantity, unit prices, total price, etc. for the same have been furnished.

c) Confirm in case 2 years spares are ordered along with main equipments, there shall be no extra freight charges applicable.

d) Indicate freight charges in percentage (%) for 2 years spares

if ordered separately.

e) Confirm that the quoted prices of equipment are inclusive of the following:

I. Commissioning Spares, if required as per MR

(Furnish Itemwise List) II. Mandatory Spares, if required as per MR

III. Special tools & tackles if required as per MR (Furnish Itemwise List)

IV. Consumables, if required as per MR (Furnish Itemwise List)

Confirmed Confirmed ______________ % Confirmed Confirmed Confirmed Confirmed Confirmed

1.5 Transit risk insurance (Applicable where Scope involves Supply) upto FOT Project Site is in the scope of NRL.

Noted

1.6 Comprehensive Insurance (Applicable where Scope involves Supply and Site Work) covering Transit cum Storage cum Erection Insurance etc. till handing over of Equipment shall be in the scope of NRL.

Noted

2.0

2.1

Excise Duty: Please indicate / confirm the following:- a) Excise Tariff sub heading no. b) Present rate of Excise Duty + Educational Cess payable extra on

finished products has been indicated in the price schedule. c) Maximum rate of Excise Duty applicable (If present rate is nil or

concessional)

Indicated (Refer Annexure-A) Indicated (Refer Annexure-A) ____________________ %

2.2 Please indicate following break-up

a) Cenvatable Excise Duty + Educational Cess b) Non Cenvatable Excise Duty

100% NIL

2.3 The payment against Cenvatable portion shall be made at actuals subject to maximum given at 2.2 (a) above. Confirm acceptance.

Confirmed

2.4 The Excise Duty shall be released only on receipt of copy of Invoice, valid for availing CENVAT for Cenvatable Excise Duty. Confirm acceptance.

Confirmed

Page 15 of 97

Page 16: Table of Contents - EIL

Page 3 of 8

S. No.

DESCRIPTION BIDDER’S CONFIRMATION

2.5

Excise Duty on freight : a) Confirm whether Excise Duty will be applicable on freight charges

also. b) In case Excise Duty is not applicable on freight charges presently,

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

Not Applicable Confirmed

2.6

Variation in Excise Duty : a) Only statutory variations in E.D., if any, in the present rate of

excise duty, upto the contractual delivery period shall be to Owner's account subject to furnishing documentary evidence by the bidder.

b) Any variation in Excise duty at the time of supplies for any reasons, other than statutory adjustment, including variations due to turnover, shall be borne by bidder.

Confirmed

Confirmed

3.0

Sales Tax/VAT a) Please confirm the following:-

i. Present rate of CST against Form – ‘C’ payable on finished

products and to be paid extra has been indicated in the price schedule

ii. Present rate of VAT (Assam) payable on finished products and

to be paid extra has been indicated in the price schedule (No concessional from shall be provided for the VAT applicable in Assam).

b) If CST / VAT is not applicable at present due to any reason, the

same shall be borne by Bidder if it becomes applicable later. c) Clarify whether CST / VAT will be applicable on freight charges

also. d) In case CST / VAT is not applicable on freight charges presently,

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

e) Only statutory variations, if any, in the present rate of CST / VAT,

upto contractual delivery period shall be to Owner's account

subject to furnishing documentary evidence by the Bidder.

Indicated (Refer Annexure-A)

Indicated (Refer Annexure-A)

Confirmed

Not Applicable

Confirmed

Confirmed

4.0 Any new or additional taxes/ duties and any increase in the existing taxes/duties imposed after contractual delivery shall be to BIDDER’S account whereas any corresponding decrease shall be passed on to the Owner.

Confirmed

5.0

5.1

Site Work: (IF APPLICABLE) If Material Requisition/ enquiry documents call for Site Work, please confirm the following: a) Quoted prices include Works Contract Tax. Only one single order

covering complete scope of supply & site work will be issued. b) Owner shall not pay any variation except statutory variation on

WCT. Also any extra implication due to wrong assessment and/ or selection of mode of ordering shall be borne by the bidder. Confirm acceptance.

c) WCT at source will be deducted as per statutory provisions and

TDS certificate will be issued for the same by Owner. Confirm

Confirmed

Confirmed

Confirmed

Page 16 of 97

Page 17: Table of Contents - EIL

Page 4 of 8

S. No.

DESCRIPTION BIDDER’S CONFIRMATION

acceptance. d) Supplier shall be required to submit clearance certificate form

Sales Tax authorities along with final bills.

Confirmed

6. Price Reduction Schedule: Acceptance of Price Reduction Schedule for delayed delivery as per GPC (Indigenous) and SIB.

Confirmed

7.

Delivery Period / Completion Period: Please confirm delivery/completion period as per RFQ document.

Confirmed

8.

Payment Terms: Please confirm acceptance to following: e) Acceptance of applicable Payment terms as per RFQ document. f) Advance payment is not acceptable. However, progressive

payment, as specified in the SIB on achievement of specific milestones (under applicable payment terms) is admissible. Such progressive payment shall be recoverable from Bidder’s bills.

g) In case of delay in delivery, bills shall be submitted after deducting

price reduction for delay.

Confirmed

Confirmed

Confirmed

9. Part Order:

a) Acceptance of Part Order as per GPC (Indigenous) b) The quantity against a particular item shall not be split.

c) Any charges quoted extra as lumpsum shall be applicable

prorata on value basis in the event of part order.

Confirmed as per RFQ document

Confirmed

Confirmed

10. Repeat Order: Acceptance of repeat order within 6 (Six) Months from the date of Purchase Order at same prices, terms and conditions.

Confirmed

11. Performance Bank Guarantee: Submission of Performance Bank Guarantee for 10% of total order value in the format attached with RFQ Documents and as per GPC (Indigenous) clause 10 for full guarantee period plus 3(Three) months of claim period.

Confirmed

12.

Firmness of prices: Quoted prices shall remain firm and fixed till complete execution of the order.

Confirmed

13.

Testing, Inspection and Documentation charges: Quoted prices are: i). inclusive of all testing and inspection charges as required in MR. ii). inclusive of all IBR/IGC/NACE charges (if applicable) as required in

the Material Requisition(MR) iii). The built-in import content (if applicable) shall also be subject to

inspection by Third Party Inspection (TPI) : LRIS/BV/DNV/ABS/CEIL in the country of origin of the import content and charges for the same are included in quoted prices. No additional charges for TPI will be paid by Owner.

iv) Inspection/Certification of all the goods of Indian origin, shall be

Confirmed

Confirmed

Confirmed

Noted

Page 17 of 97

Page 18: Table of Contents - EIL

Page 5 of 8

S. No.

DESCRIPTION BIDDER’S CONFIRMATION

done by Owner/Engineers India Limited for which no extra charges shall be payable. All personal/incidental expenses including boarding, lodging, tickets, travel expenses, fees etc. of the inspectors shall be borne by the Owner.

v) Inclusive of all drawings & documentation charges as per MR.

Confirmed

14.

Import Content: CONFIRM WHETHER YOUR OFFER CONTAIN IMPORT CONTENT

If your offer is based on certain imported raw materials required for equipments/ materials offered, please note/specify the following :

a) Please note that price shall be based on considering Merit Rate of Customs Duty only.

b) Details of Built-in CIF Value and Import Duty for each item of MR

has been furnished under the Format “CIF/CD” attached herewith. c) Prices shall be firm on account of variation in foreign exchange

rate. d) Owner shall not provide any import licence. e) Quoted prices are after considering the benefit of CENVAT on CVD

& SAD portion including education cess thereon. f) Any upward variation due to change in Customs Duty

classifications shall be absorbed by the Bidder. However, any reduction in customs duty due to change in classification shall be passed on to Owner.

g) Statutory variations, if any, in the rate of customs duty upto a

maximum period of 2/3rd of the contractual delivery period shall be to Owner’s account. Owner will not pay any variation on account of CVD & SAD portion including education cess thereon.

h) Any increase in price due to increase in the rate of Customs Duty,

due to any reasons, whatsoever, beyond the above specified period, i.e. 2/3rd of contractual delivery period, shall be to Bidder’s account. However, any decrease in custom duty rate at the time of actual clearance of imported materials shall be passed on to Owner.

i) The CIF Value(s) indicated by the Bidder shall be deemed to be

the maximum value(s) for the purpose of payment of variation in custom duty and/or other statutory variations, if any, thereon.

j) Variation in price due to Customs duty rate will be dealt with

separately after receipt of equipment at site, against documentary evidence.

Not Applicable / Applicable (Please tick, whichever is

applicable)

If applicable, Confirmation furnished below for built-in import

content i.e. against point 14 a) to 14 j) shall be applicable

Noted

Confirmed

Confirmed

Noted

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

15. Validity:

15.1 Validity of the offer shall be as per RFQ document.

Confirmed

15.2 Owner reserves the right to place order for 2 years spares separately, hence confirm validity of prices for 2 years spares up to 4 months beyond the validity of bid.

Confirmed

Page 18 of 97

Page 19: Table of Contents - EIL

Page 6 of 8

S. No.

DESCRIPTION BIDDER’S CONFIRMATION

16.

Acceptance of all other terms & conditions as per attached :

a) General Purchase Conditions (Indigenous) b) Special Instructions to Bidders

c) Terms & Conditions for Supervision of Erection, Testing &

Commissioning (Indigenous) (if applicable)

d) General Conditions of Contract – For Site Work (if applicable)

e) Terms & Conditions for Site Work (if applicable)

f) Any other applicable terms & Conditions as per RFQ

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

17. Confirm that you have quoted strictly for items based on your registration / approval with EIL on the date of issue of RFQ. A copy of such registration is enclosed with each copy of Un-priced offer.

Confirmed

18. Furnish Balance Sheet/ Annual Reports & Turnover figures of last three years along with your unpriced offer: TURNOVER Last Year : Rs 2 years before : Rs 3 years before : Rs

Enclosed

___________ ___________ ___________

19. Whether any of the Directors of BIDDER is a relative of any Director of Owner/EIL or the BIDDER is a firm in which any Director of Owner/EIL or his relative is a Partner or the BIDDER is a private company in which any director of Owner/EIL is a member or Director.

No

20. Please confirm you have not been banned or delisted by any Government or Quasi Government agencies or PSUs. If you have been banned, then this fact must be clearly stated. This does not necessarily because for disqualification. However if this declaration is not furnished the bid shall be rejected as non-responsive.

Confirmed

21. Deviations to Terms & Conditions shall lead to loading of prices or rejection of offer as per RFQ documents including Special Instructions to Bidders. Please confirm.

Confirmed

22.

Any claim arising out of order shall be sent to Owner in writing with a copy to EIL within 3 months from the date of last despatch. In case the claim is received after 3 months, the same shall not be entertained by Consultant/ Owner.

Confirmed

23. Printed terms and conditions, if any, appearing in quotation shall be ignored and shall not be applicable in the event of order. In case of contradiction between the confirmations given above and terms & conditions mentioned elsewhere in the offer, the confirmation given herein above shall prevail.

Confirmed

BIDDER’S SIGNATURE & DATE : _______________________________ SEAL/ STAMP

Page 19 of 97

Page 20: Table of Contents - EIL

Page 7 of 8

Client : NRL

Project: WAX Project

JOB NO. : A151

NUMALIGARH REFINERY LIMITED

‘WAX’ PROJECT

AGREED TERMS & CONDITIONS (ATC) – ANNEXURE-A

(FOR INDIGENOUS BIDDERS)

_________________________________________________________________________

NAME OF BIDDER : _______________________________

OFFER REF. ________________________________ Dated ____________

RFQ NO. _____________________

ITEM : ________________________

PROJECT : NRL ‘WAX’ PROJECT

Certain Points of ATC are replied as below :

1. DESPATCH POINT

2. FIRM FREIGHT CHARGES EXTRA UPTO PROJECT

SITE. (EXCLUDING CENVATABLE SERVICE TAX)

______ % EXTRA

3. CENVATABLE SERVICE TAX ON FREIGHT

CHARGES, IF ANY (NOT TO BE INCLUDED IN THE

FREIGHT CHARGES)

______ % EXTRA

4. DETAILS OF NOMINATED, REGISTERED TRANSPORTER FOR DELIVERY UPTO NRL PROJECT SITE.

5. EXCISE DUTY : TARRIF SUB HEADING NO.

6. EXCISE DUTY + EDUCATION CESS

______ % EXTRA

7. CENTRAL SALES TAX AGAINST FORM ‘C’

______ % EXTRA

8. VAT (ASSAM) (NO CONCESSIONAL FORM SHALL

BE PROVIDED FOR THE VAT APPLICABLE IN ASSAM)

______ % EXTRA

BIDDER’S SIGNATURE & DATE : _______________________ WITH SEAL / STAMP :

Page 20 of 97

Page 21: Table of Contents - EIL

Page 8 of 8

AGREED TERMS & CONDITIONS (ATC) – ANNEXURE-B

(FOR INDIGENOUS BIDDERS) DETAILS OF BUILT-IN CIF VALUE OF IMPORT CONTENT WITH ITEME WISE DETAILS AND RATES OF CUSTOMS DUTY CONSIDERED AND INCLUDED IN QUOTED PRICES

Item No. /

Tag No. of MR

Details of Built-In Imported Raw Materials and Components

Total CIF Value of Import Content

included in Quoted Supply Prices (Rs.)

Rate of Customs Duty included in Quoted Prices

Sl. No.

Description Qty. (Unit

____) *

Customs Tariff No.

Basic Customs Duty (%)

CVD + Educational Cess

(%)

Ed. Cess on Customs Duty

Additional CVD/SAD

Total Duty (%)

1 i)

ii)

….

2 i)

ii)

TOTAL CIF VALUE

Rs.

NOTES : 1) Quoted prices are based on Merit Rate of Customs Duty, CVD & Ed. Cess, Education Cess on Customs Duty, Additional CVD/SAD. Project Authority Certificate (PAC)

shall not be issued by the Owner. 2) The correct tariff classification must be shown above alongwith the rates of customs duty.

3) Price shall remain firm & fixed on account of Foreign Exchanger rate variation. * 4) Quantity of Import Content shall be given on itemwise basis.

SIGNATURE OF BIDDER NAME OF BIDDER & SEAL

Page 21 of 97

Page 22: Table of Contents - EIL

NUMALIGARH REFINERY LIMITED General Purchase Conditions (Indigenous)

Definition: 1. ‘NRL’ means ‘Numaligarh Refinery Limited.’ 2. ‘Vendor’ means a Person or Firm or Company, to whom the order is addressed, for supply of goods and/or

services. 3. Banker : Unless otherwise specified, NRL’s banker at Numaligarh shall be : State Bank of India, NRL

Complex, P.O. NR Project, Pin : 785699, Dist. Golaghat, Assam. Bank Code : 05377.

1. Price Basis Prices are to be quoted on FOT NRL Site, Numaligarh basis (or, FOT NRL Guwahati/New Delhi/Calcutta basis, as the case may be) showing break-up of taxes, duties, packing & forwarding, freight and transit insurance charges, (all in % age).

2. Firm Price Quoted prices shall remain firm and fixed till complete execution of the order. 3. Payment Term Unless otherwise specified/agreed, the payment term shall be “100% within 30 days of

receipt and acceptance of goods.” 4. Weights &

Measurements All weights and measurements recorded by NRL on receipt of materials shall be treated as final and binding.

5. Qty. Tolerance For Steel Items, ± 0.5% qty. tolerance for weigh bridge scale variation or, std. rolling tolerance (as applicable) for sectional weight measurements shall be permissible.

6. Transportation Unless otherwise agreed upon, transportation of goods upto the specified destination shall be in vendor’s scope.

7. Despatch Unless otherwise specified, all LR/RR etc. must be in the name of Numaligarh Refinery Limited and not ‘Self’. Any demurrage or wharfage paid by NRL to the carriers due to consignments being booked as ‘Self’ will be recovered from the vendor. No consignment shall be booked on ‘Said to Contain’ basis. If so, it will be at vendor’s own responsibility and risk.

8. Packing, Marking Shipping & Documentation

All consignments must be securely and appropriately packed and should conform to Standard Material Transport Regulations. The vendor will be held liable for any damages to the goods due to insufficient or defective packing as well as for corrosion due to insufficient protection.

Each package shall be clearly marked with indelible paint with the Purchase Order No., From (Name & Add.), To (Name & Add.), Destination, Item Net & Gross Weight, Case No. (Sl. No. of Total Cases) & Dimensions, and shall contain copies of despatch documents and packing list.

Details given in the “Packing, Marking, Shipping and Documentation Specification for Indigenous Materials” – wherever enclosed with a Purchase Order, shall be strictly followed.

9. Test Certificate Test certificate of representative samples conforming to PO specifications from the manufacturer/Govt. approved laboratory/NRL nominated agency must be furnished alongwith supplies.

In case of 3rd Party Inspection, the Inspection Reports must accompany all despatch documents as well as supplies.

10. Guarantee Vendor shall guarantee NRL against any and all defects in design, workmanship of material and performance for a period of 12 months from the date of commissioning/installation or 24 months from the date of last despatch, whichever expires first. Should any defects develop during the guarantee period, it should be remedied promptly free of cost by the vendor and all expenses for transportation of goods necessitated for such repairs or replacement shall be borne by the vendor. The guarantee period for such repaired/replaced goods shall again be 12 months from the date of commissioning/installation.

11. Insurance Charges

Transit insurance shall be in NRL’s scope only when specifically agreed upon. In such cases, vendor shall intimate despatch details and value of goods in advance per fax for transit insurance coverage.

12. Bank Charges Unless otherwise specified, in case of payment through bank, respective bank charges shall be to respective account.

13. Offer Validity The vendor’s offer shall be valid for acceptance for a period of 90 days from the final due date of the enquiry.

Page 1 of 2

Page 22 of 97

Page 23: Table of Contents - EIL

Page 2 of 2

[NUMALIGARH REFINERY LIMITED General Purchase Conditions (Indigenous)]

14. Taxes & Duties In case of applicability of Excise Duty (ED), relevant ED paid challan-cum-invoice

must accompany supplies. For claiming Sales Tax, particulars of Sales Tax registration certificate shall be furnished alongwith invoices.

Statutory variation in taxes & duties within the contractual delivery period shall be borne by NRL.

However, in case of delay on a/c of vendor, any new or additional taxes & duties imposed after the contractual delivery date shall be borne by the vendor.

NRL’s CST Regd. No. : 18329903946. TIN GST 18190032390 PAN No. : AAA CN 6984B Excise Regd. No. : AAACN6984BXM001; ECC: AAACN6984BXM001; Excise Range: Golaghat – 1 (Assam); Division: Jorhat (Assam); Collectorate: Shillong (Meghalaya).

15. Delivery Period & Delayed Delivery

The delivery period quoted/agreed shall be strictly followed. Failing supplies in time, NRL reserves the right to cancel the order and take alternative procurement action solely at the risk and cost of the vendor.

In case of delay in execution of the order, NRL may at its option, recover from the vendor price reduction of 0.5% of the value of delayed goods per week of delay or part thereof subject to a maximum of 5% of the total order value of goods.

16. Repeat Order Repeat Order shall be acceptable to the vendor within 6 months from the date of the Basic Order at the same prices, terms & conditions as that in the Basic Order.

17. Part Order Part Order shall be acceptable to the vendor. However, the quantity mentioned in the enquiry documents for each item shall be ordered on one vendor. All applicable lumpsum charges, if any, shall be pro-rata on value basis.

18. Changes in Terms & Conditions

NRL reserves the right to make changes at any time in quantities of items ordered or in specification and drawings. If such changes cause an increase or decrease in the amount due or in the delivery period, an equitable adjustment shall be made. Any claim for adjustment under this provision must be assessed within 10 days from the date when the changes are ordered.

19. Right of Rejection

NRL reserves the unfettered right to reject any or all offers without assigning any reasons thereof.

20. Arbitration Any dispute whatsoever in any way arising out of or relating to a Purchase Order shall be referred to arbitration of the Chief Executive of Numaligarh Refinery Limited or, to the sole arbitration of some person nominated by him. There shall be no objection if the arbitrator so appointed happens to be an employee of NRL. The award of the arbitrator shall be final, conclusive and binding on all parties.

21. Jurisdiction Any dispute relating to the purchase of goods between NRL and vendor shall be subject to the jurisdiction of a Court of Law situated in the State of Assam.

22. Acceptance of Order

In the event of order being placed, the vendor shall acknowledge receipt and acceptance in to the Purchase Order by signing and returning the duplicate copy within 10 days from the date of the order, failing which, the Purchase Order shall be deemed to have been accepted by the vendor in to.

23. Distribution of Documents

Invoices and other original despatch documents in case of direct payment and advance copies of despatch documents in case of thro’ Bank payments, shall be sent to the Finance, Commercial & Materials Deptt. of NRL individually.

24. Conflict among other Terms and Conditions

In case of conflict between these General Terms & Conditions and any other special or typed conditions agreed to for a particular Purchase Order, the latter shall prevail to the extent applicable.

25. Non Assignment

The Purchase Order shall not be assigned by the vendor to any other party without prior written permission from NRL.

26. Control Regulations

Vendor shall arrange for supply and despatch in strict conformity with the control regulations applicable and after obtaining permits, if any, under the regulations in force from time to time.

27. Govt. Policy The existing policy of the Government of India with regard to Purchase Preference to Public Sector Enterprises shall be applicable.

***

Page 23 of 97

Page 24: Table of Contents - EIL

Engineers India Limited Special Instructions to Bidders( Revision 1 ) ‘WAX Project’ Job No.:A151 Page 1 of 16

SPECIAL INSTRUCTION TO BIDDERS ( Revision 1 )

TABLE OF CONTENTS

1.0  PAYMENT TERMS .................................................................................................................................. 2 

2.0  EVALUATION CRITERIA FOR COMPARISON OF BIDS .............................................................. 5 

3.0  COMMERCIAL LOADING/ REJECTION OF OFFERS IN CASE OF DEVIATIONS ................ 7 

4.0  FORCE MAJEURE (FOR INDIAN BIDDERS) ................................................................................. 10 

5.0  CANCELLATION (FOR INDIAN & FOREIGN BIDDERS) ............................................................. 10 

6.0  LIMITATION OF LIABILITY (FOR INDIAN & FOREIGN BIDDERS) .......................................... 11 

7.0  FRESH STATUTORY LEVY IMPOSED AFTER PLACEMENT OF ORDER ............................. 11 

8.0  PRICE IMPLICATIONS NOT PERMITTED ....................................................................................... 11 

9.0  TRANSPORTATION .............................................................................................................................. 12 

10.0  DISCREPANCY IN BID PRICING ....................................................................................................... 12 

11.0  ERROR IN INTERPRETATION OF TAXES & DUTIES ................................................................. 12 

12.0  SHIFTING ................................................................................................................................................. 12 

13.0  FOREIGN EXCHANAGE RATE VARIATION/CUSTOM DUTY VARIATION FOR INDIAN

BIDDERS (ON BUILT-IN IMPORT CONTENT) ............................................................................... 13 

14.0  WORKS CONTRACT TAX (IN CASE OF JOBS WHERE SITE WORK IS INVOLVED) ........ 13 

Page 24 of 97

Page 25: Table of Contents - EIL

Engineers India Limited Special Instructions to Bidders( Revision 1 ) ‘WAX Project’ Job No.:A151 Page 2 of 16

1.0 PAYMENT TERMS

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

1.1 PAYMENT TERMS (INDIAN BIDDERS): 1.1.1 For Supply of Pumps, Compressors , Switch gears & Fabricated Items (Vessels,

Columns, Heat Exchangers, etc.)

1.1.1.1 5% payment on approval of all drawings at least in CODE-2 by EIL and against submission of bank guarantee for an equivalent amount valid till complete execution of order plus three months.

1.1.1.2 15% payment after receipt of identified raw materials at vendor's works and against

certification by EIL and submission of bank guarantee for equivalent amount valid till complete execution of order plus three months.

1.1.1.3 65% payment along with full taxes and duties after receipt of material at Site. Pro-rata

payments shall be made based on the billing schedule duly approved by NRL/EIL. Hence, vendor must furnish Billing Schedule in case prorata payments are required.

1.1.1.4 5% payment after receipt of final technical documentation and drawings as per

Purchase Requisition. 1.1.1.5 Balance 10% within 30 days after acceptance of equipment at site and on submission of

performance bank guarantee for 10% of total order value, valid till full guarantee period plus three month.

1.1.1.6 Transportation charges shall be paid within 4 weeks after receipt of materials at site.

1.1.2 For all other items where the Material Requisition calls for “Vendor Data

Requirement” (Other than the covered under 1.1.1 above and 1.1.4) 1.1.2.1 85% (pro-rata) payment alongwith full taxes and duties after receipt of material at Site. 1.1.2.2 5% payment after receipt of final technical documentation and drawings as per

Purchase Requisition. 1.1.2.3 10% payment within 30 days after acceptance of materials at site upon satisfactory

completion of order and on submission of performance bank guarantee for 10% of total order value, valid till full guarantee period plus three month.

1.1.2.4 Transportation charges shall be paid within 4 weeks after receipt of materials at site. 1.1.3 Where the Material Requisition is only for supply of materials and there is no

Vendor Data Requirement specified in MR e.g., bulk piping items, etc. 1.1.3.1 90% (pro-rata) payment alongwith full taxes and duties after receipt of material at Site

1.1.3.2 10% within 30 days after acceptance of materials at site on submission of performance bank guarantee for 10% of total order value, valid till full guarantee period plus three months.

1.1.3.3 Transportation charges shall be paid within 4 weeks after receipt of materials at site.

Page 25 of 97

Page 26: Table of Contents - EIL

Engineers India Limited Special Instructions to Bidders( Revision 1 ) ‘WAX Project’ Job No.:A151 Page 3 of 16

1.1.4 Where supply of materials and erection or site work are in the scope of supplier and Package Items

1.1.4.1 Supply 1.1.4.1.1 5% payment on approval of all drawings at least in CODE-2 by EIL and against

submission of bank guarantee for an equivalent amount valid till complete execution of order plus three months.

1.1.4.1.2 15% payment after receipt of identified raw materials at vendor's works and against

certification by EIL and submission of bank guarantee for equivalent amount valid till complete execution of order plus three months.

1.1.4.1.3 65% payment alongwith full taxes and duties after receipt of equipment/materials at NRL's site on submission of performance bank guarantee for 10% of total order value (Supply plus, Site Work), valid till full guarantee period plus three months. Pro-rata payments shall be made based on the billing schedule duly approved by NRL/EIL. Hence, vendor must furnish Billing Schedule in case pro-rata payments are required.

1.1.4.1.4 5% payment after receipt of final technical documentation and drawings as per Purchase Requisition.

1.1.4.1.5 10% within 30 days of handing over of the successfully commissioned equipment. Wherever commissioning is not in Vendor’s scope, the payment will be released after erection and handing over of equipment.

1.1.4.2 Transportation charges

100% within 4 weeks after receipt of materials at site. 1.1.4.3 Erection / Site work 1.1.4.3.1 90% against monthly running bills (based on agreed billing schedule), duly certified by Site-

in-Charge. 1.1.4.3.2 10% within 30 days handing over of the successfully commissioned equipment. Wherever

commissioning is not in Vendor’s scope the payment will be released after erection and handing over of equipment.

1.1.5 Payment of per diem charges for supervision of Erection, Testing and

Commissioning

Payment shall be 100% within 30 days against monthly bill to be submitted by seller duly certified by Site-in-Charge.

1.1.6 General: 1.1.6.1 Excise duty, Service Tax shall be released only on receipt of Cenvatable / Vatable copy

of corresponding Invoice. 1.1.6.2 No advance payment along with order shall be made by Owner for supplies as well as

services (i.e., transportation, erection, site work etc.). If a supplier insists on the same, the offer shall be rejected.

1.1.6.3 Total progressive payments shall limited to maximum 20 % as specified under Sr. Nos. 1.1.1 (1.1.1.1 & 1.1.1.2) and 1.1.4(1.1.4.1.1 & 1.1.4.1.2) above, against receipt of bank guarantee for equivalent amount. No progressive payments at any stage other than those milestones specifically mentioned under Sr. Nos 1.1.1 (1.1.1.1 & 1.1.1.2) and 1.1.4(1.1.4.1.1 & 1.1.4.1.2), above shall be payable by Owner.

1.1.6.4 All bank charges shall be to respective accounts.

1.1.6.5 Bank Guarantee(s) shall be issued through Nationalised/Scheduled bank as per proforma enclosed.

Page 26 of 97

Page 27: Table of Contents - EIL

Engineers India Limited Special Instructions to Bidders( Revision 1 ) ‘WAX Project’ Job No.:A151 Page 4 of 16

1.1.6.6 All Bank Guarantees will be issued directly to NRL by the bank and Vendor shall

enclose copy of the same along with invoice.

1.1.6.7 All payments shall be released within 30 days of receipt of invoice and all requisite documents, complete in all respects.

1.1.6.8 Billing schedule shall be submitted to EIL & NRL by the supplier for approval within 30 days from the date of Purchase order wherever specified in the purchase order. No payment against pro rata despatch shall be made without approval by EIL/NRL.

1.1.6.9 All payment to be released to Indian suppliers only through EFT Mode. As such, successful

Indian bidders to furnish requisite details as per EFT mapping format (enclosed as Annexure-I to SIB).

1.2 PAYMENT TERMS (FOREIGN BIDDERS) :

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

1.2.1 Where the Material Requisition is only for supply of materials

100% of FOB order value (Plus ocean freight in case of CFR Contract) shall be paid through an irrevocable letter of credit against submission of Shipping Documents. The letter of credit shall be established only on receipt of acceptance of NRL’s Fax of Acceptance/Order along with submission of 10% Performance Bank Guarantee valid up to 3 months (claim Period) beyond the Guarantee period.

1.2.2 Where the Material Requisition is for supply of material and site work by Supplier (Package items).

1.2.2.1 FOR SUPPLY OF ITEMS

i) 90% of FOB Supply value (Plus ocean freight in case of CFR Contract) through an irrevocable letter of credit against submission of Shipping Documents. The letter credit shall be established only on receipt of acceptance of NRL’s Fax of Acceptance / Order alongwith submission of Performance Bank Guarantee for 10% of total order value (Supply + Site Work) valid upto 3 months (claim period) beyond the Guarantee period.

ii) 10% of FOB Supply value through direct wire transfer through banking channels,

within 30 days of handing over of plant/equipment/system after successful completion of erection, testing and commissioning at site and submission of final documents duly certified by EIL site in-charge for completion of activity at NRL Site.

1.2.2.2 FOR SITE WORK

i) 90% pro-rata of site work value through direct wire transfer through banking channels against monthly progressive bills to be submitted by the seller duly certified by EIL Site-in-Charge. The payment shall be made within 30 days of receiving of the duly certified bills.

ii) Balance 10% of site work value shall be paid through direct wire transfer through banking channels within 30 days of handing over of plant / equipment / system after successful completion of erection, testing and commissioning at site and submission of final documents duly certified by EIL Site-in-Charge for completion of activity at NRL Site.

1.2.3 Payment of per diem charges for supervision of Erection, Testing and

Commissioning

Payment shall be 100% within 30 days through direct wire transfer through banking channels against monthly bill and time sheet to be submitted by seller both, duly certified by Site-in-Charge.

Page 27 of 97

Page 28: Table of Contents - EIL

Engineers India Limited Special Instructions to Bidders( Revision 1 ) ‘WAX Project’ Job No.:A151 Page 5 of 16

1.2.4 Ocean Freight 1.2.4.1 Ocean transportation from FOB International Sea Port of Exit to Kolkata (Indian Port) shall

be arranged by NRL through their nominated freight forwarder. Bidder shall arrange handing over the material to NRL freight forwarder at the designated port of exit.

1.2.4.2 Purchaser reserves the right to place the order on any of the specified price basis

(FOB or CFR). In case of award, initially the Fax of Acceptance (FOA) shall be placed on FOB basis and NRL reserves the right to convert the same to CFR basis at a later date. Therefore bidder’s quoted ocean freight charges should be valid for the entire duration of contract.

1.2.5 General: 1.2.5.1 No advance payment against the order shall be made by Owner for supplies as well as

services (i.e., transportation, erection, site work etc.). If a supplier insists on the same, the offer shall be rejected.

1.2.5.2 All Bank Guarantee(s) shall be issued through Nationalised / Scheduled bank in India as

per pro-forma enclosed. All Bank Guarantees will be issued directly to NRL by the bank. In case bank guarantee is issued by a branch of bank situated outside India it should be countersigned by a Scheduled Indian Bank.

1.2.5.3 All bank charges and stamp duties payable outside India in connection with payments shall be borne by Supplier. All bank charges and stamp duties payable in India shall be borne by NRL except L/C amendment charges for delays in delivery and confirmation charges for confirmed L/C both of which shall be borne by Supplier.

1.2.5.4 Billing schedule shall be submitted to EIL & NRL by the vendor for approval within 30 days from the date of Purchase order wherever specified in the purchase order. No part shipment and Transhipment shall be made without approval of billing schedule.

1.2.5.5 Excise duty and Service tax shall only be payable against submission of cenvatable invoices and in case of no-submission, will not be paid. Payment of per-diem charges shall be made after deduction of withholding tax.

2.0 EVALUATION CRITERIA FOR COMPARISON OF BIDS

2.1 For Indian Bidders :

a. Bids shall be evaluated on the basis of landed cost at Site including all duties, taxes, Transportation & Transit Insurance Charge except cenvatable excise duty, cenvatable service tax & cenvatable educational cess.

b. 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 costs of Spares for two years operation shall be excluded.

c. Commercial loading shall be included for evaluation of bids. Loading for commercial

deviations shall be done on FOT dispatch Point price.

d. If a supplier does not quote freight charges and transit insurance charges, his offer will be loaded with maximum freight charges and maximum transit insurance charges as quoted by other Indian Bidders.

e. Cost loading in respect of utilities etc. will be considered as per respective MR

stipulation.

f. Per-diem charges for supervision multiplied by no. of man days shall be included; If MR/RFQ document specifies that per diem charges shall be considered in evaluation.

Page 28 of 97

Page 29: Table of Contents - EIL

Engineers India Limited Special Instructions to Bidders( Revision 1 ) ‘WAX Project’ Job No.:A151 Page 6 of 16

g. If a vendor states that the Sales tax/Excise Duty is not applicable at present or quote

lesser percentage and indicates that the same will be charged as applicable at the time of delivery, then vendor’s price will be loaded by highest rate as indicated by other vendors.

2.2 For Foreign Bidders :

2.2.1 Followings shall be applicable for evaluation of prices:

a. Bids shall be evaluated on the basis of landed cost at Site including third party inspection, all duties, taxes and transportation charges as under except cenvatable excise duty, cenvatable CVD, Cenvatable Additional CVD, cenvatable service tax & cenvatable educational cess:

i) F.O.B. price quoted by the bidder (including stowage charges in case of

pipes) including Third Party Inspection charges.

Stowage charges for Pipes, if not included in the quoted FOB Price, the same shall be loaded @ 0.9% for Australia / American Continent and @ 0.6% other than Australian / American Continent.

ii) 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 costs of Spares for two years operation shall be excluded.

iii) Ocean Freight For Packages / equipments/pipes & plates

Firm ocean freight as quoted by bidders. If a supplier does not quote ocean freight charges, his offer shall be loaded with maximum freight charges as quoted by the other bidders. For Bulk items – piping (other than pipes) / instruments Europe / Japan / Asia : 6% of FOB Price Australia / American Continent : 9% of FOB Price

iv) Marine insurance and Transit Insurance @1% of FOB price.

v) Prevailing Merit rate of Customs duty calculated on (CFR Value+ Marine Insurance + Landing Charges). For calculation of Customs duty, landing charges shall be considered @1% of (CFR Value+ Marine Insurance).

vi) Port handling charges @ 2% of CIF value.

vii) Inland freight charges from Kolkata Port (India) to project site(s) @1% of landed cost, i.e, s. no.(i )to (vi) above.

viii) L/c Charge @1% of FOB value.

b. Commercial loading shall be included for evaluation of bids. Loading for commercial deviations shall be done on FOB Price.

c. Cost loading in respect of utilities etc. will be considered as per respective MR stipulation.

d. Per-diem charges for supervision multiplied by no. of man days shall be included; If

MR/RFQ document specifies that per diem charges shall be considered in evaluation.

Page 29 of 97

Page 30: Table of Contents - EIL

Engineers India Limited Special Instructions to Bidders( Revision 1 ) ‘WAX Project’ Job No.:A151 Page 7 of 16

2.3 GENERAL 2.3.1 NRL shall claim cenvat benefits on Excise Duty, CVD, Additional CVD, Service Tax as well

as the cess applicable and accordingly excise duty, CVD, Additional CVD, Service Tax & CESS shall not be loaded for price comparison. Supplier shall be required to issue CENVATABLE invoices enabling NRL to avail CENVAT benefit.

2.3.2 In cases where raw material/ components are imported by suppliers, Indian suppliers to

consider Merit rate of Customs Duty in their offer. NRL shall not provide any Project Authority Certificate.

The Price comparison will be on Merit rate of Customs duty in case of Foreign Bidders.

2.3.3 NRL shall issue concessional form “C” for Central Sales Tax 2.3.4 Foreign supplier’s bid shall be compared considering Bill selling foreign exchange rate as

available from State Bank of India / their associated Banks as on the date of priced bid opening.

2.3.5 Foreign suppliers prices shall be inclusive of third party inspection charges by

LRIS/BV/DNV/ABS/CEIL. Indigenous suppliers shall include Third Party Inspection charges by LRIS/BV/DNV/ABS/CEIL for all built in Import Content (if considered in their offers) in their quotations. However for indigenous items, inspection will be done by EIL/NRL for which inspector’s personnel charges shall be borne by the Owner.

2.3.6 Excise duty, Central Sales Tax, VAT and Service Tax shall not be included in the quoted

prices and shall be payable extra at actuals. Work contract tax shall be included in the quoted prices and no variation except statutory shall be payable by NRL on WCT. Further, the amount of excise duty and service tax shall only be payable against submission of Cenvatable invoices subject to maximum amount quoted in the offer and in case of non-submission, will not be paid.

2.3.7 Marine Insurance shall be excluded from foreign suppliers scope for the items where only

supply is involved and the same shall be arranged by the Owner. However, for loading purpose, Marine Insurance & Transit Insurance shall be loaded @ 1% of FOB prices. However, Transit Insurance from FOT despatch Point to FOT Site for the items where only supply is involved shall be included in the scope of Indian Supplier. For purchases involving site work, the Comprehensive (Transit/Marine cum storage, erection, till handing over of equipment) Insurance shall be in the scope of supplier.

2.3.8 The purchase preference applicable to central PSUs shall be considered while evaluation

and recommendation as per the Govt. Of India guidelines in vogue at the time of price bid opening.

3.0 COMMERCIAL LOADING/ REJECTION OF OFFERS IN CASE OF DEVIATIONS

3.1 Basis of Loading

The Foreign Bids shall be loaded on FOB Port of Exit prices and the Indian Bids shall be loaded on FOT Despatch Point prices.

3.2 Payment Terms 3.2.1 Any incremental payment terms offered by an Indian supplier as against the terms specified

herein/RFQ shall be loaded @ 13.25 % (simple interest) per annum for the applicable period.

Page 30 of 97

Page 31: Table of Contents - EIL

Engineers India Limited Special Instructions to Bidders( Revision 1 ) ‘WAX Project’ Job No.:A151 Page 8 of 16

The loading shall be for a period as under: Drawing approval - 80% of the delivery/completion period. Receipt of raw material at vendor’s works - 50% of the delivery/completion period. Final 10% also against receipt of goods at Site- one month. Payment against despatch documents (instead of receipt at site) – one month. - Period for any other stage shall be suitably decided at the time of evaluation.

3.2.2 If Indian suppliers insist for payment through Bank then his offer shall be liable for rejection.

3.2.3 Advance along with FOA/ PO is not allowed. If a supplier insists for advance payment along

with FOA/PO, his offer shall be rejected.

3.2.4 Foreign suppliers are not permitted to offer differential payment terms as against the terms specified in the RFQ/ GPC and in case they insist, their offer shall be rejected.

3.3 Performance Bank Guarantee (PBG)

3.3.1 For order value up to Rs. 2.00 lakhs, PBG will not be required. In case a supplier offers to give a PBG for less than 10% of order value, or for a lesser period than what is specified in GPC, 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 (if GPC specifies 10% PBG for 24+3=27 months):

In case of differential period :

10% for 27 months - No loading

10% for 24 months – 10% x 3/27 = 1.11% 10% for 18 months - 10% x 9/27 = 3.33%

10% for 12 months - 10% x 15/27 = 5.56%

10% for 6 months - 10% x 21/27 = 7.78%

No PBG - 10 %

In case of Differential Amount:

Amount Offered by Bidder 10% - Nil Amount Offered by Bidder Less than 10% - Differential between the offered percentage

and 10%

3.4 Price Reduction Schedule

Description Loading

a) ½% of delayed order value (DOV) upto maximum of 5% of total order value (TOV).

No loading

b) ½% of DOV – 5% of DOV.

2.5%

c) Other than the above 5%

Page 31 of 97

Page 32: Table of Contents - EIL

Engineers India Limited Special Instructions to Bidders( Revision 1 ) ‘WAX Project’ Job No.:A151 Page 9 of 16

3.5 Price variation : 3.5.1 Suppliers must quote firm & fixed prices.

However, if variable prices are offered by Indian bidders, the following methodology shall be followed:

3.6 Indian Freight & Transit Insurance charges:

3.6.1 Indian Suppliers 3.6.1.1 Indian Suppliers shall be asked to quote firm freight charges up to destination by road

transport for all cases. Vendor will engage their own transporters. However, vendor may avail the services of

following transporters having offices / godown near NRL Site as indicated in Annexure-II to SIB.

3.6.1.2 For Indigenous suppliers, If a supplier does not quote freight charges, his offer will be

loaded with maximum freight charges as quoted by the other bidders or by 5% (for items other than pipes) & 7% (for pipes), whichever is more. In the event said supplier happens to be the L-1 bidder after such loading, the freight charges shall be payable extra at actuals but limited to maximum freight charges as loaded in pursuant to above paragraph.

3.6.1.3 For Indigenous suppliers, if a supplier does not quote transit insurance charges, his offer shall be loaded with maximum transit insurance charges as quoted by the other bidders or by 0.25%, whichever is higher. In the event said supplier happens to be the L-1 bidder after such loading, the transit insurance charges shall be payable extra at actuals but limited to maximum charges as loaded in pursuant to above paragraph.

3.7 Foreign Supplier 3.7.1 Foreign bidders shall be required to quote their prices inclusive of Third Party Inspection

(TPI) charges. In case bidder does not include/quote TPI charges, the bidder’s offer will be loaded by max. TPI charges quoted by other bidder or @ 5%, whichever is higher.” Inthe event said supplier happens to be the L-1 bidder after such loading, the TPI charges shall be payable extra at actuals but limited to maximum charges as loaded in pursuant to above paragraph.

Description Loading

a) Firm Price No loading

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

c) i) Price variation without ceiling on the formula specified by the Supplier.

Offer to be rejected.

ii) Price variation without formula and without ceiling specified by Supplier.

Offer to be rejected.

Page 32 of 97

Page 33: Table of Contents - EIL

Engineers India Limited Special Instructions to Bidders( Revision 1 ) ‘WAX Project’ Job No.:A151 Page 10 of 16

3.8 Entry Tax / Octroi

3.8.1 Entry tax on scheduled items under Assam Entry Tax Act if applicable, will be borne by

NRL.

3.8.2 Octroi is presently not applicable for the state of Assam. However, if applicable in future, same will be reimbursed to vendor.

3.9 Indian taxes / duties In case a supplier states that taxes/duties are not applicable at present and will be charged

as applicable at the time of delivery then his bid shall be loaded by the maximum rate of taxes/duties applicable.

3.10 Utilities Cost loading in respect of utilities etc. will be considered as per rates specified in respective MRs.

3.11 Delivery

The required delivery period on FOT NRL Site basis will be as stipulated in the RFQ. Owner (NRL) reserves the right to accept or reject the bids with longer delivery.

3.12 Validity of Offer

3.11.1 In case bidder offer’s shorter validity and seeks to revise prices on being asked to extend

the validity to meet validity requirement as per RFQ, the offer shall be rejected.

In case bidder offers shorter validity and does not extend the validity against CQ, the offer shall be liable for rejection.

3.11.2 In exceptional circumstances, prior to expiry of the original bid validity period, the NRL/EIL

may request the bidder to extend the period of validity for a specified additional period. The requests and the responses thereto shall be made in writing (by e-mail/fax/post). A bidder agreeing to the request will not be required or permitted to modify his bid including change in the prices. However, the bidder may be allowed to withdraw the bid. If a bidder still deviated or changes price, its offer will be rejected

4.0 FORCE MAJEURE (FOR INDIAN BIDDERS)

"Force Majeure" shall mean and be limited to the following: "War/Hostilities, Riot or Civil Commotion, Earthquake, Flood, Tempest, Lightning or other natural physical disaster, Strike or Lock-out (only those exceeding 10 continuous days in duration) affecting the performance of the vendor's obligations, Restrictions imposed by the Government or other statutory bodies which prevents or delays the execution of the order.

5.0 CANCELLATION (FOR INDIAN & FOREIGN BIDDERS)

The owner reserves the right to cancel this purchase order or any part thereof and shall be entitled to rescind the contract wholly or in party in a written notice to the vendor if.

a) The vendor fails to comply with the terms of this purchase order. b) The vendor becomes bankrupt or goes into liquidation. c) The vendor fails to deliver the goods on time and /or replace the rejected goods

promptly. d) The vendor makes a general assignment for the benefit of creditors

Page 33 of 97

Page 34: Table of Contents - EIL

Engineers India Limited Special Instructions to Bidders( Revision 1 ) ‘WAX Project’ Job No.:A151 Page 11 of 16

e) A receiver is appointed for any of the property owned by the vendor.

Upon receipt of the said cancellation notice, the vendor shall discontinue all work on purchase order matters connected with it.

The owner in that event will be entitled to procure the requirement in the open market and recover excess payment over the vendor’s agreed price, if any, from the vendor, reserving to itself the right to forfeit the security deposits if any, made by the vendor against the contract.

The provision of the clause shall not prejudice the right of the owner from invoking the provisions of the clause ‘delayed delivery’ as aforesaid.

6.0 LIMITATION OF LIABILITY (FOR INDIAN & FOREIGN BIDDERS)

The aggregate liability of the vendor to the owner (whether bases on contract or tort including negligence and strict or absolute liability) arising out of or under this contract shall not exceed purchase price of this contract provided that no such limit shall apply in respect of ; i) Any liability pursuant to vendor’s indemnity obligations under the contract; or

ii) Any loss resulting from fraud, intention or willful misconduct or illegal or unlawful

iii) acts or omissions of vendor, its affiliates or any sub-vendor or any supplier or any of its or

their respective officers, directors, employees, servants or agents; or

iv) Any liability to rectify, repair, restore or replace any materials and / or works or deficiencies therein in terms of the Contract;

v) Any liability under clause 15.0 of General Purchase Conditions (Indigenous) of NRL and

clause 5.0 of General Purchase Conditions (Imports) of NRL ; AND provided always that such limitation shall exclude any amounts recovered under any policy(ies) of insurance taken out and/or maintained by the vendor pursuant to the provisions of the Contract on behalf of owner.” However, neither party shall be liable to the other party for any indirect and consequential losses on account of production, revenue or profit.

7.0 FRESH STATUTORY LEVY IMPOSED AFTER PLACEMENT OF ORDER

Any fresh levies in connection with supply of goods and services are enforced after placement of order but before contractual completion date, shall be reimbursed to suppliers on submission of documentary proof and after ascertaining its applicability for the Contract.

8.0 PRICE IMPLICATIONS NOT PERMITTED

5.1 Any increase/ decrease in price submitted by Supplier after submission of offer without any query will be treated as unsolicited.

5.2 No Price implication shall be permitted against technical / commercial queries, which are clarificatory in nature without involving any change in scope / specifications. In case any vendor gives Price increase, the bidder shall be advised to withdraw such price increase, and if the vendor does not accept to withdraw price increase, his bid for corresponding item will be rejected.

5.3 In case of unsolicited price increase, Suppliers sha l l be advised to withdraw the same. In the event of non-withdrawal such o f fe r (s ) o f t he Supp l ie r (s )wi l l be re jec ted for corresponding items/ part and will not be considered for evaluation and recommendation. In case of unsolicited price decrease, the Supplier(s) offer

Page 34 of 97

Page 35: Table of Contents - EIL

Engineers India Limited Special Instructions to Bidders( Revision 1 ) ‘WAX Project’ Job No.:A151 Page 12 of 16

shall be compared as per originally quoted prices and if the Supplier happens to be the recommended Supplier, the decrease in prices shall be taken into account for ordering.

9.0 TRANSPORTATION

9.1 For Indian Bidders

9.1.1 Bidders to note that materials against this RFQ are required to be dispatched on door delivery basis through any of the bank approved Transport Company. Refer Annexure-II.

9.2 For Foreign Bidders

9.2.1 In case order is placed on FOB International port of exit basis. Ocean transportation from FOB Port of Exit to the designated Indian Port shall be arranged by Owner through nominated freight forwarder. Bidder shall arrange handing over the material to nominated freight forwarder, as specified in General Purchase Conditions (Imports) / Special Conditions For Purchase (Imports), at the designated Port of Exit.

9.2.2 However, the bidder will be required to furnish firm cargo details containing weight, dimensions, no. of packages, no. & type of containers required & Port of shipment. The ocean freight quoted should be kept valid for the entire duration of the Contract. This will enable OWNER to convert FOB contract to CFR contract after placement of Order at any time during the currency of the Contract. In case the actual cargo dispatched exceeds the cargo details furnished, the extra freight incurred by Owner will be to Supplier’s account.

10.0 DISCREPANCY IN BID PRICING

10.1 Bidder must ensure submission of prices without any Correction / Insertion / Omission with signature in original on the priced sheet(s) of the original bid. Bidder to specify total bid price, wherever applicable, in figure as well as in words.

10.2 In case of discrepancy in ‘Unit Price’ & ‘Total Price’ for any item, the quoted unit price shall prevail for evaluation and ordering.

10.3 If various item rates are present in the RFQ and if there is correction/wrong entry or a difference between the values entered in figures and in words, the following procedure shall be adopted for evaluation.

a) When there is a difference between the rate in figures and in words for an item, the rate which corresponds to the amount worked out by the Bidder for the item based on the notional quantity specified, shall be taken as correct.

b) When the rate quoted by the Bidder in figures and words tallies but the amount is incorrect, the rate quoted by the Bidder shall be taken as correct.

c) When it is not possible to ascertain the correct rate as detailed above, the rate quoted for the item in words shall be adopted as the quoted rate.

d) If the total amount written against an item does not correspond to the rate written in

figures and if the rate in words is missing, then the higher of the rates, i.e. higher of the rate worked out by dividing the amount by the notional quantity and the rate quoted shall be considered for evaluation In the event that such a bid is determined as the lowest bid, the lower of the rates shall be considered for award of works.

11.0 ERROR IN INTERPRETATION OF TAXES & DUTIES

Any errors of interpretation of applicability of taxes & duties by bidders shall be to bidders account.

12.0 SHIFTING

i) In order to avoid splitting of order on number of bidders, particularly when order value is small, shifting shall be resorted to so that time and effort on ordering, expediting, inspection etc. is saved in dealing with extra suppliers, For the

Page 35 of 97

Page 36: Table of Contents - EIL

Engineers India Limited Special Instructions to Bidders( Revision 1 ) ‘WAX Project’ Job No.:A151 Page 13 of 16

purposes of shifting, cost of order management per order is considered as Rs.1,00,000/-.

ii) Based on lowest evaluated item wise prices the shifting shall be carried out provided the following conditions are met :

• Shifting shall be done only if shifting cost of each order is upto Rs.1,00,000/-.

• Shifting shall not be resorted to if the value of the order is more than 25% of the total order value of the recommendation. However, this ceiling will not be applicable where total order value of recommendation is upto Rs. 4.0 Lakh.

• 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

13.0 FOREIGN EXCHANAGE RATE VARIATION/CUSTOM DUTY VARIATION FOR INDIAN BIDDERS (ON BUILT-IN IMPORT CONTENT)

13.1 Prices shall remain firm and fixed without any escalation except for statutory variation in basic customs duty rate. However, the prices shall be firm and fixed on account of FE variation, otherwise offer shall be rejected.

14.0 WORKS CONTRACT TAX (IN CASE OF JOBS WHERE SITE WORK IS INVOLVED) 14.1 Wherever site job is involved Suppliers to quote their prices inclusive of

works contracts tax and no variation on this account shall be allowed except statutory. Only one /single order covering complete scope of supply & services will be issued.

Change in rate of WCT due to wrong assessment by supplier shall be to supplier’s account. The supplier shall be asked to submit clearance certificate from ST authorities along with final bill.

14.2 TDS on Works Contracts

a) 13.5% from contractors having TIN in From – 3. (On the taxable turnover of the

works contract)

Exceptions: - If the contractor produces a certificate in From – 31, from the Sales Tax

Authority that no deduction has to be made or deduction of tax for a lower amount

has to be made, then no tax shall be deducted or tax shall be deducted accordingly.

OR b) 4% on gross bill value for contractors opting for composition scheme having

General Registration No. (GRN) in From – 5 and the permission in From – WC 2. (On the Gross value of the works contract).

Page 36 of 97

Page 37: Table of Contents - EIL

Engineers India Limited Special Instructions to Bidders( Revision 1 ) ‘WAX Project’ Job No.:A151 Page 14 of 16

ANNEXURE – I TO SIB ON LETTER HEAD

To,

GM (Commercial & Legal) Commercial Department Numaligarh Refinery Limited, Golaghat, Assam Pin: 785699 Dear Sirs, The following is a confirmation / updation of my bank account details and I hereby affirm my / our choice to opt for payment of amounts due to me under various contracts through electronic mode. I understand that Numaligarh Refinery Ltd. also reserves the right to send the payments due to me by a cheque / Demand Draft / electronic mode or through a banker. A. Supplier /Contractor / Service Provider / Organisation Details 1. Name (As per bank records) :

2. Code (if any) :

3. Address :

(Including Pin Code) 4. P. A. N.: 5. E-mail ID : 6. Contact Telephone Number

B. Particulars of Bank Account 1. Bank Name

2. Branch Name /branch code 3. Branch Address (incl Pin code)

4. 9 Digit MICR No. of Bank and Branch

as appearing on the cheque

5. Account Type (Savings/Cash credit/Current) 6. Account Number (as appearing on cheque book) 7. IFSC Code of the Branch (For RTGS) 8. IFSC Code of the Branch (For NEFT) I hereby confirm that the particulars given above are correct and complete and also undertake to promptly advise any changes to the above details to NRL. If the transaction is delayed or not effected for reasons of incomplete or incorrect information or banking delays, I shall not hold Numaligarh Refinery Limited responsible. I also agree for printing of the bank details on the cheque or DD if the payment is effected by cheque / DD. C.

MOST URGENT

Page 37 of 97

Page 38: Table of Contents - EIL

Engineers India Limited Special Instructions to Bidders( Revision 1 ) ‘WAX Project’ Job No.:A151 Page 15 of 16

NAME Authorised Signatory Official Rubber Stamp Date: Note: 1. Bank details to be confirmed by the bankers. Such confirmation shall be duly

signed & stamped by the bankers. PLEASE NOTE THAT IF THIS FORMAT IS EXTENDED TO NUMBER OF PAGES THEN SIGNATURE AND STAMP FROM YOUR BANKER IS REQUIRED IN ALL THE PAGES.

2. Please enclose a photocopy of a cheque (duly cancelled at your end) from your

cheque book of the bank where your account is being maintained.

Page 38 of 97

Page 39: Table of Contents - EIL

Engineers India Limited Special Instructions to Bidders( Revision 1 ) ‘WAX Project’ Job No.:A151 Page 16 of 16

ANNEXURE – II TO SIB

List of Transporters having offices / godown near NRL Site :

1. ABC India Ltd

A.T.Road, Near-NEIST, Pulibar, Jorhat-785006, Assam. Mob. : 09435092507

Contact Person: Mr. Bijay Pathak. E-mail: [email protected]

2. Associated Road Carriers

Numaligarh Tinali, Numaligarh Golahat – 785699, Assam. Mob. : 094355-55068 Contact Person : Mr. M.K. Sarma

3. Air Transport Corporation (Assam) Ltd.

ATC Godown, Golaghat- 785621, Assam. Mobile: 09864254256173

Page 39 of 97

Page 40: Table of Contents - EIL

Revised Amendment No.1 to Special Instructions to Bidder of NRL Wax Project JOB No.A151

2.1 (a) The words “ & transit insurance charges” stands deleted. 2.1 (d) This clause will be applicable for only freight charges. No loading on

account of Transit Insurance charge will be applicable. 2.2.1 (iv) The sub-clause shall be read as:-

Marine Insurance @ 1% of FOB price. 2.3.7 The words “and Transit” appearing in 3rd line of the para stands

deleted.

and

The words “Indian Supplier” & `Supplier’ appearing after the words “Scope of” in the 5th/6th & 8th line of this sub-clause shall stand replaced by `NRL’

3.2.2 This clause is replaced with :

If Indian suppliers insists for payment against dispatch document through Bank/Despatch document, then his offer shall be liable for rejection.

3.6.1.1 First para to be replaced with following

“The Vendor will nominate their registered transporters for delivery and quote pre-agreed (with transporter) firm freight amount up to destination by road transport, which will be paid directly by NRL to the Transporter. Transporter will submit Invoice under Rule 4A of Service Tax Rules to NRL.”

3.6.1.3 Stands Deleted

Page 40 of 97

Page 41: Table of Contents - EIL

NRL, Job A151, Annexure-AA

Required informations for transit Insurance of goods dispatch to the underwriter.

Insurance Policy No. & Company Details:

a) Seller shall advise by E-Mail/Fax, dispatch particulars, immediately on dispatch indicating the particulars in following manner, to the underwriter at following address for covering the Transit risks against the Policy

Sl.No Transit Insurance 1. Policy No. (To be filled by NRL) 2. Purchase Order No. 3. Item & Value 4. Date of LR/Transporter’s

Name

5. Despatch Point 6. Destination 7. GC Note & Date 8. Invoice No. & Date 9. Invoice Value 10. No. of Packages 11. Gross weight of material 12. Net weight of material

b) Insurance Company

(To be filled by NRL)

Tel. Fax Nos. E-mail:

c) Detail of contact person. (To be filled by NRL)

Page 41 of 97

Page 42: Table of Contents - EIL

PROFORMA OF BANK GUARANTEE FOR INDIGENOUS PURCHASE (PERFORMANCE)

This deed of Guarantee made this ______________.day of _____ ___. by ________________. Company registered under ____________ and having its registered office at __________________________. and wherever the context so requires includes its successors and assigns (hereinafter called "The Surety") for the favour of M/s Numaligarh Refinery Limited, a company under Public Sector, registered under Indian Companies Act of 1956 having its registered office at 147-Udayan, R.G.Baruah Road, Guwahati-781005 wherever the context so requires includes its successors and assigns (hereinafter called as "The Company"). WHEREAS 1. The Company has placed an Order No. __________ Dated ________ (hereinafter referred to

as "the order") with M/s _____________ a company registered under Indian Companies Act 1956 having its registered office at ________ ________________. and whereas the context so requires includes its successors and assigns (hereinafter called or referred to as "the Supplier".

2. Under the terms of the order, the Supplier is required to furnish the Company at his own cost

a Bank Guarantee for an amount of Rs. ________, being the amount equivalent to ____________percentage of the total value of the order for fulfilling the contract.

3. The Surety at the request of the Suppliers, agreed to issue Bank Guarantee in terms of the said

order on behalf of the Supplier and the Company has agreed to accept the same. It is hereby stipulated and agreed that the Supplier shall repair or replace free of cost Equipment, Machinery, its parts and components found defective on account of workmanship or defective material or inferior manufacturer, as mentioned in Warranty and Guarantee Clause of the Order for period of _____ from the date of commissioning/installation OR from the date of delivery.

4. The Surety binds himself to pay to the extent of _________ Rs. ______ in case of failure on

the parts of the Supplier to perform this Guarantee provided the Company informs the Surety in writing to this effect.

5. Notwithstanding anything contained hereinafter the liability of the Surety in respect of this

Guarantee is restricted to Rs. ______. (Rupees _______________ only) and it will remain in force till ______. This Guarantee will remain in force upto _________. in the first instance. However, if the contract for which this Guarantee is given is not completed or fully performed, the Surety (Bank) hereby agrees to further extend the Guarantee till such time as is required to fulfil the contract.

6. The Surety shall not be discharged or released from this Guarantee by any arrangement

between the Company and the Supplier with or without the consent of the Surety or by any alteration in the obligation of the parties or by any indulgence, forbearance, whether as to payment, time performance or otherwise.

In witness whereof the said Surety Subscribed and set its name and seal hereupto ________ the day.

***

Page 42 of 97

Page 43: Table of Contents - EIL

PROFORMA OF BANK GUARANTEE FOR IMPORTED PURCHASE (PERFORMANCE)

Dear Sirs, In consideration of the M/s Numaligarh Refinery Limited, 147-Udayan, R.G.Baruah Road, Guwahati - 781005, India (hereinafter called the Company which expression shall include its successors and assigns) having awarded 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 Company(s) letter No. ................ dtd. ............ and the General Purchase Conditions of the Company and upon the conditions of supplier's furnishing for the performance of supplier's obligations and/or discharge of supplier's liability under and/or in connection with the said supply contract up to a sum of (in figures) ................... (in words) ...........................(only) amounting to 10% (ten percent) of the total contract value. We (name)............................. (Constitution)..................... (hereinafter called the Bank which expression shall include its successors and assigns) hereby jointly and severally undertake and guarantee to pay the Company in (currency) forthwith on first demand in writing and without protest or demur any and all moneys anywise payable by the Supplier to the Company under, in respect or in connection with the said supply contract inclusive of all the Company's losses and damages and costs (inclusive between attorney and client), charges and expenses and other moneys anywise payable in respect of the above specified in any notice of demand made by the Company to the Bank with reference to this guarantee upto an aggregate limit of (in figures) ................... (in words) ............................. ...........only. And the Bank hereby agrees with the Company that :

i) The guarantee/undertaking shall be a continuing Guarantee/Undertaking and shall remain valid and irrevocable for all claims of the Company and liabilities of the Supplier arising upto and until midnight of......................

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

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

iii) The Company shall be at liberty without reference to the Bank and without affecting

the full liability of the Bank hereunder to take any other security in respect of the Supplier's obligations and/or liabilities under or in connection with the said supply contract, and to vary the terms vis-a-vis the supplier of the said supply contract or to grant time and or indulgence to the supplier or to reduce or to increase or otherwise vary the prices of the total contract value or 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 Company under any other security (ies) now or

Page 43 of 97

Page 44: Table of Contents - EIL

hereinafter held by the indulgence /or arrangements with the supplier or release or forbearance whatsoever which under the laws relating to securities shall but for these Provisions have the effect of releasing the Bank from its full liability to the Company hereunder or of prejudicing rights of the Company against the Bank.

iv) 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 but that in all respects and for all purpose be binding and operative until payment of all moneys payable to the Company in terms hereof.

v) The Bank hereby waive all rights at any time inconsistent with the terms of this

Guarantee/Undertaking and the obligations of the Bank in terms thereof shall not be any wise affected or suspended by reason 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 liabilities by the supplier or any other order of communication whatsoever by the supplier stopping or preventing or purporting to stop or prevent any payment by the Bank to the Company in terms hereof.

vi) The amount stated in any notice of demand addressed by the Company to the Bank as

liable to be paid to the Company by the supplier or as suffered or incurred by the Company on account of any losses or damages of costs, charges and/or expenses shall as between the Bank and the Company be exclusive of the amount so liable to be paid to the Company or suffered or incurred by the Company, as the case may be, and payable by the Bank to Company in terms hereof.

v) Not withstanding anything contained herein above, unless a claim or demand under

this guarantee is made against the bank within three months from the date of expiry of the Guarantee, all the rights of the company under this guarantee shall be forfeited and the bank shall be released and discharged from all liability hereunder unless this guarantee shall have been previously extended.

Page 44 of 97

Page 45: Table of Contents - EIL

1

NUMALIGARH REFINERY LIMITED

GUARANTEE AGAINST PROGRESSIVE PAYMENT This Deed of Guarantee made this ________ day of __________ between _______________________ _________________________and wherever the context so required includes its successors and assignees hereinafter called “the Surety” and M/s Numaligarh Refinery Limited an existing company within the companies Act, 1956, having its Registered Office at 122A, G.S. Road, Christianbasti Guwahati-781 005, Assam and wherever the context so required includes its successors and assignees, hereinafter called “the employer”. Whereas M/s ________________________________a company Registered under the companies Act,1956 having its Registered Office at ______________________ _________________(wherever applicable) and wherever the context so requires includes its successors and assignees, hereinafter called “the Contractor” has undertaken to …….…………………….on the terms and conditions mentioned in the Letter/Telex/Fax of Intent/ Purchase Order No. …………………..……. dated ………..…………. addressed by employer to contractor hereinafter referred to as “the said contract” And whereas the Employer has agreed to make an advance of Rs. ____________ (Rupees ____________ ___________________________________) being ___% (percent) value of the order on ………………………………………………………………hereinafter referred to as “the said advance” to the contractor carrying no interest. AND WHEREAS the Contractor has agreed with the employer authorizing him to deduct the said advance under the terms of the said contract from the amount that becomes due and payable to the contractor as per the terms and conditions described under the clause “Terms and Conditions of payment” of the purchase order on proper execution of the order. Now this deed witnesseth that in consideration of the said advance or any balance thereof made by the employer to the Contractor, the surety hereby GUARANTEES the payment of the said advance by the Contractor and undertakes to pay the employer on demand the said sum of Rs. …………..…… subject to the following conditions. a) “Surety hereby gives an irrevocable guarantee and declares that its liability under this bond shall

extend to the payment of the whole amount viz. Rs. _____________paid as advance against ………………………………………… as referred to above as “the said advance”.

b) This guarantee shall remain in force and effect so long as the said advance or any part thereof

remains outstanding and shall expire and become ineffectual only after the recovery of entire sum of Rs. ………………..covered by the Guarantee and upon intimation thereof being given by the employer to the Surety, in which event, the surety shall be discharged by the employer.

c) The Surety shall not be discharged or released from the Guarantee by any arrangement made

between the employer and the Contractor with or without the consent of the Surety or by any alteration in the obligations of the parties or by any indulgence forbearance, whether as to payment, performance or otherwise.

d) The guarantee shall come into force from the date contractor receives from the employer the said

advance.

Page 45 of 97

Page 46: Table of Contents - EIL

2

e) Notwithstanding anything stated above, the liability of the Surety under the Guarantee is restricted to Rs. ………………….. (Rupees ……………………………..) and this guarantee will remain in force up to ……………….in the first instance. However, if the contract for which this guarantee is given is not completed or fully performed the Surety (Bank) hereby agrees to further extend the Guarantee till such time as is required to fulfill the contract.

Place : Authorised Signatory of Banker Date :

Page 46 of 97

Page 47: Table of Contents - EIL

Thi

s dr

awin

g an

d de

sign

it c

over

s ar

e pr

oper

ty o

f E

NG

INE

ER

S IN

DIA

LIM

ITE

D. T

hey

are

mer

ely

loan

ed o

n th

e bo

rrow

er's

exp

ress

agr

eem

ent t

hat i

t will

not

be

repr

oduc

ed, c

opie

d, e

xhib

ited

nor

used

exce

pt in

the

limite

d w

ay a

nd p

riva

te u

se p

erm

itted

by

wri

tten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for

the

inte

nded

use

. EIL

-164

1-51

5 R

ev.0

A4-

210x

297

EIL

- 5

88 A

- 2

16 x

279

ENGINEERS INDIA LIMITED

NEW DELHI

Project:

Client:

WAX PROJECT

NRL

Requisition No. Rev

A151-090-WC-MR-3320 A

Page 1 of 3

MATERIAL REQUISITION (TOP SHEET)

ITEM: FLANGES Issue Status 1. -> Entire Requisition Issued

2. -> Only Revised Pages are Issued

(Fill 1 or 2 from below in this bracket)

DOCUMENT NUMBER(Always quote this document number given below as reference)

A151 090 WC 3320MR 10/01/2014 16/43A

JOB NO. UNIT/AREA

COST CENTRE

DOCCODE

SR.NO. REV DATE ORIGINATINGDIVN./DEPT

VENDOR NAME VENDOR CODE

Material to be delivered at (job site) NRL, ASSAM within the delivery period specified in the "Request For Quotation"

(RFQ).

Notes :This page is a record of all the Revisions of this Requisition.

The nature of the Revision is briefly stated in the "Details" column below, the Requisition in its entirety shall beconsidered for contractual purposes.

When a Requisition is revised, only the revised pages may be issued.

When revised pages only are issued, the revised pages shall form part of the original Requisition. The original requisition alongwith the revised pages shall be considered in its entirety for contractual purposes.

REV. DATE BY CHK. APPD.

A 10/01/2014 ISSUED FOR BIDS

DETAILS

[ ]

Vendors are required to quote strictly as per technical specifications / notes stipulated in the material requisition. Theoffers with deviations are likely to be summarily rejected.

1.

2.

3.

4.

5.

MR Category :I

RP PKA MI

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

Page 47 of 97

Page 48: Table of Contents - EIL

Thi

s dr

awin

g an

d de

sign

it c

over

s ar

e pr

oper

ty o

f E

NG

INE

ER

S IN

DIA

LIM

ITE

D. T

hey

are

mer

ely

loan

ed o

n th

e bo

rrow

er's

exp

ress

agr

eem

ent t

hat i

t will

not

be

repr

oduc

ed, c

opie

d, e

xhib

ited

nor

used

exce

pt in

the

limite

d w

ay a

nd p

riva

te u

se p

erm

itted

by

wri

tten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for

the

inte

nded

use

. EIL

-164

1-51

5 R

ev.0

A4-

210x

297

EIL

- 5

88 A

- 2

16 x

279

ENGINEERS INDIA LIMITED

NEW DELHI

Project:

Client:

WAX PROJECT

NRL

Requisition No. Rev

A151-090-WC-MR-3320 A

Page 2 of 3

LIST OF ATTACHMENT

DOCUMENT TITLESR. NO DOCUMENT NO.REVISION

NO. DATE 1

2

3

4

5

6

7

TECHNICAL NOTES FORFLANGES,SPECTACLE BLINDS ANDDRIP RINGS

INSPECTION AND TEST PLAN FORFLANGES, SPECTACLE BLINDS ANDDRIP RINGS

STANDARD SPECIFICATION FORPOSITIVE MATERIALIDENTIFICATION (PMI) ATSUPPLIER'S WORK

SPECIFICATION FOR QUALITYMANAGEMENT SYSTEM REQUIREMENTSFROM BIDDERS

SPECIFICATION FOR DOCUMENTATIONREQUIREMENTS FROM SUPPLIERS

REQUIREMENTS FOR WET H2SSERVICES (AXN1,AXN2 &AXN3)

ADDITIONAL TECHNICALREQUIREMENTS

6-44-0053

6-81-0006

6-81-0001

6-78-0001

6-78-0003

A151-6-44-0083

A151-090-16-43-ATR-3320

4

4

2

0

0

1

A

04/07/2008

17/06/2013

20/10/2011

04/06/2009

04/06/2009

18/11/2011

10/01/2014

Page 48 of 97

Page 49: Table of Contents - EIL

Thi

s dr

awin

g an

d de

sign

it c

over

s ar

e pr

oper

ty o

f E

NG

INE

ER

S IN

DIA

LIM

ITE

D. T

hey

are

mer

ely

loan

ed o

n th

e bo

rrow

er's

exp

ress

agr

eem

ent t

hat i

t will

not

be

repr

oduc

ed, c

opie

d, e

xhib

ited

nor

used

exce

pt in

the

limite

d w

ay a

nd p

riva

te u

se p

erm

itted

by

wri

tten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for

the

inte

nded

use

. EIL

-164

1-51

5 R

ev.0

A4-

210x

297

EIL

- 5

88 A

- 2

16 x

279

ENGINEERS INDIA LIMITED

NEW DELHI

Project:

Client:

WAX PROJECT

NRL

Requisition No. Rev

A151-090-WC-MR-3320 A

Page 3 of 3

MR ATTACHMENTSR.NO. DETAIL DESCRIPTION QTY. U. RATE TOT.VALUE CDD

FLNG.WN, B-16.5, ASTM A 105, 150, RF/125AARH, AXN3Item Description:

FWC0127ZR0819ZZZZ 1.5 INCH, XS 5 NOS1

ITEMCODE

Page 49 of 97

Page 50: Table of Contents - EIL

Page 50 of 97

Page 51: Table of Contents - EIL

Page 51 of 97

Page 52: Table of Contents - EIL

Page 52 of 97

Page 53: Table of Contents - EIL

Page 53 of 97

Page 54: Table of Contents - EIL

Page 54 of 97

Page 55: Table of Contents - EIL

Page 55 of 97

Page 56: Table of Contents - EIL

Page 56 of 97

Page 57: Table of Contents - EIL

STANDARD SPECIFICATION No.

6-81-0006 Rev. 4

Page 1 of 6

0 el ENGINEERS 51g-zir IW1-g INDIA LIMITED

IA Govt of India Undertaking)

INSPECTION AND TEST PLAN FOR

FLANGES, SPECTACLE BLINDS & DRIP RINGS

traql, 4cicinv1 - f01 74 it.i R1 i i.)

'Tor trteTur 479T

INSPECTION AND TEST PLAN FOR

FLANGES, SPECTACLE BLINDS & DRIP RINGS

4. 17.06.2013 REVISED AND RE-ISSUED TKK RKS ( ' SCG DM

3 15.07.2011 REVISED AND RE-ISSUED TKK SCG AKC DM

2 30.06.2010 REVISED AND RE-ISSUED RKB VKJ SKP ND

1 28.09.2007 REVISED AND RE-ISSUED PD RB MVKK VC

0 23.04.2002 ISSUED FOR IMPLEMENTATION NKN SPS AKB SB

Rev. No.

Date Purpose Prepared

by Checked

by

Standards Committee Convenor

Standards Bureau Chairman

Approved by

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 57 of 97

Page 58: Table of Contents - EIL

$1g-ar ENGINEERS

tifglft ,Men 2:12277 an J931.11 IA Govt of India Undeltalongt

INDIA LIMITED INSPECTION AND TEST PLAN

FOR FLANGES, SPECTACLE BLINDS & DRIP RINGS

STANDARD SPECIFICATION No.

6-81-0006 Rev. 4

Page 2 of 6

Abbreviations:

CEIL Certification Engineers International Limited MRT Mechanical Run Test

CIMFR Central Institute of Mining & Fuel Research NDT Non Destructive Testing

CE Carbon Equivalent NPSH Net Positive Suction Head

DFT Dry Film Thickness PO Purchase Order

DPT Dye Penetrant Testing PESO Petroleum Explosive Safety Organization

DHT De-hydrogen Heat Treatment PQR Procedure Qualification Record

ERTL Electronics Regional Test Laboratory PR Purchase Requisition

FCRI Fluid Control Research Institute PMI Positive Material Identification

HT Heat Treatment RT Radiography Testing

HIC Hydrogen Induced Cracking SSCC Sulphide Stress Corrosion Cracking

ITP Inspection and Test Plan TC Test Certificate

IP Ingress Protection TPI or TPIA Third Party Inspection Agency

IHT Intermediate Heat Treatment UT Ultrasonic Testing

IC Inspection Certificate VDR Vendor Data Requirement

IGC Inter Granular Corrosion WPS Welding Procedure Specification

MPT/MT Magnetic Particle Testing WPQ Welders Performance Qualification MTC Material Test Certificate

Inspection Standards Committee

Convenor : Mr. S C Gupta

Members:

Mr. R.K. Singh

Mr. Rajeev Kumar Mr. Himangshu Pal Mr. Neeraj Mathur

Mr. T Kamalakannan Mr. Deepak Gupta (Project) Mr. Mayank Jain

Format No. 8-00-0001-F7 Rev. 0

Copyright EIL — All rights reserved

Page 58 of 97

Page 59: Table of Contents - EIL

STANDARD SPECIFICATION No.

6-81-0006 Rev. 4

Page 3 of 6

ei ENGINEERS INDIA LIMITED • ,i19 eiegner t75I IA Govt of india Undertaking)

INSPECTION AND TEST PLAN FOR

FLANGES, SPECTACLE BLINDS & DRIP RINGS

1.0 SCOPE

This Inspection and Test Plan covers the minimum testing requirements of Flanges, Spectacle Blinds & Drip Rings.

2.0 REFERENCE DOCUMENTS

PO/PR/Standards referred therein/ Job specifications /Approved documents.

3.0 INSPECTION AND TEST REQUIREMENTS

SL NO.

STAGE/ ACTIVITY CHARACTERISTICS QUANTUM OF

CHECK RECORD

SCOPE OF INSPECTION

SUB SUPPLIER

SUPPLIER EIL/TPIA

1.0 Procedure

1.1 Heat Treatment, NDT and Other Procedures

Documented Procedures 100% Procedure Documents

- H R

1.2 WPS,PQR & WPQ Welding Parameters & Qualification Record

100% WPS,PQR

&WPQ - H

W- New R- Existing

2.0 Material Inspection

2.1 Raw Material Inspection Chemical & Mechanical

Properties 100% Test Certificates - H R

3.0 In Process Inspection

Copyright EIL — All rights reserved Format No. 8-00-0001-F7 Rev. 0

Page 59 of 97

Page 60: Table of Contents - EIL

INSPECTION AND TEST PLAN FOR

FLANGES, SPECTACLE BLINDS & DRIP RINGS

STANDARD SPECIFICATION No.

6-81-0006 Rev. 4

Page 4 of 6

~eln ENGINEERS INDIA LIMITED

riecnw Jcraril

IA Govt of Ind Undertaking)

SL NO.

CHARACTERISTICS QUANTUM OF

CHECK RECORD

SCOPE OF INSPECTION

STAGE/ ACTIVITY SUB SUPPLIER

SUPPLIER EIL/TPIA

3.1 Welding / Forging Forging /Welding

Parameters 100%

Inspection Reports

- H -

3.2 Heat Treatment

Stress Relieving, Normalising, Tempering,

Solution Annealing, Stabilization Heat Treatment etc. as

applicable

100% HT chart - H R

3.3 Identification of Test

Samples

Product Chemical, Mechanical, Impact, IGC

and Other test as applicable 100% Test Reports - H

H (Note-1)

3.4 Product Analysis (As applicable)

Chemical Composition Specification

As per PR/Purchase Reports Test Repo - H R

3.5 Destructive Testing Mechanical, Impact, IGC

and Other test as applicable 100% Test Reports - (Note-1)

H H

3.6 NDT as applicable Surface & Internal

Imperfections As per PR/Purchase

Specification NDT Reports - H R

3.7 Galvanizing

(If Applicable) Integrity Of Galvanised

Coating 100%

Report Inspection Repo - H -

4.0 Final Inspection

Format No. 8-00-0001-F7 Rev. 0

Copyright EIL — All rights reserved

Page 60 of 97

Page 61: Table of Contents - EIL

■31 ENGINEERS INDIA LIMITED

43,foosfit IA Govt of India UndeflakIngt

INSPECTION AND TEST PLAN FOR

FLANGES, SPECTACLE BLINDS & DRIP RINGS

STANDARD SPECIFICATION No.

6-81-0006 Rev. 4

Page 5 of 6

SL NO.

STAGE/ ACTIVITY CHARACTERISTICS QUANTUM OF

CHECK RECORD

SCOPE OF INSPECTION

SUB SUPPLIER

SUPPLIER EIL/TPIA

4.1. Final Inspection

1.Visual 2. Dimensions 3.Hardness 4. Marking etc

100% Inspection Report - H H

(Note-1)

4.2 PMI Check

Chemical Check As Per EIL Spec.

6-81-0001 Inspection report - H RW

4.3 Final Stamping Stamping Of Accepted

Items

Stamping of Items which are witnessed

by EIL/TPIA. Inspection Report - H

H (Note — 1)

5.0 Painting

5.1 Rust Preventive Coating

& Color Coding Visual & Color Coding as

applicable 100% Inspection Report - H -

6.0 Documentation & IC

Format No. 8-00-0001-F7 Rev. 0

Copyright EIL — All rights reserved

Page 61 of 97

Page 62: Table of Contents - EIL

0 el

• t NfZA eivone dri

ENGINEERS INDIA LIMITED (A Govt of India Undertaking)

INSPECTION AND TEST PLAN FOR

FLANGES, SPECTACLE BLINDS & DRIP RINGS

STANDARD SPECIFICATION No.

6-81-0006 Rev. 4

Page 6 of 6

SL NO.

STAGE/ ACTIVITY CHARACTERISTICS QUANTUM OF

CHECK RECORD

SCOPE OF INSPECTION

SUB SUPPLIER

SUPPLIER EIL/TPIA

6.1 Documentation &

Inspection Certificate(IC)

Review of Stage Inspection Reports / Test Reports &

Issue of IC 100% Supplier TC & IC - H H

Legend: H- Hold (Do not proceed without approval), P-Perform, RW - Random Witness (As specified or 10% ( min.1 no. of each size and type of Bulk item)), R-Review, W-Witness (Give due notice, work may proceed after scheduled date).

NOTES (As applicable):

1. For Non NACE & Non Hydrogen service Carbon Steel Flanges, Spectacle Blinds & Drip Rings up to size 24"-300ANSI Class Will be accepted on review of Supplier Test Certificates. Supplier Test Certificate to be reviewed by EIL/TPIA.

2. This document describes the generic test requirements. Any additional test or Inspection scope if specified in contract documents shall also be applicable.( unless otherwise agreed upon)

3. Acceptance Norms for all the activities shall be as per PO/PR/STANDARDS referred there in /Job Specification /Approved Documents.

Format No. 8-00-0001-F7 Rev. 0

Copyright EIL — All rights reserved

Page 62 of 97

Page 63: Table of Contents - EIL

151fRiseAstigat efaleg

ENGINEERSINI NA LIMITED/A “nul Ina. Lnden.,),

STANDARD SPECIFICATIONFOR POSITIVE MATERIALIDENTIFICATION (PMI) AT

SUPPLIER'S WORKS

STANDARD SPECIFICATION No.

6 -81 -0001 Rev. 2Page I of 8

c 1T covingii 4,flcomoict) TIPTth LI 111

f'6g itta-vr

STANDARD SPECIFICATION

FORPOSITIVE MATERIAL

IDENTIFICATION(PMI)

AT SUPPLIER'S WORKS

40D., 15,

2 20.10.11 REVISED AND RE-ISSUED AKC DM

1 15.07.08 REVISED AND RE-ISSUED NKR SSL SKP VC

0 07.12.00 ISSUED AS STANDARD SPECIFICATION AKC AKB AKB MI

Standards StandardsRev.No Date Purpose Prepared

byChecked

byCommitteeConvenor

BureauChairman

Approved by

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

Page 63 of 97

Page 64: Table of Contents - EIL

151M-ae? le. ' ENGINEERSimegver INDIA LIMITEDyin eRaWanJelwill Govl of India Undertakno

STANDARD SPECIFICATIONFOR POSITIVE MATERIALIDENTIFICATION (PM I) AT

SUPPLIER'S WORKS

STANDARD SPECIFICATION No.6-81-0001 Rev. 2

Page 2 of 8

Abbreviations:

API American Petroleum InstituteAS Alloy SteelLSTK Lump Sum Turn KeyPMI Positive Material IdentificationSch ScheduleSS Stainless SteelTPI or TPIA Third Party Inspection Agency

Inspection Standards Committee

Convenor: Mr.AK Chaudhary

Members: Mr. SS LotayMr. SC GuptaMr. RK SinghMr. Rajeev KumarMr. Anoop GoelMr. G SureshMr. G Poornachandra RaoMr. MP Jain (Projects)

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

Page 64 of 97

Page 65: Table of Contents - EIL

STANDARD SPECIFICATIONFOR POSITIVE MATERIALIDENTIFICATION (PMI) AT

SUPPLIER'S WORKS

151M4-e?fte ENGINEERSOgrir tfigtegW INDIA LIMITED

Gorl of India undertaking}

STANDARD SPECIFICATION No.

6-81-0001 Rev. 2Page 3 of 8

CONTENTS

1.0 SCOPE 4

2.0 REFERENCE DOCUMENTS 4

3.0 DEFINITIONS 4

4.0 PMI EXAMINATION 5

5.0 ACCEPTABLE METHODS FOR PMI 5

6.0 EXTENT OF PMI EXAMINATION 6

7.0 RECORDING AND DOCUMENTATION 7

8.0 MARKING 7

Copyright EIL —All rights reservedFormat No. 8-00-0001-F1 Rev. 0Page 65 of 97

Page 66: Table of Contents - EIL

STANDARD SPECIFICATIONFOR POSITIVE MATERIALIDENTIFICATION (PMT) AT

SUPPLIER'S WORKS

/ft ENCJNEERSbeire,altateg '-‘60- 1 INDIA LIMITED

STANDARD SPECIFICATION No.

6-81-0001 Rev. 2Page 4 of 8

1.0 SCOPE

1.1 This specification applies to the requirements for Positive Material Identification (PMI) to beperformed at the Supplier's works on Metallic Materials procured either directly by theOwner/EIL/ LSTK contractor or indirectly through the sub-Suppliers.

1.2 Any post order deviation from this specification must be approved by Owner/EIL in theDeviation/ Waiver Permit format (No. 5-0000-0180-F1) enclosed with Material Requisition.

1.3 This specification covers the procedures and methodology to be adopted to assure that thechemical composition of the material is consistent with the material specifications as specifiedin purchase documents using 'Alloy Analyzer' at the time of final inspection before dispatch.

1.4 The scope of this specification shall include but shall not be limited to Positive MaterialIdentification (PMI) to be performed on Materials listed below:

1.4.1 For alloy Steel materials as below:Alloy Steel Pipes including Clad PipesAlloy Steel Flanges & ForgingsAlloy Steel Fittings including Clad FittingsAlloy Steel FastenersAlloy Cast & Forged steel valvesAlloy Steel Instrumentation Items (Control Valves, Safety Valves etc.)Longitudinal Pipe & Fittings Welds.Gaskets (for Ring Type Joints)

1.4.2 For Carbon Steel materials as below:All Carbon Steel Piping items under NACE or HIC or H2Carbon Steel flanges and valves (Rating 900# and above)Carbon Steel Pipes & fittings for following thicknesses:Size 1"- 2" NB : Sch 160 & aboveSize 3" NB : Sch XS & aboveSize 4" - 12" NB : Sch 120 & above

Following items shall be excluded from scope of PMI examination.

Gaskets other than for Ring Type JointsInternal Components of Valves

1.5 All grades of material supplies including Stainless Steels shall be liable for PMI test at site. Incase of any defective materials being found at site, the Supplier shall be responsible to effectreplacement of such defective materials at project site without any delays to the satisfaction ofEIL site RCM (Resident Construction Manager).

2.0 REFERENCE DOCUMENTS

2.1 API Recommended Practice 578 (First Edition, May 1999) - Material Verification Program forNew and Existing Alloy Piping Systems.

3.0 DEFINITIONS

3.1 Supplier: Any Supplier or Manufacturer on whom an order is placed for the supply of referreditems. This definition shall also include any sub-Supplier or manufacturer on whom a sub-orderis placed by the Supplier.

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

Page 66 of 97

Page 67: Table of Contents - EIL

STANDARD SPECIFICATIONFOR POSITIVE MATERIALIDENTIFICATION (PM I) AT

SUPPLIER'S WORKS

SaIRCIELM—; ENGINEERSPar taiReZ VW INDIA LIMITED

STANDARD SPECIFICATION No.

6-81-0001 Rev. 2Page 5 of 8

3.2 Inspection Lot: A group of items offered for inspection covered under same size, Heat andHeat treatment lot.

3.3 Alloy Material: Any metallic material (including welding filler materials) that containsalloying elements such as chromium, nickel, molybdenum or vanadium, which are intentionallyadded to enhance mechanical or physical properties and/or corrosion resistance.

4.0 PMI EXAMINATION

4.1 The Supplier shall submit a procedure of PMI to comply with the requirements of thisSpecification Approval of PMI Procedure shall be obtained from Owner/EIL/TPIA prior tocommencing manufacture/ inspection of product.

4.2 PMI examination of materials is independent of any certification, markings or colour codingthat may exist and is aimed at verifying that the alloy used are as per specified grades.

4.3 The Supplier shall identify all incoming alloy materials and maintain full traceability of all alloymaterials, including all off-cuts. Transfer of identification marks shall be undertaken prior tocutting to ensure maintenance of identification on off-cuts.

4.4 The Supplier shall ensure that all alloy materials are segregated and stored in separatelyidentified locations to prevent the mix up of materials of different alloy specifications or alloymaterial with carbon steel. Non ferro-magnetic materials shall be segregated at all times fromferro-magnetic materials.

4.5 PMI examination is subject to surveillance inspection by Owner/EIL/TPIA.

5.0 ACCEPTABLE METHODS FOR PMI

5.1 The method used for PMI examination shall provide a quantitative determination of the alloyingelements like chromium, nickel, molybdenum or vanadium in Alloy Steel items.

5.2 Instruments or methods used for PMI examination shall be able to provide quantitative,recordable, elemental composition results for positive identification of alloying elementspresent.

5.3 The acceptable instruments for alloy analyzer shall be either "Portable X-Ray fluorescence" or"Optical Emission" type each capable of verifying the percentage of alloy elements withinspecified range.

5.4 Chemical spot testing, magnets, alloy sorters and other methods using eddy current ortriboelectric testing methods are not acceptable for PMI examination.

5.5 The PMI instrument used shall have the sensitivity to detect the alloying elements in thespecified range.

5.6 All PMI instruments shall have been serviced within a 6 month period of the time of use toverify the suitability of batteries, sources etc., and the data of the last service shall be stated onthe PMI Report Form (Sample enclosed).

5.7 Each analyzer must be calibrated according to the manufacturer's specification at the beginningand end of each shift. Instrument must be checked against known standard for each alloy typeto be inspected during the shift.

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

Page 67 of 97

Page 68: Table of Contents - EIL

STANDARD SPECIFICATIONFOR POSITIVE MATERIALIDENTIFICATION (PMI) AT

SUPPLIER'S WORKS

ISillaZreqe ENGINEERSs'Ig7e2eg W INDIA UMITED

Govt a Inaa Undenakingi

STANDARD SPECIFICATION No.

6-81-0001 Rev. 2Page 6 of 8

5.8 Certified samples, with full traceability, of a known alloy materials shall be available for use asa random spot check on the instrument calibration.

5.9 The surfaces to be examined shall be prepared by light grinding or abrasive paper and solventcleaner. Evidence of Arc burn resulting from examination shall be removed by light grinding orabrasive paper. No permanent marks, which are injurious to the usage of product in service, areacceptable.

5.10 Alloy Steel ring type joint Gaskets shall be inspected by using portable X-Ray fluorescenceinstrument.

5.11 Testing shall be done as per the procedures outlined by the manufactures of alloy analyzerbeing used. Modification of these procedures if any must be approved by Owner/EIL.

5.12 The persons performing PMI shall demonstrate their capabilities to the satisfaction ofOwner/EIL/TPIA visiting engineer. If the Supplier has qualified operator on their rolls, he mayperform the examination. Otherwise PMI examination shall be sub-contracted to an independenttesting agency approved by EIL.

5.13 Whenever material is identified as not meeting requirements by the visiting engineer a rejectionnote shall be issued.

6.0 EXTENT OF PMI EXAMINATION

Following sampling plans shall be applicable for PMI examination of various items.

Flanges, Fittings 100%Valves, RTJ Gaskets

Pipes 100% (for pipes procured from traders).

2 random samples drawn from eachSize/Heat/Lot (for pipes procured directly from mills)

C. Fasteners

Lot Size Sample Size

Upto 100 2% (Min 2)101 to 500 1% (Min 3)501 and above 0.5% (Min 5)

Note:

For Welded Pipes and Fittings, PMI shall be performed on Base Metal as well asweldments.

Whenever any sample drawn to PMI test on the basis of percentage selection in B & Cabove, fails to meet specification requirements, 100% of items of lot shall be tested forPMI.

Copyright EIL — All rights reservedFormat No. 8-00-0001-F1 Rev. 0Page 68 of 97

Page 69: Table of Contents - EIL

STANDARD SPECIFICATIONFOR POSITIVE MATERIALIDENTIFICATION (PMI) AT

SUPPLIER'S WORKS

i.311-aelti. ENGINEERS

ogrir EiRtegi INDIA LIMITEDIA Go' at India Undertaking)

STANDARD SPECIFICATION No.6-81-0001 Rev. 2

Page 7 of 8

7.0 RECORDING AND DOCUMENTATION

The results of PMI examination shall be recorded in a Report Format as enclosed with thisspecification.

8.0 MARKING

8.1 All alloy materials tested by PMI shall be identified using either of the following methods byindicating "PMI OK"

Bar Code/Hologram StickerA low stress stamp marking

Copyright EIL — All rights reservedFormat No. 8-00-0001-F1 Rev. 0Page 69 of 97

Page 70: Table of Contents - EIL

STANDARD SPECIFICATIONFOR POSITIVE MATERIALIDENTIFICATION (PMI) AT

SUPPLIER'S WORKS

012-ael ie ENGINEERSst",ar &Reg W INDIALIMTED

GOA Of India undertakng)

STANDARD SPECIFICATION No.6-81-0001 Rev. 2

Page 8 of 8

POSITIVE MATERIAL IDENTIFICATION REPORTBULK MATERIALS

Page of

Project: Client Job No.

PMI Report No. Supplier/Sub-Supplier

Purchase Order No. Testing Agency

PurchaseRequisition No:

PMI Location

Bulk Item Type (as per Requisition)

Material Specification/Grade

Number of items in Lot

Requisition Item No./ Description Major content, Weight Percent RemarksAccept/Reject

Element Cr Mo Ni V

Specified Range

Actual observations

Instrument Type / ID

Last Service Date Inspection Agency Witnessed By

Copyright EIL — All rights reservedFormat No. 8-00-0001-F1 Rev. 0Page 70 of 97

Page 71: Table of Contents - EIL

Page 71 of 97

Page 72: Table of Contents - EIL

Page 72 of 97

Page 73: Table of Contents - EIL

Page 73 of 97

Page 74: Table of Contents - EIL

Page 74 of 97

Page 75: Table of Contents - EIL

Page 75 of 97

Page 76: Table of Contents - EIL

Page 76 of 97

Page 77: Table of Contents - EIL

Page 77 of 97

Page 78: Table of Contents - EIL

Page 78 of 97

Page 79: Table of Contents - EIL

Page 79 of 97

Page 80: Table of Contents - EIL

Page 80 of 97

Page 81: Table of Contents - EIL

Page 81 of 97

Page 82: Table of Contents - EIL

Page 82 of 97

Page 83: Table of Contents - EIL

Page 83 of 97

Page 84: Table of Contents - EIL

Page 84 of 97

Page 85: Table of Contents - EIL

Page 85 of 97

Page 86: Table of Contents - EIL

Page 86 of 97

Page 87: Table of Contents - EIL

Page 87 of 97

Page 88: Table of Contents - EIL

Page 88 of 97

Page 89: Table of Contents - EIL

Page 89 of 97

Page 90: Table of Contents - EIL

Page 90 of 97

Page 91: Table of Contents - EIL

Page 91 of 97

Page 92: Table of Contents - EIL

REQUIREMENTS FOR WET H2S SERVICES (AXN1,AXN2 & AXN3) APPLICABLE TO

CARBON STEELS

JOB SPECIFICATION No.

A151-6-44-0083 Rev. 1

Page 1 of 4

1 18.11.11 REVISED & ISSUED AS JOB

SPECIFICATION RP PKA MI

0 01.08.11 ISSUED AS JOB SPECIFICATION RP PKA MI

Rev. No

Date Purpose Prepared

by Checked

by Approved

by

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

REQUIREMENTS FOR WET H2S SERVICES (AXN1, AXN2 & AXN3)

APPLICABLE TO CARBON STEELS

PROJECT : WAX PROJECT OWNER : NRL JOB NO. : A151

Page 92 of 97

Page 93: Table of Contents - EIL

REQUIREMENTS FOR WET H2S SERVICES (AXN1,AXN2 &

AXN3) APPLICABLE TO CARBON STEELS

JOB SPECIFICATION No.

A151-6-44-0083 Rev. 1

Page 2 of 4

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

1.0 GENERAL

This document defines job specific requirements for NACE items under AXN1, AXN2 & AXN3 for Carbon Steels.

2.0 REQUIREMENTS OF ‘AXN1’, ‘AXN2’ AND ‘AXN3’ ITEMS APPLICABLE TO CARBON STEELS

2.1 All „AXN1‟ Carbon steel items shall meet the following requirements:

a) Requirements as per NACE MR0103 b) Requirements for Carbon Steels „Wet H2S Resistant‟ as elaborated in this

document.

2.2 All „AXN2‟ Carbon steel items shall meet the following requirements:

a) Requirements as per NACE MR0103 b) Requirements for Carbon Steels „Wet H2S Resistant‟ as elaborated in this

document. c) Special requirements for Hydrogen service as given in Technical Notes for the

item or as given in Job Spec A151-6-44-0082 for the item.

2.3 All „AXN3‟ Carbon steel items shall meet the following requirements:

a) Requirements as per NACE MR0103 b) Requirements of „Carbon Steels „HIC Resistant‟ as elaborated in this document.

3.0 REQUIREMENTS OF CARBON STEELS ‘WET H2S RESISTANT’

3.1 Following are the design requirements for Carbon Steels “Wet H2S resistant”:

- Carbon steel must be fully Killed Carbon Steel type, - Hardness of the base metal shall be below 22HRC or 237 HB

- Ni content less than 1%, - Carbon content shall be 0.20% maximum, - CS base material shall be supplied in Normalized condition (or Quenched and

Tempered), regardless of thickness, - Typical limitation of Carbon Equivalent are the following:

.Ceq < 0.42% for thicknesses below 2”

.Ceq < 0.45% for thicknesses above or equal to 2” With Ceq = C + Mn/6 + (Cr + Mo + V)/5 + (Ni + Cu)/15

- Thermal Stress Relieving (PWHT) required for all welds, even if it is not required by code.

- Thermal Stress Relieving required for cold bend zones even if it is not required by code. Level of deformation may require recovery annealing to restore properties of steels.

Page 93 of 97

Page 94: Table of Contents - EIL

REQUIREMENTS FOR WET H2S SERVICES (AXN1,AXN2 &

AXN3) APPLICABLE TO CARBON STEELS

JOB SPECIFICATION No.

A151-6-44-0083 Rev. 1

Page 3 of 4

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

- Hardness of the production welds shall be lower than 200HB. This value uses to be slightly lower than the one defined for base metal (22HRC or 237HB) in order to anticipate potential non-homogeneity of certain weld deposits.

3.2 Wet H2S Resistant Carbon Steel for Plates and Welded pipes

All the specifications given in clause 3.1 are applicable and shall be supplemented by following limitations:

- Maximum allowable Phosphorus content 0.020% - Maximum allowable Sulfur content 0.015% Welded pipes shall fulfill the same requirements as for plate material.

3.3 Wet H2S Resistant Carbon Steel for seamless piping

- Small and medium size process piping shall be seamless type.

All the specifications given in clause 3.1 are applicable and shall be supplemented by following limitations on impurities level: - Maximum allowable Phosphorus content 0.030% - Maximum allowable Sulfur content 0.020%

3.4 Wet H2S Resistant Carbon Steel for flanges , fittings and accessories All the specifications given in clause 3.1 are applicable and shall be supplemented by following limitations on impurities level:

- Maximum allowable Phosphorus content 0.030% - Maximum allowable Sulfur content 0.025%

4.0 REQUIREMENTS OF CARBON STEELS ‘HIC RESISTANT’

4.1 When „HIC‟ is specified, in addition to the recommendations relative to „Wet H2S

resistant steels‟, the following requirements shall also be met:

- Carbon steel made by vacuum degassing process.

- Oxygen content less than 0.0025% (target being 0.0020%)

- It is required to pass the NACE standard TM0284-2003 (Evaluation of Pipeline and Pressures Vessels Steels for Resistance to Hydrogen-Induced Cracking) by using the acidified test solution A specified in NACE standard TM0177 (Laboratory Testing of Metals for Resistance to Sulfide Stress Cracking and Stress Corrosion Cracking in H2S environments) with :

Crack Length Ratio (CLR) ≤ 5 %

- Mill test reports shall include the values for the crack length ratio (CLR), crack

sensitivity ratio (CSR) and crack thickness ratio (CTR) as defined in NACE standard TM-0284 and also carbon equivalent (Ceq).

Page 94 of 97

Page 95: Table of Contents - EIL

REQUIREMENTS FOR WET H2S SERVICES (AXN1,AXN2 &

AXN3) APPLICABLE TO CARBON STEELS

JOB SPECIFICATION No.

A151-6-44-0083 Rev. 1

Page 4 of 4

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

4.2 HIC Resistant Carbon Steel for Plates and Welded pipes

All the specifications given at clause 4.1 are applicable and shall be supplemented by following limitations on impurities level:

- Maximum allowable Phosphorus content 0.010% (target 0.008%) - Maximum allowable Sulfur content 0.002% Welded pipes, if any, shall fulfill the same requirement as for plate material.

.

4.3 HIC Resistant Carbon Steel for seamless piping

All the specifications given at clause 4.1 are applicable and shall be supplemented by

following limitations on impurities level:

- Maximum allowable Phosphorus content 0.010% (target 0.008%) - Maximum allowable Sulfur content 0.002%

.

4.4 HIC Resistant Carbon Steel for flanges, fittings and accessories

All the specifications given at clause 4.1 are applicable and shall be supplemented by following limitations on impurities level:

- Maximum allowable Phosphorus content 0.025% - Maximum allowable Sulfur content 0.020%

Note- No HIC testing is required on casting and forging components. However, „Wet H2S resistant‟ requirements given at clause 3.1 and above limitations on impurities level shall be met.

Page 95 of 97

Page 96: Table of Contents - EIL

ADDITIONAL TECHNICAL

REQUIREMENTS

DOCUMENT No.

A151-090-16-43-ATR-3320 Rev. A

Page 1 of 2

A 10/01/2014 ISSUED FOR BIDS RP PKA MI

Rev. No Date Purpose Prepared

by Checked by Approved by

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

ADDITIONAL TECHNICAL REQUIREMENTS

(FLANGES- CAT-I)

Page 96 of 97

Page 97: Table of Contents - EIL

ADDITIONAL TECHNICAL

REQUIREMENTS

DOCUMENT No.

A151-090-16-43-ATR-3320 Rev. A

Page 2 of 2

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

ADDITIONAL TECHNICAL REQUIREMENTS

(FLANGES- CAT-I)

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

2. Vendor shall furnish quotations only for those items, for which he is approved by EIL

and which he can supply strictly as per MR specifications. 3. No technical details of any nature shall be included in the offer. If the offer

contains any technical deviation or clarification or stipulates any technical specifications (even if in line with the MR requirements), the offer shall be liable for rejection.

4. The submission of prices by the vendor shall be construed to mean that he has

confirmed compliance with all technical specifications of the corresponding item(s). 5. Vendor shall ensure compliance to the following documents attached with

the requisition: a) Additional Technical Requirements, A151-090-16-43-ATR-3320, Rev A. b) Technical Notes for Flanges, Spectacle Blinds and Drip Rings,

doc. no. 6-44-0053, Rev. 4. c) Inspection and Test Plan for Flanges, Spectacle Blinds and Drip Rings, doc. no.6-81-0006, Rev. 4.

d) Standard specification for Positive Material Identification (PMI) at vendor’s work, doc. no. 6-81-0001, Rev. 2. e) Specification for Quality Management System Requirements, doc. no.6-78-0001, Rev 0 f) Specifications for Documentation requirements from suppliers, doc. no. 6-78-0003, Rev 0 g) Requirement for Wet H2S services (AXN1, AXN2, AXN3) Applicable to Carbon Steel, doc. no. A151-6-44-0083, Rev 1. 6. Material specified with requirements of “AXN1”, “AXN2” and “AXN3” shall meet the requirements given in specification no. A151-6-44-0083 Rev 1. 7. In case of order being placed on Manufacturer, only final inspection report submitted

by manufacturer shall be reviewed by EIL/TPA. Stage wise inspection shall be sole responsibility of manufacturer.

Page 97 of 97