TENDER NO. : JRMM189146

INDIAN OIL CORPORATION LIMITED Refinery

TENDER NO. : JRMM189146

“SUPPLY OF CONTROL VALVES AS PER TENDER SPECIFICATION AT IOCL GUJARAT REFINERY”

INVITED BY:

DEPUTY GENERAL MANAGER (MATERIALS-PURCHASE) LTD. (IOCL) GUJARAT REFINERY PO: JAWAHARNAGAR PIN: 391320

Page 1 of 25

TENDER NO. : JRMM189146

INDEX SR. DOCUMENT FORMAT PAGE NO.

1. COVERING LETTER FOR TENDER PDF 1 2. INDEX PDF 2

3. NOTICE INVITING TENDER (NIT) PDF 3

4. PRE QUALIFICATION CRITERIA PDF 4-5 5. GENERAL INSTRUCTION TO BIDDERS PDF 6-14 6. INSTRUCTION FOR RAISING INVOICE FOR GST IN MATERIALS PURCHASE CONTRACTS PDF 15 7. EVALUATION CRITERIA FOR COMPARISON OF BIDS PDF 16 8. TENDER CONDITIONS FOR BENEFITS/PREFERENCE FOR MICRO & SMALL ENTERPRISES PDF 17-20 (MSES) 9. PURCHASE PREFERENCE (LINKED WITH LOCAL CONTENT) 2017 (PP-LC) PDF 21-22

10. INVITATION LETTER FOR DIGITAL SIGNATURE CERTIFICATE (DSC) REQUIREMENT FOR PDF 23 PROSPECTIVE FOREIGN BIDDER 11. TENDER CONDITIONS WITH IMPLEMENTATION OF INSOLVENCY AND BANKRUPTCY PDF 24 CODE, 2016 (IBC) 12. SCOPE OF SUPPLY CUM TECHNICAL SPECIFICATION DOCUMENTS PDF 25 onwards 13. PRICE SCHEDULE FORMAT-PRICED XLS (UPLOADED SEPARATELY AS BOQ) 14. PROFORMA FOR DECLARATION ON ACCEPTANCE OF TENDER SCOPE, SPECIFICATIONS, XLS Refer Sheet 1 “Decl. & Accept.-on-Tender- TERMS & CONDITIONS T&C” in XLS file named “Bid_Documents” 15. SPECIAL TERMS & CONDITIONS OF TENDER XLS Refer Sheet 2 “Special Terms & conditions” in XLS file named “Bid_Documents” 16. AGREED TERMS AND CONDITIONS (INDIGENOUS)/ (IMPORT) XLS Refer Sheet 3(a) “ATC(ind)”/3(b) “ATC (Imp)” in XLS file named “Bid_Documents” 17. PROFORMA FOR DEVIATIONS LIST: TECHNICAL & COMMERCIAL XLS Refer Sheet 4(a) “Deviations_Technical”/ 4(b) “Deviations_Commercial” in XLS file named “Bid_Documents” 18. PROFORMA FOR DETAILS OF PQC DOCUMENTS DETAILS XLS Refer Sheet 5 “PQC Doc- details” in XLS file named “Bid_Documents” 19. UN PRICE SCHEDULE FORMAT XLS Refer Sheet 6 “Un priced-BOQ” in XLS file named “Bid_Documents” 20. PROFORMA FOR DECLARATION OF HOLIDAY LISTING XLS Refer Sheet 7 “Holiday-list-declaration” in XLS file named “Bid_Documents” 21. GST DETAILS XLS Refer Sheet 8 “GST Details” in XLS file named “Bid_Documents” 22. PROFORMA FOR BANK MANDATE DETAILS, IOCL APPROVED TRANSPORTERS LIST, LIST PDF (UPLOADED SEPARATELY AS ADDITIONAL OF IOCL APPROVED TPI AGENCIES DOCUMENT) 23. GENERAL PURCHASE CONDITIONS & BG FORMATS PDF (UPLOADED SEPARATELY AS ADDITIONAL DOCUMENT) 24. SPECIAL INSTRUCTIONS TO BIDDERS PDF (UPLOADED SEPARATELY AS ADDITIONAL DOCUMENT) 25. INTEGRITY PACT AGREEMENT FORMAT (If applicable) PDF Not Applicable

List of IOCL directors is available at https://www.iocl.com/AboutUs/Management.aspx ALL ABOVE DOCUMENTS FORM PART OF THE TENDER DOCUMENTS. In the event of any irreconcilable conflicts , the hierarchy for the acceptance shall be – (i) Scope of Supply Cum Technical Specifications documents. (ii) Special Terms & Conditions of Tender (iii) Agreed Terms & Conditions (Indigenous) / Agreed Terms & Conditions (Import) (iv) General Purchase Conditions.

Page 2 of 25

TENDER NO. : JRMM189146

1. NOTICE INVITING TENDER (NIT)– E-TENDER TENDER NO. : JRMM189146

Indian Oil Corporation Limited, a Company incorporated in India and having its registered office at G-9, Ali Yavar Jung Marg, “Western Express Highway”, Bandra (East), Mumbai-400 051 invites E- tender under TWO BID (PART-I: Techno-Commercial Bid and PART-II: Price Bid) from bonafide experienced Bidder of sound financial standing and reputation for the job(s) defined in this tender covering following items. The details of the tender are given below:

Material Description SUPPLY OF CONTROL VALVES AS PER TENDER SPECIFICATION AT IOCL GUJARAT REFINERY Quantity As per BOQ/Enquiry document Type of Tender National Open E-Tender – (Non-Press ) EMD Amount INR.57851.00 (in INR/USD) EMD exempted categories: Micro & Small Enterprises (MSE) as mentioned in “TENDER CONDITIONS FOR BENEFITS/PREFERENCE FOR MICRO & SMALL ENTERPRISES (MSEs)”, Central/State PSUs & Govt. Organizations and JVs of IOCL. Please refer “General Instruction to bidders” for information on EMD submission. TENDER DOWNLOAD/ SALE Please refer “Critical Dates table” in Tender Details at e-tender Portal PERIOD BID SUBMISSION PERIOD Please refer “Critical Dates table” in Tender Details at e-tender Portal Pre Bid Meeting Not applicable BID OPENING DATE & TIME Please refer “Critical Dates table” in Tender Details at e-tender Portal Tender will be opened online on https://iocletenders.nic.in/, on or after mentioned date & time. Address of the Tender Issuing Authority : Deputy General Manager(Materials-Purchase), GUJARAT REFINERY, PO: JAWAHARNAGAR, VADODARA-391320 GUJARAT, Phone- +91-2652237259 / 2237256 /2237251 E-mail : [email protected];[email protected]; [email protected]  Tender document (Non-Transferable) can be downloaded from IOCL e-tendering web site https://iocletenders.nic.in/  Offer shall be submitted ONLY through online mode on above given IOCL e-tendering website.  Bids in physical form sent through fax / email / courier / post will not be acceptable.

Note :- Non Press E-tenders/Any Addendum / Corrigendum / Sale date extension in respect of above tender shall be issued on our website : https://iocletenders.nic.in only and no separate notification shall be issued in the press. Bidders are therefore requested to regularly visit our website to keep themselves updated.

Place: Vadodara DEPUTY GENERAL MANAGER (MATERIALS-PURCHASE)

Page 3 of 25

TENDER NO. : JRMM189146

2.0 PRE-QUALIFICATION CRITERIA (PQC):

2.1 TECHNICAL CRITERIA: The vendors to satisfy the following Pre Qualification Criteria:-

1. Bidder/OEM should be enlisted with EIL for control valves. Bidder should submit the copy of registration (of bidder/OEM) with EIL .Enlistment should be valid as on date of bid submission or has applied for revalidation as on date of bid submission. Bidder should submit the copy of registration (of bidder / OEM) with EIL valid as on date of submission of bid or application addressed to EIL for revalidation of registration along with original enlistment/ registration certificate.

2. Bidder to submit minimum 1(one) copy of purchase order for supply of control valves in the last five years ending on the last day of month immediately preceding the month of date of bid submission.

2.2 FINANCIAL CRITERIA

The annual turnover of the bidders during any of the preceding three financial years should be at least Rs. 2882770/-

2.3 COMMERCIAL EXPERIENCE CRITERIA:

For experience, the order(s) executed by the bidder, during the last five years ending on the last day of the month immediately preceding the month in which the last date of bid submission falls on FOR / FOB Dispatch Point basis, should be as under:

Three orders each executed for “Control valves / on- off valves with actuator” where executed value is not less than the amount equal to Rs.1441385/-

OR Two orders each executed for “Control valves / on- off valves with actuator” where executed value is not less than the amount equal to Rs.1921847/-

OR One order executed for “Control valves / on- off valves with actuator” where executed value is not less than the amount equal to Rs.2402309/-

NOTE:-

1. FOB/FOR Dispatch point price (inclusive of P&F and TPI charges, if any) shall be considered for arriving at the executed order value. However, in case any other cost component like Freight charges, Taxes & Duties etc. are not indicated separately and are already included in the Purchase Order Value, as evident from the submitted Purchase order copies, then executed order value shall include such inclusive cost components also for the purpose of PQC evaluation.

Page 4 of 25

TENDER NO. : JRMM189146

2. Foreign orders in currency other than USD shall be converted to USD on the date of the said Purchase Order (Global Tenders). Orders in currency other than INR shall be converted to INR on the date of the said Purchase Order (National Tenders).RBI reference rate shall be considered for forex conversion.

3. For fulfilling the commercial experience criteria any one of the following documents are to be submitted along-with the un-priced bid as valid proof for meeting the criteria:

a) Purchase Order copy along with Invoice(s) with self-certification by the bidder that supplies against the invoices covering the “similar order” have been executed to the required value.

b) Purchase Order copy along with Bank Certificate indicating payment against the PO.

c) Execution certificate by client with order value.

d) IOCL executed Purchase Orders.

e) Any other document in support of order execution like TPI release note, etc.

4. For fulfilling the financial criteria, any one of the following are to be submitted along-with the un-priced bid as valid proof for meeting the criteria:

a) An audited balance sheet of the bidder.

b) Published Annual report.

c) In case the balance sheet is available in the public domain the same shall be accepted, necessary link to be uploaded by the bidder.

OTHER NOTE:-

(A). The requirement for submission of audited financial statement is sometimes not accepted by some foreign bidders due to their internal / local regulation (particularly in case such bidders are subsidiaries of other foreign company). Instead of this they prefer to submit CEO / CFO certificate (the parent company for itself or for its subsidiary) for their turnover or the financial statement.

In such case CEO / CFO’s certificate in original from the company or from the parent company (in case bidder is a subsidiary) stating the turnover of the bidding entity along with a declaration that the bidding company is not in a position to submit its financial statement as per the local / internal regulation (clearly specifying the applicable regulation) with an endorsement by Chartered Accountant / Statutory Auditor / Certified Public Accountant (not being an employee or a Director or not having any interest in the bidder(s) company /firm) may be accepted.

Wherever Chartered Accountant / Statutory Auditor / Certified Public Accountant (not being an employee or a Director or not having any interest in the bidder(s) company / firm) is not in a position to endorse such CEO / CFO’s certificate due to local regulations, CEO / CFO’s certificate in original without endorsement may be accepted provided a reference of the local regulation restricting this endorsement is given in the CEO / CFO certificate.

(B). Similarly in case where the bidder cites the reasons of Non Disclosure Agreement (NDA) for its inability to submit necessary documents in support of meeting the experience criteria, a certificate, in original, certifying all the required information, issued by CEO / CFO of the company along with a declaration that the bidding company is not in a position to submit the required documents owing to the NDA with an endorsement by Chartered Accountant / Statutory Auditor /Certified Public Accountant (not being an employee or a Director or not having any interest in the bidder(s) company / firm) may be accepted.

Wherever Chartered Accountant / Statutory Auditor / Certified Public Accountant (not being an employee or a Director or not having any interest in the bidder(s) company / firm) is not in a position to endorse such CEO / Page 5 of 25

TENDER NO. : JRMM189146

CFO’s certificate due to local regulations, CEO / CFO’s certificate in original without endorsement may be accepted provided a reference of the local regulation restricting this endorsement is given in the CEO / CFO certificate.

5. In case a foreign bidder submits any of the Pre Qualification support documents in any language other than English, then it will be the responsibility of such foreign vendor to also provide the English translation copy of the same duly certified, stamped and signed by their Local Chamber of Commerce.

6. Bids submitted on consortium and joint -ventures basis are not acceptable, unless otherwise specified in the Tender.

7. IOCL reserves the right to complete the evaluation based on the details furnished with the bid without seeking any additional information.

8. A Company (bidder) shall not be allowed to use the credentials of its parent or any group company to meet the Experience Criteria.

9. Submission of authentic documents in time is the prime responsibility of the bidder.

a. Wherever IOCL has concern or apprehension regarding the authenticity/correctness of any document, IOCL reserves the right of getting the documents cross verified from the document issuing authority.

10. The bidder entity should ensure that only one bid is submitted by them directly or by their Agents* on behalf of the bidder entity or as a Consortium Partner ( if applicable in tender). In case it is found that bidder entity has submitted more than one bid, all their bids in the tender are liable for rejection.

* Agents for the above purposes would be one who agrees and is authorized to act on behalf of another, a Principal, to legally bind an individual in particular business transactions with third parties pursuant to an agency relationship.

Submission of bids by different offices / branches of the bidder entity will be considered as bids from the same bidder entity and will be liable for rejection.

11. Offer from the following type of bidders will not be considered:

(a) Bidder(s) who are undergoing insolvency resolution process or liquidation or bankruptcy proceeding under Insolvency and Bankruptcy Code, 2016 (Code).

(b) Bidder(s) whose insolvency resolution process or liquidation or bankruptcy proceeding is initiated under the Code at any stage of evaluation of the bid.

Page 6 of 25

TENDER NO. : JRMM189146

3. GENERAL INSTRUCTIONS TO BIDDERS:

3.1 The Bids shall be uploaded in 2 (TWO) COVERS (COVER-1: Techno-Commercial Bid and COVER-2: Price Bid) in case of Two bid Tender and in 1 (ONE) COVER in case of Single bid Tender in electronic form only through Indian Oil e-tendering system on IOCL E-Tendering website ( https://iocletenders.nic.in/)

COVER -1: Techno-Commercial Bid i.e. Un-Priced Bid should contain: i. Online EMD / Scanned Copy of EMD Instrument : Demand draft/Bankers Cheque/Bank Guarantee (if applicable)

ii. Bid_Documents XLS file containing sheets as under, duly filled as applicable and digitally signed as bidder’s acceptance and confirmation : a. Sheet 1 “Decl. & Accept.-on-Tender-T&C” - PROFORMA FOR DECLARATION ON ACCEPTANCE OF TENDER SCOPE, SPECIFICATIONS, TERMS & CONDITIONS b. Sheet 2 “Special Terms & Conditions”- SPECIAL TERMS & CONDITIONS OF TENDER c. Sheet 3(a) “ATC(ind)”/3(b) “ATC(Imp)”- AGREED TERMS AND CONDITIONS (INDIGENOUS)/ (IMPORT) d. Sheet 4(a) “Deviations_Technical”/ 4(b) “Deviations_Commercial”- PROFORMA FOR DEVIATIONS LIST: TECHNICAL & COMMERCIAL e. Sheet 5 “PQC Doc- details”- PROFORMA FOR PQC DOCUMENTS DETAILS, if applicable as per Tender. f. Sheet 6 “Un priced-BOQ” - UN PRICE SCHEDULE FORMAT. g. Sheet 7 “Holiday-list-declaration- PROFORMA FOR DECLARATION OF HOLIDAY LISTING h. Sheet 8 “GST Registration Details” – Goods & Service Tax (GST) Registration Details

iii. Documents towards fulfillment of Pre-Qualification Criteria of the Tender (If applicable as per Tender) as per details submitted in Sheet 5 “PQC Doc- details”- PROFORMA FOR PQC DOCUMENTS DETAILS

iv. On date valid copy of MSE certificate (if applicable) and /or Bank details as per format given in additional documents (if applicable). IN CASE THESE DOCUMENTS ARE NOT APPLICABLE, PLEASE UPLOAD A PDF FILE, ONLY INDICATING “NOT APPLICABLE”

v. Any other documents IF specifically asked to be uploaded, in the relevant packet.

COVER-2: PRICED BID should contain: i. Prescribed Price Schedule (BOQ) with Prices. The priced BOQ should be uploaded strictly as per format available with the tender in the website failing which the offer is liable for rejection. “The Prices should be quoted in ‘Price BOQ’ only and should not be quoted in any other document”

Page 7 of 25

TENDER NO. : JRMM189146

NOTE: In case of Single bid Tender, the Price Bid shall also be a part of Cover-1. In case of Single bid Tender, if the bidder is silent on any Tender Clause which calls for commercial loading, it will be assumed that the bidder has not accepted the specific clause and specified commercial loading shall be done for evaluation purpose. No confirmation shall be sought by IOCL after opening of bids.

3.2 A) In case Earnest Money Deposit (EMD) is applicable in the tender as per NIT, the following shall be applicable for INDIAN BIDDERS

a) EMD amount upto Rs. 1 lac. : EMD to be submitted through online payment at IOCL e- tender portal along with the offer. EMD payment through Demand Draft, Bankers Cheque and Swift Transfer shall not be accepted.

b) EMD amount more than Rs. 1 lac. : EMD can be submitted through online payment at IOCL e-tender portal along with the offer or through Bank Guarantee (BG). Validity of BG in lieu of EMD shall be 3 months beyond bid validity. Bank Guarantee must be strictly as per IOCL format as per Annexure-A of IOCL GPC. Scanned Copy of EMD instrument i.e. Bank Guarantee has to be uploaded in the un-priced bid and the bidder should also ensure that the above mentioned Original BG in physical form duly enclosed in a sealed envelope super-scribed with “Offline EMD”, Bidder’s Name, Tender No., Bid Submission End Date & Item, is received at the Office of DY GENERAL MANAGER MATERIALS (PURCHASE), Indian Oil Corporation Ltd., Gujarat Refinery, P.O. Jawaharnagar, Dist. Vadodara – 391 320 as per following schedule:

I. Single Bid Tenders: Before due date and time of opening of bids. II. Two Bid Tenders: Within 7 working days from the date of opening of technical bids.

Note: i) For the purpose of receipt of BG, the time recorded in the Receipt / DAK section against receipt shall be considered as receipt time. ii) Only those Physical BG instruments found matching with the copy submitted in the e- portal shall be considered as valid.

IOCL shall not be responsible for postal/courier delay, non-receipt or loss in transit.

IN CASE BIDDER DOES NOT SUBMIT EMD AS MENTIONED ABOVE, THEN THE BID SHALL BE LIABLE FOR REJECTION.

3.2 B) In case Earnest Money Deposit (EMD) is applicable in the tender as per NIT, the following shall be applicable for FOREIGN BIDDERS a) EMD amount upto Rs. 1 lac. : EMD to be submitted through online payment at IOCL e- tender portal along with the offer. EMD payment through Demand Draft/ Bankers Cheque/Swift Transfer shall also be accepted.

b) EMD amount more than Rs. 1 lac. : EMD can be submitted through online payment at IOCL e-tender portal along with the offer/Demand Draft/Swift Transfer or Bank Page 8 of 25

TENDER NO. : JRMM189146

Guarantee(BG). Validity of BG in lieu of EMD shall be 3 months beyond bid validity. Bank Guarantee must be strictly as per IOCL format as per Annexure-A of IOCL GPC.

In case of submission of physical EMD instrument i.e. Demand Draft/ Bankers Cheque/Bank Guarantee, scanned Copy of EMD instrument has to be uploaded in the un- priced bid and the bidder should also ensure that the Original EMD instrument in physical form duly enclosed in a sealed envelope super-scribed with “Offline EMD”, Bidder’s Name, Tender No., Bid Submission End Date & Item, is received at the Office of DY GENERAL MANAGER MATERIALS (PURCHASE), Indian Oil Corporation Ltd., Gujarat Refinery, P.O. Jawaharnagar, Dist. Vadodara – 391 320 as per following schedule:

I. Single Bid Tenders: Before due date and time of opening of bids. II. Two Bid Tenders: Within 7 working days from the date of opening of technical bids.

Note: i) For the purpose of receipt of Physical EMD instrument, the time recorded in the Receipt / DAK section against receipt shall be considered as receipt time. ii) Only those Physical EMD instrument found matching with the copy submitted in the e- portal shall be considered as valid.

IOCL shall not be responsible for postal/courier delay, non-receipt or loss in transit.

EMD shall be in equivalent US Dollar. Based on authorization by foreign bidder, their Indian associates may be allowed to submit EMD in INR in form of only Online payment at IOCL e- tender portal.

IN CASE BIDDER DOES NOT SUBMIT EMD AS MENTIONED ABOVE, THEN THE BID SHALL BE LIABLE FOR REJECTION.”

3.3 The IOCL Banker’s details required for issue of Bank Guarantees Only are as under: Bank Name : State Bank of India Account Number : 10135305063 Bank IFSC code : SBIN0000568 Branch Name : Gujarat Refinery Address : Bajwa Branch, PO. Jawaharnagar (Adjacent to Indian Oil Corporation Ltd. Administrative Building), Vadodara, Gujarat 391320

Please ensure to indicate Tender No., Bankers name, contact person name, phone, email, and Fax No. on Bank Guarantee covering letter of the Bank and on envelop, to expedite BG confirmation from your bankers, as required by IOCL.

BGs less than Rs. 1 cr may be accepted from any scheduled bank (including nationalized banks, other scheduled commercial banks, scheduled cooperative banks and scheduled regional rural banks) as appearing in the Second Schedule to the RBI Act 1934.

BGs of Rs. 1 cr and above may be accepted, which is issued by any of the following Banks: Page 9 of 25

TENDER NO. : JRMM189146

1. Allahabad Bank 2. Bank of Baroda 3. Bank of India 4. Bank of Maharashtra 5. Canara Bank 6. Central Bank of India 7. Corporation Bank 8. Indian Bank 9. State Bank of Bikaner & Jaipur 10. State Bank of Hyderabad 11. State Bank of India 12. State Bank of Mysore 13. State Bank of Patiala 14. State Bank of Travancore 15. UCO Bank 16. Union Bank of India 17. United Bank of India 18. Vijaya Bank 19. Andhra Bank 20. Dena Bank 21. IDBI Bank 22. Indian Overseas Bank 23. Oriental Bank of Commerce 24. Punjab & Sind Bank 25. Punjab National Bank 26. Syndicate Bank 27. ICICI Bank 28. HDFC Bank 29. Kotak Mahindra Bank 30. South Indian Bank 31. Federal Bank 32. Exim Bank 33. ING Vysya Bank 34. Axis Bank 35. Yes Bank 36. Citi Bank n.a. 37. HSBC Bank 38. Deutsche Bank ag 39. Bank of America n.a 40. Royal Bank of Scotland 41. BNP Paribas 42. Bank of Nova Scotia 43. Bank of Tokyo-Mitsubishi UFJ Ltd. 44. Mizuho Corporation Bank Ltd 45. Barclays Bank Plc 46. ANZ Bank 47. JP Morgan Chase Bank 48. Standard Chartered Bank 49. DBS Bank 50. First Rand Bank

BGs from any bank other than above can be accepted only if the same is counter- guaranteed by any of the above 50 banks.

In case the vendor is submitting Bank Guarantee towards EMD or Performance, as per tender conditions, the vendor to also ensure that The rating of bank sanctioning the BG should not fall below the rating of 'A' from Moody's or equivalent (from other rating agency) in case of foreign bank and rating of at least 'AA' from CRISIL or equivalent (from

Page 10 of 25

TENDER NO. : JRMM189146 other rating agency) in case of Indian banks during the tenor of the BG. In case the rating falls below threshold level at any time during the tenor of BG, the party will arrange to replace the BG, at its own cost, through any of the bank acceptable to IOC.

3.4 Offer shall be submitted ONLY through online mode on above given IOCL e-tendering website as per the “Critical Dates” mentioned in the Tender details at IOCL e-tender portal. The UNPRICED BIDS shall be opened on or after the date and time indicated in “Critical dates”. IOCL reserves the right to extend the Tender due date before bid opening. The PRICED BIDS of the Techno-Commercially acceptable bidders shall be scheduled for opening, at IOCL e-tender portal on a suitable date, and shall be opened online on or after this scheduled date at IOCL e-tender portal.

3.5 Bids in physical form sent through fax / email / courier / post will not be acceptable.

3.6 Bids will be accepted only through the IOCL e-tender portal. Online bids to be submitted well in advance to avoid any last minutes hurdles or inconvenience. Please note that that tender issuing authority is not responsible for the delay / non downloading of tender document by the recipient due to any problem in accessing the e-tender website. The tender issuing authority is also not responsible for delay in uploading bids due to any problem in the e-tender website.

3.7 In case of involvement of foreign vendors, tenders can be submitted either by the vendor directly or by their Indian agent on behalf of them, but not both. The Indian agent should represent only one vendor and he is not allowed to quote on behalf of another vendor for subsequent or parallel tender for the same job.

3.8 Demand draft/banker’s pay order/banker’s cheque for EMD (if & as applicable) should be in “New CTS-2010 compliant format” in favor of Accounts Officer, IOCL, Gujarat Refinery payable at Vadodara.

3.9 Release of EMD : a. EMD of bidders disqualified during techno-commercial bid evaluation shall be released immediately after approval of Price Bid Opening. b. EMD of bidders qualified in the techno-commercial bid but unsuccessful in the price bid stage shall be released immediately after final approval of the ordering proposal by the competent authority. c. EMD of the successful bidder shall be released after receipt of an acceptable PBG. In case PBG is not applicable, EMD of successful bidder shall be returned after ordering.

3.10 EMD exempted categories: Micro & Small Enterprises (MSE) as mentioned in “TENDER CONDITIONS FOR BENEFITS/PREFERENCE FOR MICRO & SMALL ENTERPRISES (MSEs)”, Central/State PSUs & Govt. Organizations and JVs of IOCL. IOCL reserves the right to allow purchase preference to MSEs, DMEPs (if applicable as per tender) and to JV Companies as per IOCL policy in vogue.

3.11 Please quote your rates, other charges and applicable taxes in the space provided in the Prescribed Price Schedule (Priced BOQ) and Agreed Terms & Conditions, as applicable. Page 11 of 25

TENDER NO. : JRMM189146

3.12 In case any Taxes, freight and other components asked for in the Tender are not indicated by the Bidder, the same shall be considered to be borne by the Bidder.

3.13 Techno-Commercially acceptable bids shall be evaluated based on evaluation criteria, Commercial loadings will be as per scope of the tender. The GST rates and HSN/SAC codes quoted by the bidder shall be treated as final. Any higher rate of tax actually invoiced shall be adjusted in price. Generally the lowest bid (Item-wise) shall be accepted, unless otherwise specified/decided by IOCL in its own Interest. Foreign bids shall be compared considering Bill Selling Rate released by SBI on the date of Price bid opening.

In case of tie of evaluated cost between two or more bidders, discount may be taken from all the L1 bidders through price negotiation. In case, there is still a tie, quantity may be equally divided amongst the bidders. In case, quantity cannot be divided, the bidder with maximum turnover may be ordered the full quantity.

3.14 Bidders must submit specific loss control aspects of the offered materials.

3.15 Only Biodegradable / recyclable / reusable type packing material should be used for supply of materials.

3.16 Suo-moto increase in price or withdrawing of Offer within the validity period shall not be allowed and the Offer shall be rejected. Further the vendor shall be liable for action as per Holiday Listing Procedure of IOCL. Suo-moto price reduction by a supplier shall not be considered for evaluation. However, if the same supplier happens to get the order based on original price bids, the benefit of such reduction shall be availed of for placement of order.

3.17 On account of exigencies, in case bids have to be revalidated before PBO beyond the originally sought validity, the same may be allowed with or without change in prices. However, IOCL reserves the right to cancel such tender and refloat the same.

3.18 Negotiations shall not be conducted with bidders as a matter of routine. However, IOCL reserves the right to conduct Negotiations.

3.19 IOCL reserves the right to make any changes in the terms and conditions of Enquiry and to accept or reject any bid or all the bids without assigning any reason and without incurring any liability to the affected bidder(s). IOCL reserves the right to reject, accept or prefer any tender or to abort the bidding process without assigning any reason whatsoever.

3.20 Tender can be abandoned without assigning any reason and no compensation shall be paid for the efforts made by the bidder.

3.21 Although normally the lowest responsive bid amongst the bids submitted by bidders are considered by IOCL to be qualified and competent shall be preferred, IOCL reserves the right not to accept the lowest bid if in its opinion this is not in the interests of IOCL. Page 12 of 25

TENDER NO. : JRMM189146

3.22 Payment may be made by E-payment or Cheque at discretion of IOCL.

3.23 A Tender is also liable for rejection in the following circumstances:

i. Does not pay the EMD before deadline ii. Does not fulfill minimum pre qualification criteria as per the Tender Documents iii. Submits the tender late i.e. after due date and time iv. Unsolicited tenders v. Stipulates the validity period less than what is stated in the Tender Documents vi. Stipulates his own conditions and does not agree to withdraw the deviations, rendering his bid unacceptable vii. Does not disclose the full names and addresses of all his partners or Directors as applicable wherever called for in the tender. viii. Does not fill in and digitally sign the required annexures, specifications, etc. as specified in the tender. ix. Does not submit bid in the prescribed format making it impossible to evaluate the bid x. Indulges in tampering of tender documents xi. Does not conform to any tender condition which stipulates non-conformance of tender conditions as a rejection criteria

3.24 EMD shall be forfeited and the vendor may be put in holiday list in case: a) The Tender is accepted and the vendor fails to furnish Performance Bank Guarantee (if applicable) or to execute the contracts within the stipulated period. b) In case the bidder alters/modifies/withdraws the bid suo-moto after opening the bids (un-priced bids in case of 2 bid tender) and within the validity period. In such a case, the tender submitted by the bidder shall be liable for rejection. c) Tampering of e-documents.

3.25 Bidders should declare if the offered product is based on IOCL (R&D) formulation, and if yes, whether the agreement for royalty payment with IOCL is valid. The vendor should also enclose an undertaking for the applicable royalty rate payable to IOCL (R&D), while submitting the offer. Gujarat refinery shall cross check the applicable royalty from R&D centre, while evaluating the bids. Incentive will be considered while evaluating the bids by applying negative loading to the rates quoted by manufacturers using IOCL (R&D formulations, to the extent of royalty inflow to IOCL (R&D, after adjustment of taxes and surcharges, if any.

3.26 Supplemental letters for revision in prices received from bidders shall be considered only in those cases where the revision in the price is asked for by IOCL based on changes in specification/scope of work/commercial terms and conditions.

3.27 ALL CORRESPONDENCE SHALL BE IN ENGLISH LANGUAGE ONLY.

3.28 It shall be the responsibility of the tenderers to fill complete, correct and accurate information in line with the requirements / stipulations of the tender documents, Page 13 of 25

TENDER NO. : JRMM189146

regarding their past experience and other information required to facilitate due evaluation / consideration of their tenders.

If any information given by the bidder / tenderer is found to be incorrect in any particular, considered by the OWNER to be relevant for the evaluation of the bid / tender, or is found by the OWNER to misrepresent the facts, or if any of the documents submitted by the tenderer / bidder in support of or relevant to the bid /tender is found by the OWNER to be forged, false or fabricated, the owner may reject the bid, and without prejudice to any other right(s) of action or remedy available to the owner, the owner may forfeit the Earnest Money given by the bidder in the form of Earnest Money deposit or bank guarantee in lieu of Earnest Money Deposit in order to compensate the OWNER for the expenses incurred by it in considering the bid (and not by way of penalty) and take action for putting the bidder / tenderer on holiday list for such period as the OWNER in this behalf considers warranted and / or to remove the bidder / tenderer from the approved list of vendors.

3.29 Refinery being sensitive establishment from fire and safety point of view therefore vehicle shall be allowed in battery area only equipped with fire extinguisher and spark arrestor. The personal entering refinery area shall be equipped with PPEs.

3.30 Truck / Tanker should report at IOCL, Gujarat refinery's gate by 8.30 am (excluding Sundays or holidays) in order to facilitate unloading at the earliest and release of trucks.

3.31 Motor vehicle act: Vehicles shall follow motor vehicle act 1988 & its latest updated revision and all other applicable laws of land during transportation of the material from bidder’s works to Gujarat refinery.

3.32 Successful Vendor to indicate the name of driver/khalasis on the lorry receipt/challan etc. so that the same can be verified at the entry gate while allowing entry by CISF. This is required for enhancing security measures for incoming material.

3.33 Successful Vendor to also ensure availability of required original and valid documents like RC Book, Insurance Papers, Fitness certificate of Vehicle (Tanker/Truck/Container), Driving License and Cleaner’s photo pass etc. at the time of dispatch of Materials & delivery at Gujarat Refinery. This shall enable CISF at Gujarat Refinery to allow them smoothly inside Refinery due to security reasons and avoiding any hassles at Refinery Gate. In case of non availability of original RC Book in the vehicle, Notarised (True Copy) of RC Book will also be accepted.

3.34 Any legal dispute shall be within the jurisdiction of local court of the Purchasing Office / Authority.

Page 14 of 25

TENDER NO. : JRMM189146

4. Instruction for raising Invoice for GST in Materials Purchase contracts

Invoice raised shall contain the following particulars- a) Name, address and GSTIN of the supplier; b) Serial number of the invoice; c) Date of issue; d) Name, address and GSTIN or UIN, if registered of the recipient; e) Name and address of the recipient and the address of the delivery, along with the State and its code, f) HSN code of goods or Accounting Code of services; g) Description of goods or services; h) Quantity in case of goods and unit or Unique Quantity Code thereof; i) Total value of supply of goods or services or both; j) Taxable value of supply of goods or services or both taking into discount or abatement if any; k) Rate of tax (Central Tax, State Tax, Integrated Tax (for inter-state supply), Union Territory Tax or cess); l) Amount of tax charged in respect of taxable goods or services (Central Tax, State Tax, Integrated Tax (for inter- state supply), Union Territory Tax or cess); m) Place of supply along with the name of State, in case of supply in the course of inter-state trade or commerce; n) Address of the delivery where the same is different from the place of supply and o) Signature or digital signature of the supplier or his authorized representative. p) GST invoice shall be prepared in triplicate, in case of supply of goods, in the following manner- q) The original copy being marked as ORIGINAL FOR RECIPIENT; r) The duplicate copy being marked as DUPLICATE FOR TRANSPORTER and s) The triplicate copy being marked as TRIPLICATE FOR SUPPLIER. t) In case of any advance given against any supplies contract, the supplier of the goods shall issue Receipt Voucher containing the details of advance taken along with particulars as mentioned in clause 4(a),(b), (c), (d), (g), (k), (l), (m)& (p). IOCL GST DETAILS:

LEGAL NAME INDIAN OIL CORPORATION LTD. PAN AAACI1681G GSTIN of State of Gujarat i.e. relevant for 24AAACI1681G1ZV Gujarat Refinery (Excluding LAB Plant) GST registration number for LAB-BE at 24AAACI1681G2ZU Gujarat Refinery is

Page 15 of 25

TENDER NO. : JRMM189146

5. EVALUATION CRITERIA FOR COMPARISON OF BIDS:

Following costs, taxes, duties etc., as applicable, shall be used for evaluation of bids if not defined otherwise in tender:  Basic ex-works cost  Third party inspection charges, if any  Packing & Forwarding charges,  FOB/FCA charges ,if any (in case of foreign vendors/imports),  All taxes and duties applicable in India for both Indian and foreign bidders/imports:  Port handling charges (for foreign vendors/imports)  Marine/Air Freight (in case of foreign bidders/imports),  Inland Freight ( in case of foreign bidders/imports as well as indigenous bidders)  Transit Insurance (Marine/Air insurance for foreign bidders/imports & inland insurance for both)  Testing charges, if applicable  Technical and commercial loadings, as defined in the Tender document.  Any other charges indicated by the bidder

For Foreign Bidders/Imports:-

Comparison cost shall be arrived at considering all components as mentioned below : i. F.O.B./FCA price quoted by the bidder (including stowage charges in case of pipes) ii. Marine insurance (Warehouse to Warehouse) @1% iii. Prevailing rate of Customs Duty. iv. All taxes and duties applicable in India v. Port handling charges @ 3% vi. Inland freight charges from Port to project site @ 2% of landed cost at Port of Entry

Foreign bids shall be compared considering the Bill Selling Rate released by State Bank of India as on the date of price bid opening.

Page 16 of 25

TENDER NO. : JRMM189146

6. Tender Conditions for Benefits/Preference for Micro & Small Enterprises (MSEs)

i. As per Public Procurement Policy for Micro & Small Enterprises (MSEs) Order, 2012 issued vide Gazette Notification dated 23.03.2012 by Ministry of Micro, Small and Medium Enterprises of Govt. of India, MSEs must be registered with any of the following in order to avail the benefits/preference available vide Public Procurement Policy MSEs Order, 2012.

a. District Industries Centers (DIC) b. Khadi and Village Industries Commission (KVIC) c. Khadi and Village Industries Board d. Coir Board e. National Small Industries Corporation (NSIC) f. Directorate of Handicraft and Handloom g. Any other body specified by Ministry of MSME

ii. MSEs participating in the tender must submit the certificate of registration with any one of the above agencies, along with their bid. iii. The registration certificate issued from any one of the above agencies must be valid as on close date of the tender. The successful bidder should ensure that the same is valid till the end of the contract period. iv. The MSEs who have applied for registration or renewal of registration with any of the above agencies / bodies, but have not obtained the valid certificate as on close date of the tender, are not eligible for exemption/preference.

v. The MSEs registered with above mentioned agencies / bodies are exempted from payment of Tender Fee, if any and Earnest Money Deposit (EMD), if any. vi. Purchase Preference – Subject to meeting terms and conditions stated in the tender document including but not limiting to prequalification criteria, twenty five percent of the total quantity of the tender is earmarked for MSEs registered with above mentioned agencies/bodies.

MSE registered as Manufacturer shall be allowed for Purchase Preference as under:

1. Single item tender (shall not be split) or Multiple items tender (which cannot be split as per tender conditions):

In case the L1 price is that of a non MSE bidder, then the MSE bidder (whose price is nearest to L1 price) shall be allowed to supply total tendered value provided its price is within the price band of L1 price + 15 percent and it matches the L1 price. In case the MSE bidder (whose price is nearest to L1 price) refuses to match the L1 price, then the next MSE bidder (whose price is 2nd nearest to L1 price and is within a price band of L1 price + 15%) shall be allowed to supply total tendered value, provided it matches the L1 price and so on. If no MSE bidder whose price is within a price band of L1 price + 15% accepts to match the price of the L1 bidder then the Purchase Order shall be placed on the L1 bidder.

Page 17 of 25

TENDER NO. : JRMM189146

2. Multiple items tender (tenders which can be split): a) MSE bidder(s) is/are L1 for item(s) and the total evaluated price of such items >=25% of the total tendered value: Purchase Preference shall not be applicable for the balance items. b) In other cases, items where the L1 price is that of non MSE bidder(s) and price of MSE bidder(s) is within a price band of L1 price + 15%, “such” items will be offered to MSE bidder(s) (whose price is nearest to L1 price) for price matching as detailed below. On price matching Purchase Order for “such” items shall be placed on the concerned MSE bidder(s):

(i) Sum Total of the total evaluated L1 price of “such” items and total evaluated L1 price of items where the L1 price is that of MSE bidder(s), is less than 25% of the total tendered value: All “such” items will be offered for price matching. In case the MSE bidder (whose price is nearest to L1 price) refuses to match the L1 price, the item will be ordered on the L1 bidder.

(ii) Sum Total of the total evaluated L1 price of “such” items and total evaluated L1 price of items where the L1 price is that of MSE bidder(s) is >=25% of the total tendered value: “Such” items will be offered for price matching in such a way that the Sum Total of the total evaluated L1 price of “such” items and total evaluated L1 price of items where the L1 price is that of MSE bidder(s) is at least 25% of the total tendered value. The Items to be offered to MSE bidder(s) will be selected on the basis of the % difference between the L1 price and MSE bidder price (whose price is nearest to L1 price) in ascending order. During this exercise in case the MSE bidder (whose price is nearest to L1 price) refuses to match the L1 price, the item will be ordered on the L1 bidder and will not be replaced by new item for price matching even though the above mentioned 25% of the total tendered value is not achieved.

For e.g. There are 10 line items in a tender.  In 3 line items the L1 price is that of MSE bidder(s) but total evaluated L1 price of these items is less than 25%  In 4 line items the L1 price is that of non MSE bidder(s) and price of MSE bidder(s) is within a price band of L1 price + 15%. These 4 line items will be arranged in ascending order as explained above in b)ii).

Suppose the total evaluated L1 price of (A) (3 line items where MSE is L1 bidder) along with first 2 line items of (B) adds up to 25% or more of the total tendered value, then first 2 line items of (B) only will offered for price matching.

Type Of Tender Price Quoted By MSE How To Finalize Tender Can be split L-1 Full order on MSE Can be split Not L-1 but within L- % 25% order on MSE subject to matching 1+15 L-1price Cannot be split L-1 Full order on MSE Cannot be split Not L-1 but within L- Full order on MSE subject to matching L-1 1+15 price

Page 18 of 25

TENDER NO. : JRMM189146

3. Single Item Tenders (which can be split):-

In case the L1 price is that of a non MSE bidder and price of MSE bidder(s) is within a price band of L1 price + 15%, then MSE bidder(s) shall be allowed to supply 25% of the total tendered quantity provided they match the L1 price. In case there is more than one such MSE bidder then the 25% of the total tendered quantity shall be divided among those MSE bidders as per IOCL guidelines for splitting of tenders (refer Note b). If no MSE bidder whose price is within a price band of L1 price + 15% accepts to match the price of the L1 bidder then the L1 bidder shall be allowed to supply the entire tendered quantity.

A. Guidelines for splitting of 25% of the total tendered quantity: In case the price of two or more MSE bidders is same, then splitting shall be done equally amongst these bidders. In case there are two MSE bidders with different prices then the splitting shall be done among L1 & L2 bidder in the ratio of 60:40. Similarly in case of 3 MSE bidders the splitting shall be done among L1, L2 & L3 bidder in the ratio of 50:30:20 and in case of 4 MSE bidders the splitting shall be done in the ratio of 40:30:20:10.

4. Single Item tenders which are to be split in predetermined lots like 60:40, 50:30:20 etc.

Single item tender which is to be split in predetermined quantity lots (60:40, 50:30:20 etc.) to ensure multiple sources of supply at the same L1 price:

A. If any MSE bidder is eligible to supply any of the predetermined lots by the virtue of being the L1 bidder or by matching the price of the L1 bidder as per the tender conditions for lot system, then no Purchase preference shall be applicable.

B. In case the L1 price is that of a non MSE bidder and no MSE bidder is eligible to supply any of the predetermined lots by matching the price of the L1 bidder as per the tender conditions for lot system but the price of MSE bidder(s) is within a price band of L1 price + 15%, then the MSE bidder (whose price is nearest to L1 price) shall be allowed to supply the smallest lot size of the tender, provided they match the L1 price. In case this MSE bidder refuses to match the price of the L1 bidder then the next MSE bidder (whose price is 2nd nearest to L1 price and is within a price band of L1 price + 15%) shall be allowed to supply this smallest lot size of the tender, provided they match the L1 price and so on. If no MSE bidder whose price is within a price band of L1 price + 15% accepts to match the price of the L1 bidder then the Purchase Orders shall be placed as per the tender conditions of lot system.

Note:  Total Tendered value means Total lowest evaluated Price.  Price means Evaluated Price.  A line item of the tender shall not be further split in multiple items tender. (FOR SR NO -2 i.e., Multiple items tender (tenders which can be split))  Negotiations shall not be conducted with bidders as a matter of routine. However, IOCL reserves the right to conduct Negotiations with the L1 bidder. In such case the eligible MSE bidder will have to match the Negotiated L1 price. The price band of L1 price + 15% shall be based on pre-negotiated L1 price but all other criteria defined above shall be based on Negotiated L1 price.

Page 19 of 25

TENDER NO. : JRMM189146

vii. Out of the twenty Five percent target of annual procurement from micro and small enterprises four percent shall be earmarked for procurement from micro and small enterprises owned by Scheduled Caste & Scheduled Tribe entrepreneurs and 3% shall be earmarked for Micro & small enterprises owned by women . In the event of failure of such MSEs to participate in the tender process or meet the tender requirements and L1 price, four percent and three percent sub-target so earmarked above shall be met from other MSEs. viii. To qualify for entitlement as SC/ST owned MSE, the SC/ST certificate issued by District Authority must be submitted by the bidder in addition to certificate of registration with any one of the agencies mentioned in paragraph (I) above. The bidder shall be responsible to furnish necessary documentary evidence for enabling IOCL to ascertain that the MSE is owned by SC/ST. MSE owned by SC/ST is defined as:

a. In case of proprietary MSE, proprietor(s) shall be SC /ST b. In case of partnership MSE, the SC/ST partners shall be holding at least 51% shares in the enterprise. c. In case of Private Limited Companies, at least 51% share shall be held by SC/ST promoters.

NOTE:

1. In case where tender quantity can be split and MSE vendor is already getting order for more than 25% of the tender value, no additional purchase preference is required to be given in that tender.

2. In case MSE vendor is already getting order for less than 25% of the tender quantity, purchase preference to this and other MSE vendors (together) shall be given only up to the differential quantity to make total as 25% to MSE vendor.

Page 20 of 25

TENDER NO. : JRMM189146

7. Tender Conditions with Implementation of Insolvency and Bankruptcy Code, 2016 (IBC)

(a)It will be the responsibility of the bidder to inform IOCL within 15 days from the date of order of insolvency resolution process or liquidation or bankruptcy proceeding passed by the Adjudicating Authority namely, National Company Law Tribunal (NCLT) or Debt Recovery Tribunal (DRT) under the Code.

(b) If bidder refuses or fails to share the information regarding their status of insolvency resolution process or liquidation or bankruptcy proceeding in their bid or at any later stage, their offer is liable to be rejected by IOCL.

(c ) IOCL reserves the right to cancel/terminate the contract without any liability on the part of IOCL immediately on the commencement of insolvency resolution process or liquidation or bankruptcy proceeding of any party under the contract.

(d) IOCL reserves its right to evaluate and finalise the bid without considering the bid of any party undergoing insolvency resolution process or liquidation or bankruptcy proceeding under the Code regardless of the stage of tendering.

(e) A declaration / undertaking shall be submitted by the bidder in the Format (as per ANNEXURE) along with techno commercial bid.

Guide lines for Evaluation & Short closure: a) After opening of price bid but before award, if a bidder(s) is(are) rejected due to initiation of insolvency resolution process or liquidation or bankruptcy proceeding under Insolvency and Bankruptcy Code, 2016 (Code), tender will be finalized ignoring such bid(s). b) During execution of contract, if insolvency resolution process or liquidation or bankruptcy proceeding under Insolvency and Bankruptcy Code, 2016 (Code) is initiated against a contractor and IOCL decides to short close the contract, same will not attract clause of risk and cost of GCC.

Page 21 of 25

TENDER NO. : JRMM189146

ANNEXURE

PERFORMA FOR DECLARATION ON PROCEEDINGS UNDER INSOLVENCY AND BANKRUPTCY CODE, 2016

Tender No. : Name of Work : Bidder ’s Name : ………………………………………………………. .

I/ We, M/s. ______declare that:-

(i) I /We am / are not undergoing insolvency resolution Process or liquidation or bankruptcy proceeding as on date. (ii) I /We am / are undergoing insolvency resolution process or liquidation or bankruptcy proceeding as on date as per Details mentioned below. (Attached detail with technical bid)

Note: Strike out one of above which is not applicable.

It is understood that if this declaration is found to be false, Indian Oil Corporation Ltd. shall have the right to reject my / our bid, and forfeit the EMD, if the bid has resulted in a contract, the contract will be liable for termination without prejudice to any other right or remedy (including holiday listing) available to Indian Oil Corporation Ltd.

Place: Date: Signature of Bidder Name of Signatory

Page 22 of 25

TENDER NO. : JRMM189146

8. PURCHASE PREFERENCE (LINKED WITH LOCAL CONTENT) 2017 (PP-LC)

ONLY FOR GLOBAL TENDERS

INSTRUCTIONS FOR PREFERENCE (LINKED WITH LOCAL CONTENT)- PPLC

Bidders seeking benefit under “Purchase Preference (linked with local content) (PP-LC)” policy are required to submit in the Price Bid (as an additional pdf document apart from Priced BOQ), the price break-up of “local component” and “Imported component” in the format for calculation of local content as defined in Annexure-II to the heading “Purchase Preference (linked with Local Content) 2017 (PP-LC)”, otherwise no benefit shall be given.

In case, bidders are not eligible for any preference as per the PP-LC policy, they should also submit additional pdf document apart from Priced BOQ, by indicating “Not applicable”, in the Price Bid.

For availing the benefit under “Purchase Preference (linked with local content) (PP-LC)” policy, the bidder has to submit/provide the following:

a) Declaration of preference of policy in “Agreed Terms & Conditions” format of tender in un-priced bid.

b) Undertaking on bidder’s letter head confirming their meeting the local content duly certified as defined in Cl. No. 5.1. under the heading “Purchase Preference (linked with Local Content) 2017 (PP-LC)”, in un- priced bid.

c) Calculation of local content as defined in Annexure-II to the heading “Purchase Preference (linked with Local Content)2017 (PP-LC)”, in priced bid.

Page 23 of 25

TENDER NO. : JRMM189146

Gujarat Refinery

ONLY FOR GLOBAL TENDERS

To,

Prospective Foreign bidder who wish to participate in the Global E-Tender No. JRMM183122

Dear Sir Indian Oil Corporation Limited (IOCL), Gujarat Refinery have published the subject E-Tender on website https://iocletenders.nic.in. For participating in the E-Tendering, Digital Signature Certificate (DSC) is required as mentioned in the Instructions to Bidders of the Tender Document. Procedure for obtaining Digital Signature by Foreign Vendors is attached in subsequent pages of this document. As per the procedure, one of the documents required is “Invitation letter from the Tender Inviting Authority for participation in the Tender”. This letter is an Invitation to all Foreign bidders, who meet the Pre- Qualification Criteria as specified in the Tender documents and wish to participate in the subject E-Tender. The evaluation of bids and selection of the successful bidder shall be as per the Tender documents and guidelines of Indian Oil Corporation Ltd. which will be final and binding on all the bidders.

Yours faithfully,

For and on behalf of Indian Oil Corporation Limited

DEPUTY GENERAL MANAGER(MATERIALS-PURCHASE)

Page 24 of 25

TENDER NO. : JRMM189146

9. SCOPE OF SUPPLY-CUM-TECHNICAL SPECIFICATIONS

Page 25 of 25

ENQUIRY

Enquiry No.:JRMM189146

______TWO BID Offer Ref...... Date......

Dear Sir,

We shall be grateful to receive your quotation filled in the copy ofthis enquiry for the supply of following items.

Sr.no.Item Code and Unit Qty Description

GROUP: 1 CONTROL VALVE PARTS MAKE:

0010 8375940473 EA 1.000 each CMPLT CV 1.5IN 300 CS WTH POSITIONER ITEM TEXT IMPORTANT NOTE: SPECIFICATION MENTIONED UNDER "ITEM TEXT" SUPERCEDES ANY SPECIFICATION MENTIONED UNDER "GROUP" OR ANY WHERE ELSE. VENDOR SHALL FOLLOW SPECIFICATIONS MENTIONED UNDER "ITEM TEXT" ONLY.

Item required is a 1.5" 300# globe Control valve with tag no.: 6-PV-6301. The item to be provided should be as per the specifications enclosed as Annexure-1: General note on control valves, datasheet for SMART Positioner, Annexure-2: datasheet for AFR, Annexure-3.1: control valve datasheet and Annexure-4: QAP:Scope of Inspection shall be as per the

Signature of Vendor with Office Seal

PAGE 2 OF 12 ENQUIRY

Enquiry No.:JRMM189146/2270996 Date:07.02.2019 ______

Sr.no.Item Code and Unit Qty Description

attached QAP.

Bidder to submit the duly filled, signed and stamped copies of all the above annexures with supporting documents along with offer. Bidder to also submit the valve sizing sheet and GAD of the valves being offered alongwith the offer.

Note: Third Party Inspection is required.

BREAKUP OF QUANTITY Gujarat Refinery : 1.000EA

GROUP: 2 CONTROL VALVE PARTS MAKE:

0020 8375090114 EA 1.000 each PCV,2IN,300,RF,WCB, ITEM TEXT IMPORTANT NOTE: SPECIFICATION MENTIONED UNDER "ITEM TEXT" SUPERCEDES ANY SPECIFICATION MENTIONED UNDER "GROUP" OR ANY WHERE ELSE. VENDOR SHALL FOLLOW SPECIFICATIONS MENTIONED UNDER "ITEM TEXT" ONLY.

Item required are 2" 300# globe Control valve with tag nos.: 2-PV-2704B. The items to be provided should be as per the specifications enclosed as Annexure-1: General note on control valves, datasheet for SMART Positioner, Annexure-2: datasheet for AFR, Annexure-3.4: control valve datasheet and Annexure-4: QAP:Scope of Inspection shall be as per the attached QAP.

Bidder to submit the duly filled, signed and stamped copies of all the

Signature of Vendor with Office Seal

PAGE 3 OF 12 ENQUIRY

Enquiry No.:JRMM189146 ______

Sr.no.Item Code and Unit Qty Description

above annexures with supporting documents along with offer. Bidder to also submit the valve sizing sheet and GAD of the valves being offered alongwith the offer.

Note: Third Party Inspection is required.

BREAKUP OF QUANTITY Gujarat Refinery : 1.000EA

GROUP: 3 CONTROL VALVE & PARTS MAKE : SUPPLEMENTARY REQUIRMENTS: ADDITIONAL REQUIREMENTS: COMPLETE VALVE SPARES

0030 8375159633 EA 1.000 |..... each CONTROL VALVE WITH POSITIONER, MODEL - MARK ONE A216 WCB, SIZE AND RATING - 3IN 300, Cv 78

ITEM TEXT IMPORTANT NOTE: SPECIFICATION MENTIONED UNDER "ITEM TEXT" SUPERCEDES ANY SPECIFICATION MENTIONED UNDER "GROUP" OR ANY WHERE ELSE. VENDOR SHALL FOLLOW SPECIFICATIONS MENTIONED UNDER "ITEM TEXT" ONLY.

Item required is a 3" 300# globe Control valve with tag no.:1011-PV-2405A. The item to be provided should be as per the specifications enclosed as Annexure-1: General note on control valves, datasheet for SMART Positioner, Annexure-2: datasheet for AFR, Annexure-3.5: control valve

Signature of Vendor with Office Seal

PAGE 4 OF 12 ENQUIRY

Enquiry No.:JRMM189146 ______

Sr.no.Item Code and Unit Qty Description

datasheet and Annexure-4: QAP:Scope of Inspection shall be as per the attached QAP, Annexure-5:Special requirements for valves in Hydrogen service.

Bidder to submit the duly filled, signed and stamped copies of all the above annexures with supporting documents along with offer. Bidder to also submit the valve sizing sheet and GAD of the valves being offered alongwith the offer.

Note: Third Party Inspection is required.

BREAKUP OF QUANTITY Gujarat Refinery : 1.000EA

GROUP: 4 CONTROL VALVE TYPE : PRESSURE/FLOW CONTROL, GLOBE , CAGE GUIDED BODY MATERIAL:ASTM A 216 WCB END CONNECTION : FLANGED DISC TYPE / STYLE : BALL / LOOSE DISC / PLUG BONNET TYPE/STYLE : BOLTED SEAT TYPE/STYLE : INTEGRAL / PARALLEL / RENEWABLE PACKING MATERIAL : TEFLON ACTUATOR TYPE : ELECTRO HYDRAULIC ACTUATOR ACTION : LINEAR / EQUAL % DIMENSIONS STANDARD CONFORM TO: ANSI B 16.5 RF

0040 8330159014 EA 1.000 each FCV,CAGE,FLNG,RF,HYD,CS,A216,300,8IN ITEM TEXT IMPORTANT NOTE: SPECIFICATION MENTIONED UNDER "ITEM TEXT" SUPERCEDES ANY

Signature of Vendor with Office Seal

PAGE 5 OF 12 ENQUIRY

Enquiry No.:JRMM189146 ______

Sr.no.Item Code and Unit Qty Description

SPECIFICATION MENTIONED UNDER "GROUP" OR ANY WHERE ELSE. VENDOR SHALL FOLLOW SPECIFICATIONS MENTIONED UNDER "ITEM TEXT" ONLY.

Item required is a 8" 300# globe Control valve with tag no.:2041-PV-2905A. The item to be provided should be as per the specifications enclosed as Annexure-1: General note on control valves, datasheet for SMART Positioner, Annexure-2: datasheet for AFR, Annexure-3.6: control valve datasheet and Annexure-4: QAP:Scope of Inspection shall be as per the attached QAP, Annexure-5:Special requirements for valves in Hydrogen service.

Bidder to submit the duly filled, signed and stamped copies of all the above annexures with supporting documents along with offer. Bidder to also submit the valve sizing sheet and GAD of the valves being offered alongwith the offer.

Note: Third Party Inspection is required.

BREAKUP OF QUANTITY Gujarat Refinery : 1.000EA

GROUP: 5 "VALVE,GLOBE" BODY MAT. SPEC.: SS316 DIMENSION STANDARD CONFORM TO DESIGN STANDARD CONFORM TO

0050 8383822464 EA 1.000 each 10IN 150LBS ITEM TEXT

Signature of Vendor with Office Seal

PAGE 6 OF 12 ENQUIRY

Enquiry No.:JRMM189146 ______

Sr.no.Item Code and Unit Qty Description

IMPORTANT NOTE: SPECIFICATION MENTIONED UNDER "ITEM TEXT" SUPERCEDES ANY SPECIFICATION MENTIONED UNDER "GROUP" OR ANY WHERE ELSE. VENDOR SHALL FOLLOW SPECIFICATIONS MENTIONED UNDER "ITEM TEXT" ONLY.

Item required is a 10" 150# globe Control valve with tag no.:5-PV-3204. The item to be provided should be as per the specifications enclosed as Annexure-1: General note on control valves, datasheet for SMART Positioner, Annexure-2: datasheet for AFR, Annexure-3.7: control valve datasheet and Annexure-4: QAP:Scope of Inspection shall be as per the attached QAP.

Bidder to submit the duly filled, signed and stamped copies of all the above annexures with supporting documents along with offer. Bidder to also submit the valve sizing sheet and GAD of the valves being offered alongwith the offer.

Note: Third Party Inspection is required.

BREAKUP OF QUANTITY Gujarat Refinery : 1.000EA

GROUP: 6 CONTROL VALVE GLOBE BODY MATERIAL : ASTM A 216,GR- WCB END CONNECTION : RF FLANGED SEAT RING MATERIALS : SS 316 + STELLITED STEM MATERIAL & SIZE : 316 SST NVS PRESSURE INCH LBS

Signature of Vendor with Office Seal

PAGE 7 OF 12 ENQUIRY

Enquiry No.:JRMM189146 ______

Sr.no.Item Code and Unit Qty Description

0060 8330200074 EA 1.000 each 10 300 ITEM TEXT IMPORTANT NOTE: SPECIFICATION MENTIONED UNDER "ITEM TEXT" SUPERCEDES ANY SPECIFICATION MENTIONED UNDER "GROUP" OR ANY WHERE ELSE. VENDOR SHALL FOLLOW SPECIFICATIONS MENTIONED UNDER "ITEM TEXT" ONLY.

Item required is a 10" 300# globe Control valve with tag no.: 2041-PV-2902. The item to be provided should be as per the specifications enclosed as Annexure-1: General note on control valves, datasheet for SMART Positioner, Annexure-2: datasheet for AFR, Annexure-3.8: control valve datasheet and Annexure-4: QAP:Scope of Inspection shall be as per the attached QAP.

Bidder to submit the duly filled, signed and stamped copies of all the above annexures with supporting documents along with offer. Bidder to also submit the valve sizing sheet and GAD of the valves being offered alongwith the offer.

Note: Third Party Inspection is required.

BREAKUP OF QUANTITY Gujarat Refinery : 1.000EA

GROUP: 7 VALVE,CONTROL NVS PRESSURE inch lbs

Signature of Vendor with Office Seal

PAGE 8 OF 12 ENQUIRY

Enquiry No.:JRMM189146 ______

Sr.no.Item Code and Unit Qty Description

0070 8355911054 EA 2.000 |..... each 2 ITEM TEXT IMPORTANT NOTE: SPECIFICATION MENTIONED UNDER "ITEM TEXT" SUPERCEDES ANY SPECIFICATION MENTIONED UNDER "GROUP" OR ANY WHERE ELSE. VENDOR SHALL FOLLOW SPECIFICATIONS MENTIONED UNDER "ITEM TEXT" ONLY.

Item required are 2" 150# globe Control valves with tag nos.: 1-PV-1789B, 1-PV-1790B. The items to be provided should be as per the specifications enclosed as Annexure-1: General note on control valves, datasheet for SMART Positioner, Annexure-2: datasheet for AFR, Annexure:3.2 & 3.3, Control valve datasheet and Annexure-4: QAP:Scope of Inspection shall be as per the attached QAP.

Bidder to submit the duly filled, signed and stamped copies of all the above annexures with supporting documents along with offer. Bidder to also submit the valve sizing sheet and GAD of the valves being offered alongwith the offer.

Note: Third Party Inspection is required.

BREAKUP OF QUANTITY Gujarat Refinery : 2.000EA

Signature of Vendor with Office Seal

PAGE 9 OF 12

Instrumentation maintenance

General note on PAGE 1 OF 18 CONTROL VALVES

Annexure-1

Control Valves

Instrumentation maintenance

General note on PAGE 2 OF 18 CONTROL VALVES

Annexure-1

Contents

Clause No. Description

1.0 General 2.0 Codes & Standards and Abbreviations 3.0 Design Requirements 4.0 Certifying Authority 5.0 Inspection and testing 6.0 Valve assembly 7.0 Documentation 8.0 Name Plate

Instrumentation maintenance

General note on PAGE 3 OF 18 CONTROL VALVES

Annexure-1

1.0 GENERAL 1.1 This specification, together with the data sheets, RFQ and Special Requirements (if any) covers the requirements for the design, materials, nameplate marking, inspection, testing and shipping of Control valves with accessories. 1.2 In the event of any conflict between this standard specifications, data sheets, statutory regulations, related standards, codes etc., the following order of priority shall govern: a) Statutory Regulations b) Licensor Requirements (if specified in the tender) c) Data Sheets d) Standard Specification e) Codes and Standards 1.3 Enclosed data sheets specify the material for Control Valves along with their accessories. Unless specifically indicated otherwise, alternate superior material of construction shall also be acceptable provided vendor assumes complete responsibility for the selected materials for their compatibility with the specified fluid and its operating conditions. 1.4 Vendor shall follow the QAP enclosed as Annexure-4

2.0 CODES & STANDARDS AND ABBREVIATIONS

2.1 ASME American Society of Mechanical Engineers.

B 1.20.1 Pipe Threads General purpose (Inch) B 16.5 Pipe Flanges and Flanged Fittings B 16.20 Metallic gaskets for Pipe flanges- Ring joint, Spiral wound and jacketed. B 16.34 Valves - flanged, Threaded and Welding End. B 16.47-B Large Diameter Steel Flanges

2.2 ANSI/FCI American National Standard Institute/Fluid Control Institute FCI 70-2 Control Valve Seat Leakage

2.3 API American Petroleum Institute 6D Pipelines valves (Gate valve, Plug, Ball and Check valves) 598 Inspection Requirements 609 Lug and wafer type, Butterfly valves

2.4 AWWA American Water Works Association - Steel Pipe Flanges for Water C207 CL.D Works Services

Instrumentation maintenance

General note on PAGE 4 OF 18 CONTROL VALVES

Annexure-1

2.5 BS British Standards 6364 Valves in cryogenic service European Standards 2.6 EN European Standards 10204 Inspection Documents For Metallic Products 61056-1 Specification for performance, design and construction of valve, regulated sealed type. 2.7 IBR Indian Boiler Regulation 2.8 IS/IEC Indian Standard/International Electro-technical Commission IS/IEC 60529 Degree of Protection Provided by Enclosures (IP Code) ISIIEC 60079 Electrical Apparatus for Explosive Gas Atmospheres IEC 61000-4 Electromagnetic Compatibility (EMC) for Industrial Process Measurement and Control Equipment IEC 61158 Fieldbus Standard for use in Industrial Control System IEC 61158-2 Physical Layer Specification and service definition for Fieldbus IEC 61508 Functional Safety of Electrical/Electronic/Programmable Electronic Safety related Systems. IEC 61511 Functional safety instrumented system for the process industry sector IEC 61804 Function blocks (FB) for process control - Electronic Device Description IEC 60534-3-2 Face to Face dimension of rotary valves except butterfly valves. IEC 60534-4 Seat leakage IEC 60534-8.3 Industrial process control valves, noise consideration, control valve aerodynamic noise prediction method IEC 60534-8.4 Industrial process control valves, noise consideration, prediction of noise generated by hydrodynamic flow FF 890 Function Block Application Process Part 1 FF 891 Function Block Application Process Part 2 FF 892 Function Block Application Process Part 3 FF 893 Function Block Application Process Part 4 FF 894 Function Block Application Process Part 5 2.9 ISA International Society of Automation 75.01.01 Flow equation for sizing control valves. 75.02 Control valve capacity test procedure. TR75.04 Control Valve positioner stability 75.05.01 Control Valve terminology 75.07 Laboratory measurement of aerodynamic noise generated by control valves 75.08.01 Face to face dimensions for integral flanged Globe-style control valve bodies (ASME Class 125,150,300 and 600) 75.08.02 Face to face dimensions for flangeless control valve (ASME Class 150,300 and 600) 75.08.04 Face to face dimensions for Buttweld-end globe style control valve (ASME Class 4500)

Instrumentation maintenance

General note on PAGE 5 OF 18 CONTROL VALVES

Annexure-1

75.08.05 Face to face dimensions for Buttweld-end globe style control valve (ASME Class l5O,3OO,6OO,9OO, 1500 and 2500) 75.08.06 Face to face dimensions for flanged Globe-style control valve bodies (ASME Class 900,1500 and 2500) 75.11.01 Inherent flow characteristic and Rangeability of control valves. 75.19.01 Hydrostatic testing of control valves. 75.22 Face to centre-line dimensions for flanged Globe-style Angle control valve bodies (ASME Class 150,300 and 600) 75.25.01 Test Procedure for Control valve response measurement for step inputs TR75.25.02 Control valve response measurement for step inputs 75.13 Method of evaluating the performance of positioners with analog input signals and pneumatic output. 75.17 Control valve aerodynamic noise prediction. RP75.23 Considerations for evaluating control valve Cavitation

2.10 ITK Interoperability Test Kit (latest version) 2.11 MSS Manufacturer's Standardisation Society SP25 Standard Markings System for Valves, Fittings, Flanges and Unions 2.12 NACE National Association of Corrosion Engineers MR0103 Materials Resistant to Sulphide stress in Corrosive Petroleum Refinery Environments 2.13 OSHA Occupational Safety and Health Authority 2.14 Abbreviations: AARH Arithmetic Average Roughness Height ASTM American Society for Testing and Materials NPT National Pipe Thread EDDL Electronics Device Description Language FISCO Fieldbus Intrinsic Safety Concept FDT/DTM Field Device Tool/ Device Type Manager FF Fieldbus Foundation HART Highway Addressable Remote Transducer LAS Link Active Scheduler LCD Liquid Crystal Display NPS Nominal Pipe Size RAM Random Access Memory WC Water Column CIMFR Central Institute of Mining and Fuel Research ERTL Electronics Regional Testing Laboratory HHT Hand Held Terminal NACE National Association of Corrosion Engineers PID Proportional, Integral and Derivative

Instrumentation maintenance

General note on PAGE 6 OF 18 CONTROL VALVES

Annexure-1

PTFE Poly Tetra Fluoro Ethylene SS Stainless Steel TSO Tight Shutoff

3.0 DESIGN REQUIREMENTS 3.1 General Requirements for Control Valves 3.1.1 Vendor shall be responsible for selecting their standard valve flow coefficient suitable for the specified service and process conditions specified in the Data sheets. 3.1.2 Vendor shall be responsible for checking for cavitation, flashing and noise generated and to provide suitable trim and treatment to limit these within appropriate limits. 3.1.3 Vendor shall furnish sizing calculation for each tag number clearly highlighting the standard used for calculation, noise level, Cavitation or flashing, Cv selected, percentage opening at minimum, normal and maximum flow, inlet and outlet velocity etc. 3.1.4 Catalogues giving detailed technical specifications, model decoding details and other information for each type of control valve and accessories covered in the bid. 3.1.5 For valves in cryogenic service, vendor shall meet the following acceptance criteria: a) Vendor shall furnish, along with the offer, type test certificate, duly witnessed by Third Party Inspection agency like MIS LRIS, DNV BV, TUV, CEIL etc. of having successfully conducted the cryogenic test as per BS 6364 on the offered valves (same model, size, rating and material) in cryogenic service. Further vendor to note the following: i. Test temperature shall be -45 Deg C for LTCS and -196 Deg C for all grades of austenitic Stainless Steel. ii. Test carried out on a particular size of one type of valve, pressure rating and material shall qualify all sizes equal to and below the test valve size for the same type, pressure rating and material. In case of austenitic Stainless Steel any one grade would qualify for other grades of austenitic Stainless Steel. b) In case vendor does not have cryogenic type test certificate for the offered valves as mentioned above, vendor shall confirm to conduct the cryogenic test on the offered valves and furnish type test report meeting requirements specified above.

3.2 Design Requirements for Control Valve Body 3.2.1 Control valves shall have flanged end connections integral to the valve body. Split body type valve design shall not be offered unless specifically indicated in the Data sheets. Whenever flangeless control valve body design is specified in the Data sheet, following shall apply: a) Wafer type or lug type body design for control valves body size up to 6 inches. b) Lug type body design for butterfly type of control valve body size more than 6 inches.

Instrumentation maintenance

General note on PAGE 7 OF 18 CONTROL VALVES

Annexure-1

3.2.2 The valve body rating should be equal to or higher than the flange rating specified in the data sheets. As a minimum, control valve body shall be rated for ASME Class 300 or as per datasheet whichever is higher. However, end connection size and rating shall be as specified in Data sheet. 3.2.3 The control valves shall be suitable for installation in horizontal as well as in vertical lines. For all applications, where full port valves are specified, following shall apply: a) Port size shall be equal to line size for rating up to ASME Class 1500. b) Port size shall not be smaller than one size lower than that of the line size for body rating ASME Class 1500 and above.

3.2.4 Flow Direction: 3.2.4.1 In general, flow direction shall be as below: a) Flow tending to open for single seated unbalanced valve design. b) Flow entering between the seats for double seated valves. c) Flow entering at the side and leaving at the bottom for angle valves. For valves design other than those specified above, flow direction shall be as per manufacturer standard. 3.2.4.2 Flow direction shall be clearly marked on the control valve body. 3.2.4.3 For 3-way control valves, service like mixing or diverting, shall be clearly identified with inlet and outlet end connection clearly marked on the control valve body.

3.2.5 Material of Construction

a) The material of construction of control valves shall be as specified in the data sheet. b) Control valve body, bonnet, flanges and other pressure containing assemblies shall be of the same material of construction as specified for valve body in the data sheets. c) The bonnet flange and bottom flange shall have metallic spiral wound gaskets suitable for the specified service. d) Vendor shall be responsible for selecting proper material for the internal parts of control valve. All such materials shall have the same or better specification than specified in the data sheets. e) The material of construction of silencers, diffuser plates, diffuser plate assembly etc shall be as per the body material specified in the data sheets, as a minimum.

3.3 Design Requirements for Control Valve: Trim

3.3.1 The term 'trim' covers those parts of valve assembly (excluding the body, bonnet and bottom flange) which are exposed to and are in contact with the line medium consisting of

Instrumentation maintenance

General note on PAGE 8 OF 18 CONTROL VALVES

Annexure-1

but not limited to the seat ring, valve stem, valve plug, valve plug guide, guide bushing and cage. In case of rotary type of control valves like butterfly, ball, segmental ball, rotary plug, eccentric disc and rotary disc, the term trim covers disc/ball, seat ring, shaft and bearing.

3.3.2 Guiding

a) Single seated globe (unbalanced) and angle type control valves shall have heavy top plug guiding. Stem guided control valve design shall not be acceptable unless specifically indicated in datasheets. b) Single seated globe (balanced) control valves shall be of cage guided design. The cage shall provide a continuous plug guiding. c) Double seated valves shall have top and bottom or cage guiding and shall be of the pressure balanced type. d) Whenever cage type control valves are specified, top guided or top and bottom guided control valves can be offered provided it meets all other process and functional requirements. But whenever top or top and bottom type of guiding is specified, cage type control valves shall not be offered. e) 3-way control valves of either diverting or mixing type shall have top guiding. f) Rotary control valves like butterfly, segmental ball, eccentric rotary plug etc shall have blowout proof shaft guiding design. g) Guide bushings shall be of a sufficiently hard material to resist side thrust on the plug.

3.3.3 Trim Design 3.3.3.1 Control valve manufacturer/vendor shall be responsible for trim selection and trim design of the control valve. However it must meet the following minimum requirements: a) Control valve trim design shall suit the type of guiding selected. b) The trim design and material of construction shall be selected to minimize the risk of galling particularly in case of cage guided valves. Vendor shall select proper material pairs, surface finish, hardness and clearances wherever possibility of galling exists. c) For Globe/Angle/3-way type of control valves, Stem and Plug shall be detachable and shall be attached together by suitable threaded design secured with a pin to avoid plug rotation during operation. d) For top and bottom guided control valves with sizes above 8", post and guide bushing design shall be used to prevent rotation of plug and stem. e) Whenever Cavitation conditions are expected, vendor shall select a special anti- Cavitation trim design and shall use trim material of sufficiently high hardness. f) Whenever the possibility of aerodynamic noise in a control valve exists under any

Instrumentation maintenance

General note on PAGE 9 OF 18 CONTROL VALVES

Annexure-1

operating condition specified in data sheet, vendor shall select a special low noise trim for that application.

3.3.3.2 The plug inherent characteristics shall be as indicated in the Data sheet.

3.3.4 Trim Material

Whenever stellited trim is specified in the data sheets following material of construction for the trim parts shall be acceptable.

a) Plug and seat: Stellite sheathing/hard alloy coating or solid stellite b) Cage: Nitrided or stellite sheathing/hard alloy coating or solid stellite. c) Guide bushing: Stellite coating/sheathing or solid stellite d) Valve stem : Hardened SS /Inconel X-760

Special material requirements, if specified in the datasheets, shall supercede the above mentioned requirements. Whenever hardened SS trim is specified in the Data sheet, following material of construction for the trim parts shall be acceptable provided same are compatible with the specified process conditions;

a) Plug and seat: Stellite sheath/hard alloy coating or 17-4PH SS or 440C b) Cage: Nitrided or stellite sheathing/coating, solid stellite, ENC coating, 17-4 PH SS c) Guide bushing: 440C, 3 16SS stellited, 17-4 PH SS or solid stellite d) Valve stem: 17-4 PH SS 3.3.5 Leakage class

Instrumentation maintenance

General note on PAGE 10 OF 18 CONTROL VALVES

Annexure-1

a) Leakage class shall be as per ANSI FCI 70.2 and shall be as per Data sheet for each control valve. Where no leakage class is specified, the same shall be considered as Class IV. b) For control valves specified with Class VI leakage class, vendor shall select the soft seat (elastomer) material suitable for the process conditions i.e., shut off pressure, maximum temperature and process fluid. 3.3.6 In case vendor's calculation show occurrence of cavitation, flashing or noise under any of the specified process condition, vendor shall select proper type of valve trim to suit such process conditions.

3.4 Design Requirements for Control Valve Sizing 3.4.1 Data sheet indicates calculated flow values at minimum, normal and maximum operating conditions. Vendor shall calculate the flow co-efficient as per the offered control valve and select the size considering valve openings as specified under “Notes” in the datasheets.

3.4.2 Conventional Butterfly valves shall be sized assuming a 600 opening at maximum flow. Wherever high performance butterfly valves are specified, these shall be sized considering maximum opening of 900 at maximum flow.

3.5 Design Requirements for Control Valve Noise

3.5.1 Vendor shall examine each control valve for noise generation possibilities. The noise level shall be calculated as per ISA 75.17. 3.5.2 Noise generated by control valve during operation shall be limited to OSHA specified levels i.e. the maximum allowable noise shall be less than 85 dBA, when measured at a distance governed by ISA 75.17. 3.5.3 If the predicted noise level is found to exceed 85 dBA SPL, control valve shall be treated for noise. Source treatment for noise shall be resorted to. When source treatment for noise is not sufficient to reduce the noise level below 85 dBA, vendor shall provide path treatment like diffuser plate/silencer etc. in addition to source treatment so as to reduce the level below 85dBA. Whenever additional path treatment is recommended, the maximum differential pressure across the silencer/diffuser plate shall not exceed 40% of the specified differential pressure. 3.5.4 Vendor shall also furnish noise calculations with and without the use of these devices and the noise abatement achieved in individual components. 3.5.5 Diffuser plate shall be inserted between control valve body and pipe flanges. In cases where the diffuser plate size is higher than the valve body size or there is a need of multiple diffuser plates, vendor shall supply the complete diffuser assembly with flanged end connections. 3.5.6 The silencer whenever offered for noise abatement shall always be supplied with flanged end connections.

Instrumentation maintenance

General note on PAGE 11 OF 18 CONTROL VALVES

Annexure-1

3.6 Design Requirements for Control Valve Actuator

3.6.1 Pneumatic Actuator a) Actuator shall be sized for the shut-off differential pressure indicated in Data sheets. However, for 3-way type control valve, the actuator shall be sized for maximum differential pressure, unless specifically indicated otherwise. b) The actuator shall be designed to move the valve to the failure position specified in the Data sheet. For failure position specified as 'fail-locked', vendor shall provide fail-lock relays to meet the requirement. c) Actuator casing shall be made of pressed steel or anodised aluminium. Non-metallic actuator casings shall not be offered. d) Springs shall be corrosion-resistant and shall be cadmium or nickel-plated. Alternately vendor standard coating shall also be acceptable. These shall be of the enclosed type. The compression of the springs shall be adjustable. e) In general, an actuator operating range of 0.2-to 1.0 kg/cm2g is preferred. However when vendor standard actuator model is not able to meet the specified shutoff pressure, higher actuator operating range may be offered. f) In general for globe control valves spring opposed diaphragms type actuators or as specified in the datasheet shall be used. Only when this type of actuator becomes extremely unwieldy, based on the data specified in the Datasheet, should a piston and cylinder type of actuator be considered. g) In general for Rotary control valves like butterfly, segmental ball, eccentric rotary plug etc. the actuator shall be rotary piston and cylinder type. Rotary vane type actuators are not acceptable. Actuator must be pneumatic cylinder piston type scotch yoke OR rack and pinion type. The actuator shall be single acting spring return type. Bidder to select the type of actuator based on torque calculations. h) Whenever piston and cylinder actuator is considered, single acting spring return type shall be used. i) Whenever double acting springless type of actuator is unavoidable, all accessories like pilot valves, booster relays, non-return valve, pressure gauge, volume tank etc. shall be provided to ensure desired action on air failure. The volume tank shall be sized considering full stroking of the valve for two complete cycles. The volume tank shall be of carbon steel construction and sized as per ASME Section VIII with design pressure of 10kg/cm2 g as a minimum. Accessories like pressure relief valves and tubing shall be of 316 Stainless steel construction. Other accessories can be of Cast Aluminium. j) The actuator casings and diaphragms shall be designed for minimum twice the maximum pneumatic operating pressure of the control valve.

Instrumentation maintenance

General note on PAGE 12 OF 18 CONTROL VALVES

Annexure-1

k) Valve stem position indicator shall be provided for every control valve. The position indicator scale shall be marked from 0 to 100% in steps of 10%. l) In general, side-mounted handwheels will be used. Hand wheels shall provide manual control in both opening and closing directions independent of spring action. Hand- wheels shall be of non-rising type suitable for accurate valve positioning .The hand- wheel actuator shall be sized to provide the required thrust for valve positioning with 178N force applied to the hand-wheel. m) Actuator orientation shall be as per purchaser's requirements, in general. When, no requirements are indicated by purchaser, vendor shall provide recommended actuator orientation. It shall be possible to change this orientation at site for the offered valve- actuator combination in case it is found necessary.

3.6.2 Actuator Sizing 3.6.2.1 Vendor shall be fully responsible for the sizing and selection of the correct actuator for the specified control valve. While sizing the actuator, vendor shall ensure that the actuator is able to develop sufficient thrust to properly seat the control valve plug/disc at the actuator air pressure (lowest specified pressure) and shut-off conditions specified in the purchaser's data sheets. 3.6.2.2 While sizing the actuator, vendor must ensure that the sizing factor indicated below is fully complied. Higher sizing factor may be considered if found necessary by vendor. a) For control valves with leakage class IV and below, the actuator shall be sized considering actuator thrust more than 1.3 times the total force induced by shut-off conditions specified in the data sheet and the force required to overcome packing friction. Vendor shall utilize this factor as 1.5 in case the control valve is operating between 80% to 90% or 10% to 20% in any of the specified conditions b) For control valves with leakage class V and above, the actuator shall be sized considering actual thrust more than 1.7 times the total force induced by specified shut-off conditions in the Data sheet and the force required to overcome packing friction

3.7 Design Requirements for Control Valve Packing Box, Bonnet and Stem 3.7.1 Packing Box a) The packing box shall be flanged bolted to the bonnet and shall meet the requirements specified in Data sheet. b) Generally low friction type packing like braided teflon will be used wherever operating conditions permit. For high temperature application (>150°C), Grafoil or equivalent type of packing suitable for the specified service shall be selected. c) Where specifically indicated, control valve shall have its packing box drilled and tapped to 1/4" NPT (F) for connecting external lubricator. When external lubricator is not provided, this hole shall be plugged.

Instrumentation maintenance

General note on PAGE 13 OF 18 CONTROL VALVES

Annexure-1

d) An isolating valve shall be provided with all valves having external lubrication provision. Vendor shall specify the lubricator stick material used in each case. e) For application in vacuum service, vendor to provide inverted packing design suitable for vacuum service. For pressure-cum-vacuum service, the control valve shall have dual packing design suitable for the application. Dual packing design shall also be provided for control valves in toxic service. f) Wherever environmental packing design is specified vendor shall supply special packing design suitable to minimize fugitive emission. 3.7.2 Bonnet a) The bonnet shall be flanged bolted to the body. Threaded bonnets are not permitted. b) Wherever the operating temperature of the fluid is above 200°C, extension or radiation finned bonnet shall be provided. Vendor standard bonnet design shall also be acceptable if these are suitable for higher temperatures. c) For temperature below 0°C, vendor shall provide extended bonnet design. For valves in cryogenic application bonnet extension shall be as per BS-6364 as a minimum.

3.7.3 Stem a) The stem surface finish shall be fine. Extra fine surface finish shall be provided wherever the packing material is PTFE. b) The stem/shaft shall be designed for the maximum thrust of the actuator without any measurable deflection. c) The valve stem/shaft shall be connected to the actuator stem/shaft by suitable arrangement to avoid backlash problem. 3.8 Design Requirements for Control Valve Accessories 3.8.1 Positioners

a) Positioners shall be of SMART type as specified in the Datasheet. They shall be direct acting, with an adjustable gain unless otherwise specified. b) SMART Positioner shall be configured to store its tag no., calibration range & other physical specifications / data like actual stem position, instrument input signal, pneumatic pressure to the actuator etc., which shall be useful for history, record purpose. c) It should have capability of communicating with HART Maintenance System which will be installed in Control Room for Remote calibration / configuration and diagnostics. d) Positioners shall be easily field convertible from direct to reverse acting. e) All Smart Positioner Electronic devices shall be adequately protected against lighting (i.e. surge devices) to prevent extensive damage to the connected control equipment

Instrumentation maintenance

General note on PAGE 14 OF 18 CONTROL VALVES

Annexure-1

f) Datasheet for SMART positioners is provided below:

Sl. No. Item Description IOCL’s Requirement Bidder’s response

1 Item SMART electronic control valve positioner 2 Type All positioners must be Electro Pneumatic SMART type only, with HART compatibility. Positioner should have online self –advanced diagnostic feature including valve signature etc with data accumulation storage facility. Smart positioner should have both local and remote configuration and diagnostic facility. The local facility should be through membrane keypad and/or HART communicator. Positioner shall provide HART protocol of latest version. 3 Power Supply 24Vdc through safety barrier(barrier in IOCL’s scope) 4 Electrical ½" NPT (F) for cable glands with horizontal/bottom Connection entry. Spare entries shall be plugged with SS plug of matching size. 5 Terminal Size Terminals shall be suitable for 2.5 mm² ( max) copper cable. 6 Cable Gland Nickel plated brass Double compression type cable gland shall be in vendor’s scope. 7 Mounting To be fixed on the valve 8 Local Indication Display of valve position and pressure gauges. 9 Area Zone 1, Gas Gr. IIC . Temp. Classification: T4 Classification 10 Enclosure IP 65(Min) Protection 11 Positioner Vendor to select the model of positioner with all selection the normal functionality of a standard valve positioner. The positioner shall be used with Instrument air available @ 3.5 kg/cm2 to 7.0 kg/cm2 and with filters of 5 micron size. The system shall be HART compatible. 12 Body MOC Die Cast Aluminium or SS or better 13 Approved Make Siemens Ltd./Metso Automation/Emerson Process Management/Dresser/Control Component India

Instrumentation maintenance

General note on PAGE 15 OF 18 CONTROL VALVES

Annexure-1

3.8.2 Air Filter Regulator-Refer Annexure-2 for detailed specifications.

3.8.3 Valve Jacketing a) Jacketed valves shall have inlet/outlet steam connection shall be flanged. b) Valve end connection shall be one size higher than the normal valve connection for jacketed valve.

3.9 Valve finish 3.9.1 Valve body shall be painted as below:- a) Carbon steel body Light grey b) Alloy steel body Canary yellow c) Stainless steel body Natural d) Above 150 Deg C Aluminium paint(White colour) Items like silencers, diffuser plate assemblies etc. shall be painted as per respective control valve body requirement.

3.9.2 Actuator shall be painted as below:- a) Direct Action Valve(Open on air failure)- Green b) Reverse Action Valve(Close on air failure)- Red

Items like air volume tanks etc. shall be painted as per corresponding Actuator 3.9.3 Painting shade shall be as per IS: 5 Painting shall be of with anti-corrosive paint 3.10 End Connections 3.10.1 Unless otherwise mentioned, end connection details shall be as below:

a) Threaded end connections shall be to NPT as per ASME B 1.20.1. b) Flanged end connections shall be as per ASME B 16.5/ B 16.47B/ AWWAA C207 CL.D. c) RTJ flanges shall be with octagonal Grooves as per ASME B 16.20 d) Flange face finish shall be as per ASME B16.5 and shall be

125 AARH: 125 to 250 micro inch AARH 63 AARH: 32 to 63 micro inch AARH

3.10.2 Face-to-face dimensions of globe type control valves shall be in accordance with ISA 75.08 or other applicable standards.

Instrumentation maintenance

General note on PAGE 16 OF 18 CONTROL VALVES

Annexure-1

3.10.3 Where provided, control valve bottom drains shall be plugged off or blind flanged. Where a plug is used, threads shall correspond to ASME B 1.20.1 (NPT). Where a flange is used, its dimensions and rating shall correspond to ASME B 16.5.

4.0 CERTIFYING AUTHORITY Equipment/ instruments/ systems located in the hazardous area shall be certified by the statutory authorities for their use in the area of their installation. All explosion-proof instruments and accessories shall be certified by Chief Controller Of Explosive, Nagpur, India. This is a mandatory requirement. Intrinsically safe protection shall be Exia for all the instruments. All the instruments shall be certified for zone-1 irrespective of whether the area is classified as ZONE-1 or ZONE-2 HAZARDOUS AREA.

5.0 INSPECTION AND TESTING 5.1 The offered control valves shall be inspected by third party at manufacturer works by IOCL approved TPI. Vendor to follow the QAP enclosed as Annexure-4. Before inspection all the control valves along with its accesories shall be made ready in accordance with the latest issue of the requisition and relevant documents including the approved drawings. The control valves along with its accesories shall be complete and shall be able to function correctly. Inspection will only be performed, if all items are present in supplier’s Workshop and all pre-assembling have been made. If necessary for the functional testing, temporary interconnections of the different parts of the systems shall be made by the vendor. For wet H2S services, the material shall confirm to NACE –MR-0175, severity level-II recommendation. The most important factor is to have a good macrostructure (spheroidal) , tempered like, with a hardness of less than 22HRC.It is required to pass the NACE standard TM 0284, but using the acidified test solution specified in NACE TM 0177 with crack length ratio (CLR)

Instrumentation maintenance

General note on PAGE 17 OF 18 CONTROL VALVES

Annexure-1

 Hydro test certificate shall be furnished  Macrotech Test as A105 Clause S1 for flanges of rating ANSI 900# and above  Material test certificates including special requirements like NACE, shall be furnished.  Certificate from statutory body for Ex protection shall be furnished  Certificate for IBR Form III C , shall be furnished wherever applicable.

6.0 VALVE ASSEMBLY 6.1 Air tubing for the valve shall be done using SS316 tube with double ferrule compression type fittings of Astec/Excel-Hydro/Fluid control Pvt. Ltd./Hilok/Precision Ind./Excelsior Engg.Works/Precision Engg. Industries or better only. 6.2 All spare / unused port of pneumatic devices shall be provided with bug screen. 6.3 Arrow indicating direction of flow to be inscribed on the control valve body. 6.4 SS tag plate indicating the details of each valve should be affixed on the valve assembly. 6.5 Vendor to supply the 1 number of nickel plated brass double compression type cable gland along with each valve. 6.6 Air tubing for all the valves shall be done by the vendor at his workshop. The complete valve assembly shall include the valve, air filter regulator & SMART positioner along with the necessary tubing involved.

7.0 DOCUMENTATION

7.1 Following documents to be submitted by the vendor alongwith the offer a) Duly filled, signed and stamped copy of IOCL’s tender document alongwith all its annexures. b) Valve sizing sheets c) Valve GAD alongwith BOM d) Certificate from statutory body for Ex protection shall be furnished.

7.2 Post Order Documents to be submitted by the bidder for review/ approval. DOCUMENTATION REQUIREMENTS Review/ Approval

QUALITY ASSURANCE PLAN (QAP) For Approval INSTRUMENT DATA SHEETS For Approval INST GAD For Approval VALVE SIZING SHEETS For Approval BILL OF MATERIALS INCLUDING SPARES For Review

Note: Schedule of submission of the above documents shall be aligned to meet the delivery requirements.

Instrumentation maintenance

General note on PAGE 18 OF 18 CONTROL VALVES

Annexure-1

7.3 Following documents to be submitted by the vendor alongwith material supply a) Original TPI certificates b) Valve sizing sheets c) Valve GAD alongwith BOM d) Test certificates as per Cl. 5.1 above. e) Certificate from statutory authority for Ex protection. f) Operation and maintenance manual-2 sets

8.0 NAME PLATE

a) Tag No. as per purchaser's datasheet b) Body Size and port size in inches c) Valve flow coefficient(Cv) d) Body rating e) Valve characteristics f) Stem travel in millimetres g) Action on Air failure h) Spring range i) Air supply pressure j) Manufacturer's name. k) Manufacturers serial no. and model no. for Valve body, Actuator and positioner.

Annexure 2

Technical Specification for Air Filter Regulator

Refineries Division

Parameter Specification Bidder’s Offer

General Type Self regulating type filter regulator with gauge, Spring & Diaphragm and intermittent bleed. Fluid Instrument air

Maximum Inlet Max:7 Kg/cm2 Pressure ,Min Inlet Min: 3.5 Kg/cm2 pressure Max. Flow for 200 LPM Pressure Drop upto 5% Adjustable range 0 ~ 7 Kg/cm2 Output gauge size 50 mm Range of the gauge 0 - 10 Kg/cm2 Range adjustment Handwheel with Lock nut Process Connections 1/4” NPTF Drain Cock Required Construction IS 2147 - IP65 weather proof Material of Construction Body & Bowl Die cast Aluminum / SS Bowl Capacity 130 CC Filter 5  Sintered Bronze Main Valve Neoprene Moulded on SS Stem Drain Valve Brass – Standard / SS Main Valve Spring SS Diaphragm Nylon impregnated Neoprene Main Spring Spring Steel / SS Plastic moulded on MS plated Screw/ Knob SS Screw Mounting Simple & versatile built-in mounting arrangements by bolts & clamps Approved makes Placka/JRU/Emerson Process management/Shavo Norgren/ABB Ltd./Fisher Sanmar Ltd./Dresser/Bellofram Instruments(I) Pvt. Ltd./IMI Norgren Bidder Part Number of the offered model

Page 1 of 1 Date: Air Filter Regulator Specs. 15 April 2017

Annexure-3.7 Instrumentation Engineering Data Sheet Pipeline Size & schedule 10" Inlet/ Outlet Line No. 10"- FG-05-3206-A1A Process state Gaseous Service Fuel Gas KOD to Flare(LPG Vapour) Solids in suspension NA General Presence of toxic/ corrosive substances NA Valve Tag No. 05-PV-3204 Process Data Case Sizing Case Minimum Normal Maximum Calculated Cv Vendor to specify Inlet Outlet Inlet Outlet Inlet Outlet Units Flow rate 4350 8700 10400 Kg/hr Temperature 40 - 82 165 ⁰C Inlet pressure 2 kg/cm2(g) Diff Pressure at Flow rate 1.8 1.7 0.3 kg/cm2(g) Shut-off Pressure 6.5 kg/cm2(g)

Sizing Conditions Sizing Mol. Wt. 29.4 to 37 Cp/Cv 1.1 Compress. Factor 1 Estimated Sound level Vendor to specify (<85) dBA Body Type Globe Rated Cv & FL Vendor to specify Body Size10" Port Type Single Trim Style Vendor to specify Eq % preferred.However Inlet Conn. Size 10" Type Flanged 150# Inherent Characteristics Vendor to select ch. to ensure controllability Outlet Conn. Size10" Type Flanged 150# Balanced Style Vendor to specify Flange Facing & Finish RF SERR FIN Full Open Position 100% Body & Bonnet Material ASTM A216 Gr. WCC/WCB Guiding Style Vendor to specify Bonnet style Plain Closure member material SS316+St or better Packing Style Vendor to specify Seat Ring material SS316+PTFE Trim Graphoil/PTFE(Vendor to specify Valve Body & Bonnet Body Valve Packing Material Seat Ring Retainer material Vendor to specify based on suitability) Body/Bonet Gasket Material Vendor to specify Hardening Type Vendor to specify Model No. Vendor to specify Hardening Seat Plug Vendor to specify Type Spring Diaphragm, Pneumatic Bushing/Cage material SS316+St or better Action Style Fail Close Stem/Shaft material SS316 or better Service Type Modulating Flow Direction Vendor to specify Max.ShutOff Press(Kg/cm2(g))IN: 6.5 Seat Leakage Class ANSI Class VI Spring range Vendor to specify Inlet Pipe Size 10" Sch STD Air Supply (Kg/cm2(g))Min.: 3.5 Max: 6.5 Outlet Pipe Size 10" Sch STD Stroke Vendor to specify External Insulation Type NA Actuator Max. Stroke time to open Vendor to specify External Insulation Thickness NA

Installation Companion flanges with stud, nut Max. Stroke time to close Vendor to specify Required & gasket Manufacturer& Model No. Vendor to specify Detailed Spec As per Annexure 2 Colour Red Qty 1 no.

Positioer Type Digital Smart E/P, Ex (ia) IIC T3AFR Make As per Annexure 2

Input Signal 4-20mA DC, HART Type double ferrule compression type fittings Output signal range 0-100% Tubing Material SS316 Enclosure IP 65 min Fitting material SS316 Fitting

Valve Opens@20mA// 1 Kg/cm2 Valve Closes@4 mA/0.2 Kg/cm2 & Tubing Make As per Annexure 3 Positioner Manufacturer & model No. Vendor to specify Certification CCOE Required, Intrinsically Safe Detailed Spec As per Annexure 3 TPI Required (QAP as per Annexure 4) Radiography Required (QAP as per Annexure 4)

NOTES: Others IBR certification Not Required Vendor shall submit their offer in IOCL format only duly filled, supported by printed technical documents & accompanied with necessary 1 technical catalogues & model decoding information for Valves, Actuator,Smart Positioner, AFR etc. Total calculations for the control valve sizing,noise levels shall be submitted along with the offer, supported by formula & copy of reference 2 standard. 3 Scope of Inspection shall be as per attached QAP 4 Vendor shall calculate Cv & select the Valve size (Cv) to have >15% valve open at Min. Flow & <85% valve open at Max. flow condition. 5 All spare / unused port of pneumatic devices shall be provided with bug screen

Deviation (Pls furnish separately) No Deviation Annexure-3.1

Instrumentation Engineering Data Sheet

Pipeline Size & schedule 2" Sch 80 Inlet/ Outlet Line No. 2"- P-6313-A9A Process state Gaseous Service Overhead Accum. to relief Solids in suspension NA General Presence of toxic/ corrosive substances NA Valve Tag No. 06-PV-6301 Process Data Case Sizing Case Minimum Normal Maximum Calculated Cv Vendor to specify Inlet Outlet Inlet Outlet Inlet Outlet Units Flow rate 50 100 130 Nm3/hr Temperature 43 150 ⁰C Pressure 1.4 kg/cm2(g) Diff Pressure sizing 0.2 0.25 0.3 kg/cm2(g) Specific Gravity 1.5

Sizing Conditions Viscosity 0.015 Cp Cp/Cv 1.11 Compress. Factor 1 Estimated Sound level Vendor to specify (<85) dBA Body Type Globe Rated Cv & FL Vendor to specify Body Size1 1/2" Port Type Single Trim Style Vendor to specify Eq % preferred.However Inlet Conn. Size1 1/2" Type Flanged 300# Inherent Characteristics Vendor to select ch. to ensure controllability Outlet Conn. Size1 1/2" Type Flanged 300# Balanced Style Vendor to specify Flange Facing & Finish RF & 125-250 AARH Full Open Position 100% Body & Bonnet Material ASTM A216 Gr. WCC/WCB Guiding Style Vendor to specify Bonnet style Vendor to specify Closure member material SS316+St or better Packing Style Vendor to specify Seat Ring material SS316+PTFE Trim Graphoil/PTFE(Vendor to Valve Body & Bonnet Packing Material Seat Ring Retainer material Vendor to specify specify based on suitability) Body/Bonet Gasket Material Vendor to specify Hardening Type Vendor to specify Model No. Vendor to specify Hardening Seat Plug Vendor to specify Type Spring Diaphragm, Pneumatic Bushing/Cage material SS316+St or better Action Style Fail Close Stem/Shaft material SS316 or better Service Type Modulating Flow Direction Vendor to specify Max.ShutOff Press(Kg/cm2(g))IN: 4.6 Seat Leakage Class ANSI Class VI Spring range Vendor to specify Inlet Pipe Size 2" Sch 80 Air Supply (Kg/cm2(g))Min.: 3.5 Max: 6.5 Outlet Pipe Size 2" Sch 80 Stroke Vendor to specify External Insulation Type NA Actuator Max. Stroke time to open Vendor to specify External Insulation Thickness NA

Installation Companion flanges with stud, nut & Max. Stroke time to close Vendor to specify Required gasket Manufacturer& Model No. Vendor to specify Detailed Spec As per Annexure 2 Colour Red Qty 1 no.

Digital Smart E/P, Ex (ia) IIC AFR Positioer Type Make As per Annexure 2 T3 Input Signal 4-20mA DC, HART Type double ferrule compression type fittings Output signal range 0-100% Tubing Material SS316 Enclosure IP 65min Fitting material SS316 Tubing Valve Opens@20mA// 1 Kg/cm2 Valve Closes@4 mA/0.2 Kg/cm Make As per Annexure 3 Positioner Manufacturer & model No. Vendor to specify Certification Required CCOE, Intrinsically Safe Detailed Spec As per Annexure 3 TPI Required (QAP as per Annexure 4) Radiography Required (QAP as per Annexure 4)

NOTES: Others IBR certification Not Required Vendor shall submit their offer in IOCL format only duly filled, supported by printed technical documents & accompanied with necessary 1 technical catalogues & model decoding information for Valves, Actuator,Smart Positioner, AFR etc. Total calculations for the control valve sizing,noise levels shall be submitted along with the offer, supported by formula & copy of reference 2 standard. 3 Scope of Inspection shall be as per attached QAP 4 Vendor shall calculate Cv & select the Valve size (Cv) to have >15% valve open at Min. Flow & <85% valve open at Max. flow condition. 5 All spare / unused port of pneumatic devices shall be provided with bug screen Deviation (Pls furnish separately) No Deviation Annexure-3.5 Instrumentation Engineering Data Sheet Pipeline Size & schedule 3" Sch 40 Inlet/ Outlet Line No. --- Process state Gaseous Service H2 Solids in suspension NA General Presence of toxic/ corrosive substances NA Valve Tag No. 1011-PV-2405A Process Data Case Sizing Case Minimum Normal Maximum Calculated Cv Vendor to specify Inlet Outlet Inlet Outlet Inlet Outlet Units Flow rate 15289 Nm3/hr Temperature 43 75 ⁰C Pressure 20.3 23.1 kg/cm2(g) Diff Pressure at Flow rate 18.6 kg/cm2(g) Specific Gravity

Sizing Conditions Sizing Mol Wt. 2.02 Cp/Cv 1.4 Compress. Factor 1.01 Estimated Sound level Vendor to specify (<85) dBA Body Type Globe Rated Cv & FL Vendor to specify Body Size3" Port Type Single Trim Style Vendor to specify Linear preferred.However Inlet Conn. Size3" Type Flanged 300# Inherent Characteristics Vendor to select ch. to ensure controllability Outlet Conn. Size 3" Type Flanged 300# Balanced Style Vendor to specify Flange Facing & Finish RF & 125-250 AARH Full Open Position 100% Body & Bonnet Material ASTM A216 Gr. WCC/WCB Guiding Style Vendor to specify Bonnet style Vendor to specify Closure member material SS316/COCr A or better Packing Style Vendor to specify Seat Ring material SS316+PTFE Trim Graphoil/PTFE(Vendor to Valve Body & Bonnet Body Valve Packing Material Seat Ring Retainer material Vendor to specify specify based on suitability) Body/Bonet Gasket Material Vendor to specify Hardening Type Vendor to specify Model No. Vendor to specify Hardening Seat Plug Vendor to specify Type Spring Diaphragm, Pneumatic Bushing/Cage material SS316+St or better Action Style Fail Close Stem/Shaft material SS316+St or better Service Type Modulating Flow Direction Vendor to specify Max.ShutOff Press(Kg/cm2(g))IN: 23.1 Seat Leakage Class ANSI Class VI Spring range Vendor to specify Inlet Pipe Size 3" Sch 40 Air Supply (Kg/cm2(g))Min.: 3.5 Max: 6.5 Outlet Pipe Size 3" Sch 40 Stroke Vendor to specify External Insulation Type NA Actuator Max. Stroke time to open Vendor to specify External Insulation Thickness NA

Installation Companion flanges with stud, nut Max. Stroke time to close Vendor to specify Required & gasket Manufacturer& Model No. Vendor to specify Detailed Spec As per Annexure 2 Colour Green Qty 1 no.

Digital Smart E/P, Ex (ia) IIC AFR Positioer Type Make As per Annexure 2 T3 Input Signal 4-20mA DC, HART Type double ferrule compression type fittings Output signal range 0-100% Tubing Material SS316 Enclosure IP 65min Fitting material SS316 Valve Opens@20mA// 1 Kg/cm2 Valve Closes@4 mA/0.2 Kg/cm Tubing Make As per Annexure 3 Positioner Manufacturer & model No. Vendor to specify Certification Required CCOE, Intrinsically Safe Detailed Spec As per Annexure 3 TPI Required (QAP as per Annexure 4) Radiography Required (QAP as per Annexure 4)

NOTES: Others IBR certification Not Required Vendor shall submit their offer in IOCL format only duly filled, supported by printed technical documents & accompanied with necessary 1 technical catalogues & model decoding information for Valves, Actuator,Smart Positioner, AFR etc. Total calculations for the control valve sizing,noise levels shall be submitted along with the offer, supported by formula & copy of reference 2 standard. 3 Scope of Inspection shall be as per attached QAP 4 Vendor shall calculate Cv & select the Valve size (Cv) to have >15% valve open at Min. Flow & <85% valve open at Max. flow condition. 5 All spare / unused port of pneumatic devices shall be provided with bug screen

Deviation (Pls furnish separately) No Deviation Annexure-3.8 Instrumentation Engineering Data Sheet Pipeline Size & schedule As given below Line No. 18"-P-2041-2922 B25K Process state Gaseous Service Vent Process Gas To PSA Unit Solids in suspension NA General Presence of toxic/ corrosive substances NA Valve Tag No. 2041-PV-2902 Process Data Case Sizing Case Minimum Normal Maximum Calculated Cv Vendor to specify Inlet Outlet Inlet Outlet Inlet Outlet Units Flow rate 160033 Nm3/hr Temperature 40 70 ⁰C Diff pressure for actuator sizing 26.5 kg/cm2(g) Pressure 21 1.7 26.5 kg/cm2(g) Density 10.2 kg/m3 Mol Wt. 12.29 Sizing Conditions Cp/Cv 1.36 Compress. Factor 1 Viscosity @Op 0.015 cP Estimated Sound level Vendor to specify (<85) dBA Body Type Globe Rated Cv & FL Vendor to specify Body Size 10" Port Type Single Trim Style Vendor to specify Linear preferred.However Inlet Conn. Size10" Type Flanged 300# Inherent Characteristics Vendor to select ch. to ensure controllability Outlet Conn. Size10" Type Flanged 300# Balanced Style Vendor to specify Flange Facing & Finish RF & 125-250 AARH Full Open Position 100% Body & Bonnet Material A351 CF8 Guiding Style Cage guided (std.low noise)

Bonnet style Standard (With Modi.Finned Extn.) Closure member material SS316+St or better

Packing Style Vendor to specifyTrim Seat Ring material SS316+PTFE

Valve Body & Bonnet Packing Material Double PTFE Seat Ring Retainer material Vendor to specify

Body/Bonet Gasket Material Vendor to specify Hardening Type Vendor to specify

Model No. Vendor to specify Hardening Seat Plug Vendor to specify Type Spring Diaphragm, Pneumatic Bushing/Cage material CA6NM Nitrided/ SS316+St Action Style Fail Close Stem/Shaft material SS316 or better Service Type Modulating Flow Direction Vendor to specify Max.ShutOff Press(Kg/cm2(g))IN: 26.5 Seat Leakage Class ANSI Class VI Spring range Vendor to specify Inlet Pipe Size 10" Sch STD Air Supply (Kg/cm2(g))Min.: 3.5 Max: 6.5 Outlet Pipe Size 10" Sch STD Stroke Vendor to specify External Insulation Type NA Actuator Max. Stroke time to open Vendor to specify Hand Wheel Required, Side Mounted

Installation Companion flanges with stud, nut Max. Stroke time to close Vendor to specify Required & gasket Manufacturer& Model No. Vendor to specify Detailed Spec As per Annexure 2 Colour Red Qty 1 no.

Positioer Type Digital Smart E/P, Ex (ia) IIC T3AFR Make As per Annexure 2

Input Signal 4-20mA DC, HART Type double ferrule compression type fittings Output signal range 0-100% Tubing Material SS316 Enclosure IP 65min Fitting material SS316 Tubing

Positioner Valve Opens@20mA// 1 Kg/cm2 Valve Closes@4 mA/0.2 Kg/cm2 Make As per Annexure 3 Manufacturer & model No. Vendor to specify Certification Required CCOE, Intrinsically Safe Detailed Spec As per Annexure 3 TPI Required (QAP as per Annexure 4) Radiography Required (QAP as per Annexure 4)

NOTES: Others IBR certification Not Required Vendor shall submit their offer in IOCL format only duly filled, supported by printed technical documents & accompanied with necessary technical 1 catalogues & model decoding information for Valves, Actuator,Smart Positioner, AFR etc.

2 Total calculations for the control valve sizing,noise levels shall be submitted along with the offer, supported by formula & copy of reference standard. 3 Scope of Inspection shall be as per attached QAP 4 Vendor shall calculate Cv & select the Valve size (Cv) to have >15% valve open at Min. Flow & <85% valve open at Max. flow condition. 5 All spare / unused port of pneumatic devices shall be provided with bug screen Deviation (Pls furnish separately) No Deviation Annexure-3.6 Instrumentation Engineering Data Sheet Pipeline Size & schedule As given below Line No. 10"-P-2041-2933 B5A Process state Gaseous Service H2 product to flare Solids in suspension NA General Presence of toxic/ corrosive substances NA Valve Tag No. 2041-PV-2905A Process Data Case Sizing Case Minimum Normal Maximum Calculated Cv Vendor to specify Inlet Outlet Inlet Outlet Inlet Outlet Units Flow rate 106181 Nm3/hr Temperature 45 75 ⁰C Diff pressure for actuator sizing 23.1 kg/cm2(g) Pressure 20 1.7 23.1 kg/cm2(g) Density 1.56 kg/m3 Mol Wt. 2.02 Sizing Conditions Cp/Cv 1.4 Compress. Factor 1.01 Viscosity @Op 0.0093 cP Estimated Sound level Vendor to specify (<85) dBA Body Type Globe Rated Cv & FL Vendor to specify Body Size8" Port Type Single Trim Style Vendor to specify Linear preferred.However Inlet Conn. Size 8" Type Flanged 300# Inherent Characteristics Vendor to select ch. to ensure controllability Outlet Conn. Size8" Type Flanged 300# Balanced Style Vendor to specify Flange Facing & Finish RF & 125-250 AARH Full Open Position 100% Body & Bonnet Material A216 Grade WCC Guiding Style Cage guided (std.low noise) Standard (With Modi.Finned Bonnet style Closure member material SS316+St or better Extn.)

Packing Style Vendor to specifyTrim Seat Ring material SS316+PTFE

Valve Body & Bonnet Packing Material Double PTFE Seat Ring Retainer material Vendor to specify

Body/Bonet Gasket Material Vendor to specify Hardening Type Vendor to specify

Model No. Vendor to specify Hardening Seat Plug Vendor to specify Type Spring Diaphragm, Pneumatic Bushing/Cage material CA6NM Nitrided/ SS316+St Action Style Fail Close Stem/Shaft material SS316 or better Service Type Modulating Flow Direction Vendor to specify Max.ShutOff Press(Kg/cm2(g))IN: 23.1 Seat Leakage Class ANSI Class VI Spring range Vendor to specify Inlet Pipe Size 8" Sch STD Air Supply (Kg/cm2(g))Min.: 3.5 Max: 6.5 Outlet Pipe Size 8" Sch STD Stroke Vendor to specify External Insulation Type NA Actuator Max. Stroke time to open Vendor to specify Hand Wheel Not Required

Installation Companion flanges with stud, nut Max. Stroke time to close Vendor to specify Required & gasket Manufacturer& Model No. Vendor to specify Detailed Spec As per Annexure 2 Colour Red Qty 1 no.

Positioer Type Digital Smart E/P, Ex (ia) IIC T3AFR Make As per Annexure 2

Input Signal 4-20mA DC, HART Type double ferrule compression type fittings Output signal range 0-100% Tubing Material SS316 Enclosure IP 65min Fitting material SS316 Tubing

Positioner Valve Opens@20mA// 1 Kg/cm2 Valve Closes@4 mA/0.2 Kg/cm2 Make As per Annexure 3 Manufacturer & model No. Vendor to specify Certification Required CCOE, Intrinsically Safe Detailed Spec As per Annexure 3 TPI Required (QAP as per Annexure 4) Radiography Required (QAP as per Annexure 4)

NOTES: Others Helium Leakage Test Yes ( as per ASME Sec V ) Vendor shall submit their offer in IOCL format only duly filled, supported by printed technical documents & accompanied with necessary 1 technical catalogues & model decoding information for Valves, Actuator,Smart Positioner, AFR etc. Total calculations for the control valve sizing,noise levels shall be submitted along with the offer, supported by formula & copy of reference 2 standard. 3 Scope of Inspection shall be as per attached QAP 4 Vendor shall calculate Cv & select the Valve size (Cv) to have >15% valve open at Min. Flow & <85% valve open at Max. flow condition. 5 All spare / unused port of pneumatic devices shall be provided with bug screen Deviation (Pls furnish separately) No Deviation Annexure-3.2 Instrumentation Engineering Data Sheet Pipeline Size & schedule As given below Line No. --- Process state Gaseous Service K9 TOP PR. E9/K9 FLARE Solids in suspension NA General Presence of toxic/ corrosive substances NA Valve Tag No. 1-PV-1789B Process Data Case Sizing Case Minimum Normal Maximum Calculated Cv Vendor to specify Inlet Outlet Inlet Outlet Inlet Outlet Units Flow rate 100 200 Kg/hr Temperature 40 230 ⁰C Diff pressure for actuator sizing 0.7 kg/cm2(g) Pressure 1.5 1.5 kg/cm2(g) Density 1.92 kg/m3

Sizing Conditions Cp/Cv 1.14 Compress. Factor 1 Viscosity @Op 0.1 cP Estimated Sound level Vendor to specify (<85) dBA Body Type Globe Rated Cv & FL Vendor to specify Body Size1 1/2" Port Type Single Trim Style Vendor to specify Eq % preferred.However Inlet Conn. Size 1 1/2" Type Flanged 150# Inherent Characteristics Vendor to select ch. to ensure controllability Outlet Conn. Size1 1/2" Type Flanged 150# Balanced Style Vendor to specify Flange Facing & Finish RF & 125-250 AARH Full Open Position 100% Body & Bonnet Material ASTM A216 Gr. WCC/WCB Guiding Style Vendor to specify

Bonnet style Plain Closure member material SS316+St or better

Packing Style Vendor to specifyTrim Seat Ring material SS316+PTFE

Valve Body & Bonnet Graphoil/PTFE(Vendor to specify Packing Material Seat Ring Retainer material Vendor to specify based on suitability)

Body/Bonet Gasket Material Vendor to specify Hardening Type Vendor to specify

Model No. Vendor to specify Hardening Seat Plug Vendor to specify Type Spring Diaphragm, Pneumatic Bushing/Cage material SS316+St or better Action Style Fail Open Stem/Shaft material SS316 or better Service Type Modulating Flow Direction Vendor to specify Max.ShutOff Press(Kg/cm2(g))IN: 6 Seat Leakage Class ANSI Class VI Spring range Vendor to specify Inlet Pipe Size 2" Sch STD Air Supply (Kg/cm2(g))Min.: 3.5 Max: 6.5 Outlet Pipe Size 2" Sch STD Stroke Vendor to specify External Insulation Type NA Actuator Max. Stroke time to open Vendor to specify Hand Wheel Not Required

Installation Companion flanges with stud, nut Max. Stroke time to close Vendor to specify Required & gasket Manufacturer& Model No. Vendor to specify Detailed Spec As per Annexure 2 Colour Green Qty 1 no.

Positioer Type Digital Smart E/P, Ex (ia) IIC T3AFR Make As per Annexure 2

Input Signal 4-20mA DC, HART Type double ferrule compression type fittings Output signal range 0-100% Tubing Material SS316 Enclosure IP 65min Fitting material SS316 Tubing

Positioner Valve Closes@20mA/ 1 Kg/cm2 Valve Opens@4 mA/0.2 Kg/cm2 Make As per Annexure 3 Manufacturer & model No. Vendor to specify Certification Required CCOE, Intrinsically Safe Detailed Spec As per Annexure 3 TPI Required (QAP as per Annexure 4) Radiography Required (QAP as per Annexure 4)

NOTES: Others IBR certification Not Required Vendor shall submit their offer in IOCL format only duly filled, supported by printed technical documents & accompanied with necessary 1 technical catalogues & model decoding information for Valves, Actuator,Smart Positioner, AFR etc. Total calculations for the control valve sizing,noise levels shall be submitted along with the offer, supported by formula & copy of reference 2 standard. 3 Scope of Inspection shall be as per attached QAP 4 Vendor shall calculate Cv & select the Valve size (Cv) to have >15% valve open at Min. Flow & <85% valve open at Max. flow condition. 5 All spare / unused port of pneumatic devices shall be provided with bug screen Deviation (Pls furnish separately) No Deviation Annexure-3.3 Instrumentation Engineering Data Sheet Pipeline Size & schedule As given below Line No. --- Process state Gaseous Service K8 FLARE Solids in suspension NA General Presence of toxic/ corrosive substances NA Valve Tag No. 1-PV-1790B Process Data Case Sizing Case Minimum Normal Maximum Calculated Cv Vendor to specify Inlet Outlet Inlet Outlet Inlet Outlet Units Flow rate 100 200 Kg/hr Temperature 40 230 ⁰C Diff pressure for actuator sizing 0.7 kg/cm2(g) Pressure 1.5 1.5 kg/cm2(g) Density 1.92 kg/m3

Sizing Conditions Cp/Cv 1.14 Compress. Factor 1 Viscosity @Op 0.1 cP Estimated Sound level Vendor to specify (<85) dBA Body Type Globe Rated Cv & FL Vendor to specify Body Size1 1/2" Port Type Single Trim Style Vendor to specify Eq % preferred.However Inlet Conn. Size 1 1/2" Type Flanged 150# Inherent Characteristics Vendor to select ch. to ensure controllability Outlet Conn. Size1 1/2" Type Flanged 150# Balanced Style Vendor to specify Flange Facing & Finish RF & 125-250 AARH Full Open Position 100% Body & Bonnet Material ASTM A216 Gr. WCC/WCB Guiding Style Vendor to specify

Bonnet style Plain Closure member material SS316+St or better

Packing Style Vendor to specifyTrim Seat Ring material SS316+PTFE

Valve Body & Bonnet Graphoil/PTFE(Vendor to specify Packing Material Seat Ring Retainer material Vendor to specify based on suitability)

Body/Bonet Gasket Material Vendor to specify Hardening Type Vendor to specify

Model No. Vendor to specify Hardening Seat Plug Vendor to specify Type Spring Diaphragm, Pneumatic Bushing/Cage material SS316+St or better Action Style Fail Open Stem/Shaft material SS316 or better Service Type Modulating Flow Direction Vendor to specify Max.ShutOff Press(Kg/cm2(g))IN: 6 Seat Leakage Class ANSI Class VI Spring range Vendor to specify Inlet Pipe Size 2" Sch STD Air Supply (Kg/cm2(g))Min.: 3.5 Max: 6.5 Outlet Pipe Size 2" Sch STD Stroke Vendor to specify External Insulation Type NA Actuator Max. Stroke time to open Vendor to specify Hand Wheel Not Required

Installation Companion flanges with stud, nut Max. Stroke time to close Vendor to specify Required & gasket Manufacturer& Model No. Vendor to specify Detailed Spec As per Annexure 2 Colour Green Qty 1 no.

Positioer Type Digital Smart E/P, Ex (ia) IIC T3AFR Make As per Annexure 2

Input Signal 4-20mA DC, HART Type double ferrule compression type fittings Output signal range 0-100% Tubing Material SS316 Enclosure IP 65min Fitting material SS316 Tubing

Positioner Valve Closes@20mA/ 1 Kg/cm2 Valve Opens@4 mA/0.2 Kg/cm2 Make As per Annexure 3 Manufacturer & model No. Vendor to specify Certification Required CCOE, Intrinsically Safe Detailed Spec As per Annexure 3 TPI Required (QAP as per Annexure 4) Radiography Required (QAP as per Annexure 4)

NOTES: Others IBR certification Not Required Vendor shall submit their offer in IOCL format only duly filled, supported by printed technical documents & accompanied with necessary 1 technical catalogues & model decoding information for Valves, Actuator,Smart Positioner, AFR etc. Total calculations for the control valve sizing,noise levels shall be submitted along with the offer, supported by formula & copy of reference 2 standard. 3 Scope of Inspection shall be as per attached QAP 4 Vendor shall calculate Cv & select the Valve size (Cv) to have >15% valve open at Min. Flow & <85% valve open at Max. flow condition. 5 All spare / unused port of pneumatic devices shall be provided with bug screen Deviation (Pls furnish separately) No Deviation Annexure-3.4 Instrumentation Engineering Data Sheet Pipeline Size & schedule As given below Line No. --- Process state Gaseous Service K9 TOP PR. E9/K9 FLARE Solids in suspension NA General Presence of toxic/ corrosive substances NA Valve Tag No. 2-PV-2704B Process Data Case Sizing Case Minimum Normal Maximum Calculated Cv Vendor to specify Inlet Outlet Inlet Outlet Inlet Outlet Units Flow rate 100 200 Kg/hr Temperature 40 230 ⁰C Diff pressure for actuator sizing 0.7 kg/cm2(g) Pressure 1.5 1.5 kg/cm2(g) Density 1.92 kg/m3

Sizing Conditions Cp/Cv 1.14 Compress. Factor 1 Viscosity @Op 0.1 cP Estimated Sound level Vendor to specify (<85) dBA Body Type Globe Rated Cv & FL Vendor to specify Body Size1 1/2" Port Type Single Trim Style Vendor to specify Eq % preferred.However Inlet Conn. Size 1 1/2" Type Flanged 300# Inherent Characteristics Vendor to select ch. to ensure controllability Outlet Conn. Size1 1/2" Type Flanged 300# Balanced Style Vendor to specify Flange Facing & Finish RF & 125-250 AARH Full Open Position 100% Body & Bonnet Material ASTM A216 Gr. WCC/WCB Guiding Style Vendor to specify

Bonnet style Plain Closure member material SS316+St or better

Packing Style Vendor to specifyTrim Seat Ring material SS316+PTFE

Valve Body & Bonnet Graphoil/PTFE(Vendor to specify Packing Material Seat Ring Retainer material Vendor to specify based on suitability)

Body/Bonet Gasket Material Vendor to specify Hardening Type Vendor to specify

Model No. Vendor to specify Hardening Seat Plug Vendor to specify Type Spring Diaphragm, Pneumatic Bushing/Cage material SS316+St or better Action Style Fail Close Stem/Shaft material SS316 or better Service Type Modulating Flow Direction Vendor to specify Max.ShutOff Press(Kg/cm2(g))IN: 6 Seat Leakage Class ANSI Class VI Spring range Vendor to specify Inlet Pipe Size 2" Sch STD Air Supply (Kg/cm2(g))Min.: 3.5 Max: 6.5 Outlet Pipe Size 2" Sch STD Stroke Vendor to specify External Insulation Type NA Actuator Max. Stroke time to open Vendor to specify Hand Wheel Not Required

Installation Companion flanges with stud, nut Max. Stroke time to close Vendor to specify Required & gasket Manufacturer& Model No. Vendor to specify Detailed Spec As per Annexure 2 Colour Red Qty 1 no.

Positioer Type Digital Smart E/P, Ex (ia) IIC T3AFR Make As per Annexure 2

Input Signal 4-20mA DC, HART Type double ferrule compression type fittings Output signal range 0-100% Tubing Material SS316 Enclosure IP 65min Fitting material SS316 Tubing

Positioner Valve Closes@4mA/ 0.2 Kg/cm2 Valve Opens@20 mA/1 Kg/cm2 Make As per Annexure 3 Manufacturer & model No. Vendor to specify Certification Required CCOE, Intrinsically Safe Detailed Spec As per Annexure 3 TPI Required (QAP as per Annexure 4) Radiography Required (QAP as per Annexure 4)

NOTES: Others IBR certification Not Required Vendor shall submit their offer in IOCL format only duly filled, supported by printed technical documents & accompanied with necessary 1 technical catalogues & model decoding information for Valves, Actuator,Smart Positioner, AFR etc. Total calculations for the control valve sizing,noise levels shall be submitted along with the offer, supported by formula & copy of reference 2 standard. 3 Scope of Inspection shall be as per attached QAP 4 Vendor shall calculate Cv & select the Valve size (Cv) to have >15% valve open at Min. Flow & <85% valve open at Max. flow condition. 5 All spare / unused port of pneumatic devices shall be provided with bug screen Deviation (Pls furnish separately) No Deviation Annexure - 4 QUANTUM OF SL NO ACTIVITY QUALITY CHARACTERISTICS METHOD OF CHECK REFERENCE DOCUMENTS ACCEPTANCE CRITERIA QUALITY RECORDS INSPECTION SCOPE CHECK VENDOR TPI Serial cards 1 Compliance with specification &GA drawings Ensure compliance To corelate documents 100% ORDER SPEC & GA DRG ORDER SPEC & GA DRG A1 R &inspection tags Relevent ASTM 2 Conformity of material of body bonet seat and plug Physical,chemical &mechanical Verify certificate 100% Relevent ASTM standards Certificates (MTC) R R standards As per ASME B Valves as specified in datasheet & Annexure-1 Radiography Review films 100% As per ASME B 16.34(Annex-B) RG films & reports R R 16.34(Annex-B) As per ASME B MP INSPECTION Body &bonet Magnetic particle inspection Visual 100% As per ASME B 16.34(Annex-C) R R 16.34(Annex-C) REPORT

Positive material identification(wherever Body,bonet,seat ,plug &cage Analysis 10% As per IOCL tender spec As per IOCL tender spec PMI reports A2 R applicable) Test for leakage at 1.5 times rated 3 Hydrotest of body Leak test 100% As per ISA S 75.19 No leak Test certificates A1 R pressure

Test of leakage at gasket joints by 4 Assembly leak tightness test(pneumatic) Leak test 100% As per IOCL tender spec No leak Test certificates A1 R applying 80psi pressure

5 Seat leak test Testing as per applicable leakage class Check for leak 100% As per tender spec As per ANSI/FCI 70.2 Test certificates A1 R

6 Actuator pressure test Test to 5 psi above spring range Check for leak 100% As per tender spec No leak Test certificates A1 R Verification by checking travel gradually 7 Calibration check Visual 100% DATA SHEET DATA SHEET Test certificates A1 W1 against travel indicator 8 Functional test on accessories Verfy functional correctness Visual 100% DATA SHEET DATA SHEET Test certificates A1 W1 9 Visual inspection Appearance,nameplate, painting Visual 100% DATA SHEET& GA DRAWING DATA SHEET Test certificates A1 W1 10 Dimensional check End connection &overall dimension Visual 100% GA DRAWING DATA SHEET Test certificates A1 W1 11 Packing &shipping Check compliance Visual 100% As per tender spec As per tender spec Test certificates A1 R

Document summission to customer.All NACE, 12 Check compliance Visual 100% As per tender spec As per tender spec Test certificates A1 R IBR,MTC,WARRANTY TEST CERTIFICATE ETC

INSPECTION WITNESS CODE DOCUMENT CODE A1- 100% INSPECTION TEST R : DOUMENT REVIEW

A2- 10% SAMPLE INSPECTION TEST AP: SUBMIT DOCUMENT FOR APPROVAL

W1- 100% WITNESS INSPECTION TEST IN: SUBMIT DOCUMENT FOR INFORMATION VENDOR’S SIGNATURE & DATE WITH COMPANY SEAL

W2- 10% WITNESS INSPECTION TEST S: FINAL DOCUMENT SUBMISSION TO CUSTOMER

1 Annexure-5

SPECIAL REQUIREMENT AS APPLICABLE FOR VALVES IN HYDROGEN SERVICES:

1. GENERAL

1.1. All cast valve flanges & bodies with flange rating of Class 900 or greater shall be examined in accordance with paragraphs 7.2 through 7.5 of Appendix-VII of ASME SEC-VIII, DIV.1, regardless of casting quality factor. 1.2. All casting for body/bonnet shall be 100% radio-graphed irrespective of pressure, temperature, class & rating. 1.3. All Welds/Weld repairs shall be subjected to PWHT. 1.4. Body/bonnet/cover joints and stuffing box of all valves shall have low emission. One valve per metallurgy, per rating, per size shall be helium leak tested as per ASME Sec. V, Subsection A, Article 10 (Detector/ Tracer Probe Technique), Appendix V at a minimum of 25% of the allowable (rated) cold working pressure. Selection of valves for helium leak test s h a l l

b e

a t random. Test duration shall be as follows:

The valve shall show no leakage. No leakage is defined as a total leakage rate of less than 1.76 E-07 cc/sec/mm of stem dia for gland packing or 1.76 X E-08 cc/sec/mm of circumference of body bonnet joint. 1.5. Only normalized and tempered material shall be used in the following specifications: Castings : A217 Gr. WC1, A217 Gr. WC4, A217 Gr. WC5, A217 Gr. WC6, A217 Gr. WC9, A217 Gr.C5, A217 Gr.C12 Forgings : A182 Gr. F11 Cl.2

2. CS & AS VALVES

2.1. Bend test and magnetic particle inspection of the entire surface of body and bonnet casting shall be in accordance with ASTM A 217. 2.2. Supplementary requirement S3 & S4 evaluation of magnetic particle, inspection shall be in accordance with ANSI B16.34/ MSS-SP-53. 2.3. The Brinell hardness of heat-treated casting shall not exceed 200 BHN for carbon steel & 255 for alloy steel. 2.4. Repair to defective casting shall be outlined in writing to the purchase before repair starts. Repair method to be approved prior to welding. 2.5. Casting shall be preheated to a minimum of 400 degree F prior to welding and all Chromium Molybdenum alloys shall be post weld heat treated after welding is complete. Stress relieving is essential for welds. 2.6. Carbon steel shall be normalized and alloy steels shall be normalized and tempered.

Page 1 of 2

Annexure-5

2.7. Dye Penetrant Test of welds shall be in accordance with ASTM B165 Procedure B-2. Interpretation as per Appendix-8 of ASME-VIII Div.1. 2.8. The tensile stress for AS shall be less than 100,000 PSI. 2.9. Charpy V-notch impact testing is to be done for valve material (average 20 ft-lb for set of 3 [minimum value 15 ft-lb] at 300F) to be ensured. 2.10. For radiography and acceptance criteria for valve casting, the foll. will be applicable: Critical body and bonnet casing section typically defined by ASME B16.34 shall be radiographed and shall meet ASTM E446 (upto 2” thick) Category A, B & CA Level 2, Category CB, OC & CD Level 3, Category D, B & F Level 0. For wall thickness 2” to 4.5” comparable plates of ASTM E186 shall be used. ASTM E94 and ASTM E142 shall be used for recommended practice & controlling quality of radiography as guide. The entire surface of all castings shall be dye penetrant inspected after picking.

Page 2 of 2