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

Table of Contents Document Number Rev. Document Title Page Number A133-000-YA-MR- 0 ENQUIRY DOCUMENT 2 2611-1052-RFQ A133-000-YA-MR- A Water Quality Analyser Sy stems 225 2611 A133-000-16-51-SI- A SPECIAL INSTRUCTION TO VENDOR 229 2611 A133-000-16-51- A VENDOR DATA REQUIREMENTS 236 VDR-2611 A133-000-YA-TQS- A TECHNICAL QUESTIONAIRE 238 2611 A133-000-16-51-CF- A COMPLIANCE FORMAT 239 2611 A133-000-16-51-MD- A MISCELLANEOUS 241 2611 A133-000-16-51-ID- A DATASHEET INDEX 242 2611 A133-000-16-51-SK- A DRAWING 245 2611 A133-000-16-51- A SCOPE OF WORKS 246 SOW-2611 A133-000-YA-LSF- A LOGISTIC SUPPORT FORMAT 249 2611 A133-000-YA-PTR- A PROVEN TRACK RECORD 254 2611 A133-000-YA-RC- A RESPONSIBILITY CHART 256 2611 44NC-4600-0000- A JOB SPECIFICATION 258 JSS-0111 ANALYSER-ITP A JOB SPECIFICATION 281 6-78-0001 0 Specification for Quality Mgt. System Requirements from Bidders 282 6-78-0003 0 Specification for Documentation Requirement from Suppliers 291

Page 1 of 302 Regd. Office: Bhawan, 1-Bhikaiji Cama Place, -110066, India Phone No. : 00 91 11 26762121; Fax No. : 00 91 11 26191714, 26167664 REQUEST FOR QUOTATION (RFQ)-(INDIGENOUS / FOREIGN / GLOBAL) (e-Tendering)

Date: 30.10.2014

M/s Client Petrochemical Corporation Limited For Limited Bidders Only: The Suppliers to whom this RFQ is Project Coker Block of Resid Upgradation Project at Manali issued are only required to quote. Refinery, Chennai

RFQ No. RC/A133-000-YA-MR-2611/1052

Item WATER QUALITY ANALYSER SYSTEMS Category II Due Date 20.11.2014 [Up to 1200 Hrs. (IST)] UNPRICED BID OPENING: At 1400 Hrs.(IST) on final bid due date (In case the bid due date happens to fall on Holiday, the next working day shall be deemed to be due date) PRICED BID OPENING : DATE & TIME SHALL BE INTIMATED LATER Gentlemen,

1. Chennai Corporation Limited (CPCL), a subsidiary of Limited has existing Refinery Facilities at Manali, Chennai, Tamil Nadu (India). The present capacity of CPCL at Manali Refinery is 9.5 MMTPA. CPCL is currently implementing a Revamp of existing units to increase the crude processing capacity by 1 MMTPA to take the overall complex capacity to 10.5 MMTPA unit. Chennai Petroleum Corporation Limited (CPCL) has awarded the work of Resid Upgradation Project- Coker Block to Engineers India Limited (EIL) and EIL is the CONTRACTOR for this Project. 2. Bids are requested for the captioned item in complete accordance with enquiry documents/attachments. 3. Bidders can download the complete enquiry document from the web address http:tenders.eil.co.in or http://eprocure.gov.in/eprocure/app. 4. E-Bids are required to be submitted only through Central Public Procurement Portal (CPPP) of , on or before the bid submission date and time. Bidders are required to register themselves at http://eprocure.gov.in/eprocure/app. No registration fee would be charged from the bidders. 5. Bidders are required to upload the bid along with all supporting documents & priced part on the e-tendering website (http://eprocure.gov.in/eprocure/app) only. 6. Various links such as “Help for Contractor”, “Information about DSC”, “FAQ”, “Resources Required”, “Bidders Manual Kit” etc. are available on home page of http://eprocure.gov.in/eprocure/app facilitating vendors to participate in the bidding process. Bidder are advised to download & utilize the available information/documents under these links for activities like Registration in CPPP, obtaining User ID & Password, uploading & submission of e-bids etc. Bidders are advised in their own interest to carefully go through Instructions for E-tendering and other related document available against various help links so as to ensure that bids are uploaded in E-tendering website well before the closing date and time of bid submission. 7. In the event of failure in bidder’s connectivity with EIL/CPPP website during the last few hours on account of problem on bidders account, they are likely to miss the deadline for bid submission. Due date extension

RC/A133-000-YA-MR-2611/1052 Page 1 of 4

Page 2 of 302 request due to this reason will not be entertained. In view of the same, bidders are advised to upload their bid in advance.

8. Bidders to upload the Unpriced and Priced part of their bids strictly in the Unpriced & Priced folders respectively in the CPPP portal. Non Compliance to the same may lead to rejection of their offer.

9. Bidders are requested to submit e-bids in e-tendering portal (http://eprocure.gov.in/eprocure/app) in accordance with the instructions and terms & conditions enclosed with this RFQ Covering letter.

10. NIC Portal mandates that the bidders are to be registered on the portal before any enquiry can be issued to them. In order to expedite issue of enquiries, the enquiry is being issued through EIL Tender Portal and also being published on Central Public Procurement Portal. The enquiry shall be issued to the bidders on the NIC e-Procurement Portal as soon as their registration is completed in the NIC Portal (http://eprocure.gov.in/eprocure/app ).

11. All those vendors who have still not registered on the NIC Portal are required to register on the same (immediately after issue of enquiry on EIL portal but not later than ten days before the bid due date) for facilitating issue of enquiry to them on the NIC Portal failing which it will not be possible for them to upload their bids. Pursuant to registration, the vendors are also required to login in EIL tender portal and update NIC’s registration details and inform the undersigned regarding the same for the subject enquiry.

In any case, the enquiry shall be issued on NIC portal to NIC registered vendors about one week before the bid due date. Therefore, all those bidders who have not complied with the above registration requirements will not be issued this enquiry on NIC portal and will not be eligible to bid. Request for extension in due date of submission of bids due to non registration or delayed registration in NIC portal shall not be entertained.

12. The bid has to be necessarily submitted on the NIC Portal and only those bidders who are issued the enquiry through NIC Portal will be eligible to submit their bids. In case a bidder does not register on the NIC Portal and as a consequence, cannot be issued the enquiry through NIC Portal, it shall be deemed that he is not interested in bidding against this enquiry and no further correspondence will be entertained.

13. In future, EIL shall be issuing all enquiries through NIC Portal alone and bidders who do not register with NIC Portal may not be able to submit their bids. Therefore, it is in the interest of the bidders that they register on the NIC Portal at the earliest.

14. The vendor registration on NIC Portal is a very user friendly process. However, in case of any doubt, the vendor may contact the undersigned.

Bids should be submitted separately in two parts as follows:

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

i) Offer Covering letter (in bidder’s letter head) ii) Techno-commercial compliance to the RFQ terms & Conditions. iii) Duly filled-in, signed & stamped Annexure I to Prefilled ATC giving basic details on transportation charges, taxes/ duties etc. iv) Bank Certified Mandate Form as per Annexure-II to Prefilled ATC, duly signed and stamped with the Banker’s certification along with cancelled cheque.( applicable for Indigenous suppliers) v) Unpriced copy of Price Schedule format (as applicable) available on E –tendering Portal (Indicating ‘Q’ in place of prices) vi) Latest Complete Audited Balance Sheet. vii) Fresh Bank Solvency Certificate, date of issue of this certificate should not be earlier than 1 year from the date of Opening of Techno-commercial part. viii) Duly filled-in, signed & stamped Integrity Pact ix) Concurrent Commitment, in the format enclosed with RFQ x) Technical Compliance/ datasheets/ documents, required as per Material Requisition xi) Unpriced copy for supervision of E/T/C xii) Two years spares for operation & Maintenance xiii) Unit Rate for Addition and Deletion

RC/A133-000-YA-MR-2611/1052 Page 2 of 4

Page 3 of 302 xiv) Unpriced copy for Per Diem rate for supervision of E/T/C

Part-II : PRICED BID

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

Prices in Price Schedule Format (as per format uploaded on EIL Tender Website) for:

i) Main Supply & Transportation Charges (as applicable) ii) Mandatory Spares Prices ( as applicable) iii) Training charges ( as applicable) iv) 2 years recommended spares for Operation & Maintenance (as applicable) v) Price for unit rate for addition and deletion vi) Price for supervision for Erection, testing & Commissioning

Note: a) Bidders are required to have a VALID digital signature of class issued by C.C.A. (Controller of certifying authority, India) for participation in e-tendering. b) Please refer attached formats/Instructions to upload the bid on NIC Portal. c) Deviations to terms and conditions, presumptions etc shall not be stipulated in Price part of bid. In case of any conditions stipulated in price bids, the bids of such bidders shall be summarily rejected and shall not be considered for further evaluation. Evaluation shall be carried out excluding such bidder(s).

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

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

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

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

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

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

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

18. Offer Validity : Offer shall be valid for 03 Months from the final / extended bid due date.

19. PAYMENT TERMS

For Indian Bidder:

For Supply (excluding Mandatory Spares): As per clause No. 1.1.1 (ii) of Instruction to Bidders. For supply of Mandatory Spares: As per clause No. 1.1.2 of Instruction to Bidders. For Supervision: As per clause No. 1.1.4 of Instruction to Bidders. For Training: As per clause No. 1.1.5 of Instruction to Bidders. For AMC: As per clause No. 1.1.6 of Instruction to Bidders.

RC/A133-000-YA-MR-2611/1052 Page 3 of 4

Page 4 of 302 For Foreign Bidder:

For Supply (excluding Mandatory Spares): As per clause No. 1.2.1 (ii) of Instruction to Bidders. For supply of Mandatory Spares: As per clause No. 1.2.2 of Instruction to Bidders. For Supervision: As per clause No. 1.2.4 of Instruction to Bidders. For Training: As per clause No. 1.2.5 of Instruction to Bidders. For AMC: As per clause No. 1.2.6 of Instruction to Bidders. For other scope: As per Instruction to Bidders

20. Delivery/Completion Period : Supply :

Indigenous Supplier: Within 06 (Six) Months from the date of Purchase Order(PO) / Fax Of Acceptance( FOA) on FOT despatch point basis. The date of LR/GR shall be considered as the date of delivery.

Foreign Supplier:

Within 05 (Five) Months from the date of Purchase Order (PO) / Fax of Acceptance (FOA) on FOB Port of Exit Basis. The Date of Airway Bill shall be considered as date of Delivery.

21. Price Reduction Schedule: As per clause No. 12.1 & 12.4 of Instruction to Bidders.

22. Repeat Order is applicable.

23. Contact Persons for this RFQ are:

Ms. Rekha Choudhary–AGM (C&P) ; Phone:+91 11 26762071 ; E-mail: [email protected] Mr. Shalini Tiwari Arora -Sr. Engineer (C&P) ; Phone:+91 11 26762077 ; E-mail : [email protected]

Any Problem related to NIC E- Tendering Portal , please contact the following NIC person: 011-26762073 / 07532022483/ 078381145/ 011-26762055.

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

THIS IS NOT AN ORDER Very truly yours,

(Rekha Choudhary) AGM (C&P)

Enclosures :

. Techno-Commercial Compliance To Bid Requirement . Price Schedule Format – uploaded on EIL E- Tendering Website . Standard Commercial Documents Containing: . Forms & Formats  Reply/ Acknowledgement letter  Proforma of Letter of Authority Rev.0  Format for Bidders’ Pre-bid Queries  Exceptions and Deviations (Commercial)  Format for Present/ Concurrent Commitments . Special Commercial Notes to RFQ . Integrity Pact format . Instructions to Bidders ( ITB) . Appendix-A to ITB : Methodology and terms & conditions for Reverse Auction-Deleted . Annexure – I to ITB : Terms & Conditions For Indian Sourced Components / Services By Foreign Bidder . Instructions to Bidders for e-Tendering . Agreed Terms & Conditions ( ATC) (Respectively for Indian and Foreign Bidder)

RC/A133-000-YA-MR-2611/1052 Page 4 of 4

Page 5 of 302 . General Purchase Conditions (GPC) (Respectively for Indian and Foreign Bidder) . Packing, Marking, Shipping And Documentation Specification( Respectively for Indigenous & Foreign materials : enclosed with respective GPC ) . Proformae of Bank Guarantee for Advance. ( ABG) (attached with respective GPCs) . Proformae of Bank Guarantee for Performance. ( PBG ) (attached with respective GPCs . Attachments regarding uploading the bids on NIC portal . Integrity Pact . Terms and conditions for AMC

Material Requisition (MR) No. A133-000-YA-MR-2611 Rev. A

RC/A133-000-YA-MR-2611/1052 Page 5 of 4

Page 6 of 302 Page 7 of 302 REPLY/ACKNOWLEDGEMENT LETTER

FAX Nos. : 00-91-11-26191714, 26167664 SELF ADDRESSED FAX (PLEASE REFAX TO EIL WITHIN TEN DAYS OF RECEIPT OF RFQ)

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

Attn. : Ms. Rekha Choudhary – Asst. General Manager (C&P) RFQ No. : RC/A133-000-YA-MR-2611/1052 Item : Water Quality Analyser Systems Bid Due Date : 20.11.2014 [Up to 1200 Hrs. (IST)] Project : Coker Block of Resid Upgradation Project at Manali Refinery of M/s CPCL, Chennai

Dear Sirs,

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

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

1. We will submit the bid within due date.

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

a. ______

b. ______

Thanking you,

Very truly yours,

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

Page 1 of 1

Page 8 of 302

PROFORMA OF LETTER OF AUTHORITY FOR ATTENDING PRE-BID CONFERENCE

No. Date:

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

Dear Sirs,

We……………………………………..hereby authorise following representatives (s) to attend the Pre-Bid Meeting against your RFQ No.: ……………………………………. for Item ……………………….……………

1. Name & Designation ………………………………Signature …………………………..

2. Name & Designation ……………………………… Signature …………………………

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

Yours faithfully,

Signature ……………………………

Name & Designation ……………….

For & on behalf of ………………….

Note :

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

Page 1 of 1

Page 9 of 302

TECHNO-COMMERCIAL COMPLIANCE TO BID REQUIREMENT

RFQ No. : RC/A133-000-YA-MR-2611/1052 Item : Water Quality Analyser Systems Project : Coker Block of Resid Upgradation Project at Manali Refinery of M/s CPCL, Chennai

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

SIGNATURE OF BIDDER : ______

NAME OF BIDDER : ______

COMPANY SEAL : ______

Page 1 of 1

Page 10 of 302 Page 11 of 302

FOR BIDDERS’ QUERIES

RFQ No. : RC/A133-000-YA-MR-2611/1052 Item : Water Quality Analyser Systems Project : Coker Block of Resid Upgradation Project at Manali Refinery of M/s CPCL, Chennai

SL. REFERENCE OF RFQ DOCUMENT BIDDER'S QUERY EIL'S REPLY NO. PART/ Page Clause Subject VOL. No. No.

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

SIGNATURE OF BIDDER : ______

NAME OF BIDDER : ______

Page 1 of 1

Page 12 of 302 Page 13 of 302

EXCEPTIONS AND DEVIATIONS

RFQ No. : RC/A133-000-YA-MR-2611/1052 Item : Water Quality Analyser Systems Project : Coker Block of Resid Upgradation Project at Manali Refinery of M/s CPCL, Chennai

SL.NO REF. OF RFQ DOCUMENT SUBJECT DEVIATIONS DOCUMENT PAGE NO. CLAUSE NO.

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

SIGNATURE OF BIDDER : ______NAME OF BIDDER : ______

COMPANY SEAL : ______

Page 1 of 1

Page 14 of 302 Page 15 of 302

PRESENT COMMITMENTS AS ON ………………………………….. (Due Date for submission of Bid)

RFQ No. : RC/A133-000-YA-MR-2611/1052 Item : Water Quality Analyser Systems Project : Coker Block of Resid Upgradation Project at Manali Refinery of M/s CPCL, Chennai

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

SIGNATURE OF BIDDER : ______

NAME OF BIDDER : ______

COMPANY SEAL : ______

Page 1 of 1

Page 16 of 302 Page 17 of 302

Annexure – 1 E-TENDERING METHODOLOGY

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

More detailed information useful for submitting online bids on the CPP Portal may be obtained at: https://eprocure.gov.in/eprocure/app .

REGISTRATION

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

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

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

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

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

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

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

SEARCHING FOR TENDER DOCUMENTS

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

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

Page 1 of 1

Page 18 of 302

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

PREPARATION OF BIDS

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

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

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

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

SUBMISSION OF BIDS

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

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

3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable and enter details of the instrument.

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

5) A Price Bid format has been provided with the tender document to be filled by all the bidders. Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. Bidders are required to download the Price Bid file, open it and complete the cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the filename. If the Price Bid file is found to be modified by the bidder, the bid will be rejected.

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

Page 1 of 1

Page 19 of 302

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

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

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

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

RETENDER

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

ASSISTANCE TO BIDDERS

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

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

Page 1 of 1

Page 20 of 302

RFQ No. : RC/A133-000-YA-MR-2611/1052 Item : Water Quality Analyser Systems Project : Coker Block of Resid Upgradation Project at Manali Refinery of M/s CPCL, Chennai Name of Bidder: ______Offer No. : ______

(Format For 2 Years Spares of normal operation & maintenance) (APPLICABLE FOR INDIAN BIDDERS) S.No Description Quantity Unit Price on Total Price % % Road (No.) FOT on FOT escalation escalation Freight dispatch dispatch for 3rd year for 4th (%) point basis point basis year (In INR) (In INR) (Refer Note 2) 1 Two years operation and maintenance spares as per manufacturer recommendation.

------% % %

NOTES: i. Prices for spares for 2 year normal operation and maintenance shall be furnished on FOT Despatch point basis as per this format only. Supplier shall quote road freight upto Port of Entry in India. ii. The prices for 2 years normal operation & maintenance shall be valid upto 2 years from the date of purchase order. However, bidder to also quote for annual escalation in % for subsequent 2 years. iii. The price for spares for 2 year normal operation shall not be considered for evaluation and owner reserves the right to select and order these spares.

Signature of Vendor Name / Seal of Vendor :

Page 1 of 1

Page 21 of 302

RFQ No. : RC/A133-000-YA-MR-2611/1052 Item : Water Quality Analyser Systems Project : Coker Block of Resid Upgradation Project at Manali Refinery of M/s CPCL, Chennai Name of Bidder: ______Offer No. : ______

(Format For 2 Years Spares of normal operation & maintenance) (APPLICABLE FOR FOREIGN BIDDERS) S.No Description Quantity Unit Price Total Price % % Ocean (No.) on FOB on FOB escalation escalation Freight port of exit port of exit for 3rd year for 4th (%) basis basis year (______) (______) (Refer Note 2) 1 Two years operation and maintenance spares as per manufacturer recommendation.

------% % %

NOTES: i. Prices for spares for 2 year normal operation and maintenance shall be furnished on FOB port of exit basis as per this format only. Supplier shall quote Ocean freight upto Port of Entry in India. ii. The prices for 2 years normal operation & maintenance shall be valid upto 2 years from the date of purchase order. However, bidder to also quote for annual escalation in % for subsequent 2 years. iii. The price for spares for 2 year normal operation shall not be considered for evaluation and owner reserves the right to select and order these spares.

Signature of Vendor Name / Seal of Vendor :

Page 1 of 1

Page 22 of 302 Special Commercial Notes to RFQ

1. Bids complete in all respects should be successfully Submitted online on or before the bid due date and time specified above. 2. Technical specifications should be strictly as per the material requisition attached. 3. As Purchaser intends to contract directly with suppliers of the goods for which bids are invited, the bids should be prepared by the suppliers and submitted directly. Purchaser reserves the right to reject offers made by intermediaries. 4. The bidder shall bear all costs associated with the preparation and submission of its bid, and the Purchaser shall in no case be responsible or liable for these costs regardless of the conduct or outcome of the bidding process. 5. Bidders who are enlisted with EIL are required to quote as per their capabilities registered with EIL. 6. EIL reserves the right to use in-house information for assessment of bidder’s capability for consideration of bid. 7. EIL reserve the right to make any changes in the terms and conditions of purchase and to reject any or all the bids. 8. The order, if placed will be issued by EIL. 9. Net Worth of the Bidder shall be positive as per the immediate preceding year’s Audited financial results. Bidder is therefore requested to furnish the latest Audited Financial Statement including Profit & Loss Account including all note and annexure. In case, the bidder’s Net Worth is negative, their bid shall not be evaluated further. This criteria will be applicable to all Suppliers including Indian Central Public Sector Undertaking/Enterprises.

Bidders are also requested to submit following Net worth details in their Login of EIL’s Tender Portal (http://tenders.eil.co.in) before downloading the Enquiry: a) From Financial Month/ Year ______to Month/ Year ______b) Net worth (Positive/ Negative) ______c) Upload Audited Financial Statements (Browse/ Attach) : ______

10. Purchaser reserves the right to allow purchase preference to Central Public Sector Undertakings/enterprises, as admissible under prevailing policy of Government of India. 11. Preference to MSEs ( Shall be applicable for individual items only) DELETED 12. In case any bidder is found to be involved in cartel formation, his bid will not be considered for evaluation / placement of order. Such bidder will also be debarred from bidding in future. 13. In case a supplier seeks any suo-moto price increase subsequent to the bid due date and which is not as a result of any change in scope of supply or terms and conditions, the bid of such a supplier shall be rejected for the items in which such suo-moto increase is sought. 14. FRAUDULENT PRACTICES The Owner requires that Bidders/ Vendors/ Contractors observe the highest standard of ethics during the award/ execution of Contract. "Fraudulent Practice" means a misrepresentation of facts in order to influence the award of a Contract to the detriment of the Owner, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the owner of the benefits of free and open competition.

Page 23 of 302 Special Commercial Notes to RFQ

a) The owner will reject a proposal for award if it determines that the bidder recommended for award has engaged in fraudulent practices in competing for the Contract in question. Bidder is required to furnish the complete and correct information/ documents required for evaluation of their bids. If the information/ documents forming basis of evaluation is found to be false/ forged, the same shall be considered adequate ground for rejection of bids and forfeiture of Earnest Money Deposit. b) In case, the information/ document furnished by the Bidder/ Vendor/ Contractor forming basis of evaluation of his bid is found to be false/ forged after the award of the contract, Owner shall have full right to terminate the contract and get the remaining job executed at the risk & cost of such Bidder/ Vendor/ Contractor without any prejudice to other rights available to Owner under the contract such as forfeiture of CPBG/ Security Deposit, withholding of payment etc. c) Incase, this issue of submission of false documents comes to the notice after execution of work, Owner shall have full right to forfeit any amount due to the Bidder/ Vendor/ Contractor along with forfeiture of CPBG/ Security Deposit furnished by the bidder/vendor/ contractor. d) Further, such bidder/ vendor/ contractor shall be put on Blacklist/ Holiday/ Negative List of owner debarring them from future business with Owner for a time period, as per the prevailing policy in EIL. 15. Submission of authentic documents is the prime responsibility of the bidder. Wherever EIL has concern or apprehension regarding the authenticity/correctness of any document, EIL reserves a right of getting the document cross verified from the document issuing authority.

16. SPECIAL INSTRUCTIONS TO FOREIGN BIDDERS a) The bidder must ascertain and confirm along with supporting documents in the bid, if any Customs Duty exemption / waiver is applicable to the products being supplied by him under any multi-lateral / bi-lateral trade agreement between India and bidder's country. b) The bidder shall be liable to provide all documentation to ensure availment of the exemption / waiver. In case' the bidder defaults on this due to any reason, whatsoever, he shall be liable to bear the incremental Customs Duty applicable, if any. c) Any Customs Duty applicability on account of any change in the bi-lateral / multi-lateral agreement shall be to bidder's account. d) Documentation to be furnished for availing the exemption / waiver of Customs Duty shall be specifically listed in the Letter of Credit also as the pre-requisite for release of payment against shipping documents and this documentation shall necessarily form a part of shipping documents e) COMPLIANCE TO REQUIREMENT OF PAN NO. , TAX RESIDENCY CERTIFICATE AND FORM NO.10F It is mandatory for the foreign supplier/contractor/consultant to furnish the following information in case his receipts are subject to tax deduction at source in India: i) PAN No. As per the Indian Income Tax requirements failing which the Supplier/Contractor/Consultant shall be responsible for any additional tax deduction at source as per the provisions of the Indian Income Tax Act/Rules and the same shall be deducted from the payment made to supplier/contractor/consultant

ii) Tax Residency Certificate (TRC) TRC containing prescribed particulars as per the enclosed Annexure-A from the Government of foreign country in order to claim the benefits of DTAA as per the Indian Income Tax requirements failing which the relief under DTAA will not be available and

Page 24 of 302 Special Commercial Notes to RFQ

consequently the higher rate of withholding tax @25% will be applicable and deducted from the payment made to supplier/contractor/consultant (i.e., non-resident taxpayer). The TRC shall be duly verified by the Government of the country of which the assessee claims to be a resident for the purposes of tax.

iii) Form 10F

In additional to TRC, bidder in order to claim the benefits of DTAA shall also submit additional information in form no. 10F (enclosed as Annexure-A). Form 10F has to be signed & verified by the assessee himself. If some information is already contained in TRC, the bidder shall not be required to provide that information in Form no. 10F but even then Form no. 10F is required to be provided by the bidder. However, the bidder may write Not Applicable in the relevant column in case that information is already contained in TRC.

The above shall be furnished before release of any payment or within one month of the release of Order, whichever is earlier. Failing submission of the above information, any additional tax liability on purchaser, will be deducted from the payment due to the supplier. 17. SHIFTING OF ORDER DELETED 18. CLARIFICATION REQUESTS FROM BIDDERS A bidder may seek clarification regarding the bidding document provisions, bidding process and / or rejection of his bid. EIL shall respond to such requests with in a reasonable time. 19. SETTLEMENT OF DISPUTE BETWEEN GOVT. DEPT./ PUBLIC SECTOR UNDERTAKING In the event of any dispute or difference relating to the interpretation and application of the provisions of the contracts, such dispute or difference shall be referred by either party for Arbitration to the sole Arbitrator in the Department of Public Enterprises to be nominated by the Secretary to the Government of India in-charge of the Department of Public Enterprises. The Arbitration and Conciliation Act, 1996 shall not be applicable to arbitration under this clause. The award of the Arbitrator shall be binding upon the parties to the dispute, provided, however, any party aggrieved by such award may make a further reference for setting aside or revision of the award to the Law Secretary, Department of Legal Affairs, Ministry of Law & Justice, Government of India. Upon such reference the dispute shall be decided by the Law Secretary or the Special Secretary/Additional Secretary, when so authorized by the Law Secretary, whose decision shall bind the Parties finally and conclusively. The Parties to the dispute will share equally the cost of arbitration as intimated by the Arbitrator. 20. PRE BID MEETING Bidder’s authorized representative(s) shall attend the pre bid meeting on the prescribed day at the given venue. During the pre bid meeting, all the technical and commercial issues shall be discussed and concluded to ensure that the bid received subsequent to pre bid meeting shall be without any deviations to terms and conditions. Hence, bidders shall treat the pre bid meeting as utmost important and depute competent & senior person capable of taking on the spot decision to sort out all the technical and commercial issues.

Page 25 of 302 Special Commercial Notes to RFQ

However, in case any bidder does not attend the pre bid meeting, it shall be understood that the bidder has a clear understanding of the scope & terms & conditions of the bidding document and does not have any comments/ deviations to the requirements of the bidding document. In order to ensure fruitful discussions during pre bid meeting, the bidder is requested to submit any queries/clarification/information pertaining to Bidding document in writing delivered by hand or by fax/ e-mail as per format enclosed in the Bidding Document so as to reach two days prior to Pre-bid meeting. These queries shall be replied during pre-bid meeting. The editable soft copies of the queries shall also be e-mailed to enable EIL to prepare replies to the queries against each query in the same format expeditiously. The bidders are required to participate in the pre-bid meeting with the following essential documents, so that the same can reviewed & discussed during the meeting to avoid any techno- commercial clarifications/ discussions post bid:

a) Latest annual report including Profit & loss account b) Solvency certificate from bank c) Concurrent Commitments d) Details of work experience meeting the Bidders Qualification Criteria(BQC) (if applicable) e) Technical details, documents, design, filled datasheets as per MR f) Any other relevant document/ details Record notes of meeting, including the questions raised and the responses given will be furnished as expeditiously as possible to all the bidders and shall also be uploaded on the website. After pre- bid meeting, no further queries will be entertained from the bidders. Any modification of the Bidding Document, which may become necessary as a result of the pre-bid discussion, shall be intimated to all bidders through the issue of an Addendum/Amendment. Based on the pre-bid discussions, no-deviation form/techno-commercial compliance shall be signed and submitted by the bidders as part of their offer. After pre-bid meeting, no deviation shall be accepted and if any deviation is found in the bid of such bidder, their offer shall be liable to be rejected without raising any technical/ commercial queries. Technical/ Commercial queries shall not be issued once the bid have been opened. However, wherever CQ/ TQ are unavoidable, the same shall be raised only once and the cut-off date given for CQ/ TQ replies shall be adhered to. Offers shall be evaluated based on the information available up to cut-off date for CQ/ TQ replies. Extension in bid due date shall not generally be granted.

21. REVERSE AUCTION DELETED

22. INTEGRITY PACT DELETED

23. CANCELLED CHEQUE

Page 26 of 302 Special Commercial Notes to RFQ

In the event of award, in order to release payment we would require a copy of cancelled cheque. Hence you are requested to submit a copy of cancelled cheque along with Technical offer.

Page 27 of 302 Document No. INSTRUCTION TO BIDDERS (ITB) [ CPCL – LSTK ] A133-01- ITB Rev. 0 Page 1

1 PAYMENT TERMS

1.1 FOR INDIGENOUS BIDDERS:

1.1.1 Supply: (i) Where the MR is for supply of materials and there is no Vendor Data requirement (VDR) specified in the MR: - 90% against despatch documents directly to EIL on pro-rata basis together with full taxes, duties and transportation charges and on submission of Performance Bank Guarantee valid for the 3 (Three) Months beyond guarantee period. - 10% on receipt and acceptance of last consignment of materials at site and and on submission of E1/E2 Form (wherever applicable).

(ii) Where the MR is for supply of materials and calls for Vendor Data requirement: (Without site work): - 5% against approval of drawings, wherever required (identified in Purchase Requisition) at least in Code-2 and manufacturing Schedule. . - 80% (85% in cases where drawing approval is not required) against despatch documents directly to EIL on prorate basis together with full taxes, duties and transportation charges and on submission of Performance Bank Guarantee valid for the 3 (Three) Months beyond guarantee period.

- 5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per VDR specified in Purchase Requisition.

- 10% on receipt and acceptance of goods/ materials at Site and on submission of E1/E2 Form (wherever applicable).

(iii) Where the MR is for supply of materials and calls for Vendor Data requirement: (With site work) - 5% against approval of drawings, wherever required (identified in Purchase Requisition) at least in Code-2 and manufacturing Schedule.

- 80% against dispatch documents directly to EIL on prorate basis together with full taxes, duties and transportation charges and on submission of Performance Bank Guarantee valid for the 3 (Three) Months beyond guarantee period.

- 5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per VDR specified in Purchase Requisition.

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

Page 28 of 302 Document No. INSTRUCTION TO BIDDERS (ITB) [ CPCL – LSTK ] A133-01- ITB Rev. 0 Page 2

- 10%. on successful completion of Site Work and on submission of E1/E2 Form (wherever applicable).

Note: In case site is not available upto 6 (Six) months after receipt of all supplies at site, the last 10% payment shall be released against submission of additional Bank Guarantee of equivalent amount valid for 1 (One) year or such extended period as may required.

(iv) Where the MR is for Packages (with significant Bought out item) and calls for Vendor Data requirement: (Without site work) - 5% on approval of drawings, wherever required (identified in Purchase Requisition), in at least Code-2 and manufacturing schedule.

-10% against placement of sub-order for specified major raw material (to be identified by PEM and PM before issue of enquiry) against submission of equivalent Bank Guarantee.

- 70% against dispatch documents directly to EIL on prorate basis together with full taxes, duties and transportation charges and on submission of Performance Bank Guarantee valid for the 3 (Three) Months beyond guarantee period.

- 5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per VDR specified in Purchase Requisition.

- 10% on receipt and acceptance of goods/ materials at Site and on submission of E1/E2 Form (wherever applicable).

(v) Where the MR is for Packages (with significant Bought out item) and calls for Vendor Data requirement: (With site work) - 5% on approval of drawings, wherever required (identified in Purchase Requisition), in at least Code-2 and manufacturing schedule. . -10% against placement of sub-order for specified major raw material (to be identified by PEM and PM before issue of enquiry) against submission of equivalent Bank Guarantee.

- 70% against dispatch documents directly to EIL on prorate basis together with full taxes, duties and transportation charges and on submission of Performance Bank Guarantee valid for the 3 (Three) Months beyond guarantee period and on submission of Performance Bank Guarantee valid for the 3 (Three) Months beyond guarantee period.

- 5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite

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

Page 29 of 302 Document No. INSTRUCTION TO BIDDERS (ITB) [ CPCL – LSTK ] A133-01- ITB Rev. 0 Page 3

number of copies/sets/CDs as per VDR specified in Purchase Requisition.

- 10% on successful completion of Site Work and on submission of E1/E2 Form (wherever applicable).

Note: In case site is not available up to 6 (Six) months after receipt of all supplies at site, the last 10% payment shall be released against submission of additional Bank Guarantee of equivalent amount valid for 1 (One) year or such extended period as may required.

(vi) For Pumps, Compressors, Heat Exchangers, Columns and Vessels: (Without site work) - 5% on approval of drawings, wherever required (identified in Purchase Requisition), in at least Code-2 and manufacturing schedule.

- 15% against receipt and identification of specified major raw materials and against submission of equivalent BG. - 65% against dispatch documents directly to EIL on prorate basis together with full taxes, duties and transportation charges and on submission of Performance Bank Guarantee valid for 3 months beyond guarantee period - 5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per VDR specified in Purchase Requisition. - 10% on receipt and acceptance of goods/ materials at Site on submission of E1/E2 Form (wherever applicable).

Major Raw Material for payment against receipt & identification of raw materials: Columns and Vessels Plates and Forgings Heat Exchangers : Plates, Forgings and Tubes Pumps : Castings Compressors : Castings / Forgings

(vii) For Pumps, Compressors, Heat Exchangers, Columns and Vessels: (With site work) - 5% on approval of drawings, wherever required (identified in Purchase Requisition), in at least Code-2 and manufacturing schedule.

- 15% against receipt and identification of specified major raw materials and against submission of equivalent BG..

- 65% against dispatch documents directly to EIL on prorate basis together with full taxes, duties and transportation charges and on submission of Performance

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

Page 30 of 302 Document No. INSTRUCTION TO BIDDERS (ITB) [ CPCL – LSTK ] A133-01- ITB Rev. 0 Page 4

Bank Guarantee valid for 3 months beyond guarantee period

- 5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per VDR specified in Purchase Requisition.

- 10% on successful completion of Site Work on submission of E1/E2 Form (wherever applicable).

Note: In case site is not available upto 6 (Six) months after receipt of all supplies at site, the last 10% payment shall be released against submission of additional Bank Guarantee of equivalent amount valid for 1 (One) year or such extended period as may required.

Major Raw Material for payment against receipt & identification of raw materials: Columns and Vessels : Plates and Forgings Heat Exchangers: Plates, Forgings and Tubes Pumps : Castings Compressors : Castings / Forgings

(viii) For all Site Fabricated Columns: - 5% on approval of drawings, manufacturing schedule & QAP by TPIA.

- 15% after receipt of identified raw materials at fabrication yard and against certification by TPIA against Hypothecation Bond.

- 50% on completion of fabrication in all respect, Third party inspection and making completed column ready for hydro-testing.

- 10% after hydro-testing of completed column and against submission of Performance Bank Guarantee for 10% of total order value valid for the guarantee period plus 3 (Three) Months claim period.

- 20% after receipt of tax invoice along with taxes & duties and after submission of final technical documentation and drawings as per Purchase Requisition and on transportation of completed column from fabrication yard/ assembly yard to erection site, delivery of column up to equipment foundation and handing over to Engineer-in-charge at site. Terms of Delivery shall be delivery of column up to equipment foundation and handing over to Engineer-in-charge at site.

1.1.2 For supply of Mandatory Spares: - 90% on dispatch of spares against direct delivery of dispatch documents to PURCHASER. - 10% on receipt and acceptance of materials at site and on submission of EI/E2 FORM (wherever applicable).

1.1.3 Site Work: - 90% against monthly progressive bills (based on agreed billing schedule) duly

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

Page 31 of 302 Document No. INSTRUCTION TO BIDDERS (ITB) [ CPCL – LSTK ] A133-01- ITB Rev. 0 Page 5

certified by Engineer-in-charge.

- 10% on successful completion of site work and handing over of goods/equipment at site.

1.1.4 Supervision of Erection, Testing & Commissioning - 100% prorate against monthly bills to be submitted by seller duly certified by Engineer-in-Charge.

1.1.5 Training - 100 % on successful completion of Training duly certified by PURCHASER, as per Purchase Requisition.

1.1.6 Annual Maintenance Contract (AMC): - 100% payment shall be paid at the end of each half year of the contractual year against quarterly progressive bills to be submitted by seller duly certified by Site-in-Charge.

1.2 FOR FOREIGN BIDDERS 1.2.1 Supply: (i) Where the MR is for supply of materials and there is no Vendor Data requirement (VDR) specified in the MR (Without Site Work): - 100% against shipping documents through irrevocable Letter of Credit

(ii) Where the MR is for supply of materials and calls for Vendor Data requirement: (Without site work) - 5% against approval of Drawings, wherever required (identified in Purchase Requisition) in at least in Code-2 & manufacturing schedule through Wire Transfer.

- 90% (95% in cases where drawing approval is not required) against shipping documents through irrevocable Letter of Credit .

- 5% on receipt of Final/ As built Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per VDR specified in Purchase Requisition through wire transfer. .

(iii) Where the MR is for supply of materials and calls for Vendor Data requirement: (With site work)

- 5% against approval of Drawings, wherever required (identified in Purchase Requisition) at least in Code-2 & manufacturing schedule through Wire Transfer.

- 80% against shipping documents through irrevocable Letter of Credit .

- 5% on receipt of Final/ As built Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per VDR specified in Purchase Requisition

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

Page 32 of 302 Document No. INSTRUCTION TO BIDDERS (ITB) [ CPCL – LSTK ] A133-01- ITB Rev. 0 Page 6

through wire transfer.

- 10% on successful completion of Site Work through wire transfer.

Note: In case site is not available upto 6 (Six) months after receipt of all supplies at site, the last 10% payment shall be released against submission of additional Bank Guarantee of equivalent amount valid for 1 (One) year or such extended period as may required.

(iv) Where the MR is for Packages (with significant Boughtout item) and calls for Vendor Data Requirement: (Without site work)

- 5% against approval of Drawings, wherever required (identified in Purchase Requisition) in at least in Code-2 & manufacturing schedule through Wire Transfer.

- 10% against placement of sub orders for specified major raw materials, against submission of equivalent bank guarantee through wire transfer.

- 80% against shipping documents through irrevocable Letter of Credit.

- 5% on receipt of Final/ As built Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per VDR specified in Purchase Requisition through wire transfer.

(v) Where the MR is for supply Packages (with significant Boughtout item) and calls for Vendor Data Requirement: (With site work)

- 5% against approval of Drawings, wherever required (identified in Purchase Requisition) in at least in Code-2 & manufacturing schedule through Wire Transfer.

- 10% against placement of sub orders for specified major raw materials, against submission of equivalent bank guarantee through wire transfer.

- 70% against shipping documents through irrevocable Letter of Credit.

- 5% on receipt of Final/ As built Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per VDR specified in Purchase Requisition through wire transfer.

- 10% on successful completion of Site Work through wire transfer.

Note: In case site is not available upto 6 (Six) months after receipt of all supplies at site, the last 10% payment shall be released against submission of additional Bank Guarantee of equivalent amount valid for 1 (One) year or such extended period as may required.

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

Page 33 of 302 Document No. INSTRUCTION TO BIDDERS (ITB) [ CPCL – LSTK ] A133-01- ITB Rev. 0 Page 7

(vi) For Pumps, Compressors, Heat Exchangers, Columns and Vessels: (Without site work) - 5% against approval of Drawings, wherever required (identified in Purchase Requisition) in at least in Code-2 & manufacturing schedule through Wire Transfer.

- 15% against receipt and identification of specified major raw materials against submission of equivalent BG through wire transfer.

- 75% (80% in cases where drawing approval is not required) against shipping documents through irrevocable Letter of Credit.

- 5% on receipt of Final/ As built Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per VDR specified in Purchase Requisition through wire transfer.

Major Raw Material for payment against receipt & identification of raw materials: Columns and Vessels Plates and Forgings Heat Exchangers : Plates, Forgings and Tubes Pumps : Castings Compressors : Castings / Forgings

(vii) For Pumps, Compressors, Heat Exchangers, Columns and Vessels: (With site work) - 5% against approval of Drawings, wherever required (identified in Purchase Requisition) in at least in Code-2 & manufacturing schedule through Wire Transfer.

- 15% against receipt and identification of specified major raw materials against submission of equivalent BG through wire transfer.

- 65% (70% in cases where drawing approval is not required) against shipping documents through irrevocable Letter of Credit.

- 5% on receipt of Final/ As built Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per VDR specified in Purchase Requisition through wire transfer.

- 10% on successful completion of Site Work through wire transfer.

Note: In case site is not available upto 6 (Six) months after receipt of all supplies at site, the last 10% payment shall be released against submission of additional Bank Guarantee of equivalent amount valid for 1 (One) year or such extended period as may required.

Major Raw Material for payment against receipt & identification of raw materials: Columns and Vessels Plates and Forgings

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

Page 34 of 302 Document No. INSTRUCTION TO BIDDERS (ITB) [ CPCL – LSTK ] A133-01- ITB Rev. 0 Page 8

Heat Exchangers : Plates, Forgings and Tubes Pumps : Castings Compressors : Castings / Forgings

1.2.2 For supply of Mandatory Spares: - 100% against shipping documents through Bank through irrevocable Letter of Credit

1.2.3 Site Work: - 90% against monthly progressive bills (based on agreed billing schedule) duly certified by Engineer-in-charge. - 10% on successful completion and handing over of goods/equipment at site..

1.2.4 Supervision of Erection, Testing & Commissioning: - 100% prorate against monthly bills to be submitted by seller duly certified by Engineer-in-Charge.

1.2.5 Training: - 100% through Wire Transfer on successful completion of Training duly certified by PURCHASER, as per Purchase Requisition (PR).

1.2.6 Annual Maintenance Contract (AMC): - 100% payment shall be paid at the end of each half year of the contractual year against quarterly progressive bills to be submitted by seller duly certified by Site-in-Charge. NOTES : (i) Total Order value shall be as indicated in the Purchase Order. (ii) All bidders are required to submit their acknowledgement of FOA and/or PO. (iii) PRS, if applicable, shall be deducted from payment milestone subsequent to dispatch of material. In case of clause no. 1.1.1 ( Viii) , i.e, Fabricated column at site , PRS , if applicable, shall be deducted from milestone payment of 20%. (iv) All foreign vendors having service components in their purchase order are required to submit PAN (Indian I. Tax) and to provide TRC (Tax Residency Certificate) from the Govt. of vendor’s country in order to claim the benefit of DTAA, wherever applicable. (v) In case of indigenous SUPPLIERs, wherever taxes/duties are separately indicated, the order value shall be exclusive of taxes/duties. 100% payment of taxes/duties shall be paid alongwith the payment released against dispatch documents on receipt of Cenvatable (Duplicate Copy of Excise Invoice)/vattable documents (wherever applicable). Payment to indigenous SUPPLIERs shall be released through Electronic Clearing System (ECS). In view of this, necessary details, such as name of

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

Page 35 of 302 Document No. INSTRUCTION TO BIDDERS (ITB) [ CPCL – LSTK ] A133-01- ITB Rev. 0 Page 9

bank, bank account no. etc., duly attested by BIDDER’s bank must be submitted along with the offer. (vi) Status of bills after submission can be viewed on our website http://www.engineersindia.com. (vii) Foreign bidders are required to submit contract cum Performance Bank Guarantee within 30 days of FOA/PO. (viii) Irrevocable Letter of Credit for payment to Foreign SUPPLIERs shall be established in favour of the supplier in a bank in his country, for an appropriate amount (in line with Payment Terms). L/C shall be opened within 45 days of receipt of acknowledgement of FOA/PO along with PBG (wherever applicable). In case confirmed L/C is insisted by supplier, L/C confirmation charges shall be to supplier’s account. (ix) Payment to foreign SUPPLIERs against Site Work and Supervision/Training shall be through wire transfer. (x) All payments (other than through L/C) shall be released within 30 days of receipt of invoice and all requisite documents, complete in all respects. (xi) All bank charges of respective bankers shall be to respective account. (xii) Seller shall submit Billing Schedule within three weeks after placement of FOA/PO ( whichever is issued earlier ) for PURCHASER’s approval (wherever applicable). (xiii) Sellers requiring multiple despatches will restrict the number of despatches to maximum three, unless agreed otherwise by Project Manager. (xiv) All progressive advances to foreign as well as Indian bidders (except the milestone payment against drawing approval) shall be against equivalent bank guarantees. The progressive advances shall be paid through wire transfer to foreign bidder. (xv) Other than the payment terms given above, no other advance payments shall generally be payable. However, if any Seller insists on advance payments, such advance payment (other than the payment terms given in RFQ) shall be interest bearing @ SBI PLR + 2% per annum (simple interest) on reducing balance, up to delivery period and shall be released only against equivalent Bank Guarantee, which shall be valid up to contractual delivery date plus three months. Interest shall be adjusted while releasing the payment against despatch documents.

2 TERMS OF DELIVERY 2.1 INDIGENIOUS ENQUIRIES: Terms of delivery are FOT Project site on freight prepaid & door delivery basis. The date of receipt of material at site shall be considered as the date of delivery. 2.2 FOREIGN ENQUIRIES: Terms of delivery are FOB international sea port of exit basis. The Date of On Board Bill of Lading shall be considered as date of Delivery. 2.3 GLOBAL ENQUIRIES:

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

Page 36 of 302 Document No. INSTRUCTION TO BIDDERS (ITB) [ CPCL – LSTK ] A133-01- ITB Rev. 0 Page 10

2.3.1 For Indigenous Suppliers: Terms of delivery are FOT Despatch point on freight to pay basis. The date of LR/GR shall be considered as the date of delivery. 2.3.2 For Foreign Suppliers: Terms of delivery are FOB international sea port of exit basis. The Date of On Board Bill of Lading shall be considered as date of Delivery. 3 TRANSPORTATION

3.1 INDIGENOUS SUPPLIERS Indigenous SUPPLIERs are required to dispatch the goods on door delivery basis through any of the bank approved Transporters. Any deviation shall be subject to prior approval of Project Manager.

3.2 FOREIGN SUPPLIERS In case order is placed on FOB International port of exit basis, ocean transportation from FOB Port of Exit to the designated Indian Port (CHENNAI) shall be arranged through PURCHASER nominated freight forwarder. BIDDER shall arrange handing over the material to nominated freight forwarder at the designated Port of Exit. The BIDDER will be required to furnish firm cargo details containing weight, dimensions, no. of packages, no. & type of containers required & Port of shipment. In case the actual cargo dispatched exceeds the cargo details furnished, the extra freight incurred by PURCHASER will be to SUPPLIER’s account.The marine freight quoted should be kept valid for a period one month lesser to delivery period. However, Vendor shall furnish the shipping details viz. Net/ Gross weight, Volume of consignment, number of packages with dimensions at least two month before the expiry of validity of Ocean Freight. In the event of any delay by Vendor, the quoted Ocean Freight charges shall remain valid further for one month from the date of furnishing the above details. EIL reserves the option to ask the bidder to arrange shipment at the quoted freight rates. 4 CURRENCY OF QUOTE

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

5 ANNUAL MAINTENANCE CONTRCT (AMC) The prices shall be asked for AMC, if required as per Material Requisition.

6 SINGLE POINT RESPONSIBILITY OF THE SUPPLIER In case of MRs containing supplies as well site work, a single order, covering the supply part as well site work, shall be placed. Split ordering will not be permitted. In case, a foreign SUPPLIER requests for a separate order on his Indian sub-

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

Page 37 of 302 Document No. INSTRUCTION TO BIDDERS (ITB) [ CPCL – LSTK ] A133-01- ITB Rev. 0 Page 11

SUPPLIER, the same shall not be accepted. However, payment to Indian sub- SUPPLIER shall be released directly in Indian Rupees against invoices duly certified by the Foreign SUPPLIER. For this purpose, the Indian sub-SUPPLIER’s name, material and corresponding price in Indian Rupees, shall be clearly spelt out in the purchase order on foreign SUPPLIER.. In case a Foreign supplier sources supplies/ services within India, the applicable terms & conditions shall be modified to the extent as per Annexure-1 enclosed.

7 GUARANTEE PERIOD

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

8 PERFORMANCE BANK GUARANTEE (PBG)/(CPBG) 8.1 PBG shall be required @ 10% of total order value. However, PBG shall not be required for orders upto Rs. Twenty Five (25) Lakhs (equivalent Foreign currency in case of Foreign SUPPLIERs) in case of Pipes, Fittings, Flanges, Gaskets and Fasteners in Limited enquiries. For all other cases, PBG shall not be required for Orders upto Rs. Five (5) lakh (equivalent Foreign currency in case of Foreign SUPPLIERs). 8.2 PURCHASER shall get all bank guarantees verified for authenticity from the regional / controlling / branch office of the issuing bank before the same are accepted. 8.3 In limited enquiries for purchasing, Indigenous suppliers shall be required to submit the PBG while claiming the dispatch payment. 8.4 In all other cases, the PBG shall be required to be submitted within four weeks of issue of FOA. 8.5 Performance Bank Guarantees shall be valid till expiry of guarantee period plus 3 (Three) Months claim period after which the PBG shall be released. 8.6 Bank Guarantee(s) shall be issued through Indian Nationalised Bank/ Indian Scheduled bank (other than Co-operative Banks) / Indian branches of foreign banks registered with Reserve as a scheduled foreign bank. Bank Guarantee from Foreign banks will only be accepted if same is counter signed by their Indian branch or by any scheduled Indian bank. 8.7 Bank Guarantee shall have a claim period of 3 (Three) Months after its expiry. 9 INDIAN TAXES/DUTIES 9.1 The prices shall be exclusive of all Indian taxes/duties applicable on finished goods/services supplied directly to PURCHASER. The excluded taxes/duties shall be payable extra at actuals against documentary evidence. Where

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

Page 38 of 302 Document No. INSTRUCTION TO BIDDERS (ITB) [ CPCL – LSTK ] A133-01- ITB Rev. 0 Page 12

Purchase Order includes supply and site work, Purchase Order will be divided into supply and service portion separately , no VAT on work contracts is envisaged, however VAT on work contract on site work portion if applicable shall be included in the bidder’s quoted price & no statuary variation is payable on the same. 9.2 Entry Tax and Terminal taxes are presently not applicable. If applicable at a later date, same shall be payable extra at actual on production of necessary Documentary evidence. Road permit shall be issued to supplier by CPCL for material consigned to CPCL. 9.3 All payments on account of Excise Duty, Service Tax, TNVAT on finished goods shall be released on receipt of CENVATABLE ( Duplicate Copy of Excise Invoice) /VATTABLE copy of corresponding invoice and documents valid for availing CENVAT / VAT credit. 9.4 PURCHASER shall be able to avail 100% credit against TNVAT(i.e. VAT on sale of finished goods). PURCHASER will not issue any concessional form for TNVAT. TN VAT on sale of goods shall not be loaded for evaluation. 9.5 EIL shall issue concessional form-C for central sales tax. CST against inter state sale shall be loaded during evaluation at the applicable rates. 9.6 Since Cenvat Credit shall be available against Excise Duty and Service Tax (excluding service tax on freight) & the same shall not be considered for comparison purpose. 9.7 Indigenous SUPPLIER’s shall issue E1/E2 form on quarterly basis within 60 days after completion of each quarter based on “C” form no. provided by PURCHASER. PURCHASER will provide original “C” form in exchange of original E1/E2 form. Statutory Variations are eligible only on Service Tax, cenvatable excise duty, and VAT amount for which input tax credit is available to the OWNER under TNVAT Act subject to SUPPLIER producing documentary evidence for the above . Statutory Variations are eligible on CST also. Statutory variations on non-cenvatable excise duty and VAT amount for which input tax credit is not available to the OWNER/PURCHASER under TN VAT Act shall be to SUPPLIER’s account. 9.9 All non-cenvatable /non-vattable taxes/duties shall be considered for evaluation. 9.10 All new taxes/duties/cess/levies notified after the last date of submission of final price bid/price implication, but within contractual delivery /completion period, shall be to EIL’s account. These shall be reimbursed against documentary evidence. However, in case of delay on account of supplier, any new or additional taxes and duties imposed after contractual delivery shall be to supplier’s account. 10 CUSTOMS DUTY/EPCG LICENSE 10.1 OWNER is obtaining an EPCG license for this project. In view of this concessional rate of Custom Duty shall be applicable to imports from foreign BIDDER’s for the goods directly consigned to CPCL. 10.2 Indigenous BIDDER’s will be required to quote price considering only merit rate of duty, for their built in import content, in their bid and evaluation shall be

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

Page 39 of 302 Document No. INSTRUCTION TO BIDDERS (ITB) [ CPCL – LSTK ] A133-01- ITB Rev. 0 Page 13

done accordingly. No PAC/EC/INVALIDATION LETTER shall be issued to Indigenous BIDDER’s. 11 FIRM PRICES 11.1 The prices shall be firm and fixed and not subject to any variation, whatsoever. In case of Cables, variation in prices shall be admissible as per IEEMA Price Variation Clause.

11.2 For 2 years O&M spares, prices shall be kept valid for a period of 2 years from the date of order of main equipment along with annual % escalation ( to be indicated by the bidder) for subsequent two years. 12 PRICE REDUCTION SCHEDULE 12.1 In case of MRs other than packages, Price Reduction Schedule shall be @1/2% of value of delayed equipment/ item per week of delay or part thereof subject to a maximum of 5% of total order value. 12.2 For packages and critical items, with or without site work, the Price Reduction Schedule shall be @1/2% of total order value per week of delay or part thereof subject to a maximum of 7.5% of total order value. 12.3 Wherever the supply period and site work are indicated as two separate periods and notice of site readiness is required for site work, intervening period, if any, shall be excluded, while calculating the price reduction for

delay. Note : it shall be endeavor to split the period ,i,e., a separate period for supply and site work. 12.4 Price reduction shall be effected in the Invoice value before presenting for payment. The Purchaser reserves the right to cancel the Purchase Order for any delay exceeding the period of maximum reduction and the Seller shall be liable to all consequences thereof.

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

c) Certification of final documents, wherever applicable, for release of final payment, shall be carried out by Third Party Inspection Authority issuing the final inspection

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

Page 40 of 302 Document No. INSTRUCTION TO BIDDERS (ITB) [ CPCL – LSTK ] A133-01- ITB Rev. 0 Page 14

certificate.

14 GENERAL PURCHASE CONDITIONS General Purchase Conditions including formats for advance bank guarantee and Performance Bank Guarantee shall be as approved earlier by ED Committee for LSTK Projects with modification based on these terms and conditions. 15 COMPREHENSIVE MARINE-CUM-ERECTION INSURANCE Comprehensive Insurance (Transit/Marine cum storage, erection, till handing over

of equipment) shall be arranged by PURCHASER. 16 BASIS OF EVALUATION 16.1 WHERE ONLY INDIAN BIDS ARE UNDER COMPARISON 16.1.0 Bids shall be evaluated on the basis of landed cost at Site, including site work, if any, all duties, taxes, transportation charges less Cenvatable Excise duty, Cenvatable Service tax, Cenvatable Educational cess & Vattable TNVAT (100% of TNVAT). 16.1.1 Cost of mandatory spares, if identified in the Material Requisition, commissioning spares and special tools & tackles will be included for price evaluation of bids, but cost of Spares for two years operation shall be excluded. 16.1.2 AMC charges shall be considered for evaluation wherever AMC is required. 16.1.3 Supervision and Training charges shall be considered for evaluation wherever supervision and training are required. 16.1.4 Commercial loading shall be considered for evaluation of bids. 16.1.5 Technical loading, if any, shall be considered for evaluation of bids. NOTE : - Site Work, wherever applicable, shall be considered for evaluation. - In case freight charges are not quoted, estimated freight shall be taken from EIL shipping dept. and loading shall be done with the same. In case of ordering , bidder shall be asked to absorb the freight first. In case bidder does not agree to absorb then negotiation shall be done with the bidder to agree upto maximum of the freight with which loading has been done. If bidder does not agree with this also, then refloating of MR shall be done. 16.2 WHERE ONLY FOREIGN BIDS ARE UNDER COMPARISON 16.2.1 Bids shall be evaluated on the basis of CFR (CHENNAI) prices including third party inspection charges, stowage charges wherever applicable (as quoted by BIDDERs), and considering sea freight as under: (i) Packages/equipments/pipes & plates : - Firm freight as quoted by BIDDER’s (ii) Bulk items – piping (other than pipes) / instruments :

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

Page 41 of 302 Document No. INSTRUCTION TO BIDDERS (ITB) [ CPCL – LSTK ] A133-01- ITB Rev. 0 Page 15

- Firm freight as quoted by BIDDER’s. In case, firm freight is not quoted by BIDDER ( For Bulk Items as well as Packages/equipments/pipes & plates), freight shall be taken from Transchart through shipping Dept. and loading shall be done with the same. In case of ordering, transportation shall be done by the Transchart only. 16.2.2 Cost of mandatory spares identified in the Material Requisition, Commissioning Spares and special tools & tackles will be included for evaluation of bids, but costs of Spares for two years operation shall be excluded. 16.2.3 AMC charges shall be considered for evaluation wherever AMC is required. 16.2.4 Supervision (man days as indicated in MR as well as TBA ) and Training charges shall be considered for evaluation, wherever, supervision and training are required. 16.2.4 (i) Service tax on Reverse charge and withholding tax ( in case it is not included in bidder’s price) basis, wherever applicable shall be added for bid evaluation purpose only. 16.2.5 Commercial loading shall be considered for evaluation of bids. 16.2.6 Technical loading, if any, shall be considered for evaluation of bids. 16.2.7 For global enquiries, evaluation of offer shall be done considering foreign exchange rate, on the date of priced bid opening.

Payment shall be made based on the Foreign Exchange Rate prevailing on the date of making payment. NOTE : - Site Work, wherever applicable, shall be considered for evaluation.

16.3 WHERE INDIAN AS WELL AS FOREIGN BIDS ARE UNDER COMPARISON 16.3.1 INDIGENOUS BIDDERS: (i) The evaluated price of indigenous BIDDERs shall be carried out on the basis of landed cost at Site, as per clause 16.1 above. (ii) Notional Loading of 1% for TPI charges shall be considered for evaluation. 16.3.2 FOREIGN BIDDERS : The evaluated price of foreign BIDDERs shall be on the basis of landed cost at Site, including the following: (i) Evaluation shall be done as per clause 16.2 above plus marine insurance @ 1% of FOB Price. (ii) L/C charges @ 1% of FOB price.

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

Page 42 of 302 Document No. INSTRUCTION TO BIDDERS (ITB) [ CPCL – LSTK ] A133-01- ITB Rev. 0 Page 16

(iii) Landing Charges @ 1% of CIF Value i.e S.No. (i). (iv) Custom clearance, Port Handling and Inland Freight (from Port of Entry (CHENNAI) to CPCL project site) charges @ 3% of CIF value including L/C Charges, i.e., S. No. (i) plus (ii). (v) Landed Cost = S.No. (i) to (iv). NOTE : - Site Work, wherever applicable, shall be considered for evaluation. - Transit insurance for Indigenous and Foreign BIDDERs, will not be loaded.. 16.4 GENERAL 16.4.1 Taxes and duties will be cost loaded as quoted by the bidder. However, if a SUPPLIER states that taxes/duties are not applicable at present and will be charged as applicable at the time of delivery then his bid shall be loaded by the maximum rate of taxes/duties applicable at the time of evaluation of Bids. 16.4.2 In case of pipes, if a foreign BIDDER has not quoted or not included stowage charges, the same shall be loaded @ 10% of BIDDER’s quoted Ocean Freight.

17 LOADING/REJECTION CRITERIA

Cost loading on account of deviations to commercial terms & conditions shall be calculated on FOT Despatch Point price/ FOB price as under : 17.1 PERFORMANCE BANK GUARANTEE (PBG) In case, Foreign SUPPLIER takes any deviation with respect to the amount or period or validity of the performance bank guarantee, the offer shall be rejected. Any other type of bond (e.g. indemnity bond ) is not acceptable in lieu of Performance Bank Guarantee (PBG). In case foreign bidder submit stand by Letter of Credit in lieu of CPBG, same shall be accepted. Confirmation charges for the stand by Letter of Credit shall be to seller’s account. In case, Indian Supplier takes any deviation with respect to the amount or period or validity of the performance bank guarantee, loading shall be done for the differential amount and /or the differential period. For differential period/amount loading, the following example will amplify the methodology :

For differential period:

10% for differential period : 10% * differential period /total period ,i.e, (guarantee period + claim period)

In case of Differential Amount

Amount offered by the Bidder : Loading a) 10% : Nil b) Less than 10% : Differential between the offered percentage and 10%

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

Page 43 of 302 Document No. INSTRUCTION TO BIDDERS (ITB) [ CPCL – LSTK ] A133-01- ITB Rev. 0 Page 17

17.2 PRICE REDUCTION SCHEDULE (PRS)

17.2.1 PRICE REDUCTION SCHEDULE (APPLICABLE AS 1/2% DOV ~ 5% TOV) FOR DELAYED DELIVERY: (i) 1/2% of DOV up to maximum of 5% of No loading TOV (ii) 1/2% of DOV up to maximum of 5% of 2.5% DOV (iii) Other than the above 5%

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

(ii) 1/2% of TOV to x% ofb TOV (7.5-x)% ) (iii) Other than the above c 7.5% ) NOTE: TOV – Total Order Value (FOT Despatch Pt. Price); DOV – Delayed Order Value (FOT Despatch Pt. Price).

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

17.5 PAYMENT TERMS Payment terms at variance with RFQ (which are not interest bearing), will not be permitted. However, if a BIDDER insists on the same, these shall be loaded @ SBI PLR+ 2% per annum (simple interest) for the relevant period as under: (i) Advance against FOA / PO : 100% of the delivery period

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

Page 44 of 302 Document No. INSTRUCTION TO BIDDERS (ITB) [ CPCL – LSTK ] A133-01- ITB Rev. 0 Page 18

(ii) Drawing approval : 80% of the delivery period (iii) Order on sub Vendors : 75% of the delivery period (iv) Receipt of raw material at Vendor’s works : 50% of the delivery period (v) %age payment against dispatch : Interest for Three month Documents instead receipt & acceptance at Site (Specified in RFQ) (vi) % age payment against dispatch : Interest for One month document instead of Final document as per Purchase Requisition (Specified in RFQ)

(vii) %age payment against : Interest for Three month receipt of material at site instead acceptance of material at site (Specified in RFQ)

Notes to S. No. (vii) : - Shall be applicable to indigenous bidders. - Shall be against Additional BG of equivalent amount valid initially for 3 months plus claim period.

PBG shall be required along with the Dispatch documents, in cases where there is no further milestone payment of 10% or more left.

17.6 DELIVERY 17.6.1 FOR IDENTIFIED CRITICAL EQUIPMENTS (TO BE IDENTIFIED BY THE PROJECT): Delivery/Completion period longer than required in enquiry shall be liable for rejection.. 17.6.2 FOR BALANCE ITEMS/EQUIPMENTS (OTHER THAN CRITICAL EQUIPMENTS) : (i) FOR ENQUIRIES WITH DELIVERY/COMPLETION PERIOD UPTO 6

MONTHS Delivery/Completion period longer than required in enquiry shall be loaded @ 1/2% per week up to a maximum of four (4) weeks. In case, a SUPPLIER quotes delivery longer than four (4) weeks from required, the bid shall be rejected. One (1) month shall be construed as equal to four (4) weeks for the purpose of such evaluation.

(ii) FOR ENQUIRIES WITH DELIVERY /COMPLETION PERIOD BEYOND 6 MONTHS Delivery/Completion period longer than required in enquiry shall be loaded

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

Page 45 of 302 Document No. INSTRUCTION TO BIDDERS (ITB) [ CPCL – LSTK ] A133-01- ITB Rev. 0 Page 19

@ 1/2% per week upto a maximum of six (6) weeks. In case, a SUPPLIER quotes delivery longer than six (6) weeks from required, the bid shall be rejected. One (1) month shall be construed as equal to four (4) weeks for the purpose of such evaluation. NOTE: In case under clause no. 2.1, indigenous bidder offers a deviation against the terms of delivery basis, their bid shall be rejected. 17.7 OFFER VALIDITY: In case a SUPPLIER offers shorter validity of the bid against RFQ requirement, the bid shall be rejected.

18 INVOICING INSTRUCTIONS

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

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

Page 46 of 302 Document No. INSTRUCTION TO BIDDERS (ITB) [ CPCL – LSTK ] A133-01- ITB Rev. 0 Page 1

Annexure I

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

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

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

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

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

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

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

6. PAYMENT TERMS: 6.1 Indian sub-supplies:  90% through E-Payment with taxes and duties will be paid against receipt of Indian sourced goods/material at project site.

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

Page 47 of 302 Document No. INSTRUCTION TO BIDDERS (ITB) [ CPCL – LSTK ] A133-01- ITB Rev. 0 Page 2

 10% against receipt & Acceptance on delivery of main equipments by Foreign principal and as well as Indian supplies at site as per Terms of bidding document. Payment of Indian sub supplies/Services shall be released directly to Indian counterpart against Invoices raised by Indian counterpart duly certified by Foreign principal.

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

6.3 The payments shall be made after Adjustment of Price Reduction Schedule.

7. PERFORMANCE BANK GUARANTEE: Foreign principal shall submit the performance bank guarantee for 10% of total order value including value of Foreign portion and Indian sourced components / services

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

Page 48 of 302 JOB NO. A133 ENGINEERS INDIA LIMITED RESID UPGRADATION PROJECT – COKER BLOCK OF CPCL, CHENNAI PRE-FILLED AGREED TERMS & CONDITIONS (FOR INDIGENOUS SUPPIERS)

BIDDER’s NAME : M/s.______RFQ No.: ______Bidder’s Offer Ref. No. :______Tel No. : ______Fax No.:______Contact Person :______E-Mail:______Mobile No:______

S. No. DESCRIPTION BIDDER’S CONFIRMATION Quoted prices are on FOT despatch point basis inclusive of Packing & a) Confirmed Forwarding (P&F) charges. Indicated b) Specify Despatch Point in the enclosed Annexure – I (Refer ANNEXURE – I) Confirm that firm freight charges for transportation by road upto the

c) Project site including Service Tax & Education Cess, have been quoted in Confirmed the price bid. 1 Confirm the freight charges for Recommended Spares for two years

d) normal operation & maintenance, if any, have been quoted extra in the Confirmed Price Schedule separately. Confirm the freight for all other supplies like mandatory spares e) commissioning spares, tools and tackles etc., are included in freight for Confirmed main equipment. Marine-cum-erection insurance (MCE policy) shall be arranged by EIL and f) Confirmed therefore, the same shall not be included in the quoted prices. Excise Duty + Education Cess: Indicated a) Tarrif sub heading no. (Refer ANNEXURE – I)

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

Clarify whether Excise Duty + Education Cess will be applicable on freight Indicated d) charges also. (Refer ANNEXURE – I) Please indicate following break-up Indicated e) I) Cenvatable [Excise Duty + Educational Cess] (Refer ANNEXURE – I) II) Non Cenvatable Sales Tax: Indicated a) Sales tax payable extra Specify CST/ Tamilnadu VAT (TN VAT) on sale of (Refer ANNEXURE – I) goods. 3 *In case of CST, C form shall be provided.

b) In case of TN VAT, no concessional form shall be provided. TN VAT shall be Confirmed reimbursed to bidder subject to submission of requisite documents enabling owner to avail “INPUT CREDIT’ for the same.

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

Page 49 of 302 S. No. DESCRIPTION BIDDER’S CONFIRMATION EIL/CPCL shall avail credit of 100% of TN VAT on sale of goods. However, for price evaluation TN VAT on sale of goods shall not be loaded. TN VAT c) Confirmed shall be reimbursed to bidder subject to submission of requisite documents enabling EIL/IOCL to avail ‘INPUT CREDIT’ for the same.

Clarify whether CST / TN VAT on sale of goods will be applicable on freight Indicated d) charges also. (Refer ANNEXURE – I) Indigenous suppliers shall issue E1/E2 form on quarterly basis within 60 days after completion of each quarter based on “C” form no. provided by e) Confirmed PURCHASER. PURCHASER will provide original “C” form in exchange of original E1/E2 form. In case Excise Duty / CST / TN VAT are stated as not applicable on freight charges presently, and if they are applicable at the time of delivery due to 4 Confirmed any reasons other than statutory, the same will be borne by the Bidder. Confirm compliance. Only statutory variations, if any, in the present rate of Service Tax, cenvatable excise duty, Central Sales Tax and VAT amount for which input a) Confirmed tax credit is available to the EIL under TN VAT Act etc. shall be to EIL’s account subject to documentary evidence to be furnished by the bidder.

5 Statutory variations on non-cenvatable excise duty shall be to SUPPLIER’s b) Confirmed account. However, any variation in Excise duty + Ed. Cess at the time of supplies for c) any reasons, other than statutory, including variations due to turnover, Confirmed shall be borne by bidder. VAT on Works Contract: Confirmed a) Wherever site job is involved, bidders to quote their prices inclusive of TN

VAT on work contracts (if applicable). Only single order covering complete scope of supply & services will be 6 b) issued (indicating supply and services portion separately). Order for supply Confirmed and services shall not be split. Any statutory variation on TN VAT on work contracts or change in rate of c) TN VAT due to wrong assessment by supplier shall be to supplier’s Confirmed account. Service Tax: a) Service Tax on freight charges shall be included in the quoted Freight Confirmed Charges.

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

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

Page 50 of 302 S. No. DESCRIPTION BIDDER’S CONFIRMATION Percentage of Cenvatable Service Tax applicable extra on Training Indicated (Refer Annexure I) Charges, if applicable as per MR.

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

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

Page 51 of 302 S. No. DESCRIPTION BIDDER’S CONFIRMATION Guarantee : 16 Confirm acceptance of Guarantee period & terms as per referred Clause of Confirmed Instruction to Bidders/General Purchase Conditions (Indigenous) in RFQ Covering Letter. Firmness of prices: 17 The prices shall be firm and fixed and not subject to any variation, Confirmed whatsoever. However, in case of Cables, variation in prices shall be admissible as per IEEMA Price Variation Clause. CIF Value of Built in Import Content and Import Duties: a) In case of any Built-in import content considered in your offer, details of Confirmed items to be furnished in Annexure-I. Confirm that quoted prices are based on Merit rate of Customs duty, CVD, b) Confirmed Educational Cess and SAD as applicable. 18 Quoted prices shall remain firm and fixed on account of FE variation and c) Confirmed Custom Duty Variation, till complete execution of the order.

d) EIL shall not provide any import license. Noted Quoted prices are after considering the benefit of CENVAT on CVD e) Confirmed including Edu. Cess. Testing charges: 19 Confirm that quoted prices are inclusive of all testing including IBR/ IGC/ Confirmed Radiography/ NACE charges (if applicable) as per Material Requisition attached. Third Party Inspection charges: a) Goods and services shall be subject to stagewise and final inspection by Confirmed CEIL.

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

All built in import content shall be subject to inspection by TPI (out of M/s. Lloyds Register (Country of origin), M/s.Bureau Veritas(BV) and M/s.TUV c) Confirmed Nord) for which charges are included in quoted price and no additional charges shall be paid by EIL. Validity: a) Confirm that the Offer is valid for period as mentioned in RFQ covering Confirmed letter from the bid due date/ extended due date. For 2 years O&M spares, prices shall be kept valid for a period of 2 years 21 b) Confirmed from the date of order of main equipment. Confirm that Annual % escalation for subsequent two years beyod the c) validity of 2 years for O&M spares have been quoted in format for prices Confirmed for O&M spares.

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

Page 52 of 302 S. No. DESCRIPTION BIDDER’S CONFIRMATION

Confirm acceptance in totality to the following :

General Purchase Conditions (GPC) indigenous Confirmed Instructions to Bidders / SIB Confirmed Terms & Conditions for supervision of Erection, Testing & Confirmed 22 Commissioning (if applicable). Terms & Conditions for site work (if applicable). Confirmed Terms & Conditions for Annual Maintenance Contract (if applicable). Confirmed All other terms & conditions of RFQ covering letter. Confirmed Confirm that you have furnished the following documents in the offer: a) Original Integrity Pact Furnished 23 b) Solvency Certificate Furnished c) Concurrent / Present Commitment Furnished

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

BIDDER’S SIGNATURE & DATE : ______SEAL/ STAMP

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

Page 53 of 302 ANNEXURE – I TO PRE-FILLED AGREED TERMS & CONDITIONS (FOR INDIGENOUS SUPPIERS)

NAME OF BIDDER : ______

OFFER REFERANCE: ______DATED ______

RFQ NO.: ______

ITEM : ______

PROJECT : RESID UPGRADATION PROJECT – COKER BLOCK OF CPCL, CHENNAI

1. Bidder confirms the following :DESPATCH POINT ______2. Service Tax & Education Cess on Supervision Charges, if applicable. ______% EXTRA 3. Service Tax & Education Cess on Site Work Charges, if applicable. ______% EXTRA

4. Service Tax & Education Cess on AMC, if applicable. 5. Service Tax & Education Cess on Training, if applicable. 6. Rate of Excise Duty : Tariff Sub Heading No. ______7. Excise Duty + Education Cess ______% EXTRA 8. Maximum rate of Excise Duty applicable (If present rate is nil or concessional) ______% EXTRA 9. Please indicate following break-up a) Cenvatable [ED+ Edu. Cess]______% a) Cenvatable [Excise Duty + Educational Cess] b) Non Cenvatable b) Non Cenvatable [ED+ Edu. Cess]____%

10. Excise Duty on freight charges (Tick one whichever is applicable). APPLICABLE (In case no option is selected, ED on Freight Charges shall be NOT APPLICABLE considered to be not applicable)

11. Central Sales Tax against form ‘C’ ______% EXTRA 12. Tamilnadu VAT without concessional form. (Applicable for supplies from TN State) ______% EXTRA

13. CST/TN VAT on freight charges (Tick one whichever is applicable). APPLICABLE (In case no option is selected, CST/TN VAT on Freight Charges shall be NOT APPLICABLE considered to be not applicable)

14. Built-in import content in the offer (Tick one whichever is applicable). APPLICABLE (In case no option is selected, Buit-in import content shall be NOT APPLICABLE considered to be not applicable)

15. Item detail of CIF Content

16.

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

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

\

(d) Supporting documentary evidence with respect to MSEs is owned FURNISHED by SC/ST Entrepreneurs as per RFQ to avail preference to MSEs owned by SC/ST.

BIDDER’S SIGNATURE & DATE : ______WITH SEAL/STAMP

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

Page 54 of 302

ANNEXURE - II TO AGREED TERMS & CONDITONS (INDIGINEOUS)

MANDATE FORM

1. Bidder Name : 2. Bidder Code: :

3. Address of the Bidder : 4. Particulars of Bank Account of Bidder :

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

d. 9 – Digit MICR code Number of the Bank & Branch : (As appearing in the MICR Cheque issued by the bank) (Please do not give multicity cheque book code Number)

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

g. RGTS/ IFSC Code (11 digit) : h. NEFT Code No. :

5. E-mail address of the Bidder : 6. Contact Person(s) of the Bidder :

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

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

Official seal of the Bidder Place : Date :

BANK CERTIFICATION

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

Place : Date : ______Signature of the Authorised Official of the Bank

Bank’s Stamp

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

Page 55 of 302

JOB NO. A133 ENGINEERS INDIA LIMITED RESID UPGRADATION PROJECT – COKER BLOCK OF CPCL, CHENNAI PRE-FILLED AGREED TERMS & CONDITIONS (FOR IMPORTS)

BIDDER’s NAME : M/s.______RFQ No.: ______Bidder’s Offer Ref. No. :______Tel No. : ______Fax No.:______Contact Person :______E-Mail:______Mobile No:______

1. Duly signed & stamped copies of this pre-filled ’Questionnaire’ shall be enclosed with each and every set of bidder’s unpriced quotation. 2. Failure on the part of bidder in not returning this duly filled-up ’Questionnaire’ with all the sets of unpriced quotation and/or submitting incomplete replies may lead to rejection of bidder’s quotation.

S. No. DESCRIPTION BIDDER’S CONFIRMATION Confirm that the offer contains firm unit and total prices separately on a) FOB International Seaport of Exit basis (including stowage charges, if Confirmed applicable) as per INCOTERMS 2010. Indicated b) Indicate name of International Seaport of Exit. (Refer Annexure-I)

Please Confirm that Firm Ocean Freight charges up to Port of Entry in Confirmed c) 1. India (Chennai) have been quoted in the Price Bid. Validity of Ocean Freight shall be kept valid for a period one month d) Confirmed lesser to delivery Period. EIL reserves to place order on FOB Port of Exit or on CFR Port of Entry basis. In case, order is placed on FOB basis, EIL reserves the right to e) Confirmed convert the order on CFR Port of Entry basis 01 month prior to Contractual Date of Delivery (CDD). Confirm acceptance. Delivery Period: 2. Confirmed Please confirm delivery/completion period as per RFQ/SIB. Currency of Quote: Currency of quote is in USD. Change in currency 3. Confirmed quoted / any other currency will not be allowed. Confirm Compliance. Marine-cum-erection insurance (MCE policy): Prices quoted must exclude marine insurance charges from FOB 4. International Port of Exit as the same shall be arranged by the Confirmed Purchaser. However, all transit insurance charges for inland transit upto FOB International Port of Exit must be included in your prices.

Taxes & Duties: a) All taxes, duties and levies of any kind payable upto FOB International Confirmed Seaport of Exit basis shall be borne by you. 5. Export permit/license if required shall be Bidder’s responsibility & any b) expenditure towards the same will be borne by you. Confirm Confirmed acceptance. Testing charges:

6. Confirm that quoted prices are inclusive of all testing including IBR/ IGC/ Radiography/ NACE charges (if applicable) as per Material Requisition Confirmed attached.

A133-ATC (IMP)-REV 0 AUG13 Page 1 of 5

Page 56 of 302

S. No. DESCRIPTION BIDDER’S CONFIRMATION Third Party Inspection charges: Goods and services shall be subject to stagewise and final inspection (as 7. a) required in the MR) by a third party inspection agency (out of Confirmed M/s.Lloyds Register (Counry of origin), M/s.Bureau Veritas(BV) and M/s.TUV Nord and the prices must be inclusive of the same. Validity: a) Confirmed Confirm validity of offer shall be as per SIB / RFQ Covering Letter. For 2 years O&M spares, prices shall be kept valid for a period of 2 years b) Confirmed 8. from the date of order of main equipment. Confirm that Annual % escalation for subsequent two years beyod the c) validity of 2 years for O&M spares have been quoted in format for prices Confirmed for O&M spares. Indicated 9. Manufacturer’s name and address (Refer Annexure-I) Country of Origin: Indicated 10. Country of origin from where the goods have been offered. (Refer Annexure-I) Confirm documentation charges as per MR are inclusive in quoted 11. Confirmed prices. Confirm customer references list for the item/ model quoted by you, is 12. Confirmed given in offer. Confirm complete technical literature/catalogue are submitted along 13. Confirmed with each copy of the offer. Indicated 14. Indicate shipping weight (net and gross) & volume of the consignment. (Refer Annexure-I) Performance Bank Guarantee: Submission of Contract cum Performance Bank Guarantee (CPBG) for a) Confirmed 10% of total order value as per General Purchase Conditions (GPC) and 15. Instructions to Bidders. Indemnity Bond/Corporate Guarantee in lieu of CPBG shall not be b) Confirmed considered. Firmness of prices: 16. Confirm quoted prices shall remain firm and fixed till complete Confirmed execution of order. However, in case of Cables, variation in prices shall be admissible as per IEEMA Price Variation Clause. Part Order: a) Confirmed Confirm acceptance to part order. 17. In case of part order, confirm all lumpsum charges quoted extra if any b) viz. Documentation, testing, third party, packing, crating, handling, FOB, Confirmed IBR etc., can be considered on prorata value basis. Repeat Order: 18. Confirm acceptance of repeat order as per the clause specified in GPC Confirmed (Imports). Price Reduction on delay in delivery: 19. a) Confirm acceptance of applicable Price Reduction Schedule for delayed Confirmed delivery as per RFQ/SIB.

A133-ATC (IMP)-REV 0 AUG13 Page 2 of 5

Page 57 of 302

S. No. DESCRIPTION BIDDER’S CONFIRMATION In case of delay, bidder will reduce the invoice amount by applicable b) Confirmed reduction. Payment Term: 20. Confirmed Acceptance of applicable Payment terms as per RFQ/SIB.

Letter of Credit shall be established within 45 days of receipt of acknowledgement of Fax of acceptance (FOA) / Purchase Order (PO) and a) Confirmed submission of requisite Contract cum Performance Bank Guarantee within 30 days of FOA/ PO. Confirm acceptance.

Letter of Credit shall be opened through a Govt. of India Bank and hence b) Confirmed need not be confirmed. Confirm acceptance. However, if you still insist for confirmed L/C, confirmation charges shall c) Confirmed 21. be borne by you. Confirm acceptance. It is noted that in the event of delays in delivery, payment shall be d) released after making such price reduction from Seller’s bills and Confirmed relevant clause in this respect shall be inserted in L/C. All Bank charges and stamp duties payable outside India in connection with payments to be made under the Purchase Order, if placed, shall be e) Confirmed borne by you. All bank charges and stamp duties payable in India shall be borne by the Purchaser. Confirm acceptance. Confirm acceptance in totality to the following :  General Purchase Conditions (GPC) imports Confirmed  Instructions to Bidders Confirmed  Special Instruction of Bidders (SIB). Confirmed 22.  Terms & Conditions for supervision of Erection, Testing & Confirmed Commissioning (if applicable).  Terms & Conditions for site work (if applicable). Confirmed  Terms & Conditions for Annual Maintenance Contract (if applicable). Confirmed  All other terms & conditions of RFQ covering letter. Confirmed Direct offer without the intermediary of an Indian Agent will only be 23. Confirmed considered. No correspondence with Indian Agent will be entertained. However, if Indian Agent is involved, the bidder shall provide reason/ justification. Further it should be ensured by bidder that the agents get themselves registered with Reserve Bank of India (RBI). Payments to Indian Agent Confirmed a) shall only be remitted after getting proof of registration with RBI, New Delhi. The payments to overseas suppliers (i.e. the principals) shall be released through L/C after deducting the Indian agent’s commission 24. from the quoted prices. Confirm acceptance. Indicate the name of the Indian Agent, with his full address and Indicated b) percentage of commission included in your offer. (Refer Annexure-I) Indian Agent Commission will be paid directly by Purchaser to Indian Agent in equivalent Indian Rupees (on conversion rate as applicable on c) Confirmed the date of payment to BIDDER) after satisfactory completion of the order. Confirm acceptance.

Please indicate name and address of your Bankers for L/C opening, Indicated 25. telephone/E-mail address. (Refer Annexure-I)

A133-ATC (IMP)-REV 0 AUG13 Page 3 of 5

Page 58 of 302

S. No. DESCRIPTION BIDDER’S CONFIRMATION

26. All correspondence must be in ENGLISH language only. Noted

Please confirm you have not been banned or delisted by any 27. Government or Quasi Government agencies or PSUs. If you have been Confirmed banned, then this fact must be clearly stated.

Confirm the list, wherever required as per MR, with item wise prices have been submitted for following : a) Mandatory Spares (if specified in MR) Confirmed 28. b) Commissioning Spares (as included in main item) Confirmed c) Special tools & tackles (if required) Confirmed d) Recommended Spares for two years normal operation & maintenance Confirmed Confirm that you have furnished the following documents in the offer: a) Original Integrity Pact Furnished 29. b) Solvency Certificate Furnished c) Concurrent / Present Commitment Furnished Furnish Annual Report containing Balance Sheet & Profit & Loss 30. Furnished Statement of last one (01) year along with your unpriced offer:

Confirm that net worth of your company (bidder) during the last 31. Confirmed financial year is positive. Deviations to Terms & Conditions shall lead to loading/rejection of 32. Confirmed prices as per Instructions to Bidders or rejection of offer. Printed terms and conditions, if any, appearing in quotation, shall not be applicable in the event of order. In case of contradiction between the 33. confirmations given above and terms & conditions mentioned Confirmed elsewhere in the offer, the confirmation given herein above shall prevail.

BIDDER’S SIGNATURE & DATE : ______

SEAL/ STAMP

A133-ATC (IMP)-REV 0 AUG13 Page 4 of 5

Page 59 of 302

ANNEXURE – I TO PRE-FILLED AGREED TERMS & CONDITIONS (FOR IMPORTS)

NAME OF BIDDER : ______

OFFER REFERANCE: ______DATED ______

RFQ NO.: ______

ITEM : ______

PROJECT : RESID UPGRADATION PROJECT – COKER BLOCK OF CPCL, CHENNAI

Bidder confirms the following :

1. International Seaport of Exit ______

2. Manufacturer’s name & address ______

3. Country of Origin from where the goods have been offered ______4. Indicate shipping weight (net & gross) & volume of the consignment. 5. Indicate Indian Income Tax as currently applicable, if ______% any on supervision charges.

6. Indicate Permanent Account Number (PAN)

7. Clarify the applicability of Indian Agent in the offer. APPLICABLE

NOT APPLICABLE If applicable, Indicate the name of the Indian Agent, with his full address and percentage of commission included in your offer. ______

8. Indicate name & address of your Bankers for L/C opening, telephone/E-mail address.

BIDDER’S SIGNATURE & DATE : ______

WITH SEAL/STAMP

A133-ATC (IMP)-REV 0 AUG13 Page 5 of 5

Page 60 of 302

ENGINEERS INDIA LIMITED

COKER BLOCK OF RESID UPGRADATION PROJECT

GENERAL PURCHASE CONDITIONS (INDIGENOUS)

INDEX

PART – A: GENERAL PURCHASE CONDITIONS (INDIGENOUS)

1. DEFINITIONS 18. RECOVERY OF SUMS DUE 2. REFERENCE FOR DOCUMENTATION 19. CHANGES 3. CONFIRMATION OF ORDER 20. CANCELLATION 4. SALES CONDITIONS 21. PATENTS AND ROYALTY 5. COMPLETE AGREEMENT 22. CONTROL REGULATION 6. INSPECTION - CHECKING - TESTING 23. PERFORMANCE GUARANTEE 7. OFFICIAL INSTITUTIONAL TESTING 24. NON-WAIVER 8. OILS & LUBRICANTS 25. NON-ASSIGNMENT 9. SPARE PARTS 26. PART ORDER/REPEAT ORDER 10. TRANSIT RISK INSURANCE 27. SELLER’S DRAWINGS AND DATA REQUIREMENT 11. RESPECT FOR DELIVERY DATES 28. TECHNICAL INFORMATION 12. DELAYED DELIVERY 29 PROGRESS CHART AND EXPEDITING 13. DELAYS DUE TO FORCE MAJEURE 30. SERVICES OF SELLER’S PERSONNEL 14. REJECTION, REMOVAL OF REJECTED GOODS AND 31. SELLER’S LIABILITIES REPLACEMENT 32. PURCHASER’S MATERIAL 15. TRANSFER OF PROPERTY FROM THE 33. HEADINGS SELLER TO THE PURCHASER 34. ARBITRATION 16. PRICE 35. JURISDICTION 17. TERMS OF PAYMENT

PART – B: PACKING, MARKING, SHIPPING AND DOCUMENTATION SPECIFICATION FOR INDIGENOUS

MATERIAL (Document No. 8-1843-0002 Rev. No. 0)

PART–C: PROFORMA OF BANK GUARANTEE (PERFORMANCE)

PART–D: PROFORMA OF BANK GUARANTEE ADVANCE (INDIGENOUS)

A133-01Page-GPC 61 (Ind.) of 302-R0 Page 1 of 7

PART – A: GENERAL PURCHASE CONDITIONS (INDIGENOUS)

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

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

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

A133-01Page-GPC 62 (Ind.) of 302-R0 Page 2 of 7

and despatch of any equipment and/or materials which Inspectors to maintain Schedule and delay, if any, in during tests and inspection fail to comply with the this process will not be taken into consideration as a specification, codes and testing requirements. cause of Force Majeure.

The Seller shall: 8. OILS & LUBRICANTS:

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

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

A133-01Page-GPC 63 (Ind.) of 302-R0 Page 3 of 7

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

A133-01Page-GPC 64 (Ind.) of 302-R0 Page 4 of 7

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

20. CANCELLATION: The supply, despatch and delivery of goods shall be arranged by the Seller in strict conformity with the The Purchaser reserves the right to cancel the statutory regulations including provision of Industries Purchase Order or any part thereof and shall be entitled (Development and Regulation) Act, 1951 and any to rescind the contract wholly or in part in a written amendment thereof as applicable from time to time. notice to the Seller if: The Purchaser disowns any responsibility for any irregularity or contravention of any of the statutory i) The Seller fails to comply with the terms of this regulations in manufacture or supply of his stores Purchase Order. covered by this order. ii) The Seller fails to deliver the goods on time 23. PERFORMANCE GUARANTEE: and/or replace the rejected goods promptly. iii) The Seller becomes bankrupt or goes into The Seller shall guarantee that any and all materials liquidation. used in execution of the Purchase Order shall be in strict compliance with characteristics, requirements and iv) The Seller makes a general assignment for specifications agreed upon and that the same shall be the benefit of creditors. free from any defects. Checking of the Seller’s drawings by Procurement Co-coordinators/ Managers and their v) A receiver is appointed for any of the property approval and permission to ship or despatch the

A133-01Page-GPC 65 (Ind.) of 302-R0 Page 5 of 7

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

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

A133-01Page-GPC 66 (Ind.) of 302-R0 Page 6 of 7

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

The Seller’s workmen or employees shall under no 34. ARBITRATION: circumstances be deemed to be in Purchaser’s employment and the Seller shall hold himself Any dispute or difference between the parties hereof responsible for any claims which they or their heirs, arising out of any notified claim of the SELLER included dependents or personal representatives may have or in his final bill and /or arising out of any amount claimed make for damages or compensation for anything done by the OWNER (whether or not the amount claimed by or committed to be done in the course of carrying out of the OWNER or any part thereof shall have been the work covered by this Purchase Order, whether deducted from the Final bill of the supplier or any arising on Purchaser’s premises or elsewhere and amount paid by the OWNER to the SELLER in respect agrees to Indemnify the Purchaser against any such of the work) shall be referred to arbitration in claim or claims if made against the Purchaser and all accordance with the UNCITRAL Rules as adopted in cost (as between attorney and client) of proceedings, India by the Arbitration & Conciliation Act, 1996. suits or action which the Purchaser may incur or sustain in respect of the same. The Seller shall also procure The venue of the arbitration shall be New Delhi. and keep in force at his own cost comprehensive automobile Liability insurance for adequate coverage in Notwithstanding the existence of any dispute or respect of all his vehicle/s visiting or plying in project arbitration in terms hereof or otherwise, the Seller shall premises. The Seller shall also be responsible for continue and be bound to continue and perform the compliance of existing laws in respect of their workmen works to completion in all respects according to the and employees. Contract (unless the Contract or works be determined 32. PURCHASER’S MATERIAL by the Owner or by the Seller under the provisions of the Contract), and the Seller shall remain liable and a) Purchaser’s materials shall be delivered to the Seller bound in all respects under the Contract. after the Seller submits the Bank Guarantee for Indemnifying the full value thereof strictly in the manner 35. JURISDICTION and as per Performa of Bank Guarantee approved by the Purchaser. The Seller hereby agrees that the Court situated at New Delhi alone shall have the jurisdiction to hear and b) Wherever possible, the material shall be consigned determine all action and proceedings arising out of this to goods depot to be specifically confirmed by Seller. contract. The Seller at his responsibility and cost shall arrange Loading/Unloading and any handling from the destination.

A133-01Page-GPC 67 (Ind.) of 302-R0 Page 7 of 7 Page 68 of 302 Page 69 of 302 Page 70 of 302 Page 71 of 302 Page 72 of 302 Page 73 of 302 Page 74 of 302

PROFORMA OF BANK GUARANTEE (PERFORMANCE) (On non-judicial stamp paper of appropriate value) (For Indigenous Suppliers) To Engineers India Limited Engineers India Bhawan 1 Bhikaiji Cama Place R.K. Puram New Delhi – 110 066 Kind Att.: Head (LSTK-Finance) RFQ NO.: ______Dear Sirs,

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

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

AND THE BANK DOTH HEREBY FURTHER AGREE AS FOLLOWS:-

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

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

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

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

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

Page 75 of 302

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

6. Notwithstanding anything contained herein:

(a) The Bank’s liability under this Guarantee/Undertaking shall not exceed Rs.______(In figures) ______(In words) ______only).

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

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

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

Yours faithfully,

(Signature)

NAME & DESIGNATION NAME OF THE BANK

NOTE

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

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

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

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

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

Page 76 of 302

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

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

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

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

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

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

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

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

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

Page 77 of 302

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

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

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

(vii) Notwithstanding anything contained herein:

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

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

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

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

Yours faithfully,

For ______

Signature ______

Name & Designation ______

Name of the Branch ______

NOTE

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

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

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

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

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

Page 78 of 302

ENGINEERS INDIA LIMITED

COKER BLOCK OF RESID UPGRADATION PROJECT

GENERAL PURCHASE CONDITIONS (IMPORTS)

INDEX

PART-A: GENERAL PURCHASE CONDITIONS (IMPORTS)

1. DEFINITIONS 18. RECOVERY OF SUMS DUE 2. REFERENCE FOR DOCUMENTATION 19. MODIFICATIONS 3. IMPORT LICENCE 20. CANCELLATION 4. CONFIRMATION OF ORDER 21. PATENTS AND ROYALTY 5. SALES CONDITIONS 22. PERFORMANCE GUARANTEE 6. COMPLETE AGREEMENT 23. NON-WAIVER 7. INSPECTION - CHECKING - TESTING 24. NON ASSIGNMENT 8. EXPEDITING 25. SELLERS DRAWINGS AND DATA 9. OILS & LUBRICANTS REQUIREMENT 10. SPARE PARTS 26. TECHNICAL INFORMATION 11. RESPECT FOR DELIVERY DATES 27. SERVICES OF SELLER’S PERSONNEL 12. DELAYED DELIVERY 28. HEADINGS 13. DELAYS DUE TO FORCE MAJEURE 29. ARBITRATION 14. REJECTION, REMOVAL OF REJECTED 30. FOREIGN LIABILITY CLAUSE IN COTRACTS GOODS AND REPLACEMENT 31. ADDRESSES 15. PRICE 32. JURISDICTION: 16. TERMS OF PAYMENT 17. PART ORDER/ REPEAT ORDER

PART-B : PACKING, MARKING, SHIPPING AND DOCUMENTATION SPECIFICATION FOR INDIGENOUS MATERIAL (Document No. 8-1843-0001 Rev. No. 0)

PART–C : PROFORMA OF BANK GUARANTEE (PERFORMANCE)

PART–D : PROFORMA OF BANK GUARANTEE ADVANCE (FOREIGN)

A133-02-GPC (Imp.)-R0 Page 1 of 6

Page 79 of 302

PART- A: GENERAL PURCHASE CONDITIONS (IMPORTS)

1. DEFINITIONS:

The following expressions used in these General Purchase Conditions (GPC) and the Purchase Order shall have the meaning indicated against each of them:

PURCHASER/ OWNER: The Purchaser means Engineers India Limited a company incorporated in India having its registered office at Engineers India Bhawan, 1, Bhikaiji Cama Place, RK Puram, New Delhi-110066, India and shall include its successors and assignees.

GOODS/MATERIALS: Goods and/or materials shall mean any of the articles, materials, Machinery, Equipments, Supplies, drawing, data and other property and all services including but not limited to design, delivery, installation, inspection, testing and commissioning specified or required to complete the order.

SELLER: Seller shall mean the Person, firm or Corporation to whom the Fax of Acceptance / Purchase Order is issued.

INSPECTORS: Inspectors deputed / authorized by Purchaser including Third Party Inspection Agency.

PROJECT: Coker Block of Resid Upgradation Project at Manali Refinery of Chennai Petroleum Corporation Limited.

CLIENT: client means Chennai Petroleum Corporation Limited.

PMC: PROJECT MANAGEMENT CONSULTANT” or “PMC” or “CONSULTANT” shall mean any person(s) nominated by the OWNER as the Project Management Consultant for the Project. The words “PROJECT MANAGEMENT CONSULTANT”, “PMC”& “CONSULTANT” are synonymous. M/s Jacobs Engineering India Private Limited is the PMC for this Project.

2. REFERENCE FOR DOCUMENTATION:

Purchase Order / Purchase Requisition number” must appear on correspondence, drawings, invoices, shipping notes, packing and on any document or paper connected with the Order.

3. IMPORT LICENCE: If any, shall not be the seller’s responsibility.

4. CONFIRMATION OF ORDER:

The Seller shall acknowledge the Fax / Letter of Acceptance (FOA/LOA) / Purchase Order within seven days following the date of FOA / Purchase Order and shall there by confirm acceptance of FOA(LOA) / Purchase Order without any exception. This acknowledgment will be on FOA (LOA)/ Purchase Order and General Purchase Conditions. Seller shall also submit along with order acceptance a Contract cum Bank Guarantee as per Clause 22 hereunder.

5. SALES CONDITIONS:

With Seller’s acceptance of provisions of the Purchase Order he waives and considers as cancelled any of his general sales conditions.

6. COMPLETE AGREEMENT:

The terms and conditions of the Purchase Order constitute the entire Agreement between the parties hereto. Changes will be binding only if the amendments are made in writing and signed by an authorized representative of the Purchaser.

7. INSPECTION-CHECKING-TESTING:

The equipment, materials and workmanship covered by the Purchase Order are subject to inspection and testing at any time prior to shipment and/or despatch and to final inspection within a reasonable time after arrival at site. Inspectors shall have the right to carry out the inspection and testing which will include the raw materials at manufacturer’s shop, at fabricator’s shop and at the time of actual despatch before and after completion of packing.

7.1 All tests, mechanical and others and particularly those required by relevant codes will be performed at the Seller’s expenses and in accordance with Inspector’s instructions. The Seller will also bear the expenses concerning preparation and rendering of tests required by Boiler Inspectorate or such other statutory testing agencies or by Lloyds Register of Shipping as may be required.

A133-02-GPCPage (Imp.) 80- R0of 302 Page 2 of 6

7.2 Before shipping or despatch, the equipment and/or materials will have to be checked and stamped by Inspectors who are authorized also to forbid the use and despatch of any equipment and/or materials which during tests and inspection fail to comply with the specification, codes and testing requirements.

7.3 The Seller will have to: -

- Inform Purchaser at least two weeks in advance of the exact place, date and time of rendering the equipment or materials for required inspection.

- Provide free access to Inspectors during normal working hours to Seller’s or his/its sub-Seller’s works and place at their disposal all useful means of performing, checking, marking, testing, inspection and final stamping with prior intimation.

7.4 Even if the inspection and tests are fully carried out, Seller is not absolved to any degree from his responsibilities to ensure that all equipments and materials supplied comply strictly with requirements as per agreement both during manufacturing, at the time of delivery, inspection, on arrival at site and after its erection or start-up and guarantee period as stipulated in Clause 22 hereof.

7.5 The Seller’s responsibility will not be lessened to any degree due to any comments made by Purchaser/Purchaser’s representative and Inspectors on the Seller’s drawings or specifications or by inspectors witnessing any chemical or physical tests. In any case, the equipment must be in strict accordance with the Purchase Order and/or its attachments failing which the Purchaser shall have the right to reject the goods and hold the Seller liable for non-performance of contract.

8. EXPEDITING:

Purchaser/Purchaser’s representatives shall expedite both manufacture and shipment of equipment and materials covered by the Purchase Order. The Purchaser/Purchaser’s representatives shall have free access to Seller’s shop and/or sub-Seller’s shop at any time and they shall be provided all the necessary assistance and information to help them perform their job.

9. OILS & LUBRICANTS:

The first filling of oils and lubricants, if any, required for every equipment shall be supplied inline with MR. The Seller shall also recommend the quality and quantity of oils and lubricants required for one year’s continuous operation.

10. SPARE PARTS:

The Seller must furnish item-wised priced list of spare part(s) required for two years normal operation and maintenance of the equipment.

The Seller shall provide the necessary cross - sectional drawings to identify the spare part(s) numbers and their location as well as an interchangeability chart.

11. RESPECT FOR DELIVERY DATES:

Time of delivery mentioned in the Purchase Order shall be the essence of the agreement and no variation shall be permitted except with prior authorization in writing from the Purchaser. Goods should be delivered securely packed and in good order and condition at the place and within the time specified in the Purchase Order for their delivery. By the time of delivery, is meant the date on the Bill of Lading/Airway Bill at FOB Port of Exit.

12. DELAYED DELIVERY:

The time and date of delivery of materials/ equipment as stipulated in the Purchase Order shall be deemed to be the essence of the agreement. For any delay in delivery of equipment / materials or part thereof beyond the delivery date stipulated, the Seller shall be liable to pay compensation as stipulated in the RFQ document.

Such compensation shall be paid by way of equivalent reduction in the Invoice value before presenting to Purchaser/ Bank for payment. This is without prejudice to Purchaser’s right of cancelling the purchase order wholly or in part for any delay exceeding the period of maximum compensation and the Seller shall be liable to all consequences thereof. If the delay in delivery is due to Force Majeure, the Purchaser shall be free to act in terms under Clause 13 of this text.

13. DELAYS DUE TO FORCE MAJEURE: In the event of causes of Force Majeure occurring within the agreed delivery terms, the delivery dates can be extended by the Purchaser on receipt of application from the Seller without imposition of penalty. Only those causes which depend

A133-02-GPCPage (Imp.) 81- R0of 302 Page 3 of 6

on natural calamities, wars and national strikes which have duration of more than seven consecutive calendar days and Government Acts and other direct legislative enforcement are considered the causes of Force Majeure. The decision of Purchaser shall be final and binding on Seller.

The Seller must advise the Purchaser by a registered letter duly certified by a local Chamber of Commerce or statutory authorities, the beginning and the end of the delay immediately, but in no case later than within 10 days of the beginning and end of each cause of Force Majeure condition as defined above.

The extension of time shall be the sole remedy of the Seller for any cause or event of delay and the Seller shall not be entitled in addition to or in lieu of such extension to claim any damages or compensation for extended stay or otherwise whether under the law governing contracts or quasi-contractor or any other relationship, and the Seller hereby waives and disclaims any and all contrary rights.

14. REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT:

In case the testing and inspection at any stage by Inspectors reveal that the equipment, material and workmanship do not comply with the specification and requirements, the Seller at his/its own expense and risk shall remove the same within the time allowed by the Purchaser. The Purchaser shall be at liberty to dispose of such rejected goods in such a manner as he may think appropriate, in the event the Seller fails to remove the rejected goods within the period as aforesaid. All expenses incurred by the Purchaser for such disposal shall be to the account of the Seller. The freight paid by the Purchaser, if any, on the inward journey of the rejected materials shall be reimbursed by the Seller .The Seller will have to proceed with the replacement of that equipment or part of the equipment, if so required by the Purchaser, without claiming any extra payment. The time taken for replacement in such event will not be added to the contractual delivery period.

15. PRICE:

Unless otherwise agreed to in the terms of the Purchase Order, the price shall be Firm and not subject to escalation for any reason whatsoever even though it might be necessary for the order execution to take longer than the delivery period specified in the order.

16. TERMS OF PAYMENT:

Payment will be made by the Purchaser against an irrevocable Letter of Credit (L/C) against submission of despatch documents (bill of lading or air way bill in case of air freight). L/C shall be opened through Government of India’s Nationalised Bank and hence need not be confirmed. In case any bidder insists for confirmed L/C then the confirmation charges shall be borne by the bidder. L/C shall be established within 45 days of receipt of acknowledgement of FOA/ PO alongwith submission of required performance bank guarantee within 30 days of FOA/PO.

17. PART ORDER/REPEAT ORDER:

Seller hereby agrees to accept part order at Purchaser’s option without any limitation whatsoever and also accept repeat order(s) during a period of 6 months from the date of original purchase order on same unit prices, terms and conditions.

18. RECOVERY OF SUMS DUE:

Whenever any claim against the Seller for payment of sum(s) of money arises out of or under the contract, the Purchaser shall be entitled to recover such sum(s) from any sum(s) then due or which at any time thereafter may become due from the Seller under this or any other contract with the Purchaser including right to encash the PBG. In the event of encashment of PBG the Seller shall re-store the same to its original amount and should this sum is not sufficient to cover the recoverable amount, the Seller shall pay to the Purchaser on demand the balance remaining due.

19. MODIFICATIONS:

The Purchaser shall have the right to make technical changes or modification in the technical document/specifications comprised in the Purchase Order. The Seller shall comply with such a written request or make alternative suggestion. Any such changes or modifications shall be at the cost, if any, of the Purchaser. As soon as possible after receipt of the written request for changes, the Seller shall furnish in writing to the Purchaser, an estimate of cost for the changes and modifications / effect on the FOB delivery date. On receipt of Purchaser’s written authorization, the Seller shall promptly proceed with the changes/modifications.

20. CANCELLATION:

The Purchaser reserves the right to cancel the Purchase Order or any part thereof and shall be entitled to rescind the contract wholly or in part in a written notice to the Seller if:

A133-02-GPCPage (Imp.) 82- R0of 302 Page 4 of 6

i) The Seller fails to comply with the terms of the Purchase Order

ii) The Seller fails to adhere to delivery schedule in progressing to manufacture or fails to deliver the goods on time and/or replace the rejected goods promptly.

iii) The Seller becomes bankrupt or goes into liquidation.

iv) The Seller makes a general assignment for the benefit of creditors.

v) A receiver is appointed for any of the property owned by the Seller.

Upon receipt of the said cancellation notice, the Seller shall discontinue all work on the Purchase Order and matters connected with it.

The Purchaser in that event will be entitled to procure the material in the open market and recover excess payment over the Seller’s agreed price, if any, from the Seller reserving to itself the right to forfeit the security deposit (including PBG), if any.

21. PATENTS AND ROYALTIES:

On acceptance of the order, the Seller will be deemed to have entirely indemnified the Purchaser/Purchaser’s representatives from any legal action or claims regarding compensation for breach of patent rights which the Seller deems necessary to apply for manufacturing the ordered equipment and/or materials or which can in any way be connected in the manufacture.

22. PERFORMANCE GUARANTEE:

The Seller shall guarantee that any and all materials used in execution of the Purchase Order shall be in strict compliance with characteristics, requirements and specifications and that the same shall be free from any defects. Checking of the Seller’s drawings by the Purchaser/Purchaser’s representatives and their approval and permission to ship or despatch the equipment and materials granted by Inspectors shall not relieve the Seller from any part of his/its responsibilities of proper fulfilment of the requirements.

The Seller will guarantee that all materials and equipments shall be repaired or replaced as the case may be, at his own expense, in case the same have been found to be defective in respect of material, workmanship or smooth and rated operation within Guarantee Period as stipulated in the RFQ document.

The guarantee period for the part that may be altered, repaired or replaced shall be 18 months from the date on which the same is put in service or period as specified above in case of critical items, whichever is later.

Acceptance by the Purchaser or its Inspectors of any equipment and materials or its replacement will not relieve the Seller of its responsibility of supplying the equipment/materials strictly according to the specification and according to the guarantees agreed by the Seller. The Seller shall furnish a Bank Guarantee alongwith the order acceptance for the amount equivalent to 10% of the FOB value of equipment/ materials to support Seller’s performance of his obligations and discharge of liability under the contract, as per proforma hereunder. This Bank Guarantee shall remain in force for the entire period covered by performance guarantee plus 3 months. It will be the responsibility of the Seller to keep the Bank Guarantee fully subscribed. Any shortfall in the value of the Bank Guarantee as a result of encashment by the Purchaser either in full or in part in terms of Seller’s Performance shall be made good by the Seller within one week thereof.

23. NON-WAIVER:

Failure of the Purchaser/Purchaser’s representatives to insist upon any of the terms or conditions incorporated in the Purchase Order or failure or delay to exercise any rights or remedies herein or by law or failure to properly notify Seller in the event of breach, or the acceptance of or payment of any goods hereunder or approval of design shall not release the Seller and shall not be deemed a waiver of any right of the Purchaser / Purchaser’s representatives to insist upon the strict performance thereof or any of his or their rights or remedies as to any such goods regardless of when goods are shipped received or accepted nor shall any purported oral modification or revisions of the order by Purchaser/Purchaser’s representative act as waiver of the terms hereof.

24. NON ASSIGNMENT:

The Seller without obtaining prior written consent of the Purchaser shall not assign the Purchase Order to any other agency.

A133-02-GPCPage (Imp.) 83- R0of 302 Page 5 of 6

25. SELLER’S DRAWINGS AND DATA REQUIREMENT:

The Seller shall submit drawing, data and documentation in accordance with but not limited to what is specified in the bid document and/or in the Seller’s drawings and data form attached to the Purchase Order. The types, quantities and time limits of submitting these must be respected in its entirety failing which the Purchase Order shall not be deemed to have been executed for all purposes including settlement of payment since the said submission is an integral part of Purchase Order execution. All post order correspondence shall be addressed to Project Manager (Projects), Coker Block of Resid Upgradation Project of CPCL , Engineers India Limited, 1 Bhikaiji Cama Place , R K Puram, New Delhi-110066, with a copy to DGM (Inspection), Engineers India Ltd., 1,Bhikaiji Cama Place, New Delhi-110 066.

26. TECHNICAL INFORMATION:

Drawings, specifications and details shall be the property of the Purchaser and shall be returned by the Seller on demand. The Seller shall not make use of drawings and specifications for any purpose at any time save and except for the purpose of the Purchaser. The Seller shall not disclose the technical information furnished to or gained by the Seller under or by virtue of or as a result of the implementation of the Purchase Order to any person, firm or body or Corporate authority and shall make all endeavours to ensure that the technical information is kept CONFIDENTIAL. The technical information imparted and supplied to the Seller by the Purchaser shall at all times remain the absolute property of the Purchaser.

27. SERVICES OF SELLER’S PERSONNEL:

Upon one month advance notice, the Seller shall depute the necessary personnel to India for supervision of erection and start up of the equipment and train a few of the Purchaser’s personnel for the operation and maintenance of the equipment, if required by the Purchaser. The terms and conditions for the services of the Seller’s personnel shall be as per Purchaser’s enquiry document / Purchase Order.

28. HEADINGS:

The headings of the conditions hereof shall not affect construction thereof.

29. ARBITRATION:

Any dispute or difference between the parties hereof arising out of any notified claim of the SELLER included in his final bill and /or arising out of any amount claimed by the OWNER (whether or not the amount claimed by the OWNER or any part thereof shall have been deducted from the Final bill of the supplier or any amount paid by the OWNER to the SELLER in respect of the work) shall be referred to arbitration in accordance with the UNCITRAL Rules as adopted in India by the Arbitration & Conciliation Act, 1996.

The venue of the arbitration shall be New Delhi, India.

Notwithstanding the existence of any dispute or arbitration in terms hereof or otherwise, the Seller shall continue and be bound to continue and perform the works to completion in all respects according to the Contract (unless the Contract or works be determined by the Owner or by the Seller under the provisions of the Contract), and the Seller shall remain liable and bound in all respects under the Contract.

30. FOREIGN LIABILITY CLAUSE IN CONTRACTS:

“It is expressly understood and agreed by and between Seller and Purchaser that they are entering into this agreement solely on their own behalf and not on behalf of any other person or entity. In particular, it is expressly understood and agreed that the Government of India is not a party to this agreement and has no liabilities, obligations or right hereunder. It is expressly understood and agreed that the Purchaser is an independent legal entity with power and authority to enter into contracts solely on its on behalf under the applicable laws of India and general principles of contracts law. The Seller expressly agrees, acknowledges and understands that the Purchaser is not an agent, representative or delegate of the Government of India. It is further understood and agreed that the Government of India is not and shall not be liable for any acts, omission, and commissions, breaches or other wrongs arising out of the contract. Accordingly, Seller actions or claims including cross claims, implored claims, or counter claims against the Government of India arising out of the Contract and covenants not to sue the Government of India as to any manner, claim, and cause of action or thing whatsoever arising out of or under this agreement”.

31. JURISDICTION:

The Seller hereby agrees that the Court situated at New Delhi alone shall have the jurisdiction to hear and determine all action and proceedings arising out of this contract.

A133-02-GPCPage (Imp.) 84- R0of 302 Page 6 of 6 Page 85 of 302 Page 86 of 302 Page 87 of 302 Page 88 of 302 Page 89 of 302 Page 90 of 302 Page 91 of 302 Page 92 of 302 Page 93 of 302 Page 94 of 302 Page 95 of 302 PROFORMA OF BANK GUARANTEE (PERFORMANCE) (For Foreign Suppliers) To Engineers India Limited Engineers India Bhawan 1 Bhikaiji Cama Place R.K. Puram New Delhi – 110 066

Kind Att.: Head (-LSTK-Finance) RFQ NO.: ______OFFER NO. ______ITEM : ______SUPPLIER’S NAME:______

Dear Sirs,

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

We ______(name) a body / corporate registered/constituted under the laws of ______and having a Branch at ______(hereinafter called “the Bank” which expression shall include its successors and assigns) with the intent to bind the Bank and its successors and assigns, hereby undertake to pay the Purchaser at ______(place) on first demand in writing without protest or demur or proof or satisfaction or condition and without reference to supplier any and all amounts from time to time demanded by the Purchaser from the Bank with reference to this Guarantee/Undertaking upto an aggregate limit of (Currency in figures) ______(Currency in words______only).

AND THE BANK DOTH HEREBY FURTHER AGREE AS FOLLOWS:-

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

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

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

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

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

A133-02-GPC (Imp.)-R0 Page 1 of 2

Page 96 of 302

6. Notwithstanding anything contained herein:

(a) The Bank’s liability under this Guarantee/Undertaking shall not exceed (Currency in figures) ______(Currency in words ______only).

(b) This Guarantee/Undertaking shall remain in force upto ______(here put the entire period required for the performance of the contract and the defect liability period plus 3 (three) months claim period and any extensions thereof if any).

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

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

Yours faithfully,

(Signature) NAME & DESIGNATION NAME OF THE BANK

NOTE

1. This Guarantee is required to be stamped as an agreement according to the Stamp Duty Act. 2. The Performance Bank Guarantee shall be strictly as per above proforma and shall be through a scheduled bank operating in India, including the Indian Branch of a Foreign Bank recognized as a scheduled Bank in India. 3. Bank Guarantee from Foreign Branch will be accepted only if same is counter signed by their Indian Branch or by any scheduled Indian Bank. 4. The bank shall provide details viz. contact person, telephone number, fax number, e-mail address and address of the Controlling/Regional Office of issuing bank for verification of authenticity of Bank Guarantee. 5. This Guarantee is required to be sent by Seller’s Bankers directly to the Head (LSTK-Finance), Engineers India Limited, EI Bhawan, 3rd Floor, 1, Bhikaiji Cama Place, New Delhi-110066.

A133-02-GPC (Imp.)-R0 Page 2 of 2 Page 97 of 302 PROFORMA OF BANK GUARANTEE ADVANCE (FOREIGN) (On non-judicial stamp paper of appropriate value) To Engineers India Limited 1 Bhikaiji Cama Place New Delhi – 110 066 Attn.: Head (LSTK-Finance) RFQ. NO. : OFFER NO. : ITEM : SUPPLIER’S NAME :

Dear Sirs,

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

AND WHEREAS the Purchaser has agreed to advance the Supplier a sum of (Currency in Figures) ______(Currency in Words______only) hereinafter called “The Advance” as financial assistance to the Supplier under the Contract on the condition, inter alia, that the advance shall be secured by a Bank Guarantee as hereinafter appearing:

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

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

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

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

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

A133-02-GPC (Imp.)-R0 Page 1 of 2

Page 98 of 302

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

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

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

(vii) Notwithstanding anything contained herein:

(a) The Bank’s liability under this Guarantee/Undertaking shall not exceed (Currency in Figures)______(Currency in Words______only).

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

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

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

Dated this ______day of ______

Yours faithfully,

For ______

Signature ______

Name & Designation ______

Name of the Branch ______

NOTE

1. This Guarantee is required to be stamped as an agreement according to the Stamp Duty Act. 2. The Performance Bank Guarantee shall be strictly as per above proforma and shall be through a scheduled bank operating in India, including the Indian Branch of a Foreign Bank recognized as a scheduled Bank in India. 3. BG from foreign branch will be accepted only if same is counter signed by their Indian Branch or by any scheduled Indian Bank. 4. The bank shall provide details viz contact person, telephone number, fax number, e-mail address and address of the Controlling/Regional Office of issuing bank for verification of authenticity of Bank Guarantee. 5. This Guarantee is required to be sent by Seller’s Bankers directly to the Sr. Manager (F&A), Engineers India Limited, 1, Bhikaiji Cama Place, New Delhi-110066.

A133-02-GPC (Imp.)-R0 Page 2 of 2 Page 99 of 302 TERMS & CONDITIONS FOR POST WARRANTY ANNUAL MAINTENANCE CONTRACT (PWMC) For RESID UPGRADATION PROJECT – COKER BLOCK OF CPCL, CHENNAI 1.0 A 5 (five) years Comprehensive Annual Maintenance Contract (AMC) for the items defined in the MR (with the spares) shall be entered into by the Seller with the suppliers of such items prior to expiry of the guarantee period if opted by EIL/ CPCL. The AMC Contract shall be valid for a period of five years from the date of expiry of the defect liability period for the item. The opted AMCs shall be transferred to the CPCL upon completion of the obligation of the Seller with the EIL (after the expiry of defect liability period). 2.0 The Seller shall indicate a separate price for the Annual Maintenance Contract in his bid in respective form enclosed with the Price Schedule. 2.1 The AMC Charges quoted in Price Schedule Format shall be inclusive of all the charges for Transportation, Lodging, Boarding, all insurances including third party insurance, income tax etc and all other incidental charges, spares and replacement of damaged parts. Owner will not have any liability, whatsoever, over and above the quoted prices. 2.2 The AMC charges shall also be inclusive of all Taxes & Duties except CENVATABLE Service tax, if any. Details of Cenvatable Service tax shall be furnished separately in Price Schedule format. 2.3 The payment terms for the Post Warranty Maintenance Contract shall be 100% payment shall be paid at the end of each half year of the contractual year against quarterly progressive bills to be submitted by seller duly certified by Site-in-Charge. 3.0 The following are the minimum terms and conditions for the AMC which the Seller shall include in its price bid. 3.1 The AMC includes complete servicing, regular & preventive maintenance and breakdown maintenance whenever required for the AMC item. This also includes the spare parts required for repair or replacement. 3.2 The Seller’s liability to provide maintenance spares shall not, however, be confined in any manner to the requirement of maintenance spares estimated by the Seller. The Seller, shall, within the scope of the Maintenance Contract, be required to fulfill or replenish any shortfall in the maintenance spares without additional cost to EIL/ CPCL. 4.0 The order for Post Warranty Maintenance contract (PWMC) will be placed separately by the client before the expiry of contractual Warranty Period. However, the price of PWMC services will remain valid for 05 Years from the date of expiry of Warranty period. 5.0 Within Ten days of placement of Order for PWMC, SELLER shall submit ‘PBGs’/’Security Deposit’ for 10% of the yearly order value for PWMC valid for each year plus three month claim period from any of the scheduled bank. However, for subsequent years, the PBG shall be submitted along with your 1st invoice for that year.

8_A133-AMC-Rev0 Aug13 Page 1 of 1

Page 100 of 302 TERMS & CONDITIONS FOR SUPERVISION OF ERECTION, TESTING & COMMISSIONING For RESID UPGRADATION PROJECT – COKER BLOCK OF CPCL, CHENNAI

1. Bidder shall quote per diem charges which shall include lodging, boarding, medical, local transport, all insurances including Bidder’s personnel and third party insurance, income / corporate tax (as may be applicable) and all other incidental charges but excluding to and fro Air / Rail fare and Service tax. 2. For Foreign (Expatriate)Supervisors : To & fro air fare by economy class through most economical route preferably by upto Chennai Airport and local conveyance within India from Chennai Airport upto CPCL Manali Refinery site, will be reimbursed at actuals. For Indian (Resident) supervisors: To and fro Train fare by AC 2 tier/ by Air (Economy Class) for travel upto CPCL Manali Refinery site and local conveyance from Chennai Airport/ station upto CPCL Manali Refinery site, will be reimbursed at actuals. 3. Bidders should quote per diem rate excluding Service Tax which shall be indicated separately by the bidder in the Annexure-I to ATC. 4. Per diem charges shall be payable from the day bidder’s person reaches site upto the day he leaves the site. No payment will be made for travel days/period. 5. Bidder will be responsible for all liabilities towards corporate tax, personal income tax etc. (except Service Tax for their personnel deputed for the supervision job). Tax(s) as per Government policy shall be deducted at source by Purchaser while making payments against each invoice. 6. Working hours prevailing at site, normally 8 hours/day - Monday through Saturday and holidays as applicable to Purchaser’s site personnel shall apply. 7. Selection of Foreign/ Indian supervisory personnel shall be left to Purchaser’s choice. 8. Vendor’s supervisory personnel shall observe/abide by site working conditions prevailing at the existing site, safety codes, Indian laws and local laws. 9. A notice period of 15 days will be given for mobilisation of supervisory personnel for supervision of erection. 10. Payment shall be as per ITB. 11. Income Tax 11.1 Foreign (Expatriate)Supervisors 11.1.1 The supervision charges of foreign vendor shall be gross of income tax ,i.e., inclusive of Income Tax at the applicable prevailing rate as per Indian Income Tax rules. Owner/Purchaser shall deduct at source the tax by Purchaser while making payments against each invoice for supervision services. Certificate for Tax Deducted at Source (TDS) shall be provided to the Seller. 11.1.2 It is mandatory for the foreign supplier/contractor/consultant to furnish the following information:

i) PAN No. as per the Indian Income Tax requirements failing which the Supplier/Contractor/Consultant shall be responsible for any additional tax deduction at source as per the provisions of the Indian Income Tax Act/Rules and the same shall be deducted from the payment made to supplier/contractor/consultant.

A133-T & C for Supervision of ETC-REV1 Page 1 of 3

Page 101 of 302 ii) Tax Residency Certificate (TRC) containing prescribed particulars as per the enclosed Annexure-A from the Government of foreign country in order to claim the benefits of DTAA as per the Indian Income Tax requirements failing which the relief under DTAA will not be available and consequently the higher rate of withholding tax @25% will be applicable and deducted from the payment made to supplier/contractor/consultant (i.e., non-resident taxpayer). The TRC shall be duly verified by the Government of the country of which the assessee claims to be a resident for the purposes of tax.

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

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

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

11.2 For Indian (Resident) supervisors Supervision charges (in case of supply MR) of Indian vendor shall be inclusive of income tax.

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

CHARGES FOR SUPERVISION OF ERECTION/TESTING/COMMISSIONING:

S. No. Description Vendor’s Reply/Information

1. Number of supervisory personnel required

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

A133-T & C for Supervision of ETC-REV1 Page 2 of 3

Page 102 of 302 normal working days. ( Please specify currency )

Overtime rate/ hour beyond normal 8 hours work on 3. normal working days.

Overtime rate/ hour for work on weekly off days/ 4. holidays (as applicable to Refinery site).

Maximum estimated time (number of days) for 5. completion of erection, testing and commissioning.

Notes:

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

Bidder’s Acceptance:

RFQ No. : Signature with Name & Date and Item : Seal/Stamp of the Bidder Offer No. :

A133-T & C for Supervision of ETC-REV1 Page 3 of 3

Page 103 of 302 Page 104 of 302 Click here for bidder Enrollment/Registration

Page 105 of 302 It denotes Password Policy Registration Process flow steps

Click Next

Page 106 of 302 Personal details page1

Page 107 of 302 1.Mail id should Personal details page 2 be valid one

2.Hint Question and Hint Answer are very important when you forgotten your Password

3.Click Next

Page 108 of 302 Personal details page1

Page 109 of 302 Personal details page2

Click Submit

Page 110 of 302 Page 111 of 302 Page 112 of 302 Bidder logs in with login id and password

Page 113 of 302 DSC Registration

Click here to Register the certificate

Page 114 of 302 Click here to Register the signing certificate

Page 115 of 302 Select appropriate name and click ok

Page 116 of 302 [email protected] 27-DEC-2012 27-Dec-2012

Page 117 of 302 [email protected] 27-DEC-2012 27-Dec-2012

Page 118 of 302 After DSC Registration only, the menus are getting displayed

Click here to see the Certificate Information

Page 119 of 302 Click here to search the active tenders

Click My Tenders to start bid submission

Click here to see clarification

Click My bids to withdrawn or Resubmission

Click here to see the status of the tender

Click here for Equipment details

Click here for bidder turnover Details

Page 120 of 302 Click here to View Profile

Page 121 of 302 Page 122 of 302 Page 123 of 302 Click here to Edit Profile

Page 124 of 302 Personal details page1

1.Edit Corporate user details

Page 125 of 302 Personal details page2

2.Click Submit

Page 126 of 302 Click here to Change Password

Page 127 of 302 Password Policy

Click Submit

Page 128 of 302 Page 129 of 302 Bidders logs in with the changed New password

Page 130 of 302 Click here to View the DSC Details

Page 131 of 302 Click here to see the Certificate Information

Page 132 of 302 Certificate Information

Page 133 of 302 Click here to upload the Pre-defined non sensitive documents in advance

Page 134 of 302 1.Click here to download the format 2.Click here to upload the document

Page 135 of 302 Click here to upload the document

Page 136 of 302 Select the document

Page 137 of 302 Click here to sign the document

Page 138 of 302 Enter token Password and click Ok

Page 139 of 302 Click Ok

Page 140 of 302 Click Save

Page 141 of 302 Click here to Edit the Document document has been uploaded

Click here to View the document and signing property

Page 142 of 302 Signing Property

Page 143 of 302 Click here to get mail alerts for your Favorite Tenders

Page 144 of 302 Product Category List

Page 145 of 302 Bidders can select maximum 10 Product Category

1.Select Product Category

2.Click here to Save

Page 146 of 302 Click here to view saved category

Page 147 of 302 Selected Category List

Page 148 of 302 End of Bidders Profile

Page 149 of 302 Government eProcurement System

Procedure for obtaining Digital Signature by Foreign Vendors

This document gives the procedure to be followed by bidders who are resident of countries other than India for participating in Online Tendering Activity.

As per the IT ACT 2000, all bidders who participate in the online bidding process in this site should possess a valid Digital Signature issued by any of the Digital Signature Certificate (DSC) vendors approved by CCA, India (https://cca.gov.in). The following document gives the procedure that is generally followed by various vendors.

Generally, the documents that are required to be submitted by Foreign Nationals are as follows:

1. Identity Proof (ID Proof) of the person in whose name DSC has to be issued (E.g. Passport copy) 2. Bank account statement in country of residence, duly attested by Indian Embassy / High Commission / Consulate / Apostille in the country where the applicant is currently located. (At least 6 months of Bank transactions) with the proof indicating the account is owned by the Individual. 3. Copy of the Trade license attested by any one of the authorities as specified in Point 2 above. 4. As the Individual is representing the company, an Authorization on company’s letter head as given in the form 5. Copy of the Authorization letter or invitation letter from department for the participation in the tender by any one of the tender inviting authority.

As of now, it is learnt that GNFC, TCS, eMudhra issue DSCs with the above procedure. The copy of the nCodes, TCS and eMudhra Format is enclosed as Annexure; the Copies of other vendors will be made available on receipt of information from these vendors.

Note: The Information given by the vendors is attached for facilitating the Foreign Nationals to procure DSCs from the Indian CA authorized vendors for information purpose only as shared by the respective CA's.

Please find below the details of various vendors and procedure for obtaining DSC:

 GNFC  Tata Consultancy Services  eMudhra

DSC for ForeignPage 150 of 302Nationals Version 1.0

Page 151 of 302

Page 152 of 302 Page 153 of 302

Page 154 of 302

Page 155 of 302

Page 156 of 302

Page 157 of 302

Page 158 of 302

Page 159 of 302

Page 160 of 302 Government eProcurement System

Procedure for obtaining Digital Signature by Foreign Vendors

This document gives the procedure to be followed by bidders who are resident of countries other than India for participating in Online Tendering Activity.

As per the IT ACT 2000, all bidders who participate in the online bidding process in this site should possess a valid Digital Signature issued by any of the Digital Signature Certificate (DSC) vendors approved by CCA, India (https://cca.gov.in). The following document gives the procedure that is generally followed by various vendors.

Generally, the documents that are required to be submitted by Foreign Nationals are as follows:

1. Identity Proof (ID Proof) of the person in whose name DSC has to be issued (E.g. Passport copy) 2. Bank account statement in country of residence, duly attested by Indian Embassy / High Commission / Consulate / Apostille in the country where the applicant is currently located. (At least 6 months of Bank transactions) with the proof indicating the account is owned by the Individual. 3. Copy of the Trade license attested by any one of the authorities as specified in Point 2 above. 4. As the Individual is representing the company, an Authorization on company’s letter head as given in the form 5. Copy of the Authorization letter or invitation letter from department for the participation in the tender by any one of the tender inviting authority.

As of now, it is learnt that GNFC, TCS, eMudhra issue DSCs with the above procedure. The copy of the nCodes, TCS and eMudhra Format is enclosed as Annexure; the Copies of other vendors will be made available on receipt of information from these vendors.

Note: The Information given by the vendors is attached for facilitating the Foreign Nationals to procure DSCs from the Indian CA authorized vendors for information purpose only as shared by the respective CA's.

Please find below the details of various vendors and procedure for obtaining DSC:

 GNFC  Tata Consultancy Services  eMudhra

DSC for ForeignPage 161 of 302Nationals Version 1.0

Page 162 of 302

Page 163 of 302 Page 164 of 302

Page 165 of 302

Page 166 of 302

Page 167 of 302

Page 168 of 302

Page 169 of 302

Page 170 of 302

Page 171 of 302 Intermediate Solution for JAVA Applet Issue

Kindly do the JAVA settings in the local system, if you are getting trouble in the second level authentication (login button) page.

Go to Control Panel ==> Java ==> Security ==> Add the site name in the Exception site list ==> Apply ==> OK

Otherwise trust the security certificates in the local system.

Please refer the below image for more details.

Go to Control Panel ==> Java ==> Security ==> Add the site name in the Exception site list ==> Apply ==> OK

Otherwise

Drag the security level in to Medium level.

------END------

Page 172 of 302 Page 173 of 302 Bidder logs in

Page 174 of 302 Click here to Login

Page 175 of 302 Enter token Password and click Ok

Page 176 of 302 Click here to Search the Active Tenders

Page 177 of 302 1.Enter the Key Word

2.Click Submit

Page 178 of 302 Click here to View tender details

1.Check the tick mark to make as favorite

2.Click Save

Page 179 of 302 Click My Tenders

Page 180 of 302 Click here to view Tender details and Start the Bid Submission

List of tenders moved from Search Active Tenders

Page 181 of 302 Tender details Page 1

Click here to view Other Important Documents Details

Page 182 of 302 Tender details Page 2

Click Pay Offline

Page 183 of 302 Read the Terms and Conditions

1.Select I agree

2.Click Submit

Page 184 of 302 1.Enter the Tender fee details

It denotes process flow steps of Bid Submission

2.Click Save

Page 185 of 302 Click here to Edit Tender fee details Saved Tender fee details if required

Click Next

Page 186 of 302 Click here to Edit Tender fee 1.Enter EMD fee details details if required

2.Click Save

Page 187 of 302 Click here to Edit Tender fee details if required

1.Saved EMD fee details 2.Click here to Edit EMD fee details if required

3.Click Next

Page 188 of 302 1.Click here to Edit Tender fee and EMD fee details if required

2.Click here to Upload Other Important Documents

Page 189 of 302 Required Other Important Documents List

List of Other important Documents uploaded by the bidder in Advance

Click Submit Other Important Documents

Page 190 of 302 Click here to upload Manpower Details

Page 191 of 302 Click browse to select the document

Page 192 of 302 1.Select the document

2.Click Open

Page 193 of 302 Click here to sign the document

Page 194 of 302 Enter token Password and click Ok

Page 195 of 302 Click Ok

Page 196 of 302 3.Click My Tenders

1.Click here to view the uploaded document

2.Click here to view the signing certificate

Page 197 of 302 Click View for Tender Information

Page 198 of 302 Tender details Page 1

Click here to view Other Important Documents Details

Click here to View GTE Details

Page 199 of 302 Tender details Page 2

Click upload document to continue

Page 200 of 302 Click Submit Other Important Documents

Page 201 of 302 Click Submit Other Important Documents

Page 202 of 302 Select “yes” or “No” according to Particulars but GTE details should Comply with the Expected Values

Click Verify

Page 203 of 302 Click Save and Continue

Page 204 of 302 Click Encrypt & Upload

Page 205 of 302 1.Here the tender has been published in two cover system

2.Click here to upload the bid documents in first cover

Page 206 of 302 Click browse to upload fee document

Page 207 of 302 1.Select the fee document

2.Click Open

Page 208 of 302 Click browse to upload fee document

Page 209 of 302 1.Select the fee document

2.Click Open

Page 210 of 302 Click here to verify the uploaded Bid documents

Page 211 of 302 1.Select the 2.Click here check box to Confirm

Page 212 of 302 Click for Encrypt and Upload to submit the bid documents

Page 213 of 302 Click Ok

Page 214 of 302 Tick mark indicates Click here to view cover documents have uploaded file details been submitted Successfully

Click here to upload the bid documents in second cover

Page 215 of 302 Click browse to upload BOQ

Page 216 of 302 1.Select the BOQ file

2.Click Open

Page 217 of 302 2.Select the check box 3.Click here to Confirm

1.Click here to verify the uploaded Bid documents

Page 218 of 302 Click for Encrypt and Upload to submit the bid documents

Page 219 of 302 Click Ok

Page 220 of 302 Click Freeze Bid Submission for acknowledgement

Page 221 of 302 Acknowledgement Page 1

Bid submission acknowledgement Click print to take print out of acknowledgement

1.Tender fee details

2.EMD fee details

Page 222 of 302 Acknowledgement Page 2

3.Bid documents uploaded details

4.Other important documents submitted details

5.Stagewise Bid status details

Click here to view bidder General Technical Details

Click here to view bidder Item Wise Technical Details

Page 223 of 302 Page 224 of 302 MATERIAL REQUISITION (TOP SHEET)

ITEM DESCRIPTION: Water Quality Analyser Systems GROUP ITEM CODE 15FD DESTINATION : As per Commercial document ITEM CATEGORY II DELIVERY PERIOD :

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

A133 000 YA MR 2611 A 27/10/2014 16 51 JOB NO UNIT/ MAIN DOC. SR.NO. REV DIVN. DEPT. COST CODE DATE ORIGINATOR

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

REV DATE BY CHK APPD D E T A I L S A 27/10/2014 AR AR AR Issued For Bids

This is a system generated approved document and does not require signature. The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They merely loaned borrower's express agreement that they will not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given the lender to borrower for indended use. EIL-1641-515 Rev.1 A4-210x297

Project : RESID UPGRADATION PROJE ENGINEERS INDIA LIMITED Sheet 1 Of 4 NEW DELHI Client : M/S CPCL Page 225 of 302 S.NO TAG NO . DESCRIPTION QUANTITY / ITEM CODE

1 Design ,engineering,manufacture,procurement of materials and bought out components, assembly at shop,inspection,testing at manufacturer's works, packing, delivery, documentation as per the enclosed specifications, instructions to vendors, job specification, data sheets etc GROUP: A OIL IN H2O TOC/TC ANALYSER 1.01 086-AE/AT-7122 OIL IN H2O TOC/TC ANALYSER 1 Nos

4 Supply of Mandatory Spares as per enclosed list/instructions to vendor for Group A 4A GROUP A : OIL IN H2O TOC/TC ANALYSER: 5 Supply of two years operation and Maintenance Spares,as per enclosed instructions to vendor 6 Unit Rates 6.001 Unit Rates of items for addition/deletion purpose,as per the enclosed 1 Lot instructions to vendor. 7 Training for Owner Personnel as per MR: 7A GROUP A : OIL IN H2O TOC/TC ANALYSER: 8 Supervision of erection,testing and commissioning of items specified at item 1.00 above as per enclosed instructions to vendor 9 Five Years Post Warranty Annual Maintenance Contract as per MR.

Vendors shall quote prices against these items in their price schedule Vendor to note that the numbers given in square '[]' and curly '{}' brackets are not for their use and meant for store purpose only.Items shall be tagged as per equipment Tag No. only. The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They merely loaned borrower's express agreement that they will not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given the lender to borrower for indended use. EIL-1641-515 Rev.1 A4-210x297

Project : RESID UPGRADATION PROJE REQUISITION No. REV ENGINEERS INDIA LIMITED A133-000-YA-MR-2611 A NEW DELHI Client : M/S CPCL Page 226 of 302 Sheet 2 Of 4 LIST OF ATTACHMENTS S. No. DOCUMENT TITLE DOCUMENT NO. REV DATE SHEETS

1 Vendor Data Requirement A133-000-YA-VD-2611 0 27/10/2014 2

2 Special Instruction to Vendor A133-000-YA-SI-2611 0 27/10/2014 7

3 Technical Questionarrie A133-000-YA-TM-2611 A 27/10/2014 1

4 Spec. for documentation requirements 6-78-0003 0 04/06/2009 12 from supplier 5 Spec. for quality management sys.req. 6-78-0001 0 04/06/2009 9 from bidders 6 Logistic Support Certificate A133-000-YA-LSF-2611 A 27/10/2014 5

7 Deviation List A133-000-YA-MD-2611 A 27/10/2014 1

8 Proven Track record Format A133-000-YA-PTR-2611 A 27/10/2014 3

9 Responsibilty Chart A133-000-YA-RC-2611 A 27/10/2014 2

10 Datasheet Index A133-000-YA-ID-2611 A 27/10/2014 3

11 Schematic A133-000-YA-SK-2611 A 27/10/2014 1

12 Scope Of Work A133-000-YA-SOW-2611 A 27/10/2014 3

13 Indicative Inspection and Test Plan- APPENDIX-A A 31/01/2014 1 Analysers 14 Standard Specification for Process Stream 44NC-4600-0000/J.SS/0111/A4 0 12/03/2010 23 Analysers.Chromatographs & Gas Detect 15 Technical Compliance Dormat A133-000-16-51-CF-2611 A 27/10/2014 1

In case of any subsequent revision of MR or PR,only revised sheets of the attachments listed above shall be issued alongwith the revision. GENERAL NOTES:

The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They merely loaned borrower's express agreement that they will not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given the lender to borrower for indended use. EIL-1641-515 Rev.1 A4-210x297

Project : RESID UPGRADATION PROJE REQUISITION No. REV ENGINEERS INDIA LIMITED A133-000-YA-MR-2611 A NEW DELHI Client : M/S CPCL Page 227 of 302 Sheet 3 Of 4 Engineers India Limited Vendor Drawing/ Document Submission Schedule Client/ Project:M/S CPCL/ RESID Vendor's Name : Contact Person (Name/ Tel/ Fax/ email) : Status Date: UPGRADATION PROJECT

Page 228 of302 Item Description:Water Quality PR No.: Review Status Code: Analyser Systems Date of LOI: 1. No Comments 2. Proceed with manufacture/ fabrication as per commented document. PO No.: Revised document required. 3. Document does not conform to basic requirements as marked. Date of PO: Resubmit for Review. R: Retained for Reference V: Void EIL Originating Department :Instrumentation Contact Person(EIL):

Anticipated (Ant) Date of submission by vendor Schedule Vendor Drg/ Doc No. Actual (Act) Date of submission by vendor Drg/ Doc. Nomenclature Category Date of 1st Form S.No. as per EIL Vendor Data Review(R)/ Submission Date of Return (Rew) by EIL Electronic Remarks Requirement Records(I) (Rev. 0) (E)/ Print (P) Title Review Status (Code) Rev. 0 Rev. 1 Rev. 2 Rev. 3 Ant Act Rew Code Ant Act Rew Code Ant Act Rew Code Ant Act Rew Code Ant Act Rew Code Form No. EIL-1641-1923 Rev.1 SPECIAL INSTRUCTION TO VENDORS

Part A:

BIDDING INSTRUCTIONS: A1. Bidder must follow the following guidelines while submitting their offer. Offers not complying with these guidelines shall be rejected summarily without any intimation to the bidder. a) The Material Requisition (MR) specifications (i.e.) data sheets, standard specifications and other attachments to this MR shall be fully complied with. No deviations of any type are acceptable in general. In case, where it is necessary, bidders shall furnish their deviations to MR requirements, in a separate section (Deviation List) of their bid. Deviations listed elsewhere in the bid shall not be taken into cognizance. b) In case of any contradiction between these bidding instructions and any other documents attached with MR, this bidding instructions shall govern. c) Bidder shall note the following with respect to ordering of Water Quality Analyzer System covered in the MR. The Water Quality Analyzer in this MR is considered in Groups as Group-A as listed below: GROUP-A: Oil in H2O TOC/TC (086-AE/AT-7122) Qty : 1 No Bidder shall submit the Lump-sum price for each group , covering all the items, accessories , consumables , inspection and testing requirements as specified in this MR strictly adherence to the price schedule format of Request For Quotation (RFQ) . No information / description, technical or non-technical, other than what is required as per price format shall be filled or submitted. d) Bidder to note that the evaluation shall be carried out on bottom line basis (lump sum basis) for the analyzer in a group. e) Ordering shall be carried out GroupWise i.e. analyzer and its accessories, inspection & testing for the group shall be ordered together on one Bidder. Bidder must quote for all items in a group so as to be considered for that group

A2. The Bidder is responsible for the selection of proper analyzer and design of the sample conditioning system to analyze the component of interest within the stated performance requirements and to meet the specifications in totality. If at any stage, till the completion of the order, the offered analyzers & accessories are found unsuitable for the specified operating and design conditions, the Bidder shall replace the same with a suitable model no. meeting the specifications without any schedule/cost implication. Bidder shall provide all hardware and software, as necessary, to meet the functional requirements specified in MR.

A3. The Bidder shall submit the required drawings/ documents as per the Vendor Data Requirements (VDR) enclosed with the MR.

A4. The Bidder shall submit the 'Technical Questionnaire' in this M.R. duly filled in along with the offer. Answers to the contents of this Technical Questionnaire shall be unambiguous i.e. 'yes', 'no' or the required data/information. An offer without the filled-in Technical Questionnaire or with vague, non-committal replies or referenced reply to some catalogue etc., without specific page and paragraph no. shall be considered incomplete and is liable for rejection.

A5. MUST COMPLY REQUIREMENTS a) Bidder must indicate their contact person; email ID, fax number, telephone number and postal address in the attached format. b) Offer must be complete in all respects complying fully with the MR requirements without exception. No price change, whatsoever, shall be allowed to the bidder after submission of bid even if it results from any technical clarification. c) Any price change subsequent to the submission of the offer because of any technical query or any other reason attributable to the bidder may lead to rejection of the offer. d) Technical queries if necessary shall be forwarded either in email or by fax. Bidder shall be allowed to forward their replies either by email or by fax, addressed directly to Purchase department (addressed to the Purchase department from where the enquiry is issued) indicating the enquiry number in each of such correspondence. Bidder shall also forward a hardcopy of the email duly signed and addressed to both the above. e) Any query raised on the email or fax must be replied within the specified period. Replies received beyond the specified period may lead to ignoring any subsequent correspondence from the bidder. f) Bidder to note that a pre-bid meeting shall be held in which bidder can seek any clarification/ confirmation if required. Bidder shall ensure that this meeting is attended by both technical and commercial personnel of the Bidder who should have thoroughly scrutinized the MR before hand so that all issues are finally resolved in this meeting. g) Offered models shall be accompanied by detailed technical catalogues in English.

A6. (i) Bidder shall complete the following documents duly signed, stamped and furnish the same along with offer.

0 27/10/2014 AR AR AR REQ. NO. : A133-000-YA-MR-2611 ORDER NO. : Page 1 Of 7 REV DATE BY CHKD APPVD VENDOR : The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They merely loaned borrower's express agreement that they will not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given the lender to borrower for indended use. EIL-1651-726 Rev.0 A4- 210x297 PLANT : RESID UPGRADATION PROJE SPECIFICATION REV ENGINEERS INDIA LIMITED UNIT : 000 A133-000-YA-SI-2611 0 NEW DELHI CLIENT M/S CPCL Page 229 of 302 SPECIAL INSTRUCTION TO VENDORS

1. COMPLIANCE STATEMENT 2. TECHNICAL DEVIATION LIST (if any) 4. TECHNICAL QUESTIONNAIRE 5. UN PRICED BID (WITHOUT PRICES) as per the RFQ FORMAT THE ABOVE DOCUMENTS ARE THE BASIS OF TECHNICAL EVALUATION. OFFERS SHALL BE EVALUATED BASED ON THE ABOVE-MENTIONED DOCUMENTS . THERFORE BIDDER SHALL TAKE PROPER NOTE OF THIS IMPORTANT REQUIREMENT AND COMPLY. ii) After placement of order, Bidder shall furnish filled in instrument data sheets, complete model no. and model decoding details of analyzers and accessories along with its catalogs for inclusion in the PR within 2 weeks of issue of LOI. iii) Bidder to note that Delivery will be reckoned from the date of issue of LOI and any delay in submission of filled in data sheet and resulting delay in delivery shall be in Bidders account. iv) Bidder shall furnish the duly completed , signed and stamped the Logistic support format, Proven Track Record Format and Responsibility format attached with MR.

PART - B: SPECIFIC JOB REQUIREMENTS:

B1.The Water Quality Analyzer System (Group-A: Oil in H2O/TOC/TC analyzer) in this MR are for the DCU Unit (Unit # 086) of Resid Upgradation project of M/s CPCL.

B2. Analyzers along-with sample conditioning system offered shall be field proven and should have been operating satisfactorily for a period of minimum 4000 hours on the bid due date, in the process conditions similar to those as specified in Purchaser's data sheets. Analyzer with proto-type design and not meeting proveness criteria specified above shall not be supplied or offered.

B3. The MR specifies the major requirement of analyzer. Any additional hardware or software required to meet the specified performance requirement and proper & smooth working of the analyzer shall be included by bidder in their scope. Any other item required or found necessary to meet specified performance requirements shall be supplied by the bidder.

B4. This Special Instructions to Vendor (SIV) together with respective analyzer data sheets, notes, Standard specification for process stream analyzer, gas chromatograph and gas detection system (Doc. No: 44NC-4600-0000/J.22/0111/A4) and all other documents attached with the MR defines the minimum requirements of Water Quality Analyzer System for reliable and effective analysis of content of HC in condensate in process streams given in the MR. In case of conflict, this SIV and data sheets shall override in general; however, it shall be obligatory on the bidder's part to bring to the notice of the purchaser all such conflicts, wherein the purchaser's decision shall be final.

B5.Hazardous Area Certification: Analyzer system and field mounted electrical/electronic instruments shall be certified for weather proof to IP 65 and Flame Proof ( EEx"d") or intrinsically safe ( as specified in respective analyzer data sheet) . The hazardous area classification for housing the analyzer in field shall be IEC Zone-2 Gr. IIA/IIB, T3. Analyzer sensor, sample handling system and transmitter and its accessories shall be suitable for the above hazardous area classification. Bidder must furnish hazardous area certification approval from statutory authorities' .The requirement of statutory approvals for usage of equipment/instruments/ systems in electrically hazardous areas shall be as follows: a) The bidder shall be responsible for obtaining all statutory approvals, as applicable for all instruments. b) Equipment/instrument/systems located in electrically hazardous areas shall be certified for use by statutory authorities for their use in the area of their installation. In general, the following certification shall be provided by the bidder: - For all intrinsically safe/ flameproof equipment/ instrument/systems, which are manufactured abroad (outside India) and certified by any approving authority like ATEX, FM, UL, PTB,LCIE etc., certification by the Indian authorities - Petroleum Explosives Safety Organization (PESO) / Chief Controller of Explosives (CCE), Nagpur), India is also required. - For all flameproof equipment manufactured locally (within India), the testing shall be carried out by any of the approved testing houses - Central Institute of and Fuel Research (CIMFR) / ERTL etc. The item shall in addition bear the valid certification from PESO / CCE and also the manufacturer shall hold a valid Bureau of Indian Standards (BIS) license. - For all intrinsically safe equipment manufactured locally (within India), the certification shall be carried out by any of the approved testing houses - Central Institute of Mining and Fuel Research(CIMFR) / ERTL etc. In addition, these items shall have the valid certification/approval from PESO/ CCE.

B6. Sample Handling System:

Vendor shall design and provide suitable sample handling system in accordance with standard specification for process stream analyzer, gas chromatograph and gas detection system (Doc. No: 44NC-4600-0000/J.22/0111/A4) and Oil in H20

0 27/10/2014 AR AR AR REQ. NO. : A133-000-YA-MR-2611 ORDER NO. : Page 2 Of 7 REV DATE BY CHKD APPVD VENDOR : The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They merely loaned borrower's express agreement that they will not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given the lender to borrower for indended use. EIL-1651-726 Rev.0 A4- 210x297 PLANT : RESID UPGRADATION PROJE SPECIFICATION REV ENGINEERS INDIA LIMITED UNIT : 000 A133-000-YA-SI-2611 0 NEW DELHI CLIENT M/S CPCL Page 230 of 302 SPECIAL INSTRUCTION TO VENDORS

TOC/TC analyzer schematic (A133-000-YA-SK-2611) attached with MR. The complete analyzer and sample handling system shall be supplied in fully assembled, wired and tubed condition complete in all aspects in SS free standing rack/cabinet. Any additional requirement to complete the installation/ to meet the specifications shall be by considered/provided by vendor.

(i) The sample handling system shall consist of primary sample conditioning system with pressure reducing station near sample take off point, secondary sample conditioning near the analyzer, and sample return as applicable. (ii) The primary sample conditioning system required to be installed near the take-off can be supplied as a loose item by bidder. These shall be installed by the purchaser at site. The sample handling system shall consist of necessary components including sample probes, sample filters, pressure reducers, safety relief valves, flow regulators, flow meters, pressure gauges, isolation valves etc. required to prepare the true representative sample for proper analysis. The bidder shall be responsible to design and size the entire sample handling system in accordance with MR specifications. The sample system shall contain the necessary metering, condition, gauging and filtering devices to supply the analyzer with a continuously measurable sample. Flow indicators shall be provided as required to maintain sample, sample bypass, sample vent and utility flow rate. (iii) The sampling system shall be designed to ensure no deterioration or condensation of sample takes place in sample line. (iv) For the sample transport line, bidder shall be responsible to size the fast loop and sample lines ensuring: a) No deterioration of sample shall take place in the sample line. b) No condensation shall occur in the sample line. c) The transportation time shall be complied as specified in respective datasheets/standard specifications. Bidder must provide transportation time calculations for analyzer along with offer.

B7. Bidder to furnish flow schematic / hookup diagram with all legends of Flow Scheme along the offer for the offered analyzer indicating the complete analyzer system from the sample take-off point to the sample return including sample handling system, free-standing rack, sample transportation / return line etc. Complete details of sample conditioning systems shall be furnished in the offer by bidder to ensure complete understanding of the application by bidder. The schematic submitted along with the offer shall be retained for information and shall in no way absolve the bidder of his responsibility for analyzer function and performance.

B8. Bidder shall be completely responsible for the selection of proper material & design to ensure proper functioning of the analyzer based on sample process conditions described in data sheets and specifications. However, bidder must ensure that requirements and material of construction as specified in this MR are complied as a minimum. Material of construction of all components wetted by sample shall be SS316 as a minimum.

B9. Bidder shall furnish bill of material for analyzers during detail engineering. Bidder shall be fully responsible for providing all necessary items / accessories to meet the functional and operational requirements as specified in this MR. Any additional hardware or software found necessary at a later date to meet MR requirements, shall be supplied by bidder without any time and price implications.

B10. General Requirements (Cables, Junction Boxes, Cable Glands, Tubes, Tube Fittings etc.,) (i) Bidder shall supply all the interconnecting cables, cable glands, tubes/ tube fittings etc. between the tap-off and the sample handling system, between sample handling system and analyzer, between analyzer and sample return lines to achieve proper functioning of analyzers. (ii) All interconnecting cables shall be PVC insulated Flame Retardant Low Smoke (FRLS) type and shall be armoured. (iii) All cable glands shall be double compression type with SS-304 material and flame proof and weather proof with PVC shrouds. Cable entries and cable gland sizes shall be in 1/2" NPT (for signal) and 3/4"NPT (for power). The cable OD of purchaser cables (signal and power supply) will be furnished during detail engineering. All spare entries in junction box shall be provided with suitable metallic plugs. (iv) Tube fittings shall be double compression type and shall be of minimum SS 316 or better. (v) All the cables shall be properly terminated in junction / terminal boxes. Flying leads are not acceptable. (vi) Junction boxes(if required) shall be flame proof and IP-65 with material of construction as die cast aluminum alloy (LM-6) body and shall have terminals suitable for accepting minimum 2.5sq mm copper conductor for signal, alarm and control cables. 20% spare terminals shall be supplied in each junction box. The tag number for junction boxes shall be issued during detail engineering. The incoming power supply junction box terminals shall be suitable for connection of incoming power supply cables, for which the size of cable will be furnished during detail engineering.

B11.Bidder shall supply start up and commissioning spares and consumables including the requirements during warranty period for the operation of analyzer as per bidder's recommendation for each of the offered analyzer. The price for the same shall be included in Lumpsum price quoted against respective groups. Any additional consumables required for the specified

0 27/10/2014 AR AR AR REQ. NO. : A133-000-YA-MR-2611 ORDER NO. : Page 3 Of 7 REV DATE BY CHKD APPVD VENDOR : The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They merely loaned borrower's express agreement that they will not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given the lender to borrower for indended use. EIL-1651-726 Rev.0 A4- 210x297 PLANT : RESID UPGRADATION PROJE SPECIFICATION REV ENGINEERS INDIA LIMITED UNIT : 000 A133-000-YA-SI-2611 0 NEW DELHI CLIENT M/S CPCL Page 231 of 302 SPECIAL INSTRUCTION TO VENDORS

period shall be supplied by bidder without any implications.

B12. Bidder shall furnish unit price of tubing as per following in his offer for future addition and deletion purpose by purchaser: 1) Tube

B13. Utilities Requirements:

Bidder shall clearly specify the Utilities consumption in their offer. The following utilities at the indicated process conditions shall be supplied at one point in field near the analyzer cabinet by purchaser. Further distribution of utilities including all the materials shall be in the scope of bidder. Any other utilities/reagents requirements shall be supplied by bidder.

a) POWER SUPPLY: i) 110 V AC UPS : For power supply to analyzer ii) 230 VAC NON UPS : For cabinet lighting , heat tracing Further distribution or derivation of different voltage level for power supply within bidder supplied analyzer cabinets/systems shall be in bidders scope of supply. b) INSTRUMENT AIR: (For Panel Purging ) Pressure : Minimum/ Normal /Maxm/ Mech. Design: 5.0/6.0/6.5/10.5 Kg/cm2G Temperature : Minimum/ Normal /Maxm/ Mech. Design: Amb/Amb/Amb/ 65 Deg C. Dew Point : - 40 Deg C. c) COOLING WATER : Pressure : Minimum/ Normal /Maxm/ Mech. Design: --/4.5/--/8.3 Kg/cm2G Temperature : Minimum/ Normal /Maxm/ Mech. Design: --/33/--/ 65 Deg C. No other utilities except the above will be made available by purchaser. Nitrogen, reagents and other calibration gas requirements shall be provided by bidder for the analyzer.

B14. Bidder shall supply any special instrument or tools needed for testing, calibration and maintenance of offered analyzers such as spanner set (for tubes smaller than 6mm or 1/4") non-magnetic tools, bubble rota-meter etc. (as applicable and required) List of same shall be furnished by bidder in his offer and price shall be included in Lump-sum price in the respective group of analyzer.

B15. Calibration/Carrier Gas Requirements: A) Calibration/carrier, reagents cylinders with auxiliaries like pressure regulators (two stage), safety valves, pressure gauges, adaptor etc., fully assembled with tubing, fittings for considering 2 years normal operation shall be supplied by bidder for the analyzer. Calculation shall be furnished for the same during offer stage and bidder to decide the number of cylinders and supply accordingly. Two sets of calibration gas cylinders shall be supplied by bidder. One set shall be installed with analyzer, another set to be kept in store as shelf spare. B) Calibration cylinders shall be located outside the analyzer cabinet. A suitable cylinder rack , canopy for rain protection , complete with manifolds assembly shall be furnished by the bidder. Cylinders shall be secured to the rack by chain or clamp.

B16 Mandatory spares: Bidder shall quote for the following mandatory spares against each group in the format indicated in the item summary/price schedule format.

Group-A: Oil in H20/TOC/TC analyzer a) 10% or minimum 1 number instruments like pressure gauges which ever is higher b) 10% of disc of pressure safety valves c) 20% of float or minimum one number of variable area flow meters

B17 Two Years Operation and Maintenance spares: Bidder shall furnish a separate quote for 2 years of operation & maintenance spare parts for each group separately as recommended by Bidder. Bidder shall provide list in tabular form indicating the common spares size, materials, model no. wise applicable for offered tags for each combination. The list shall include spare parts like electronic module, O-ring, set of fuses, electrode/ sensor etc. The prices of two years operational and maintenance spares shall be valid at-least for two years from the date of placement of order

0 27/10/2014 AR AR AR REQ. NO. : A133-000-YA-MR-2611 ORDER NO. : Page 4 Of 7 REV DATE BY CHKD APPVD VENDOR : The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They merely loaned borrower's express agreement that they will not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given the lender to borrower for indended use. EIL-1651-726 Rev.0 A4- 210x297 PLANT : RESID UPGRADATION PROJE SPECIFICATION REV ENGINEERS INDIA LIMITED UNIT : 000 A133-000-YA-SI-2611 0 NEW DELHI CLIENT M/S CPCL Page 232 of 302 SPECIAL INSTRUCTION TO VENDORS

B18 Inspection and Test requirements: All the items supplied / integrated by the Bidder at his works shall be subject to inspection at Bidder's/ Valve Manufacturer's works prior to dispatch of materials. As a minimum, the inspection and testing requirements as per standard specification for process stream analyzers chromatographs & gas detection (44NC-4600-0000/J.SS/0111/A4) and Inspection & Test Plan ( Appendix-A) attached along with the MR shall be adhered to. For inspection agency and charges, refer to commercial documents.

B19. Bidder shall quote in his offer, per-diem rates for the services of their specialist for supervision of installation, pre- commissioning and commissioning, Site Acceptance testing of analyzer system. Bidder shall consider the following man days for evaluation purposes. Group-A : Oil in H20/TOC/TC Analyzer: 04 ( Four) Man-days Bidder to note that in case bidder's visit is found necessary because of non-functional behavior of offered Analyzers not meeting agreed specifications during warranty period, same shall be considered as per warranty agreement

B20. TRAINING Bidder shall provide training to owner's personnel in the field of operation, engineering and maintenance for analyzer system. The number of persons required for training shall be as follows: Analyzer (each Make & Type)- Operation &Maintenance 7 persons for minimum 2 days at bidder manufacture's works.

B21. Bidder to ensure that submission of all drawings / documents mentioned in VDR shall be in soft copies through EIL eDMS portal only during detail engineering & no document shall be submitted through hard copies. However, as built document shall be submitted in hard copy along with soft copy.

B22: SPECIAL REQUIREMENTS FOR GROUP-A: OIL IN H20/TOC/TC ANALYZER:

A) In addition to requirements specified in standard specifications, data sheets, special instructions to vendor, the following shall be considered for Group-A: Oil in H20/TOC/TC analyzer (i) Analyzer and its related equipments directly connected to process line shall be capable of withstanding line pressure and temperature conditions specified in data sheets. (ii) Design of Analyzer and sample handling system shall be such that components or any sub-assembly that requires removal shall be possible without any need to dis-assemble any other component. Such components shall include items like filters, pressure regulators, flow indicator, electronic modules etc. The sample probe shall be on line removal and insertion of the probe removed through the line isolation valve when in fully open condition. (iii) Analyzer shall have an integral built in LCD display unit read out in engineering units and shall be configurable from front. (iv) Each analyzer shall have provision of serial links for connectivity to customer DCS in Main Control Room(MCR). The serial communications to DCS shall be single with MODBUS RTU protocol Vendor shall provide the address mapping details for interfacing with customer DCS. (v) The analyzer and its electrical components shall be flame proof protection ( EEx"d") type installed and fully assembled in SS free standing cabinet with canopy. Bidder can also supply analyzer housed in free standing cabinet with purging ( Type - X purge as per NFPA-496) comply with specified hazardous area classification. In case, the offered analyzer is not suitable for the site conditions specified in SIV, cabinet shall be provided with a vortex cooler or air conditioning unit ( EEx"d") suitable for the hazardous area classification. The vortex cooler (if required) shall be provided with compressed air system and air dryer of suitable size and capacity. The requirement of vortex cooler or air conditioning unit shall be clearly indicated by vendor in his offer. No instrument air shall be provided by purchaser for vortex cooler. Vendor shall use 240V AC power supply provided by Purchaser at one point near the cabinet for Air conditioning (if required)

B23. APPROVED VENDOR FOR ACCESSORIES:

a)Vendor shall supply tubing from the following approved vendors: 1 Heavy Metals & Tubes Ltd (Mehsana)-India 2 -India 3 Ratnamani Metal & Tubes Ltd.-India 4 Rajendra Mech Industries Ltd. -India 5 Sandvik Asia- India

b)Vendor shall supply Tube fittings from the approved vendors: 1 Astec- India

0 27/10/2014 AR AR AR REQ. NO. : A133-000-YA-MR-2611 ORDER NO. : Page 5 Of 7 REV DATE BY CHKD APPVD VENDOR : The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They merely loaned borrower's express agreement that they will not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given the lender to borrower for indended use. EIL-1651-726 Rev.0 A4- 210x297 PLANT : RESID UPGRADATION PROJE SPECIFICATION REV ENGINEERS INDIA LIMITED UNIT : 000 A133-000-YA-SI-2611 0 NEW DELHI CLIENT M/S CPCL Page 233 of 302 SPECIAL INSTRUCTION TO VENDORS

2 Excel-Hydro-India 3 Fluid Control Engg- India 4 Hilok-India 5 Precision Ind.-India 6 Excelsior Engg Works-India 7 Precision Engg Industries- India 8 Parker Hannifin-UK / India 9 Swagelok Co. (C/o Bangalore Fluid system)-USA / India 10 Ham-Let (Israel-Canada) Ltd.- Israel / Canada

c) Bidder shall supply Solenoid valves from the following approved vendor. 1. Asco (I) Ltd.-ndia 2. Herion werke-Germany 3. Thomson valves ltd.

d) Bidder shall supply junction box from the following approved vendor. 1 Baliga Lighting Equipments (P) Ltd.-India 2 Flameproof Equipments Pvt. Ltd.-India 3 Flexpro Electricals Pvt. Ltd.- India 4 FCG Power Industries Pvt. Ltd.-India

e) Bidder shall supply cables glands from the following approved vendor 1 Comet Brass Products 2 Ex-protecta 3 Baliga Lighting Equipments Pvt. Ltd.

f) Bidder shall supply rotameters from the following approved vendor 1 Instrumentation Engineers Pvt. Ltd.-India 2 Krohne Marshall Pvt. Ltd.-India 3 Brooks India-India 4 Eureka Industrial Equipment (P) Ltd.-India 5 Placka Instruments India Pvt. Ltd. India 6 Transducers & Controls Pvt. Ltd. India 7 Emerson Process Management Asia Pacific PTE Ltd-India/International 8 Heinrichs Messtechnik GMBH-Germany 9 Krohne Messtechnik GMBH & Co. KG-Germany 10 Rota Yokogawa GMBH & Co. KG (c/o M/s Yokogowa India) 11 Brooks Instruments -UK 12 Tokyo Keiso Co. Ltd.

g) Bidder shall supply pressure relief valve from the following approved vendor. 1. Anderson Greenwood CrossbyInternational 2. BHEL India - Trichy 3. Curtiss Wright Flow Control Corporation International 4. Dresser IN International 5. Fukui Seisakusho Co. Ltd.International 6. Instrumentation Ltd.India - Palghat 7. Leser GMBH & Co. International 8. Mekaster Valves & Engineering Services Pvt. Ltd. India 9. Nakakita Seisakushao Co. Ltd.International 10. Nuovo Pignone (GE Oil Co)International 11. Parco SPA International 12. Safety Systems UK 13. Tai Milano SPA International 14. Tyco Sanmar Ltd. India 15. Weir Valves & Controls France

B24. POST WARRANTY MAINTENANCE CONTRACT (PWMC) Bidder shall quote for five years Comprehensive Post Warranty Maintenance Contract for the following listed items (with

0 27/10/2014 AR AR AR REQ. NO. : A133-000-YA-MR-2611 ORDER NO. : Page 6 Of 7 REV DATE BY CHKD APPVD VENDOR : The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They merely loaned borrower's express agreement that they will not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given the lender to borrower for indended use. EIL-1651-726 Rev.0 A4- 210x297 PLANT : RESID UPGRADATION PROJE SPECIFICATION REV ENGINEERS INDIA LIMITED UNIT : 000 A133-000-YA-SI-2611 0 NEW DELHI CLIENT M/S CPCL Page 234 of 302 SPECIAL INSTRUCTION TO VENDORS

spares) from the manufacturers/suppliers for 5 (Five) years for Group-A( Oil in H20/TOC/TC analyzer) . The offer for PWMC shall be valid for five years from date of expiry of the defect liability (i.e. warranty) period and year wise quote shall be provided. The warranty period shall be 12 months from date of Site Acceptance test or 36 months from the date of supply whichever is earlier. Bidder shall provide total maintenance of the system including all hardware and any related accessories, peripherals etc. for: I. Analyzers The PWMC order may be placed separately , after expiry of warranty period. The following are the minimum terms and conditions for the PWMC: i. The PWMC includes complete servicing, regular & preventive maintenance and breakdown maintenance whenever required for above listed items. This also includes the supply spare parts (including consumables & reagent etc.) required for repair or replacement of the all items supplied including all bought out items. ii. Visits (a) Regular Visits: Bidder shall visit the site once in fifteen days for routine maintenance hardware / software checks, inspections, full system checkouts, preventive maintenance adjustments and carry out corrective actions for the complete system. The software check shall include minor modifications to improve existing application performance, backup operations and software updates (latest releases). For items i) to iii), the service engineer regular visit requirement shall be once in four months. If any problem reported is not solved during the visit, engineer shall visit again and the visit shall not be counted as a regular visit. (b) Preventive Maintenance Visits: Bidder shall visit once in a year for Preventive Maintenance Visits of the complete system subject to availability of shutdown. Bidder shall carryout as a minimum complete overhaul of the system, inspection of hardware and software, fault prediction, inspection of power supply quality, environmental and operating condition checks, calibration checks, major repairs / replacement and detailed reporting. (c) Emergency Visits: Bidder shall report to site within 24 hours after receipt of a written intimation / telephone call / E-mail or fax from CPCL for restoring the system with necessary spares. (d) Shutdown Visit: During annual shutdown / turnaround of the plant supplier bidder shall visit and carryout all the system shutdown maintenance and system check required. iii. Bidder shall explicitly define in PWMC offer, the various checks to be carried out for the above listed items during various visit listed herein. Also a standard document consisting of standard procedures and formats for carrying out various activities of Annual Maintenance Contact shall be furnished. These list of checks are subject to CPCL approval. iv. Software maintenance / support: Bidder to maintain existing operating and application software to improve upon performance of the system. Software patches to arrest bugs and anti-virus updates shall be covered under this scope. v. Bidder shall maintain a Service Logbook at the site indicating the activities carried out during preventive & breakdown maintenance and also submit service / calibration reports based on the maintenance / repairs carried out; modules / parts repaired / replaced along with fault analysis. vi. Bidder shall include detailed proposal related to Maintenance Services with necessary tools and tackles. Travel, boarding and loading shall be included in these packages itself. vii. Bidder shall maintain at his premises or of the other agencies charged with maintenance a stock of necessary spares required. In event of breakdowns, repairing or replacement should be possible within 24 Hrs maxm without any lead time for procurement of spares.

B25. SITE CONDITIONS: The Valves and accessories covered in the MR shall be suitable for unprotected installation in Hot, Humid and Corrosive environment having following ambient condition. The site environmental conditions at CPCL, Chennai are as follows: Ambient temperature (Max//min.): 45 deg C /18 deg C. Relative Humidity: 80% (max) @45 deg C Rainfall data: : 100 mm in 1 hour & 450mm 24 hours period

0 27/10/2014 AR AR AR REQ. NO. : A133-000-YA-MR-2611 ORDER NO. : Page 7 Of 7 REV DATE BY CHKD APPVD VENDOR : The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They merely loaned borrower's express agreement that they will not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given the lender to borrower for indended use. EIL-1651-726 Rev.0 A4- 210x297 PLANT : RESID UPGRADATION PROJE SPECIFICATION REV ENGINEERS INDIA LIMITED UNIT : 000 A133-000-YA-SI-2611 0 NEW DELHI CLIENT M/S CPCL Page 235 of 302 VENDOR DATA REQUIRMENT

With Final Description AFTER PURCHASE ORDER Proposal Documentation (Prints) / As Built Prints Date Needed 1. Vendor Drawing & Document Schedule X(a) X 2. G.A Drawings & Datasheets in Auto cad/Excel(not scanned) X X(i) X 3. Wiring diagrams X(i) X 4. Parts list X(i) X 5. Recommended spare parts list(for two years operation ) X 6. Installation, Operation and maintenance manual X(i) X 7. Nomograph and sizing calculations 8. Test certificates X 9. Certificate from statutory body X(i) X 10. Assembly details X(i) 11. Catalogues in english X 12. Testing and Inspection procedures X 13. Compliance Statement & Deviation List(if any) X 14. Logistic support certificate X 15. Responsibility Chart X 16. Proven Track Record Format X 17. Analyser System Block/Flow diagram with components X X(a) X 18. Analyser Rack G.A Drawing X X(a) X 19. Utility Consumption Details X X(i) 20. Calibaration Procedures X(i) X 21. List of Mandatory Spares X X(a) X 22. List pf consumables & commissioning spares X X(i) X 23. Special test equipments/tools required for maintenance X X(i) X 24. Serial Interface mapping details X(i) X 25. Final documentation in editable CD's/DVD's in English X 26. Transportation Time Calculations X X(a) X 27. Bill Of Material X X(i) X 28. Filled in datasheets X X(i)

0 27/10/2014 AR AR AR REQ. NO. : A133-000-YA-MR-2611 ORDER NO. : Page 1 Of 2 REV DATE BY CHKDAPPVD VENDOR : The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They merely loaned borrower's express agreement that they will not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given the lender to borrower for indended use. EIL-1651-726 Rev.0 A4- 210x297 PLANT : RESID UPGRADATION PROJE SPECIFICATION REV ENGINEERS INDIA LIMITED UNIT : 000 A133-000-YA-VD-2611 0 NEW DELHI CLIENT M/S CPCL Page 236 of 302 VENDOR DATA REQUIRMENT

NOTES :

1. Fold all drawings to 216mm X 279mm and roll transparencies.

2. Vendor to provide all printed matter to ENGINEERS INDIA LIMITED (EIL). ATTENTION -

Vendor Drawing Control 10th Floor EI House, 1, Bhikaji Cama Place, New Delhi-11006 LEGEND:

Categories preceeded with * will be approved for fabrication by Engineers India Limited. The remaining drawings are needed for information only.

A/C = As compiled A/R = As required W/S = With shipment W = Weeks

IMPORTANT

While submittimg drawings and documents for review as indicated in vendor data requirement, vendor must ensure the following :

1. A blank space measuring 75 mm W x 38 mm H shall be provided on all vendor drawings (on the front side) for marking review codes etc. by ENGINEERS INDIA LIMITED.

2. The review of the drawings shall be done as applicable, under the following review codes : a) Review Code 1 : No Comments. b) Review Code 2 : Proceed with manufacture / fabrication as per commented drawing. Revised drawing required. c) Review Code 3 : Document does not conform to the basic requirements as marked. Resubmit for review.

3. Review of the vendor drawings by EIL would be only to check compatibility with basic design and concepts and would in no way absolve the manufacturer / fabricator of his responsibility to meet the applicable codes, specifications and statutory rules and regulations.

4. For drawings / documents indicated as FOR INFORMATION in the vendor data requirement, vendor must clearly mark FOR INFORMATION ONLY on the submitted drawings / documents.

I. Any drawing/document not indicated in the list above but required during erection, commissioning or for reconfiguration of the system shall also be supplied by the Vendor on demand.

II. X indicates required. Suffix Codes mean the following: - (i) For Information - (a) For Approval

III. The soft copy of documentation shall be in editable form (CAD. Excel, Database etc ).

IV. Note-1 & 2 above is not applicable as document shall be submitted as soft copies through eDMS.

0 27/10/2014 AR AR AR REQ. NO. : A133-000-YA-MR-2611 ORDER NO. : Page 2 Of 2 REV DATE BY CHKDAPPVD VENDOR : The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They merely loaned borrower's express agreement that they will not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given the lender to borrower for indended use. EIL-1651-726 Rev.0 A4- 210x297 PLANT : RESID UPGRADATION PROJE SPECIFICATION REV ENGINEERS INDIA LIMITED UNIT : 000 A133-000-YA-VD-2611 0 NEW DELHI CLIENT M/S CPCL Page 237 of 302 TECHNICAL QUESTIONNAIRE

This questionnaire shall be duly filled in and submitted along with unpriced sets of offers to avoid further queries and to ensure proper evaluation of your offer in time. If this is not complied with, your offer is liable to be rejected. ------ANSWER 'YES' 'NO' OR 'NOT APPLICABLE'

DESCRIPTION BIDDER'S RESPONSE ------

1. Have you any deviations to the following: i) General Specifications (clausewise) ii) Special requirements (clausewise) iii) Instrument specifications indicated in the data sheets. iv) The scope of supply as indicated in the material requisition. If `yes' have you included the list of deviations? (If no deviations are furnished, it will be assumed that all the specifications and requirements of the subject requisition are complied with and no deviations whatever will be accepted after the placement of order.) ------2. Have you quoted for the spare parts including consumable items required for the startup and 2 years normal operation/maintenance of the Instruments? ------3. Have you quoted for the mounting accessories, special calibration kits and equipments (complete with technical details) required if any, for the erection, commissioning and maintenance of the instruments? ------4. A) Have you enclosed the relevant technical catalogue/Literature in ENGLISH language including model decoding details, drawings etc. necessary for the evaluation of your offer? (NOTE: In case of line mounted instruments, viz. control valves, positive displacement meters, Pressure relief valves etc., for all the lines quoted, relevant dimensional details required for the installation must be furnished along with the offer.) B) Have you confirmed that the documents required as per vendor data Requirements will be supplied after the placement of order. C) If so, have you indicated the extra price applicable, if any? ------5. Have you furnished sizing, noise level calculations and certified capacity curves for the instruments, wherever applicable? ------6. Have you furnished, separately the `Shop inspection charges, if any, for inspection at your works by EIL/Third party? (The details of the tests to be carried out on the instruments during shop inspection are to be furnished) ------7. Have you furnished the certificates from statutory bodies vis. BASEEFA, FM, CSA etc. for the Explosion proof construction / intrinsically safe design of the instruments, wherever specified? ------8. Have you furnished the certificates from statutory authority i.e., CCOE certificate for all electrical equipments for intrinsically safe/ explosion proof design wherever specified? ------9. Have you confirmed that IBR certification in Form III(C) or equivalent certification from statutory bodies viz. Lloyds, Bureau veritas, TUV etc. will be furnished wherever specified? ------10. Have you indicated separately the installation and commissioning charges, in case the same are included in your scope of work? ------11. Have you furnished the estimated power / utility consumptions and special cable requirements, if any, for the instruments quoted? ------12. Have you furnished the customer reference list in India/Abroad.

------NOTE : If the answer is 'NO' , then furnish reasons thereof. [ ] Deviation [ ] No Deviation Vendor Seal And Signature

A 27/10/2014 AR AR AR REQ. NO. : A133-000-YA-MR-2611 ORDER NO. : Page 1 Of 1 REV DATE BY CHKD APPVD VENDOR : The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They merely loaned borrower's express agreement that they will not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given the lender to borrower for indended use. EIL-1651-TEQ

PLANT : RESID UPGRADATION PROJE SPECIFICATION REV ENGINEERS INDIA LIMITED UNIT : 000 A133-000-YA-TM-2611 A NEW DELHI CLIENT M/S CPCL Page 238 of 302

A133-000-YA-CF-2611 COMPLIANCE STATEMENT

Page 1 of 2

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

I, ON BEHALF OF M/s CONFIRM THAT THE PROPOSAL OF ------

------QUOTED BY M/s FOR RESID-

UPGRADATION PROJECT OF M/s CPCL, AGAINST MATERIAL REQUISITION No.

A133-000-YA-MR-2611, Rev A WATER QUALITY ANALYSER SYSTEMS IS IN TOTAL

COMPLIANCE TO THE SCOPE AS WELL AS ALL THE TECHNICAL SPECIFICATION

AND NO DEVIATION, VARIATION OR RESERVATION WHATSOEVER HAS BEEN

MENTIONED IN THE TECHNICAL OFFER. IT IS FURTHER AGREED THAT THE

TECHNICAL DETAILS FURNISHED IN OUR OFFER WILL BE REVIEWED BY

EIL/CPCL DURING DETAILED ENGINEERING STAGE AFTER ORDER AND ANY

CHANGE REQUIRED TO MEET THE REQUIREMENTS OF ENQUIRY SPECIFICATION

INCLUDING AMENDMENT(S) (IF ANY) WILL BE INCORPORATED BY US WITHOUT

ANY PRICE AND TIME IMPLICATION.

(BIDDER’S SIGNATURE AND STAMP)

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved Page 239 of 302

COMPLIANCE STATEMENT A133-000-YA-CF-2611 Page 2 of 2

Sr. COMPLIANCE STATEMENT/QUERY BIDDER’S CONFIRMATION/ No. ANSWER Please note that it is mandatory to furnish replies to the technical queries listed below, without which your offer will be considered incomplete. This Technical Questionnaire with categorical 1. confirmation against each of the clauses, deviation (if any), against the applicable specifications and codes shall be duly consolidated at one place (as per the attached deviations list format) by the bidder. In case no deviations are furnished, it will be presumed that all requirements are fully met and complied with, by the bidder. Any deviations/ deletions/ corrections made by the bidder elsewhere will not be taken cognizance of and all such deviations shall deem to have been withdrawn by the bidder.

2. Confirmed that compliance to “Special Instruction to vendor”, various technical specifications, drawing and document with Technical Questionnaire” have been submitted with the offer.

3. Confirmed that mandatory spares of each group have been quoted as per SIV

4. Confirmed that Two Years Operational Spares have been quoted as per SIV

5. Confirmed that Unit Rates for addition/deletion have been quoted as per SIV

BIDDER’S SIGNATURE & STAMP

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved Page 240 of 302 Deviation List Document No. For A133-000-YA-MD-2611

Water quality Analyser Systems Page 1 of 1

Sl. Document No. Clause No. Deviation Technical Reason for Deviation No.

Bidder Seal & Signature

TemplatePage No. 5241-0000 of -3020001-T3 Rev. 1 Copyrights EIL – All rights reserved

DATASHEET INDEX

S.NO DESCRIPTION DATASHEET NO REV DATE

1. Oil In H2O TOC/TC A133-086-YA-DS-6003 B 27.10.14

rely rely loaned on the borrower’s express

way permitted by a written consent given by the lender to the borrower for the

210 x210297.

-

507. A4 507.

- 1641 - [ ] Deviation [ ] No Deviation Bidder’s Signature Sheet 1 of 1

Requisition 0 A043-00-YA-MR-2611 No. Legend: * By A 27.10.14 PR NZ AR Order No.

Vendor

agreement that they will not be reproduced, copied, exhibited or used, intendeduse.EIL except in the limited This document, drawing, and the design/ details given in this format are the property of ENGINEERS INDIA LIMITED. They are me Rev Date By Chkd Appd Vendor SPECIFICATION REV ENGINEERS INDIA PLANT : DCU

LIMITED UNIT : 000 NEW DELHI A133-000-YA-ID-2611 A CLIENT : M/s CPCL

Page 242 of 302 1 Tag Number 086-AT -7122 GENERAL 2 Area Classification IEC Zone-2 Gr IIA/IIB,T3 3 Line Number Service 6"-CL-86-7102-A1A-IH 4 Process Fluid State 086-G-36A/B Cond. HC Analyser 5 Pressure Minimum Normal Maximum 8.8 kg/cm2(a) 13 Kg/cm2(g) 6 Temperature Minimum Normal Maximum 150 degC 210 degC 7 Flow Rate PROCESS DATA 8 Viscosity 0.18 cP 9 Density Mol. Wt. 18 10 Heat Capacity Comp. Factor 11 Vapor Pressure Critical Pressure 12 Fluid Composition Refer Note-9 13 Principle Refer Note-1 14 No of Streams Single stream 15 Location In Field with Canopy 16 Measurement Range 0-10 ppm 17 Accuracy Repeatablilty ±2% full scale ±2% full range 18 Response Time Electronic Type Refer Note-2 Microprocessor Based ANALYSER 19 Mounting Memory Type Non Volatile/ RAM with battery bkup 20 Self Diagnostics Facility Required(Refer Note-3) 21 Configuration Changes By an inbuilt keyboard 22 Output Note-4 23 Display Unit LCD/LED alpha numeric 24 Power Supply 110 V AC, 50 Hz UPS. 25 Power Consumption * 26 Alarm Set point * 27 Sample Probe Required 28 Material of Construction SS316 29 Location Field 30 Probe Connection Rating 1.5 “, 150# Facing & Finish RF 125 AARH 31 Sample Tubing Required SAMPLE Type Size SS316 12 mm, 0.675" Thick 32 Primary Sampling Required HANDLING 33 Pressure Reduction Type Material * SS316(Note-7) 34 Temperature Control Mounting * * SYSTEM 35 Secondary Sampling * 36 Fast Loop Requirement Required 37 Sample Transportation Time * 38 39 40 Statutory Certificates CCOE/PESO CERTIFICATION 41 Others Required 42 Model No. PURCHASE 43 Manufacturer 44 Purchase Order Number

Notes:

INSTRUMENT SPECIFICATION Water Quality Analyser (TOC) DCU UPGRADATION, CPCL B PR 10/27/2014 Issued With MR Job No. A133 A PS 1/31/2014 Issued With MR Unit No.:086-Delayed Coker Unit Sheet 1 of 2 No. By Date Revision Code: 76 Dwg. No.: A133-086-YA-DS-6003 Rev.: B

Page 243 of 302 Tag Number : 086-AT -7122

(*) By Vendor)

1.S.No 13 Principle: UV Persulphate oxidation with acid sparging for TIC removal / Combustion Catalytic oxidation/CO2 detection. 2..S.No18 Response Time(T90): Less than 10 minutes (including sample transportation time) 3.S.No 20 Self Diagnostic facility:In addition common potential free contact shall be provided for purchaser’s use. 4.S.No 22 Output: 4-20mA DC isolated linear output, contact output and RS-485 serial interface communication with DCS. 5.Specific Gravity is 0.915. 6.Bidder shall refer to schematic diagram A133-000-YA-SK-2611 attached with MR.Design and supply of sample handling system and all the componenets shall be in vendor's scope.The end connections for process,cooling water supply andreturn,analyser sample return shall be as per attached schematic. 7.Material of construction of sample probe,tubings,tube fittings and other components of sample handling system shall be SS316. 8.Analyser & its accessories shall be Flameproof(EEx"d") protection suitable for Hazardous arae classification.Also aalyser and its accessories housed in purged cabinet(Type-X Purging as per NFPA 496) complying tospecified hazardoous area classification is also acceptable 9. Fluid Compsition:

CONSTITUENTS SPECIFICATIONS pH 6.7~7.3 Conductivity micromho/cm <0.2 TDS(excluding NH3),ppm <0.1 Oil contents,ppm NIL Total Hardness as CaCo3,ppb NIL Silica(Total),ppm as SIO2 <0.02 Collidal Silica SIO2,ppm <0.005 Copper ppm as Cu <0.005 Total Chlorides as Cl,ppm NIL Turbidity,NTU NIL

INSTRUMENT SPECIFICATION

Water Quality Analyser B PR 10/27/2014 Issued With MR A PS 1/31/2014 Issued With MR Sheet 2 of 2 No. By Date Revision Code: 76 Dwg. No.: A133-086-YA-DS-6003 Rev.: B

Page 244 of 302 Page 245 of 302

he intended intended he

rely rely loaned on the borrower’s express

SCOPE OF WORK

copied, exhibited or used, except in the limited wayor consentborrower givenpermitted used, the a limitedlenderby the t the by to written in except for exhibited copied,

210 x210297. -

REQ.

507. A4 507. A 27.10.14 PR NZ AR A133-000-YA-MR-2611 - NO. : LEGEND :

1641 - * - By Vendor REV DATE BY CHKD APPD VENDOR : ^ - data

Revised

This document, drawing, and the design/ details given reproduced, agreementwill thatnot be they in this format are the property of use.EIL ENGINEERS INDIA LIMITED. They are me

ENGINEERS INDIA Document NO. REV PLANT : DCU LIMITED A133-000-YA-SOW-2611 NEW DELHI CLIENT : CPCL Page 1 of 3 A

Page 246 of 302

he intended intended he SCOPE SRL. DESCRIPTION NO. VENDOR PURCHASER

1. Design, engineering, manufacturing, integration, integrated factory accepted testing and supply of complete Water Quality Analyser as per MR including:

(a) Analyser including necessary hardware X - rely rely loaned on the borrower’s express /software (i) OIL IN H2O TOC/TC ( 086-AE/AT-7122) (b) Sample handling system for Analyser X -

(c) Analyser cabinet/rack complete with X - associated accessories including internal tubing, wiring, etc. (d) Complete installation material for Analyser including

(i) Sample tubing between sample take off to X analyser cabinet and sample return including supply of tube/pipe fittings as necessary.

(ii) Cables, cable glands and accessories for X - interconnection of equipments supplied by vendor (iii) Signal cable and power cable (110 V AC- - X UPS) between analyser cabinet and main control room (iv) Junction boxes and power distribution X - boxes as necessary (v) Pipes/ tube and pipe/ tube fittings X - necessary for utility distribution for vendor supplied equipment (vi) All necessary supports for installation of X -

items supplied by vendor. copied, exhibited or used, except in the limited wayor consentborrower givenpermitted used, the a limitedlenderby the t the by to written in except for exhibited copied, (Vii) Any other items not specifically listed but X - necessary for the installation of complete analyser system.

(e) Calibration/ carrier/reagents gas cylinders as X - applicable along with dual manifold and

accessories 210 x210297.

- 2 Packing, forwarding and transportation to site X of complete system

3 Supervision of installation, Field testing, X - 507. A4 507. - calibration, loop checking and commissioning

1641 of complete system - 4 Site acceptance test of complete system X -

including generation of all reports

This document, drawing, and the design/ details given reproduced, agreementwill thatnot be they in this format are the property of use.EIL ENGINEERS INDIA LIMITED. They are me

ENGINEERS INDIA Document NO. REV PLANT : DCU LIMITED A133-000-YA-SOW-2611 NEW DELHI CLIENT : CPCL Page 2 of 3 A

Page 247 of 302

5 Supply of special tools and test equipments X - required for testing, maintenance and calibration of system

he intended intended he 6 Supply of commissioning spares and X - consumable spares as per MR requirements 7 Any other item or/ and activity not listed/ X - indicated specifically but necessary for successful operation of analyser system

Note: rely rely loaned on the borrower’s express 1.Detailed scope shall be as per MR.

copied, exhibited or used, except in the limited wayor consentborrower givenpermitted used, the a limitedlenderby the t the by to written in except for exhibited copied,

210 x210297.

-

507. A4 507.

-

1641

-

This document, drawing, and the design/ details given reproduced, agreementwill thatnot be they in this format are the property of use.EIL ENGINEERS INDIA LIMITED. They are me

ENGINEERS INDIA Document NO. REV PLANT : DCU LIMITED A133-000-YA-SOW-2611 NEW DELHI CLIENT : CPCL Page 3 of 3 A

Page 248 of 302

CPCL Chennai Certificate for PART – III Section B 8.2 44NC-4600 Logistic Support PAGE 1 OF 5 LSTK-1 Coker Block Annex. VII to 44NC-4600-0000-/J.02/0101/A4 Rev. 0

ANNEXURE : VII

CERTIFICATE FOR LOGISTIC SUPPORT

ALL RIGHTS RESERVED

Page 884249 of 1366302

CPCL Chennai Certificate for PART – III Section B 8.2 44NC-4600 Logistic Support PAGE 2 OF 5 LSTK-1 Coker Block Annex. VII to 44NC-4600-0000-/J.02/0101/A4 Rev. 0

CERTIFICATE FOR LOGISTIC SUPPORT

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

I, ON BEHALF OF M/s, ------CONFIRM THAT THE CONTROL SYSTEM QUOTED BY M/s ------FOR RESID UPGRADATION PROJECT - COKER BLOCK PROJECT OF CPCL, MANALI (INDIA) SHALL CONTINUED TO BE SUPPORTED BY US AND QUOTED SYSTEM SHALL NOT BE WITHDRAWN FROM "INDIAN" MARKET AS A MATTER OF CORPORATE POLICY.

I, FURTHER CONFIRM THAT IN CASE OF PLACEMENT OF ORDER ON US, M/S CPCL SHALL BE SUPPORTED IN PROVIDING BACK-UP ENGINEERING, MAINTENANCE SUPPORT, AND SPARE PART SUPPORT FOR A PERIOD OF NOT LESS THAN TEN (10 ) YEARS FROM THE DATE OF PLACEMENT OF ORDER.

(SIGNATURE WITH SEAL)

ALL RIGHTS RESERVED

Page 885250 of 1366302

CPCL Chennai Certificate for PART – III Section B 8.2 44NC-4600 Logistic Support PAGE 3 OF 5 LSTK-1 Coker Block Annex. VII to 44NC-4600-0000-/J.02/0101/A4 Rev. 0

CERTIFICATE FOR LOGISTIC SUPPORT

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

I, ON BEHALF OF M/s ------CONFIRM THAT THE CONTROL SYSTEM QUOTED BY US FOR RESID UPGRADATION PROJECT - COKER BLOCK PROJECT OF CPCL, MANALI (INDIA), SHALL CONTINUE TO BE SUPPORTED BY US AND OUR PRINCIPAL M/S ------

I, FURTHER CONFIRM THAT IN CASE OF PLACEMENT OF ORDER ON US WE SHALL CONTINUE TO SUPPORT M/S CPCL IN PROVIDING BACK-UP ENGINEERING, MAINTENANCE SUPPORT, AND SPARE PART SUPPORT TO CPCL FOR A PERIOD OF NOT LESS THAN TEN (10) YEARS FROM THE DATE OF PLACEMENT OF ORDER.

(SIGNATURE WITH SEAL)

ALL RIGHTS RESERVED

Page 886251 of 1366302

CPCL Chennai Certificate for PART – III Section B 8.2 44NC-4600 Logistic Support PAGE 4 OF 5 LSTK-1 Coker Block Annex. VII to 44NC-4600-0000-/J.02/0101/A4 Rev. 0

CERTIFICATE FOR LOGISTIC SUPPORT

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

Applicable for all major sub-systems bought-out by the vendor (See Note)

I, ON BEHALF OF M/s, ------CONFIRM THAT THE ------QUOTED BY THROUGH M/S------FOR RESID UPGRADATION PROJECT - COKER BLOCK PROJECT OF CPCL, MANALI (INDIA), SHALLCONTINUE TO BE SUPPORTED BY US AND OUR PRINCIPAL M/S ------

I, FURTHER CONFIRM THAT IN CASE OF PLACEMENT OF ORDER ON US, WE SHALL CONTINUE TO SUPPORT M/S CPCL IN PROVIDING BACK-UP ENGINEERING, MAINTENANCE SUPPORT, AND SPARE PART SUPPORT FOR A PERIOD OF NOT LESS THAN TEN (10) YEARS FROM THE DATE OF PLACEMENT OF ORDER.

(SIGNATURE WITH SEAL)

ALL RIGHTS RESERVED

Page 887252 of 1366302

CPCL Chennai Certificate for PART – III Section B 8.2 44NC-4600 Logistic Support PAGE 5 OF 5 LSTK-1 Coker Block Annex. VII to 44NC-4600-0000-/J.02/0101/A4 Rev. 0

PERFORMANCE GUARANTEE CERTIFICATE

(To be signed by Manufacturer's corporate level signatory on company's letter head)

I, ------on behalf of M/s. ------Certify that in the event of placement of order us,

a) The analyser complete with its performance certificate shall be supplied by us.

b) The sample handling system required for offered analyser for specified Application shall be supplied by us.

[OR]

Sample Handling System shall be designed by us and all critical components required for Sample Handling System shall be supplied by us.

c) M/s------. , shall stand guarantee for the performance. The analyser when installed along with the sample handling system at site.

d) Our involvement shall be ensured during system engineering, analyser testing and factory acceptance testing, site commissioning and site acceptance testing.

e) With the methodology proposed herein, we M/s------shall stand guarantee for the Complete analyser/analyser system as per the specified performance specifications.

SIGNATURE WITH SEAL

AUTHOURIZED, SENIOR MANAGEMENT LEVEL SIGNATORY

1. For b) tick, whichever clause is applicable considering experience of the bidder 2. For c), manufacturer to write their name.

ALL RIGHTS RESERVED

Page 888253 of 1366302 A133-000-YA-PTR-2611

PROVEN TRACK RECORD

NAME OF THE VENDOR:

AS OFFERED SYSTEM AS SYSTEM AS SYSTEM AS SYSTEM AS SL. NO. DESCRIPTION FOR THIS INSTALLED INSTALLED INSTALLED INSTALLED PROJECT @ SITE 1 @ SITE 2 @ SITE 3 @ SITE 4 1 NAME OF PLANT 2 NAME, ADDRESS, TELEX NO. & TELEPHONE NO. OF CONTACT PERSON IN THE PLANT. 3 NAME, ADDRESS, TELEX NO. OF CONSULTANT 4 MONTH & YEAR OF SYSTEM SUPPLY 5 MONTH & YEAR OF SYSTEM COMMISSIONING 6 ANY MAJOR BREAKDOWNS TILL DATE 7 IF YES, CAUSE OF BREAK-DOWN 8 SYSTEM DETAILS AND MODEL NOS. FOR :

8.1 a) Water Quality Analyser-Oil in H2O TOC/TC

8.2 SCOPE OF VENDOR’S RESPONSIBILITY:

a) Design & supply b) Interface with DCS c) Impulse lines of Sample Handling System d) Installation

ENGINEERS INDIA LIMITED REQUISITION NO :A133-000-YA-MR-2611 PROJECT: CPCL-DCU NEW DELHI Page 1 of 2

Page 254 of 302 A133-000-YA-PTR-2611

PROVEN TRACK RECORD

NAME OF THE VENDOR:

AS OFFERED SYSTEM AS SYSTEM AS SYSTEM AS SYSTEM AS SL. NO. DESCRIPTION FOR THIS INSTALLED INSTALLED INSTALLED INSTALLED PROJECT @ SITE 1 @ SITE 2 @ SITE 3 @ SITE 4 e) Commissioning f) Training g) Warranty maintenance 8.4 SALIENT FEATURES OF OFFERED SYSTEM OVER EARLIER INSTALLED

ENGINEERS INDIA LIMITED REQUISITION NO :A133-000-YA-MR-2611 PROJECT: CPCL-DCU NEW DELHI Page 2 of 2

Page 255 of 302

RESPONSIBILITY CHART

1.1 Vendor must indicate clearly the responsibilities of each of the agencies in the format attached for Responsibility Chart as described below:

(a) Vendor - The party/ agency who quoted for the complete package.

(b) Manufacturer - The agency who manufactures the system/ analyser/ any other loaned loaned on the borrower’s express item located at the manufacturer works. Affiliate, sales offices, joint ventures,

rely rely country office etc. shall not be considered as manufacturer.

(c) Others - agency other than vendor or manufacturer, which is being proposed by vendors for carrying out an activity.

nt given by the lender to the borrower giventhe intended lenderthe the by ntto for 1.2 The responsibility assigned in the format shall be from the agency or location, which meets proveness criteria.

DESCRIPTION RESPONSIBILITY LOCATION S. NO. VEND MANUFACT OTHERS OR URER

SOURCE OF SUPPLY

Water Quality Analyser (OIL IN H2O TOC/TC) 086-AT-7122

Sampling handling system

Analyser cabinet

Calibration Sample solution/cylinder

Air conditioning unit for Analyser cabinet (If applicable) 2 Design of Water Quality Analyser- OIL IN H2O TOC/TC, Water Quality Analyser- OIL IN

H2O TOC/TC cabinet including Air conditioning unit

3 Sample Handling System

210 x210297. -

4 System Engineering 507. A4 507. - 5 Analyser calibration including

1641 testing -

6 Integration and installation of

This document, drawing, and the design/ details way given or consepermitted used, a limitedby the reproduced, written in except agreement exhibited copied, will thatnot be they in this format are the property of use.EIL ENGINEERS INDIA LIMITED. They are me

ENGINEERS INDIA Document No. REV PLANT : DCU LIMITED A133-000-YA-RC-2611 A NEW DELHI CLIENT : CPCL Page 1 of 2

Page 256 of 302

Analyser within analyser cabinet

7 Factory acceptance testing

8 Supervision of Field calibration, testing & commissioning for the complete Water Quality

Analyser system loaned loaned on the borrower’s express

9 Site acceptance test for the rely rely complete Water Quality Analyser system

10 OVERALL SINGLE POINT

nt given by the lender to the borrower giventhe intended lenderthe the by ntto for RESPONSIBILITY

NOTES

1. Wherever the responsibility is other than the vendor, the sub vendor’s written backup guarantee in the area of design, engineering, supply, testing, commissioning and maintenance support shall be furnished.

2. Vendor shall also submit the sub-vendor's written commitment with respect to supply of spares

directly or through the bidder or directly to the purchaser/owner.

210 x210297.

-

507. A4 507.

-

1641

-

This document, drawing, and the design/ details way given or consepermitted used, a limitedby the reproduced, written in except agreement exhibited copied, will thatnot be they in this format are the property of use.EIL ENGINEERS INDIA LIMITED. They are me

ENGINEERS INDIA Document No. REV PLANT : DCU LIMITED A133-000-YA-RC-2611 A NEW DELHI CLIENT : CPCL Page 2 of 2

Page 257 of 302

Page 1 of 23

SPECIFICATION NO: 44NC-4600-0000/J.SS/0111/A4

TITLE: STANDARD SPECIFICATION FOR PROCESS STREAM ANALYSERS CHROMATOGRAPHS & GAS DETECTION SYSTEM

PROJECT REFERENCE:

- Project No: 44NC-4600

- Project Location: Manali, Chennai

- Project Title: RESID UPGRADATION PROJECT

- Client: Chennai Petroleum Corporation Limited

- Project Manager Authorization: B.B. DARAK Date:

- Client Authorization: Date:

APPROVALS Rev. Issue Pages Revision Description By Check Approve No. Date

0 12- Mar-10 23 Issued For Feed ADM MSD BSP  Entire Specification SPECIFICATION ISSUED FOR: Issued this Revision  In-house Review  Purchase  Revised Pages Only  Client Approval  Construction Issued this Revision  Enquiry  Engineering

Page 258 of 302

PROJECT NO.: 44 NC-4600 SPEC. NO. 44NC-4600-0000/J.SS/0111/A4

TITLE: STANDARD SPECIFICATION FOR PROCESS REV. NO / ISSUE DATE - 0 / 12-Mar-10 STREAM ANALYSERS CHROMATOGRAPHS & GAS Page 2 of 23 DETECTION SYSTEM

TABLE OF CONTENTS

1.0 PURPOSE

2.0 SCOPE

3.0 TECHNICAL REQUIREMENTS

3.1 DEFINITIONS 3.2 GENERAL SPECIFICATIONS for ANALYSERS AND CHROMATOGRAPHS 3.3 GENERAL SAMPLING SYSTEM 3.4 SPECIFIC ANALYSER GUIDELINES 3.5 CALIBRATION 3.6 ADDITIONAL REQUIREMENTS FOR CHROMATOGRAPHS 3.7 ANALYSER INSTALLATION 3.8 GAS DETECTORS 3.9 DOCUMENTATION 3.10 TESTING AND INSPECTION

4.0 RELATED DOCUMENTATION

5.0 ATTACHMENTS

1) GENERAL REQUIREMENTS FOR ANALYZER SHELTER

Page 259 of 302

PROJECT NO.: 44 NC-4600 SPEC. NO. 44NC-4600-0000/J.SS/0111/A4

TITLE: STANDARD SPECIFICATION FOR PROCESS REV. NO / ISSUE DATE - 0 / 12-Mar-10 STREAM ANALYSERS CHROMATOGRAPHS & GAS Page 3 of 23 DETECTION SYSTEM

1.0 PURPOSE

The purpose of this specification is to define the minimum requirements of design and manufacture of process stream analysers, gas chromatographs, their associated sample conditioning equipment and gas detection system.

2.0 SCOPE

The scope of work shall include design, manufacture, testing and supply of process stream analysers, gas chromatographs, their associated sample conditioning equipment and complete gas detection system including all detectors, monitors, control panel duly wired and any other hardware as necessary. The inspection requirements shall be as per the inspection plan.

3.0 TECHNICAL REQUIREMENTS

3.1 DEFINITIONS

3.1.1 Analyser - is defined as a specialised instrument for measuring or inferring physical or chemical properties, or chemical composition, of gases, liquids, or solids in process streams.

3.1.2 Sample conditioning equipment - is defined as a combination of modules installed upstream of an analyser used to prepare process samples for analysis. Examples of commonly used modules include filters, vaporisers, pressure regulators and separators.

3.1.3 Repeatability - is defined as the closeness with which an analyser repeats indications when measuring identical values of the variable under the same conditions.

3.1.4 Sensitivity - is defined as the smallest change in a variable capable of causing a measurable corresponding change in signal output.

3.1.5 Chromatograph: - A stand alone, unit architecture based microprocessor controlled instrument consisting of chromatograph proper, sample conditioning system and programmer which is capable of working and generating hardwired and serial outputs without the aid of any external device.

3.1.6 Programmer :- A microprocessor based device which is a part of chromatograph and controls the overall functioning of the system and also provides hardwired analogy and serial outputs.

3.2 GENERAL SPECIFICATIONS for ANALYSERS AND CHROMATOGRAPHS

3.2.1 In general analyser and sampling systems shall be designed and constructed in accordance with API-MPMS (Relevant portions). Analysers shall be suitable for outdoor installation and the specified environment. Vendor shall not offer any prototype instruments in his bid. All instruments offered should have been proven in refinery or petrochemical plants before bidding.

3.2.2 As a rule, no single analyser (detection system ) shall be used for measurement of more than one component except chromatographs which can be multi stream multi component type based on requirement. Process Stream sampling shall be continuous. As a minimum, all analysers shall provide one 4-20mA signal along with 2 potential free contacts to the control

Page 260 of 302

PROJECT NO.: 44 NC-4600 SPEC. NO. 44NC-4600-0000/J.SS/0111/A4

TITLE: STANDARD SPECIFICATION FOR PROCESS REV. NO / ISSUE DATE - 0 / 12-Mar-10 STREAM ANALYSERS CHROMATOGRAPHS & GAS Page 4 of 23 DETECTION SYSTEM

system. In addition to the above, Chromatographs and IR analysers shall be provided with an serial communication port, unless stated otherwise.

3.2.3 Analysers shall meet Zone 1 requirements unless the analyser is located in a non-hazardous area and the composition or amount of the sample inside the analyser is insufficient to produce an explosive or ignitable mixture in the event of component failure or leakage. Equipment associated with the analyser operation, located within an analyser shelter, shall meet at least Zone 2 requirements. Approved analysers and equipment which are required for hazardous areas shall be labelled, listed or certified by an internationally recognised testing organisation such as Underwriters Laboratory (U.S.A.), BASEEFA (U.K.) OR P.T.B. (Germany). Where such equipment is not available, its design shall conform to standards of a nationally recognised testing organisation. Purging of cabinets, analyser systems etc shall be avoided as far as possible. Where there is no other option but purging to meet area classification, purging shall be carried out as per NFPA-496 “ Purged Enclosures for Electrical equipment”

3.2.4 Analysers shall operate within specification at ±10% of the specified A.C power supply voltage and ± 2Hz of specified frequency. The analyzer power supply shall be provided from UPS.

3.2.5 Unless otherwise specified material of all components wetted by sample shall be ANSI 316 SS materials of construction for all wetted part components shall be chosen to prevent reaction of materials with the sample, absorption of components from the sample and entrance of contaminants through osmosis or diffusion.

3.2.6 Repeatability shall be ± 1% of span or better and Sensitivity shall be ± ½% of span.

3.2.7 Analyser enclosures and accessories shall be suitable for the specified electrical area classification. Unless otherwise specified, the enclosures shall be to the following standards :-

- Weather proof housing IP65 as per IEC-529 / IS-2147 - Flame proof housing Flameproof Ex (d) as per IEC-79 / IS-2148 (Flameproof equipment shall also be made weatherproof)

- Intrinsically safe version of analysers shall be as per following standards :- Intrinsically safe BS 5501 / CENELEC EN 50020. All such analysers shall also be weatherproof to IP 65 as per IEC-79 / IS-2147.

The intrinsically safe and explosion proof equipment shall be certified by statutory bodies Like BASEEFA, FM, PTB, CMRI, etc.

3.2.8 All interconnecting wiring shall be colour coded / numbered and terminal blocks clearly identified.

3.2.9 The design of analyser system shall be in compliance with the electromagnetic compatibility requirements as per IEC-801.

Page 261 of 302

PROJECT NO.: 44 NC-4600 SPEC. NO. 44NC-4600-0000/J.SS/0111/A4

TITLE: STANDARD SPECIFICATION FOR PROCESS REV. NO / ISSUE DATE - 0 / 12-Mar-10 STREAM ANALYSERS CHROMATOGRAPHS & GAS Page 5 of 23 DETECTION SYSTEM

3.3 GENERAL SAMPLING SYSTEM

3.3.1 As a rule, separate sampling systems shall be provided for detection each component unless stated otherwise. The sampling system shall be furnished with all the necessary equipment and accessories to condition and regulate the sample so as to supply the analyser with a continuously representative and measurable sample.

3.3.2 The sampling system shall be engineered, designed, fabricated and furnished completely assembled as an integral part of the analyser or as a separate package. The sampling system shall be designed on the basis of the utilities available as indicated in the job specifications.The analyser Vendor shall provide a completely fabricated sample conditioning system.

3.3.3 Each sampling system component shall be capable of being removed without disassembling the entire system.

3.3.4 If a separate sampling system is furnished, it shall be designed for easy integration with the analyser in the field.

3.3.5 Sampling system design shall be such that the sample drawn for analysis is truly representative of the process stream. Extra care shall be exercised in the selection of the various components forming the sampling system. Minimum material of construction for the sample system components shall be SS 316.

3.3.6 Sampling system shall be designed to move the sample from the process to the analyser proper in the shortest possible time. Transportation time for the sample from the process tapping point upto the sampling system shall not exceed 30% of the cycle time specified for the chromatograph. Sample tube material shall be selected based on process fluid requirements and tube size shall be recommended by vendor to suit process condition and avoid possible plugging. Any heat tracing requirement of sample tubing such as condensible process vapour shall be fulfilled using appropriate tracing with temperature control. No sample shall be vented to atmosphere unless specifically indicated otherwise. Sample disposal scheme shall be as per P&ID or agreed upon before implementation.

3.3.7 Sampling system shall consist of one or more of the following components as required by the service conditions: filters (coarse and fine) pressure regulators, relief valves, flow indicators, flow controllers, temperature indicators, scrubbers, heaters, coolers, dryers, sample pumps, aspirators, etc. any additional equipment required shall be included by bidder. Vendor shall provide the facility of Auto calibration using solenoid valves unless stated otherwise.

3.3.8 Filters shall be always dual and it shall be possible to remove and replace one of the filters without upsetting the operation of the analyser. Pressure reduction where required shall be provided with a safety valve downstream. Variable area flowmeters shall be provided for Fast Loops.

3.3.9 The sampling system, analyser, etc. shall be supplied pre-mounted on a self-standing panel in general. The panel shall have holes to anchor it to the ground with anchor bolts. The panel shall be weatherproof to IP 55, as a minimum. All components in contact with the sample shall be stainless steel unless otherwise specified

3.3.10 Process sample return point, if needed and utilities as required will be made available near

Page 262 of 302

PROJECT NO.: 44 NC-4600 SPEC. NO. 44NC-4600-0000/J.SS/0111/A4

TITLE: STANDARD SPECIFICATION FOR PROCESS REV. NO / ISSUE DATE - 0 / 12-Mar-10 STREAM ANALYSERS CHROMATOGRAPHS & GAS Page 6 of 23 DETECTION SYSTEM

the analyser at pressure and temperature conditions specified in the data sheet for each analyser as single point supply and return. In general, all the offered items are to comply with maximum pressure and temperature data specified. Multi-point distribution of utilities and process sample, as needed, is to be arranged by bidder following good engineering practices.

3.3.11 Consumables / accessories such as Calibration cylinders, Gas blending cylinders, Fuel gas cylinders etc. shall be supplied along with the analyser system keeping in mind the requirement for Start-up, commissioning and 2 year’s normal operation. Calibration gases shall be furnished with testing and validity certificates.Cylinders shall be stored external to the analyser shelter / cabinet with suitable mounting accessories for the same. Cylinders shall be supplied in 2 sets such that at any point of time, 1 set is in use and the other is for storage / refilling.

3.3.12 The sampling system shall contain at least one wire mesh strainer of US standard sieve mesh size 100 or finer. Where purchaser’s data sheets indicates greater possibilities of plugging, vendor shall provide more filters / separators as required. Where purchaser’s data sheets indicate possibilities of polymer formation of presence of excess polymers, vendor shall offer suitable design features to minimize plugging because of polymer residue.

3.3.13 Wherever the process stream pressure is low, vendor shall provide / advise the purchaser on use of aspirators or sample pumps. Vendor shall also indicate the utility requiremets (e.g. Water or air) for such device. Sampling system shall include provision for connection of calibration standard.

3.3.14 For multi stream chromatographs separate sample handling sub-assembly for each Stream shall be provided with stream selecting valves shall be located as close as possible to the analyser to minimize connecting tubing length and possibility of cross-contamination of samples. Stream selecting valves shall have bubble tight shut off and shall be fail closed so as to block the samples from analyser. Multi stream sample system shall consider the use of double block with atmospheric pressure configuration with scavenging to prevent cross- contamination when vendor’s experience for the particular application involved, demands this precaution.

3.3.15 When fast loop is specified, vendor shall be provide flowmeters for sample bypass flow. Sample return line to process shall be provided with isolation valves and check valves. In case of multi stream gas chromatographs, separate fast loop return lines shall be provided for each stream. Return pressure shall be higher than the pressure of the process destination point specified by purchaser.

3.3.16 Interconnecting Wiring And Terminals

3.3.16.1 Interconnecting wiring shall be either colour coded or numbered. All terminal blocks shall be clearly identified, and all individual terminals shall be clearly marked.

3.3.16.2 The Vendor shall specify requirements for separation or shielding of power and signal lines, or both.

3.4 SPECIFIC ANALYSER GUIDELINES

Type of analyser selected shall be as per P&ID and process data sheets attached in the Process Package. Certain minimum requirement of specific analyser types as indicated below :-

Page 263 of 302

PROJECT NO.: 44 NC-4600 SPEC. NO. 44NC-4600-0000/J.SS/0111/A4

TITLE: STANDARD SPECIFICATION FOR PROCESS REV. NO / ISSUE DATE - 0 / 12-Mar-10 STREAM ANALYSERS CHROMATOGRAPHS & GAS Page 7 of 23 DETECTION SYSTEM

3.4.1 Infra Red / Ultra Violet Analysers

3.4.1.1 The analyser system shall consist of the following : • Sampling system • Detector, amplifier and transmitting electronics • Integral indicator with 0-100 percent linear reading

3.4.1.2 Analysers shall be of the non-dispersive type.

3.4.1.3 Special filters shall be provided to minimise the interference of background components, which are of least interest in the process stream. Windows and cells used in the unit shall be suitable for the specified service.

3.4.1.4 The following performance characteristics shall be met, as a minimum, unless otherwise specified:

Accuracy : ± 2% of full scale Repeatability : ± 1% of full scale Noise : Less than 1% of full scale Span and zero drift : ± 1% full scale per 24 hours Speed of response : Less than 5 seconds for 90% of final reading

3.4.2 Density / Specific Gravity Analyser

3.4.2.1 The analyser system shall consist of the following :

• Sampling system • Detector, amplifier, transmitter electronics • Converter

However, bidder may offer direct probe type detector without a sampling system if the service conditions permit. In such a case, design shall ensure on-line removal of detector without any process upset.

3.4.2.2 The sensing portion shall not employ any mechanical moving parts.

3.4.2.3 The measurement of density of liquids shall not be affected by variation in pressure, flow rate or viscosity of the process fluid. The density / specific gravity sensor shall have built in temperature compensation.

3.4.2.4 The converter shall be a microprocessor based programmable unit and shall provide isolated analog current output as specified in the data sheet.

3.4.2.5 The following performance characteristics shall be met, as a minimum:

Accuracy : ± 0.1% of span Repeatability : ± 0.01% of span

3.4.3 Moisture Analyser

3.4.3.1 The analyser system shall consist of the following :

• Probe assembly or cell

Page 264 of 302

PROJECT NO.: 44 NC-4600 SPEC. NO. 44NC-4600-0000/J.SS/0111/A4

TITLE: STANDARD SPECIFICATION FOR PROCESS REV. NO / ISSUE DATE - 0 / 12-Mar-10 STREAM ANALYSERS CHROMATOGRAPHS & GAS Page 8 of 23 DETECTION SYSTEM

• Sampling system • Transmitter electronics • Analyser control unit

3.4.3.2 Probe Assembly

- The probe when mounted inline shall not be damaged by severe shock and vibration conditions.

- Each probe shall be supplied as calibrated and shall be provided with its own calibration curve.

3.4.3.3 Analyser control unit

3.4.3.3.1 The control unit shall be solid state programmable type. The electronics shall be self calibrating.

3.4.3.3.2 The control unit shall provide the following : • Isolated analog current output signal • A built in dual high and low set point alarm with SPDT contacts rated 5 amp at 110V AC. • Direct read-out of ambient temperature. • Automatic sequencer of sequential readings of same points in multistream analysis.

3.4.3.3.3 The following performance characteristics shall be met as a minimum.

• Accuracy : ± 1% of full scale • Repeatability : ± 0.5% of full scale • Sensitivity : 0.5 parts per million by volume.

3.4.4 Oxygen Analyser

3.4.4.1 Paramagnetic Type

3.4.4.1.1 The analyser shall consist of

• Sampling system • Sensor, analyser electronics and transmitter unit with local readout

3.4.4.1.2 The analysis shall not be affected by changes in background gas composition.

3.4.4.1.3 It shall be possible to change the range of measurement with the help of a selector switch to be provided on the analyser front panel.

3.4.4.1.4 The measurement shall not be affected by changes in sample pressure, flowrate, sample vent pressure and ambient temperature.

3.4.4.1.5 Analyser failure alarm shall be provided.

3.4.4.1.6 Paramagnetic analyser shall meet the following performance characteristics as a minimum

Accuracy : ± 1% of full scale Repeatability : ± 0.005% of oxygen

Page 265 of 302

PROJECT NO.: 44 NC-4600 SPEC. NO. 44NC-4600-0000/J.SS/0111/A4

TITLE: STANDARD SPECIFICATION FOR PROCESS REV. NO / ISSUE DATE - 0 / 12-Mar-10 STREAM ANALYSERS CHROMATOGRAPHS & GAS Page 9 of 23 DETECTION SYSTEM

Response time : 6 seconds for 90% response

3.4.4.2 Electrochemical Type

3.4.4.2.1 The analyser system shall consist of the following :

• Sampling system • Sensor, analyser electronics and transmitter unit with local readout

3.4.4.2.2 Zirconia cell sensor shall be complete with sample and bypass flowmeters and flow control valve and shall be resistant to thermal and mechanical shocks.

3.4.4.2.3 Aqueous type electrochemical cell shall be non-depleting type and shall be drift free. The cell shall be capable of recovering from exposure to high concentration of oxygen on its own.

3.4.4.2.4 It shall be possible to change the range of measurement with the help of a selector switch to be located on the analyser front panel.

3.4.4.2.5 The following performance characteristics shall be met as a minimum :

Accuracy : ± 2% of full scale Repeatability : ± 2% of full scale Response time : Less than 15 seconds for 90% response

3.4.5 Flue gas oxygen analyser (zirconia cells type)

3.4.5.1 The analyser shall consist of the following:

• Shield assembly and adapter plate • Probe assembly • Control unit • Reference gas control

3.4.5.2 Shield Assembly

• The shield assembly shall be attached to the stack or duct through the adapter plate and shall provide mechanical support and thermal insulation for the probe. • All the accessories like adapter plate, gaskets, bolts required for mounting probe and shield assemblies shall be supplied by bidder

3.4.5.3 Probe Assembly

• The probe assembly shall contain the measuring cell, heater, thermocouple, ceramic filter and provisions for reference and calibration gas connections. • The measuring cell shall be zirconia type specific for oxygen. • The cell shall be calibrated over a range of 0.1 to 20.9% oxygen. A calibration curve shall be furnished with each cell. • The probe assembly shall be flanged to the shield assembly. • Probe assembly shall be suitable for operating over sample temperature upto 750ºC.

For higher temperature the probe may be located outside the furnace and eductor is to be provided for drawing sample out of furnace.

Page 266 of 302

PROJECT NO.: 44 NC-4600 SPEC. NO. 44NC-4600-0000/J.SS/0111/A4

TITLE: STANDARD SPECIFICATION FOR PROCESS REV. NO / ISSUE DATE - 0 / 12-Mar-10 STREAM ANALYSERS CHROMATOGRAPHS & GAS Page 10 of 23 DETECTION SYSTEM

3.4.5.4 Control Unit

• The control unit shall contain all required controls, indications including temperature control for normal system operation and shall also provide output signal. • A solid state temperature controller shall maintain cell temperature. Temperature sensor shall be ISA type K thermocouple. • Temp controller shall shutoff heater power incase of thermocouple burn out.

3.4.5.5 Reference Gas Control

• Reference gas shall be flow and pressure controlled. • Flow shall be controlled by rotameter with needle valve. • Pressure shall be controlled by self-actuated pressure control valve provided with pressure gauge.

3.4.5.6 It shall be possible to change the range of measurement by a selector switch located on the front panel of the control unit.

3.4.5.7 Following performance characteristics shall be met, as a minimum :

Accuracy ± 2% of full scale Repeatability ± 0.2% of full scale Response time approx. 15 seconds for 63% response

3.4.6 FLUE GAS ANALYSERS

3.4.6.1 Flue gas monitoring system typically used for measuring emissions of heaters, stacks etc. Typical components measured shall be SOx, NOx, CO / CO 2, O 2 and Opacity. Dilution type for SOx and NOx and extraction type for CO / CO 2 with principle to meet the required specification and performance unless otherwise specified. Flue gas analysers for emission monitoring shall meet all EPA, USA requirements.

3.4.6.2 Probes shall be provided with necessary filter and material suitable for process and temperature condition. Dilution shall take place near the probe where dilution is specified. Sample tubes shall be SS for dilution systems and electrically traced and armoured Teflon tubes may be used for extraction systems. The sample conditioning system shall provide a fast loop condensate knock off system

3.4.6.3 In general, NDIR principle for CO / CO 2, UV for SOx and Chemiluminescence for NOx detection shall be used . How ver, any proven superior detection system is also acceptable.

3.5 CALIBRATION

3.5.1 Analyser Vendor shall provide a two-year supply of certified calibration sample, and all equipment necessary for its field installation, including valves, pipe fittings, etc. Calibration sample injection shall be by manually operated valves at the analyser location.

3.5.2 Gas or liquid samples that deteriorate with time are not acceptable for field calibration. Examples of samples having a composition that deteriorates with time if stored in a cylinder include: - hydrogen or gas mixtures, - hydrogen sulphide in gas mixtures, - moisture in gas mixtures, and

Page 267 of 302

PROJECT NO.: 44 NC-4600 SPEC. NO. 44NC-4600-0000/J.SS/0111/A4

TITLE: STANDARD SPECIFICATION FOR PROCESS REV. NO / ISSUE DATE - 0 / 12-Mar-10 STREAM ANALYSERS CHROMATOGRAPHS & GAS Page 11 of 23 DETECTION SYSTEM

- samples with components present in amounts less than 20ppm.

3.5.3 If calibration samples cannot be provided due to restrictions on para.3.5.2, the Vendor shall propose an alternative field calibration procedure.

3.5.4 During calibration, the deviations of actual calibration from the calibration curve supplied by vendor shall be within + 10% of the specified value. If deviations within +/- 10% are not achieved at site, then necessary modification to the analyser system shall be done by vendor without any cost implication to Owner

3.5.5 For each gas Chromatograph, a dual cylinder carrier gas system shall be dedicated one to each chromatograph providing automatic switchover to standby cylinder when the first cylinder is exhausted. Number of cylinders supplied by vendor shall be adequate for 2 years continuous operation. In case of dual range of measurement, separate calibration standard for each range shall be provided. Calibration standard supplied by vendor shall be adequate to last six months. Also, Fuel gas cylinders for FID/FPD detector for three months continuous operation Each of the calibration gas and fuel gas cylinders shall be provided with two stage pressure regulator. For carrier gas manifolds, pressure regulator shall be provided on the manifold for each cylinder.

3.5.6 All analysers shall be calibrated using a test sample showing 50% of scale reading for the component of interest. Deviation of actual calibration from the calibration curve supplied by vendor shall be within + 1% of span.

3.5.7 Repeatability shall be demonstrated for a period of at least 8 hours continuously using a standard sample, unless otherwise specified. For infra-red/ultra-violet analysers, the preparation of components in the test sample shall be changed to confirm the absence of \ interference from components other than components of interest.

3.6 ADDITIONAL REQUIREMENTS FOR CHROMATOGRAPHS

3.6.1 Chromatograph shall be microprocessor based and constructed in accordance with basic principles of API-RP 550. The Gas Chromatograph system shall in general, consist of the following :- - Sample conditioning system including sample probe - Chromatograph analyzer - Programmer / Controller - Gas Cylinders for calibration standards, carrier gas and fuel gas. - Communication Interface

3.6.2 Process Stream sampling shall be continuous. Following performance characteristics shall be met as a minimum - Sensitivity shall be + 0.5% of span. - Reproducibility shall be + 1 % of span. - Accuracy shall be + 2 % of span. The analyser performance shall be within the specifications when the supply voltage changes by + 10 % of the specified value and supply frequency change by + 3 Hz of specified value. Battery back-up shall be provided for the volatile memory.

3.6.3 Recorders shall be supplied with charts and ink for six months continuous operation. Components of any sub-assembly that requires removal maintenance shall be removable without having to disassemble any other components. Such components include items like

Page 268 of 302

PROJECT NO.: 44 NC-4600 SPEC. NO. 44NC-4600-0000/J.SS/0111/A4

TITLE: STANDARD SPECIFICATION FOR PROCESS REV. NO / ISSUE DATE - 0 / 12-Mar-10 STREAM ANALYSERS CHROMATOGRAPHS & GAS Page 12 of 23 DETECTION SYSTEM

stream selector valve, sample inject valves, filters, pressure regulators, plug-in circuit cards and detector cells.

3.6.4 Sampling valves shall be of special design to minimize peak tailing and baseline separation problems.

3.6.5 The chromatograph chamber shall be maintained at a constant temperature level. When the detector is of the thermal conductivity type, the temperature shall be maintained within + 1 0 C. Where multiple temperature controlled zones are involved in a single chromatograph, each zone shall be well insulated so that the temperature of one zone does not affect that of another. All the temperature controlled zones shall be operated at a temperature well above the maximum ambient temperature. Provision shall be made for manual temperature control.

3.6.6 The carrier gas system shall be complete with the supply of carrier gas bottles and instrumentation for flow control. The carrier gas system shall use minimum of threaded connections and fittings. These shall not be lubricated. Whenever hydrogen gas is used as carrier gas, the associated fittings and enclosures shall be made flameproof to IEC Zone 1 Group IIC requirements.

3.6.7 With each chromatograph, vendor shall provide a pressure switch to shut off power supply to the detector during loss of carrier gas flow, so as to prevent any damage to the detector.

3.6.8 All electrical components of the chromatograph shall be suitable for the electrical area classification specified and shall be certified by statutory body. Base line drift during one analysis cycle, without auto-zero, shall be less than 1% of auto-zero adjust span.

3.6.9 Column life shall be expected minimum of six months during normal operation. One spare set of columns shall be provided with each chromatograph. For calibration blends, stability will be 1 year from date of commissioning.

3.6.10 Vendor shall supply the following items with each chromatograph: - carrier gas specification, and - a device for measuring all flows during an analysis cycle. This may be a portable burette with soap solution, a calibrated draft gauge or permanently mounted rotameters.

3.6.11 As a minimum, the following alarms shall be provided unless stated otherwise :- - Low Sample Flow - Low Instrument air pressure alarm - Low carrier gas pressure alarm - Low detector Flame fuel pressure alarm - Low detector flame air pressure alarm

3.6.12 The programmer shall be dedicated to each chromatograph and shall be an integral part of each chromatograph in this field. Programmer shall do the following as a minimum :- properly control the analysis cycle, provide chromatogram outputs to strip chart recorder, provide hardwired analog outputs for each components to analysis, provide digital output to communication interface device, automatic zero adjustment and calibration of the chromatograph system. Maintenance diagnostics to be included in the software to allow rapid trouble-shooting in the event of system malfunction. Audio-visual alarms shall be provided for detector temperature deviation and zero off-set.

3.6.13 On power failure or on communication failure between chromatograph and programmer, the chromatograph shall revert to safe condition (back flush).

Page 269 of 302

PROJECT NO.: 44 NC-4600 SPEC. NO. 44NC-4600-0000/J.SS/0111/A4

TITLE: STANDARD SPECIFICATION FOR PROCESS REV. NO / ISSUE DATE - 0 / 12-Mar-10 STREAM ANALYSERS CHROMATOGRAPHS & GAS Page 13 of 23 DETECTION SYSTEM

3.6.14 The communication interface is the device which serves as the final interface between the chromatograph and purchaser’s DCS or host computer. Unless otherwise specified, the communication interface shall have the following capabilities:

- Communicate the values for all measured process variables in the DCS in a form (scaled variable or engineering units) consistent with the DCS data highway. Each process variable will be designated by a unique point identification or address. For multistream analysers, the same component will have a unique point identification or address for each stream.

- Individual component output of the chromotograph shall be transmitted to DCS in the form of 4-20mA signal

- Communicate an “Analysis results ready” discrete signal to the DCS for each chromatograph. Each ready signal shall have a unique point identification or address and multistream analyser shall have one for each sample point.

- Communicate the sample point being used currently to the DCS for multistream analysers.

- Communicate individual chromatograph diagnostic alarm to the DCS for display and use in DCS control strategies. This alarm must include a maintenance diagnostic i.e. technician working on a chromatograph, if not provided separately.

- Communicate selection of measurement range, stream and calibration sample selection from DCS to chromatograph for chromatographs with these features.

- Communicate a system alarm for the common chromatograph communication.

- Communicate a system alarm for the DCS interface hardware and software. The logic and control of multistream chromatograph is in the scope of the chromatograph vendor. The interface shall enable the console operator to select, which sample points are addressed by the chromatograph. The DCS operation shall be able to select any combination such as remaining on one sample point or cycling through a selected subset of the possible points.

3.7 ANALYSER INSTALLATION

3.7.1 In general, all analysers shall be located in analyser house / shelter unless indicated otherwise. Where no analyser shelter exists, the analyser shall be installed in a free standing cabinet, which shall be maintained at a specific temperature by either using coolers or air conditioning suitable to that area classification.

3.7.2 Analyser shelters shall be prefabricated shelters with minimum area of 20m². Design and construction of the shelter shall be self supporting completely assembles unit suitable for installation on a concrete pad or as stand alone unit and shall be able to house all the analysers, accessories etc. Calibration cylinders and sample conditioning systems etc shall be placed outside the shelter unless stated otherwise.

3.7.3 The shelter shall be located as close to the analyser sample points as possible to reduce Sample tubing lengths. The structure of the shelter shall be constructed using suitable size ISMC / ISMB members welded properly and adequately sized to ensure structural rigidity and to prevent deformation during loading / unloading of the shelter. The floor shall be

Page 270 of 302

PROJECT NO.: 44 NC-4600 SPEC. NO. 44NC-4600-0000/J.SS/0111/A4

TITLE: STANDARD SPECIFICATION FOR PROCESS REV. NO / ISSUE DATE - 0 / 12-Mar-10 STREAM ANALYSERS CHROMATOGRAPHS & GAS Page 14 of 23 DETECTION SYSTEM

constructed from anti slip sheet plates strong enough to withstand load of all equipment and at least three maintenance personnel.

3.7.4 External and internal side walls shall be adequately strong and galvanised sheet of thickness 18 gauge with 45mm x 60mm x 45mm x 3mm thick MS U profile. The shelter roof shall be adequately strong and sealed to prevent entry of rain and jet water.

3.7.5 The shelter shall be provided with a main door and an emergency door opposite to the main door. Both doors shall open outwards, with safety glass window and automatic door closer. Extension roof provided along the two longer sides shall hang by at least 1000mm outside the shelter.

3.7.6 Tag numbers of all analysers in that shelter along with the process variable measured shall be fixed near main door. Tag number of each analyser shall be fixed near the respective item. Inlet / Outlet pipes and tubes shall be clearly marked and shall have a common entrance and exit to / from the shelter through gland plates. There shall be not criss crossing of any tubing / piping. All tubing / piping shall be routed such that they drop to connect to the consumers. Provision shall be made for keeping all fast loop devices outside the shelter.

3.7.7 Shelter inside temperature shall be 24°C ±2% and humidity less than 50%. All electrical equipment’s / components including fittings, air conditioning units, etc shall be suitable for the area and temperature classification specified. All instrument cabling shall be terminated in junction boxes located outside the shelter such that only multicore cables are taken to control system.. All cables to / from the shelter shall be through MultiCable Transit (MCT)Blocks to ensure gas tightness of the shelter.

3.7.8 Adequate number of fire and gas detectors shall be provided in the shelter to provide a advance warning of sample leakage or fire.

3.7.9 The general requirements for analyzer shelter shall be as given in attachment 1.

3.8 GAS DETECTORS

3.8.1 LEL detectors

3.8.1.1 LEL detectors shall be SMART infrared type. Detectors shall be weatherproof to IP 65 and explosion proof to the indicated area and temperature classification. Necessary splash guard and dust shield shall be provided. LEL detectors shall be provided with local indicators

3.8.1.2 Material of construction shall be SS 304 with an accuracy of ± 2% URV. Calibration kit with gases for minimum 2 years operation after warranty period shall be provided. Separate gases shall be provided for warranty period.

3.8.1.3 LEL monitors shall be mounted in control room with group alarms to DCS. Cable distance limitation between the detectors and monitors shall be confirmed for each vendor. Flying leads from the detector head are not acceptable.

3.8.1.4 1 No. portable LEL detector shall be provided. The portable gas detectors shall be supplied complete with its controller, audio-visual alarm and shall be suitable (preferably intrinsically safe) for use in hazardous area specified. Such units shall be certified by BASEEFA, CENELEC, FM, PTB, CMRI etc. These units shall be supplied with rechargeable batteries and 240 V, 50 Hz AC battery charger. These units shall be supplied complete with its accessories like carrying case, maintenance kit, calibration kit etc.

3.8.1.5 For the LEL detectors, 2 No’s of portable purge calibrators each consisting of a volume

Page 271 of 302

PROJECT NO.: 44 NC-4600 SPEC. NO. 44NC-4600-0000/J.SS/0111/A4

TITLE: STANDARD SPECIFICATION FOR PROCESS REV. NO / ISSUE DATE - 0 / 12-Mar-10 STREAM ANALYSERS CHROMATOGRAPHS & GAS Page 15 of 23 DETECTION SYSTEM

bottle containing a known gas/air mixture, a pressure regulator, a flexible hose and adaptor cap (to fit the sensing head) shall be supplied to enable calibration of the sensors in the field without dismantling them.

3.8.1.6 Hand held communicator with recharging kit shall be provided with Gas detectors.

3.8.2 H2S DETECTORS

3.8.2.1 H2S detectors shall be 3 wire electrochemical type. Detectors shall be weather proof to IP 65 and explosion proof to the indicated area and temperature classification. Necessary splash guard and dust shield shall be provided. Detectors shall be SMART type with local indication.

3.8.2.2 Material of construction shall be SS 304 with an accuracy of ± 3% URV. Calibration kit with gases for minimum 2 years operation after warranty period shall be provided. Separate gases shall be provided for warranty period.

3.8.2.3 H2S monitors shall be mounted in control room with group alarms to DCS. Cable distance limitation between the detectors and monitors shall be confirmed for each vendor.

3.8.2.4 1 No. Portable H 2S detector shall be provided. The portable gas detectors shall be supplied complete with its controller, audio-visual alarm and shall be suitable (preferably intrinsically safe) for use in hazardous area specified. Such units shall be certified by BASEEFA, CENELEC, FM, PTB, CMRI, etc. These units shall be supplied with rechargeable batteries and 240 V, 50 Hz AC battery charger. These units shall be supplied complete with its accessories like carrying case, maintenance kit, calibration kit etc.

3.8.2.5 For the H 2S detectors, 2 No’s of portable purge calibrators each consisting of a volume bottle containing a known gas/air mixture, a pressure regulator, a flexible hose and adaptor cap (to fit the sensing head) shall be supplied to enable calibration of the sensors in the field without dismantling them.

3.8.3 GAS DETECTION PANEL

3.8.3.1 Gas detection system shall be designed based on fail safe philosophy. Construction and performance of gas detection system shall be in general as per following applicable standards: - Hydrocarbon : BS EN – 50054 and 50057 - Hydrogen Sulfide : API RP 55

3.8.3.2 The gas detection panel shall, as a minimum, incorporate the following equipments:

- Monitors / controllers for Hydrocarbon gas detectors - Monitors / controllers for Hydrogen Sulfide gas detectors - Alarm annunciator - Relays / Logic cards for shutdown / protection system - Pushbuttons / Switches as required (including lamp test pushbuttons)

Each monitors shall, as a minimum, provide indicator lights for Power On, High Alarm and High High Alarm. Also, dual adjustable set points for high and high high settings and common fault alarm for each channel shall also be provided.

Any other items, which are not listed above, but essential to make the system operational

Page 272 of 302

PROJECT NO.: 44 NC-4600 SPEC. NO. 44NC-4600-0000/J.SS/0111/A4

TITLE: STANDARD SPECIFICATION FOR PROCESS REV. NO / ISSUE DATE - 0 / 12-Mar-10 STREAM ANALYSERS CHROMATOGRAPHS & GAS Page 16 of 23 DETECTION SYSTEM

and to meet requirements specified in job specifications

3.8.3.3 If required for shutdown functions, Bypass switch for hydrocarbon gas detection / hydrogen Sulfide detection system shall be provided whenever specified. Red light shall be provided on panel for each Bypass to indicate the bypass mode.

Calibration / test switch to allow for sensor calibration without alarm outputs shall be provided for individual detectors. 3.8.3.4 The alarm annunciator provided shall display group alarms, shutdown alarms etc as indicated in job specification. In addition following system alarms shall be provided. Alarm annunciator shall be solid state electronic type provided with single input type logic module and solid state audio alarm unit. Alarm sequence to be followed shall be as per project specification with function test, acknowledge and reset push buttons. No alarm shutdown contacts shall be derived from alarm annunciator unit.

3.9 DOCUMENTATION

Copies of all instruction manuals and drawings shall be supplied as shown on the purchase order. These shall cover all components and shall include the following:

- internal wiring diagrams, - interconnecting diagram showing all connections and shielding requirements. Markings for wire colour coding or numbering, and for terminal identification, shall be identical to those actually in the analyser, - a drawing of pipe connections for the analyser and sample conditioning system, - detailed installation instructions, - calibration procedure, - complete parts list, - recommended spare parts for two years operation & commissioning - troubleshooting procedure, - a bill of materials for the sample conditioning system showing manufacturer's catalogue numbers for all major components, - a copy of the factory inspection sheet, - a copy of the testing organisations certificates showing the analyser's suitability for use in hazardous atmospheres. - System wiring diagram including analyser / chromatograph, programme and communication interface etc. - Cabling details including shielding / grounding requirements.

3.10 TESTING AND INSPECTION

When the analyser and associated sample conditioning equipment are completely assembled, they shall be subject to inspection by the Purchaser's representative and a factory test as follows:

3.10.1 The test shall be an operating test, and it shall be the Vendor's responsibility to provide all facilities to demonstrate the analyser in accordance with the purchase specifications.

3.10.2 The Purchaser shall witness and approve all factory tests and reserves the right to approve the test procedure.

3.10.3 Repeatability shall be demonstrated continuously for a period of eight hours minimum using a standard sample. For samples, which deteriorate over an eight-hour period, repeatability may be demonstrated by calibrating the analyser before and after eight hours of operation and comparing results of calibration. Results should check within ±1%.

Page 273 of 302

PROJECT NO.: 44 NC-4600 SPEC. NO. 44NC-4600-0000/J.SS/0111/A4

TITLE: STANDARD SPECIFICATION FOR PROCESS REV. NO / ISSUE DATE - 0 / 12-Mar-10 STREAM ANALYSERS CHROMATOGRAPHS & GAS Page 17 of 23 DETECTION SYSTEM

3.10.4 Calibration shall be demonstrated with a test sample, giving approximately one half scale reading for the component of interest. The concentration of the component of interest for this test shall be at least 25% of span difference from the concentration of the same component in the standard sample used for the repeatability test.

3.10.5 For chromatographs, a chromatograph of a standard calibration sample is required before auto-zero. This chromatogram shall show attenuator setting, chart speed, sample injection period, auto-zero period and switching points for all auxiliary valves such as 'back-flush' etc. Each peak on this chromatogram shall be labelled and attenuator setting noted. The composition of the standard sample shall appear on the chart with all elusion times of all components listed.

3.10.6 For infrared analysers, the proportion of the components in the best sample shall be varied to demonstrate freedom of interference from components other than those of interest.

3.10.7 A leakage test shall be conducted on the entire system. Maximum permissible leakage rates are as follows: -

- gas systems, 5% change per hour of the specified design pressure - liquid systems, no visible leakage.

4.0 RELATED DOCUMENTATION

Following applicable codes and standards shall be referred for analyzer systems.

BS EN-50054 Electrical Apparatus for the Detection and Measurement of Combustible Gases – General Requirements and Test Methods.

BS-EN-50057 Performance Requirements for Group II Apparatus Indicating upto 100% LEL

API RP-55 American Petroleum Institute Conducting Oil and Gas Producing & Gas Processing Plant Operations Involving Hydrogen sulphide.

API American Petroleum Institute. Manual on Installation of Refinery Instruments and Control Systems (RP 550): Part II – Process Stream Analysers. Section 2 – Process Chromatographs

5.0 ATTACHMENTS

ATTACHMENT – 1 : GENERAL REQUIREMENTS FOR ANALYZER SHELTER

Page 274 of 302

PROJECT NO.: 44 NC-4600 SPEC. NO. 44NC-4600-0000/J.SS/0111/A4

TITLE: STANDARD SPECIFICATION FOR PROCESS REV. NO / ISSUE DATE - 0 / 12-Mar-10 STREAM ANALYSERS CHROMATOGRAPHS & GAS Page 18 of 23 DETECTION SYSTEM

ATTACHMENT-1 GENERAL REQUIREMENTS FOR ANALYZER SHELTER

1.0 SCOPE

This specification define the minimum requirements of Analyzer shelters for housing industrial process analyzers and their associated piping, wiring and auxiliary instrumentation.

2.0 OBJECTIVES

The objective in providing analyzer shelter are :

- To create a space within an otherwise Div. 1 area I in which under normal operating conditions a non hazardous atmosphere exists so that testing or calibration of analyzers and maintenance can be performed with opened casings and electrical circuits alive.

- To create a good environment in which analyzers and their associated equipment are adequately protected against adverse weather conditions.

3.0 GENERAL

3.1 The analyzer shelter shall be fully prefabricated, assembled, tested and shall be supplied as ready-to-install at project site with all items including analyzers and their accessories duly mounted, wired, tube and tested before shipment.

3.2 The arrangement of equipments shall be such that it provides enough access to front/back/sides of the equipments as necessary during normal operation as well as during startup and maintenance. Sufficient space shall be provided for work bench, signal and power cables entries and routing, power sockets utility, supplies, auxiliary and control equipments. Suitable arrangements shall also be made for locating devices like recorder, portable printers etc, near each equipment / Gas Chromatograph.

3.3 The housing shall be provided with fluorescent lamps to provide an illumination of 300 – 400 lux or more at the floor level, convenient for reading and carrying out maintenance and adjustments on the instruments / equipments. Fluorescent lamps shall also be provided outside of the analyzer shelter for carrying out the repair / adjustments on the equipments mounted on outside of the analyzer shelters e.g. sample conditioning systems etc.

3.4 Shelters shall be equipped with all safety measures like panic bar at the doors. Emergency alarm push buttons. LEL gas (hydrocarbon) detectors, Fire detection system, warning panels, Fire extinguishers, wash basin etc.

3.5 Shelter shall be provided with ventilation and air conditioning to maintain the temperature and humidity suitable for the analyzers stable performance and human comfort.

3.6 All electrical equipments, fittings, fixtures shall be Flame proof suitable for hazardous area classification.

3.7 Analyzer shelter / room shall be sized considering 25% additional spare space for future. Contractor to consider all other factors within the Analyzer / Room like A.C. System load, power load etc considering for analyzer to be installed within 25% additional space.

Page 275 of 302

PROJECT NO.: 44 NC-4600 SPEC. NO. 44NC-4600-0000/J.SS/0111/A4

TITLE: STANDARD SPECIFICATION FOR PROCESS REV. NO / ISSUE DATE - 0 / 12-Mar-10 STREAM ANALYSERS CHROMATOGRAPHS & GAS Page 19 of 23 DETECTION SYSTEM

4.0 CONSTRUCTION

4.1 The shelter shall be constructed using materials capable of satisfying all the functional requirements and shall not be cause of any safety hazards at any point of time.

4.2 Design and construction of the shelter shall be self supporting type and shall be sized to house required analyzers sample conditioning system and other accessories. Shelters shall also be provided with suitable transportation arrangement.

4.3 The base structure of the shelter shall be constructed using suitable size 1” beams, channels, angles, welded properly and adequately. All structural members shall be sized to ensure structural rigidity and to prevent deformation during dragging, lifting, loading and unloading operation of the shelter.

4.4 The floor shall be fabricated from anti-slip and non-corresive Aluminium plates as a minimum, strong enough to withstand load of all equipments and atleast 10 maintenance personal also unaffected during transportation and various other obvious forces and shall be sealed to prevent any loss of ventilation pressure.

4.5 External side walls shall be ribbed interlocking mild steel sheet of thickness 3 mm and internal walls shall be mild steel of thickness 3 mm. The walls of the shelter shall be strong enough to take load of the rack mounted analyzers, related sample conditioning system and associated accessories.

4.6 The shelter roof shall be capable of supporting the combined weight of atleast 4 men without permanent deformation and shall be sealed properly to prevent loss of ventilation pressure and entry of rain and jet water.

4.7 Lifting of the complete shelter alongwith all analyzers, sample conditioning systems and associated accessories mounted in it shall be assured by means of suitably designed lifting lugs.

4.8 The walls and roof shall be insulated by using glass wool of high density and low thermal coefficient, thickness approximately 100 mm commensurate with the HVAC design. Higher insulation thickness, if necessary shall be provided by contractor

4.9 The shelter shall be provided with a main door and an emergency door opposite to main door. Both the doors shall be opening outwards, provided with wire reinforced safety glass window, automatic spring door closer opening by simple push, fitted with panic hardware for use incase of emergency. The main door shall be provided with outside pad lock holes. Warning light shall be provided at both the Main door and the emergency door indicating the Hydro Carbon presence within the shelter.

4.10 Extension roof (overhand) made of stainless steel sheet shall be provided along all the wall of the shelter over the sampling system for protection of the sampling system and maintenance personal from the direct weather conditions. The extension roof shall be over hanged atleast 1000mm outside the analyzer shelter.

4.11 A name plate of SS with the analyzer shelter number shall be fixed near the main foor and emergency door. Tag numbers of the analyzers shall be fixed near the main door. Tag numbers of each analyzers and all sampling system shall be fixed near the respective items. All inlet and outlet tubes / pipes shall be provided with tag number & proper identification numbers engraved in the stainless steel plate. All electrical wires / leads shall be identified inside the junction box / equipment by proper plastic ferrules. All cables shall

Page 276 of 302

PROJECT NO.: 44 NC-4600 SPEC. NO. 44NC-4600-0000/J.SS/0111/A4

TITLE: STANDARD SPECIFICATION FOR PROCESS REV. NO / ISSUE DATE - 0 / 12-Mar-10 STREAM ANALYSERS CHROMATOGRAPHS & GAS Page 20 of 23 DETECTION SYSTEM

be identified with SS plate engraved tag nos / identification numbers.

4.12 Provision shall be made for keeping all fast loop devices, distribution devices outside the shelter. A suitable restriction orifice shall be provided in each sample line to limit the sample flow not exceeding thrice the normal flow in the event of tube rupture / opening of the tube down the line.

4.13 All safety valve outlets shall be terminated in a common header of 2” NB schedule 808 SS 304 pipe and single outlet shall be provided outside the shelter with one non-return valve and lock open type 2” ball valve, Similarly all vents to atmosphere shall be terminated in a similar 2” NB Sch 80 S SS 304 pipe and single outlet shall be provided with non-return valve and Lock open type 2” ball valve.

4.14 All atmospheric gas outlet line shall be equipped with protection from climatic condition.

4.15 All tubing work shall be done by using ¼” OD or 1/8” OD SS tube and swage lock flareless, double compression type fittings.

4.16 All wiring / tubing and all other erection work shall be done in accordance to API RP 550

4.17 All cable entries / outlets in the junction boxes / distribution boxes etc and to the analyzer shall be provided with double compression type certified flame proof cables glands suitable for the indicated hazardous area. The material of the same shall be Nickel plated brass.

4.18 All cabling wiring works inside the shelter shall be in accordance with the international standard / practice being practised in industry for similar application, however the cables shall be armoured as minimum.

4.19 Dimensions and layout of each shelter offered shall be provided by contractor for Owner / JH&G review.

5.0 PAINTING

Analyzer shelter shall be treated and painted as follows :- 5.1 All surfaces including structures shall be sand blasted and grinding done and they are smooth and free of scale, rust etc.

5.2 Chemical treatment shall be done to remove rust, oil, entrapped impurities and other foreign materials.

5.3 If necessary suitable filler shall be applied to all pits and blemishes on surfaces.

5.4 The surface of the shelter shall be painted with three coats of sealing primer and surfaces and two coats of epoxy paint finish.

5.5 The other surfaces including those accessories shall be painted with two coats of sealing primer and surface and two coats of epoxy paint finish.

5.6 A final coat of finish paint of high grade epoxy paint shall be given at site after assembly and erection is over.

Page 277 of 302

PROJECT NO.: 44 NC-4600 SPEC. NO. 44NC-4600-0000/J.SS/0111/A4

TITLE: STANDARD SPECIFICATION FOR PROCESS REV. NO / ISSUE DATE - 0 / 12-Mar-10 STREAM ANALYSERS CHROMATOGRAPHS & GAS Page 21 of 23 DETECTION SYSTEM

5.7 The finish of the final coat shall be semi gloss fixture to minimise light reflection.

5.8 Contractor shall supply atleast one kilogram of paint per shelter for final touch up to purchaser.

5.9 Exterior and inside colour of shelter shall be finalised during detailed engineering.

6.0 POWER SUPPLY

6.1 Following power supplies shall be provided for each shelter by contractor;

− 240 V 50 Hz for the Air Conditioning system − 240 V 50 Hz Single Phase for lighting (internal and external) system of the shelter. − 110 V 50 Hz single phase for analyzers, alarm system, horn and other related accessories.

6.2 Main switches for all three power supply shall be mounted outside the analyzer house which shall be weather proof to IP55 and explosion proof suitable to the hazardous area classification. The three power supply cables will be terminated after the main switches inside the shelter in different junction boxes with terminals and switch fuse units for power distribution to the relevant equipments / items. Individual switches shall be provided for each instruments for independent deengisation of the items.

“Power supply on” indication shall be provided on the main power supply line to each analyzer on PDB.

6.3 Two power sockets of 110 V 50 Hz and 230V, 50Hz supply for electrical tools or test equipments shall be provided at two corners of each shelter. Tag plate indicating the Voltage level shall be mounted near the socket.

7.0 Lighting

7.1 Power supply for lighting insider and outside the shelter shall be 240 V 50 Hz.

7.2 Internal lighting shall be provided by fluorescent tube lamps to provide in illumination of 300 to 400 lux minimum at all places on the floor.

7.3 External lighting shall be under overhands to provide illumination sufficient for maintenance / repair work.

7.4 Lighting fixtures inside and outside the shelter shall be suitable to the electrical area classification given above.

7.5 Lighting switch shall be provided outside the shelter near to the main door.

8.0 HVAC SYSTEM

8.1 Heating Ventilation & Air Conditioning system shall be designed sufficiently to create a safe area inside the analyzer shelter by supplying fresh air and a good environment by controlling the climatic condition through air conditioner or heater as required.

8.2 Pressurisation & Ventilation.

Page 278 of 302

PROJECT NO.: 44 NC-4600 SPEC. NO. 44NC-4600-0000/J.SS/0111/A4

TITLE: STANDARD SPECIFICATION FOR PROCESS REV. NO / ISSUE DATE - 0 / 12-Mar-10 STREAM ANALYSERS CHROMATOGRAPHS & GAS Page 22 of 23 DETECTION SYSTEM

8.2.1 Analyzer shelter shall be designed as a pressurised and ventilated enclosure as per NFPA 496 standards. Pressurisation and Ventilation blowers / ducts shall be capable of maintaining a positive constant pressure of not less than 5 mm water column inspite a frequent door opening closing so that hazardous gas from outside entry is prevented. Provision shall be made for positive sealing of cable and sample entry points and maintaining air flow sufficiently large to carry away hazardous gases from leakages..

8.2.2 Contractor must furnish the pressurisation / purging details clearly indicating the following information and the standard to which the pressurisation of shelter is complied to ; − No of volumes of air changes for which shelter have been designed.

− Pressure maintanined within the Analyzer Shelter.

− Design code to which shelters pressurisation are being complied.

8.2.3 Ventilation suction air shall be taken from a electrically classified safe area.through necessary filters, bug screens, damper, rain cap etc. The ducting shall be completely leak proof while passing through hazardous area. The suction duct shall be fabricated from sheet metal of SS and proper gaskets. Filters provided shall be cleanable type.

8.2.4 Two sets of blower each of 100% capacity shall be provided on each shelter. One shall be working all the time another shall run incase of failure of the master. The blower fans blade shall be made of no sparking material and motors used shall be certified from statutory body as suitable for the hazardous area classification. Blowers shall be interlocked to start automatically incase of failure of master. One number of blower shal be provided by contractor as spare and to be kept in the store.

8.2.5 Ventilation air shall escape via number of openings from the shelter. Blower duct opening location and air outlet opening shall be designed and located carefully to ensure sufficient turbulence and circulation to avoid accumulation of flammable gases in dead corners and to ensure required over pressure and to have enough volume of air changes.

8.3 Heating and Air Conditioning System

8.3.1 Each Analyzer shelter shall be equipped with heating and air conditioning system to keep the inside atmosphere of the shelter at a comparatively constant temperature of 26 0 +20C with humidity less than 50% to obtain repeatability and reliability of the analyzers and also a comfortable working environment for workman.

8.3.2 Heating shall be done by properly designed steam coil heater placed in ventilation duct itself. Steam circuit shall be provided with thermal regulating valve for automatic control of steam flow with respect of temperature of analyzer shelter if available.

8.3.3 A split type air conditioner having an indoor and outdoor unit shall be provide for cooling insider the shelter. The air conditioner shall be direct expansion type.

8.3.4 The analyzer shelter manufacturer shall submit a certificate from the statutory authority in the country of manufacture that the housing design and construction meet in general the requirement of NFPA 496.

8.3.5 The shelter manufacturer shall ensure that all electrical items used for each shelter are

Page 279 of 302

PROJECT NO.: 44 NC-4600 SPEC. NO. 44NC-4600-0000/J.SS/0111/A4

TITLE: STANDARD SPECIFICATION FOR PROCESS REV. NO / ISSUE DATE - 0 / 12-Mar-10 STREAM ANALYSERS CHROMATOGRAPHS & GAS Page 23 of 23 DETECTION SYSTEM

suitable for electrical area classification. Certificate from statutory authority shall be furnished showing the suitability of every electrical items used.

8.3.6 In case of analyzer rooms provided by the contractor, construction shall be as per the specifications for the control room buildings. However, all above specifications are also applicable.

Page 280 of 302 APPENDIX - A

INDICATIVE INSPECTION & TEST PLAN** PROJECT : 44NC-4600 : CPCL MANALI REFINERY, CHENNAI : RESID UPGRADATION SHEET 1 OF 1 PROJECT EQUIPMENT / ITEM DESCRIPTION : ANALYSER / VENDOR : CHROMATOGRAPH P.O. NO. : EQUIPMENT / ITEM TAG NO. : TEST & INSPECTION AS PER : PR/PS NO. (CODES & SPECIFICATIONS) : DRG. NO. EQUIPMENT INSPECTION CODE : A A 1 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY OWNER / PMC C T 2 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY THIRD PARTY I INSPECTION AGENCY (TPIA) / STATUTORY AUTHORITY V 3 WITNESS INSPECTION BY SUB VENDOR,VENDOR & LSTK CONTRACTOR I T 4 CERTIFICATES / DATA TO BE SUBMITTED BY LSTK CONTRACTOR / Y VENDOR FOR APPROVAL / REVIEW BY TPI A / OWNER / PMC

1 A A R X DETAILED INSPECTION & TEST PLAN AFTER ISSUE OF PO/PR/PS 2 A R X INSPECTION & TEST PROCEDURES. 3 R R X SUMMARY OF ALL SUPPLIMENTARY REQUIREMENTS AS SPECIFIED IN THE ORDER/PS/PR 4 A X PACKING PROCEDURE / SHIPPING DRAWING OF COMPLETED EQUIPMENT 5 H H W X ROUTINE TEST CONSISTS OF: − DIMENSIONAL CHECK/GENERAL WORKMANSHIP. − CHECKING OF NAME PLATE, TAG NOS, CALIBRATION RANGE, SR.NO ETC, SENSOR DETAILS. CORRECTNESS OF FLANGE / PROCESS CONNECTION (100%) REQUIREMENT OF ENCLOSURE PROTECTION / AREA CLASSIFICATION CHECK. SUPPLY OF ACCESSORIES. CABLE ENTRY TYPE AND SIZE, PMI TEST 6 R R X REVIEW OF DOCUMENTS AS BELOW: INTERNAL TEST & CALIBRATION CERTIFICATE (100%) − CALIBRATION REPORT OF ALL INSTRUMENTS. − MATERIAL TEST CERTIFICATE FOR ALL WET COMPONENTS, FLANGE INCLUDING ACCESSORIES. ENCLOSURE PROTECTION & AREA CLARIFICATION. 7 H H W X PERFORMANCE & ACCEPTANCE TEST CONSISTING OF: CALIBRATION CHECK, HYSTERISIS CHECK, OVER RANGE . − PROTECTION, REPEATABILITY FOR 8 HRS. − FUNCTION CHECK OF CONTROL PANEL, REPEATER PANEL, − CHECKING OF ALARM, OUTPUT CONTACT, COMMUNICATION − ANY OTHER TESTS AS PER PR/PS. 8 H X SPARES & PACKING LIST CHECK. PACKING & LOADING OF EQUIPMENT AS PER SHIPPING DRAWING. 9 H H INSPECTION RELEASE CERTIFICATE LEGENDS : H - HOLD, W - WITNESS, R - REVIEW, A – APPROVAL, I - INFORMATION, X – SUBMIT PO – PURCHASE ORDER, PR – PURCHASE REQUISITION, PS – PURCHASE SPECIFICATION ** NOTE : THIS IS AN INDICATIVE INSPECTION AND TEST PLAN IDENTIFYING SCOPE OF INSPECTION /REVIEW OF DOCUMENTS AS A MINIMUM REQUIREMENT, DETAILED INSPECTION AND TEST PLAN INDICATING ALL SPECIFIED REQUIREMENTS AFTER ISSUE OF PO / PR TO BE GENERATED BY VENDOR AND SAME DULY APPROVED BY TPI A TO BE SUBMITTED TO OWNER/PMC FOR APPROVAL. * TPI A TO CARRY OUT INSPECTION AT SUB-VENDORS’ WORKS. - WNER/PMC RESERVES RIGHT TO WITNESS INSPECTION OF ANY ITEM AT ANY STAGE WHICH SHALL BE INDICATED ON QAP / INSPECTION & TEST PLAN AT THE TIME OF APPROVAL AND SAME TO BE COVERED AS PART OF PURCHASE ORDER CONDITION ISSUED BY CONTRACTOR.

Page 281 of 302 Page 282 of 302 Page 283 of 302 Page 284 of 302 Page 285 of 302 Page 286 of 302 Page 287 of 302 Page 288 of 302 Page 289 of 302 Page 290 of 302 Page 291 of 302 Page 292 of 302 Page 293 of 302 Page 294 of 302 Page 295 of 302 Page 296 of 302 Page 297 of 302 Page 298 of 302 Page 299 of 302 Page 300 of 302 Page 301 of 302 Page 302 of 302