You are on page 1of 220

<bx + E{x ]b

({<{<x |M)
xBb

INDIAN OIL CORPORATION LIMITED


(PIPELINES DIVISION)
NOIDA

Open (Global) e-TENDER: PLM/KDLP-VKPL/15/01


TENDER DOCUMENT FOR
PROCUREMENT OF MOTOR DRIVEN MAINLINE
PUMPING UNITS WITH VFDs FOR KANDLA
VIRAMGAM REVERSE PUMPING PROJECT
Issued by

INDIAN OIL CORPORATION LIMITED


(Pipelines Division)
A-1, Udyog Marg,
Sector-1, Noida (U.P)
INDIA
(This document is meant for exclusive purpose of bidding against this specifications and shall not
be transferred, reproduced or otherwise used for purpose other than that for which it is specifically
issued)

PLM/KDLP-VKPL/15/01
INDEX
S. No. Subject

Page
Numbers

Section I
1.
Cover Page
2.
Index
3.
Tender Enquiry
4.
Notice Inviting Tender (NIT)
5.
Commercial Check List (Indigenous Bidder)
6.
Commercial Check List (Foreign Bidder)
Section II
1.
Instruction To Tenderers
2.
Instructions to tenderers participating in e-tender
3.
Special Instructions to tenderers participating in e-tender
4.
General Conditions of Purchase
5.
Special Instructions to Tenderers
6.
Special Conditions of Purchase
7.
Addendum to Instructions to Tenderers
8.
Form of Tender (Indigenous Bidder)
9.
Form of Tender (Foreign Bidder)
10.
Schedule of Inspection
11.
Customers Reference
12.
Proforma of Bank Guarantee (Performance)
13.
Proforma of Bank Guarantee (EMD)
14.
Declaration of Relationship with Directors of IOCL
15.
Proforma of Letter of Authority for Bid Negotiations and Signing
the Agreement
16.
Proforma of Letter of Authority for attending unpriced and
Priced Bid opening
17.
Format for giving consent and bank details on letter head
18.
19.

Tenders/ Contracts where employment of agent is prohibited


Proforma of declaration of black listing/holiday listing

20.
Integrity Pact Agreement
Section III
1.
Schedule of Rates

1
2
3-6
7-10
11-12
13-14
15-30
31-33
34-37
38-54
55-57
59-62
63-64
65-66
67-68
69
70
71-72
73-74
75
76
77
78
79
80
81-86
(Details as
per
BoQ
uploaded)

Section IV
1.
Specifications and Summary of Requirement.

From page87
133 pages

INDIAN OIL CORPORATION LIMITED


(Pipelines Division)

Regd. Office:
G 9, Ali Yavar Jung Marg,
Bandra (East),
Mumbai 400 051

Materials Department
Phones: (91) 0120 2448414/ 2448413
Fax: (91) 0120 - 2448024
Please Reply To:
Indian Oil Corporation Limited,
(Pipelines Division),
A-1, Udyog Marg
Sector 1, Noida 201301

Open (Global) e-Tender Enquiry


Tender Enquiry No. PLM/KDLP-VKPL/15/01
Due Date: 24.6.2015
Dated: 27.5.2015
Due Time: 15:00 hrs (IST)
Opening Date and Time-25.6.2015, 1500hrs
Dear Sir (s),
Please find enclosed herewith one set of Tender Documents. You are requested to submit
your most competitive offer for the supply of the following items as per Technical
Specifications, General Conditions of Purchase and other conditions specified and enclosed
with this document.
Sl. No.

Description of Material

Motor Driven Mainline Pumping Units with VFD &


Spares

1.

Pumping unit consisting of Horizontal, axially split


type centrifugal pump, AC variable speed drive
system with bypass isolators, flameproof electrical
motor with all accessories like coupling with coupling
guard, Mechanical seal, cooling and flushing piping,
pump protective instruments, common base plate and
with all necessary instrumentation including supply of
foundation bolts, grouting materials, counter flanges
(WNRF) and commissioning spares for Kandla station
as per specifications. Stage-I: Q= 632 KL/Hr, H= 565
MCL, Efficiency=75% (Min), Viscosity=5 cSt,
Density=850 kg/m3
Stage-II :Q= 853 KL/Hr, H= 480 MCL, Efficiency=75%
(Min), Viscosity=5 cSt, Density=850 kg/m3

2.

Commissioning Spares: O ring & Gasket for Pump01 set per pump

1.

Spares for Mainline Pump


Case Wear ring
3

Qty

Destination/Qty

All materials are


required at
Nos/Sets
Kandla
Gujarat
Kandla
3 Nos

3 sets

Kandla

2 set

Kandla

Sl. No.

Description of Material

Qty

Destination/Qty

2.

Impeller Wear ring

2 set

Kandla

3.

Impeller (Full dia)

1 set

Kandla

4.

Pump shaft

1 no

Kandla

5.

Throat Bush

2 set

Kandla

6.

Sleeve/ Bush bearing set

3set

Kandla

7.

Shaft sleeve

2 set

Kandla

Impeller key

2 set

Kandla

Coupling key

2 set

Kandla

Rotary & Stationary Inserts for Mechanical Seal

3 set

Kandla

Set of O rings/ Gaskets for Mechanical seal

3 set

Kandla

Complete Mechanical Seal (DE+NDE)

1 set

Kandla

Hydraulic Torque wrench (along with two sets of


repair kits) suitable for pump casing bolts
Spares for Motor

1 set

Kandla

1.

Bearings (DE & NDE)

1 set

Kandla

2.

Cooling Fan
Spares for Instrumentation

1 No.

1.

Pump Bearing RTD

1 No

2.

Motor Bearing RTD

1 No

3.

Pump Casing RTD

1 No

Vibration transmitter of each type


Spares for VFD

1 set

8.
9.
10.
11.
12.
13

4.

1.
2.

3.
4.
5.

1.

Kandla

Kandla
Kandla
Kandla
Kandla

For Active Front End-IGBT based VFDHigh voltage IGBT module for line side converter
For Active Front End-IGBT based VFDHigh voltage IGBT module for load side inverter
For Active Front End-IGBT based VFDMain control board
For LV Power cell based VFDPower cell module
For LV Power cell based VFDMain control board
Service charges for installation & commissioning
personnel including all expenses e.g. Air/Rail Fare, Local
Transport, accommodation etc. (Total for 21 days @ 7
days per pumping unit) at Kandla Location
4

Kandla

Kandla

Kandla

Kandla

Kandla

21 days

Kandla

Please indicate approximate gross weight of the consignment.


1.

Single Bid System

2.

Two Bid System

Tender Fee

3.

Earnest Money Deposit

i)

Applicable/ Not applicable


In case of single bid system the offer should be
submitted in duplicate (2 copies) and both the copies
should contain Prices along with Technical and other
details.
The offer should be uploaded (Submitted) in two parts
Part I - Technical Literature Catalogue & Pamphlets etc.
and EMD and commercial terms and uploading as per
the tender instructions. Part IIPrice Bid To be uploaded
as per the downloaded BOQ without any change in
format
` in the form of Demand Draft in the name of Indian
Oil Corporation Ltd. Payable at Noida/ New Delhi.
`11.18 lakh or USD 17,520.00
in the form of Demand Draft in the name of Indian Oil
Corporation Ltd. Payable at Noida/ New Delhi.
OR
through swift transfer
OR
In the form of Bank Guarantee in the prescribed format
enclosed.
Any deviation in the proforma is not
acceptable. The bank guarantee should be from any
India Bank or Foreign Bank having branch in India on
Non-judicial stamp paper of value commensurate with
EMD amount as per norms. The issuing branch of bank
shall be situated in India.
Bank Guarantee/ Demand Draft/swift transfer is to be
sent to tender issuing authority so that it is received
prior to tender submission date and time

4.

Validity of offer

Offer should be valid for 120 days from due date.

The Foreign Bidders can remit the tender fee and EMD by way of Swift transfer also. Please attach a
copy of your SWIFT message with the tender documents for reference.
Physical Bids sent through Fax / E-mail / Courier / Post will not be acceptable. Bidder(s) are advised to
quote strictly as per terms and conditions of the tender documents for e-bidding and not to stipulate any
deviations / exceptions. Bidder must ensure that the DD/BG against EMD are received by IOCL before
techno-commercial bid opening schedule (as indicated in the NIT)
Tenderer to submit the following (also specified in the Instruction to the Tenderers) (changed to the extent
of e-tendering please refer Addendum to ITT)
1. Documents as per Notice Inviting Tender (Important Tender Conditions)
a) Catalogue & Literature for item
b) Supply Record for the item
c) Documentary proofs in support of Annual Turnover and Single Order value (for similar item) as
per column 8 and 9 of NIT
2. Earnest Money Deposit (EMD) as prescribed in the tender. Tenders not accompanied with the
requisite EMD or with EMD of inadequate value are liable to be rejected summarily. In case
registered with SSI / NSIC etc. current valid certificate of registration along with annexure, if any, to
be submitted.
3. Duly signed Form of Tender.
4. Duly filled Schedule of Inspection.
5. Customer reference list for similar equipment/ material for last three years.
6. Declaration regarding relationship with Directors of Indian Oil Corporation as per Annexure attached.
7. Authority Letter.
8. Duly filled Commercial Checklist.
9. Duly signed technical specification.
10. Schedule of Rates (BoQ) in the prescribed form
Normally Deviation to our General Terms & Conditions is not acceptable. However in case of any
deviation the same to be indicated clearly in a separate sheet of paper.
Tenderer to confirm to all our Technical Specifications. All Data Sheets and annexure to the Tender to be
filled in and one copy of all specifications to be duly signed and stamped as a token of your acceptance to
confirm to our specifications. In case of any deviations the same to be clearly indicated in a separate
sheet of paper. Indian Oil Corporation Limited reserves the right to accept or reject any tender in part or
full without assigning any reason whatsoever. Indian Oil Corporation also reserves its right not to accept
the lowest rates quoted by the tenderers and to allow to the Public Enterprises purchase preference
facilities as admissible under the existing policy.
Incomplete tenders which are not accompanied with all the required Documents and Conditions Tenders
are liable for rejection without assigning any reason thereof.
The unpriced Bids shall be opened on the due date & time mentioned in the Tender Notice. The priced
offer of only tenderers whose unpriced offers are found technically suitable shall be opened
subsequently.

(Amitabh Bala)
Chief Materials Manager

INDIAN OIL
(Pipelines Division)
Indian Oil Bhawan, A-1, Udyog Marg, Sector-1, Noida-201301, U.P.
Open (Global)-Notice Inviting Tender
Indian Oil Corporation Ltd. invites electronic bids through its website https://iocletenders.gov.in under
two-bid system from bonafide suppliers as per the following details:
NIT No./ Description of the Material

PLM/KDLP-VKPL/15/01
Motor Driven Main Line Pumping Units
(MLPUs) with VFDs for Kandla Viramgam
reverse Pumping project.

Documents
available for
Downloading
27.5.2015
to
24.6.2015

Online
Bid Preparation
& Submission
27.5.2015
to
24.6.2014 (1500hrs)
Opening date and
time
On 25.6.2015
1500hrs

Contact Person: Chief Materials Manager/Senior Materials Manager


Ph: 0120-2448426/2448414
Fax: 0120-2448024, e-mail:amitava@indianoil.in, rajeshkumar2@indianoil.in
Please visit our website https://iocletenders.gov.in for further details and submission of
bids.

INDIAN OIL CORPORATION LIMITED


(PIPELINES DIVISION)

Indian Oil Bhawan, A-1, Udyog Marg, Sector-1, Noida-201301, U.P.


Notice Inviting Tender
(TWO BID SYSTEM)

Offers are invited in two bids (Part-I: Techno-Commercial Bid & Part-II: Price Bid) from bonafide
bidders for supply of following items:
1.

Tender No

2.

Description of Material / Quantity

3.
4.
5.
6.
7.
8.

(i)

PLM/KDLP-VKPL/15/01
Motor Driven Main Line Pumping Units (MLPUs)
with VFDs for Kandla Viramgam reverse
Pumping project.

Type of tender
Open Global
Start date for download of Tender
27.5.2015
Document
NIL
Pre Bid Meeting Details
Last date for online bid submission
24.6.2015
Online bid opening date
25.6.2015
Important Tender Conditions
The bidder shall furnish Earnest Money Deposit as detailed in the tender at
the office of General Manager (Materials & Contracts), Indian Oil Corporation
Limited (Pipelines Division), 4th Floor, A-1, Udyog Marg, Sector-1, Noida201301, before the tender opening schedule, as mentioned below:

Earnest money
Deposit

Indian Bidders (Indian Rupees)


Foreign Bidders (US Dollars)
11.18 lakh
17520.00
The EMD shall be submitted in the form of Bank Guarantee (BG) / DD /
EFT/Swift Transfer/e-payment
(EMD in form of Bank Guarantee is accepted only in case of EMD
amount being more than ` 1 lakh).
DD to be drawn in favour of Indian Oil Corporation Ltd., Pipelines
Division.
Entities exempted from submission of EMD: As per MSMED Act, 2006 (or
erstwhile NSIC Registered Parties), Central / State PSUs and JVs of IOC.
The bidder needs to submit Annual Turn Over Proof as mentioned
below.

(ii)

(iii)

Annual
Turnover

Single Order
Value

The annual turnover of the bidder during any of the preceding 3 (three)
financial years should be at least the value mentioned below:
Indian Rupees
US Dollars
1040.00 lakh
16,32,000.00
Turnover for this purpose should be as per the audited Balance Sheet
of the tenderer. However, if the tenderer is not required to get its
accounts audited under section 44AB of the income Tax Act, 1961, a
certificate from a Practicing Chartered Accountant towards the turnover
of the tenderer along with copy of its Income Tax Return shall be
furnished.
The bidder needs to submit self attested copies of PO along with proof of
execution as mentioned below.

The bidder should have successfully executed Purchase Orders (for similar
item) during the last five years ending the start date for commencement of
downloading (i.e. date as per row 4 of NIT) of this tender:
(a)

(b)

(c)

One completed order for similar item costing (on landed cost basis)
not less than the value mentioned below:
Indian Rupees
US Dollars
870.00 lakh
13,60,000.00
OR
Two completed orders for similar items each costing (on landed cost
basis) not less than the value mentioned below:
Indian Rupees
US Dollars
690.00 lakh
10,88,000.00
OR
Three completed orders for similar items each costing (on landed
cost basis) not less than the value mentioned below:
Indian Rupees
US Dollars
520.00 lakh
8,16,000.00

The proof of execution of purchase order(s) () shall be a self attested copy of


the purchase order(s), along with corresponding delivery challan/ excise duty
invoice/ execution certificate from buyer/payment proof/inspection report
issued by end user/ etc clearly indicating the purchase order reference and
qty/value.
The purchase order and execution certificate/proof should be in the name of
the bidder only. Purchase order executed jointly will not be considered.
The single order value for completed job indicated by the prospective bidders
shall be excluding Service tax if any. (Refer to Special Instructions to
Tenderers)
(i) Documentary Proof in support of annual turnover and execution of
single Purchase Order (for similar item) (ii) Supply Record (iii) Catalogue &
Literature are to be submitted along-with with technical /un-priced bids.
The technical /un-priced bids received without documentary proof of above
mentioned Important Tender Conditions shall not be considered for further
evaluation.
Micro and small Enterprises (MSEs) are eligible for purchase preference
as per prevailing Govt. directives / Corporation policy.

Others

Domestically manufactured electronic products (DMEP) are eligible for


preference in procurement as per prevailing directives of Government of
India.
The bidder shall upload legible scanned copy of necessary documents in
support of required qualification and experience along with their offer as
per instruction given in the Special Instructions to Tenderers participating
in e-tender.
All documents other than in Hindi or English languages shall be supported
by its attested English translation.
Physical Bids will not be accepted. Tender Document can be downloaded
from https://iocletenders.gov.in and on line bids are required to be
submitted with Digital signatures on the system.
9

IOCL reserves the right of annulment of tender without assigning any


reasons whatsoever.

10

Issuing/
Submission
Office Address

The tender documents are non-transferable.


Chief Materials Manager/ Senior Materials Manager
Indian Oil Corporation Limited (Pipelines Division)
A-1, Udyog Marg, Sector-1, Noida (UP) 201 301, India
Contact Person: Shri Amitava Bala/Rajesh Kumar
Contact Person: Chief Materials Manager/Materials Manager
Ph: 0120-2448426/2448414
Fax: 0120-2448024, e-mail: amitava@indianoil.in, rajeshkumar2@indianoil.in

Chief Materials Manager

10

Commercial Checklist for Indigenous Bidder


Please tick the relevant box (

) and fill the lines

1. Price

Ex Works, (Location)

2. Delivery period
(as per SOR)

Acceptable /

3. EMD
(as per tender)

By DD /

4. PBG
(as per GCP)

Not Acceptable

By BG /

Not Applicable

BG/DD No.

Date

Issuing Bank

BG Valid upto

Acceptable /

5. Delay Delivery Discount -

Not Acceptable

Acceptable /

Not Acceptable

Acceptable /

Not Acceptable

Acceptable /

Not Acceptable

(as per GCP)


6. Payments terms
(as per GCP)

7. Guarantee/Warranty
(as per GCP)

8. Validity of Offer (as per tender)

Acceptable /

9. Whether NSIC / MSE Unit

Not Acceptable

Yes (Reg. No. )


Validity .......................

No

If Yes,
i)
please give the registration No. and enclose a
copy of certificate.
ii)
Please confirm whether SC or ST MSE
YES/
NO
(Please give supporting documents else shall be
considered a General category enterprises)

11

10. Acceptance of tender terms and conditions in totality: -

Yes /

No

11. Indicate the deviation of tender commercial terms, if any:


a.
b.
c.
d.
12. Other terms, if any:

Signature and stamp of the Bidder

12

Commercial Checklist for Foreign Bidder


Please

and fill the lines

1. FOB Price

Quoted /

Not Quoted

2. C&F Price

Quoted /

Not Quoted

3. Inspection Charges
(3rd party)

Inclusive

4. Delivery period
(as per Special Instruction)

Acceptable /

5. EMD
(as per tender)

By DD /

Extra @ % of
FOB Price

Not Acceptable

By BG /

Not Applicable

By swift transfer
BG/DD/Swift No. Date
Issuing Bank BG Valid upto .

6. PBG
(as per GCP)

7. Delay Delivery Discount -

Acceptable /

Not Acceptable

Acceptable /

Not Acceptable

Acceptable /

Not Acceptable

9. Guarantee/Warranty
(as per GCP)

Acceptable /

Not Acceptable

10. Validity of Offer


(as per tender)

Acceptable /

Not Acceptable

(as per GCP)


8. Payments terms
(as per GCP)

13

Commercial Checklist for Foreign Bidder


Please

and fill the lines

11. Port of Exit in case of FOB

12. Appox. Gross Weight

- ..

Appox. Volume (L X W X H)

- ..

13. Acceptance of tender terms and conditions in totality:-

Yes /

No

14. Indicate the deviation of tender commercial terms, if any:


a.
b.
c.
d.
16. Other terms, if any:

Signature and stamp of the Bidder

14

REV:04
13-May-2015
Pipelines

INSTRUCTIONS TO TENDERERS
A.

General

1.

Tender Documents shall remain the property of Owner.

2.

The tender papers shall be completely filled in, and shall be submitted with requisite
information and Annexures. Any tender incomplete in particulars shall be liable to be
rejected.

3.

Signing of tender

3.1.

All pages of the tender and all tender documents shall be signed by the tenderer or
his duly authorised person (s) by enclosing the original authorisation copy

3.2.

It shall not be necessary for the bidder to return the all whole tender document (big
Volumes) duly signed as a token of their acceptance of the same while submitting
their bid. Instead, the bidder may also submit an undertaking along with the Index
Page of tender document duly signed to the effect that he has fully read and
understood the tender requirements and accepts all terms and conditions of the
tender (except for the ones mentioned in the deviation statement) and his offer is
confirmation to all terms of tender

3.3.

Each page of the priced Schedule of Rates (SOR) shall be duly signed and stamped
(in original) by the tenderer. Price bid submitted without original signature & stamp
of the tenderer as described above shall be summarily rejected.

3.4.

Prices must be duly filled and submitted by the bidder strictly in Schedule of Rates
format enclosed with the tender document bearing stamp and signature on each
page. Non-compliance shall lead to rejection of the bidder.

4.

Scanned copy / photocopy of price bid is not acceptable and such bids shall be
summarily rejected.

5.

The un-priced copy of SOR, with prices blanked out and mentioning Quoted or Not
Quoted against each item is to be submitted along with technical bid duly signed
and stamped by the bidder in original on each page. Except for the price the unpriced copy should be exact replica of the price bid.

6.

Tender and all correspondences /documents relating to tender shall be type written
in English language only.

7.

If the space in the tender form or any schedule or Annexure thereto is insufficient,
additional pages shall be separately added. These shall be page numbered and shall
also carry the tender documents number and shall be signed by the tenderer and
entered in the index for the tender.

8.

Technical and commercial deviations if any from the requirement of tender shall be
mentioned prominently in separate sheets serially numbered. Deviations indicated
anywhere else in the tender will not be considered
15

9.

The tenderer shall clearly indicate in his quotation firm delivery period from the
placement of purchase order for item of equipment offered.

10.

The owner reserves the right to reject, accept or prefer any tender or to abort the
bidding process. Reasons for rejection shall be disclosed on written representation by
the concerned bidder whose bid is rejected.

10. a

If the owner in its discretion considers that in the interest of the requirement the
quantum of supply requires a split, then Owner may split the supply quantity
between two or more tenderers.

11.

The tenderer shall quote on the terms and conditions of the tender documents
without addition, subtraction, amendment or substitution or other deviation there
from to and without inter-partition of any other sale condition(s) of the tender.

12.

Cost of Preparation and Submission of Bids

12.1.

The tenderer shall prepare the tender at his/its/their own risk and shall bear all the
costs of preparing and submitting his/its/their tenders, as well as all other costs of
tendering for the supply/ work The OWNER shall take no liability for these costs

13.

The quotation shall contain particulars of shipping/consignment, net weight, gross


weight and package net dimensions

14.

Tenders are to be submitted in triplicate, out of which, One copy will bear the price ie
PRICED OFFER and remaining two copies will be kept blank for prices (UN-PRICED
OFFER).These should be marked as ORIGINAL and DUPLICATE .Priced and un-priced
offers should be submitted in separate sealed covers super scribing on the envelopes
as PRICED OFFER and UN-PRICED OFFER as applicable, indicating our tender Enquiry
number and due date. Further both the priced and un-priced offers should be put into
one envelope super-scribing on it our tender Enquiry number and due date. Unpriced
offer should contain complete technical details, catalogues, drawings
,deviation if any from terms and conditions and /or commercial conditions etc and
Earnest Money Deposit i.e. Bid Bond (EMD). Purchaser will not be responsible for the
EMD submitted along with in the PRICED Bid of technically unsuccessful Bidders. The
sealed tenders addressed by designation to General Manager (Materials), Indian Oil
Corporation Ltd., Pipelines Division, A-1, Udyog Marg, Sector-1, NOIDA - 201301
(U.P.), INDIA. must reach by 1400 hrs. (Indian Standard Time) on the date of
submission indicated in the tender notice. In case of any discrepancy between
Original copy and Duplicate copy, original copy will be considered for evaluation of
offer.

15.

If EMD amount is up to ` 1,00,000/- or equivalent USD, EMD shall be accepted in the


form pay order or Demand Draft or through Electronic Clearance System
(ECS)/SWIFT transfer.

16.

In case of Electronic transfer, the details of the deposit (Name of the Bank.
Transaction details etc.) shall be furnished by the bidder in the technical offer/unpriced bid.

17.

If EMD amount is more than ` 1,00,000, equivalent USD, EMD shall be accepted in
the form of Bank Guarantee also. Validity of BG in lieu of EMD shall be 3 months
beyond bid validity.
16

18.

Wherever, EMD is asked for in the tender, offers received without EMD shall be liable
for rejection.

19.

Earnest Money shall be forfeited in the following circumstances:

19.1.

In case the tenderer alters / modifies / withdraws the bid suo moto after opening the
bids (Technical bids in case of two bid system) and within the validity period. In such
a case, the tender submitted by the tenderer shall be liable to be rejected.

19.2.

In case the tender is accepted and the vendor fails to deposit the performance bank
guarantee

20.

The sealed tender must reach the tender receiving authority at the address specified
before time limit specified therein. Any tender received by owner after the date and
time for submission of tender prescribed in the tender will be liable for rejection.

21.

The main price bid will be considered for evaluation and no cognizance will be given
to the supplementary /supporting documents attached to the price bid as breakup of
prices.

22.

Corrections and alterations

22.1.

Correction /alteration should be avoided however if become unavoidable then entry


to be corrected /altered should be neatly cancelled by drawing a line through it and
making clearly and neatly the revised/corrected entry as close to the cancelled entry
as possible and unambiguously authenticated by the tenderer by his full signature.

22.2.

Overwriting and/or erasing with or by the application of correcting (white)/erasing


fluid(s) for correcting the rates is banned. Wherever the rates are corrected with
white /erasing fluid, the bids will be summarily rejected.

23.
23.1.

Rates to be quoted in Figures and Words


Tenderers shall quote in firm figures on terms and condition of tender and without
addition, subtraction, amendment or substitution or other deviation there from and
without inter-partition of any other sale condition(s) of the tender qualification.
Tenders containing qualifying expressions such as Subject to minimum acceptance
or subject to prior sale etc. shall be liable for disqualification. Each figure stated
shall also be repeated in words, If some discrepancies are found between the rates
given in words and figures of the amount shown in the tender, the following
procedure shall be applied :

23.1.1. When there is a difference between the rates in figures and words, the rate which
corresponds to the amount worked out by the tenderer shall be taken as correct.
23.1.2. When the rate quoted by the tenderer in figures and words tallies but the amount is
incorrect, the rate quoted by the tenderer shall be taken as correct.
23.1.3. When it is not possible to ascertain the correct rate in the manner prescribed above
the rate as quoted in words shall be adopted.
24.

Date of delivery

24.1.

In case of ex-works / FOR destination contract , the date of L/R /receipt at site shall
be considered as date of delivery.
17

24.2.
25.

In case of FOB /C&F contract, the date of Bill of Lading will be reckoned as date of
delivery
Addenda

25.1.

Addenda to the tender documents may be issued prior to the date of opening of the
tender /price bid to clarify/ modify specification, requirement or tender terms. All
such addendum will form part of tender documents.

26.

Tender document shall consist of the following:


i)
Notice inviting tender
ii)
Checklist for bidders
iii)
Instruction to Tenderers
iv)
General conditions of purchase
v)
Form of tender
vi)
Specifications
vii)
Schedule of rates/ Enquiry cum offer
viii) Schedule of inspection
ix)
Customers reference
x)
Any other documents which may be of interest to the purchaser.

27.

Tender is liable for rejection if the tenderer does not fill in and sign the required
Annexures, specifications, etc. as specified in the tender.

28.

Tender is liable for rejection if the tenderer submits unacceptable terms and
conditions.

29.

Tender is liable for rejection if the tenderer submits offer which is not according to
our format.

30.

Validity of offer

30.1.

The validity of irrevocable offer shall be at least 4 months from date of opening of
techno-commercial bid.

30.2.

Tender is liable for rejection if the tenderer Stipulates the validity period less than
what is stated in the Tender Form.

30.3.

In case the tenderer alters / modifies / withdraws the bid suo moto after opening the
bids (Technical bids in case of two bid system) and within the validity period, the
tender submitted by the tenderer shall be liable to be rejected

30.4.

In exceptional circumstances, the owner may solicit vendors consent for an


extension of the period of validity of offer without any deviation including change in
the prices. In such cases the vendor has to extend the validity of offer and EMD
without alteration of price or can withdraw his offer. If the tenderer still deviates or
changes price, the offer will be rejected.

30.5.

The owner reserves the right to reject the offer(s) in case tenderer(s) give suo moto
increase and not to consider suo moto reduction for evaluation.

30.6.

After opening of price bid, if a vendor increases the price, though within the validity
period and even though the offer remains lowest, the bid will be rejected, the EMD
will be forfeited and bidder debarred (Holiday listed) for future enquiries.
18

30.7.

Suo moto increase in price or withdrawing of offer within the validity period shall not
be allowed and action shall be taken to Holiday List the vendor

31.

Earnest Money Deposit (EMD)

31.1.

The tenderer as a condition for consideration of the tender shall furnish BID
SECURITY (Earnest Money Deposit) in the form of demand draft / Bankers Pay Order
drawn on a local Bank in favour of Indian Oil Corporation Ltd.

31.2.

Bank Guarantee (format enclosed in tender document) from any scheduled bank
operating in India may be furnished in lieu of if the amount of Earnest Money Deposit
is not less than `100,000/- (Rupees One hundred thousand only) or equivalent USD
value as per terms and conditions of tender notice/NIT without which the offer will be
considered as non-responsive and rejected.

31.3.

The branch issuing the Bank Guarantee shall be situated in India.

31.4.

EMD for Foreign bidder is accepted only In EURO /US Dollar /UK Pound equivalent to
the US Dollar value indicated in the tender notice.

31.5.

EMD for Indian bidders is accepted only in Indian Rupees.

31.6.

In case of Single bid system, the bidder should submit EMD in a separate cover (not
along with the techno-commercial bid).

31.7.

Tender is liable for rejection if the tenderer Does not submit acceptable instruments
towards EMD along with technical/commercial (un-priced ) bid, but submits with the
price bid in the case of Two Bid System of Tendering.

31.8.

The Bidders can remit the tender fee and EMD by way of SWIFT transfer also. The
bidders should submit a copy of their Bankers SWIFT message copy as proof of
remittance of tender fee/ EMD in a separate envelope in UN-PRICED BID. Bids
received without a copy of SWIFT MESSAGES (in case of payment by SWIFT transfer)
are liable to be rejected.

31.9.

Our bank details are as under:


Beneficiary Name :

INDIAN OIL CORPORATION LIMITED - PIPELINES


DIVISION

Account No

00000010813605396

Beneficiary Bank :

STATE BANK OF INDIA,: Corporate Account


Group II
4th & 5th Floor, REDFORT CAPITAL, Parsvanath
Tower,
NEW DELHI
INDIA
SBIN0017313

City
Country
SWIFT bank identifier
Code: ISFC

110002562
31.9.1. Remittance information should contain: Name of the tenderer, Tender No. & purposeTender Fee / EMD
MICR

19

31.9.2. Please attach a copy of your SWIFT message with the tender documents for
reference.
31.10.

The EMD will be forfeited under the following instances:

31.10.1. In case the tenderer alters / modifies / withdraws the bid suo moto after opening the
bids (Technical bids in case of two bid system) and within the validity period.
31.10.2. Successful bidder, if fails to:
i) Furnish performance guarantee in form of security deposit
ii) Accept the purchase order
32.

Disclosure on Relationship with Director

32.1.

The Vendor is required to state in his offer (as per Annexure-?) whether he is a
relative of any Director of Indian Oil Corporation Limited or the vendor is a firm in
which any Director of Indian Oil Corporation Limited or his relative is a partner or the
vendor is a private company in which any director of Indian Oil Corporation Ltd. is a
member or Director

33.

Tenderer shall clearly indicate their legal constitution and the person signing the
tender shall state his capacity as also the source of his ability to bind the tenderer.
The Power of Attorney or Authorization, or other document constituting adequate
proof of the ability of the signatory to bind the tenderer, shall be annexed to the
tender. The owner may reject out right any tender unsupported by adequate proof of
the signatorys authority.

34.

Tender is liable for rejection if the tenderer does not disclose the full names and
addresses of all his partners or Directors as applicable wherever called for in the
tender.

35.

Bidding Entity

35.1.

Bids may be submitted by:


A) A Individual (Proprietary) /Partnership/ Limited (Sole Bidder).
B) Joint Venture (JV) Company registered in India as per Company Act1956.
C) Consortium having a maximum of two members
D) Indian company wholly owned subsidiary of a foreign or Indian company on the
strength of its parent/sister company.
E) Wholly owned subsidiary of a foreign or Indian company on the strength of its
parent /sister company

35.2.

Qualification Criteria

A) Sole Bidder: - Sole bidder has to meet all criteria i.e. Technical & Financial.
B) Joint Venture (JV) Company:
20

(i)

One JV member shall meet the Technical Qualification criteria

(ii)

The other JV member shall meet the Financial qualification criteria

(iii) JV member meeting the technical criteria shall meet 60% of the financial
qualification criteria.
(iv) JV member meeting the Financial Criteria shall meet 60% of technical qualification
criteria.
C) Consortium:
(i)

Leader of Consortium shall meet the Technical Qualification criteria.

(ii)

The other member of the Consortium shall meet financial qualification criteria.

(iii) The Leader of the Consortium meeting the technical criteria shall meet 60% of the
Financial qualification criteria.
(iv) The other member of the Consortium meeting the financial qualification criteria shall
meet 60% of the Technical Qualification criteria.
D) Indian company wholly owned subsidiary of a foreign or Indian company on the strength
of its parent/sister company
A company registered in India which is a wholly owned subsidiary of a foreign or Indian
company can be qualified
(i)

Based on the qualification, technical and financial, of its parent company provided
the parent company declares under a memorandum of understanding with the
Indian subsidiary that it would be jointly and severally responsible for all the jobs
being carried out by the bidding company.
Or

(ii)

Based on the qualification, technical and financial, of its sister concern, which is
also a 100% subsidiary of parent company provided that:
(a)

(b)

Bidding entity shall enclose an agreement between them, parent company and
the sister company mentioning therein all would be jointly and severally
responsible for all the jobs carried out by the bidding company and successful
execution of job
The sister subsidiary company on its own and not through any other
arrangement like Technical Collaboration agreement meets the technical
experience criteria

E) Wholly owned subsidiary of a foreign or Indian company on the strength of its parent
/sister company
Bidding company which is a wholly owned subsidiary of a foreign or Indian company can
be qualified:
(i)

Based on the qualification, technical and financial, of its parent company provided
21

the parent company declares under a memorandum of understanding with the


Indian subsidiary that it would be jointly and severally responsible for all the jobs
being carried out by the bidding company.
Or
(ii)

35.3.

Based on the qualification, technical and financial, of its sister concern, which is
also a 100% subsidiary of parent company provided that:(a)

The bidding entity shall enclose an agreement between them, parent company
and the sister company mentioning therein all would be jointly and severally
responsible for all the jobs carried out by the bidding company and successful
execution of job.

(b)

The sister subsidiary company on its own and not through any other
arrangement like Technical Collaboration agreement meets the technical
experience criteria

Requirements for bidding entity

(A) Consortium
Tenders submitted by a Consortium of two companies (One leader and one member)
shall comply with the following requirements:
i)

Detailed Memorandum of Understanding / Consortium agreement clearly indicating


the roles and responsibilities of each member of the Consortium shall be submitted
along with the offer. In case, the Consortium is awarded the job, a duly executed
and Notarised Consortium Agreement shall be submitted before signing of
Contract agreement with the Owner.

ii)

The Consortium shall nominate one of their members to act as Leader of the
Consortium and in case the Consortium is awarded the job, all correspondence in
respect of the Contract, if any, shall be done with the Leader of the Consortium
only.

iii)

The tender shall be signed by an authorised representative of consortium members


and submitted so as to be legally binding on all the members jointly & severally.
This authorization shall be evidenced by submitting a power of attorney signed by
legally authorised signatories of all the Consortium members. The authorization will
be clearly evidenced by submitting the Article of Memorandum of company, board
resolution for authorization in favour of person signing the consortium agreement.

iv)

Each and every member of the Consortium shall be jointly and severally
responsible for successfully execution of job.

v)

The Consortium leader shall be authorised to incur liabilities and receive instruction
for and on behalf of all members of the Consortium. Payments shall be done either
to the Leader or to the Consortium members as per Detailed Memorandum of
Understanding / Consortium agreement. However, payments shall be made in line
with the modalities enlisted in the tender.

vi)

It is specifically agreed by the Consortium members that in the event of the Leader
of the Consortium running into any financial problem and/ or otherwise fails to
comply with any of Leader's obligations under the Contract at any time, other
members shall fully undertake total responsibility to provide all necessary financial
resources for the project and shall comply with all the obligations of the Leader
22

under the Contract, in addition to his own obligations, for completing the project in
time, without prejudice to the joint and several responsibilities of member and
Leader.
vii) The division in scope of job between Consortium members shall be commensurate
with their past experience. The overall Project Management shall be performed by
the Leader of the Consortium.
viii) Responsibility matrix of members of Consortium members not limited to the
following shall be furnished along with the bid:
a) Overall responsibility for execution of entire job under the contract shall be with
the Leader of Consortium.
b) Both the members of Consortium are jointly & severally responsible in terms of
tender.
c) Leader of Consortium member will provide all technical & technology support to
the Consortium.
d) Experienced technical personnel from Leader of Consortium will be stationed at
job site to provide technical support during execution of field jobs.
e) The Leader of Consortium will ensure deployment of requisite equipments
required for undertaking the different jobs as per tender requirements.
f) The correspondences for execution of job will be made with Leader of
Consortium. Leader of Consortium is to ensure its presence in progress review
meeting whenever called for by the owner.
(B) Wholly owned Subsidiary of a foreign/Indian company:Following shall be complied and necessary documents from Parent Company and sister
concern if applicable shall be submitted:
i) The jobs under consideration shall either be executed by the Parent Company / sister
concern or shall be executed under supervision and back-up of the Parent Company /
sister concern. Details of mode of job execution, manpower, machinery deployment
by the parent company / sister concern shall be furnished along with the Bid. The
parent company/sister company will provide all the resources based on which the
bidding company has been qualified. Responsibility matrix of Parent company, sister
concern & bidding company not limited to the following shall be furnished along with
the bid:
a) Overall responsibility for execution of entire job under the contract shall be with
the parent company.
b) The parent company / sister concern & bidding company are jointly & severally
responsible in terms of tender
c) Parent company / sister concern will provide all technical &technology transfer to
bidding company.
d) Experienced technical personnel from parent company or sister concern will be
stationed at job site to provide technical support during execution of field jobs.
e) The parent company / sister concern will ensure deployment of requisite
equipments required for undertaking the different jobs as per tender requirements.
f) The correspondences for execution of job will be made with bidding company.
However, parent company/ sister company is to ensure its presence in progress
review meeting whenever called for by the owner.
g) The Parent Company and sister concern shall furnish an undertaking to be jointly
and severally responsible with the subsidiary for due, proper and timely
23

performance of the Contract and discharge of liabilities of its subsidiary in the


event of the award of job to its subsidiary
36.

In all cases where the tenderer is not a manufacturer, the tender/offer shall indicate
to the proposed manufacturer(s) of the equipment/ materials tendered and shall be
accompanied by proof of the authority or person(s) tendering to bind such
manufacturer.

37.

Any effort by a bidder / bidders agent /consultant or representative to influence the


owner in any way concerning scrutiny /consideration /evaluation / comparison of the
bid or decision concerning award of contract shall entail rejection of the bid.

38.

Each tenderer/bidder shall give a declaration in the prescribed format annexed to the
Form of Tender that he/it/they is/are not under any holiday/black list declared by the
OWNER or by any Department of the State or Central Government of India or by any
other Indian Public Sector Organisation, and that there is no inquiry in respect of any
corrupt or fraudulent practice pending against him/it/them.

38.1.

In case he/it/they are under any such list, or any inquiry is pending, he/it/they shall
in the declaration give full details thereof.
Such declaration in respect of a
partnership firm or association of persons shall cover every partner or member of the
association, and in the case of Company, shall cover every Director and Principal
Shareholder of the Company and any Holding Company and/or subsidiary
Company(ies) if any.

38.2.

If a tenderer is on any such List or if any such inquiry is pending against it/him/them
or if the Bidder makes a false declaration, the OWNER reserves the right to reject the
Bid, and if the Bid has resulted into a contract, the contract is liable to be terminated
pursuant to the provisions of Clause 28.0 of the General Conditions of purchase..

39.

All information disclosed to the tenderer by way of tender document should be


considered as confidential and shall not be disclosed to any party except as
necessary for carrying out the supply/work. Necessary action on violation will be
taken in addition to his becoming liable to be Holiday listed.

40.

Tender is liable for rejection if the tenderer stipulates his own conditions.

41.

Collusive or fraudulent tenders

41.1.

In case it appears to the OWNER, after examining the tenders received, that any 2
(two) or more tenders are collusive or otherwise manipulated to the disadvantage of
the OWNER and against the spirit of ethical competition, the OWNER reserves the
right to summarily reject such tenders. It shall not be incumbent on the OWNER to
prove any collusion or other malpractice in this regard.

42.

Purchase / price preference to public sectors /NSIC registered unit will be applicable
as per Govt. of India guidelines from time to time.

43.

Tenderers should super scribe on all the mailing envelopes tender No. & due date.

44.

Bidders have to quote for full quantity .The offer which is not for full quantity will be
liable for rejection.

45.

Where delivery is of prime consideration, non-compliance of the same will be a


ground for rejection of offer.
24

46.

Telegraphic / Fax /E-Mail/ open price bid shall not be accepted.

47.

Tenderers should respond to the tender either by submitting their bids or by regret
letter explaining the reasons for non-submission of the offer. If the tenderer does not
respond against our three consecutive limited tender enquiries, the name of the
tenderer will be removed from the list of vendors.( Applicable in case of limited
tender only)

48.

The OWNER reserves the right to consider/evaluate only substantially responsive


tenders. A substantially responsive tender is one, which, in the opinion of the OWNER
(which shall be final and binding on the Tenderer(s)), substantially conforms to all
the terms, conditions, specifications and requirements of the Tender Document
without material deviations or reservations in respect of any of the following :
(a)
(b)
(c)
(d)

scope, quality or performance of the work;


OWNERs rights or the tenderers obligations under the contract as per the
tender documentation ;
Such deviations the correction of which would affect the competitive
position of other tenderers, who have submitted substantially responsive
bids ;
Any tender unaccompanied by the earnest money in a form which is not
acceptable as per the Tender Documents, or falling short of the
requirement of the Tender Document, shall be liable for rejection

49.

No credit will be given for goods offered which conform to alternative standards, even
if superior to the standards prescribed.

50.

Negotiation will not be conducted with the bidders as a matter of routine. However,
corporation reserves the right to conduct negotiations. However, negotiations will be
held with the lowest tenderer.

51.

Loading deviations to tender condition:

51.1.

The commercial conditions put forward by the tenderers shall be loaded to their
quoted cost as indicated hereunder for evaluation:
i.
ii.
iii.
iv.
v.
vi.
vii.
viii.

Delayed Delivery clause: Difference of the rate between the GPC and that offered
by the vendor shall be added to the quoted price as loading for non-acceptance
of the delayed delivery discount.
Payment Terms: In case bidders take deviations to the specified payment terms,
loading for interest implication at 1% higher than IOC's Prime Lending Rate shall
be done.
Specific Discount: Any specific discount indicated in the original offer shall be
considered to arrive at the effective price for evaluation.
Discount for prompt payment: This will not be considered for the purpose of
evaluation.
Freight components: When vendor does not mention freight component, the
same shall be considered as inclusive /nil.
Taxes & Duties: When vendor does not mention Taxes & Duties, the same shall
be considered as inclusive and Borne by vendor.
CENVAT/VAT benefit: For the purpose of evaluation of offers, Cenvat benefit on
account of excise duty /CVD /VAT will be considered for evaluation.
Royalty Inflow: In case of any benefit to IOC R&D for the usage of IOC R&D
formulations by the tenderer in the form of royalty, such royalty inflow net of
25

ix.
x.

xi.

xii.

prevailing taxes / surcharges, will be deducted from the quoted price as specified
elsewhere in the tender documents.
Inspection charges : In case a foreign vendor does not quote inspection charges
in spite of having been stipulated in the tender document to indicate inspection
charges, the same shall be considered as nil and inclusive.
Component/spares/ accessory: If a vendor doesnt quote for some
component/spares/ accessory specifically indicated in the tender for
consideration along with equipment, the same shall be considered as inclusive
and free supply
Performance bank Guarantee: In case bidder does not agree to submit PBG as
per tender requirement, their offer will be loaded with 10% of their landed cost of
the material. In case PBG is agreed for less than 10%, loading shall be for the
differential.
Transit Insurance: Transit insurance shall be done by IOCL. In case the bidder
quotes insurance charges inclusive, no rebate shall be given for the purpose of
evaluation.

52.

Currencies of Bid and Variation of Custom duty/Foreign exchange

52.1.

Indian bidders will submit bid in Indian Rupees only. For goods and services which
the bidder will supply from outside India, the prices shall be quoted in Indian
currency or in EURO/USA Dollar/GBP. The rate of exchange to be used by the bidder
for currency conversion shall be BC selling rate as published by State Bank of India..
Indian bidder may offer CIF component along with custom duty and foreign exchange
rate and amount. Variation of Custom duty and exchange fluctuation during
scheduled delivery period only and other than on raw materials will be borne by
owner. In case bidder spends less foreign exchange component for import,
Exchange/custom duty the same shall be passed on to owner.

52.2.

For foreign bidders bid prices to be EURO /USA Dollar /UK Pound.

53.

The vendor shall confirm acceptance of IOCLs GCP in totality. Any specific
deviation from the GCP shall be indicated separately.

B.

Specific Instructions for Indian Bidders

54.

Quotation

54.1.

Price shall be on FOR/FOT ex-works/destination.

54.2.

If quoted on Ex-works basis then


a.

Indicate Packing and Forwarding charges in terms of percentage on basic cost.

b.

Indicate freight charges up to the site in terms of percentage on basic cost.

c.

Indicate Inspection charges (Third party) in terms of percentage on basic cost if


included in Price. Third party Inspection will generally be carried out by the
Owner or agencies appointed by the Owner at Owners cost.

d.

Insurance will be arranged by owner.

e.

Indicate dispatching point.


26

f.

Indicate Excise duty rate. Clearly indicate whether it is included or extra.

g.

Indicate CST/local ST rate/VAT rate. Clearly indicate whether it is included or


extra.

h.

Excise duty/ Sales tax will be paid extra at actual within the contractual delivery
date, or approved extended contractual delivery time. However, the benefit of
any reduction must be passed on to IOCL
Any variation of rate in service or introduction of new tax, wherever applicable,
on material ordered, during the contractual period shall be reimbursed/adjusted
against submission of necessary document. If the above variation is made
applicable after opening of the price bid, the same shall also be reimbursed
against documentary evidence.

i.

j.

Any increase in the rates of existing taxes (including Excise Duty & Sales Tax)
beyond the contractual delivery date is to be borne by the tenderer.

55.

Evaluation of Offer

55.1.

The evaluation will be made on the basis of total landed cost at site only.
A) In case of FOR Ex-works
a)
b)
c)

Transit Insurance
@0.012%
Freight
@ 2%
Sales Tax and excise duty as applicable

B) Third party Inspection charges if included in Price will be deducted from the
price quoted for evaluation & while ordering.
C) Inspection charges if quoted Extra on actuals , when inspection charges are
asked specifically in the tender, then offer will be loaded @ -- % of basic
prices and reimbursement will be made on actual subject to maximum -- %

56.

Payment Terms:

56.1.

90% payment against despatch documents through Bank. Balance 10% within 30
days after receipt and acceptance of material at site. All payments shall be made in
Indian Rupees. Bank charges of owners Banker will be on owners account. Bank
charges of vendors Banker will be on vendors account. Payment as above can be
made by directly submitting despatch documents to the payment releasing office
without routing through bank.

56.2.

Payment can be made through e-payment mode also. For this purpose, bidder shall
give their consent along with their bank particulars as per enclosed format at
Appendix-A.

57.

PAN and Sales Tax Registration No.

57.1.

The tenderer(s) shall indicate his/their Permanent account Number (PAN) and Sales
Tax Registration number in the form of information about tender annexed to the form
of tender. In the absence of the same, the tender shall be liable to be rejected.
27

58.

The bidder if it is a Micro, Small Or Medium enterprise as per the Micro, Small
& Medium Enterprises Development Act,2006 (MSMED Act 2006) and
registered with the Authorities under the above Act for the items/ services
under procurement in this tender, then party has to indicate the
Entrepreneurs Memorandum number (Twelve Digit) and enclose a copy the
certificate issued by the Authorities under the Micro, Small & Medium
enterprises Development Act 2006.

59.

All the payments in Indian Rupees (other than against dispatch documents
through bank) will be released through e-banking only. The successful bidder
should provide their bank details as per the annexed format at the time of
acceptance of Purchase Order.

C.

Specific Instruction for Foreign Bidders

60.

Quotation

60.1.

Price shall be on FOB /C & F and shall


a)
b)
c)
d)
e)
f)
g)
h)

Indicate Packing and Forwarding charges in terms of percentage of quoted FOB


price.
Indicate Inspection charges (Third party) in terms of percentage of quoted FOB
price. or included in the quoted FOB price.
Indicate freight charges up to destination PORT or included in the quoted FOB
price
Insurance from Port of Exit to Port of Discharge will be arranged by owner.
Indicate dispatching point.
In case of ocean import, offers should be on FOB major international Gateway
Sea port of exit basis. However, bidders shall quote firm ocean freight charges
up to designated port of entry in India.
Name of sea port must be mentioned by the vendor. Terms such as any USA
sea port or any European sea port should not be quoted.
In case of air cargoes, offers should be on FCA major international gateway of
exit basis. Offers from smaller airports or any airport should not be quoted.

61.

Evaluation of Offer:

61.1.

The evaluation will be made on the basis of total landed cost at site only. Foreign
currencies will be converted on the basis of BC selling rate of State Bank of India as
on the date of opening of price bid.

61.2.

In case of FOB /C&F price, following will be added to arrive at total landed cost
a) Port handling charges
b) Marine Insurance
c) Inland freight
d) Custom duty as applicable

@ 2 % on FOB cost
@ 0.3 % on total C&F cost
@ 2% on FOB cost

61.3.

Inspection charges if quoted Extra on actuals then offer will be loaded @ - % of


basic prices and reimbursement will be made on actual subject to maximum - %

62.

Payment Terms:
28

62.1.

100% payment against presentation of shipping document through irrecoverable


letter of credit to be established through Indian scheduled Bank on its branch at
Vendors country. In case confirmed L/C is required by vendor, the same has to be
mentioned and vendor has to confirm that L/C confirmation charges will be borne by
Vendor.

63.

Dealing with Indian agents

63.1.

The Owner will deal with the Bidders on principal to principal basis, without
involvement in any manner in India or abroad of any agent or consultant or associate
or other person howsoever described. However, in case Bidder insists having an
agent / consultant or representative howsoever described (other than a permanent
employee of the Bidder or a representative stationed with the permission of the
Reserve Bank of India and other concerned authorities), the Bidder shall at the time
of submission of the offer disclose full particulars / description of such agent /
consultant or representative howsoever described together with the precise role of
such person or persons: commission, remunerations or charges agreed to be paid to
them: the manner of payment: approval or registration of agreement / arrangements
between the Bidder and such agent or consultant or representative or retainer or
associate or servicing facility with all concerned authorities including Central Govt. /
Reserve Bank of India/DG&D: and Permanent Income Tax Account Number of the
Agent in India.

63.2.

It may, however, be noted that the role of the agent in relation to this tender will be
limited to the following:
i)

Intimating publication of NIT:

ii)

Obtaining the tender documents on behalf of bidder by payment of the


prescribed tender fee whenever required and mailing the tender documents to
the bidder:

iii)

The bidder are required to send their bids directly to Owner and as such bids
through agents in India will not be entertained. However, if the bidder intends
to use their agent only to ensure its safe delivery to Owner: they are allowed to
do so, provided the bid documents are put by the bidder in a sealed cover
addressed to Owner prior to handing over to their agent for its delivery to
Owner.

iv)

Attending the tender opening provided such agent has a power of attorney /
letter of authority authorizing him to attend the tender opening on behalf of the
bidder. Provided further that such a power of attorney / letter of authority is
submitted to owner prior to the time and date of opening for scrutiny and
acceptance or otherwise.

v)

Making arrangements for local travel and stay etc. of their principals for their
meetings, visits, presentations, seminars etc. in India.

vi)

Advising Principals on local laws, rules, regulations, tax liabilities and restriction.

vii) In respect of Service Contracts and Turnkey projects helping the principals in
making other local arrangements for customs clearance, warehousing and other
local inputs:

29

viii) In respect of equipments requiring after sales technical services of substantial


nature maintaining requisite infrastructure.
63.3.

The bidders may note that the agents in India will not be allowed to perform any
other role:

63.4.

Further, it may be noted that any remuneration of commission or charges agreed


between the bidder and such agent / consultant / representative etc. should be
payable only in non-convertible Indian Currency in India in the event of the bid being
accepted the Owner shall pay the amount equivalent to the commission or charges of
such agent / consultant / representative in Indian Currency (TT selling rate) against
the price payable under the contract from the payment to bidder.

63.5.

The bidder shall be obliged to inform all changes in the terms of appointment /
payment between the bidder and such agent / consultant / representative.

63.6.

If at any stage prior to the award of the work or after the award or after completion
of work it transpires that any information or particulars furnished by the bidder are in
any manner incorrect then the Owner shall without prejudice to any other of its
rights, have the option to exclude the bidder from consideration , cancel the contract
if awarded without prejudice to right to recover all losses and damages and
compensation for all consequences and prohibit the bidder from participating in or
continuing with any other bid or contract.

64.

The tenderer shall indicate in his quotation the country of origin of each item
of equipment offered.

65.

In case of wooden packing material, the same must conform to requirements


under Plant Quarantine (Regulation of Import into India) order.

30

Instructions to Tenderers for participation in e-tendering


1. Indian Oil Corporation Ltd. has developed a secured and user friendly system which will
enable Vendors / Bidders to Search, View, Download tenders directly from Indian Oil
Corporation Ltd., secured website and also enables them to participate and submit Online
Bids on the e-tendering site https://iocletenders.gov.in directly from the website in secured
and transparent manner maintaining confidentiality and security throughout the tender
evaluation process and award
2. Bidders are requested to read following conditions in conjunction with various conditions,
wherever applicable appearing with this bid invitation for e-tendering. The conditions
mentioned here in under shall supersede and shall prevail over the conditions enumerated
elsewhere in the tender document.
3. How to submit On-line Bids / Offers electronically against e-tendering?
3.1.

Vendors / Bidders are advised to read the following instructions for participating in
the electronic tenders directly through internet:

i)

Late and delayed Bids / Offers after due date / time shall not be permitted in etendering system. No bid can be submitted after the last date and time of submission has
reached. (However if bidder intends to revise the bid already submitted, they may
change / revise the same on or before the last date and time of submission of bid).
The system time (IST) that will be displayed on e-tendering web page shall be the
time and no other time shall be taken into cognizance.

ii)

Bidders are advised in their own interest to ensure that bids are uploaded in etendering system well before the closing date and time of bid.

iii)

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

iv)

No physical bids / offers along with electronic bids / offers shall be permitted.

4. What is a Digital Signature? Or (Digital Signature Certificate DSC)


4.1.

This is a unique digital code which can be transmitted electronically and primarily
identifies a unique sender. The objective of digital signature is to guarantee that the
individual sending the message is who he or she really claims to be just like the
written signature. The Controller of Certifying Authorities of India (CCA) has
authorized certain trusted Certifying Authorities (CA) who in turn allot on a regular
basis Digital Certificates, Documents which are signed digitally are legally valid
documents as per the Indian IT Act (2000).

5. Why is a Digital Signature required?


5.1.

In order to bid for Indian Oil e-tenders all the vendors are required to obtain a
legally valid Digital Certificate as per Indian IT Act from the licensed Certifying
Authorities (CA) operating under the Root Certifying Authority of India (RCAI),
Controller of Certifying Authorities (CCA) of India. The Digital Certificate is issued
by CA in the name of a person authorized for filing Bids / Offers on behalf of his
31

Company. A Vendor / Bidder can submit their Bids / Offers On-line only after
digitally signing the bid / documents with the above allotted Digital Signatures.
5.2.

For more information on DSC or how to obtain a DSC, please follow the link
Information About DSC on the home page of our e-tender portal.

5.3.

Use the class 2 or class 3 Digital Certificate thus obtained for online bidding on
Indian Oil e-tendering site

6. Pre-Bid Conference
6.1.

Any queries in connection with the bid should be posted prior to pre-bid conference
(if scheduled) on the private folder of the vendors private area in Indian Oils
portal. Replies to the queries shall be deliberated / discussed during the pre-bid
conference and the same shall be posted on the portal to enable viewing by all.
Further, during the pre-bid conference, Indian Oil may also arrange demonstration
of the e-tendering system to the vendors present and who may be interested in
attending the same.

7. Submission of Documents
7.1.

7.2.

The Price Bid and Unpriced Technical Bids have to be submitted online only.
However, documents which necessarily have to be submitted in originals like EMD
and any other documents mentioned in the tender documents have to be submitted
offline. Prices should not be submitted in a sealed envelope. Indian Oil shall not be
responsible in any way for failure on the part of the bidder to follow the instructions.
It is advised that the bidder uploads small sized documents (preferably upto 4 MB)
at a time to facilitate in easy uploading into e-tendering site. Indian Oil does not take
any responsibility in case of failure of the bidder to upload the documents within
specified time of tender submission.

8. Submission and Opening of Bids


8.1.

Bid along with all the copies of documents should be submitted in the electronic form
only through Indian Oil e-tendering system.

8.2.

Before the bid is uploaded, the bid comprising of all attached documents should be
digitally signed using digital signatures issued by an acceptable Certifying Authority
(CA) in accordance with the Indian IT Act 2000.

8.3.

The Authenticity of above digital signatures shall be verified through authorized CA


after bid opening and in case the digital signature is not authorized / valid, the bid
will be rejected. Bidder shall be responsible for ensuring the validity of digital
signatures and proper usage of the same by responsible persons who can bind the
bidder. Power of attorney of the signatory, issued by the bidding company should be
submitted along with other documents as per tender conditions in physical form.

9. Last Date for Submission of Bids


9.1.

Bidders are advised in their own interest to ensure that bids are uploaded in etendering system well before the closing date and time of bid.

9.2.

Vendors / Bidders must use any computer having Windows 2000 or Windows XP
versions or higher of Window operating system and an internet web browser version
internet explorer V6.0 or higher recommended.
32

10. General
10.1. Indian Oil Corporation Ltd. invites sealed bids under two bid system from vendors
meeting the Bidders Eligibility Criteria as stated in the detailed RFQ/Bid Document
attached.
10.2. Mode of tendering: e-Tendering (Physical Bids will not be accepted)
10.3. Bid has to be submitted through our e-Tendering website https://iocletenders.gov.in.
Bidders shall submit (upload) their Technical bid i..e Un-priced Bid in Collaboration
Folders of e-tendering system and upload filled in Price Bid ( BoQ) as attachment.
10.4. The price bid - (BOQ) which is a Microsoft Excel attachment shall be downloaded
and quote their prices strictly as per the format without altering any of its
content/format.
10.5. Bids should be valid for 4 months from the bid due date. Only the Bids submitted on
our e-tendering system will be considered for evaluation.
10.6. Physicals Bids sent through Fax / E-mail / Courier / Post will not be accepted.
Bidder(s) are advised to quote strictly as per terms and conditions of the tender
documents and not to stipulate any deviations / exceptions.
11. Bill of Quantity (BoQ)
11.1. The Schedule of Rates under e-tender is called Bill of Quantity (BoQ), which is a
Microsoft Excel file.
11.2. No change in BoQ is permitted and any change in BOQ format will make the offer
liable for rejection.
11.3. Bidder shall take utmost care in filling in the BoQ. Please follow the instructions in
the BoQ strictly.
11.4. Bidder shall put the correct inputs in the BoQ as required, only in the designated
non-greyed cells. Special care shall be given to make entry in the requested format
(eg. In % or in absolute value as the case may be.) No cognizance shall be given for
any wrong entry in the BoQ.
11.5. In case of Global tenders, Indigenous bidders shall select INR against currency
type to be quoted, where as foreign bidder shall select currency in the
corresponding column and subsequently select the choice of currency from the field
in row 4.
11.6. Uploading of Scanned copy of BOQ is not acceptable and such bids shall be
summarily rejected.
11.7. Bidder shall solely be responsible for the correctness of rate/data entered in the BoQ.
11.8. Bidder shall submit a scanned copy of the BoQ indicating quoted /not quoted in
all the cells required to be filled. The scanned copy of the unpriced BoQ shall be
uploaded along with the technical bid.
33

Special Instructions to the Bidder for participating in e-Tender


Indian Oil Corporation Ltd. has developed a secured and user friendly e-Tendering system
through National Informatics Center (NIC), which enables Vendors / Bidders to Search,
View, Download tenders directly and also, enables them to participate & submit online bids
on the e-Tendering site https://iocletenders.gov.in in a secured and transparent manner
maintaining confidentially and security throughout the tendering process.

Bidders are advised to download Notice Inviting Tender along with other tender documents
from the e-Tendering portal https://iocletenders.gov.in free of cost using their digital
signature & registered used ID. The tender should be submitted online on our e-Tendering
portal only. EMD / any other document(s) as per Tender (to be submitted in original) must
be submitted before the due date and time failing which the bid shall be summarily rejected.
Vendor should have a legally valid Class 3 Digital Certificate as per Indian IT Act from the
licensed Certifying Authorities operating under the Root Certifying Authority of India (RCAI),
Controller of Certifying Authorities (CCA) of India (For details regarding Digital Certificate
Provider please refer to Point 8 of Information about DSC on the home page). All
interested bidders are requested to register themselves using the link Online Bidder
Enrollment on the home page and enroll their digital certificate during their first login
attempt.

It is advised to take extreme precaution while mapping digital certificate to a


particular user profile. Once a digital certificate is enrolled to a user account, it
cannot be used for any other registration in the system.
Bidders are requested to read following conditions in conjunctions with various conditions,
wherever applicable appearing with this bid invitation for e-Tendering.
The conditions mentioned herein under shall supersede and shall prevail over the
contradicting conditions (if any) mentioned elsewhere in the tender documents.
1.0

Procedure to submit On-line Bids

34

For this purpose, Vendors/Bidders are advised to read the instructions available in the
homepage of the portal where detailed procedure for submission of bids is available under
the section Bidders Manual Kit.

2.0

System Generated Communication(s)

The alerts / reminders in the form of SMS / e-Mail are given to bidders by the system at
various stages of tender as mentioned below:

o Reminder for Registered Digital Certificate Expiry before 30 days;


o Issuance of Limited Tenders to the selected bidders;
o Change in Password;
o Bids uploaded but Freeze button not clicked;
o On issuance of Corrigendum if the tender is downloaded from DSC Registered
Account/ made it favorite;

o Posting of any Techno-Commercial Query by the department;


o Date and Time for Opening of Price Bid to all technically accepted bidders ;
o AOC to successful bidder(s).
Please note, communication alerts in the form of e-Mail/SMS will be sent to the bidder if and
only if
His/her e-Mail/Mobile No. registered in the portal is correct and latest.

In addition to the above communication, the information is updated in portal under Pending
section of Dashboard like:
a)

Limited Tender(s) to be made as favorite;

b)

TQ/CQ to be responded;

c)

Bids to be frozen;

All bidders must login and visit their DASHBOARD section on regular basis to get the timely
updates related to the pending activities as mentioned above at their end to act timely even
if they have missed any communication sent in the form of e-Mail / SMS by system.
3.0

Tender Search

All tenders available on the website can be searched by using the Search Active Tenders
menu under Bidders profile. Use any of the searching criteria to search your
35

tender. For a refined search, enter Work Title under Keywords and click Submit. The
intended tender(s) should be checked and saved as Favorite by clicking on the check box.
The bid submission process will start by clicking the menu My Tenders.
4.0

My Documents

Provision of My Documents is available to bidders for uploading frequently required


documents in advance.
However, Uploading of any document in My Documents does not imply that the same is
submitted along with any tender.
5.0

Price Bid

Price Bid (BOQ) as given in the tender must be downloaded and saved at bidders local PC /
Laptop without any change. Bidders shall fill the required details/prices in BOQ, save it and
upload the filled-in BOQ in the portal.
6.0

Tampering of Documents

The following shall be considered as Tampering of documents:

o Submission of Scanned copy or Photocopy of Price bid (BOQ);


o Submission of any file other than original Price Bid (BOQ);
o Insertion of additional sheet(s);
o Change in content or context of the original file;
o Protection of Workbook over and above Sheet Protection done by IOCL.
Such bids will be summarily rejected at the time of evaluation.
7.0

Uploading and Confirmation

Bid along with all the copies of documents should be submitted in the electronic form only
through Indian Oil e-Tendering system. Bidder has to ensure that their bid submission is
complete in all respect by clicking on the FREEZE BID SUBMISSION button. Any revision
or amendment in bid shall be possible after bid submission only upto the due date and time
of submission of tender. Bidder in turn will receive an acknowledgement against his/her bid
submission. Successful submission of bid can also be verified under My Bids section.
8.0

Help Desk
36

Bidders may contact the following resource persons for any assistance required in this
regard.

Mr. Ravi

Kolkata

08981665512

Mr. Deepak

Mumbai

09820177883

Mr. Shashi

Noida

08130634323

Mr. Lalit

Mumbai

09004536892

Mr. Sawan

Noida

08130269544

Mr. Manu

Gurgaon

01242861244

Mr. Vikrant

New Delhi

01242861318

Mr. Ankit

Gurgaon

01242861317

HelpDesk Tel. No. :

+91-22-26447708

HelpDesk Email-id :

ethdmkhonic@indianoil.in
etenderinghelpdesk@indianoil.in

Business Hours: Mon Fri, 09:00 to 16:00 Hrs India Time (IST) (GMT + 5:30 Hrs)

9.0

Special Note
Bids can only be submitted / resubmitted before the last date and time of submission as
per tender.

The system time (IST) displayed on e-Tendering web page shall be considered as the
reference time for all transactions and no other time shall be taken into cognizance.

Bidders are advised in their own interest to ensure that bids are uploaded and submitted
successfully in e-Tendering system well before the closing date and time of bid.

No physical bid shall be accepted except the documents as specified in tender.

Indian Oil does not take any responsibility in case bidder fails to upload the documents in
the portal within specified time.

Bidders are requested to provide correct/latest e-Mail address and Mobile No. for
receiving updates related to e-tender from time to time.

for and on behalf,


Tender Inviting Authority,
Indian Oil Corporation Limited

37

Pipelines

GENERAL CONDITIONS OF PURCHASE

DEFINITIONS
1.1.

The following expressions used in the Purchase Order shall have the meaning indicated
against each of these.

1.1.1.

The Owner means Indian Oil Corporation Ltd., a company incorporated in India having its
registered Office at G-9, Ali Yavar Jung Marg, Bandra (East), Mumbai 51 acting through the
office of the Director (Pipelines), A-1, Udyog Marg, Sector 1, Noida 201 301, and shall
include its successors and assignees.

1.1.2.

Goods/Equipments/ Materials: Goods /Equipments/ Materials shall mean any of the


articles, materials machinery equipments, instruments, computer, control and other electronic
and electrical systems, supplies, drawings, software, data and other property and all services,
including but
not limited to design, delivery, installation, inspection, testing and
commissioning specified or required by the owner and shall include parts, components,
assemblies and sub-assemblies thereof.as per the Purchase Order.

1.1.3.

Vendor: Vendor shall mean the person, firm, company or Corporation or the successor
thereof, to whom the Purchase Order is issued.

1.1.4.
1.1.5.
1.1.6.

Inspector: Inspectors or representatives deputed by Owner.

1.1.7.

Contract shall mean the contract as derived from:


i) The Tender Documents;
ii) Agreed Variations to the Tender Documents;
iii) Vendors Priced bid; and
iv) The Purchase Order.

1.1.8.

Contract Document(s) shall mean individually and collectively the documents constituting
the contract.

1.1.9.

Free Issue Material(s) means any equipment, parts or components or spares to be supplied
by Owner to the Vendor which are to be incorporated in any supply of Indigenous Material(s).

1.1.10.

Purchase Order or Order means Owners acceptance of the Vendors offer/bid and
includes any formal or detailed Purchase Order issued by Owner pursuant to the acceptance
of the bid.

1.1.11.

Tender Documents with reference to the Purchase Order mean:

Project: Pipeline Project or Pipeline Unit of Indian Oil Corporation Limited (Pipelines
Division) for which the Material(s) is/are required.

(i)
(ii)
(iii)
(iv)
(v)
1.1.12.

Material Requisition/Request for Quote;


General Terms and Conditions of Purchase;
Technical Specifications;
Special Conditions of Purchase ( if any);
Addendum(a) (if any) to the Tender Documents.

Total Contract Value or Total PO Value means total value of the Material(s) and services
to be supplied as specified in the Purchase Order, exclusive of reimbursable taxes and duties
38

1.1.13.

2.0

Stipulated Delivery Period means the date(s) for delivery of the Material(s) as stipulated in
the Contract and failing such stipulation, shall mean the date(s) for such delivery(ies) as
agreed between the Vendor and the Owner.
Interpretation of Contract Documents

2.1.1.

The several Contract Documents forming the Contract are to be read together as a whole
and are to be taken as mutually explanatory.

2.1.2.

Should there be any doubt or ambiguity in the interpretation of the Contract Documents or in
any of them, the Vendor shall prior to commencing the relative supply or work for supply
under the Contract apply in writing to Owner for resolution of the doubt or ambiguity. Should
the Vendor fail to apply to Owner within 7 days from the date of receipt of the Order for its
clarification as aforesaid, the Vendor shall perform the relative work and/or make the relative
supply at his own risk.

2.1.3.

Any item of supply or service relative thereto shown, indicated or included by expression or
implication in any document forming part of the Contract shall be 5 deemed to form part of
the Scope of Supply with the intent that the indication or inclusion of the supply or service
within any of the said documents shall be a sufficient indication of the Scope of Supply or
service covered by the Contract.

2.1.4.

No verbal agreement or assurance, representation or understanding given by any employee


or officer of Owner or so understood by the Vendor shall anywise bind Owner or alter the
Contract Documents unless specifically given in writing and signed by or on behalf of Owner
as an Agreed Variation to the relative term(s) in the Contract Document(s).
Clause headings given in this or any other Contract Documents are intended only as a
general guide for convenience in reading and segregating the general subject of the various
clauses, but shall not govern the meaning or import of the clauses there under appearing or
confine or otherwise affect the interpretation thereof.

2.1.5.

3.0
3.1.1.

Irreconcilable Conflicts
Subject to the provisions of Clause 3.0 hereof, in the event of an irreconcilable conflict
between the provision of these General Terms and Conditions of Purchase and/or the
Special Conditions of Purchase and/or Addendum (a) and/or the Agreed Variations to the
Tender Documents and/or the Purchase Order and/or between any of the other said
documents so that the conflicting provision(s) cannot co-exist, to the extent of such
irreconcilable conflict, the following order of precedence shall apply so that the conflicting
provision(s) in the document lower in the order of precedence set out below shall give way to
the conflicting provision(s) in the document higher in the order of precedence, namely:
(i)
(ii)
(iii)
(iv)
(v)
(vi)

4.0
4.1.1.
5.0

Agreed Variations to the Tender Documents;


Purchase Order;
Addendum(a) to the Tender Document;
Special Conditions of Purchase;
General Conditions of Purchase;
Other Contract Documents.

Reference for Documentation:


Purchase Order No. must appear on all correspondence, drawings, invoices, shipping
documents, packing and on any documents connected with the order.
Confirmation of Purchase Order:

39

5.1.1.

6.0
6.1.1.
7.0
7.1.1.

8.0

The Vendor shall acknowledge the receipt of the Purchase Order within 10 (ten) days
following the mailing of the order and shall thereby confirm his acceptance of the purchase
order in its entirety without exceptions.
Sales Conditions:
With Vendors acceptance of provision of the Purchase Order he waives and considers as
cancelled any of his general sales conditions.
Entire Contract:
The terms and conditions of the purchase order with specifications drawings and other
attachments annexed thereto, constitute the entire contract between the parties hereto.
Changes will be binding only if the amendments are made in writing and signed by an
authorised representative of the owner and the Vendor.
Inspection Checking Testing:

8.1.1.

The equipments/ materials or workmanship covered by the Purchase Order are subject to
inspection and testing by Inspectors at any time prior to shipment and/ or despatch. Such
inspectors shall have the right to carry out the inspection and testing at any stage which will
include the raw materials, at manufacturers shop and at Fabricators shop and at the time of
actual despatch before and after completion of packing.

8.1.2.

All tests, mechanical and others and particularly those required by relevant codes will be
performed at the Vendors expenses and in accordance with the Inspectors instructions. The
Vendor 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
or any other Agency, as may be required.

8.1.3.

The salaries and fees of Inspectors and their travelling, lodging and boarding expenses will
not be borne by the Vendor unless inspections become infructuous due to any omission or
commission on the part of the Vendor. Before shipping or despatch, the equipments/
materials will have to be checked and stamped by Inspectors who are authorised also to
forbid the use and despatch of equipments/ materials which during tests and inspection fail to
comply with the specifications, codes and testing requirements.

8.1.4.

The Vendor will have to:

8.1.4.1.

Inform Owner/ Owners Inspector at least eight days in advance the exact place, date of
time of rendering the equipments/ materials for required inspection;

8.1.4.2.

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

8.1.5.

It shall be the responsibility of the Vendor to ensure that only such materials as have been
duly inspected and approved by the nominee of the Owner are shipped and to furnish a
certificate as under: Certified that the materials have been duly inspected and approved by
the prescribed authority in accordance with the terms of the contract and a copy of the
Inspection Certificate in this behalf is enclosed.

8.1.6.

Even if the inspections and tests are fully carried out, Vendor is not absolved to any degree
from his responsibilities to ensure that all equipments and materials supplied comply strictly
with requirements as per purchase order during manufacturer, at the time of delivery, and
after its erection or startup and guarantee period as stipulated in Clause 30.0 hereof.

40

8.1.7.

The Vendors responsibility will not be lessened to any degree due to any comments made
by Owner/ Owners representatives and inspectors on the Vendors drawings or
specifications or by Inspectors witnessing any chemical or physical tests. In any case, the
equipments must be in strict accordance with the purchase order and or its attachments
failing which the owner shall have the right to reject the good and hold the Vendor liable for
non-performance of contract.

8.1.8.

The materials shall be manufactured at the place named in the quotation or at such place or
places as may be approved by the Owner.

9.0
9.1.1.

10.0
10.1.1.

11.0
11.1.1.
12.0
12.1.1.

13.0
13.1.1.

14.0

Expediting:
Owner/ Owners representatives, where-ever assigned to expedite both manufacture and
shipment of equipment/ materials covered by the Purchase Order, shall have free access to
Vendors shop and or sub-suppliers shop at any time and they shall be provided with all the
necessary assistance and information to help them perform their job. Vendor shall furnish all
document such as but not limited to schedule/PERT chart testing and delivery programme
and any other information as may be called for.
Weights and Measurements:
The shipping documents, invoices, packing lists and all other relevant documents shall
contain the same units of weights and measurements as given in the Owners Purchase
Order.
Economic Transportation
The equipments/ materials are to be consigned by the most economical and expeditious
mode of transport to the consignee and Indian Port as specified in the Purchase Order.
Oil & Lubricants:
The first filling of oils and lubricants for every equipments shall be included in the price. The
Vendor shall also recommended the quality and quantity of oils and lubricant required for one
years continuous operations.
Spare Parts:
The Vendor must furnish itemised and price list of spare parts required for two years
operation of equipments. The Vendor shall provide the necessary cross sectional drawings
to identify the spare parts numbers and their location as well as in interchangeability chart.
Packing & Marking:

14.1.1.

Indigenous Supply:

14.1.1.1.

All containers in which the materials are supplied (including packing cases, boxes etc.) by
the supplier shall be considered as non-returnable and their cost as having been included in
the contract prices unless specifically mentioned in the contract otherwise.

14.1.2.

Imported Supply:

14.1.2.1.

Foreign Equipments/ materials shall be suitably packed in weatherproof seaworthy packing


for ocean transport under tropical conditions and for rail or road or other appropriate transport
in India. The packing shall be strong and efficient enough to ensure safe preservance up to
the final point of destination. In case of wooden packing material, the same must conform to
requirements under Plant Quarantine (Regulation of Import into India) order.
41

14.2.

Equipments/ materials shall be protected by suitable coats of paint and all exposed metallic
parts protected from rust by application of rust preventive as may be necessary. All
machinery surface shall be suitably protected.

14.2.1.

All fragile and the exposed parts will be packed with care and the packages shall bear the
words, WITH CARE, GLASS FRAGILE, DONT ROLL THIS END UP, THIS END DOWN, in
English.

14.2.2.

Packaged equipment / material showing damages resulting from improper packing material /
packing procedure or having concealed damages or shortages at the time of opening of
packages shall be to the suppliers account.

14.2.3.

Attachments and spare parts of equipment and all small pieces shall be packed separately in
wooden cases with adequate protection inside the case and suitably tagged with
identification of main equipment items denomination and reference no. of respective
assembly drawings

14.2.4.

All equipments/ materials shall be marked with strips bearing progressive numbers. In case
of bundles the shipping marks shall be embossed on metal or similar tag and wired securely
on each side.

14.2.5.

All nozzles, holes and openings as also all delicate surfaces, shall be carefully protected
against damage and bad weather. Flange faces of all nozzles shall be protected by blanks.

14.2.6.

All manufactured surface shall be painted with rust preventing paint.

14.2.7.

All threaded fittings shall be greased and provided with plastic cap.

14.2.8.

All small pieces shall be packed in case.

14.2.9.

The vendor shall be held liable for all damages or breakage to the goods due to defective or
insufficient packing as well as for corrosion due to insufficient greasing/ protection.

14.2.10.

On three sides of the packages, the following marks shall appear clearly visible in indelible
paint and on Vendors care and expenses.
------------------- Pipeline Project
From
For
Order No.
Rev. No.
Item
Equipment Nomenclature
Net Weight
Gross Weight
Case No.
Dimensions

14.2.11.

:
:
:
:
:
:
:
:
:
:

of Total Cases:

For every order and every shipment, packages must be marked with serial progressive
numbering. All cases will bear warning signs on the outside denoting the centre of gravity
and sling marks. Specific marking for sling should be provided for all heavy lifts weighing 5
tonnes and above. Top Heavy containers will be earmarked as either Top Heavy or Heavy
Ends. All packages that requires special handling and transport should have their centres of
gravity and points at which they may be gripped clearly indicated and marked, ATTENTION
SPECIAL LOAD HANDLE WITH CARE IN ENGLISH LANGUAGE.
When packaging
material is clean and light colour, a dark black stencil paint shall be acceptable. However
where packaging materials is soiled or dark, a coat of flat zinc white paint shall be applied
42

and allowed to dry before applying the specific markings. A distinct colour splash in say redblack around each package/ crate/ bundle shall be given for identification.
14.2.12.

15.0
15.1.

In case of large equipments like vessels, heat exchangers etc. documents contained in the
envelopes shall be fastened inside a shell connection with an identifying arrow sign
DOCUMENT applied with indelible paint.
Shipment / Consignment:
Indigenous Supply

15.1.1.

The vender shall make dispatch only after inspection, testing and release order / material
acceptance certificate issued by owner unless otherwise specially advised in writing. In the
event of vendor having been advised to hold the materials/equipments for any reason
whatsoever the vendor shall hold the material in his/its warehouse for at least 30 days without
any compensation or without any prejudice to any reduction in price already accrued on
account of delays.

15.1.2.

Vendor shall exercise due care and ensure that consignment (s) are booked under
appropriate railway classifications failing which any additional freight incurred by Owner shall
be to Vendors account. Goods shall be consigned in the name of consignee to be informed
by Owner in due course of time or along with Purchase Order. Goods shall be dispatched by
most economical and expeditious mode of transport to the destination.

15.1.3.

Owner reserves right to advise any change in dispatching / destination / mode of transport as
may be required. Any extra expenditure on this account will be reimbursed by Owner on
submission of satisfactory documentary evidence / as finalised within 10 days from the date
when change is ordered.

15.1.4.

Vendor will be responsible to bear all expenses which may arise due to
improper /
insufficient / defective documentation while dispatching materials / advising Owner according
to the terms of the Contract. Similarly, Vendor shall be responsible for the delay and / or
demurrage in clearance of the consignment due to delay in transmittal of the proper / needful
documents.

15.1.5.

The materials to be despatched through a transporter registered as per Carriage by Road Act
2007 and Carriage by Road Rules, 2011. The Consignment Note/ Lorry receipt must carry
the registration number as per the rules stated in The Carriage by Road Rules, 2011.

15.2.

Imported Supply

15.2.1.

The vendor shall make shipment only after prior approval of owner otherwise specially
advised in writing. All shipments of equipments/ materials shall be made in the Indian Flag
Vessel/ Vessels belonging to Conference lines having Indian participation. The Vendor shall
arrange with Vessels Owners or Forwarding Agents for proper stowage of the entire cargo
intended for the Project in a specific manner so as to facilitate the handling and off loading at
the port of destination and to avoid any over carriage at the port of discharge. All shipments
shall be under deck, unless carriage on deck is unavoidable.

15.2.2.

In case of FOB contract


(A) Ocean shipping arrangement shall be made by:
Asstt. Shipping Officer
Transchart,
Ministry of Shipping
43

Room No. 539, Parivahan Bhavan


1, Parliament Street
New Delhi 110001
Tel 011 23719480, Fax: 011 23718614, e-mail:aso1@hub.nic.in
Through their authorised forwarding agents as mentioned in P.O. terms & conditions.
15.2.3.

Air shipment arrangements shall be made by our authorised Freight Forwarder as indicated
in the Purchase Order.

15.2.4.

Vendor shall furnish to the authorised agents the full details of consignments such as outside
dimensions, weights/ both gross and net, No. of packages, technical descriptions and
drawings, name of Vendor, port of loading etc. 30 days advance notice shall be given by
Vendor to enable the concerned agency to arrange vessel/carrier/shipping space. Copy of
this notice should be sent to the office that issued the Purchase Order as well as to the
respective Port Office.

15.2.5.

Export Licence, if any, required from the Government Authorities of the country of origin shall
be obtained by the Vendor.

15.2.6.

The Vendor shall inform owner sufficiently in advance about shipment of equipment with full
particulars. As soon as any shipment is made, the Vendor shall send advance information by
way of Fax/e-mail to Owner {Fax: (0091) 120 2448024, e-mail as indicated in the PO} giving
order reference, particulars of the shipments, Vessels name, port of shipment, bill of lading
No. and date, number of package, gross weight, total FOB value with confirmation copies by
post.

16.0

Shipping Documents:

16.1.1.

For Indigenous Supply:

16.1.1.1.

Vendor shall send documents listed below as applicable in indicated number of sets, unless
otherwise indicated in purchase order, so that they are received at least three days before
receipt of material.
1.
Invoice.
3 copies
2.
Packing list
3 copies
3..
Manufacturers Guarantee Certificate
3 copies
4.
Drawing/ Catalogue
3 copies
5.
Vendors Certificate of inspection
3 copies
6.
Despatch clearance
3 copies
7.
Any additional documents required to be furnished for receiving payment under the
contract.

16.1.1.2.

If as per the terms of L.SC or otherwise, the complete original set of documents are required
to be sent to owner through bank, the distribution indicated will confine to copies of
documents mentioned above.

16.1.1.3.

The consignment unless notified separately, shall indicate following:


Consignee

Indian Oil Corporation Limited,


(Pipelines Division)
A-1, Udyog Marg, Sector 1,
Noida 201 301

44

16.1.1.4.

The invoices and packing list must show uniformly the marks and numbers, contents case
wise, consignees name and place of destination. The invoice must show along with other
details, the unit rate and net total price. Packing list must show apart from other particulars
actual contents in each case, net and gross weight and dimensions and the total number of
packages. The documents should be duly signed by the Vendor's authorised representative.

16.1.1.5.

All documents shall be in bilingual (Hindi & English) or only English language.

16.1.2.

For Imported Supply:

16.1.2.1.

The shipper should within 24 hours of shipment convey vide Fax/Email to the insurer under
intimation to the owner & port office the dispatch particulars as per following details:
(1) Policy No.
(2) Particulars of cargo
(3) Name of Vessel
(4) Port of Shipment/ Port of discharge
(5) Bill of Lading , number & date
(6) Total FOB / C&F value.

16.1.2.2.

Documents to be sent preferably in soft form (scanned copy) immediately after the shipping.

16.1.2.3.

The time for allowing negotiation of documents should generally be 15 days for ocean
shipment and seven days in case of air.

16.1.2.4.

Vendor shall obtain the shipping documents listed below as applicable in indicated number of
sets, including three original stamped copies of the Bill of Lading as quickly as possible after
the shipment is made, and airmail to owner, as per distribution indicated in purchase order,
so that they are received at least three weeks before the arrival of the vessel.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.

Clean bill of lading.


5 copies
Invoice.
5 copies
Packing list
5 copies
Country of origin certificate
5 copies
Manufacturers Guarantee Certificate 5 copies
Drawing/ Catalogue
5 copies
Vendors Certificate of inspection
5 copies
Despatch clearance
5 copies
Any other document required for custom clearance
Any additional documents required to be furnished for receiving payment under the
contract.

16.1.2.5.

If the terms of letter of credit or otherwise, the complete original set of documents are
required to be sent to owner through bank, the distribution indicated will confine to copies of
documents.

16.1.2.6.

The Bill of Lading shall indicate as follows:


In case of FOB contract
Consignee
:

Ultimate consignee:
16.1.2.7.

:
Indian Oil Corporation Limited,
(Pipelines Division)
A-1, Udyog Marg, Sector 1,
Noida 201 301
As per Purchase order terms

All columns in the body of the Bill of Lading, namely, Marks and Numbers, Material
description, weight, particulars etc., should be filled in accurately and such statements should
45

be uniform in all the shipping documents. The freight particulars should mention the basis of
freight payable shown at the bottom.
16.1.2.8.

The Vendor shall ensure that in effecting shipments clean bill of lading are obtained and the
carriers responsibility is fully retained on the Carrier so that the Owners interests are fully
assured and are in no way jeopardized.

16.1.2.9.

The invoices and packing list must show uniformly the marks and numbers, contents case
wise, country of origin, consignees name and port of destination, as in the case of Bill of
Lading. The invoice shall show the unit rate and net total FOB price. Items packed
separately should also be invoiced and the value shown accordingly. Packing list must show
apart from other particulars actual contents in each case, net and gross weight and
dimensions and the total number of packages. The documents should be duly signed by the
Vendor's authorised representative.

16.1.2.10.

All documents shall be in English language.

16.1.2.11.

Vendor shall be fully responsible for the delay and/ or demurrage in clearance of the
consignment at the port of discharge due to delay in transmittal of the shipping documents.
Any demurrage on account of either non-receipt of shipping documents in time or their being
defective will be to the account of Vendor.

17.0

Transit Insurance:

17.1.1.

Transit Insurance shall be arranged by the Owner. The Vendor shall within 24 (Twenty four)
hours of consignment /shipment convey by Fax / Email to the insurer under intimation to the
owner the dispatch particulars which should include all details but not limited to:

17.1.2.

For Indigenous supply:

17.1.2.1.

1) Cover Policy Number as mentioned in PO 2) Particulars 3) invoice no.& date 4) P.O. ref.
5)Transporters consignment note no. and date of transportation 6) total value of the
consignment

17.1.3.

For Imported supply:

17.1.3.1.

1) Policy Number 2) Particulars of Cargo/despatch, 3) Vessels Name, 4) Port of Shipment/


Port of Discharge, 5) Bill of lading number and date, 6) Total FOB/ C&F Value

17.1.3.2.

Consignment landing at JNPT Port with place of discharge at Nhava Sheva/ CFS Mulund /
Mumbai Port: Insurance will be arranged by:
Deputy General Manager
Indian Oil Corporation Limited,(Refineries Division),
G-9, Ali Yavar Jung Marg,
Bandra (East),
Mumbai 400 051
Phone
: (91) 22 26407549/ (91) 22 2640 4746
Fax : (91) 22 26400774
Against Marine Open Cover Policy no as mentioned in Purchase Order.

17.1.3.3.

Consignment landing at Kolkata Port: Insurance will be arranged by:


Deputy General Manager,
Indian Oil Corporation Limited,
(Refineries Division),
Indian Oil Bhawan, 2 Gariahat Road (South)
Dhakuria
Kolkata - 700 068
Phone
: (91) 33 241 45030/ (91) 33 24145031
46

Fax : (91) 33 247 33202/ (91) 33 3923/5352


Against Marine Open Cover Policy no as mentioned in Purchase Order.
Any failure by the Vendor to forward the dispatch particulars to the insurer & owner shall
place the consignment at the Vendors risk.
18.0

Respect for Time of Delivery:


Time of delivery as mentioned in the Purchase Order shall be the essence of the contract
and no variation shall be permitted except with prior authorisation in writing from the Owner.
Equipments/ Materials 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 time of
delivery is meant the date of L/R /date on the Bill of Lading in Port of despatch.

19.0

Delayed Delivery:

19.1.

The time and date of delivery of goods/materials/ equipment as stipulated in the purchase
order shall be deemed to be the essence of the contract. If delay occurs in delivery of
material beyond a free period of 7 (seven) days from the date of delivery stipulated in the
delivery schedule, the purchaser may at its option, without prejudice to any right it may
have:
i)

Accept in whole or part the delayed delivery, in which event the purchaser shall be entitled
to a discount of %(half percent) in the price of the goods delivered late for every week of
delayed or part thereof, subject to a maximum discount of 5% (five percent) of the total
undiscounted/ unreduced contract price and/or.

ii) Terminate the order in whole or part the contract insofar as it concerns the goods not
delivered in time and without prejudice to any right under (i) above in respect of goods
delivered, recover price discount from the supplier in a sum equivalent % (half percent)
subject to maximum 5% of the value of goods/ items covered by the cancellation for every
week or part of a week of delay involved between the date(s) of delivery aforesaid and the
date of cancellation to cover the loss and to meet the additional expenditure of the
purchases resultant upon the delay/ failure and

a) Purchase the same or any part thereof elsewhere at the risk and cost of the Vendor.
b) Recover from the Vendor the difference between the market price and contract
price prevailing on the date of termination for items covered under (a) above.
c) However the maximum liability under this clause shall be the total contract price or
part thereof for undelivered material.
d) This clause shall not limit liability in any case of fraud, deliberate default or reckless
misconduct by the vendor
iii)

20.0
20.1.1.

Time lost on account of any shipment/ consignment withheld on the specific instruction
of the purchaser, shall not be taken into account in reckoning the period of delay.

Force Majeure:
In the event of either party being rendered unable by force majeure to perform any obligation
required to be performed by him under the contract, the relative obligation of the party
affected by such force majeure shall be suspended for the period during which such cause
lasts. The decision of the owner will be final and binding on vendor
47

20.1.2.

The term force majeure as employed herein shall mean acts of god, war, revolt, fire, flood,
national strikes which have a duration of seven calendar days and acts and regulations of
respective government.

20.1.3.

Upon the occurrence of such cause and upon its termination, the party alleging that it has
been rendered unable as aforesaid thereby, then the vendor must advise owner by registered
letter giving full particulars and duly certified by local chamber of commerce or statutory
authorities ,the beginning and end of such causes of delay immediately but not in any case
later than 15 days from beginning and end of each cause.

20.1.4.

Time for performance of the relative obligation suspended by force majeure shall stand
extended by the period during which such cause lasts

20.1.5.

If deliveries are suspended by force-majeure conditions lasting for more than 60 days, the
purchaser shall have the option of canceling the contract in whole or part, without financial
consequences to or entitlement in either party resultant upon such cancellation, which will
operate as a discharge of all future obligations under the contract, but without any rights or
obligations arising out of any antecedent breach.

21.0
21.1.1.

22.0

Rejection Removal of Rejected Goods and Replacement:


In case the testing and inspection at any stage reveal that the equipment, materials and/ or
workmanship do not comply with specifications and requirement and in case of rejection of
equipments/ materials under Clause 8.0 hereof, the same shall be removed by the Vendor at
his/ its own expenses and risk within the time allowed by the Owner. The Owner shall be at
liberty to dispose of such rejected goods in such manner as the Owner may think appropriate
in the event the Vendor fails to remove the rejected goods within the period as aforesaid.
Nothing shall constitute the owner as a trustee or bailee for or in respect of those rejected
material. All expenses incurred by the Owner, for such disposal shall be to the account of
the Vendor. The Vendor will have to proceed immediately with the replacement of the
equipment or part of the equipment and arrange to deliver at site( at port in case of foreign
vendor) without claiming any extra payment (including custom duty, Port charges etc) and
without prejudice to owners right as per clause 19.0 if so required by the Owner. The time
taken for replacement in such event will not be added to the contractual time of delivery.
Price:

22.1.1.

The price shall be firm and not subject to escalation for any reason whatsoever till the
execution of entire order, even though it might be necessary for the order execution to take
longer than the delivery period specified in the order. The price shall be comprehensive,
inclusive of but not limited to cost of raw materials and processes, manufacturing, inspection,
test, rejections, storage, handling, adequate water proof /seaworthy packing and forwarding
and all other charges up to effecting delivery at FOR destination in case of FOR destination
contract /FOB despatch port in case of FOB contract and additionally ocean freight and port
charges in case of C&F contract.

22.1.2.

In case of Indigenous supply the prices herein specified, unless otherwise expressly stated
in the total price schedule which shall be deemed to include all Central / State and other
Municipal or legal taxes, duties, levies etc including but not limited to Service tax , entry tax,
Octroi, etc. which either of the parties hereto may be statutorily liable to pay. Variation of
sales tax /excise duty rate will be paid extra/refundable if enforceable during contractual
delivery period. New promulgated tax, duty applicable during contractual delivery period on
the finished product will be paid extra . However, the benefit of any reduction must be passed
on to Owner

22.1.3.

Freight, taxes and duties are not intended to operate as a profit centre but are intended only
to meet the relevant costs incurred on this account. If any reimbursement or collection of the
taxes or duties by the Vendor from Owner is in excess of the freight, taxes and/or duties
48

actually paid by the Vendor, the Vendor shall forthwith refund such excess to Owner together
with interest thereon at 1% (one percent) per annum above the Prime Lending Rate of the
State Bank of India from the date of collection until the date of refund.
23.0

Terms of Payment:

23.1.1.

Payment will be made by the Owner in accordance with the terms of payment indicated in the
Purchase Order.

23.1.2.

For Indigenous supply:

23.1.2.1.

23.1.2.2.

Payment against VATABLE invoice shall normally be made within 30 days of receipt and
acceptance of materials at site. However, owner may consider payment of 90 percent
against despatch documents through Owners Bankers and balance 10% within 30 days of
receipt and acceptance of materials at site, provided the value of purchase order exceeds Rs.
100000/= The final settlement of Vendors invoice is liable to be withheld in the event the
Vendors has not complied with submission of drawings data and such documentation as
called for purchase order and/or as required otherwise.
All bank charges of Owners Banker, will be borne by the Owner.

23.1.3.

For Imported supply:

23.1.3.1.

Payment shall be made by direct remittance or through irrevocable L/C at sight. However
confirmation of L/C if desired by the bidder can be done, but the expenses shall be to bidders
account.

23.1.3.2.

L/C shall be established an Indian scheduled Bank on its branches in the bidder's country or
any reputed Metropolitan Bank of the Bidders Country. Needful details e.g. Banker name
address, account no etc shall be provided by bidder.

23.1.3.3.

All bank charges and stamp duties payable outside India in connection with payments to be
made under the purchase order shall be borne by the Vendor. All bank charges and stamp
duties payable in India shall be borne by the owner.

24.0

INVOICING & NEGOTIATION OF DOCUMENTS

24.1.1.

Indigenous Material(s)

24.1.1.1.

Invoices and other documents shall be forwarded by the Vendor as stipulated hereunder:

24.1.1.2.

Direct Payment:
i)
ii)

iii)
iv)
24.1.1.3.

Original plus one copy of Invoice along with requisite no. of full sets of document
as per Purchase Order to the Payment releasing office
One copy of Invoice with original documents as per Purchase Order to The
Consignee along with technical catalogues, Inspection certificates and Inspectors
Release Notes
One copy of Invoice along with full set of document as per Purchase Order to the
PO releasing office
Payment shall generally be released by way of electronic transfer

Payment against documents through Bank


i)

Where payment is to be released to the Vendor against despatch documents


through the bank, the Vendor shall forward two complete original sets of the
documents specified in clause 16.0 to the Owners Bank .

49

ii)

One complete set of all of the abovementioned documents shall be sent to the
Payment releasing office as advance copy. Documents will not be retired without
advance copy of the documents.

25.0

Part order/Repeat order

25.1.1.

Vendor hereby agrees to accept part order at Owners options without any limitation what so
ever, and also accept repeat order(s) during a period of six months from the date of original
purchase order on same unit price, terms & conditions.

26.0
26.1.1.

27.0
27.1.1.

28.0
28.1.1.

Recovery of Sums Due:


Whenever any claim against the Vendor for payment of sum of money arises out of or under
the contract, the Owner shall be entitled to recover such sums by appropriating in whole or in
part the security deposit of the Vendor. In that event, the Vendor shall immediately make
good the amount of security deposit so fallen short. Should the security deposit be
insufficient or if no security has been taken from the Vendor, then the balance or the total
sum recoverable, as the case may be, shall be deducted from any sum then due or which at
any time thereafter may become due from the Vendor under this or any other contract with
the Owner and should this sum be not sufficient to cover the recoverable amount, the
Vendor shall pay to the Owner on demand the balance remaining due with interest at the
prevalent state Bank Of Indias prime lending rate P.A.
Modifications:
The Owner shall have the right to make changes or modifications in quantities ordered , in
the technical documents/ specifications comprised in the Purchase Order. The Vendor shall
comply with such a written request for changes, and shall furnish in writing to the Owner, as
estimate of cost for the changes and modifications and effect at the time of delivery. On
receipt of Owners written authorisation, the Vendor shall promptly proceed with the change/
modification. An equitable adjustment under this provision must be finalised within 10 days
from the date when change is ordered.
Cancellation:
The Owner reserves the right to cancel the Purchase Order or any art thereof and shall be
entitled to rescind the contract wholly or in part in a written notice to the Vendor if:
i)
ii)

The Vendor fails to comply with terms of Purchase Order.


The Vendor fails to deliver the goods on time and/ or replace the rejected goods
promptly.
iii) The Vendor becomes bankrupt or goes into liquidation;
iv) The Vendor makes a general assignment for the benefit of creditors; and/ or A receiver
is appointed for any of the property owned by the Vendor.
v) Change in constitution of vendor
vi) In the opinion of the owner the cessation of contract becomes necessary owing to any
cause whatsoever.
28.1.2.

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

28.1.3.

The Owner in that event will be entitled to procure the equipment/ materials or services thus
involved in the open market and recover the excess payment over the Vendors agreed price,
50

if any, from the Vendor reserving to itself the right to forfeit the security deposit/ PBG , placed
by the Vendor against the contract.
28.1.4.
29.0
29.1.1.

30.0

The provision of this clause shall not prejudice the right of the owner from
provisions of clause Delayed delivery as aforesaid

invoking the

Patents and Royalties:


On acceptance of the Purchase Order, the Vendor will be deemed to have entirely
indemnified the Owner and Owners representatives from any legal action or claims
regarding compensation and consequences thereof for break of patent rights which the
Vendor deems necessary to apply for manufacturing the ordered equipments/ materials or
which can, in any way, be connected in the manufacture. The vendor shall at its own risk and
expenses defend any suit for infringement of patent or like suit brought against the purchaser
and shall pay all damages, cost award in such suit and shall keep the purchaser indemnified
from the against all consequences thereof
Guarantee:

30.1.1.

The Vendor shall guarantee that any and all materials used in execution of the Purchase
Order shall be new, are of best material, workmanship of highest caliber and are
manufactured in strict compliance with characteristics, requirements and specifications and
that the same shall be free from any defects. The Vendor will guarantee that all materials
and equipments shall be repaired or replaced, as the case may be, on priority basis, at its
own risk and expense in case the same have been found to be defective in respect of
material, workmanship of smooth and rated operation within a period of 12 months after the
same have been commissioned, or 18 months from the date of shipment, whichever is
earlier. As an alternative to repair or replacement of defective item(s) the purchaser has an
option to ask for reimbursement of the total landed cost of the item(s) including interest
incurred upto delivery at site and storages thereof.

30.1.2.

The guarantee period for the part that may be altered, repaired or replaced shall
months from the date on which the same is commissioned.

30.1.3.

Checking and approval of the Vendors drawings by the Owner or his Inspectors or
acceptance by the Owner or its Inspectors of any equipments and materials or its
replacement will not relieve the Vendor of its responsibility of supplying the equipments/
materials strictly according to the specification and according to the guarantee by the Vendor.

30.1.4.

The Vendor shall within 30 days of confirmation of Purchase Order furnish a Bank Guarantee
as Security Deposit in the amount equivalent 10% (ten percent) of the PO value. The Vendor
shall within 30 days of confirmation of Purchase Order furnish a Bank Guarantee as Security
Deposit in the amount equivalent 10% (ten percent) of the PO value of the equipments/
materials to support the costs associated with delayed delivery under clause 19.0 and
guarantee under Clause 30.0, in the form prescribed by the Owner (Annexure B). The
Bank Guarantee shall remain in force for the entire period covered by the guarantee PLUS
THREE MONTHS. It will be the responsibility of the Vendor to keep the Bank Guarantee fully
subscribed. Any shortfall in the value of the Bank Guarantee as a result of encashment by
the Owner either in full or in part in terms of the contract shall be made good by the Vendor
within one week of the occurrence thereof.

30.1.5.

The Security Deposit can also be deposited in the form of Demand Draft or SWIFT/Electronic
transfer to the Owners bank within 30 days indicating the PO reference, and submitting prrof
of the cash transfer.

31.0

Non Waiver:
51

be 12

31.1.1.

32.0
32.1.1.

33.0
33.1.1.

34.0
34.1.1.

35.0
35.1.1.

36.0

Failure of the Owner/ Owners representatives to insist upon any of the terms of conditions
incorporated in the Purchase Order or failure of delay to exercise any rights or remedies
therein or by law or failure to properly notify Vendor in the event of breach, or the acceptance
of, or payment for any goods hereunder or approval of design shall not release the Vendor
and shall not be deemed a waiver of any right of the Owner or Owners representatives to
insist upon the strict performance thereof or of 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 revision of the order by Owner/ Owners representatives act as
waiver of the terms hereof.
Non Assignment:
The Purchase Order shall not be assigned to any other agency by the Vendor without
obtaining prior written consent of the Owner.
Vendors Drawings and Data Requirement:
The Vendor shall submit drawings, data and documentation in accordance with but not
limited to what is specified in the Tender Document and/ or the Purchase Order and as called
for in Clause, 9.0, EXPEDITING above. The types, quantities and time limits of submitting
this 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.
Technical Information:
Drawings, specifications and details shall be the property of the Owner and shall be returned
by the Vendor on demand. The Vendor shall not make use of drawings and specifications for
any purpose at any time except for the purpose of the Owner. The Vendor shall not disclose
the technical information furnished to or gained by the Vendor under or by virtue of or as a
result of the implementation of the Purchase Order to any person, firm or body corporate
authority and shall made all endeavours to ensure that the technical information is kept
CONFIDENTIAL. The Technical information imparted and supplied to the Vendor by the
Owner shall at all times remain the absolute property of the Owner.
Services of Vendors Personnel:
Upon three week's advance notice, the Vendor shall depute the necessary personnel to India
for supervision or erection and start-up of the equipment and train a few of the Owners
personnel for the operation and maintenance of the equipment, if required by the Owner.
The terms and conditions for the service of the Vendors personnel shall be mutually settled.
Arbitration:

36.1.1.

In the event of any dispute or difference arising out of a Notified Claim of the VENDOR and
any dispute arising out of an amount claimed by the OWNER against the VENDOR, be
referred to the arbitration by an Arbitral Tribunal comprised of 3 arbitrators selected in
accordance with the provisions of the Arbitration & Conciliation Act, 1996.The provisions of
the Arbitration & Conciliation Act, 1996 and all statutory re-enactments and modification
thereof and the rules made there under shall apply to all such arbitrations. or any statutory
modifications or re-enactment thereof and rules framed there under from time to time shall
apply to such arbitration.

36.1.2.

It is specifically agreed that the OWNER may prefer its Claim(s) against the VENDOR as
counter claim(s). The VENDOR shall not, however, be entitled to raise as a set-off, defence
or counter-claim any claim which is not a Notified Claim included in the VENDORS Final Bill.
The Venue of the arbitration shall be (.) or New Delhi, India provided that arbitrators
with the consent of the owner and the vendor may agree upon any other venue. Venues
52

other than New Delhi, India would be London or Singapore. Laws of India only would be
applicable. Arbitrator shall give his award separately in respect of each claim and counter
claim and shall not be entitled to review any decision opinion or determination (however
expressed ) which is stated to be final and /or binding on vendor in terms of contract
documents.
37.0

Vendors liability

37.1.1.

The Vendors workmen or employees shall under no circumstances be deemed to be in


Owners employment and the Vendor shall hold himself responsible for any claims which they
or their heirs, dependents or personal representatives may have or make for damages or
compensation for anything done or committed to be done in the course of carrying out of the
work covered by this Purchase Order, whether arising on Owners premises or elsewhere
and agrees to Indemnify the Owner against any such claim or claims if made against the
Owner and all cost (as between attorney and client) of proceedings, suits or action which the
Owner may incur or sustain in respect of the same. The Vendor shall also procure and keep
in force at his own cost comprehensive automobile Liability insurance for adequate coverage
in respect of all his vehicle visiting or plying in project premises. The Vendor shall also be
responsible for compliance of existing laws in respect of their workmen and employees

37.1.2.

The vendor should take adequate insurance cover for their site personnel deputed by them

38.0
38.1.1.

39.0

Legal Interpretation:
The contract shall be governed by the Laws of India for the time being in force to interpret all
the commercial terms and abbreviations used in this Tender which have not been otherwise
defined. The rules of INCO TERMS 2000 shall be applied.
Limitation of liability:

39.1.1.

The maximum liability shall be limited to 100% of contract price except in case of fraud and /
or willful negligence. The vendor shall not be liable for consequential losses on account of
production revenue or profit.

39.1.2.

Provided always that such limitation shall exclude any amounts recovered under any
policy(ies) of insurance taken out and / or maintained by the vendor pursuant to the
provisions of the Contract on behalf of owner.

40.0
40.1.1.

41.0

Government of India Liability Clause:


It is expressly understood and agreed by and between the tenderers and Indian Oil
Corporation Limited that Indian Oil Corp. Limited is entering into this agreement solely on its
own behalf and not on behalf of any other person or entity. In particular, it is expressly
understood and agreed that the Govt. of India is not a party to this agreement and has no
liabilities, obligations or rights hereunder. It is expressly understood and agreed that Indian
Oil Corporation Limited is an independent legal entity with power and authority to enter into
contracts solely in its own behalf under the applicable Laws of India and general principal of
contract Law. The tenderers expressly agrees, acknowledge and understand that Indian Oil
Corporation Limited is not an agent, representative or delegate of the Govt. of India. It is
further understood and agreed that the Govt. of India is not and shall not be liable for any
acts, omissions, commissions, breaches or other wrongs arising out of the contract.
Accordingly, tenderers hereby expressly waive, release and forego any and all action or
claims, including cross claims, impleader claims or counter claims against the Govt. of India
arising out of this contract and covenants not to the Govt. of India as to any manner, claim,
clause of action or thing whatsoever arising of or under this agreement.
Headings:
53

41.1.1.

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

54

Special Instructions to Tenderers


In the event of an irreconcilable conflict between the provision of the Special Instructions to
Tenderers and Instructions to Tenderers, the provision(s) in the Special Instructions to Tenderers
shall give way to the conflicting provision(s) in the Instructions to Tenderers.
1.1.0

Tender fees and EMD Micro & Small Enterprises as per MSMED Act, 2006, NSIC
Registered Vendors, Central / State Public Sector Undertakings, and JVs of IOCL are
exempted from submission of tender fees and EMD

1.2.0

Service Tax, Entry Tax, Octroi: Service tax, Entry tax, Octroi shall be extra and borne by
IOCL.

1.3.0

Sales Tax / VAT: No C-form shall be issued against this procurement. Indian Vendors has to
quote sales tax / VAT accordingly as applicable as per the State/location.

1.4.0

Micro or Small enterprises (MSEs): If the bidder is a Micro or Small enterprises (MSEs)
as per the Micro, Small & Medium Enterprises Development Act, 2006 (MSMED Act 2006)
and registered with the Authorities under the above Act for the items / services under
procurement in this tender, then party has to indicate the Entrepreneurs Memorandum
Number (Twelve digit) and enclose:-

a. A copy the certificate issued by the Authorities under the Micro, Small & Medium enterprises
Development Act 2006.
b. An attested copy of the SC/ST certificate (applicable to MSEs owned by SC/ST
entrepreneurs). Original certificate, as and when sought by the owner, shall be submitted by
the bidder for verification.
1.4.1

Purchase preference for products and services of Micro and Small Enterprises (MSE) as per
prevailing Govt. Directives/ Corporation policy would be granted to MSEs who meet PQ
criteria & whose bids are technically acceptable. The Purchase Preference to MSEs would be
given to the extent of supply of 20% of the tendered quantity where MSEs match the L1 price
in case SME price quotation is within L1 + 15%. In case of more than one SME bidder, the
20% quantity would be shared on prorate basis amongst the SME bidders

1.4.2

Preference to MSEs owned by SC/ST entrepreneurs shall be given up to 20% of MSEs share
of 20% of the tender quantity.

1.4.3

In case of above situation where a MSE is selected for supply up to 20% of the total tendered
value, the supply from L-1 who is other than MSE shall be reduced accordingly.

1.5.0

Transit Insurance Bidders to note that the transit insurance will be arranged by the IOCL,
bidders need not quote for the same.

1.6.0

BOQ Chart - The evaluation of tender (price) shall be carried out outside the e-tender
system. No cognizance shall be given to the total landed price indicated / BOQ chart
generated by the system.

1.7.0

Delivery Period:

1.7.1

For foreign Bidder - Total quantity ordered to be delivered within 11 months from PO date on
FOB basis. Bill of Lading shall be considered as date of despatch.

1.7.2

For Indian Bidder - Total quantity ordered to be delivered within 12 months from PO date.LR
date shall be considered as date of despatch.

1.8.0

Tenders having more than one group will be evaluated based on the overall landed cost for
all the items in each group put together.

1.8.1

IOCL reserves the right to place orders on the least cost option offer(s) under all
circumstances.
55

1.8.2

In case of a tender where there are more than one group, and if the bidder quotes for more
no. of groups than their qualifications based on the technical and/or financial criteria
(Important Tender Conditions), their priced bids shall be opened for all quoted groups for
which they are technically qualified and individually meeting the Important Tender Conditions,
and the group(s) with least cost to IOCL shall be considered as acceptable. The offer(s) for
other group(s) shall be considered as rejected.

1.8.3

The L-1 bidder for other groups shall then be worked out without considering the above
mentioned rejected bid(s)/ offer(s) as per 1.8.2.

1.8.4

Notwithstanding any other condition/provision in the tender documents, in case of


ambiguity or incomplete documents pertaining to PQC, bidders shall be given only
one opportunity with a fixed deadline after bid opening to provide complete and
unambiguous documents in support of meeting the criteria. In case bidder fails to
submit any documents or incomplete documents within the given time, the bidders
tender will be rejected.

1.9.0

Domestically Manufactured Electronic Products (DMEP):

1.9.1

Domestically manufactured electronic products (DMEP) notified by Govt. of India are eligible
for preference in procurement as per prevailing directives of Government of India (Details
available at URL www.deity.gov.in/esdm).

a) The domestically manufactured electronic products are those products which are
manufactured by companies registered in India and engaged in manufacture in India
including Contract Manufacturers, but excluding traders as notified by Govt. of India.
b) Domestic manufacturers are required to indicate the domestic value addition in terms of
Format for Domestic Value Addition enclosed in the tender.
c) Percentage domestic value addition in terms of Bill of Material required to qualify as
domestically manufactured shall be as per applicable notifications of Government of India.
1.9.2

The quantity of procurement for which preference will be provided to domestic manufacturers
shall be 50% of the total tendered quantity.

a) The preference to domestic manufacturer shall be subject to matching of L-1 price and on
satisfying the technical specifications of the tender.
b) Only those domestic manufacturers whose bids are within 20% of the L1 bid would be
allowed an opportunity to match the price of L-1 bidder.
c) Upon matching L1 rates, domestic manufacturer(s) shall be awarded order for reserved
percentage value & the balance order shall be awarded to L1 bidder (initial L-1 bidder without
considering preference).
d) If L-1 bid is of domestic manufacturer, the said bidder shall be awarded full value of order.
e) Bidders, claiming to bid in the status of domestic manufacturer, are required to give an
undertaking / affidavit in the format (Form 1) enclosed in the tender.
1.9.3

Wherever the MSE bidder is participating in the tender where non-MSE manufacturer have
also participated and is not L-1 under domestic manufacturing category, the following shall be
followed:
i)

If the price quoted by MSE bidder is within 15% of the quoted L-1 price, 20% of the
purchase order quantity (or that item) shall be offered as purchase preference,
provided the MSE bidder has agreed to match the price of L-1 bidder.
ii) In case the price of MSE bidder who is other than L-1 bidder and is not within 15% of
the L-1 price or does not match the price with the L-1 bidder (when within 15%), no
purchase preference shall be extended to the MSE bidder.
1.10.0 The value of completed job indicated by the prospective bidders against Single Order
Value (Refer Notice Inviting Tender) shall be exclusive of Service tax, if any.

56

1.10.1 The completion certificate submitted by the bidder shall separately indicate the service tax
amount included in the value of completed job OR a separate certificate from the respective
client, mentioning the service tax amount if any, included in the value of completed job under
consideration should be submitted by the bidder.
1.10.2 In case Service Tax amount/ component is not specified in the submitted completion
certificate, then the amount equivalent to rate of applicable service tax for the subject tender
shall be deducted from the value of completed job mentioned in the completion certificate to
arrive at the value of the completed job without service tax.

57

Format for Domestic Value Addition*


Item No.

1
2
3
4

Item Description

(As per no. of


items in BOQ)
To be filled as
per BoQ
To be filled as
per BoQ
To be filled as
per BoQ
To be filled as
per BoQ

Manufacturer /
Supplier

Country of Origin

(To be filled by
bidder)

(To be filled by
bidder)

Domestic Value
Addition in
percentage of quoted
rate
(To be filled by
bidder)

*Value to be considered for arriving at Total Domestic Value addition for procurement
shall be as per Prices quoted in BoQ.

58

59

60

Special Condition of Purchase (Part-1)


1

Information on material/services sourced from MSE sub-vendors:

1.1.0

Successful bidder(s) against this tender who is not a Micro or Small Enterprise (MSE) as per
the Micro, Small & Medium Enterprises Development Act, 2006 (MSMED Act 2006), will have
to furnish the following information in case they are sourcing any material/services from any
MSE sub-vendor(s) against the PO
Sr. No.

Name of the MSE sub Item(s) for which order(s) Value of the
vendor(s)
placed
order(s)
(`)

1.2.0

The above information is to be submitted along with the inspection report/request for
Despatch Clearance of material /Invoice.

1.3.0

In case no material/service is outsourced from MSE sub vendor(s), a certificate / declaration


in this regard shall be submitted by the vendor as under:
Certificate
We certify that no material / service has been outsourced from any Micro or
Small Enterprise (MSE) as per the Micro, Small & Medium Enterprises
Development Act, 2006 (MSMED Act 2006), against Purchase Order No:
dated placed on us by M/s Indian Oil Corporation Limited, Pipelines
Division.
Date:
Place:
Signature of Competent authority with Company Seal

61

Special Conditions of Purchase (Part-2)


a) Custom Duty & Invalidation letter
IOCL shall be availing the benefit of EPCG scheme under the EXIM Policy of
Government of India for the tendered material and the customs duty shall be loaded
accordingly. IOCL shall issue invalidation letter to indigenous suppliers and they shall
be
I. Asked to furnish the quantum of import content (CIF value) included in the bid
in Indian Rupees accordingly.
II.

Refund of Terminal Excise Duty on Final Product shall be taken by the supplier
directly from DGFT

III.

The value of refund of Terminal Excise duty against EPCG benefit shall be
considered equivalent to exact amount of total quoted ED and same shall not
be payable to bidder.

All subsequent activities and expenses required for availing EPCG benefits shall be
on Supplier's account. Obtaining EPCG benefit is solely the Supplier's responsibility
and Owner will not compensate the Supplier for their failure to obtain EPCG benefit /
failure to import under EPCG benefit.
b) Foreign Exchange rate variation / Custom Duty variation for Indian bidders (on
Built-in import contents)
Prices shall remain firm and fixed without any escalation except for statutory variation
(if any) in customs duty rate. However, the prices shall be Firm and Fixed on account
of Foreign Exchange Rate Variation. (Variation in prices due to FE rate variation shall
not be allowed).
The statutory variation in customs duty shall be subject to the following guidelines
and the supplier shall confirm the following in their bid:a. Maximum CIF value of import content shall be furnished in the bid (in INR).
b. The material to be imported covering the above CIF value to be indicated in
the bid.
c. Any increase in price due to statutory increase in customs duty rate beyond
two-third of the quoted
delivery period will be to suppliers account.
However, any decrease in price due to decrease in customs duty rate at the
time of actual clearance of imported materials shall be passed on to IOCL.
d. Variation in price due to customs duty rate will be dealt with separately after
receipt of materials at site against documentary evidence.

62

Addendum to Instructions to Tenderers


66. Import contents (for indigenous bidders)
I.

If your offer is based on certain imported raw materials required for materials offered, please
specify the following:
a) Please note that IOCL can provide Invalidation letter under EPCG Benefit Scheme for
importing raw materials. Also note that invalidation letter for obtaining concessional
rate of duty will not be provided for imports of your sub Bidders.
b) Confirm whether letter for obtaining invalidation letter for importing raw materials
under EPCG Benefits is required by you as per (a) above.
c) Indicate rate of customs duty considered and included in the quoted prices.
d) Indicate brief description/ specification with itemized CIF value and county of origin of
imported material.
e) Indicate classification with tariff no. under which Bidder intends to import.
f) Confirm prices shall be firm on account of variation in foreign exchange rate.
g) Owner shall not provide any import license.
h) The quoted prices are based on concessional rate of duty under EPCG Benefit
scheme against issuance of invalidation letter by IOCL. Obtaining EPCG benefit is
solely the Supplier's responsibility and Owner will not compensate the Supplier for
their failure to obtain EPCG benefit / failure to import under EPCG benefit. This
supersedes any other clause mentioned elsewhere in the document for customs duty.
i)

Any upward variation due to change in Customs Duty classifications shall be


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

j)

Statutory variations, if any, in the rate of customs duty up to a maximum period of


2/3rd of the contractual delivery period shall be to Owners account. Owner will not
pay any variation on account of CVD.

k) Any increase in price due to increase in the rate of Customs Duty, due to any
reasons, whatsoever, beyond the above specified period i.e. 2/3rd of contractual
delivery period, shall be to Bidders account. However, any decrease in custom duty
rate at the time of actual clearance of imported materials shall be passed on to
Owner.
l)

The CIF Value(s) indicated by the Bidder shall be deemed to be the maximum
value(s) for the purpose of payment of variation in custom duty and/or other statutory
variations, if any, thereon.

m) The value of refund of Terminal Excise duty against EPCG benefit shall be
considered equivalent to exact amount of total quoted ED and same shall not be
payable to bidder.
II.
III.

Variation in price due to Customs duty rate will be dealt with separately after receipt of
material at site, against documentary evidence.
Confirm that At any time after receipt of invalidation letter, if it is known / established that
invalidation letter for import of raw material as requested in the bid would not be utilized at all,
Bidder undertakes to promptly return the original invalidation letter with affidavit (as per
Specimen at as given below ) on Rs 10 stamp paper to Owner without any condition

63

Annexure-for return of original invalidation letter


(To be executed on non judicial stamp paper of ` 10)
AFFIDAVIT
We, ________________________________________(Name and address of indigenous supplier)
had been issued invalidation letter no. _____________________dated_________________ against
EPCG License No. _________________________dated______________.
We hereby declare that we have not used the above said invalidation letter. We further declare that
we have not taken benefit of Terminal Excise Duty or any other benefit against above said
invalidation letter.
In case the contents of affidavit are found to be incorrect or false, we shall be liable for action under
the Foreign Trade Policy Law and other relevant laws.

Date:
Place:
_____________________
Signature along with Seal
(To be authenticated / affirmed by 1st Class Magistrate / Notary Public)

64

FORM OF TENDER (INDIGENOUS)


Ref. No. ..
From : ..
..
..
To,
Indian Oil Corporation Limited,
(Pipelines Division),
A-1, Udyog Marg, Sector - 1
NOIDA - 201301 (U.P)
Sub.: Our Tender No.
for supply of .
Dear Sirs,
Having examined the tender documents consisting of tender notice, note for the tenderes terms and
conditions of Purchase, specification, form of tender and schedule of rates attached to tender
documents and having understood the provision of the said tender documents having thoroughly
studies and requirements of Indian Oil Corporation Ltd., relative to the materials tendered for, in
connection wit the . I/we hereby submit our tender offer for the supply of
materials(s)/ equipments(s) in accordance with the tender documents at the rate quoted.
If the supply or any part there of is awarded to me/us, I/we undertake to supply the materials(s)/
equipments(s) on terms & condition forming part of the tender documents and accept to supply the
materials(s)/ equipments(s) as per delivery schedule.
I/We further undertake to keep my/our this tender open for a period not less than ninety days from
the date of opening of tenders as specified in the tender documents
I/We hereby further state that I/we anyone of us (in the case of a partnership firm) have/ has not
been employed as a engineer or officer of or with the Indian Oil Corporation Ltd., during a period of
2(two) years immediately preceding the date hereof or I/We declare that I one of our
partners (in case of a partnership firm) was employed .. in the
Division of Indian Oil Corporation Ltd; within the period of 2 (two) years immediately proceeding the
date hereof and that I .. have/ has obtained previous permission of Indian Oil Corporation
Ltd; to make this tender.
I/ We have attached to this tender the following documents.
i)
ii)
iii)
iv)
v)
vi)
vii)
viii)

Schedule of Rates in the prescribed form


Schedule of Inspection
Original Income Tax Clearance Certificate duly attested by a Gazetted officer, as per
proforma attached.
Customers reference.
Original Sales-tax clearance certificate or copy of the Sales-tax clearance certificate duly
attested by a Gazetted officer.
The set of tender documents marked ORIGINAL duly signed.
Any additional documents ( to be listed).
Earnest money deposit of Rs. . By Demand Draft no. . Dated
. Payable to Indian Oil Corporation Ltd; (Pipelines Division).

I/We hereby undertake that the statements made herein and the information given in the additional
documents referred to above are true in all respects and that in the event of any such statement or
65

information being found to be incorrect in any particular, the same may be construed to be
misrepresentation entitling Indian Oil Corporation Ltd; to avoid any resultant supply order.
I/We further undertake as and when called upon by Indian Oil Corporation Ltd, to produce for its
inspection original(s) of the documents of which copies have been annexed hereto.
Dated. day of .. 2011

Yours faithfully,

Signature of Tenderer (s)


Witness:
Name in Block Letters

66

FORM OF TENDER (IMPORTED)


Ref No. ____________________
From

_____________________
_____________________
_____________________
_____________________

To
General Manager (Materials)
Indian Oil Corporation Limited,
(Pipelines Division),
A-1, Udyog Marg, Sector - 1
NOIDA - 201301 (U.P)
Sub:

Tender Notice No. ________________________________


for supply of _____________________________________

Dear Sirs,
Having examined the tender documents consisting tender notice, instructions to
tenderers, general conditions of purchase, specifications, schedule of rates, crude oil
characteristics, form of tender and the other documents included in the index of tender and
having understood the provisions of the said tender documents and having thoroughly
studied the requirements of Indian Oil Corporation Ltd., relative to the supply of materials
tendered for in connection with the Operating.. Pipeline Project and having conducted
thorough study of all other factors and facilities and things whatsoever necessary for or
relative to the formulation of the tender, I/We hereby submit our tender/offer for the supply of
Materials/Equipments in accordance with the terms and conditions and within the time
mentioned in the tender documents at price(s) quoted in the Annexed Schedule of Rates.
Manner of payment shall be as indicated in the Annexed details of payment.
I/We undertake to supply Materials/Equipments in accordance with the contract as
derived from the terms of the tender documents as accept the terms and conditions as laid
down in the tender documents.
I/We further undertake to keep my/our this tender/offer open for a period of not less
than 6 (six) months from the last date of receipt of tenders as specified in the Instructions to
tenderers forming part of the tender documents. I/We have also annexed to this tender the
following documents
Original power of attorney or _____________ proof of authority of person who has
signed the tender or copy of power of attorney of ___________________ duly attested by
Notary Public in proof of authority of the person who has signed the tender.
Set of Tender Documents as issued duly signed.
Additional documents as listed below:
i)
ii)
I/We hereby undertake that the statements made herein and the information given in
the Annexures referred to above are true in all respects and that in the event of any such
statement or information being found to be incorrect in any particular, the same may be
construed to be misrepresentation entitling Indian Oil Corporation Ltd; to avoid any resultant
supply order.
67

I/We further undertake as and when called upon by Indian Oil Corporation Ltd, to
produce for its inspection original(s) of the documents of which copies have been annexed
hereto.

Date this ______________ day ____________________200___.


Yours faithfully

WITNESS (SIGNATURE)
NAME : BLOCK LETTERS
Address :

Signature(s) of the Tenderers


NAME : BLOCK LETTERS
Occupation : ** Name and designation of
authorised
person
signing the Tender on
behalf of the tenderer(s)
Full Name & Address of the Tenderer
_______________________

NOTES:
* In the case of a consortium, all information relative the hereto required in terms of the
instructions to tenderers shall be stated in separate Annexure.
** Signature and name and designation of authorised
person in respect of each
member of a consortium shall be separately affixed.

68

Schedule Of Inspection
The following inspection schedule will be adopted by us in the manufacturing/ testing of the
equipment offered by as:Note. 1)
2)

Strike out items not applicable


Separate schedule sheet should be attached for each equipment that go into
the assembly

EQUIPMENT
a) Manufacturing Inspection
Component

Type of inspection

Inspection

code ref.

b) Performance Test

Name of the Test

Method of Test

Test reference

c) Other inspection

d)

Inspection/ test documents which will be furnished to purchaser

Signature of Tenderer

69

CUSTOMERS REFERENCE
We give below the reference to Customers to whom equipment similar to the present offer
has been supplier:EQUIPMENT..
Customers Project
& Rating
Service
Name
& location
of equipAddress
where
ment
equipment
installed

No. of Yard of supply


units

SIGNATURE OF THE TENDERER

Note. 1.
2.
3.

Strike out items no applicable


Separate Customers reference sheet should be attached for each-type of
equipment.
Tenderer should give the name of customer only against the rating of
equipment supplied by the tenderer.

70

(On non-judicial stamp paper of appropriate value)


PROFORMA OF BANK GUARANTEE (PERFORMANCE)
To
Indian Oil Corporation Limited
(Pipelines Division),
A-1, Udyog Marg, Sector - 1
Noida 201 301 (U.P)
Dear Sirs,
In consideration of the Indian Oil Corporation Limited (hereinafter called the Corporation
which expression shall include its successors and assigns) having awarded to [Name of
vendor],
M/s
[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 Corporation(s) Purchase Order No. ______ dated
......... (hereinafter referred to as the Contract) upon the condition of the Suppliers
furnishing security in lieu of cash deposit for the Performance of the Suppliers obligations
and/or discharge of the Suppliers liabilities under and/or in connection with the said Supply
Contract up to a sum of Rs./US$ _____
[Rupees/United States Dollars
_________________] only amounting to 10% (ten percent) of the total contract value.
We _____________________ (name of the bank) 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
Corporation at [ place ] on first demand in writing without protest or demur or proof or
satisfaction or condition and without reference to the Supplier, any and all amounts from
time to time demanded by the Corporation from the Bank with reference to this
Guarantee/Undertaking up to an aggregate limit of Rs./US$ [Rupees / United States
Dollars _________________ only].
AND THE BANK DOTH HEREBY FURTHER AGREE AS FOLLOWS:
1.

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


security whatsoever that the Corporation may now or at any time anywise have in
relation to the Suppliers obligations and/or liabilities under and/or in connection with the
Contract and the Corporation shall have full authority to take recourse to or reinforce
this Guarantee/Undertaking in preference to the other guarantee(s) or security(ies) at its
discretion, and no failure on the part of the Corporation in enforcing or requiring
enforcement of any other guarantee or security shall have the effect of releasing the
Bank from its full liability hereunder.

2.

The Corporation shall be at liberty without reference to the Bank and without affecting
the full liability of the Bank hereunder to take any other security in respect of the
Suppliers obligation(s) and/or liability(ies) under/or in connection with the Contract
and/or to vary the terms vis-a-vis the Supplier of the Contract and/or to grant time
and/or indulgence to the Supplier or to reduce or to increase or otherwise vary the
prices or the total contract value or to release or to forebear from enforcement of all or
any of the obligations of the Supplier under the Contract and/or the remedies of the
71

Corporation under any other guarantee(s) or security(ies) now or hereafter held by the
Corporation 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 Corporation hereunder or of
prejudicing the rights of the Corporation against the Bank.
3.

This Guarantee/Undertaking shall not be determined or affected by the liquidation or


winding up or dissolution or change of constitution or insolvency of the Supplier or any
change in the legal constitution of the Bank or of the Corporation.

4.

The 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 or communication
whatsoever by the Supplier stopping or preventing or purporting to stop or prevent any
payment by the Bank to the Corporation in terms hereof.

5.

Notwithstanding anything contained herein:

(a) The Banks liability under this Guarantee/Undertaking shall not exceed (currency in
figures) . . . . . . . . . . . . . . . . (currency in words only ) . . . .. . . . . . . . . . . . . . . . . . . . ;
(b) This Guarantee/Undertaking shall remain in force up to ___________ (here put the
entire period required for the performance of the Contract and the defect liability
period plus 3 (three) months) 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 the midnight of ________________ and if extended, the date of expiry of the
last extension of this Guarantee/Undertaking.
6.

The Bank doth hereby declare that Mr. _________________[name & designation of the
person authorised to sign on behalf of the Bank] is authorised 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

NOTES:
1. 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.
2. The Bank Guarantee shall be typed on stamp paper applicable to an agreement in
the State in which the Bank Guarantee is issued.
3. This bank guarantee shall be sent by the bank directly to:- Payment releasing office,
IOCL (Address)

72

FORM OF BANK GUARANTEE IN LIEU OF EARNEST MONEY DEPOSIT


(On non-judicial stamp paper of appropriate value)
BG NO:___________________
DATED:__________________
VALID UPTO:_____________
To,
Indian Oil Corporation Limited
(Pipelines Division)
[Address]
Dear Sirs,
In consideration of the Indian Oil Corporation Ltd. [Address] , (hereinafter
called the Corporation, which expression shall include its successors and assigns) having agreed
interalia to consider the tender of_________(Name of tenderer)_________________, (Constitution)
________________ _______________ (Address) ___________________________ (hereinafter
referred to as the Tenderer which expression shall wherever the subject or context so permits
include its successors and assigns) for supply of materials to be awarded under Tender
No.___________________ upon the Tenderer furnishing an undertaking from the Bank as
hereinafter appearing in lieu of a Demand Draft or Bankers Pay Order for the Earnest Money.
We __________________________(Name of Bank), a Bank constituted/ Registered under
the________
Act,
having
our
Head
Office/Registered
Office
at
[Address]
___________________(hereinafter called the Bank which expression shall include its successors
and assigns), at the request of the Tenderer and with the intent to bind the Bank and its successors
and assigns do hereby unconditionally and irrevocably undertake to pay the Corporation at New
Delhi forthwith on first demand without protest or demur or proof or satisfaction or condition and
without reference to the Tenderer, all sums payable by the Tenderer as and by way of Earnest
Money to the Corporation, for an amount of Rs............ (Rupees_________________) only or US
Dollar _________ (United States Dollars_______________)
AND THE BANK DOTH HEREBY FURTHER AGREE AS FOLLOWS:

1. The amount stated by the Corporation in any demand, claim or notice made or given with
reference to this Guarantee/Undertaking shall as between the Bank and the Corporation for
the purpose of this Guarantee/Undertaking be conclusive of the amount payable by the Bank
to the Corporation hereunder.
2. This Guarantee/Undertaking shall not be determined or affected by the liquidation or winding
up or dissolution or change of constitution or insolvency of the Tenderer or by any change in
the legal constitution of the Bank or the Corporation.
3. Without prejudice to any other mode of service, a demand or claim or any other
communication may be made, given and/or transmitted by the Corporation to the Bank either
by post or by fax. If transmitted by fax, the transmission shall be complete and shall be
deemed to have been acknowledged as soon as the OK facsimile transmission report for
the fax message has been received.
4. Notwithstanding anything contained herein:
(i) The Banks liability under this Guarantee/Undertaking shall not exceed Rs./ US$
___________ (Rupees / United States Dollars ___________ only).

73

(ii) This Guarantee/Undertaking shall remain in force up to (fill in date) and any extension(s)
thereof; and
(iii)

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
the midnight of ______ and if extended, the date of expiry of the last extension of this
Guarantee/Undertaking.

The Bank doth hereby declare that Shri______________________[designation] is authorised to sign


this Guarantee/Undertaking on behalf of the Bank and to bind the Bank thereby.
This____ day of _______20___
Yours faithfully,
Signature:__________________________
Name & Designation:_________________
Name of the Branch:_________________
NOTES:
1.

The Bank Guarantee in lieu of Earnest Money Deposit 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.

2.

The Bank Guarantee shall be typed on stamp paper applicable to an agreement in the State in
which the Bank Guarantee is issued.

3.

This Bank Guarantee shall be sent by the Bank directly to:- Chief Materials Manager, IOCL
(Pipelines Division].

74

DECLARATION OF RELATIONSHIP WITH DIRECTORS OF IOCL


The Tenderer shall declare the following information in exhaustive details:S.
No.

Description

i)

Whether proprietor is a Director or is related to any Director


of IOC present or retired within the past 2 years.

ii)

Whether any partner or member of the firm is a Director or is


related to any Director of IOC present or retired within the
last two years.

iii)

Whether any of the Directors of the Company is a Director or


is related to any Director of IOC present or retired within past
two years.

LIST OF DIRECTORS

The list of board of directors is available in our website at


http://www.iocl.com/AboutUs/Profile.aspx

75

Remarks

BID NO.____________
PROFORMA OF LETTER OF AUTHORITY FOR BID NEGOTIATIONS AND
SIGNING THE AGREEMENT
No.

Date:

To
Indian Oil Corporation Limited
(Pipelines Division)
A-1 Udyog Marg
Sector-1, Noida
U.P.-201301
Attn:
Sub:

IOCL Tender No.________________________________

Dear Sir,
We
____________________________________
do
hereby
confirm
that
Mr./Messrs._________________________________ (Name & Address) is/are authorized to
represent us for bid negotiations and conclude the Agreement on our behalf with you
against your above cited Tender for________________________________ (Item Name) of
IOCL to ____________ Project.
We confirm that we shall bound by all and whatsoever our representatives shall commit.
Signature
Name & Designation
for and Behalf of Bidder
NOTE: This letter of authority should be on the letterhead of the bidder and should be
signed by a person competent and having the authority to bind the bidder. (The power of the
Attorney of the authorised signatory is to be annexed).In case of a consortium it shall be
signed by the leader.

76

BID NO. _________________


PROFORMA OF LETTER OF AUTHORITY FOR ATTENDING UNPRICED BID
OPENING AND PRICED BID OPENING
No.
Indian Oil Corporation Limited
(Pipelines Division)
A-1 Udyog Marg
Sector-1, Noida
U.P.-201301

Sub:

Date:

Attn:
IOCL Tender No.________________________________

Dear Sir,
We_______________________________________________hereby authorise following
representative(s) to attend the pre-bid conference, unpriced bid opening and price bid
opening against IOCL Tender No.__________________ for supply of ____________
(item name).

1. Name & Designation &

(Signature)

We confirm that we shall bound by all and whatsoever our representatives shall commit.

Signature
Name & Designation for and
behalf of Bidder

NOTE: This letter of authority should be on the letterhead of the bidder and should be
signed by a person competent and having the authority to bind the bidder.(The power of the
Attorney of the authorised signatory is to be annexed).

77

Format for giving consent and bank details on letter head (For Indian Bidders)
Date:
To
M/s.Indian Oil Corporation Ltd.,
Pipelines Division,
A-1, Udyog marg,
Sector-1,
Noida-201301
Dear Sir,
We hereby agree to accept henceforth all the payment of our bills through direct credit to our
below mentioned Bank account through internet banking.
1
2
3
4
5
6
7

Beneficiarys Name
Bank Name
Branch Name
Address of the Branch
STD code & phone no. of Branch
Branch Code
9 Digit MICR code of Branch as
appearing on the cheque(copy of
cancelled cheque may be
enclosed)*
8 Bank Account No
9 Account Type (SB/CA/CC)
10 Branch IFSC code
11 Email Address of the Vendor
12 Mobile Telephone No. of Vendor
Please attach a blank cancelled cheque or photocopy of a cheque issued by your bank
relating to your above account for verifying the accuracy of the 9 digit MICR code/IFSC
Code.

I/We, hereby declare that the particulars given above are correct and complete.

(Signature of authorized person with seal)


Encl: As above.

78

Tenders/Contracts Where Employment Of Agent Is Prohibited


Introduction To The Bidders
1.0 Any effort by a bidder or bidders agent/consultant of representative howsoever
described to influence the owner in any way concerning security
/consideration/evaluation comparison of the bid or decision concurring award of
contract shall entail rejection of the bid.
2.0 The seller/bidder shall warrant not to engage, employ retain or involve in any
manner directly or indirectly any agent consultant , associate, negotiator or servicing
facility howsoever described within or outside /India concerning submission ,follow
up pursuit ,procurement or any work pertaining to consideration and award of the
work The Seller/Bidder should at the time of submission of the offer and at all times
there after till decision of the award of the contract is made and in the event of
being successful till its implementation ensure absolute compliance with the
aforesaid stipulation . In the event of any discharged or breach of the aforesaid
warranty being discovered at any time whether prior to the award of the work or
after the award or after completion of the work. Owner /Buyer shall without
prejudice to its any other rights be entitled to exclude from consideration the bid of
the seller /Bidder concerned or rescind, revoke and cancel the contract, if awarded
and pending execution, rebate the seller from containing or participating in any
other or future contracts and claim payment of the sum equivalent to the amount
payable or that may have been disbursed or spent in disregard/ breach of the
warranty together with the interest at the prevalent Bank lending rate in the same
currency in which such amount is payable or disbursed to the agent however
described .This shall be without prejudice to the buyer/Owners right to initiate
appropriate civil or criminal action for concealment, suppression, viz. representation,
breach and /or any other action ,as deemed fit.

79

PROFORMA OF DECLARATION OF BLACK LISTING/HOLIDAY


LISTING
In the case of a Proprietary Concern:
I hereby declare that neither I in my personal name or in the name of my Proprietary
concern
M/s. ________________________________________________________which is
submitting the accompanying Bid/Tender nor any other concern in which I am proprietor nor
any partnership firm in which I am involved as a Managing Partner have been placed on
black list or holiday list declared by Indian Oil Corporation Ltd. or its Administrative Ministry
(presently the Ministry of Petroleum & Natural Gas), except as indicated below:
(Here give particulars of blacklisting or holiday listing, and in absence thereof state NIL)
In the case of a Partnership Firm :
We hereby declare that neither we, M/s.
________________________________________________, submitting the accompanying
Bid/Tender nor any partner involved in the management of the said firm either in his
individual capacity or as proprietor or managing partner of any firm or concern have or has
been placed on blacklist or holiday list declared by Indian Oil Corporation Ltd. or its
Administrative Ministry (presently the Ministry of Petroleum & Natural Gas), except as
indicated below :
(Here give particulars of blacklisting or holiday listing and in the absence thereof state NIL)
In the case of Company :
We hereby declare that we have not been placed on any holiday list or black list declared by
Indian Oil Corporation Ltd. or its Administrative Ministry (presently the Ministry of
Petroleum and Natural Gas), except as indicated below :
(Here give particulars of black listing or holiday listing and in the absence thereof state
NIL)
It is understood that if this declaration is found to be false in any particular, Indian Oil
Corporation Ltd or its Administrative Ministry, shall have the right to reject my/our bid, and
if the bid has resulted in a contract, the contract is liable to be terminated.

Place:

Signature of Bidder:

Date:

Name of Signatory:

80

Covering Letter required to be signed and submitted by the tenderer


(For tenders having estimated value more than ` 10 Crore)
Ref :

Dated:

To,
Indian Oil Corporation Limited
Pipelines Head Office, IndianOil Bhavan
A-1, Udyog Marg, Sector -1, Noida 201 301
India

Sub: Submission of Offer for Tender no. ______________ for


_______________________________
Dear Sir
The Bidder acknowledges that Indian Oil Corporation Limited (IOCL) has signed the MOU with
transparency International India for the adoption of the Integrity Pact Program and stands committed
to following the principles thereof as enumerated in the Integrity Agreement enclosed with the tender
document.
The Bidder agrees that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition
that the Bidder will sign the enclosed Integrity Agreement, which is an integral part of tender
documents, failing which the tenderer will stand disqualified from the tendering process. The Bidder
acknowledges that the Bid would be kept open in its original form without variation or modification for
a period of ________ days (state the number of days from the last date for the receipt of tenders
stated in the NIT) AND THE MAKING OF THE BID SHALL BE REGARDED AS AN
UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.
Bidder confirms acceptance and compliance with the Integrity Agreement in letter and spirit and
further agrees that execution of the said Integrity Agreement shall be separate and distinct from the
main contract, which will come into existence when bid is finally accepted by IOCL. The Bidder
acknowledges and accepts the duration of the Integrity Agreement, which shall be in line with Article
8 of the enclosed Integrity Agreement.
Bidder acknowledges that in the event of Bidders failure to sign and accept the Integrity Agreement,
while submitting the Bid, IOCL shall have unqualified, absolute and unfettered right to disqualify the
tenderer and reject the Bid in accordance with the terms and conditions of the tender.
Yours faithfully,

(Duly authorized Signatory of the Bidder)


(Note - One copy of this letter along with the Integrity Agreement duly signed must be returned along
with offer).

81

To be executed on plain paper and submitted along with Technical Bid/Tender documents for
tenders having a value of ` 10 crores or more. To be signed by the bidder and same signatory
competent/authorized to sign the relevant contract on behalf of IOCL (Pipelines Division)
Tender no. :__________________

INTEGRITY AGREEMENT
This Integrity Agreement is made at __________ on this ______ day of ____ _, 2008
Between
Indian Oil Corporation Limited, a company duly incorporated and validly existing under the provisions
of Companies Act, 1956 and having its registered office at Indian Oil Bhavan, 9, Ali Yavar Jung
Marg, Bandra (East), Mumbai 400051 (hereinafter referred as the Principal/Owner, which
expression shall unless repugnant to the meaning or context hereof include its successors and
permitted assigns)
And
.(name and address of the Individual/firm/Company/consortium members through
_____(mention details of duly authorized signatory) hereinafter referred to as the Bidder/Contractor
and which expression shall unless repugnant to the meaning or context hereof include its successors
and permitted assigns.
Preamble
WHEREAS the Principal/Owner has floated a tender (Tender No. : ) (hereinafter referred to as
Tender) and intends to award, under laid down organizational procedures, contract/s purchase
order/work order for ..(name of contract/order) or items covered under the tender
hereinafter referred to as the Contract.
AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land, rules,
regulations, economic use of resources and of fairness/transparency in its relation with its Bidder(s)
and Contractor(s).
AND WHEREAS, in order to achieve these goals, the Principal/Owner has appointed Independent
External Monitors (IEM), to monitor the Tender process and the execution of the Contract for
compliance with the principles as laid down in this Agreement.
AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this
Integrity Agreement (hereinafter referred to as Integrity Pact or Pact), the terms and conditions of
which shall also be read as integral part and parcel of the Tender documents and Contract between
the parties.
NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby
agree as follows and this Pact witnesseth as under:
Article 1: Commitment of the Principal/Owner
1) The Principal/Owner commits itself to take all measures necessary to prevent corruption and
to observe the following principles:
a) No employee of the Principal/ Owner, personally or through any of his/her family
members, will, in connection with the Tender, or the execution of the Contract,
demand, take a promise for or accept, for self or third person, any material or
immaterial benefit which the person is not legally entitled to.
b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and
reason. The Principal/Owner will, in particular, before and during the Tender process,
82

c)

provide to all Bidder(s) the same information and will not provide to any Bidder(s)
confidential I additional information through which the Bidder(s) could obtain an
advantage in relation to the Tender process or the Contract execution.
The Principal/Owner shall endeavour to exclude from the Tender process any person,
whose conduct in the past has been of biased nature.

2) If the Principal/Owner obtains information on the conduct of any of its employees which is a
criminal offence under the Indian Penal Code (IPC) /Prevention of Corruption Act, 1988 (PC
Act) or is in violation of the principles herein mentioned or if there be a substantive
suspicion in this regard, the Principal/Owner will inform the Chief Vigilance Officer and in
addition can also initiate disciplinary actions as per its internal laid down policies and
procedures.
Article 2-Commitments of the Bidder(s)/Contractor(s)
1) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to
prevent corruption. He commits himself to observe the following principles during
his participation in the Tender process and during the Contract execution:
a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer,
promise or give to any of the Principal/Owners employees involved in the Tender
process or execution of the Contract or to any third person any material or other
benefit which he/she is not legally entitled to, in order to obtain in exchange any
advantage of any kind whatsoever during the Tender process or during the execution
of the Contract.
b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular to
prices, specifications, certifications, subsidiary contracts, submission or nonsubmission of bids or any other actions to restrict competitiveness or to cartelize in the
bidding process.
c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act.
Further the Bidder(s)/Contractor(s) will not use improperly, (for the purpose of
competition or personal gain), or pass on to others, any information or document
provided by the Principal/Owner as part of the business relationship, regarding plans,
technical proposals and business details, including information contained or
transmitted electronically.
d) The Bidder(S)/Contractor(s) of foreign origin shall disclose the names and addresses
of agents/representatives in India, if any. Similarly Bidder(S)/Contractor(s) of Indian
Nationality shall disclose names and addresses of foreign agents/representatives, if
any. Either the Indian agent on behalf of the foreign principal or the foreign principal
directly could bid in a tender but not both. Further, in cases where an agent
participates in a tender on behalf of one manufacturer, he would not be allowed to
quote on behalf of another manufacturer along with the first manufacturer in a
subsequent/ parallel tender for the same item. Copy of CVC guidelines dated
21/4/2004 is annexed hereto as Annexure A.
e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose (with each tender as
per proforma enclosed) any and all payments he has made, is committed to or intends
to make to agents, brokers or any other intermediaries in connection with the award of
the Contract.
2) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above
or be an accessory to such offences.
Article 3. Disqualification from Tender Process and exclusion from future contracts
1

If the Bidder(s)/Contractor(s), either before award or during execution of Contract has


committed a transgression through a violation of Article 2 above or in any other form, such
83

as to put his reliability or credibility in question, the Principal/Owner is entitled to disqualify


the Bidder(s)/Contractor(s) from the Tender process or terminate the Contract, if already
executed or exclude the Bidder/ Contractor from future contract award processes. The
imposition and duration of the exclusion will be determined by the severity of transgression
and determined by the Principal/Owner. Such exclusion may be for a period of 1 year to 3
years as per the procedure prescribed in the guidelines for holiday listing of the
Principal/Owner.
2
The Bidder/ Contractor accepts and undertakes to respect and uphold the
Principal/Owners absolute right to resort to and impose such exclusion.
3
Apart from the above, the Principal/Owner may take action for banning of business
dealings/holiday listing of the Bidder/Contractor as deemed fit by the Principal/Owner.
Article 4-Consequences of Breach
Without prejudice to any rights that may be available to the Principal/Owner under law or the
Contract or its established policies and laid down procedures, the Principal/Owner shall have the
following rights in case of breach of this Integrity Pact by the Bidder(/Contractor(s):
1)

Forfeiture of EMD/Security Deposit: If the Principal/Owner has disqualified the Bidder(s)


from the Tender process prior to the award of the Contract or terminated the Contract or
has accrued the right to terminate the Contract according to Article 3, the Principal/Owner
apart from exercising any legal rights that may have accrued to the Principal/Owner, may
in its considered opinion forfeit the Earnest Money Deposit/ Bid-Security amount of the
Bidder/Contractor.

2) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a


Contractor , or of an employee or a representative or an associate of a
Contractor which constitutes corruption within the meaning of PC Act,
Principal/Owner has substantive suspicion in this regard, the Principal/Owner
the same to the Chief Vigilance Officer.

Bidder or
Bidder or
or if the
will inform

Article 5-Previous Transgression


1) The Bidder declares that no previous transgressions occurred in the last 3 years with any
other Company in any country confirming to the anticorruption approach or with any other
Public Sector Enterprise in India that could justify his exclusion from the Tender process.
2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the
Tender process or action can be taken for banning of business dealings/ holiday listing of the
Bidder/ Contractor as deemed fit by the Principal/ Owner.
3) If the Bidder/Contractor can prove that he has resorted \recouped the damage caused by him
and has installed a suitable corruption prevention system, the Principal/Owner may, at its
own discretion as per laid down organizational procedures, revoke the exclusion
prematurely.
Article 6- Equal Treatment of all Bidders/Contractors/Subcontractors
1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment in
conformity with this Integrity Pact. The Bidder/Contractor shall be responsible for any
violation(s) of the principles laid down in this agreement/Pact by any of its Sub-contractors,/
sub-vendors.
2) The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders and
Contractors.
3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact between
the Principal/Owner and the bidder, along with the Tender or violate its provisions at any
stage of the Tender process, from the Tender process.
Article 7-Independent External Monitor (IEM)
84

1) The Principal/Owner has appointed competent and credible Independent External Monitor(s)
(IEM) for this Pact. The task of the Monitor is to review independently and objectively, whether
and to what extent the parties comply with the obligations under this Pact.
2) The IEM is not subject to instructions by the representatives of the parties and performs his
functions neutrally and independently. He reports to the Chairman, Indian Oil Corporation
Limited.
3) The Bidder(s)/Contractor(s) accepts that the IEM has the right to access, without restriction, to all
Project documentation of the Principal/Owner including that provided by the Contractor. The
Contractor will also grant the IEM, upon his request and demonstration of a valid interest,
unrestricted and unconditional access to his or any of his Sub-Contractors project
documentation. . The IEM is under contractual obligation to treat the information and documents
of the Bidder(s)/Contractor(s)/Subcontractor(s) with confidentiality.
4) In case of tenders having estimated value of Rs 150 Crores or more, the Principal/Owner will
provide to the IEM sufficient information about all the meetings among the parties related to the
Project and shall keep the IEM apprised of all the developments in the Tender Process.
5) As soon as the IEM notices, or believes to notice, a violation of this Pact, he will so inform the
Management of the Principal/Owner and request the Management to discontinue or take
corrective action, or to take other relevant action. The IEM can in this regard submit non-binding
recommendations. Beyond this, the IEM has no right to demand from the parties that they act in
a specific manner, refrain from action or tolerate action.
6) The IEM will submit a written report to the Chairman, Indian Oil Corporation Limited within 6 to 8
weeks from the date of reference or intimation to him by the Principal/Owner and, should the
occasion arise, submit proposals for correcting problematic situations.
7) If the IEM has reported to the Chairman, Indian Oil Corporation Limited a substantiated suspicion
of an offence under the relevant IPC/PC Act, and the Chairman, IOCL has not, within reasonable
time taken visible action to proceed against such offence or reported it to the Chief Vigilance
Officer, the IEM may also transmit the information directly to he Central Vigilance Commissioner.
8) The word IEM would include both singular and plural.

Article 8- Duration of the Pact


This Pact begins when both the parties have legally signed it. It expires for the Contractor/Vendor 12
months after the completion of work under the Contract or till the continuation of defect liability
period, which ever is more and for all other Bidders, till the Contract has been awarded.
If any claim is made/lodged during the time, the same shall be binding and continue to be valid
despite the lapse of this Pact as specified above, unless it is discharged/determined by the
Chairman, IOCL.
Article 9-Other Provisions
1) This Pact is subject to Indian law, place of performance and jurisdiction is the Head
Office/Head quarters of the Division of the Principal/Owner, who has floated the Tender.
2) Changes and supplements need to be made in writing. Side agreements have not been
made.
3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners
and consortium members. In case of a Company, the Pact must be signed by a representative
duly authorized by board resolution.
85

4) Should one or several provisions of this Pact turn out to be invalid, the remainder of this Pact
remains valid. In this case, the parties will strive to come to an agreement to their original
intentions.
5) Any dispute or difference arising between the parties with regard to the terms of this
Agreement/Pact, any action taken by the Owner/Principal in accordance with this Agreement/
Pact or interpretation thereof shall not be subject to arbitration.
Article 10- LEGAL AND PRIOR RIGHTS
All rights and remedies of the parties hereto shall be in addition to all the other legal rights and
remedies belonging to such parties under the Contract and/or law and the same shall be deemed to
be cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of
brevity, both the Parties agree that this Pact will have precedence over the Tender/Contract
documents with regard any of the provisions covered under this Pact.

IN WITNESS WHEREOF the parties have signed and executed this Pact at the place and date
first above mentioned in the presence of following witnesses:

(For and on behalf of Principal/Owner)


(For and on behalf of Bidder/Contractor) WITNESSES:
1 _____________ (signature, name and address)
2 ___________ (signature, name and address)
Note: In case of Purchase Orders wherein formal agreements are not signed references to
witnesses may be deleted from the last part of the Agreement.

86

Specifications
&
Summary Of Requirement

87

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the borrowers express agreement that they will
not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

FORMAT NO. QAF/MP/08

S.No
1

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION

TABLE OF CONTENTS
Description

Check List for Motor driven Mainline

Detail

Page No

Chapter 1A

1-5

Pumping Units

Instructions to Tenderers

Chapter 1B

1-5

Evaluation criteria for Motor driven

Chapter 1C

1-4

Chapter 1D

1-5

Mainline Pumping Unit with VFD


Scope & Requirement
Summary of Requirement

As Detailed Below

Specific requirement for Project

Annexure-I

1-2 of 18

Operating Parameters for Pumping units

Annexure-II

3-4 of 18

Petroleum product/crude Characteristics

Annexure-III

5 of 18

Specific requirement for Pump

Annexure-IV

6-8 of 18

Material for Pump Components

Annexure- V

9 of 18

Summary of Requirement of Spares for

Annexure-VI

10-11 of 18

Annexure-VII

12 of 18

Annexure-VIII

13 of 18

Annexure-IX

14 of 18

10
11

Pumping Unit
Service Requirement for Installation &
Commissioning

12

Exceptions & Deviations

13

Sketch indicating alignment of Pump


suction & Discharge nozzles

14

Pump data Sheet

Annexure-X

15 of 18

15

Experience Record Performa

Annexure-XI

16-18 of 18

16

General

Chapter 2

1-12

requirements

for

Mainline

Pumping Units with Motor as Prime Mover,


Centrifugal pump & Control panel

17

Specification for Mainline Pumps

Chapter-3

1-6

18

Specification for HT Motor

Chapter-4

1-19

Amendment sheet on Technical

1-2

specification of HighVoltage Motor


Technical Data Sheet

1-4

19

Specification for Variable Frequency Drive

Chapter-5

1-26

20

Specification for Instrumentation

Chapter-6

1-16

PIPELINES

Page No.

IOCL-MECH-MLPU (MOTOR)-002

1 of 1

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers
express agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written
consent given by the lender to the borrower.

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION, NOIDA
CHECK LIST

Page 1 of 5

MAINLINE PUMPING UNITS (MOTOR DRIVEN)

Rev: 01

Check List
S.No.

Description

1 Main Line Pumps (Refers equipment


data sheets and other specs. & P&IDs
for details)
1.1 Horizontal Centrifugal single/
Multistage Pump complete with
- Lube oil system
-Mechanical Seal, etc.
1.2 Coupling
(non-lubricated
flexible
metallic type), spacers and nonsparking guards.
1.3 Common base plate for Pump, seal
system & Driver (electric motor)
1.4 In case, the offered pumps are with
pressure lubrication system:
Common Lube Oil system for pump,
Motor driver including the following
(Separate for each pump) to be
offered:
(a) Stainless Steel L.O. reservoir
(b) Main L.O. Pump
(c) Auxiliary L.O. Pump
(d) Duplex type L.O. filter+ Continuous
flow transfer valve
(e) Finned type L.O. Cooler
(Air
Cooler)
(f) Pressure control valve
(for
maintaining constant pressure in LO
header)
(g) Instrumentation and protective
devices as specified /required

IOCL-PL-MECH-MLPU(MOTOR)-002

PIPELINES

CHAPTER- 1A

Specified
by
purchaser
(Yes/No)

Included by
Vendor
(yes/No)

Yes

Yes

Yes
---

Yes
Yes
Yes
Yes
Yes
Yes

Yes

Yes/No

Remarks

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers
express agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written
consent given by the lender to the borrower.

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION, NOIDA
CHECK LIST

Page 2 of 5

MAINLINE PUMPING UNITS (MOTOR DRIVEN)


S.No.

Description

Specified
by
purchaser
(Yes/No)

h) Control system located near the


motor for LO system as specified
/required
(i) All piping within the console and Yes
interconnecting piping from the
console to the equipment.
2 Electrical Equipment
(Refer
also
electrical
technical
specifications, chapter-4 (HV Mainline
motor) & chapter-5 (MV VFD &
Isolators) for full details)
2.1 Electric Motor driver for pump
2.2 VFD system including by pass isolator
system
2.3 All electrical equipment including
electric motor drives for auxiliaries and
electric heater etc.
2.4 Local Control station located near the
motors (for start, stop, speed raise,
speed lower and speed display )
2.5 Motor attachments, fixing bolts, base
plate, anchor bolts, shims etc
2.6 All other items as per Motor & VFD
data sheet & specs.

Yes
Yes
Yes

Yes

Yes
Yes

3 Instrumentation and Controls


Yes
(Refer
to
equipment
and
instrumentation data sheets & related
specifications for full details)
Cable schematic as per annexure-VI (c)
3.1 of Chapter VI.

IOCL-PL-MECH-MLPU(MOTOR)-002

PIPELINES

CHAPTER- 1A

Yes

Rev: 01

Included by
Vendor
(yes/No)

Remarks

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers
express agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written
consent given by the lender to the borrower.

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION, NOIDA
CHECK LIST

Page 3 of 5

MAINLINE PUMPING UNITS (MOTOR DRIVEN)


S.No.

Description

Specified
by
purchaser
(Yes/No)
3.2 Field instruments as specified
Yes
3.3 Interconnecting Cabling and other yes
special cabling as per the requirements
of instrumentation specifications.
3.4 Probes
with
transmitters
for Yes
monitoring of vibration at both DE &
NDE side bearings of pump which will
be interfaced with owners PLC system.
3.5 Probes
with
transmitters
for Yes
monitoring of vibration at both DE &
NDE side of motor with sleeve bearing
for monitoring of vibration as referred
in Motor specifications.
3.6 RTDs for temperature monitoring
Yes
4
4.1
4.2
4.3
4.4
4.5
4.6
5
5.1

Inspection and Testing


Witness Hydrostatic Test
Witness Performance Test
Witness NPSH test (if required as per
specifications)
Witnessed Complete Unit test
(Unitization test)
Witnessed Sound level test
Other tests as specified in the enquiry
documents
Erection & Commissioning
Supervision
of
Erection
&
Commissioning for pump package @
per diem rate basis)
Spares and Special Tools and Tackles

IOCL-PL-MECH-MLPU(MOTOR)-002

PIPELINES

CHAPTER- 1A

Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes

Yes

Rev: 01

Included by
Vendor
(yes/No)

Remarks

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers
express agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written
consent given by the lender to the borrower.

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION, NOIDA
CHECK LIST

Page 4 of 5

MAINLINE PUMPING UNITS (MOTOR DRIVEN)


S.No.

Description

Specified
by
purchaser
(Yes/No)

(For the complete pump package


including
mechanical,
Electrical,
Instrumentation, etc.)
6.1 Commissioning
spares
as Yes
recommended by the equipment
manufacturer
6.2 Quote for spares for the 2(two) years Yes
normal operation as per the spares list
in the summary of requirements.
6.3 Special tools and tackles required for
erection,
site
assembly
and
maintenance of each equipment of
pump package as recommended by the
equipment manufacturer.
7 Vendor Data & Drawings
7.1 All data & drawings as required as per
Vendor data requirements, data
sheets, specifications and referenced
codes and standards
8 Miscellaneous
8.1 Foundations bolts
8.2 Lateral & Torsional Analysis report
8.3 All piping & fittings within the pump
package as per specifications enclosed

IOCL-PL-MECH-MLPU(MOTOR)-002

PIPELINES

CHAPTER- 1A

Yes

Yes
Yes

Yes
Yes
Yes

Rev: 01

Included by
Vendor
(yes/No)

Remarks

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers
express agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written
consent given by the lender to the borrower.

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION, NOIDA
CHECK LIST

Page 5 of 5

MAINLINE PUMPING UNITS (MOTOR DRIVEN)


S.No.

Description

Specified
by
purchaser
(Yes/No)
8.4 Additional items (including mechanical, Yes
electrical and instrumentation and
controls) not specified by Purchaser
but recommended by bidder for safe,
smooth and efficient operation of
complete Unit (Bidder to include
separate list of such items in his
proposal along with their units prices)

IOCL-PL-MECH-MLPU(MOTOR)-002

PIPELINES

CHAPTER- 1A

Rev: 01

Included by
Vendor
(yes/No)

Remarks

iuo
-s%
g-e
oa

FORMATNO.QAF/MP/08
INDIANOILCORPORATIONLIMITED
PIPELINESDIVISION
@EVALUATIONANDPENALTYCRIETERIAPage1of4

"0-^
a^
S^
CO
^<u
<L).5
^7;

MAINLINEPUMPINGUNITS(MOTORDRIVEN)Rev:02

S5@+-*
Co

CHAPTER-1C

^^
1.0.0EvaluationCriteria:
*@^^

d^

1.1.0Toascertainbetterefficiencyofpumpingunitsunderprocurement,thepricebidsof
theVendorsshallbeevaluatedonlong-termeconomicbasis.
1.2.0Theminimumacceptablepumpefficiencyshallbe75%orasindicatedinthe
specificrequirement(Annexure-IofChapter-ID)forallsetofparametersasper
SummaryofRequirementatAnnexure-IofChapter-ID.

i-@Co
'5-2

1.3.0Anyofferwithguaranteedefficiencybelowthespecifiedlimitshallnotbe
consideredforevaluation.

&^
G-+^
2:0
8'@

M^
1@10
(+-iU
0^
^g "0
1^
^gco^
i-10
^'^
a^

1.4.0BiddershallfurnishtheguaranteedvaluesofBKWofpumpsincludingalllosses
withZeropercentpositivetoleranceincludingerrorsininstrumentsand
measurementattheratedoperating(i.e.guarantee)pointspecifiedinthedata
sbeets^Annpynrp-X)(^iiflranteedRKWnftheofferedpumpssubmittedalongwith
theoriginaltechnicalbidandefficiencyofmotor(a),fullload(asspecifiedinMotor
datasheet)conformingtotechnicalspecificationofthetendershallonlybe
consideredasbasisofcalculatingoperatingcostunderevaluationcriteria.
1.5.0ThebidshallberejectedincasethehigherBKWisofferedduringthecourseof
technicalevaluationthantheguaranteedBKWofferedwiththeoriginaltechnical
bid.

1.6.0IncaseanydiscrepancyisobservedinofferedPumpBKWfurnishedinthepump
performancecurvevis-a-vispumpdatasheetsubmittedalongwiththeoriginal
technicalbid,thenPumpBKWstatedinfiguresinthedatasheetshallbe
-4@>
consideredforarrivingatoperatingcost.
^@
2.0.0PriceLoading
C!0
rt<l@
2.1.0Thepriceloadingbasedondifferentialoperatingcost(w.r.t.offerwithminimum
rio;j
operatingcostoftechnicallyacceptablebidders)shallbeapplicableforpumps
TC!g
Qd.?<
whicharetechnicallyacceptable.
'w^

+->c/2
ri>
!=!?
30
U?-

2.2.0Foroperatingcost,thepowerconsumptioncalculatedonthebasisofguaranteed
BKWofthepumpcorrespondingtodutypoint&efficiencyofmotor@fullload
indicatedbythevendorintheirdatasheetshallbeconsidered.Forarrivingatthe

^-)

@Sign.ofApprovingy^y^
GM(project)it/
Implementation04.12.2013
IOCL-PL-MECH-MLPU(MOTOR)-002date,.ff^
Reviewedbv^^@-^^
DGM(PJ-]MTech)p
SPJ^TPJ-Mech)

-s%
rt-G
00,
^>^
s?
^,0

4-*
cj
is>.^^g
os
@-o
w:0
8^

INDIANOILCORPORATIONLIMITED
PIPELINESDIVISION
@EVALUATIONANDPENALTYCRIETERIAPage2of4

CHAPTER-1C

PowerinputtoMotor=PumpguaranteedBKWatdutypoint/motorefficiencyat
fullload
2.3.0Theperiodofcalculationshallbe15yearsconsidering8000hrsofrunningfor
eachyear.
2.4.0Unitpowerrateprevailingatlocation(s)isindicatedinthespecificrequirement
(Annexure-IofChapter-1D)shallbetakenasbasis.Thisrateshallbeescalatedby
5%peryearandthendiscountedbyIOCLhurdlerate(indicatedinthespecific
2.5.0Theamountarrivedbytheabovemethodshallbeaddedtothelandedcapitalcost
oftheequipmentforevaluationaftermultiplyingbythenumberofoperatingunits

d^hy<?3
$-2
^'@
P^
"0
t+-i0
>->u
^^
a-^
Lj^^g^<1>
l-H0
^@
!-i
SP-S
w^-'
"tti
73-s
-9@
^s
s=!m
c3<U
a1?3
Q^
(-1x;
--."
-1-.^
@^
It
"fc

FORMATNO.QAF/MP/08

2.6.0No.ofOperatingpumpsoflocationthatwillbeconsideredincalculationfor
determiningoperatingcostisindicatedinthespecificrequirement(Annexure-Iof
Chapter-ID).
2.7.0Thelandedcapitalcostofthepumpingunit(s)forevaluationpurposeshallconsist
ofthefollowing:
a)Costofthepumpingunit(s)i.e.pump,VFD,primemover,instruments,
accessoriesandauxiliaries,costof2yearsoperatingspares,specialtools&
tackles,lumpsumcostforassistanceinerection,installationand
commissioning.
PLUS(+)
b)Applicablecustom/exciseduty,salestax,transitinsurancecharges,port
handlingcharges,inspectioncharges,freightetc.
PLUS(+)
c)DifferentialOperatingCostbasedonpowerconsumption,calculatedasabove,
Differentialoperatingcost=(MPb-MPib)XNXOhXRpXDf
MPb-Motorinputpowerofbidder(calculatedasper2.2.0)
MPib-Motorinputpoweroftechnicallyacceptedlowestvalue,(calculatedasper
2.2.0)

^^
^Authority(l^^^^

Sign.ofApproving<A^V

Implementation04.12.2013
IOCL-PL-MECH-MLPU(MOTOR)-002date^*
EsPrpnaredhv^--^d^VYW

Reviewedbv,^^A@@@
DGM(PJ-Mec'h)F\
SPJM(PJ-Mech)

<u <u
^-i-^
"s co

FORMAT NO. QAF/MP/08

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION

o&
T3 "a
a a 03
CO

EVALbAllON AND PENALTY CRIETERIA

X@ >>
(U c^

^-s
t-1

-4@>

MAINU^^DRIVEN)
Rev: 02

G ^;
!0
S

+-'

Zn=k+l

@.s

4@<

.(l+P/100)
1 14-f-L) J
V1007
@ @(.@i.

Df - Discounting factor =

>,
5j c^
aj
^g
L^ <u
^ '0lU
^-i
0S
i@< "

n=2
^Present Rate of power in Rs. /kwh mentioned in specific requirement of project.
P- Kate of increase in power rate/year in % i.e 5% per year

h^

I - Hurdle rate in % as indicated in specific requirement of project

2"

B-i @*->

ll

CHAPTER-1C

Page 3 of 4

a>

k- no. of operating years for which loading to be done. i.e 15 years

<L>

3.0.0 Penalty Criteria:

d^

0g

^^-70 03

3.1.0 The vendor's claim of guaranteed pump BKW shall be verified for each unit at the

p-s
"'@-

t+i 0
0 @
>> (U

t; "

the guarantee BKW by more than 4%, the pump shall be rejected
3.2.0 However, for excess power(kW) consumed over and above the guaranteed BKW up to

ft
.^11
c3^

GO -^

est bench during the inspection & testing of the equipment in Vendor's workshop
h case, during shop performance tests, the BKW consumed by the pun,? exceeds

a maximum of four percent, the bidder shall be penalised for extra energ,
consumption for each pump(s) having tested BKW greater than the guaranteed BKW
value (subject to maximum no. of operating pumps indicated in specific requirement
@t project and pumps considered for penalty win be with higher test bench BKW

values among the tested pumps)


a @'
.@?@@3.3.0 The penalty amount shall be calculated in the same lines followed for price loading

S3
as u
-o g
a@

above except that, in place of^@@@nteeS BKW, the difference in test bench BKW
and guaranteed BKW and actual motor efficiency at full load shall be considered.

03 (L@

bfl Sfl

a "i
'^ %
22
Q^
8 fc
a^
3g
QJ

Differential operating cost @ (MP.b-MP,,) X N X 0>, X Rp X D,


N- No. ofpump(s) which has not met guaranteed BKW value (subject to maximum no
of operating pumps indicated in specific requirement of project and pumps considered
for penalty will be with higher test bench BKW values among the tested pumps)
MPt Motor input power of bidder (calculated as per 2.2.0)
MP,. - Motor input power based on test condition - calculated with test bench BKW
and actual test motor efficiency at full load,
Sign. of Approving
Authority

IOCL-PL-MECH-MLPU(MOTOR)-002

Implementation
date________

Reviewed by
PIPELINES

Prepared by

-g^
FORMATNO.QAF/MP/08
a-a
INDIANOILCORPORATIONLIMITED
oa
PIPELINESDIVISION
(@1(@1
^*@<
C^CC
@EVALUATIONANDPENALTYCRSETER6APage4of4
1^
0"0
-p
+-@
@@5

MAINLINEPUMPINGUNITS(MOTORDRIVEN)Rev:02
Oh-Operatinghours-8000hrs/year

>^&
^-^n=k+l
\.(1+P/lOOk^
2S
S^
^c
0'@'
'@'u
a-s
8|
d^
0g
3-2
H'p(^0
'"0
<u'3
^?

Z^-^S^->V100/
^sa=!EBa7^=2
Rp-PresentRateofpowerinRs./kwhmentionedinspecificrequirementofproject.
P-Rateofincreaseinpowerrate/yearin%i.e5%peryear
I-Hurdleratein%asindicatedinspecificrequirementofproject.
k-no.ofoperatingyearsforwhichloadingtobedonei.e15years

3.4.0Thispenaltyshallbeindependentofanyotherpenaltiesspecifiedelsewherein
tenderdocuments.

^^
^3^
^^
^c
^^
a^
.^@-S
w^>
^1
^@
^)S
a<u
bO@)
.9rt
1?tyi
Q^
-~-'"
^,V!
aiEi3
^0

@Sign.ofApproving.^^@~J.^'^
Authority/@\y^..^lr
GM(Project)/J^Xy^
IOCL-PL-MECH-MLPU(MOTOR)-002date^.A^^^
Implementation04.12.2013@/^
PIPELIN

ReviewedhvJW^@@
DGM(PJ-^echrF\
SFJM^Mechf^"

CHAPTER-1C

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written
consent given by the lender to the borrower.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written
consent given by the lender to the borrower.

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the
borrowers express agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private
use permitted by any written consent given by the lender to the borrower.

FORMAT NO. QAF/MP/08


INDIAN OIL CORPORATION LIMITED
PIPELINES DIVISION

SCOPE AND REQUIREMENT

Page 1 of 5

MAINLINE PUMPING UNITS (MOTOR DRIVEN)

Rev: 01

SCOPE AND REQUIREMENT

1.0.0 SCOPE
1.1.0

This specification covers the requirements of Mainline Pumping Units for pumping
PETROLEUM PRODUCTS/CRUDE OIL in cross-country pipeline on continuous duty
operation.

1.2.0

The pumping unit shall consist of a Horizontal split case High pressure centrifugal
pump coupled to Flame-proof squirrel cage induction electric motor, AC Variable
speed drive, suitable coupling with spacer between pump and motor, bed plate,
mechanical seal, forced lube oil system for bearings of complete equipment (if any)
and other accessories like motor and pump protective devices, gauges, grouting bolt,
epoxy grouting material etc., complete in all respect, as detailed later in this
specification.

1.3.0 The handling capacity and the operating parameters are indicated in Annexure-I.
1.4.0 The pumping units shall be in operation in series to achieve the operating parameters
as indicated in Annexure-I & AnnexureII. The offered pumps shall be designed
considering the interchangeability of the pump.

2.0.0 ENVIRONMENT
2.1.0

The pumping units shall be installed at location where ambient temperature varies
between 50C to + 500C with moderate to heavy rainfall during monsoon and relative
Humidity is 98% (max.).

2.2.0

The site altitude to be considered for these pumping units is as per Annexure-II.

3.0.0 SPECIFIED REQUIREMENT


3.1.0

The Specified requirement for pumping units is indicated in the Summary of


Requirement as per Annexure-I.

3.2.0

The

detailed

requirement

of

Pump,

Motor,

AC

variable

speed

drive

and

Instrumentation for the pumping units is exhibited in Chapter-3, Chapter-4,


Chapter-5 & Chapter-6 respectively.

IOCL-PL-MECH-MLPU(MOTOR)-002
PIPELINES

CHAPTER-1D

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written
consent given by the lender to the borrower.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written
consent given by the lender to the borrower.

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the
borrowers express agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private
use permitted by any written consent given by the lender to the borrower.

FORMAT NO. QAF/MP/08

3.3.0

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION

SCOPE AND REQUIREMENT

MAINLINE PUMPING UNITS (MOTOR DRIVEN)

Page 2 of 5
Rev: 01

The vendor shall furnish the supply & performance records of the pumping unit
(pump, motor and AC variable frequency drive) of offered model & same capacity or
above for handling of PETROLEUM PRODUCTS/CRUDE for pipeline application as
per tender specification as a part of technical requirement for consideration. The
client reference shall include the name, telephone no., fax No. etc. of the contact
person.

3.4.0

The Pump, Motor & VFD model offered shall be from the existing model series and in
the regular manufacturing range of the manufacturers.

3.5.0

At least two unit of the offered model of Pump designed, manufactured, tested and
supplied from the proposed manufacturer in the last 15 years and at least one of
these units shall have successfully operated in the field for at least 8000 Hr
individually without any major problem as on the date of enquiry.

3.6.0

Vendor shall also quote for the spares of pumping unit as per Annexure-VI
separately.

3.7.0

The vendor shall be responsible for:


a. Matching his offered equipment with specified requirements, making technical
modifications as may be called for.

b. Performing such other services as required under the detailed specifications.


c. Aligning, checking and commissioning the complete prime mover assembly with
pumps including electrical and instrumentation facilities at installation site. The
services of Vendors technician used for the same shall be paid in accordance
with the provisions covered elsewhere in the tender documents.

d. Guaranteeing the performance of items of vendors supply as well as guaranteeing

3.8.0

sound assembly of pump, motor, AC variable speed drive and pumping unit as a
whole to ensure compatible installation totally meeting with the Owners stated
requirements.

The offered pumping units shall fulfill the requirements of Chapter-1C of the
specification (Evaluation and penalty criteria) and Annexure-1 (Chapter-1D) of the
specific requirements as regards to the mechanical efficiency of the pump.

IOCL-PL-MECH-MLPU(MOTOR)-002
PIPELINES

CHAPTER-1D

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written
consent given by the lender to the borrower.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written
consent given by the lender to the borrower.

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the
borrowers express agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private
use permitted by any written consent given by the lender to the borrower.

FORMAT NO. QAF/MP/08

3.9.0

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION

SCOPE AND REQUIREMENT

MAINLINE PUMPING UNITS (MOTOR DRIVEN)

Page 3 of 5
Rev: 01

The complete pumping unit i.e. pump, motor, VFD & auxiliary system shall be
designed for continuous duty as per the name plate rating under the specified
ambient condition.

4.0.0

SPARES

4.1.0

The vendor shall supply the spares required for 2 years of normal running as detailed
in Annexure-VI.

4.2.0

The offer shall include the commissioning spares required for the pumping unit.
Bidder shall indicate list of commissioning spares considered by them separately.

4.3.0

The vendor shall assure continued availability for all replacements/accessories or as


an alternative, make available to purchaser the shop fabrication drawing during the
working life of the offered units.

5.0.0

UTILITIES TO BE PROVIDED BY OWNER:

5.1.0

Power Supply
The Owner shall provide necessary power supply from their HT panel for the AC
Variable speed drive & electric motors. The power supply shall be of 6.6 KV 10%,
50 Hz + 3%, 3 phase. Owner shall also provide control supply of 415V 5%, 50 Hz +
3%, 3 phase and a neutral for VFDs.

5.2.0

The Owners responsibility for providing utilities on a continuous basis is limited to


above. Any provision for supply of running water or compressed air for cooling
purpose is not agreeable.

6.0.0 SERVICE FOR INSTALLATION & COMMISSIONING


The supplier will render their services for installation and commissioning for all the
pumping units in totality. They shall be responsible for satisfactory installation &
commissioning of each unit as system with verification for performance of Motor, AC
Variable speed drive system including isolators & Control system and for pump with
flow parameter as designated to complete satisfaction of the Owner.

6.1.0

Installation.

IOCL-PL-MECH-MLPU(MOTOR)-002
PIPELINES

CHAPTER-1D

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written
consent given by the lender to the borrower.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written
consent given by the lender to the borrower.

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the
borrowers express agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private
use permitted by any written consent given by the lender to the borrower.

FORMAT NO. QAF/MP/08

6.1.1

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION

SCOPE AND REQUIREMENT

MAINLINE PUMPING UNITS (MOTOR DRIVEN)

Page 4 of 5
Rev: 01

Installation services are hereby specified as follows:


a. Pre-commissioning check of base plate foundation including pre-grouting,
grouting and post-grouting.

b. Alignment of prime mover unit.


c. Alignment and other pre-commissioning checks for pump.
d. Pre-commissioning checks for complete Electrical system.
e. Pre-commissioning checks for complete AC Variable speed drive system.
f.

Pre-commissioning check for complete instrumentation control system.

g. Any other technical assistance of similar nature as & when required during the

6.1.2

process of installation.

The supplier will provide special technical assistance to Owners representative to


overcome bottleneck during installation stage, if any.

6.1.3

Installation Engineers/Technician deputed by the supplier for this assignment shall


be fully conversant with technical details of, Electrical system and instrumentation
control system and shall be equipped with all tools, test and calibration equipment
required for the purpose.

6.2.0 Commissioning
6.2.1

The commissioning of complete pumping unit with Site Test including supply of
commissioning spare will be the responsibility of the supplier. The supplier will
provide special assistance, to the owners representative to overcome bottleneck, if
any, during the process of commissioning.

6.2.2

Commissioning Engineers/ Technician deputed by the supplier for this assignment


shall be fully conversant with technical details of motor, pump & Electrical system &
instrumentation control system and shall be equipped with all necessary
commissioning spares, tools and test & calibration equipment.

6.2.3

Engineers / Technicians required for the purpose with duration are furnished in
Annexure- VII. The detailed planning will be finalised with approval of owner upon
receipt of purchase order.

7.0.0

EVALUATION AND PENALTY CRITERIA

IOCL-PL-MECH-MLPU(MOTOR)-002
PIPELINES

CHAPTER-1D

PIPELINES

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written
consent given by the lender to the borrower.

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the
borrowers express agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private
use permitted by any written consent given by the lender to the borrower.
7.1.0

MAINLINE PUMPING UNITS (MOTOR DRIVEN)

Evaluation and Penalty Criteria, as applicable for this tender, as detailed in

Chapter-1C shall apply.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written
consent given by the lender to the borrower.

FORMAT NO. QAF/MP/08

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION

SCOPE AND REQUIREMENT

IOCL-PL-MECH-MLPU(MOTOR)-002

CHAPTER-1D

Page 5 of 5

Rev: 01

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the borrowers express agreement that they will
not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

FORMAT NO. QAF/MP/08

Sl.
No.

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION
CHAPTER-1D

Annexure I
SPECIFIC REQUIREMENT FOR PROJECT

Item Description

Qty

KANDLA

Pumping unit consisting of Horizontal, axially split

3
Nos.

type centrifugal pump, AC variable speed drive system

operat
ion

2+1

with bypass isolators, flameproof electrical motor with


all accessories like coupling with coupling guard,
Mechanical seal, cooling and flushing piping, pump
protective instruments, common base plate and with
all necessary instrumentation including supply of
foundation bolts, grouting materials, counter flanges
(WNRF) and commissioning spares for Kandla station
as per specifications.

Pump Operating
Parameters

Stage-I:
Q= 632 KL/Hr,
H= 565 MCL,
Efficiency=75%
(Min),
Viscosity=5 cSt,
Density=850
kg/m3
Stage-II :
Q= 853 KL/Hr,
H= 480 MCL,
Efficiency=75%
(Min), Viscosity=5
cSt, Density=850
kg/m3

Commissioning Spares:
1. O ring & Gasket for Pump- 01 set per pump

Note: Minimum acceptable efficiency for the pump shall be 75% .


1. Heads and flow rates shown above are based on Petroleum Product having specific
gravity upto 0.850 and viscosity upto 5 cSt at 20 deg C.

2. The pump offered with efficiency less than specified (75%) at any operating condition
specified above shall not be considered for qualification.

3. Stage-I parameters will be considered for evaluation and penalty criteria as per
Chapter 1C.

4. The above rated load (Stage-II parameters) to be achieved at rated speed (RPM) or
below rated RPM of the prime mover with use of VFD. It may be noted that motor
rating should be also suitable for pump operation under DOL condition (i.e at
rated speed of motor without VFD).

5. Bidder to specify whether the second stage parameters can be achieved at rated
speed by Trimming/ modifying the impeller. If so, corresponding performance curve
to be furnished .

6. The Bidder shall provide Pump Performance Curve at all the operating parameters
specified above and at the Synchronous speed of Motor along with the offer.

PIPELINES

Page No.

IOCL-MECH-MLPU (MOTOR)-002

1 of 18

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the borrowers express agreement that they will
not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

FORMAT NO. QAF/MP/08


INDIAN OIL CORPORATION LIMITED
PIPELINES DIVISION
CHAPTER-1D

7. The available NPSH shall be 20 MCL.


8. The requirement of spares for two years operation and the service requirement for
installation for commissioning personal are given at Annexure-VI and Annexure-VII.

9. Pumps fitted with inducers for reducing NPSHR are not acceptable.
10. Mechanical seals shall be of cartridge design and shall be as per API-682, 3rd
Edition. Mechanical seals shall be offered and supplied from one of the following
makes only: Flowserve, John Crane, Eagle Burgmann, Chetra.

11. Seal Flush Plan to be selected shall be 31/61 of API 682 latest edition.
12. IOCL Hurdle rate for calculation of discounting factor is 13%. Refer Chapter-1C
for Evaluation and Penalty criteria.

13. Rate of power in Rs./kwh for Kandla Location is Rs10.31/kwh. Refer Chapter1C for Evaluation and Penalty criteria.

PIPELINES

Page No.

IOCL-MECH-MLPU (MOTOR)-002

2 of 18

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the borrowers express agreement that they will
not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

FORMAT NO. QAF/MP/08


INDIAN OIL CORPORATION LIMITED
PIPELINES DIVISION
CHAPTER-1D

Annexure II

OPERATING PARAMETERS FOR MOTOR DRIVEN PUMPING UNITS WITH VFD

1. KANDLA
SL.
NO
1.
2.
3.
4.
5.
6.
7.
8.
9.

10.
11.
12

Note:

DETAILS
STAGE-I

Chainage in Km.

STAGE-II
0 KM
4.0 M

Altitude in meters above Mean Sea Level


(MSL)
632

853

1130

960

565

480

NPSH (A) in metres

20

20

Maximum available suction pressure for


MP-1 (MCL)

50

50

In Series

In Series
1

Flow Rate (Kl./hr)


Total differential head (m)
Differential head per pump (m)

No. of units in operation


Mode of operation
Standby unit
Total no. of pumping units
VFD Bypass operation applicable

1
3
Yes

3
Yes

The pump performance shall be based on the PETROLEUM PRODUCT as pumping


fluid with specific gravity up to 0.850 and viscosity up to 5 CST.

PIPELINES

Page No.

IOCL-MECH-MLPU (MOTOR)-002

3 of 18

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the borrowers express agreement that they will
not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

FORMAT NO. QAF/MP/08


INDIAN OIL CORPORATION LIMITED
PIPELINES DIVISION
CHAPTER-1D

Annexure III

Annexure - I
PETROLEUM PRODUCT CHARACTERISTICS

SPECIFICATIONS FOR MS( MOTOR GASOLINE) (IS 2796- 2008):


PROPERTY

LIMIT

Water & Suspended Matter

Non visible

720-775

Density @15 C, kg/m

Distillation characteristics

Recovery up to 70 C, % (V/V)

10 45

40 70

75

Recovery up to 100 C, % (V/V)


Recovery up to 150 C, % (V/V)
0

Final boiling point , C, Max

210

Reid vapour pressure at 38 C, kPa, Max

60

Vapour Lock Index( VLI), (VLI=10RVP+7E 70), Max


a)

Summer ( May- July)

750

b)

Other Months

950

Residue, % (V/V), Max

2
0

Copper Strip Corrosion, 3h at 50 C, Max


Sulphur, total, mg/kg, Max

Not more than 1


50

Existent gum (solvent washed) , g/m , Max.

40

Oxidation Stability, Minutes, Min

360

Lead Content( as Pb), g/l

0.005

Benzene Content, % (V/V), Max

1.0

SPECIFICATIONS FOR DIESEL (IS 1460- 2005):


PROPERTY
0

Viscosity kinematic at 40 C, cSt


0

Density @15 C, kg/m

LIMIT
2.0 - 5.0

820-845

Cetane number, Min.

51

Carbon residue (Rams bottom) on10% residue, % (m/m), Max.


0

0.30

Distillation, recovery at 360 C % (V/V) Min.

95.0

Flash point, closed, Pensky Martens, Min.

66 C

Pour Points, Max

a) Winter

3C

b) Summer

15 C

Water content, mg/kg, Max.

200

Ash, % by mass, Max.

0.01

Sulphur content, mg/kg, Max.

350
0

Copper Strip Corrosion, 3h at 50 C, Max

PIPELINES

Not worse than 1

Page No.

IOCL-MECH-MLPU (MOTOR)-002

4 of 18

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the borrowers express agreement that they will
not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

FORMAT NO. QAF/MP/08


INDIAN OIL CORPORATION LIMITED
PIPELINES DIVISION
CHAPTER-1D

SPECIFICATIONS FOR KEROSENE (IS 1459 1974, 2

nd

Revision)

PROPERTY

LIMIT

Viscosity kinematic at 40 C, cSt

1.00 - 2.00

Distillation Recovery at 200 C, % (V/V) min.

20

Final boiling point, C, Max.

300

Flash point, closed, Abel, C, Min.

35

Water Content, % (V/V), max.

Nil

Sediment, % (m/m) max.

Nil

Ash, % (m/m), max.

Sulphur content, % (m/m), Max.

0.20-0.25
0

Copper Strip Corrosion, 3h at 50 C, Max

Not worse than 1

Smoke point, mm, min.

18 22

Char value, mg/ kg, max.

10 20

SPECIFICATIONS FOR NAPTHA


PROPERTY

LIMIT

Density @ 15 C

666.0 to 740.0 kg/m

Distillation characteristics

Distillation IBP

Min 35.0 C
0

Distillation 50% volume recovered

96.0 C
0

Distillation FBP

Max. 170.0 C

Residue on evaporation air jet

Max. 5.00 mg/dcl

Vapour Pressure @ 38 C

Max. 0.700 kg/cm

Aromatic Content

Max. 12.0 % (V)

Carbon Hydrogen Ratio

Max. 5.8

Olefin Content

Max. 1.0 % (V)

Calorific Value Gross

Min. 11000 Cal/gm

Calorific Value Net

Min. 10200 Cal/gm

Sulphur (Total)

Max. 500.0 ppm (m)

SPECIFICATIONS FOR ATF KEROSENE TYPE (JET A-1) (IS: 1571-2001)


PROPERTY

LIMIT

Viscosity kinematic at -20 C, cSt, Max.

8.00

Distillation

205

Report

Report

Recovery 10% by Volume at C, Max.


Recovery 50% by Volume at C, Max.
Recovery 90% by Volume at C, Max.
0

Initial boiling point, C


0

Report

Final boiling point, C Max

300

38

Flash point, (Abel), C, Min.


0

Freezing point, C, Max.

-47

Water Content, % (V/V), Max.

Nil

PIPELINES

Page No.

IOCL-MECH-MLPU (MOTOR)-002

5 of 18

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the borrowers express agreement that they will
not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

Sediment, % (m/m), Max.

Ash, % (m/m), max.

Sulphur content, % by mass Max.

Sulphur, Mercaptan, % by mass, Max.

Copper Strip Corrosion, 2h at 100 C, Max

Silver strip corrosion, 4 h at 50 C classification, Max.

Elec. Conductivity, pS/m ( at temperature)

Density at 15 C Kg/m^3

PIPELINES

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

FORMAT NO. QAF/MP/08

Acidity Total, mg KOH/g, Max.


0.015

Aromatics, % by volume, Max.

20

Olefins Content, % by Volume, Max.


5.0

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION
CHAPTER-1D

Nil
-

0.25

IOCL-MECH-MLPU (MOTOR)-002

0.002

Not worse than 1


0

Min 50, Max 450


775 to 840

Page No.

6 of 18

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the borrowers express agreement that they will
not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

FORMAT NO. QAF/MP/08

Sl. No
Pump

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION
CHAPTER-1D

Annexure IV
SPECIFIC REQUIREMENT OF PUMP
(To be submitted along with Pump data sheet)
Bidders
Response

OUR REQUIREMENT

1.

Pump offered is split case centrifugal pump.

2.

Pump offered shall be suitable for pumped fluid as per Annexure-III.

3.

Pumps shall be manufactured conforming to API 610 latest edition

4.

Shut off pressure is not more than 120% of rated pressure.

5.a

Pump suction and discharge nozzle sizes and rating

are to be

indicated

5.b

Suction and discharge nozzle flanges as per ANSI B 16.5.

5.c

Flanges shall be in opposite direction.

5.d

Looking from free end side, pump suction nozzle shall be on right
hand side.

5.e

Suction and discharge nozzle shall be part of the lower half of casing.

5.f

Pump shall have provision for drains and mounting pressure switch,

6.

pressure gauge, temperature sensors/indicators etc.


Impellers shall be balanced dynamically and complete rotor assembly
shall be balanced dynamically.

7.

Thrust bearing-oil lubricated and oil cooled.

8.

Removal

of

mechanical

seal

and

its

sleeve

possible

without

dismantling of pump casing.

9.

Details of pump bearing cooling system to be furnished.

10.

Spacer sleeve (if provided) shall be secured to the shaft.

11.

Shaft extension shall be tapered.

12.

Mass elastic data (kg. M2 ) details furnished in the offer.

13.

Epoxy Grouting Material required for complete pumping unit (pockets

14.

+ beneath base of new girder/channel all along)


Details of lube oil system. Whether splash/forced lubrication system.

Inspection & Testing


1)

Following tests shall be performed for all the pumping units/pumps:

1.a

Hydrostatic test

1.b

Performance test

PIPELINES

Page No.

IOCL-MECH-MLPU (MOTOR)-002

7 of 18

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the borrowers express agreement that they will
not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

FORMAT NO. QAF/MP/08


INDIAN OIL CORPORATION LIMITED
PIPELINES DIVISION
CHAPTER-1D

1.c

NPSHR test

1.d

Dismantling and strip down inspection

1.e

Re-assembly and re-run test (For 3 Hrs)

1.f

Measurement of Vibration (DE & NDE)

1.g

Measurement of sound/ Noise level

1.h

Radiography inspection of impeller tip

1.i

Ultrasonic testing of shaft

1.j

Dynamic balancing of complete rotor assembly.

A
Enclosures along with the offer
The following details must be furnished along with the offer failing
which the offer shall not be considered.

Pump data sheet as per API for all operating conditions

Pump Performance curves for all operating conditions

GA/ Dimensional drawing of pump.

Cross sectional drawing of pump with bill of material.

Mechanical seal details and Drawing.

Flexible coupling details and drawing.

Coupling Guard details.

10.

List of Commissioning spares considered in the offer (cost towards


commissioning spares shall be included in the cost of mainline
pumping unit).
Whether Operation and maintenance spares in line with Annexure VI
quoted separately.
MOC as per Table-I is furnished

11

Supply record of offered pump with P.O copies and performance

9.

reports.

On placement of P.O (For Approval)

1.

Pump data sheet for all operating conditions

2.

Pump Performance curves for all operating conditions

3.

Dimensional/GA drawing of pump.

4.

Cross sectional drawing of the pump with Bill of material

5.

Quality Assurance/ Inspection & Test plan (QAP/ITP)

6.

Mechanical seal data sheet/ details and Drawing.

7.

Flexible coupling details and drawing.

8.

Coupling Guard details.


On Satisfactory completion of Inspection & testing for Dispatch
Clearance

PIPELINES

Page No.

IOCL-MECH-MLPU (MOTOR)-002

8 of 18

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the borrowers express agreement that they will
not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

FORMAT NO. QAF/MP/08

1.

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION
CHAPTER-1D

Complete test reports of all the tests conducted as per approved


QAP/ITP.

2.

Calibration records/reports for the instruments used in the testing

3.

Test reports for bought out items

4.

As built Dimensional/GA drawing of pump.

5.

As built Cross sectional drawing of the pump

6.

All the performance curves and data recorded during the testing.

7.

Mechanical seal data sheet/ details and Drawing.

8.

Flexible coupling details and drawing.

Alongwith the dispatch of the pumping unit

1.

Installation & commissioning manual.

2.

Operation and maintenance Manuals

3.

Preventive maintenance schedule

4.

As built drawings and documents

Note

(Signature of Bidder with Stamp)

1. The format is to be filled up completely; otherwise the offer shall be liable for Rejection.
Any deviation should be clearly indicated in the remark column.

PIPELINES

Page No.

IOCL-MECH-MLPU (MOTOR)-002

9 of 18

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the borrowers express agreement that they will
not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

PIPELINES

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

FORMAT NO. QAF/MP/08

1.

Pump components material shall be as per API 610

2.

Materials for pump parts:

b)

c)

d)

e)

f)

g)

h)

i)

j)

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

a)
Casing material:

Case stud:

Case wear ring:

Impeller:

Impeller wear ring:

Shaft material:

Shaft sleeve:

Throat bushing:

Bearing housing:

Cooling flushing lines:

IOCL-MECH-MLPU (MOTOR)-002
specified.

Cl. 6.0.0 of Chapter I wherever

Materials

(class S-6) of API 610 Latest Edition or

Materials shall be as per Table H-1

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION
CHAPTER-1D

Annexure V

Table-I
Requirement
Material offered (to

be filled by bidder)

(Signature of Bidder with Stamp)

Page No.

10 of 18

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the borrowers express agreement that they will
not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

FORMAT NO. QAF/MP/08


INDIAN OIL CORPORATION LIMITED
PIPELINES DIVISION
CHAPTER-1D

Annexure-VI

SUMMARY OF REQUIREMENT OF SPARES FOR KANDLA PUMP STATION HAVING 3 NEW

Sl.

No.

A.

PUMPING UNITS & VFD


Item Description

Qty.

Part No.

KANDLA

MAINLINE PUMPS:

1.
2.
3.
4.
5.
6.
7.
8.
9.

10.

Case Wear ring

2 set

To furnish with bid

Impeller Wear ring

2 set

-do-

Impeller (Full dia)

1 set

-do-

Pump shaft

1 no

-do-

Throat Bush

2 set

-do-

Sleeve/ Bush bearing set

3set

-do-

Shaft sleeve

2 set

-do-

Impeller key

2 set

-do-

Coupling key

2 set

-do-

Rotary & Stationary Inserts for Mechanical

3 set

-do-

Set of O rings/ Gaskets for Mechanical seal

3 set

-do-

Complete Mechanical Seal (DE+NDE)

1 set

-do-

Hydraulic Torque wrench (along with two sets

1 set

-do-

Bearings (DE & NDE)

1 set

To furnish

Cooling Fan

1 No.

To furnish

Pump Bearing RTD

1 No

To furnish

Motor Bearing RTD

1 No

To furnish

Pump Casing RTD

1 No

To furnish

Vibration transmitter of each type

1 set

To furnish

Seal

11.
12.
13.

of repair kits) suitable for pump casing bolts

B.
1
2

C.
1
2
3
4
D.

Sl.No

MOTOR

INSTRUMENTATION

VARIABLE FREQUENCY DRIVE


Type of VFD

Spare
required

Active Front

IGBT module

End-IGBT based

Main control

High voltage

board
Power cell

LV Power cell

module

based VFD

Main control
Board

For line
side
converter

For load side


inverter

Others

Total
Qty

2 no.

2 no.

4 nos.

1 no.

-do-

6 nos.

6 nos.

-do-

1 no.

-do-

Part No.
To furnish
with bid

Note:
The Vendor shall enclose the completed proforma for spares without any cost along with the
technical bid of the offer.

PIPELINES

Page No.

IOCL-MECH-MLPU (MOTOR)-002

11 of 18

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the borrowers express agreement that they will
not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

FOR PUMPING UNITS (PUMP, MOTOR & VFD)

A. Kandla Pump Station

Pre-commissioning check and

Commissioning.

Note:

1. The above duration may be covered in two (2) spells for each location.

PIPELINES

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

FORMAT NO. QAF/MP/08

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION
CHAPTER-1D

Annexure -VII

SERVICE REQUIREMENT OF

INSTALLATION AND COMMISSIONING PERSONNEL

Description
No. of pumping
Duration per
Total

units
pumping unit
Duration

3 Nos.
7 days
21 days

Page No.

IOCL-MECH-MLPU (MOTOR)-002

12 of 18

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the borrowers express agreement that they will
not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

FORMAT NO. QAF/MP/08


INDIAN OIL CORPORATION LIMITED
PIPELINES DIVISION
CHAPTER-1D

Annexure VIII
EXCEPTIONS AND DEVIATIONS

NAME OF PROJECT:
(Give reference of the enquiry No.)
NAME OF BIDDER:
Bidder to stipulate here exceptions and deviations to Bidding Document, if any, separately
for technical clauses in respect of the specifications.
Sl.

Chapter No., Page

No. No. of specification


1

Note:

Clause

Description of clause

No.
3

Deviation proposed by
Bidder

1. If the space is not sufficient, separate sheets to be attached as per this format.
2. Bidder to note that this Annexure-IX has been included in the Bidding document solely
for the convenience of the Bidder so as to facilitate them to list out the deviations /
exceptions both of technical and commercial nature from / to the bidding document.
Owner will not recognise any deviations / exception (s) in respect of the specifications
which is not listed in this Annexure-IX.

PIPELINES

(Signature of Bidder with Stamp)

Page No.

IOCL-MECH-MLPU (MOTOR)-002

13 of 18

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the borrowers express agreement that they will
not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.
INDICATIVE ARRANGEMENT OF PUMP SUCTION & DISCHARGE NOZZLES W.R.T

FLOW DIRECTION

PIPELINES

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

FORMAT NO. QAF/MP/08

MOTOR

PUMP

MOTOR

PUMP

PUMP

MOTOR
--1

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION
CHAPTER-1D

Annexure-IX

Flow Direction

Suction Piping

Discharge Piping

Page No.

IOCL-MECH-MLPU (MOTOR)-002

14 of 18

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the borrowers express agreement that they will
not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

FORMAT NO. QAF/MP/08

Sl.
No.
1

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION
CHAPTER-1D

ANNEXURE-X

PUMP DATA SHEET (Vendor to furnish)


Details

Stage-I

Stage-II

Pump Model

No. of stages

Flow m3/hr

Head MLC

Rated Speed(RPM)

Efficiency %

Power of Prime Mover (KW)

Pump Rated Power (KW)

NPSHR at rated capacity m

10
11
12
13
14
15

Best efficiency point, m3/h


Min. continuous stable flow m3/h
Max. Head at rated impeller (m)
Rated impeller dia (mm)
Maximum allowable working pressure of casing (kg/cm2)
Hydro test pressure of casing (kg/cm2) The Hydro test of
casing shall be done at 1.5 times the MAWP at ambient
temperature.

16
17
18
19

20

Suction/Discharge Flange (Size & rating)


Preferred Operating Region m3/h
Allowable Operating Region m3/h
Pressure rating of Mechanical seal
a. Dynamic
b. Static

Lubrication system
- Splash type
- Forced circulation type
Note: a). Bidder must furnish all the information in pump data sheet along with the offer.
b). Bidder to submit separate sheet for each type of offered pump.
c)

PIPELINES

Bidder to submit separate sheet of offered pump for each set of duty point
parameters

Page No.

IOCL-MECH-MLPU (MOTOR)-002

15 of 18

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the borrowers express agreement that they will
not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

FORMAT NO. QAF/MP/08


INDIAN OIL CORPORATION LIMITED
PIPELINES DIVISION
CHAPTER-1D

(Signature of Bidder with Stamp)

Annexure XI.

Experience Record Performa

S No.

PARAMETER

1.
1.1

GENERAL
Cross reference to manufacturers
Standard Reference list
Make
Model Number
Number of units supplied
Type of driver (Electric Motor/Steam
Turbine/Gas Turbine/IC engine)
Drive rated KW/Speed (rpm)
Drive (Fixed Speed/Variable Speed/
Variable Frequency)
Shop where pump is designed,
manufactured, packaged, tested and
supplied with address
OPERATING CONDITIONS
Fluid handled
Fluid temperature (Min/max)C
Capacity (m3/hr)
Maximum
Suction
pressure
(kg/cm2,a)
Differential head, Rated (kg/cm2)
NPSHR(m)
Efficiency, %
BKW
Minimum Continuous Stable Flow,
(m3/hr)
Rated Speed
Speed range for variable speed drive
MAWP outer casing (kg/cm2G)
@ 15 deg C
@ Pumping temperature
CONSTRUCTION
No. of Stages
Casing
Split-Outer
casing
(Axial/Radial)
Casing Spilt-inner casing (Axial/Radial)
First
Impeller
type
(Single

1.2
1.3
1.4
1.5
1.6
1.7
1.8

2
2.1
2.2
2.3
2.4
2.5
2.6
2.7
2.8
2.9

2.10
2.11
2.12

3
3.1
3.2
3.3
3.4

PIPELINES

INFORMATION INFORMATION
ON REMARKS
ON PROPOSED REFERRED
EXISTING
MODEL
INSTALLATION

Page No.

IOCL-MECH-MLPU (MOTOR)-002

16 of 18

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the borrowers express agreement that they will
not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

FORMAT NO. QAF/MP/08

3.5
3.6
3.7
3.8

3.9

3.10
3.11
3.12
3.13
3.14
3.15

3.16

3.17
3.18
3.19
3.20
4
4.1
4.2
4.3
4.4
4.5
4.6
5
5.1
5.2
5.3

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION
CHAPTER-1D

flow/Double flow)
Impeller
diameterRated/Maximum/Minimum (mm)
Impeller mounting (Inline/back to
back)
Balancing Device used (Balance
drum/balance disc/others)
Type
of
Radial
Bearings
(Antifriction/Sleeve/Tilting
pad/others)
Type of Thrust Bearings (Taper
land/Tilting pad/others)
Span between bearings (mm)
Shaft diameter under : Seals/Bearings
(mm)
Whether rotor is rigid or flexible?
Shaft Sleeve provided between
impeller (interstage bushings)-Yes/No
Shaft Sleeve provided under sealsyes/No
Whether the proposed model and
reference models have identical
hydraulic
design(for
impeller/diffuser/volute)
Type
of
lubrication
(pressurized/Splash/Ring/Oil
mist/Grease)
Lubrication system (API-610/API614/Manufacturer Standard)
Type
of
mechanical
seal
(Single/Double)
API Sealing plan No.
API Cooling plan
MATERIAL OF CONSTRUCTION
Outer Casing
Inner Casing
Impellers
Shaft
Shaft Sleeves interstage
Shaft Sleeve under seals
OTHER
INFORMATION
ON
INSTALLATIONS
Date of supply of entire unit
Date of commissioning of entire unit
No. of operating hours completed as
on the date of issue of material
requisition

PIPELINES

Page No.

IOCL-MECH-MLPU (MOTOR)-002

17 of 18

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the borrowers express agreement that they will
not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.
5.4
5.5
5.6

Note: Bidder must furnish the supporting documents in the form of P.O/ supply record,
approved data sheets and performance report from the end user.

PIPELINES

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

FORMAT NO. QAF/MP/08

Major problems encountered


Name of plant
Purchasers name and Address
Name (Company/Organization)
Name of Contact person
Telephone No.
Fax No.
Email-id

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION
CHAPTER-1D

(Signature of Bidder with Stamp)

Page No.

IOCL-MECH-MLPU (MOTOR)-002

18 of 18

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given
by the lender to the borrower.

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION, NOIDA
GENERAL REQUIREMENTS
MAINLINE PUMPING UNITS (MOTOR DRIVEN)

Page 1 of 12
Rev: 01

GENERAL REQUIREMENTS FOR MAINLINE PUMPING UNITS WITH MOTOR AS PRIME MOVER,
CENTRIFUGAL PUMP AND CONTROL PANEL

1.0.0

SCOPE

1.1.0

This specification covers the requirements of Mainline Pumping Units for pumping
petroleum product/crude oil in cross-country pipeline on continuous duty
operation.

1.2.0

This specification describes the minimum requirements for design, manufacture,


testing, supply and supervision of erection and commissioning of Electric motor
driven Main Line Pumps (Horizontal single stage/ multistage Pumps) as described
hereunder and in various attachments listed under Material Requisition.

1.3.0

In case of any conflict between this Job Specification and other enquiry documents
the following preferential order shall govern:
a) Specific requirement Data Sheets
b) Specifications (Attachment to the tender)
c) API 610 specification (10th/ Latest Edition)
d) P&IDs and Other Drawings
e) Other Indian/International Standards/Codes attached herewith or referred to.

1.4.0

Compliance with this specification shall not relieve the bidder of the responsibility
of furnishing equipment and auxiliaries of proper design, materials and
workmanship meet specified operating conditions.

1.5.0

The pumping unit shall consist of a Horizontal split case High pressure centrifugal
pump coupled to Flame-proof squirrel cage induction electric motor, AC Variable
speed drive and its bypass arrangement, suitable coupling with spacer between
pump and motor, bed plate, mechanical seal and other accessories like motor and
pump protective devices, gauges, grouting bolt, epoxy grouting material, lube oil
system (splash/forced) etc., complete in all respect, as detailed later in this
specification.

1.6.0

The handling capacity and the operating parameters as specified.

1.7.0

The pumping units shall be in operation in series to achieve the operating


parameters as specified.

IOCL-PL-MECH-MLPU(MOTOR)-002

PIPELINES

CHAPTER-2

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given
by the lender to the borrower.

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION, NOIDA
GENERAL REQUIREMENTS

Page 2 of 12
Rev: 01

MAINLINE PUMPING UNITS (MOTOR DRIVEN)


2.0.0 GENERAL REQUIREMENT
2.1.0

The unit, complete with all accessories and controls supplied shall be designed
meeting the specified requirements for the project.

2.2.0

The offers of the bidders for the unit shall be evaluated on the long-term economic
basis taking into consideration of landed cost and the operating expenditures. The
detailed methodology shall be as furnished under Evaluation criteria for Mainline
Pumping units.

2.2.0

The detailed requirement of Pump, Motor, Instrumentation and AC variable speed


drive for the pumping units are detailed in respective sections.

2.3.0

The vendor shall furnish the supply records of the pumping unit consisting of
pump, motor and AC variable speed drive (wherever required) of equivalent
capacity under offer for handling of Crude oils/Liquid Petroleum Products for
pipeline application similar to tender specification (parameters like Q, H, NPSHR,
Min. Efficiency) as a part of technical requirement for consideration. The client
reference shall include the name, telephone no., fax No. etc. of the contact person.

2.4.0

Vendor shall also quote for the spares of pumping unit as specified separately.

2.5.0

The vendor shall be responsible for:


a.

Matching his offered equipment with specified requirements, making


technical modifications as may be called for.

b.

Performing

such

other

services

as

required

under

the

detailed

specifications.
c.

Aligning, checking and commissioning the complete prime mover assembly


with

pumps

including

electrical

and

instrumentation

facilities

at

installation site. The services of Vendors technician used for the same shall
be paid in accordance with the provisions covered elsewhere in the tender
documents.
d.

Guaranteeing the performance of items of vendors supply as well as


guaranteeing sound assembly of pump, motor, AC variable speed drive and
pumping unit as a whole to ensure compatible installation totally meeting
with the Owners stated requirements.

IOCL-PL-MECH-MLPU(MOTOR)-002

PIPELINES

CHAPTER-2

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given
by the lender to the borrower.

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION, NOIDA
GENERAL REQUIREMENTS
MAINLINE PUMPING UNITS (MOTOR DRIVEN)
2.6.0

Page 3 of 12
Rev: 01

The offered pumping units shall fulfil the requirements of the specification as
regards to the mechanical efficiency of the pump.

2.7.0

All the equipment and accessories, which constitute the complete pumping unit,
shall be rated for continuous operation.

3.0.0 EQUIPMENT QUALIFICATION CRITERIA (PUMP) (EQC)


3.1.0 The pump model offered shall be from the existing regular manufacturing range of
the pump manufacturer.

The mechanical as well as hydraulic performance

(including NPSHR) for the complete range of operation of the offered model shall
have been established in the shop test.
3.2.0 The offered pump model shall meet the following minimum service and
manufacturing experience requirements.
3.3.0 Pumps shall be equal or superior in terms of power rating, hydraulic performance
(including

NPSHR),

inlet

flow,

Differential

Head,

operating

pressure

&

Temperature, Pumping Liquid, Speed, Number & Type of impellers, Mechanical


Design (bearing span, diameter & speed), Materials etc. as compared to at least
TWO UNITS of the proposed model designed, manufactured, tested and supplied
from the proposed manufacturing plant in the last fifteen years and at least ONE of
these units shall have successfully operated in the field for at least 8000 hours
without any major problem as on bid due date.
3.4.0 The bidder shall complete the Experience Record Performas enclosed as
Annexure-XIII with the inquiry document to amply prove that the offered pumps
meet the EQC for technical acceptance.

4.0.0 PUMPING ENVIRONMENT


4.1.0 The pumping units shall be installed at location where ambient temperature varies
between 50C to + 500C with moderate to heavy rainfall during monsoon and
relative Humidity is 98% (max.)
5.0.0 Design & Systems
5.1.0 Basic Design
5.1.1 Pumps shall conform to API 610-10th/ Latest Edition.

IOCL-PL-MECH-MLPU(MOTOR)-002

PIPELINES

CHAPTER-2

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given
by the lender to the borrower.

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION, NOIDA
GENERAL REQUIREMENTS
MAINLINE PUMPING UNITS (MOTOR DRIVEN)

Page 4 of 12
Rev: 01

5.1.2 Suction & Discharge Nozzles of the pumps shall be of same rating.
5.1.3 Pumps fitted with inducers for reducing NPSHR are not acceptable.
5.1.4 Maximum allowable working pressure (MAWP) indicated by the bidder on the data
sheet should correspond to the standard maximum allowable working pressure for
the proposed model with proposed metallurgy at specified ambient and design
temperatures.

If applicable, the temperature deration curves shall be furnished

along with the offer to establish this.


5.2.0 Mechanical Seal
5.2.1 Mechanical seals shall be of cartridge design and shall be as per API-682, 3rd
Edition. Mechanical seals shall be offered and supplied from one of the following
makes only: Flowserve, John Crane, Eagle Burgman, Chetra.
5.2.2 The seal faces shall be from solid hard piece only.

Coatings or inserts or metal

carriers shall not be accepted.


5.2.3 Split sleeves shall not be accepted.
5.2.4 The seal plates (or gland plates) shall be drilled for flushing/quenching and vent
drain connections. Seal plates shall be labeled to identify quench/flushing and vent
and drain connections.
5.2.5 The design of sealing system shall be with pressure-temperature rating equal to the
maximum discharge pressure & temperature of the casing in static and dynamic
condition.
5.3.0 Coupling
5.3.1

Couplings shall be non-lubricated, all metallic flexible type with spacer.

5.3.2

The spacer length of the coupling shall be adequate to permit removal of the
coupling, bearings and seal with sleeve without disturbing the driver, pump rotor
or suction/discharge piping.

5.4.0 Bearing and bearing lubrication system


5.4.1

In case pumps require pressurized lubrication, then the same shall be as per
Sketch No. B.10 of API 610, 10th Edition/Latest edition, along with necessary
instrumentation and controls.

In such a case, the following requirements for

pressurized lubrication shall be met.


5.4.2

Each pump-package shall be provided with an independent lube oil system which
shall comprise of the following:

IOCL-PL-MECH-MLPU(MOTOR)-002

PIPELINES

CHAPTER-2

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given
by the lender to the borrower.

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION, NOIDA
GENERAL REQUIREMENTS
MAINLINE PUMPING UNITS (MOTOR DRIVEN)

5.4.3

Lube-oil reservoir (of M.O.C. SS).

Main oil pump (motor driven).

Auxiliary oil pump (motor driven).

Lube oil cooler (air cooled).

Twin fans (each designed for 100% heat load).

Lube oil filters (duplex).

Lube oil heaters

Transfer valves

Pressure control valves

Other instruments and controls.

Page 5 of 12
Rev: 01

L.O. reservoir and all lube oil piping, valves, fittings and flanges shall be of 316
stainless steel. Any tubing require shall be of 316 stainless steel with compressor
type fittings of like material.

5.4.4

Lube Oil system shall be designed to ensure supply of lube oil in the event of
failure lube oil supply system for the coast down time of pump drive motor for a
safe shut down. Bidder shall describe the provisions included for the same in the
proposal.

5.4.5

Lube oil cooler shall be air cooled type. Coolers shall be designed for maximum
ambient temperature of 50 degree C.

5.4.6

Two fans are to be provided for each oil cooler. Each fan shall be sized for 100%
requirement.

In case of tripping of the working fan, the standby fan shall

automatic come on. Either of the fan shall be working or standby.


5.4.7

Main and Auxiliary L.O. pumps (both motor driven) shall be in accordance with
API-676. Bidder shall furnish the details for these pumps for purchasers review
and approval during detailed engineering stage.

5.5.0 Electrical and Instrumentation System


5.5.1

These shall be in accordance with attached data sheets, specifications and


codes/standards referred to. All instrumentation and electrical components shall
be suitable for area classification as indicated in the electrical and instrumentation
data sheets attached.

5.5.2

In case any additional instrumentation is required, bidder to include the same in


his scope and categorically define the same in his proposal.

IOCL-PL-MECH-MLPU(MOTOR)-002

PIPELINES

CHAPTER-2

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given
by the lender to the borrower.

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION, NOIDA
GENERAL REQUIREMENTS
MAINLINE PUMPING UNITS (MOTOR DRIVEN)

Page 6 of 12
Rev: 01

5.6.0 Performance Test and Unitization


5.6.1

Vendor shall carry out performance test for each pump as per applicable clauses of
API 610, 10th edition/Latest edition along and also as per IOCL standard
specification no. IOCL-MECH-MLPU (MOTOR)-002. In case of any dispute between
the above two IOCL specification shall have precedence.

5.6.2

Each pump package shall be unitized at the works of pump manufacturer to


ensure proper mechanical fitment before dispatch to site.

5.7.0 Spares
5.7.1

The vendor shall supply the spares required for 2 years of normal running as
detailed.

5.7.2

The offer shall include the commissioning spares required for the pumping unit.
Bidder shall indicate list of commissioning spares considered by them separately.

5.9.3

The vendor shall assure continued availability for all replacements/accessories or


as an alternative, make available to purchaser the shop fabrication drawing during
the working life of the offered units.

6.1.0

BASE PLATE AND GROUTING:

6.1.1

The base plate shall be a combined type to accommodate Motor, pump and other
integrally mounted accessories. The underside of the fabricated base plate located
under the pumping unit supports shall be welded so as to reinforce cross
members.

6.1.2

Base plate shall be sturdy and shall have provision for lifting the assembled unit
for alignment purpose.

6.1.3

The supplier shall arrange the combined base plate such that any oil spillage from
the pump can be collected through a common drain point.

6.1.4

The base plate and its supports shall be so constructed and the equipments so
mounted on the base plate to minimise misalignment caused by mechanical forces
such as normal piping strains, internal differential thermal expansions and
hydraulic thrust.

6.1.5

Requisite numbers of holding down bolts with locking nuts shall be supplied for
the base plate, radiators and other engine ancillaries.

IOCL-PL-MECH-MLPU(MOTOR)-002

PIPELINES

CHAPTER-2

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given
by the lender to the borrower.

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION, NOIDA
GENERAL REQUIREMENTS
MAINLINE PUMPING UNITS (MOTOR DRIVEN)
6.1.6

Page 7 of 12
Rev: 01

Owner shall provide a RCC foundation with pockets for grouting bolts based on the
design provided by the supplier. Vendor shall supply the epoxy grout material for the
foundation along with grouting bolts. This epoxy grout shall combine excellent
vibration damping characteristics with intimate surface contact with the combined
Base Plate to ensure permanent alignment so as to extend the life of seals, shafts
coupling, rotors and bearings. The above epoxy grout shall provide excellent
resistance to degradation of foundation by fuels, lubricants and acids. The total
quantity of above grouting material required for the foundation shall be clearly
spelt in their offer and shall be supplied. The bidder shall also supply additional
10% of the calculated quantity of the above grouting material considering
undulations, wastage etc.

6.2.0

Layout

6.2.1

Bidder shall furnish a preliminary layout for each station and pump set with its
auxiliaries duly indicating the major dimensions (length x breadth x height), and
distance between the skids/base plates after taking into account the maintenance
requirements.

6.2.2

The following details shall be furnished by bidder during offer:


- Weights of individual equipment
- Total weight of pump-driver skid (with equipment mounted)
- Maximum erection weight
- Maximum maintenance weight
- Recommended capacity of material handling facility
- Clearance required between purchasers crane hook and equipment
- Distance between the pumps.

7.0.0 UTILITIES TO BE PROVIDED BY OWNER


7.1.0

Power Supply
The Owner shall provide necessary power supply from their HT panel for the AC
Variable speed drive & electric motors. The power supply shall be of 6.6 KV 10%,
50 Hz + 3%, 3 phase. Owner shall also provide control supply of 415V 5%, 50 Hz
+ 3%, 3 phase and a neutral for VFDs.

IOCL-PL-MECH-MLPU(MOTOR)-002

PIPELINES

CHAPTER-2

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given
by the lender to the borrower.

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION, NOIDA
GENERAL REQUIREMENTS
MAINLINE PUMPING UNITS (MOTOR DRIVEN)
7.2.0

Page 8 of 12
Rev: 01

The Owners responsibility for providing utilities on a continuous basis is limited to


above. Any provision for supply of running water or compressed air for cooling
purpose is not agreeable.

8.0.0 SERVICE FOR INSTALLATION & COMMISSIONING


The supplier will render their services for installation and commissioning for all the
pumping units in totality. They shall be responsible for satisfactory installation &
commissioning of each unit as system with verification for performance of Motor,
AC Variable speed drive (wherever required) & Control system and for pump with
flow parameter as designated to complete satisfaction of the Owner.
9.0.0 Installation
9.1.1

Installation services are hereby specified as follows:


a. Pre-commissioning check of base plate foundation including pre-grouting,
grouting and post-grouting.
b. Alignment of prime mover unit.
c. Alignment and other pre-commissioning checks for pump.
d. Pre-commissioning checks for complete Electrical system.
e. Pre-commissioning checks for complete AC Variable speed drive (wherever
provided).
f. Pre-commissioning check for complete instrumentation control system.
g. Any other technical assistance of similar nature as & when required during the
process of installation.

9.1.2

The supplier will provide special technical assistance to Owners representative to


overcome bottleneck during installation stage, if any.

9.1.3

Installation Engineers/Technician deputed by the supplier for this assignment


shall be fully conversant with technical details of, Electrical system and
instrumentation control system and shall be equipped with all tools, test and
calibration equipment required for the purpose.

9.1.4

The detailed planning will be finalised upon receipt of purchase order with
approval of the owner.

IOCL-PL-MECH-MLPU(MOTOR)-002

PIPELINES

CHAPTER-2

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given
by the lender to the borrower.

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION, NOIDA
GENERAL REQUIREMENTS
MAINLINE PUMPING UNITS (MOTOR DRIVEN)

Page 9 of 12
Rev: 01

9.2.0 Commissioning
9.2.1

The commissioning of complete pumping unit with SITE TEST including supply of
commissioning spare will be the responsibility of the supplier. The supplier will
provide special assistance, to the owners representative to overcome bottleneck, if
any, during the process of commissioning.

9.2.2

Commissioning Engineers/ Technician deputed by the supplier for this assignment


shall be fully conversant with technical details of motor, pump, gearbox &
Electrical system & instrumentation control system and shall be equipped with
all necessary commissioning spares, tools and test & calibration equipment.

9.2.3

Engineers / Technicians required for the purpose with duration are specified. The
detailed planning will be finalised with approval of owner upon receipt of purchase
order.

10.0.0 NAME PLATES:


10.1.0 The motor, pump and control panel shall be fitted with corrosion resistant name
plates, securely fastened by stainless steel pins at easily visible and accessible
points on such equipment.
10.2.0 The nameplate shall be stamped with following information:
a) Type, Model & Manufacturer
b) Serial Number
c) Rating
d) RPM
e) Tag No.
In addition to the above, an arrow shall be stamped at readily observable point
on the motor and pump and to indicate direction of rotation.
10.3.0

Nameplate with essential information shall be provided on electrical and


instrumentation appliances also.

11.0.0 PAINTING:
11.1.0 All external, unprotected metal surfaces shall be thoroughly cleaned, degreased &
primer coated strictly in accordance to manufacturers application instructions.
11.2.0 All bare steel surfaces shall be corrosion inhibited by application of protective
grease or oil film prior to shipment.

IOCL-PL-MECH-MLPU(MOTOR)-002

PIPELINES

CHAPTER-2

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given
by the lender to the borrower.

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION, NOIDA
GENERAL REQUIREMENTS
MAINLINE PUMPING UNITS (MOTOR DRIVEN)

Page 10 of 12
Rev: 01

11.3.0 All paints used shall be suitable for the environment and oil and grease resistant
and/or heat resistant as necessary to suit the particular duty of the component.
11.4.0 The finishing coats of paint shall have a semi-gloss surface. The colour externally
shall be admiralty/ battleship grey.
12.0.0 PACKING:
12.1.0 The Motor, pump and all unit subassemblies shall be totally covered and packed in
wooden crates so that no part of the equipment/sub-assembly is exposed. The
packing shall be sea worthy, rugged against handling in ports and transportation
by road.
12.2.0 All electrical equipment, cables etc. shall be securely anchored to the skid and
wrapped in waterproof wrapping. All fasteners shall be tightened.
12.3.0 All instruments/components that could be damaged in shipment shall be removed,
tagged and crated in waterproof boxes. The boxes shall protect the instruments in
accordance with their sensitivity of dynamic loads and will have a static desiccant
container placed inside the waterproof wrapping.
12.4.0 Also the annular space in the box shall be filled with soft filler packing.
12.5.0 All boxes of instruments shall be securely attached to the skid for shipment.
12.6.0 All the openings, flange faces, thread connections and cables exposed as a result of
instrument/ components removal shall be protected in a manner to prevent
damage during shipment by use of conduit plugs or rigid conduit boxes. Packing
list shall be furnished along with each package of shipment.
12.7.0 All commissioning spares furnished by the Vendor shall be wrapped and packaged
so that they will be preserved in original as new condition under the normal
condition of storage to be anticipated in India and shall be properly tagged and
coded so that later identification as to intended equipment usage will be facilitated.
These shall be packed separately, clearly marked as "Commissioning Spares and
shipped at the same time as the main equipment.
12.8.0 All openings shall be provided with substantial wooden or metal enclosures.

All

components and parts shall be identified with a securely attached metal tag number
indicating part name.

IOCL-PL-MECH-MLPU(MOTOR)-002

PIPELINES

CHAPTER-2

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given
by the lender to the borrower.

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION, NOIDA
GENERAL REQUIREMENTS
MAINLINE PUMPING UNITS (MOTOR DRIVEN)

Page 11 of 12
Rev: 01

12.9.0 Packing list shall be furnished so that parts can be handled with un-crating, if
desired. Packing fillers shall be used wherever required.
12.10.0 Exposed metallic parts, which could corrode during shipment, shall be coated with
anticorrosive agents before shipment.
12.11.0 An arrow marked on the visible side of the crates shall indicate the position of
handling of crates for shipment.
13.0.0 SHIPMENT / TRANSPORTATION:
13.1.0

All the imported material shall be properly transported from supplier works to
desired location in good condition.

13.2.1

STRUCTURAL SUPPORTS:
The Vendor shall provide pre-fabricated structural and supports necessary for the
mounting of the MLPU, its auxiliaries and also the field piping from auxiliaries to
the pumping units.

14.0.0 EVALUATION AND PENALTY CRITERIA


14.1.0 Evaluation and Penalty Criteria, as applicable for this tender, have been detailed in
separate chapter 1C and specific requirement for the project.
15.0.0 WARRANTY:
15.1.0 All equipment and component parts shall be guaranteed by the Supplier against
defective design, materials, manufacture or performance during the warranty period
specified in the General Conditions of Purchase of this tender. All such defects, if
any, shall be rectified and/or made good by repair or replacement by Supplier at his
cost.
15.2.0

If it is noted that there is recurring type of failure because of any defective material
or workmanship of Supplier on any of the parts/subassemblies of the mainline
motor/pump, the supplier shall replace such parts/sub-assemblies and make defects
good free of cost.

IOCL-PL-MECH-MLPU(MOTOR)-002

PIPELINES

CHAPTER-2

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given
by the lender to the borrower.

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION, NOIDA
GENERAL REQUIREMENTS
MAINLINE PUMPING UNITS (MOTOR DRIVEN)

Page 12 of 12
Rev: 01

16.0.0 PERFORMANCE GUARANTEE:


16.1.0

The Supplier shall be responsible for and guarantee the performance of the entire

pumping unit including all ancillaries, auxiliaries, accessories, instruments etc. The
supplier will furthermore be responsible and guarantee the proper function of the
whole pumping unit.
17.0.0 SITE TESTS:
17.1.0

Upon satisfactory installation and commissioning, pumping unit will be checked


with the products to be pumped through the pipeline and the performance / the
operating parameters of motor, pump and all auxiliaries shall be observed with
respect to the required parameters within two weeks period of commissioning
(limited to maximum working of 12 hours per day).

IOCL-PL-MECH-MLPU(MOTOR)-002

PIPELINES

CHAPTER-2

PIPELINES

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by
the lender to the borrower.

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION, NOIDA
SPECIFICATION FOR PUMPS

MAINLINE PUMPING UNITS (MOTOR DRIVEN)

IOCL-PL-MECH-MLPU(MOTOR)-002

CHAPTER-3

Page 1 of 6

Rev: 01

TECHNICAL SPECIFICATIONS
FOR
MAINLINE PUMP FOR CRUDE OIL/PRODUCT
SERVICE EXCLUDING LPG

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by
the lender to the borrower.

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION, NOIDA
SPECIFICATION FOR PUMPS

Page 2 of 6
Rev: 01

MAINLINE PUMPING UNITS (MOTOR DRIVEN)


SPECIFICATION OF MAINLINE PUMPS
Clause

Area

Description

Requirement / Remark

1.0

Scope

Supply of Horizontal split case type centrifugal


pump as per API 610 (latest edition)

Rating and Quantity as specified

2.0

Service

Petroleum Product / Crude

i)
ii)

3.0

Design

1. Closed type impeller


2. For single stage type
Suction from both sides of impeller
eyes.
Hydraulically balanced axially by the
double eye impeller and radially by
double volute casing.
3. For multi stage type
The hydraulic balance shall be
achieved by back-to-back arrangement
of impellers
4. Head - Capacity Curve for the pump shall
be of continuously rising type up to shut
off.
5. NPSHR in the complete flow range
(MCSF to Rated) shall be at least 1 meter
below the NPSHA specified.
6. Vibration shall be within specified limits as
per API 610.

Thrust bearings may be used


to take care of unbalanced
force.

Suction / discharge flanges


To be on opposite sides of the casing and
fitted to the bottom half of the pump casing.

Size and rating To be specified.


Suction nozzle shall be located on
right hand side looking from free
end of pump

Drains for casing & Throat bushing.

1 Tapping

Mountings for pressure / Temperature control


sensors / indications.

Includes casing temperature RTD


( tapping)

Vent

1 Tapping

4.0

Provisions

Bearing housing:
Replacement of bearing / bushes without
dismantling other assemblies like Mech.
Seals, Pump casing etc.
Tapping for RTDs for temperature
monitoring as mentioned in Chapter 6.
Bearing cooling by lubricating oil.
Cooling system for lubricating oil

IOCL-PL-MECH-MLPU(MOTOR)-002
PIPELINES

CHAPTER-3

Continuous service
Hazardous area, Class-I,
Divn. -I & II, Group C&D
gases as classified in API
RP-500 (R2002)
iii) Product
/
Crude
Characteristic as Specified

Shut off head 110% to 120%


of rated head.
Rated duty point shall be
within 80% to 110% of the BEP
flow rate of the rated impeller
Preferred operating region
shall meet the API 610
requirements.
MCSF for pump shall not be
more than 40% of the BEP.

In case of forced lube oil system


for pump and motor same to be
integrated independent system.

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by
the lender to the borrower.

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION, NOIDA
SPECIFICATION FOR PUMPS
MAINLINE PUMPING UNITS (MOTOR DRIVEN)
Clause

Area

Description

Rev: 01
Requirement / Remark

Seal leakage detection system.


Shaft extension shall be turned for taper fit
coupling.
Impeller, shaft and rotor assembly shall each
be dynamically balanced.
Cyclone filter

Separately
to
ensure
interchangeability.
In case of seal cooling by pumped
liquid.

in

5.0

Materials

Materials for pump parts shall be in


accordance with those listed in API 610 latest
edition, Column S6, Table H-1

6.0

Pump data
sheet

Data sheet as per API-610 with performance


curve

Vendor to provide
prescribed form

7.0

Inspection &
Test

i)

Hydrostatic test

ii)

Performance test

By Owner or TPI (third party


Inspection)
at
Vendors
/
Manufacturers works.

iii)

NPSHR test- for all pumps

iv)

Dismantling and strip down


inspection
Re-assembly and re-run test
(for 3 hrs)
Measurement of Vibration (DE
& NDE)
Measurement of sound/ Noise
level
Radiography
inspection
of
impeller tip
Ultrasonic testing of shaft

Tests in accordance with BS


EN ISO 9906 and API-610.

The acceptance tolerances will


be to API-610.

Performance tests (NPSH(R)


test) at 5 points from minimum
to max allowable flow (as a
min, 120% of BEP) including
the rated point as per API-610
and
Hydraulic
institute
standards.

Dynamic balancing of impeller,


shaft,
pump
coupling
&
complete rotor assembly

Heat sample of the casing for


each pump with the test
results.

Complete test report including

v)
vi)
vii)
viii)
ix)
x)

IOCL-PL-MECH-MLPU(MOTOR)-002
PIPELINES

Page 3 of 6

Removable without dismantling


the pump case.
Pressure temperature rating
of the seal shall be meeting the
pressure class rating of the
casing & discharge flange
irrespective of the nos. of
stages for all pumps.
Piping arrangement As per
applicable design and plan
mentioned in the specific
requirements and complying
with API 682 latest edition for
the specified application.

Mechanical seal (Including sleeve)

Vibration transmitters as mentioned


Chapter 6 on Instrumentation.
Lifting lugs, Jack screws

CHAPTER-3

W
W
W
R
R

in

the

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by
the lender to the borrower.

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION, NOIDA
SPECIFICATION FOR PUMPS

Page 4 of 6
Rev: 01

MAINLINE PUMPING UNITS (MOTOR DRIVEN)


Clause

Area

Description
xi)

Dimensional Inspection

Requirement / Remark
R

test curves extrapolated to


speeds at intervals of 200
RPM to be submitted.
R - Review, W Witness

xii)

8.0
9.0

Material test certificates (incl.


R
Chemical analysis and Mech.
Properties)
xiii)
Test certificate for Mechanical
R
seal
Instrumentation & Pump control & protective devices to be
Control
provided.
Name plate

Corrosion resistant nameplate with following


information (securely fastened) :Manufacturers Name & address.
Model No. & Type of Pump.
Serial Number of the Pump.
3
Capacity in M /Hr.
Pumping Head in M.
Specific Gravity of the liquid to be handled.
R.P.M.
Bearing and seal Manufacturers name and
identity number.
i) Tag No.
j) Any other information required.
a)
b)
c)
d)
e)
f)
g)
h)

10.0

Painting

All external, unprotected metal surfaces shall


be thoroughly cleaned, degreased and primed
and painted in accordance to manufacturers
application instructions.

As specified
The pump serial No. shall be
stamped on the pump casing
and an arrow shall be stamped
at readily observable point on
the pump to indicate direction of
rotation

After testing and before packing.


Thorough
cleaning
and
degreasing to be done prior to
application.

The internal mechanical parts shall be greased


to protect against rusting
11.0

Packing &
Shipment

All component parts and equipment shall be


packed in accordance with good packing
practice for shipment to tropical climate.

12.0

Spares

Spares for 2 years Operation and Maintenance


as specified

Vendor shall assure supply of


spares till the normal life of the
MLPU.

13.0

Coupling

Along with coupling guard

Non sparking type guard

IOCL-PL-MECH-MLPU(MOTOR)-002
PIPELINES

CHAPTER-3

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by
the lender to the borrower.

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION, NOIDA
SPECIFICATION FOR PUMPS
MAINLINE PUMPING UNITS (MOTOR DRIVEN)
Clause
14.0

Area
Site tests

Description

Page 5 of 6
Rev: 01
Requirement / Remark

Upon satisfactory installation and commissioning, each pumping unit will be


checked with the petroleum products to be pumped through the pipeline and the
pumps performance / the operating parameters shall be observed with respect to
the required parameters including vibration and sound level well within specified
limit as per governing specification for prime mover / gear box and pump.

Requirements for Seal Flushing Piping (Plan to be selected shall be as per specific requirements
complying with API 682 latest edition for specified application)

1.0
2.0

3.0
4.0

5.0

6.0

7.0

8.0

The piping design & joint fabrication, examination and inspection shall be in accordance
with ANSI B 31.3.
The complete seal system for each stuffing box including the reservoir shall be arranged as
one skid and supported/bolted to the base plate in a manner that the projection of any
equipment/instruments falls within the confines of base plate. The reservoir and the
accessories to be mounted on a substantial support furnished by the manufacturer and
should not be affected by the pump vibration. In case of between bearing pumps there
shall be two such units, one each for each stuffing box mounted on opposite ends of the
pump.
Elimination of air pockets by the use of valve vents or non-accumulating piping
arrangements.
Pipe threads shall be tapered in accordance with ANSI B1.20.1 Flanges shall be in
accordance with ANSI B16.5. For socket welded construction, a 2mm (1/16) gap shall be
left between the pipe end and the bottom of the socket.
Piping shall be fabricated by bending and welding to minimize the use of flanges and
fittings. Welded flanges are permitted only at the equipment connections, at the edge of
base plate and for ease of maintenance. Threaded connections shall be limited to the final
connections at the gland plate and accessories.
In order to reduce pressure drop within the system, the length of lines and the use of
fittings between the reservoir and the seal glands shall be minimized. All lines shall slope
up from the pump gland to the reservoir at a minimum of 10mm per 250 mm using smooth
long radius bends. Hot lines shall be insulted, if required, as necessary for safety.
A nameplate, stamped with the design pressure, hydrostatic test pressure and the max.
allowable temp. shall be permanently attached to the reservoir (in case of chosen plan
requires a reservoir).
The lines connecting the mech. Seal & the reservoir shall be seamless, 20mm (3/4)
minimum, schedule 80S, 300 series stainless steel in case of pipe. In case of tubes, the

IOCL-PL-MECH-MLPU(MOTOR)-002
PIPELINES

CHAPTER-3

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by
the lender to the borrower.

INDIAN OIL CORPORATION LIMITED


PIPELINES DIVISION, NOIDA
SPECIFICATION FOR PUMPS
MAINLINE PUMPING UNITS (MOTOR DRIVEN)

9.0
10.0
11.0
12.0

13.0
14.0

Page 6 of 6
Rev: 01

same shall be seamless, ASTM A269 stainless steel, 20mm (3/4) diameter x 2.4mm (0.095
inch) wall thickness.
The cooling coil tubes shall be seamless, 15mm (1/2) size x 1/6mm (0/065 inch) minimum
wall thickness (16SWG), ASTM A269 stainless steel.
The instruments shall be suitable for the specified area classification and shall be in
accordance to the instrument specification enclosed with the inquiry document.
The indicating instruments shall be mounted such that the same are visible from the grade
level for reading purposes.
All valves shall have bolted bonnets and glands and of suitable pressure class. For primary
ANSI service rating greater than or equal to class 900, block valves may be of welded
bonnet or no-bonnet construction with a bolted gland. These valves shall be suitable for
repacking under pressure.
Block valves shall be supplied with applicable pressure class.
Pipe fittings and unions shall be forged class 3000.

Signature and Stamp of Vendor

IOCL-PL-MECH-MLPU(MOTOR)-002
PIPELINES

CHAPTER-3

Scanned by CamScanner

Scanned by CamScanner

PIPELINES

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given
by the lender to the borrower.

TECHNICAL SPECIFICATIONS

Sign. of
Approving
Authority

IOCL-PL-ELEC-ML-MOTOR-HV-10

Implementation
date

Page 1 of 19

HIGH VOLTAGE MAINLINE MOTOR

PJM(E)

Rev: 02

TECHNICAL SPECIFICATIONS
FOR
HIGH VOLTAGE MAINLINE MOTOR
CHAPTER - 4

GM(PJ)

03.12.2013

Reviewed by

Prepared by

DGM-I/C (PJ-E)

CPJM(SCT) DGM(PJ-E)

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given
by the lender to the borrower.

TECHNICAL SPECIFICATIONS

Page 2 of 19

HIGH VOLTAGE MAINLINE MOTOR

Rev: 02

INDEX
Cl. No.
1.0
2.0
3.0
4.0
5.0
6.0
7.0
8.0
9.0
10.0
11.0
12.0
13.0
14.0
15.0
16.0
17.0
18.0
19.0
20.0
21.0
22.0
23.0
24.0
25.0
26.0
27.0
28.0
29.0
30.
1
2
3
4
1

Description
Scope
General
Site Conditions
Codes and Standards
Certificates
Duty
Electrical System
Rating & Performance
Direction of Rotation
Enclosure
Windings
Winding Temperature Detectors
Terminal Box
Bearings
Insulation
Bearing Temperature Detectors
Cooling
Space Heater
Lifting Hooks
Earthing Terminals
Cable Glands
Foundation Bolts
Name Plate
Noise Level
Vibrations
Painting
Inspection & Testing
Drawings & Documentation
Packing
Spares Tools and Tackles
Annexure
List of Codes and Standards
Compliance, Exceptions and Deviations
Addresses of the Motor manufacturers or their
representative
Check list for High Voltage Mainline Motor
Attachment
Technical Data Sheet (Project specific information)

Sign. of
Approving
Authority

IOCL-PL-ELEC-ML-MOTOR-HV-10

Implementation
date

Page no.
3
3
4
4
4
4-5
5
5
5
5
5-6
6
6-7
7-9
9
9
10
9-10
10
10
10
10
10-11
11
11
11
11-13
13-14
14
14

Indian

15
16-17
18
19
1-4

GM(PJ)

03.12.2013

Reviewed by
PIPELINES

DGM-I/C (PJ-E)
Prepared by
PJM(E)

CPJM(SCT) DGM(PJ-E)

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given
by the lender to the borrower.

TECHNICAL SPECIFICATIONS

Page 3 of 19

HIGH VOLTAGE MAINLINE MOTOR

1.0

Rev: 02

SCOPE
These specifications cover the design, construction, inspection, testing and supply of
flameproof/ explosion proof and weather proof squirrel cage induction motor and
associated accessories, to run pump as specified under relevant chapter. The vendor
shall consider requirements mentioned in the technical specifications & Attachments 1 &
Annexure-1 for providing the high voltage motor.

2.0

GENERAL

2.1.1

Vendor through motor supplier shall ensure availability of spare parts and maintenance
support services for the offered equipment for at least 20 years from the date of supply
and undertaking to this effect shall be furnished with the offer by the motor manufacturer.
Vendor shall give a notice of at least one year to the owner before phasing out the
product/ spares to enable the owner for placement of order for spares and services.

2.1.2

The motor and its components parts and auxiliaries shall be designed and manufactured
to provide inter-changeability in the parts between the same make & frame size of the
motor. The vendor shall use only highest standard material and the workmanship
employed shall be of best quality accepted internationally. Change of make / model &
country of origin shall not be entertained once technical evaluation is concluded.

2.1.3

Bidder can offer approved make of motor or other than approved make of motor under
reputed equivalent. In both cases, i.e. for approved make/ reputed equivalent make,
following documents shall be submitted along with the offer for satisfying owner about
the credentials of manufacturer and performance of the motor:

2.1.4

I. Details and credentials of manufacturer


II. Supply record for same or higher kW Exd High Voltage Motors (6.6 kV and above),
which shall include unpriced copy of purchase order issued in last seven years from
start date for sell of the tender and delivery documents for submitted purchase order
III. Contact details including e-mail address of end users from which performance
certificate is submitted
IV. Type test certificates by third party agency in line with IS/IEC standard for at least
one same or higher rated motors
V. Details of testing facility at manufacturers work with direct loading on shaft
Additionally, following documents shall be submitted based on selection of approved/
reputed equivalent make:
A. In case of approved make of motor offered by the bidder one year satisfactory
performance credentials from at least one end user for same or higher kW Exd
High Voltage Motors (6.6 kV and above). The performance credentials for motor
from end user shall not be older than three years from start date for sell of the
tender.
B. In case of other than approved make of motor under reputed equivalent
offered by the bidder one year satisfactory performance credentials from at
least two end users for same or higher kW Exd High Voltage Motors (6.6 KV
and above). The performance credentials for motor from end users shall not be
older than three years from start date for sell of the tender.

Sign. of
Approving
Authority

IOCL-PL-ELEC-ML-MOTOR-HV-10

Implementation
date

GM(PJ)

03.12.2013

Reviewed by
PIPELINES

DGM-I/C (PJ-E)
Prepared by
PJM(E)

CPJM(SCT) DGM(PJ-E)

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given
by the lender to the borrower.

TECHNICAL SPECIFICATIONS

Page 4 of 19

HIGH VOLTAGE MAINLINE MOTOR


3.0

Rev: 02

SITE CONDITIONS
Motor shall be suitable for operating satisfactorily in humid and highly corrosive
atmosphere prevailing in Refineries and other petroleum installations and as per
following site conditions:

4.0

a)

Altitude

Less than 1000 M above MSL

b)

Temperature range

+5 C to + 50C

c)

Humidity

98% (max)

CODES AND STANDARDS


The motor and its associated auxiliaries/ accessories shall be designed, manufactured &
tested conforming to latest editions of the applicable Indian Standards and / or IEC,
including the standards as per Annexure-1, except where it has been modified and/or
supplemented by these specifications. The motor and its accessories shall meet the
requirement of Indian Electricity Rules as amended up to date and any other relevant
local laws, codes and regulations, applicable in India.
Vendor shall clearly bring out in the offer the applicable standard for every features of the
offered motor, if different from the standards as per Annexure-1.

5.0

CERTIFICATES
The necessary certificate from the explosive and other concerned authorities shall be
furnished for flameproofness/ explosionproofness (Exd) for motor and its auxiliaries and
accessories along with the offer. For weather proofness (minimum IP55), certificate of
weather-proofness shall be submitted along with the offer.

6.0

DUTY
Motor offered shall be suitable for continuous duty for driving the pump having details
given in the pump specification and data sheet available elsewhere in the document, at
the required loads.
The motor shall be suitable for inverter operation using Variable Frequency Drive (VFD)
as well as direct on line (DOL) starting. The starting current shall be limited to 5 times the
full load current for direct on line starting inclusive of all tolerances. Motor shall be
designed for restarting under full load, after a momentary loss of voltage with the
possibility of application of 100% of the rated voltage when the residual voltage has
dropped down to 50% and is in phase opposition to the applied voltage. The offered
motor shall be suitable for DOL starting at 80% of rated voltage.
The motor shall be designed to allow the minimum of consecutive starts indicated below:
a.

No. of consecutive start ups with initial temperature of motor at ambient


level (cold)

b.

No. of consecutive start-ups with initial temperature of the motor at full

Sign. of
Approving
Authority

IOCL-PL-ELEC-ML-MOTOR-HV-10

Implementation
date

GM(PJ)

03.12.2013

Reviewed by
PIPELINES

DGM-I/C (PJ-E)
Prepared by
PJM(E)

CPJM(SCT) DGM(PJ-E)

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given
by the lender to the borrower.

TECHNICAL SPECIFICATIONS

Page 5 of 19

HIGH VOLTAGE MAINLINE MOTOR

Rev: 02

load temperature (hot)


c.

No. of hourly start-up uniformly distributed starting from final steady


working temperature.

The locked rotor withstand time of the motor in hot condition at rated voltage shall
be at least 5 seconds more than the motor starting time at rated voltage.
7.0

ELECTRICAL SYSTEM
(i) Rated voltage
: As indicated in technical data sheet (Attachment-1)
(ii) Rated frequency
: As indicated in technical data sheet (Attachment-1)
(iii) Any Combination of (i) & (ii)
(iv) Rated output
: To meet the pump requirement as specified.

8.0

RATING & PERFORMANCE


Motors shall be required for continuous, satisfactory operations under following
conditions:

9.0

Direct On Line starting


With a solid state power supply consisting of an adjustable frequency inverter for
speed control.
Current waveforms produced by the power supply including the current harmonics
generated by the wave-form
At any speed to meet pump operational parameters as per the requirement
Withstand torque pulsations resulting from current harmonics generated by the
variable frequency drive (VFD) power supply.
Motor shall be constructed such that in an emergency it will withstand, without
mechanical damage, 20% over speed above rated induction speed for minimum 2
minutes as per IS 325 / IEC 60034-1.

DIRECTION OF ROTATION
The direction of rotation shall suit the requirement of pump. It shall be clearly marked on
the DE side of motor frame and shall also be mentioned on the motor name plate with
phase sequence of the motor terminals associated with this rotation.

10.0

ENCLOSURE
The totally enclosed fan cooled (TEFC)/ Totally Enclosed Tube Ventilated (TETV) motor
and its terminal boxes shall be flameproof/ explosion proof (Exd) and weatherproof
(minimum IP-55) suitable for Installation in: Class I Div. I areas, gas groups C & D as per
API RP-500/ Zone-1, Gas group- IIA & IIB certified by FM, USA/ UL, USA/ SIRA/
BASEFEFA, UK/LCIE, France / CESI, Italy or any other equivalent certification bodies or
in Zone-1 gas group IIA & IIB as per IS : 5572 & IS: 9570 certified by PESO, India.

11.0

WINDINGS
Motor winding shall be provided with class F insulation with temperature rise (above the
specified ambient temperature) limited to class B as specified in the relevant Indian
Sign. of
Approving
Authority

IOCL-PL-ELEC-ML-MOTOR-HV-10

Implementation
date

GM(PJ)

03.12.2013

Reviewed by
PIPELINES

DGM-I/C (PJ-E)
Prepared by
PJM(E)

CPJM(SCT) DGM(PJ-E)

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given
by the lender to the borrower.

TECHNICAL SPECIFICATIONS

Page 6 of 19

HIGH VOLTAGE MAINLINE MOTOR

Rev: 02

Standard. Winding shall be adequately braced to prevent any relative movement during
operating conditions.
12.0

WINDING TEMPERATURE DETECTORS


The motor shall be provided with platinum resistance temperature detector (RTD) as per
specifications. RTDs shall be located in suitable positions to measure the winding
temperature of each phase. A minimum of duplex type three (one per phase) or Simplex
type Six (Two per phase) detectors shall be provided between the coil sides to measure
the winding temperature and Duplex type three (one per phase) or Simplex type Six (Two
per phase) at the base of the slots to measure core temperature, each placed 120C
apart. In case, it is not possible to provide detectors at the base of the slots, these
detectors shall be provided alongside the coil side of motor winding. A separate
flameproof and weatherproof terminal box shall be provided for the temperature detectors
for connection with the remotely located controller unit of the Owner. Details of this
terminal box are given elsewhere in the tender.

13.0

TERMINAL BOX
The ends of the winding shall be brought out into the main power terminal box by means
of non-tracking fire proof and non hygroscopic bushing with adequately sized bolted anti
vibration terminals. The terminals shall be adequately designed to prevent slackening of
connections & reduction of clearances due to vibration. Line terminal shall be thoroughly
insulated from the frame. The terminal box shall be located on the right side of
motor, viewed from the driving end. The terminal box shall be flameproof/ explosion
proof Ex(d) & weatherproof (minimum IP55) suitable for bottom cable entry.
CTs for differential protection are required to be provided for all motors rated equal to or
above 1500 KW. For motor of rating lower than 1500KW, separate flameproof/ explosion
proof (Exd) terminal box for neutral star point shall be provided without provision of CT.
Neutral point of the star windings shall be made in separate flameproof/ explosion proof
(Exd) neutral terminal box where neutral CTs for differential protection shall be provided.
The housing shall be flameproof/explosion proof certified. CTs shall be in the vendors
scope of supply. Short time current rating, Accuracy class, Burden (VA), secondary
current and insulation level shall be as specified in motor technical datasheet. CT ratio,
Knee Potential (Vk), Magnetizing current at Vk/2, Rb, Rct, etc. shall be firmed up during
detailed engineering/ drawing approval stage. Accuracy class shall be PS/PX (with
designed magnetizing current and the knee point potential) or as per the differential relay
requirement to be provided in HT switch board by the owner.
Terminal box and cable entries shall be flameproof/ explosion proof certified
having flameproof designation as Ex(d). Necessary clearances and creepage
distances between live parts and between live parts & earth shall be kept as per IS/IEC
codes. Motor terminal box shall be suitable for withstanding a 3-phase short circuit of 25
kA at the terminals of the motor for 0.25 second.
Terminals shall be distinctly marked inside the terminal box as per relevant IS./
International Standards. The marking shall be non-removable, non-cracking, insulating
and chemical resistant.

Sign. of
Approving
Authority

IOCL-PL-ELEC-ML-MOTOR-HV-10

Implementation
date

GM(PJ)

03.12.2013

Reviewed by
PIPELINES

DGM-I/C (PJ-E)
Prepared by
PJM(E)

CPJM(SCT) DGM(PJ-E)

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given
by the lender to the borrower.

TECHNICAL SPECIFICATIONS

Page 7 of 19

HIGH VOLTAGE MAINLINE MOTOR

Rev: 02

Nickel or cadmium plated brass flameproof/ explosion Proof (Exd) double compression
cable glands and copper lugs shall be provided for the number and size of the cables
specified. Wherever cable sizes are specified in the data sheet, are tentative and the
same shall be confirmed after placement of the purchase order and the same shall be
acceptable to the vendor without any cost implication to IOCL. All cable entries shall be
NPT sized.
14.0

BEARINGS
Motor bearing shall be of suitable type and size to accommodate any axial thrust from
pump and its own axial/radial thrust. Motor bearing shall be chosen such that in all case
bearing shall have a minimum life of 40,000 hours. Detailed specifications of lubrication
shall be furnished along with the offer. Motors shall have preferably Grease lubricated
bearings. Whenever sleeve bearings are provided it should be of proven design. In case
motor bearings are forced lubricated, the system for same shall also be supplied with the
motors & bidder has to submit details thereof with the offer.

14.1

Grease Lubricated bearings:


Bearings shall be capable of grease injection from outside without removal of covers.
When grease nipples are provided, these shall be associated where necessary, with
appropriately located relief devices, which ensure passage of grease through the
bearings. The motor shall have facility of on line greasing.

14.2

Sleeve bearings:
Sleeve type bearings shall be fitted with oiler rings for continuous lubrication. The Oil
reservoirs shall have a form suitable for allowing settling of any solids or residuals
particles contained in the oil.
The covers shall be provided with suitable openings for adding and draining oil, together
with an overflow plug and level indication. The shaft shall have perfect seals so as to
prevent entry of dust or moisture.

14.3

Forced lubrication bearings:


The oil lubrication system shall be independent of the driven machine to extent
mentioned hereafter. Common lubrication system for the driven equipment and the motor
can be accepted provided it is separate from the seal oil system. The common
lubrication system shall be provided with suitable degassing equipments to extract gas
reducing the probability of gas entering the motor.
In the independent lubrication system, oil supply shall be guaranteed by one of the
following methods:
- With a mechanical pump co-axial with the motor and supplemented by a separate
electric motor driven pump for initial lubrication during start up, decoupled running
and stopping operations.
- With a separate motor driven pump. In this case the lubricating system shall consists
of two identical motor driven pumps, one running and one acting as standby.
In addition to the pumps, the lubrication system shall be supplied complete with the
following as a minimum:
a) An oil cooler preferably of air cooled type shall be provided.
b) An austenitic stainless steel oil reservoir with the following characteristic:
Sign. of
Approving
Authority

IOCL-PL-ELEC-ML-MOTOR-HV-10

Implementation
date

GM(PJ)

03.12.2013

Reviewed by
PIPELINES

DGM-I/C (PJ-E)
Prepared by
PJM(E)

CPJM(SCT) DGM(PJ-E)

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given
by the lender to the borrower.

TECHNICAL SPECIFICATIONS

Page 8 of 19

HIGH VOLTAGE MAINLINE MOTOR

Rev: 02

The capacity to avoid frequent filling, to provide adequate allowance for system
rundown and to provide a retention time of at least 3 minutes to settle.
- Provision to eliminate air and minimize flotation of foreign matter to the pump
suction.
- Fill connections, reflex type level indicators and breathers suitable for outdoor use.
- Sloped bottoms and connections for complete drainage
- Clean out openings as large as practicable.
- A bypass line that returns below the oil level to eliminate aeration and static
electricity.
- A thermostat with two electrical contacts for alarm & tripping in case of high oil
temperature.
c) A supply and return system.
d) A duplex full flow filter with replaceable elements and filtration of 25 micron nominal
or finer as recommended by the bearing manufacturer. Filter cartridge material shall
be corrosion resistant. Metal mesh or sintered metal filter elements shall not be
acceptable. The filter shall not be equipped with a relief valve or automatic bypass
system.
e) The motor driven auxiliary pumps shall be provided with suction strainer and an
automatic/manual control system arranged to start automatically on low oil pressure
and with manual shutdown only.
f) Sight flow indicators in each bearing drain line.
g) Temperature gauges (with thermowells) in the reservoir, after the oil cooler and each
bearing drain line.
h) Low pressure alarm and shutdown switches.
i) A pressure gauge (with valve to remove) for each pressure differential indicator to
measure pressure drop.
j) Thermostatically control electric immersion heater with a sheath of stainless steel for
heating the charge capacity of oil before start-up in cold weather. The heating device
shall have sufficient capacity to heat the oil in the reservoir from the specified
minimum site ambient temperature to the start-up temperature, as required by the
manufacturer, within 12 hours.
k) The oil pumps shall have steel castings unless they are enclosed in a reservoir. All
other oil containing pressure components shall be of steel.
A control panel shall be provided for operation & control of the lubrication system. The
control panel shall include fuses, electrical contactors and thermal relays for the
protection and operation of the motor driven pumps, push-buttons, auxiliary relays and
timer relays for the automatic and manual starting up and shutting down of the oil pump.
The control panel should have the provision of communication with owners SCADA/PLC
system. Potential free contact for trip & alarm shall be provided for extending to owners
PLC. For analog signal 4-20 mA output to be provided.
Equipment and accessories provided shall conform to the hazardous area and the
environment condition mentioned in clause nos. 10.0 & 3.0 of this specifications and the
motor data sheet (Attachment-1).
All interconnecting power & control cables between panel & equipment, instruments,
switches, meters etc required for the forced lubrication oil system shall be provided by
the vendor. Cables should be armoured, FRLS suitable for high temperature duty. All
-

Sign. of
Approving
Authority

IOCL-PL-ELEC-ML-MOTOR-HV-10

Implementation
date

GM(PJ)

03.12.2013

Reviewed by
PIPELINES

DGM-I/C (PJ-E)
Prepared by
PJM(E)

CPJM(SCT) DGM(PJ-E)

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given
by the lender to the borrower.

TECHNICAL SPECIFICATIONS

Page 9 of 19

HIGH VOLTAGE MAINLINE MOTOR

Rev: 02

cable glands (suitable for the area as per clause 21.0) shall also be provided by the
vendor.
In this case, supply of first filling of lube oil for forced lubrication bearing is in the scope of
bidder.
15.0

INSULATION

15.1

WINDING INSULATION
The motor winding shall be specially treated to resist the action of corrosive agents,
liquid or gaseous substances and sulphur vapour as may be present in the atmosphere
of petroleum installation that may tend to dissolve or deteriorate the insulation. The
winding shall be tropicalized and shall be suitably varnished, baked and treated with
epoxy gel for operating satisfactorily in humid and corrosive atmospheres. Adequate
insulation shall be provided between coils of different phases, which lie together.
Motor insulation shall be designed to withstand high levels of dv/dt for inverter (VFD)
operation.

15.2

BEARING INSULATION
The NDE bearing shall be electrically insulated from the motor frame to avoid circulating
shaft current. A detailed drawing showing the insulation arrangement shall be furnished
upon placement of order.

15.3

RTD INSULATION
The insulation for RTDs shall be as mentioned in the instrumentation chapter.

15.4

JOINTS
All joints in the motor insulation such as coil connection etc shall be insulated to the
same level as that of complete motor. Additionally, joints should have minimum
resistance and mechanically strong. Joints shall be braced to withstand various stresses
likely to encounter during their service.

16.0

BEARING TEMPERATURE DETECTORS


Resistance type temperature detectors for both DE & NDE bearings shall be provided.
Details of the temperature sensing device and their termination are given in the
Instrumentation section of the tender.

17.0

COOLING
Motor shall be fan-cooled. Cooling fan should be arranged to direct the airflow towards
the motor pump coupling. The fans shall be of corrosion resistant material, non-sparking
type and appropriately protected with a fan guard.

18.0

SPACE HEATER
The motor shall have space heater, suitable for 240 V single phase, to avoid
condensation during idle period. Heater shall conform to the provisions of applicable
IEC/IS codes for installations in hazardous areas. The heater leads shall be brought out
Sign. of
Approving
Authority

IOCL-PL-ELEC-ML-MOTOR-HV-10

Implementation
date

GM(PJ)

03.12.2013

Reviewed by
PIPELINES

DGM-I/C (PJ-E)
Prepared by
PJM(E)

CPJM(SCT) DGM(PJ-E)

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given
by the lender to the borrower.

TECHNICAL SPECIFICATIONS

Page 10 of 19

HIGH VOLTAGE MAINLINE MOTOR

Rev: 02

into separate flameproof/ explosion proof (Exd) and weather proof terminal box fitted with
double compression, flameproof/ explosion proof gland of NPT size suitable for specified
cable.
19.0

LIFTING HOOKS
Suitable eye bolts or lifting lugs of adequate design shall be provided on the body of the
motor for facilitating easy lifting/ rigging during erection/ maintenance.

20.0

EARTHING TERMINALS
Provision shall be made on the body of the motor to earth effectively at two distinct
locations. Requisite nuts and spring washers shall be provided for earth connection.
These earthing terminals shall be in addition to the earth terminal provided in the
terminal box for earthing of the cable armour.

21.0

CABLE GLANDS
The vendor shall also supply necessary double compression flameproof/ explosion proof
& weatherproof cable glands for power and auxiliary terminal box.

22.0

FOUNDATION BOLTS
Requisite number of holding down bolts/foundation bolts with locking nuts shall be
supplied to mount the motor on the combined base plate/foundation.

23.0

NAME PLATE
A corrosion resistant nameplate shall be affixed on the body of the motor at an
accessible and easily visible place and shall bear the following data.
Manufacturers name with country of origin

Year of manufacturing

Serial number and frame size

Duty

Rated KW, voltage, current, frequency

Number of phases

Winding connection

Type of motor with ISI/International marking

Flameproof/ explosion proof (Exd) certificate number and certifying authority

IP class

RPM at full load

VFD & DOL starting

Insulation class

Maximum temperature rise

Type of cooling

Tag. No. (shall be furnished by the Owner at the time of drawing approval)

Owners purchase order No.

NDE bearing type and cat. No.


Sign. of
Approving
Authority

IOCL-PL-ELEC-ML-MOTOR-HV-10

Implementation
date

GM(PJ)

03.12.2013

Reviewed by
PIPELINES

DGM-I/C (PJ-E)
Prepared by
PJM(E)

CPJM(SCT) DGM(PJ-E)

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given
by the lender to the borrower.

TECHNICAL SPECIFICATIONS

Page 11 of 19

HIGH VOLTAGE MAINLINE MOTOR

DE bearing type and Cat. No.

Any other data specified by relevant IS/IEC.

Any other data the manufacturer deems fit.

Rev: 02

24.0

NOISE LEVEL
The permissible Noise level shall not exceed the stipulations laid down in IEC 34-9.

25.0

VIBRATIONS
Motor Vibrations shall not exceed the values prescribed in IS 12075 latest edition / IEC
34-14. Motor with sleeve bearing shall be provided with Proximity probes & transmitters
at both DE & NDE side bearings of motor for monitoring of vibration from control room.
Details of the proximity probes & transmitters are given in the Instrumentation section of
the tender.

26.0

PAINTING
All internal and external metal parts likely to come in contact with the surrounding air
shall be protected with anti-acid paint suitable to resist the highly corrosive environment
and given site conditions. All external surfaces shall be epoxy painted for the mentioned
environment conditions. The colour shade shall preferably be RAL 7030 (Grey) as per
DIN. Final colour shade shall be firmed up during drawing approval.

27.0

INSPECTION & TESTING


Owner and/or representative of Owner shall have free entry in the factory of the
manufacturer for inspection of the motor during the process of manufacture and after the
motor is ready for final inspection and testing. It shall be the responsibility of the vendor
to submit approval certificate from competent authority of explosive of motor
manufacturers country, in support of having got the approval of subject motor for its
application in hazardous area.
Vendor shall make inspection call only after all the required drawings, documents,
datasheets, QAP are approved by owner. Prior notice of minimum 5 weeks shall be
given to the owner for witnessing the tests in case of overseas motors and prior notice of
minimum 3 weeks shall be given in case of Indigenous motors. All routine and type
testing shall be carried out in presence of the Owner and/or Owners representative/
owner consented third party inspector. The vendor shall make all arrangements for
inspection and testing at motor manufacturers works. The testing and inspection
facilities shall be as per internationally acceptable norms.
The motor shall be subjected to routine tests and type tests as per latest editions of IS or
IEC standards. The type tests requiring motor loading shall be carried out by direct
loading of shaft during inspection by owner and/or representative of owner/ owner
consented third party inspector.
Type test shall be conducted on One Motor of each rating and frame size and
routine test shall be conducted on all motors. All tests shall be duly witnessed by
the owners Inspector. Further, all attributes of type tests required as per clause
27.1, will be conducted on same motor.
Sign. of
Approving
Authority

IOCL-PL-ELEC-ML-MOTOR-HV-10

Implementation
date

GM(PJ)

03.12.2013

Reviewed by
PIPELINES

DGM-I/C (PJ-E)
Prepared by
PJM(E)

CPJM(SCT) DGM(PJ-E)

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given
by the lender to the borrower.

TECHNICAL SPECIFICATIONS

Page 12 of 19

HIGH VOLTAGE MAINLINE MOTOR

Rev: 02

Internal tests certificate for all motors from the motor manufacturer along with
approval certificate from the competent authority of explosives from the country
of origin in support of having got the approval of subject motor for its use in
hazardous area as specified, are to be submitted to the Inspector for verification &
endorsement.

27.1

Schedule of TYPE TESTS during inspection


Following tests need to be carried out under type tests:
a. Full load test by direct loading of motor shaft by applying rated voltage and rated
load on the motor shaft to determine efficiency, power factor and slip
b. Measurements of efficiency & power factor on the motor by giving , and full load.
c. Temperature rise test.
d. Measurement of surface temperature of frame.
e. Momentary over load test.
f. Overspeed test.
g. Measurement of starting torque, starting current, full load torque & pull out torque.
h. Tan delta test.

27.2

Schedule of ROUTINE TESTS during inspection


Following checks and tests to be carried out under routine tests:
a. General visual checks & dimensional checks
b. Terminal box type checking (Exd). Checking of size of cable glands.
c. Verification of CT rating in neutral terminal box, if applicable.
d. Winding resistance measurement.
e. Reduced voltage running up test at no load to check the ability of motor to run up
to the full speed on no load with 1/3 of the rated line voltage applied to the motor.
f. Insulation resistance test (both before and after the high voltage tests).
g. High voltage test.
h. No load test of motor to measure power, current & speed to determine no load loss,
etc.
i. Locked-rotor test and measurement of Voltage, current and power input at a suitable
reduced voltage.
j. Polarisation Index test
k. Shaft voltage checking
l. Resistance measurement of space heater, RTDs & BTDs.
m. Measurement of Vibration level.
n. Measurement of Noise level.
Detailed procedure for the above tests (both Type & Routine) along with desired
acceptance values with applicable code reference, wherever relevant, are to be
furnished along with the QAP after the order for approval of owner.

Sign. of
Approving
Authority

IOCL-PL-ELEC-ML-MOTOR-HV-10

Implementation
date

GM(PJ)

03.12.2013

Reviewed by
PIPELINES

DGM-I/C (PJ-E)
Prepared by
PJM(E)

CPJM(SCT) DGM(PJ-E)

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given
by the lender to the borrower.

TECHNICAL SPECIFICATIONS

Page 13 of 19

HIGH VOLTAGE MAINLINE MOTOR

Rev: 02

Though the motors shall be accepted on the basis of the satisfactory result of the testing at shop,
it shall not absolve the vendor from liability regarding the proper functioning of the motor at site.

DRAWINGS AND DOCUMENTATION


28.0

Following drawings and documents in English language shall be furnished as per the
schedule mentioned hereunder:

Sr.
No.
A
1.
2.

3.
4.
5.
6.
7.
8.
9.

10.

11.
12.
B
13.
14.
15.
16.
17.
18.

Drawing/ Document

Number of sets

ALONG WITH THE OFFER


Technical Data Sheet of Motor fully filled (As per Attachment-1)
Copy of Flameproof/ explosion proof certificate from PESO, India or
competent / approving authority in country of origin for offered motor
and associated accessories
Copy of certificate for weather-proofness of motor (minimum IP55)
List of recommended spares for five years continuous operation
Fully filled compliance/ exceptions and deviations sheet (As per
Annexure-2)
General Arrangement and dimensional drawings of motor
Details of forced lubrication system, if applicable
In both cases, i.e. for approved make/ reputed equivalent make,
documents as per clause 2.1.3.
In case approved make motor is offered documents as per clause
2.1.4.A
In case reputed equivalent make is offered documents as per clause
2.1.4.B
Undertaking from motor manufacturer for ensuring availability of
spare parts and maintenance support services for the offered
equipment for at least 20 years
Motor manufacturers undertaking that offered motors shall be
compatible with the offered VFDs as per Annexure: 2 of chapter-1B.
Fully filled checklist as per Annexure-4
ON PLACEMENT OF ORDER FOR APPROVAL
Quality Assurance Plan of motor and details of type test & routine test
procedures along with desired acceptance values
Technical Data Sheet of Motor fully filled (As per Attachment-1)
General Arrangement, cross-sectional and dimensional drawings of
motor and its auxiliaries
Rotor shaft dimensional drawing showing weight and GD2 value
Mounting drawing of motor along with static/ dynamic load details.
Detailed dimensional drawing of main, neutral/star point and auxiliary
(space heater, vibration probe terminations (if any) & RTDs) terminal
boxes. Vendor shall ensure that prior approval of the owner is
obtained for design, drawings or other documentation before
Sign. of
Approving
Authority

IOCL-PL-ELEC-ML-MOTOR-HV-10

Implementation
date

Two
Two

Two
Two
Two
Two
Two

Two

Two

Two
Two
Four
Four
Four
Four
Four
Four

GM(PJ)

03.12.2013

Reviewed by
PIPELINES

DGM-I/C (PJ-E)
Prepared by
PJM(E)

CPJM(SCT) DGM(PJ-E)

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given
by the lender to the borrower.

TECHNICAL SPECIFICATIONS

Page 14 of 19

HIGH VOLTAGE MAINLINE MOTOR

19.
20.
21.
22.
23.
24.
C
25.
26.
27.
D
28.
29.
30.

Rev: 02

proceeding with manufacture of the terminal boxes.


Cross sectional drawing for the portion of the motor showing
arrangement of NDE bearing insulation.
Thermal withstand curves (hot & cold)
Load characteristics curve showing variations of efficiency, power
factor, slip with respect to load
Speed torque curve.
Lubrication chart
Details of forced lubrication system, if applicable
ON SATISFACTORY COMPLETION OF TESTING & INSPECTION
FOR DISPATCH CLEARANCE
Complete test report for the tests done as per approved QAP
Test certificates of bought out items and also flameproof/ explosion
proof & weatherproof (minimum IP55) certificates
All final plotted curves indicated in Sr. No. 20, 21, 22
ALONG WITH THE DESPATCH OF MATERIAL
Operation and Maintenance manuals
Preventive maintenance Schedule
As-Built documents

Four
Four
Four
Four
Four
Four

Four
Four
Four
Four
Four
Four

28.1

To the extent stipulated in the Purchase order, Vendor shall ensure that prior approval of
the owner is obtained for design, drawings or other documentation before proceeding
with manufacturing of the motor & its auxiliaries & accessories.

29.0

PACKING
All motors shall be securely packed in export packing and worthy of withstanding transit
and handling hazards during land transport in country of dispatch, in India and also
during sea/ air transit from country of dispatch to India.
The equipment may be stored outdoors for long periods before installation. The packing
shall be completely suitable for outdoor storage in areas with heavy rains/ high ambient
temperature, unless otherwise agreed.

30.0

SPARES, TOOLS & TACKLES


Vendor shall ensure supply of sapres as mentioned elsewhere.
Vendor shall enclose list of special tools & tackles required for maintenance of the motor.
List of spares recommended for five years continuous operation shall also be submitted
along with the offer.

Sign. of
Approving
Authority

IOCL-PL-ELEC-ML-MOTOR-HV-10

Implementation
date

GM(PJ)

03.12.2013

Reviewed by
PIPELINES

DGM-I/C (PJ-E)
Prepared by
PJM(E)

CPJM(SCT) DGM(PJ-E)

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given
by the lender to the borrower.

TECHNICAL SPECIFICATIONS

Page 15 of 19

HIGH VOLTAGE MAINLINE MOTOR

Rev: 02

Annexure-1

LIST OF CODES AND STANDARDS


The motor and its associated accessories and auxiliaries shall be designed, manufactured &
tested conforming to latest editions of the applicable Indian Standards and / or IEC standards,
including the following standards:
a)

IEC 60034-1/ IS : 325

Specifications for three-phase induction Motors.

b)

IEC 60034-1/ IS : 4722

Specifications of Rotating Electrical machines.

c)

API-RP500C/IS : 5572 (Part-I)

Classification of hazardous areas

d)

IEC 60034-5/ IS : 4691

Degree of protection provided by enclosures of


rotating electrical apparatus.

e)

IEC 60079-1/ IS : 2148

Flame proof enclosures of electrical apparatus.

f)

IS:1231/ Equivalent IEC Std.

Dimensions of three phase Induction motors.

g)

IS:2223/ Equivalent IEC Std.

Dimensions of flameproof AC induction motors

h)

IEC 60034-7/ IS : 2253

Types of construction and mounting of motors

i)

IEC 60034-8 / IS 4728

Terminal marking for rotating electrical machinery

j)

IS:8789/ Equivalent IEC Std.

Value of performance characteristics for three


phase induction motors.

k)

IS:4029/ Equivalent IEC Std.

Guide for testing of three phase induction motors.

l)

IEC 60034-2/ IS : 4889

Method of determination of efficiency of rotating


electrical machines.

m)

IEC 60034-14/IS : 12075

Measurement of evaluation of vibration of rotating


electrical machines.

o)

IEC 60034-18/ IS : 1271

Insulating materials for electric machinery and


apparatus in relation to their thermal stability in
service.

p)

IEC 60034-6/ IS : 6362

Methods of cooling for rotating electrical machines.

q)

IS : 7816/ Equivalent IEC Std.

Guide for testing insulation resistance of rotating


machines.

r)

IEC 60034-9

Noise level

s)

ISO : 1940

Measurement and evaluation of permissible residual


imbalance for dynamic balancing

Sign. of
Approving
Authority

IOCL-PL-ELEC-ML-MOTOR-HV-10

Implementation
date

GM(PJ)

03.12.2013

Reviewed by
PIPELINES

DGM-I/C (PJ-E)
Prepared by
PJM(E)

CPJM(SCT) DGM(PJ-E)

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given
by the lender to the borrower.

TECHNICAL SPECIFICATIONS

Page 16 of 19

HIGH VOLTAGE MAINLINE MOTOR

Rev: 02

Annexure-2

COMPLIANCE / EXCEPTIONS AND DEVIATIONS


Bidder to stipulate here exceptions and deviations to Bidding Document, if any,
separately for technical clauses in respect of the specifications.
Sl.
No.
A
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.

Clause
No.
B
1.0
2.0
3.0
4.0
5.0
6.0
7.0
8.0
9.0
10.0
11.0
12.0
13.0
14.0
15.0
16.0
17.0
18.0
19.0
20.0
21.0
22.0
23.0
24.0
25.0
26.0
27.0
28.0
29.0
30.0

Accepted
(Tick one)
C
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No

Deviation proposed by Bidder,


if No in column C
D

Sign. of
Approving
Authority

IOCL-PL-ELEC-ML-MOTOR-HV-10

Implementation
date

GM(PJ)

03.12.2013

Reviewed by
PIPELINES

DGM-I/C (PJ-E)
Prepared by
PJM(E)

CPJM(SCT) DGM(PJ-E)

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given
by the lender to the borrower.

TECHNICAL SPECIFICATIONS

Page 17 of 19

HIGH VOLTAGE MAINLINE MOTOR

Rev: 02

Bidder to stipulate here exceptions and deviations to Specific requirements, if any,


separately for various attachments in respect of the specifications.
Sl.
Annexure/
Accepted
Deviation proposed by Bidder,
No. Attachment No.
(Tick one)
if No in column C
A
B
C
D
1.
Annexure- 1
Yes / No
2.
Attachment-1
Yes / No
Note:
1. If the space is not sufficient, separate sheets to be attached as per this format.
2. Bidder to note that this table has been included in the Bidding document solely for
the convenience of the Bidder so as to facilitate them to list out the deviations /
exceptions both of technical nature from / to the bidding document. Owner will not
recognize any deviations / exception (s) in respect of the specifications which is not
listed in this table.
3. Offers without fully filled-in tables may be summarily rejected.

(SIGNATURE OF BIDDER)

Sign. of
Approving
Authority

IOCL-PL-ELEC-ML-MOTOR-HV-10

Implementation
date

GM(PJ)

03.12.2013

Reviewed by
PIPELINES

DGM-I/C (PJ-E)
Prepared by
PJM(E)

CPJM(SCT) DGM(PJ-E)

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given
by the lender to the borrower.

TECHNICAL SPECIFICATIONS

Page 18 of 19

HIGH VOLTAGE MAINLINE MOTOR

Rev: 02

Annexure-3
Addresses of the Approved Motor Manufactures or their Indian Representative

Approved Motor
Manufacturers
ABB

ATB
GmBH

Schorch

Loher GmBH

Siemens AG

Bharat
Heavy
Electricals Ltd.

Nidec ASI S.p.A.

Manufacturer Head Office

Indian Office / Representative (If any)

ABB Ltd
Affolternstr. 44, P.O. Box 8131
CH-8050 Zurich, Switzerland
Tel: +41 (0)43 317 7111
Fax:+41 (0)43 317 4420
www.abb.com

Motors and Generators


Asea Brown Boveri Limited
32, Industrial Area, N.I.T.
Faridabad 121 001
Tel: +91 129 2448100
Fax:+91 129 4023006
www.abb.co.in
NA

ATB Schorch GmBH


Breite Strae 131
41238 Mnchengladbach
Germany Tel: +49(0)2166-925-0
Fax: +49(0)2166-925-100
www.schorch.de
Loher GmbH
Hans-Loher-Strae 32
94099 Ruhstorf/ Rott, Germany
Phone +49 (0 85 31) 3 90
Fax +49 (0 85 31) 3 28 95
E-mail: info@loher.com
www.loher.com
Siemens AG
Wittelsbacherplatz 2 80333
Munich, Germany
Phone +49 89 63600
www.siemens.com

BHEL House,
Siri Fort,
New Delhi 110049
Tel: +91 11 66337000
Fax :+91 11 26493021/26492534
Nidec ASI S.p.A..
Viale Sarca 336
I - 20126 Milano
Phone +39 02 6445 1
Fax +39 02 6445 4401
http://www.nidec-asi.com

PROTOS ENGINEERING CO. Pvt. Ltd


173, Jamshedji Tata Road
Thakur Niwas, Churchgate
Mumbai 400020, INDIA
Phone: 0091-22-22028134
Fax: 0091-22-22021716
E-Mai: lewis@protosindia.com
Siemens Ltd.
Registered & Corporate Office
130, Pandurang Budhkar Marg, WorliMumbai- 400 018
Tel.: +91 22 24 98 70 00/5
Fax: +91 22 24 98 75 00
www.siemens.co.in
BHEL House,
Siri Fort,
New Delhi 110049
Tel: +91 11 66337000
Fax :+91 11 26493021/26492534
Petrocon, 75, Chitra Vihar,
2nd Floor, Vikas Marg,
Delhi.110092
Tel: +91 11 41044545 / +91 9811293230
Fax: 91-11-22422664
Petrocon11@hotmail.com

Sign. of
Approving
Authority

IOCL-PL-ELEC-ML-MOTOR-HV-10

Implementation
date

GM(PJ)

03.12.2013

Reviewed by
PIPELINES

DGM-I/C (PJ-E)
Prepared by
PJM(E)

CPJM(SCT) DGM(PJ-E)

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given
by the lender to the borrower.

TECHNICAL SPECIFICATIONS

Page 19 of 19

HIGH VOLTAGE MAINLINE MOTOR

Rev: 02

Annexure-4
Check List for High Voltage Mainline Motor
Sl.
No.
A
1.

Description

Submission
Status
(Please Tick)
C

B
Technical Data Sheet of Motor fully filled (As per Attachment-1)

3.

Copy of Flameproof/ explosion proof certificate from PESO, India or


competent / approving authority in country of origin for offered motor
and associated accessories
Copy of certificate for weather-proofness of motor (minimum IP55)

4.

List of recommended spares for five years continuous operation

5.
6.

Fully filled compliance/ exceptions and deviations sheet (As per


Annexure-2)
General Arrangement and dimensional drawings of motor

7.

Details of forced lubrication system, if applicable

8.

For offered approved make/ reputed equivalent make of motor,


documents as per clause 2.1.3.
In case approved make motor is offered documents as per clause
2.1.4.A
In case reputed equivalent make is offered documents as per clause
2.1.4.B
Undertaking from motor manufacturer for ensuring availability of spare
parts and maintenance support services for the offered equipment for
at least 20 years
Motor manufacturers undertaking that offered motors shall be
compatible with the offered VFDs as per Annexure: 2 of chapter-1B.

2.

9.

10.
11.

Sign. of
Approving
Authority

IOCL-PL-ELEC-ML-MOTOR-HV-10

Implementation
date

GM(PJ)

03.12.2013

Reviewed by
PIPELINES

DGM-I/C (PJ-E)
Prepared by
PJM(E)

CPJM(SCT) DGM(PJ-E)

Scanned by CamScanner

Scanned by CamScanner

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given
by the lender to the borrower.

Project Specific Information for


KVRPL Project
HIGH VOLTAGE MAINLINE MOTOR

Page 1 of 4
Rev: 02

Attachment-1

TECHNICAL DATA SHEET


(HV Motor-KVRPL-Kandla-01,02,03)
1.
2.
3.
4.

Motor
Driven equipment
Duty
Manufacturer

HT SQUIRREL CAGE INDUCTION MOTOR


CENTRIFUGAL PUMP
CONTINUOUS
ABB /ATB Schorch GmBH/ LOHER GmBH/
SIEMENS AG / BHEL/ Nidec ASI S.p.A./
reputed equivalent
*

5.

Country of origin

6.
7.
8.
9.
10.

Applicable standard(s)
Type
Selected Kilowatt rating
Frame size
Operating speed range with VFD
operation
Rated Supply Voltage for DOL operation

As per clause 4.0


Squirrel Cage Induction
*
*
10%-100% of motor synchronous speed

Rated Supply frequency for DOL


operation
Number of poles
Mounting
Method of cooling
Frame designation
Flameproof/ explosion proof designation

50Hz 3%

11.
12.
13.
14.
15.
16.
17.

18.
19.
20.
21.
22.
23.
24.
25.
26.

27.
28.

Flameproof/ explosion proof certificates


no.
Details of flameproof/ explosion proof
certificate
Ingress Protection class
Full load current in AMPS
Full load speed
Suitability for starting and running
Insulation Class
Average ambient temperature
Max temp. rise over ambient temp. on
continuous full load under normal
condition.
dv/dt level of the insulation
Voltage withstand capacity of insulation

IOCL-PL-ELEC-ML-MOTOR-HV-10

6.6 kV 10%

*
Horizontal/ Vertical *
*
*
Exd, IIA & IIB T3 or other equivalent designation
as per IS/IEC or other equivalent international
standard
*
*
IP55 or higher
*
*
*
Using Variable Frequency Drive & DOL
F with temperature rise limited to Class B
50 C
CLASS B

*
7.2 KV

Sign. of
Approving
Authority
Implementation
date

GM(PJ)

03.12.2013

Reviewed by
PIPELINES

DGM-I/C (PJ-E)
Prepared by
PJM(E)

CPJM(SCT) DGM(PJ-E)

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given
by the lender to the borrower.

Project Specific Information for


KVRPL Project
HIGH VOLTAGE MAINLINE MOTOR

29.
a

Winding RTDs
Number of RTDs per phase

b
c
d

Type of RTD
Resistance at 0C
Temperature coefficient

Recommended
settings for

Winding

b
c
32.
a

Temperature
0

Full load torque in Kg. m.


Efficiency
At Full load

*
*
*
*

th

At load
At load
Power factor at
At Full load

*
*
*

th

b
c
33.

At load
At load
Starting power factor

*
*
*

34.

Starting current (maximum 5 times full


load current including of all tolerances)
Full load torque
Starting torque as % of full load torque
Break down or pull out torque % ( not less
than 175 % of full load torque)
2
2
GD of motor (Kgm )
Rotation viewed from driving end
Starting Time (Sec): At 80%V
At 100%V
Locked rotor withstand time (Sec) (Shall
be at least 5 sec. more than motor
stating time)
Heating time constant
Cooling time constant
Duty point parameters of Motor i.e. at the
actual kW requirement of the Pump

35.
36.
37.
38.
39.
40.
41.

42.
43.
44.

Rev: 02

02 (Duplex type) / 04 (Simplex Type)


(Please select & tick one)
Refer Instrumentation Chapter
Refer Instrumentation Chapter
Refer Instrumentation Chapter

Alarm( C)
0
Trip( C)
30.
31.
a

Page 2 of 4

*
*
>=175% of FLT *
*
As per pump requirement.
* sec
* sec
* sec
* sec
* sec
* sec
For Stage I operation

Stage II operation

*
*
*

*
*
*

at the actual
A
B
C

Net kW consumption
Efficiency in %
Power factor

IOCL-PL-ELEC-ML-MOTOR-HV-10

kW

Sign. of
Approving
Authority
Implementation
date

kW

GM(PJ)

03.12.2013

Reviewed by
PIPELINES

DGM-I/C (PJ-E)
Prepared by
PJM(E)

CPJM(SCT) DGM(PJ-E)

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given
by the lender to the borrower.

Project Specific Information for


KVRPL Project
HIGH VOLTAGE MAINLINE MOTOR
D

Current in Amps.

45.
a

CABLE Size
For Power cable entry in main Terminal
box.

For Space heater cable entry in auxiliary


Terminal box.

c
46.
a

Cable for winding/bearing RTDs


Bearings DE/NDE
Type
DE1
DE2
NDE
Bearing No.
DE-1
DE-2
NDE
Minimum life (in hours)
0
Maximum allowable temperature ( C)
Type of lubrication
Bearing RTDs
Number of RTDs at DE
Number of RTDs at NDE
Type of RTD
Resistance at 0C
Temperature coefficient
Recommended Bearing Temperature
settings for
0
- Alarm( C)
0
- Trip( C)
Space heater rating
0
Maximum space heater temperature ( C)
Fault level of the main terminal box
Coupling

c
d
e
47.
a
b
c
d
e
f

48.
49.
50.
51.
52.
53.
54.

Weight in Kg.
Noise level in db at rated speed, 1 mtr.
away, at no load
Whether list of spares / tools / tackles
furnished complying clause 30.0 of motor
specifications

IOCL-PL-ELEC-ML-MOTOR-HV-10

Page 3 of 4
Rev: 02
*

Cable type/size: 1R x 3C x 400 Sq.mm, Al, 6.6kV


(UE), XLPE screened, strip armored cable
1. Overall Diameter (OD): 84mm +2mm tol.
2. Over Armour Diameter (OAD): 76mm +2mm tol.
3. Under Armour Diameter (UAD): 73mm + 2mm tol.
Cable Size: 1R x 2C x 4 Sq.mm, Cu, 1.1kV,
XLPE, wire armored Cable
1. Overall Diameter (OD): 15 mm + 1mm tol.
2. Over Armor Diameter (OAD): 12.5mm + 1mm tol.
3. Under armor Diameter (UAD): 9.7 mm + 1mm tol.
Refer Instrumentation Chapter
*
*
*
*
*

(If second DE bearing is provided)

(If second DE bearing is provided)

40,000
*
*
Refer Instrumentation Chapter
Refer Instrumentation Chapter
Refer Instrumentation Chapter
Refer Instrumentation Chapter
Refer Instrumentation Chapter

*
*
*
*
25 kA for 0.25 sec
FLEXIBLE
*
*
Yes /No (Strike whichever is not applicable)

Sign. of
Approving
Authority
Implementation
date

GM(PJ)

03.12.2013

Reviewed by
PIPELINES

DGM-I/C (PJ-E)
Prepared by
PJM(E)

CPJM(SCT) DGM(PJ-E)

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers express
agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given
by the lender to the borrower.

Project Specific Information for


KVRPL Project
HIGH VOLTAGE MAINLINE MOTOR
55.

Page 4 of 4
Rev: 02

A.

Details
of
Current
Transformers
(Applicable only for motors rated equal to
or above 1500 KW)
Accuracy Class

PS/PX

B.

Burden (VA)

20

C.

Secondary Current

1A

D.

Rated STC

25 kA for 1 sec

E.

7.2/20/60 kV for 6.6 kV Motors

F.

Insulation Level
(Highest
System
Voltage/
Power
Frequency Withstand/ Lightning Impulse
withstand Voltage)
CT ratio

G.

Vk

H.

Imag (Magnetization current at Vk/2)

I.

Rb, Rct

# Shall be finalized during


consultation with owner.
# Shall be finalized during
consultation with owner.
# Shall be finalized during
consultation with owner.
# Shall be finalized during
consultation with owner.

detailed engineering in
detailed engineering in
detailed engineering in
detailed engineering in

* Data/Information to be provided by the bidders.


Note:
1. Motor shall be suitable for starting with Variable frequency drive (VFD) & DOL.
2. Motor shall meet all specific requirements of suitability with VFD application also.

IOCL-PL-ELEC-ML-MOTOR-HV-10

Sign. of
Approving
Authority
Implementation
date

GM(PJ)

03.12.2013

Reviewed by
PIPELINES

DGM-I/C (PJ-E)
Prepared by
PJM(E)

CPJM(SCT) DGM(PJ-E)

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers
express agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written
consent given by the lender to the borrower.

Project Specific Information


for KVRPL Project
MEDIUM VOLTAGE (6.6 kV) VARIABLE FREQUENCY
DRIVE AND ISOLATORS

Page 1 of 6
Rev : 02

Attachment-1
DATA FURNISHED BY OWNER
Sl.
no

FEATURES

Description

BASIC REQUIREMENTS

1.

i. Required rated output capacity

As per motor ratings / Pump Load

ii.

Torque requirement

As per pump requirement

iii.

Load/driven equipment details

Horizontal Centrifugal pumps

iv. Load torque details

Centrifugal pumps

v. Drive system

One drive for each pump

vi. Reacceleration of motor

As per Operational requirements of Pump


specifications

2.

SITE CONDITIONS

a)

Location

As per SOR

b)

Design Ambient temperature

5- 500C

c)

Altitude

Less than 1000m above mean sea level

d)

Humidity (max)

98%(relative)

e)

Location

Indoor

f)

Installation area for VFD

Indoor

g)

Installation

Hazardous

area

for

local

control

station

zone-1,

Temperature

gas

class-T3,

group-IIA/IIB,

Tropical,

dusty,

corrosive, outdoors.
3

INPUT

POWER

SUPPLY

SYSTEM

CONDITIONS

a)

No. of phases

Three

b)

AC input voltage

6.6 KV

c)

Voltage fluctuation

10%

d)

Rated frequency

50 Hz

e)

Frequency fluctuation

3%

f)

System fault level

25 KA (1 sec.)

SYSTEM REQUIREMENTS

a)

Speed range required

10-100% of Motor synchronous speed

Sign. of
Approving
Authority

IOCL-PL-ELEC-VFD-MV-11

Implementation
date

ED-I/c (PJ)

19.1.2015

Reviewed by
PIPELINES

DGM (PJ-E)
Prepared by
PJM(E)

CPJM(SG)

CPJM(SCT)

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers
express agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written
consent given by the lender to the borrower.

Project Specific Information


for KVRPL Project
MEDIUM VOLTAGE (6.6 kV) VARIABLE FREQUENCY
DRIVE AND ISOLATORS
Sl.
no

FEATURES

Page 2 of 6
Rev : 02

Description

b)

Speed reference signal

4-20mA

c)

Operation in case of loss of reference


signal

Last speed reference/ a set speed lower


than previous reference / either of above as
per manufactures standard.

d)

Acceleration time

As per clause 6.1.5

e)

Deceleration time

As per clause 6.1.5

f)

Communication

Required

Required

facility

between

Owners control system and drive

g)

Harmonic study

h)

Braking

Flux braking/ DC injection braking/ either


of the above

i)

VFD transformer

j)

Output voltage of VFD system

Dry type / Oil filled type


6.6 KV, nominal three phase (without using
any output transformer)

k)

Type of converter/rectifier

Active Front End (AFE) with inbuilt input


filter or minimum 36 Pulse

l)

Harmonic filters on supply bus

Vendor shall ensure that VFD is designed in


such a way that both harmonics V&I
harmonics are within limits as specified in
IEEE-519. The Total Harmonic distortion
for voltage at the connection point shall not
exceed 5% with no individual harmonic
higher than 3% and the harmonic distortion
of current at the point of coupling of VFD
system shall not exceed 8%.

m)

Power factor improvement feature as

part of harmonic filters

Vendor shall ensure that VFD is designed in


such a way, so that minimum PF at input of
each VFD is 0.95 for the varying load of
10% to 100%

CONTROL LOCATION

a)

Local/Remote operation

Required

b)

Local/Remote selector switch location

At VFD panel

c)

Speed raise/Lower signal

At VFD panel

Sign. of
Approving
Authority

IOCL-PL-ELEC-VFD-MV-11

Implementation
date

ED-I/c (PJ)

19.1.2015

Reviewed by
PIPELINES

DGM (PJ-E)
Prepared by
PJM(E)

CPJM(SG)

CPJM(SCT)

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers
express agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written
consent given by the lender to the borrower.

Project Specific Information


for KVRPL Project
MEDIUM VOLTAGE (6.6 kV) VARIABLE FREQUENCY
DRIVE AND ISOLATORS
Sl.
no

FEATURES

Distance of VFD panel from Motor

COMMUNICATION
communication

Rev : 02

Description

d)

On

Page 3 of 6

350m (maximum)

network

(compatible RS 485 port) the following


details shall be available

a)

Protection features

Yes

b)

Indication

Yes

c)

Metering

Yes

d)

Annunciation

Yes

e)

Diagnostic

Yes

Sign. of
Approving
Authority

IOCL-PL-ELEC-VFD-MV-11

Implementation
date

ED-I/c (PJ)

19.1.2015

Reviewed by
PIPELINES

DGM (PJ-E)
Prepared by
PJM(E)

CPJM(SG)

CPJM(SCT)

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers
express agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written
consent given by the lender to the borrower.

Project Specific Information


for KVRPL Project
MEDIUM VOLTAGE (6.6 kV) VARIABLE FREQUENCY
DRIVE AND ISOLATORS

Page 4 of 6
Rev : 02

Attachment-2
TECHNICAL DATA TO BE FURNISHED BY VFD MANUFACTURER

(To be submitted separately for each location)


1.

Make

(Siemens, Pittsberg, USA or Siemens, Nasik,


India

/ ABB, Turgi, Swizerland or ABB,

Bangalore,

India

Rockwell,

Canada

Yasakawa Electric Corporation, Yukuhashi,


Japan or reputed equivalent)
2.
3.

Country of Origin of VFD


Model No. of VFD

4.
a)
b)
5.

Rating of VFD at 40 deg C


Output in amperes
Output in kVA
Rating of VFD at 50 deg C
Derating curve to be provided by bidder as
basis of derating
Output in amperes
Output in kVA
Switching frequency at declared rating
Applicable code / standards
(CSA,UL,IEC,NEMA,ANSI,IEEE,CE/ equivalent)
Drive type (Current Source Inverter / Voltage
source inverter)
Speed range
Speed reference signal type
Input power supply
Voltage
Frequency
Output voltage at 5.94 kV input voltage at full
speed & full load
Overload capability of VFD
Overall efficiency of drive (excl. motor) at
a) 100% load

a)
b)
c)
6.
7.
8.
9.
10.
a)
b)
11.
12.
13.

14.

15.

16.

17.

*
*

b) 75% load
c) 50% load
Overall power factor of drive (excl. motor) at
a) 100% load
b) 75% load
c) 50% load
AC Output
a) Rated frequency range
b) Accuracy of frequency
Dynamic response
a) Speed fluctuation band
b) Speed recovery time after 100% torque step
a) Total Harmonics Distortion (% harmonics) at
input of VFD

*
*
*

Ampere
kVA

*
*
*
*

Ampere
kVA
Hz

*
10% to 100% of motor synchronous speed
4-20mA
3 phase, 6.6 kV + 10%
50 Hz + 3%
6.6 kV (Nominal)
As per clause 6.1.8
*
*
*
*
*
*
*
*
*
*
*

Sign. of
Approving
Authority

IOCL-PL-ELEC-VFD-MV-11

Implementation
date

ED-I/c (PJ)

19.1.2015

Reviewed by
PIPELINES

DGM (PJ-E)
Prepared by
PJM(E)

CPJM(SG)

CPJM(SCT)

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers
express agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written
consent given by the lender to the borrower.

Project Specific Information


for KVRPL Project
MEDIUM VOLTAGE (6.6 kV) VARIABLE FREQUENCY
DRIVE AND ISOLATORS

18.

19.

20.

21.
22.
23.
24.
25.
26.

27.
28.
29.
30.
31.

Page 5 of 6
Rev : 02

b) Total Harmonics Distortion (% harmonics) at *


output of VFD
c) Whether output filter provided
Yes/No *
Controls at Drive level
Please answer as provided / not provided
a) System start
*
b) System stop
*
c) Speed raise
*
d) Speed lower
*
e) Drive frequency setting
*
f) Remote breaker trip
*
g)Electronic Ramp function
*
h) Speed and current controller
*
i) Drive ready to start signal
*
j) Ammeter
On digital operator or separate digital type
k) Speed indicator
On digital operator or separate digital type
a)Diodes / IGBT /IGCT/SGCT configuration
*
Number and Ratings
b)Total No. of diodes / IGBT /IGCT / SGCT
*
Number and Ratings
Cooling system
i) Type
Fan forced cooling
ii) Redundancy in cooling units
*
a)Type of feed-back for speed control
Open loop Vector
b)Speed control accuracy
*
List of controls provided at the front of panel Yes / No
(As per specification)
List of status measuring devices provided at Yes / No
the front of panel (as per specification )
List of status indication and annunciation Yes / No
provided (as per specification)
Type of electronic card mounting arrangement
*
DIMENSION
a) Length
*mm
b) Height
*mm
c) Depth
*mm
d) Weight of cubicle
*Kg
(Dimensional details of all panels shall be furnished)
Degree of protection for enclosure
* (Minimum IP 4X)
Paint shade
As per specification
Heat output of Panel
*
Control supply voltage and Aux. Power 415 V, 3 phase, 4 Wire
requirement
VFD Transformer (If applicable)
a) Make
*
b) Type of transformer
Dry type / Oil filled type (Select & tick one)
c) Nameplate kVA Rating (Refer clause 6.5.2)
*
d) Transformer name plate kVA rating 40% Yes/ No*
more than kVA required by Motor
e) Transformer suitably rated for ambient of Yes/ No*
50oC
f) Voltage ratio
*
g) Vector group
*
Sign. of
Approving
Authority

IOCL-PL-ELEC-VFD-MV-11

Implementation
date

ED-I/c (PJ)

19.1.2015

Reviewed by
PIPELINES

DGM (PJ-E)
Prepared by
PJM(E)

CPJM(SG)

CPJM(SCT)

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION LIMITED. They are merely loaned and on the borrowers
express agreement that they will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written
consent given by the lender to the borrower.

Project Specific Information


for KVRPL Project
MEDIUM VOLTAGE (6.6 kV) VARIABLE FREQUENCY
DRIVE AND ISOLATORS
h) Taps
i) Insulation class

m) Winding RTDs / Thermistors


n) Overall dimension (L&BXH)
o) Transformer accessories
Isolator Panel Details

a
b
c
d
e
f
g

Voltage
Current rating
Fault level
Make
Country of origin
Dimensions (l x b x h)
Cable termination

h
i

Electrical & Mechanical interlock


Auxiliary supply

33.
a
b
c
d

Minimum 1 per phase


*
*
Each isolator panel consisting of one input isolator,
one bypass isolator and one output isolator
3 phase, 6.6 kV + 10%
630 A
25 kA for 1 sec
*
*
____ mm x ____ mm x ____ mm*
Provision for termination of 6.6 kV, minimum 2 runs
of 3cx 185 sq.mm cables *
Yes
230 V AC

Local Control Station details


Flameproof (Exd)
Weather proof (Minimum IP 55)
Dimensions (l x b x h)
Details of control cable (FRLS) required
between VFD and Local Control Station
(Supply of control cable by Owner)
e Type of Cable
f Number of cores & Size (sq. mm)
g Maximum Permissible length of cable from
VFD to LCS (minimum 350 m)
* data to be filled up & furnished with the offer.

*
*
____ mm x ____ mm x ____ mm

*
*
*

Sign. of
Approving
Authority

IOCL-PL-ELEC-VFD-MV-11

Rev : 02

*
F (Min) for dry type transformer.
A (Min) for Oil filled type transformer.
*
> 98%
*

j) Impedance
k) Efficiency
l) Weight

32.

Page 6 of 6

Implementation
date

ED-I/c (PJ)

19.1.2015

Reviewed by
PIPELINES

DGM (PJ-E)
Prepared by
PJM(E)

CPJM(SG)

CPJM(SCT)

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the borrowers express agreement that they will not be reproduced,
copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

FORMAT NO. QAF/MP/08


INDIAN OIL CORPORATION LIMITED
PIPELINES DIVISION

CHAPTER 6
INSTRUMENTATION

SPECIFIC REQUIREMENTS OF INSTRUMENT PROTECTIVE DEVICES FOR MAINLINE MOTOR


PUMP SETS

1.0.0

Area Classification & Ingress Protection

1.1.0

All the field protective instruments/ devices like RTDs, Transmitters, Switches, Detectors etc.
and junction boxes mounted on mainline motor pump sets shall be suitable for use in
Hazardous area Zone 1, Group IIA, IIB & T4 as per IEC 60079 and should have a weather
protection of IP 65 as per IEC 60529. Compliance to equivalent North American Standards
shall also be acceptable.

1.2.0

All instruments / junction boxes shall be certified by BASEEFA / CENELEC / CSA / PTB / FM /
SIRA/ ATEX / PESO.

2.0.0

Specific Requirements:

2.1.0

Each of the motor-pump sets shall be equipped with the following instrumentation and
control itemsTemperature Monitoring (RTDs)
3 wire Pt 100 RTDs (Class B type) conforming to DIN / IEC 60751 shall be provided for the
following applicationsS.No.
1
2
3
4
5
6
7
8

Description
Pump Casing Temperature
Pump Bearing Temperature (DE)
Pump Bearing Temperature (NDE)
Motor Winding Temperature (R Phase)
Motor Winding Temperature (Y Phase)
Motor Winding Temperature (B Phase)
Motor Bearing Temperature (DE)
Motor Bearing Temperature (NDE)

RTD type
Duplex
Duplex
Duplex
Simplex
Simplex
Simplex
Duplex
Duplex

Quantity
1 no.
1 no.
1 no.
2 no.
2 no.
2 no.
1 no.
1 no.

2.1.1

A minimum of 6 RTDs shall be installed, 2 nos. each for every Stator phase. Detectors shall be
located at positions which are most likely to show higher temperature.

2.1.2

RTDs for bearing application shall be provided with suitable thermowell, wherever necessary.
For motor bearing RTDs, care shall be taken that the element does not violate the integrity of
the bearing insulation. For all sleeve bearing RTDs, measuring point shall be as near as
possible to the loaded area of the white metal.

PIPELINES

GM(PJ-T&I)

INSTRUMENTATION SPECIFICATIONS FOR MAINLINE MOTOR Rev


Date
PUMP SETS (MOTOR & CENTRIFUGAL PUMP)
Page No

02
16.12.2013
1 of 16

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the borrowers express agreement that they will not be reproduced,
copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

FORMAT NO. QAF/MP/08


INDIAN OIL CORPORATION LIMITED
PIPELINES DIVISION

2.1.3

The RTD elements (for motor & pump) shall be separately wired to junction boxes mounted
on the frame.

2.1.4

Specification datasheet of RTD is attached as Annexure INST-1. Vendor shall submit duly
complied specification data sheet with the bid.

2.2.0

Seal Leakage Detection System

2.2.1

As a part of Seal Leakage Detection System, the vendor shall provide suitable instruments to
detect failure of mechanical seal(s). The seal leakage detection system shall have facility to
extend alarms to Owners Control system. All the necessary installation piping, fittings etc.
shall also be provided as a part of the seal leakage detection system. Datasheets of standard
instruments are attached as Annexure INST-2, INST-3, INST-4 & INST-5 for reference. Vendor
shall submit the complete P&ID and Bill of Materials of the Seal Leakage Detection System.
Vendor shall also submit the duly complied instrument datasheets with the bid (as
applicable).

2.3.0

Vibration Monitoring

2.3.1

For Motors with Sleeve bearings


For Motors with Sleeve bearings, Vibration transmitters, complete with suitable eddy current
proximity probes for X & Y direction vibration monitoring of shaft at DE & NDE side bearings
as per attached data sheet at Annexure INST-6 shall be provided.

2.3.2

For Pumps with Sleeve bearings, Vibration transmitters complete with suitable eddy current
proximity probes for X & Y direction for vibration monitoring of shaft at DE & NDE side
bearings and for axial direction shift monitoring of shaft at NDE side bearings as per attached
data sheet at Annexure INST-6 shall be provided.

2.3.3

For Pumps with roller / antifriction bearings, Vibration transmitters, complete with suitable
piezoelectric accelerometer probes for X direction vibration monitoring of DE & NDE side
bearing housings as per attached datasheet at Annexure INST-7 shall be provided.

2.3.4

The Vibration transmitters shall have linear range corresponding to 4-20 mA output signals.

2.3.5

The Vibration transmitters (applicable as stated above) shall be wired as per cable schematic
diagram (Annexure INST-8). The Owner shall connect the signals of these transmitters to the
Station PLC based Control System for tripping the pumping unit in case the vibration exceeds
the set point.

PIPELINES

GM(PJ-T&I)

INSTRUMENTATION SPECIFICATIONS FOR MAINLINE MOTOR Rev


Date
PUMP SETS (MOTOR & CENTRIFUGAL PUMP)
Page No

02
16.12.2013
2 of 16

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the borrowers express agreement that they will not be reproduced,
copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

2.4.0

FORMAT NO. QAF/MP/08


INDIAN OIL CORPORATION LIMITED
PIPELINES DIVISION

Junction Boxes
Following Junction Boxes (JB) with terminals, glands, plugs, interconnecting cables to connect
each of the respective field protective devices shall be provided by the vendor and installed
on base plate of each Motor-pump setS.
No.

JB
No.

Service

1.

JB-1

All RTD and Vibration


transmitter signals of
motor (as applicable)

2.

JB-2

3.

JB-3

All RTD and Vibration


transmitter signals of
pump (as applicable)
Seal leakage detection
system instruments (as
applicable)

Cable to be
supplied by
vendor from
respective
instrument to JB
Cables with
sufficient cores
so as to extend
all potential free
contacts and RTD
signals (including
duplex elements)

Owners
Cables from
Control
Room to JB

No. of entries
per JB

40 C X 1.5 Min. two spare


mm2 entries to be
armoured provided (apart
from required
40 C X 1.5 entries to and
mm2 from JB as per
armoured Inst. List).
12 C X 1.5 Suitable plugs
mm2 shall be
armoured provided for all
the spare
entries.

2.4.1

All the field instruments and junction boxes shall be supplied along with double compression
Nickel/ Zinc plated brass cable glands suitable as per area classification. Spare entries of all
instruments/ junction boxes shall be provided with suitable plugs as per area classification.

2.4.2

Vendor shall supply all instruments with all necessary field fittings and fixtures required for
ready field installation.

2.4.3

All the field protective devices supplied with the pumping unit shall be wired up to the
respective junction boxes as per cable schematic attached as Annexure INST-8. The cabling
shall be done through suitable conduit pipes and flameproof fittings and as per standard
approved wiring practices for hazardous area with separate cable entry for individual devices.

2.4.4

Installation / mounting and commissioning of all the protective devices including junction
boxes will be carried out by the vendor. The installation/ mounting of respective instruments
shall be done only upon testing and calibration. Test and calibration certificates shall be
furnished by vendor.

2.4.5

Any other protective devices which vendor / OEM feel necessary for safe operation of each
motor and pump set shall be provided in the offer. Such protective devices shall also meet
area classification requirements as specified elsewhere in tender.

PIPELINES

GM(PJ-T&I)

INSTRUMENTATION SPECIFICATIONS FOR MAINLINE MOTOR Rev


Date
PUMP SETS (MOTOR & CENTRIFUGAL PUMP)
Page No

02
16.12.2013
3 of 16

4.0.0

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the borrowers express agreement that they will not be reproduced,
copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

3.0.0
3.1.0

FORMAT NO. QAF/MP/08


INDIAN OIL CORPORATION LIMITED
PIPELINES DIVISION

Control Panel/ System for Forced Lubrication of Bearings (if applicable)


In case the vendor offers Forced Lubrication System for Bearings, a separate Control Panel/
System shall be provided for the forced lubrication system. The vendor shall submit complete
Bill of Materials and P&ID of the offered system. The enclosure/ housing for the Control
Panel/ System shall be suitable for the Area Classification stated elsewhere in this Chapter.
The system shall have provision for interfacing with Owners Station PLC Control System and
a separate terminal strip for signals (control, feedback, alarms) shall be provided in the
system by the vendor so that Owner can extend the signals from the Forced Lubrication
Control System to Station PLC Control System. The alarms/ indications shall be potential free
contacts.

4.1.0

Interfacing of VFD with Owners Control System (applicable only in case of motors with VFD
control)
The VFD shall be interfaced with the Owners Station Control system to enable monitoring
and control of the VFD system and its associated Motor. For this purpose, necessary signals
shall be provided in the VFD for interfacing with the PLC of the Owners Control system.

4.1.1

The details of the various signals are as under:


Signals from VFD to Owners PLC
1) Analog signals:
a) 4 20 mA speed feedback signal
b) 4 20 mA current feedback signal
2) Digital signals:
a) Input HT Breaker/ Isolator On
b) Output HT Breaker/ Isolator On
c) Bypass HT Breaker/ Isolator On
d) Input Transformer Fault
e) Output Transformer fault
f) Loss of Speed Reference Signal
g) VFD fault
h) VFD ready to start
i)
VFD / Motor running
j)
Panel Fan On
k) VFD in Remote
l)
VFD Temperature High
m) Input / Output Transformer Temperature High

PIPELINES

Signals from Owners PLC to VFD


1) Analog signals:
a) 4 20 mA speed control signal
2) Digital signals:
a) VFD Start
b) VFD Stop
c) Process Trip
GM(PJ-T&I)

INSTRUMENTATION SPECIFICATIONS FOR MAINLINE MOTOR Rev


Date
PUMP SETS (MOTOR & CENTRIFUGAL PUMP)
Page No

02
16.12.2013
4 of 16

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the borrowers express agreement that they will not be reproduced,
copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

4.2.0

FORMAT NO. QAF/MP/08


INDIAN OIL CORPORATION LIMITED
PIPELINES DIVISION

Serial Communication between VFD and Owners PLC


Besides the above hardwired signals, serial communication over MODBUS RTU (RS485) shall
be established between the VFD and Owners PLC for transfer of various input and output
signal data. The vendor shall provide a serial port configured for this purpose.
The vendor shall submit their compliance for providing the above signals in the Format
attached as Annexure INST-9.

5.0.0 Documentation Requirements


a) Vendor to submit detailed technical catalogue, make, model nos. and copies of valid
certificates for explosion proofness/ intrinsic safety and weather proofness for RTDs, seal
leakage detection instruments, transmitters/ switches, along with the offer.
b) Vendors offer shall include duly completed data sheets and Summary of requirement
attached as Annexure.
c) Vendor shall submit the conformance for the cable schematic drawing (for instrumentation
items) attached as INST-8 with the offer. In case of any change/ variation, the vendor shall
furnish their cable schematic drawing showing field protective devices, junction boxes, cable
layout, cable type, cable glands etc along with the offer.
d) Vendor shall submit the alarm & tripping set points of all instruments, during detail
engineering.
e) Vendor shall submit terminal strip details of hardwired signals of VFD and details of MODBUS
mapping for interfacing with VFD, during detailed engineering.
f) Vendor shall submit detailed literature for all protective devices, and all installation/
termination/ mounting drawings including the interconnection diagram & terminal details of
all junction boxes indicating all the cables running from motor pump set up to junction boxes
during detailed engineering.
g) Vendor shall submit the following documents at the time of dispatch clearance:
Functional test certificates along with make & model no. and Serial Nos. of all the
protective devices.
List of documents being supplied along with the equipment.
Quality Control Certificate from the vendors Quality Control Department.
Copy of explosion proof and weatherproof certificates for the offered instrumentation
items including junction boxes.
h) Vendor shall supply all the necessary calibration certificates, manuals (for installation,
operation and maintenance, working principles) and drawings etc. of the supplied protective
devices in 6 sets along with the supply of equipment.

PIPELINES

GM(PJ-T&I)

INSTRUMENTATION SPECIFICATIONS FOR MAINLINE MOTOR Rev


Date
PUMP SETS (MOTOR & CENTRIFUGAL PUMP)
Page No

02
16.12.2013
5 of 16

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the borrowers express agreement that they will not be reproduced,
copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

Item Description

General
Make

Element Type
Material
Model No.
Resistance at 0 oC
Calibration
Insulation
Location

Function
Service Conditions
Area Classification
Process fluid
Mounting on motor
Mounting on pump

Measuring Range (Linear)

FORMAT NO. QAF/MP/08


INDIAN OIL CORPORATION LIMITED
PIPELINES DIVISION
Annexure: INST-1
DATASHEET FOR RTDs
Specifications

Yes/ No;
If No, Specify Details

Thermoelectric, Netherlands /
Technomatic, Italy / Emerson / Rosemount
/ Thermo Engineering / Equivalent as per
OES recommendation
3 Wire RTD
Pt100, Class B
Vendor to state
100
As per DIN/ IEC 60751
Mineral insulated
Motor bearing DE and NDE side, winding
of each phase.
Pump casing, Pump bearing NDE and DE
On line temperature monitoring
Zone 1, Group IIA, IIB & T4 as per IEC
60079
Petroleum Products
Vendor to state - as per Motor OEM
recommendation.
Vendor to state - as per Pump OEM
recommendation.
(will be provided with Thermowell,
wherever required)
Vendor to state as per requirements of
offered motor and pump

Electrical
Head Construction
Die cast Aluminum
Cover Type
Screwed Cover
Thermowell for RTD (Wherever required)
Well material
SS 316
Instrument connection
Suitable for offered RTD
Process connection
As per supplier
Insertion length
As required by process

PIPELINES

GM(PJ-T&I)

INSTRUMENTATION SPECIFICATIONS FOR MAINLINE MOTOR Rev


Date
PUMP SETS (MOTOR & CENTRIFUGAL PUMP)
Page No

02
16.12.2013
6 of 16

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the borrowers express agreement that they will not be reproduced,
copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

Item Description

General
Make

Model no.
Service Conditions
Ingress Protection
Mounting
Operating pressure range
Service area
Ambient Temperature:
Min/ Normal/ Max.
Relative humidity
Process connection
Construction
Sensing element :
Type material
Wetted surface
Dial size
Dial plate
Movement
Accuracy
Socket
Tropicalisation
Window
Case and bezel
Over range protection
Joints
Standard fitment
Resolution
Zero adjustment
Dampening

PIPELINES

FORMAT NO. QAF/MP/08


INDIAN OIL CORPORATION LIMITED
PIPELINES DIVISION
Annexure: INST-2
DATASHEET FOR PRESSURE INDICATORS
Specifications

Yes/ No;
If No, Specify Details

Wika / Budenberg / Waree / Fiebig /


Equivalent as per OES recommendation
Vendor to state
IP 65 as per IEC 60529
As per seal plan
Vendor to state as per seal leakage plan
Outdoor unprotected
0 / 30 / 55 oC
98%
As per seal leakage plan
Bourdon
316 SS
316 SS
Vendor to state
White with black graduation
304 SS
+ 1.0% of FSR
316 SS
Required
Shatter proof glass
Die cast aluminium case stove enameled
black with screwed type inner bezel
130% of max. range
Argon welded
Blow out disc cover range relief valve
micrometer type adjustable pointer
0.1 kg/cm2
Required
Glycerine filled + restrictor screw

GM(PJ-T&I)

INSTRUMENTATION SPECIFICATIONS FOR MAINLINE MOTOR Rev


Date
PUMP SETS (MOTOR & CENTRIFUGAL PUMP)
Page No

02
16.12.2013
7 of 16

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the borrowers express agreement that they will not be reproduced,
copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

Annexure: INST-3
DATASHEET FOR PRESSURE SWITCHES

Item Description

General
Make

Model no.
Service Conditions
Area Classification
Ingress Protection
Process fluid
Service area
Ambient Temperature:
Min./ Normal/ Max.
Relative humidity
Maximum operating
pressure
Tentative operating
pressure range
Proof pressure
Mounting
Construction
Case / Enclosure
Material
Element Material
Differential / dead band
Over-range protection
Connection Size
Process
Switch
Type
Contact arrangement
Contact action
Contact rating
Setting
Stages
Accuracy
Repeatability

PIPELINES

FORMAT NO. QAF/MP/08


INDIAN OIL CORPORATION LIMITED
PIPELINES DIVISION

Specifications

Yes/ No;
If No, Specify Details

ITT/ CCS/ Equivalent as per OES


recommendation
Vendor to state
Zone 1, Group IIA, IIB & T4 as
per IEC 60079
IP 65 as per IEC 60529
Fluid used in seal leakage plan
Outdoor unprotected
0 / 30 / 55 oC
98%
As per seal leakage plan
Vendor to specify details.
As per seal leakage plan
Vendor to specify details.
Vendor to specify
As per seal leakage plan
Die Cast Aluminium
316 SS
Fixed
130%
As per seal plan
Snap-action micro-switch
(hermetically sealed)
DPDT
As per seal leakage plan
1 Ampere, 24 V DC
Adjustable within the range
Single
+ 0.5%
+ 0.1%

GM(PJ-T&I)

INSTRUMENTATION SPECIFICATIONS FOR MAINLINE MOTOR Rev


Date
PUMP SETS (MOTOR & CENTRIFUGAL PUMP)
Page No

02
16.12.2013
8 of 16

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the borrowers express agreement that they will not be reproduced,
copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

FORMAT NO. QAF/MP/08


INDIAN OIL CORPORATION LIMITED
PIPELINES DIVISION

Annexure: INST-4
DATASHEET FOR LEVEL SWITCHES

Item Description

General
Make

Type
Model No
Service Conditions
Area Classification
Ingress Protection
Process fluid
Service area
Ambient
Temperature:
Min./Normal/ Max.
Relative Humidity
Mounting
Seal Leakage Tank
with Piping Work
Construction
Body
Float/ Float-arm and
Pivot Material
Seal Leakage tank
Material
Differential/ Dead
Band
Anti Corrosion
Protection
Connection Size
Process
Switch
Type

Contact Arrangement
Contact action
Contact rating

PIPELINES

Specifications

Yes/ No;
If No, Specify Details

Amot / Besta/ Magnetrol/ Equivalent as


per OES recommendation
Float-operated
Vendor to state
Zone 1, Group IIA, IIB & T4 as per IEC
60079
IP 65 as per IEC 60529
Fluid Used In Seal Leakage Plan
Outdoor Unprotected
0 / 30 / 55 oC

98%
As per seal plan
To be provided by Vendor

LM6 or Cast Iron


SS 316
Carbon Steel
Fixed
Required

As per seal leakage plan


Snap-Action Micro switch
(Hermetically-Sealed) with Terminal
Block
DPDT
As per seal leakage plan
1 Ampere, 24 V DC
GM(PJ-T&I)

INSTRUMENTATION SPECIFICATIONS FOR MAINLINE MOTOR Rev


Date
PUMP SETS (MOTOR & CENTRIFUGAL PUMP)
Page No

02
16.12.2013
9 of 16

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the borrowers express agreement that they will not be reproduced,
copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

FORMAT NO. QAF/MP/08


INDIAN OIL CORPORATION LIMITED
PIPELINES DIVISION
Annexure: INST-5
DATASHEET FOR PRESSURE TRANSMITTERS

Item Description

General
Type
Make

Specifications

Model No.

Electronic, SMART
Rosemount / Honeywell / Yokogawa/
Equivalent as per OES recommendation
Vendor to State

Range

Vendor to State- as per seal leakage plan

Mechanism

Accuracy
Service Conditions
Area Classification
Ingress Protection
Process fluid
Service area
Ambient Temperature:
Min./ Normal/ Max.
Relative Humidity
Construction
Element
Body

Case / Enclosure/
Circuit
Local Display
E. M. C

Variable Capacitance / Piezoelectric sensor /


Silicon sensor
0.5%
Zone 1, Group IIA, IIB & T4 as per IEC 60079
IP 65 as per IEC 60529
Fluid Used In Seal Leakage Plan
Outdoor Unprotected
0 / 30 / 55 oC
98%
SS 316
Die Cast Copper Free Aluminium (suitable
for coastal area)
EEx ia (intrinsically safe)
LCD 4 digits; engineering units kg/cm2
@ IEC 801

Process Connection

As per seal leakage plan

Mounting

As per seal leakage plan

Tropicalisation

Required

Over-Range Protection

150% of Range

Mounting Bracket
Clamps
Transmitter

Vendor to State

Output Signal

4-20 mA

Power

24 V DC nominal

PIPELINES

Yes/ No;
If No, Specify Details

GM(PJ-T&I)

INSTRUMENTATION SPECIFICATIONS FOR MAINLINE MOTOR Rev


Date
PUMP SETS (MOTOR & CENTRIFUGAL PUMP)
Page No

02
16.12.2013
10 of 16

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the borrowers express agreement that they will not be reproduced,
copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

FORMAT NO. QAF/MP/08


INDIAN OIL CORPORATION LIMITED
PIPELINES DIVISION
Annexure: INST-6

DATASHEET FOR VIBRATION SENSORS & TRANSMITTERS (APPLICABLE FOR SLEEVE BEARINGS)

Item
Description
General
Make

Service Conditions
Area Classification
Ingress Protection
Process fluid
Ambient Temperature:
Min./Normal/Max.
Relative Humidity
Sensor
Model
Type
Material
Size
Length
Measuring Range
Measuring locations

Mounting
Transmitter
Model
Input
Output

Power Supply
Case / Enclosure/ Circuit

PIPELINES

Specifications

Yes/ No;
If No, Specify Details

Predictech / Metrix /Bently Nevada/


Equivalent as per OES recommendation
Zone 1, Group IIA, IIB & T4 as per IEC
60079
IP 65 as per IEC 60529
Petroleum Products
0 / 30 / 55 0C
98%
Vendor to specify
Eddy Current Proximity Probe
Stainless Steel
Vendor to specify
Vendor to specify
Vendor to specify
X & Y directions, for radial vibration
measurement of shaft for all bearings and
axial horizontal direction, for axial position
transmission of shaft for thrust bearings
Vendor to specify
Vendor to specify
Suitable for offered sensing probe
4..20 mA (proportional to peak to peak
radial vibration of shaft & proportional to
average axial position)
24 V DC (preferably loop powered)
EEx ia (intrinsically safe)

GM(PJ-T&I)

INSTRUMENTATION SPECIFICATIONS FOR MAINLINE MOTOR Rev


Date
PUMP SETS (MOTOR & CENTRIFUGAL PUMP)
Page No

02
16.12.2013
11 of 16

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the borrowers express agreement that they will not be reproduced,
copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

FORMAT NO. QAF/MP/08


INDIAN OIL CORPORATION LIMITED
PIPELINES DIVISION
Annexure: INST-7
DATASHEET FOR VIBRATION SENSORS & TRANSMITTERS
(APPLICABLE FOR ROLLER/ ANTIFRICTION BEARING)

Item
Description
General
Make

Service Conditions
Area Classification
Ingress Protection
Process fluid
Ambient Temperature:
Min./Normal/Max.
Relative Humidity
Sensor
Model
Type
Material
Size
Length
Measuring Range
Measuring locations

Mounting
Transmitter
Model
Input
Output

Power Supply
Case / Enclosure/ Circuit

PIPELINES

Specifications

Yes/ No;
If No, Specify Details

Predictech / Metrix /Bently Nevada/


Equivalent as per OES recommendation
Zone 1, Group IIA, IIB & T4 as per IEC
60079
IP 65 as per IEC 60529
Petroleum Products
0 / 30 / 55 0C
98%
Vendor to specify
Piezoelectric accelerometer
Stainless Steel
Vendor to specify
Vendor to specify
Vendor to specify
Horizontal direction, for radial vibration
measurement of DE & NDE bearing
housings
Vendor to specify
Vendor to specify
Suitable for offered sensing probe
4..20 mA (proportional to peak to peak
vibration of bearing housing)
24 V DC (preferably loop powered)
EEx ia (intrinsically safe)

GM(PJ-T&I)

INSTRUMENTATION SPECIFICATIONS FOR MAINLINE MOTOR Rev


Date
PUMP SETS (MOTOR & CENTRIFUGAL PUMP)
Page No

02
16.12.2013
12 of 16

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the borrowers express agreement that they will not be reproduced,
copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

FORMAT NO. QAF/MP/08


INDIAN OIL CORPORATION LIMITED
PIPELINES DIVISION
Annexure: INST-8
TYPICAL CABLE & JUNCTION BOX SCHEMATIC

12 C X 1.5 mm2 from Control Room (owners scope)


for Seal Leakage detection instruments

JB - 3

JB - 1
JB - 2

40 C X 1.5 mm2 from Control


Room (owners scope) for
1. Motor Bearing RTDs
2. Motor Winding RTDs
3. Vibration Transmitter

40 C X 1.5 mm2 from Control Room (owners scope)


for
1. Pump Casing RTD
2. Pump Bearing RTDs
3. Vibration Transmitter

All Junction boxes to be skid mounted and provided with suitable explosion proof, double
compression, brass / zinc plated cable glands to suit cable sizes as below:

Cable Type

Outer Diameter
(OD) (in mm)

40 Core X 1.5 mm2


12 Core X 1.5 mm2

32.0
21.5

Over Armour
Diameter (OAD) (in
mm)
27.5
16.5

Under Armour
Diameter (UAD) (in
mm)
25
14

JB1 & JB2 shall have minimum 40 terminals and JB 3 shall have minimum 20 terminals each.

PIPELINES

GM(PJ-T&I)

INSTRUMENTATION SPECIFICATIONS FOR MAINLINE MOTOR Rev


Date
PUMP SETS (MOTOR & CENTRIFUGAL PUMP)
Page No

02
16.12.2013
13 of 16

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the borrowers express agreement that they will not be reproduced,
copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

PIPELINES

S.No.

1
2
3
4
5
6

7
8
9
10
11
12
13

14
15

16

17
18
19

20

FORMAT NO. QAF/MP/08


INDIAN OIL CORPORATION LIMITED
PIPELINES DIVISION

Annexure: INST-9
Compliance Sheet for VFD interface to Owners Control system
I/O Description

Contact Action

Provided
Remarks
Yes / No
Digital Inputs to Owners Control System
Input HT Breaker/
NC when ON
Isolator On
Output HT Breaker/
NC when ON
Isolator On
Bypass HT Breaker/
NC when ON
Isolator On
Input Transformer Fault NO when fault
Output transformer
NO when fault
fault
Loss of Speed
NO when fault
Reference Signal
VFD Fault
NO when fault
VFD ready to start
NC when ready
Panel Fan On
NC when ON
VFD / Motor running
NC when running
VFD in remote
NC when in remote
VFD Temperature High NO when Temp Hi
Input / Output
NO when Temp Hi
Transformer
Temperature High
Digital Outputs from Owners Control System to VFD
VFD Start
Momentary NC to
Start
VFD Stop
Momentary NO to
Stop
Process Trip
Momentary NO to
Trip
Analog Inputs to Owners Control system from VFD
Speed Feedback
4 20 mA signal
Current Feedback
4 20 mA signal
Analog Outputs from Owners Control System to VFD
Speed control
4 20 mA control
signal
Serial Communication between Owners Control System & VFD
MODBUS
MODBUS mapping
Communication on RS
details to be
485
provided by vendor
GM(PJ-T&I)

INSTRUMENTATION SPECIFICATIONS FOR MAINLINE MOTOR Rev


Date
PUMP SETS (MOTOR & CENTRIFUGAL PUMP)
Page No

02
16.12.2013
14 of 16

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the borrowers express agreement that they will not be reproduced,
copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

FORMAT NO. QAF/MP/08


INDIAN OIL CORPORATION LIMITED
PIPELINES DIVISION
Annexure: INST-10

SUMMARY OF REQUIREMENT OF INSTRUMENTATION ITEMS FOR EACH MOTOR-PUMP SET

S.
No.
1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

Description

Qty

Make

3 wire Pt100 RTDs (Duplex Type) for Pump


Bearing (DE & NDE) temperature detection with
thermo-well ( if required) and cable glands etc. as
per specifications
3 wire Pt100 RTDs (Duplex Type) for Pump Casing
temperature detection with thermo-well and
cable glands etc. as per specifications
3 wire Pt100 RTDs (Duplex Type) for Motor
bearing (DE & NDE) temperature detection with
thermo-well ( if required) and cable glands etc. as
per specifications
3 wire Pt100 RTDs (Simplex Type) for motor
winding temperature detection with cable glands
etc. as per specifications
Pump Seal Leakage Detection System (PI, LS, PS
etc as per seal leakage plan), with seal leakage
tank, all piping and cable glands etc. as per
specifications
Motor-Pump Set Lube Oil System
Instrumentation as per specifications
Vibration Transmitters complete with probe for
installation on pump with cable glands etc. as per
specifications
(For pumps with Sleeve bearings- Total 5 nos. i.e.
1 no. each for X & Y direction at DE & NDE side
and 1 no. for axial direction, NDE side)
(For pumps with roller/ antifriction bearingsTotal 2 nos. i.e. 1 no. each for X direction at DE &
NDE side)
Vibration Transmitters complete with probe for
installation on motor (with sleeve bearings) with
cable glands etc. as per specifications
(Total 4 nos. i.e. 1 no. each for X & Y direction at
DE & NDE side)
Junction Box complete with plugs, cable glands,
terminals etc. as per specifications
Copper control cables for terminating individual
sensors mounted on pump and motor in junction
boxes installed at base plate of motor pump set

2 Nos.

Model
No.
*

1 No.

2 Nos.

6 Nos.
(2 Nos. per
phase)
1 Set

1 Set

1 Set

1 Set

3 Nos.

PIPELINES

As required to be supplied by vendor

GM(PJ-T&I)

INSTRUMENTATION SPECIFICATIONS FOR MAINLINE MOTOR Rev


Date
PUMP SETS (MOTOR & CENTRIFUGAL PUMP)
Page No

02
16.12.2013
15 of 16

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

will not be reproduced, copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the
borrower.

Document / Drawing and the design it covers are property of INDIAN OIL CORPORATION. They are merely loaned and on the borrowers express agreement that they will not be reproduced,
copied, loaned, exhibited, not used except in the limited way and private use permitted by any written consent given by the lender to the borrower.

FORMAT NO. QAF/MP/08


INDIAN OIL CORPORATION LIMITED
PIPELINES DIVISION

Spares
1. Pump Bearing RTD
2. Pump Casing RTD
3. Motor Bearing RTD
4. Vibration Transmitter for Pump (as applicable)
5. Vibration Transmitter for Motor (as applicable)

Note:1.
2.
3.

PIPELINES

1 No.
1 No.
1 No.
1 No.
1 No.

As offered with pump


As offered with motor
As offered with pump
As offered with motor

Data marked as (*) for Make and model of all instruments mentioned as above have to be
furnished by the vendor along with the offer in corresponding box.
Vendor shall submit the details of additional protective devices other than above (if any)
along with offer.
In case the vendor offers a PLC/ Microprocessor based Lube Oil Control System for motor /
pump or both a)
1 Set of programming unit/ laptop along with licensed programming software,
necessary cables and connectors to be provided by vendor at each location.
b)
1 Set of each type of modules of PLC/ Microprocessor based Lube Oil Control System
including CPU card, Power supply card, IO cards etc to be provided as spare for each
location.

GM(PJ-T&I)

INSTRUMENTATION SPECIFICATIONS FOR MAINLINE MOTOR Rev


Date
PUMP SETS (MOTOR & CENTRIFUGAL PUMP)
Page No

02
16.12.2013
16 of 16

You might also like